Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
43-09 RESOLUTION
RESOLUTION NO. 43-09 A RESOLUTION AWARDING BID #09-12 AND APPROVING A CONTRACT WITH LARUE CONTRACTOR, INC. IN THE AMOUNT OF $947,628.99 FOR CONSTRUCTION OF MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS; AND APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF $50,000.00. 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 Bid #09-12 and approves a contract with LaRue Contractor, Inc. in the amount of $947,628.99 for construction of Mount Sequoyah Water and Sewer 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 in the amount of $50,000.00. PASSED and APPROVED this 17th day of February, 2009. APPROVED: ATTEST: By: 07\244-9 SONDRA E. SMITH, City Clerk/Treasurer .... 011.11,11_11 ft ,,,,, * . - i' N.( C :C • . e. C‘cq'A . Z.Z4S%• . C' • cV \ S :F.: C._, • • '):1 - .:..- . • - 't : FAY E TT EV I L L E : z — • :::. • :.s._ Z.: %-.5(453kAINISI?:-. $ ' V 5 '/ ° ° • . • 0\ $ 14.11/G TON Shannon Jones Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 2/17/2009 City Council Meeting Date Agenda Items Only Engineering Division Action Required: le65 olft q q,5-01 JL IN°101 6402710r; Water and Wastewater Department Approval of Bid #09-12 for a construction contract with LaRue Contractor, Inc. in the amount of $947,628.99 with a contingency of $50,000.00 for construction of Mount Sequoyah Water and Sewer Improvements. 997,628.99 Cost of this request 5400.5700.5815.00 Account Number 01023.20 Project Number 1,633,175 Category / Project Budget Mt. Sequoyah W&S Improvements Program Category/ Project Name 147,097 Water & Wastewater Funds Used to Date Program / Project Category Name 1,486,078 Water / Sewer Remaining Balance Fund Name Budgeted Item xx Budget Adjustment Attached Depart nt Dir tor City Attorney F' ance and Internal Services Director hie of.5'a Ma r 6,3A(k) Date 2 1Z-161 Date 2.-4et Date Date Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: 'Comments: Revised January 15, 2009 Ta7faievil1e ARKANSAS CITY COUNCIL AGENDA To: Fayetteville City Council City Council Meeting of February 17, 2008 Thru: Mayor Lioneld Jordan Fayetteville Sewer Committee David Jurgens, Water and Wastewater Director From: Shannon Jones, Water and Wastewater Engineer Date: 30 January 2009 Subject: Approval of a construction contract with LaRue Contractor, Inc. for $947,628.99 for Mount Sequoyah Water and Sewer Improvements, Bid #09-12, and a $50,000 contingency RECOMMENDATION Staff recommends approval of Bid #09-12 for a construction contract with LaRue Contractor, Inc. for $947,628.99 for Mount Sequoyah Water and Sewer Improvements, Bid #09-12, and a $50,000 contingency. BACKGROUND The project includes installation of approximately 7,420 feet of new 8" water line and approximately 1,200 feet of new 8" gravity sewer line, and relocation of water services. This difficult contact is in the area around the hilltop of Mount Sequoyah, with most of the work taking place in the street rights of way. DISCUSSION The City received ten bids on January 13, 2009. Garver Engineers'opinion of materials cost to complete the project is $420,000. While it is possible that any of the three lowest bidders can complete the work for their bid amount, Garver Engineers found no evidence that Tri -Built Construction or Total Site Development has any work experience similar to the Mount Sequoyah Water and Sewer Improvement Project. The third lowest bidder, LaRue Contractor, Inc., has been a General Contractor and performed work similar to this project for 37 years. In addition, they provided similar work experience for the Cities of Mountain View, Mountain Home, and Marshall, Arkansas, and they have worked with McClelland Engineers, ESI, and Garver Engineers. As a result, Staff recommends awarding the contract to LaRue Contractor, the third lowest bidder. BUDGET IMPACT Funds are available within the Mount Sequoyah Water and Sewer Improvement Project budget. Total Bid Amount (all work) Deductive Alternate No. 1 Deductive Alternate No. 2 Deductive Alternate No 3 Tri -Built Construction $787,417.90 $35,868.60 $72,506.98 $150,808.70 Total Site Development $898,912.78 $30,700.03 $54,056.17 $121,700.97 LaRue Contractor Inc. $947,628.99 $42,204.72 $97,004.23 $170,582.08 Seven Valleys Const. Co $1,376,775.00 $59,580.00 $90,950.00 $166,310.00 Arco Excavation $1,439,080.00 $57,900.00 $ 105,220.00 $264,870.00 Fayette Tree & Trench $1,525,628,40 $73,539.00 $126,524.00 $255,487.00 Sweetser 51,535,690.00 566,845.00 $136,850.00 5292,860.00 Fochtman Construction $1,602,130.00 $86,500.00 $148,580.00 $285,470.00 N.E.C. 52,035,223.50 561,904.00 5189,344.00 $404,128.50 Goodwin & Goodwin Inc 52,166,470.00 $89,520.00 $201,120.00 $376,630.00 Garver Engineers'opinion of materials cost to complete the project is $420,000. While it is possible that any of the three lowest bidders can complete the work for their bid amount, Garver Engineers found no evidence that Tri -Built Construction or Total Site Development has any work experience similar to the Mount Sequoyah Water and Sewer Improvement Project. The third lowest bidder, LaRue Contractor, Inc., has been a General Contractor and performed work similar to this project for 37 years. In addition, they provided similar work experience for the Cities of Mountain View, Mountain Home, and Marshall, Arkansas, and they have worked with McClelland Engineers, ESI, and Garver Engineers. As a result, Staff recommends awarding the contract to LaRue Contractor, the third lowest bidder. BUDGET IMPACT Funds are available within the Mount Sequoyah Water and Sewer Improvement Project budget. RESOLUTION NO. A RESOLUTION AWARDING BID #09-12 AND APPROVING A CONTRACT WITH LARUE CONTRACTOR, INC. IN THE AMOUNT OF $947,628.99 FOR CONSTRUCTION OF MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS; AND APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF $50,000.00. 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 Bid #09-12 and approves a contract with LaRue Contractor, Inc. in the amount of $947,628.99 for construction of Mount Sequoyah Water and Sewer 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 in the amount of $50,000.00. PASSED and APPROVED this 17th day of February, 2009. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer Garver Engineers, LLC 1086 East Mil!sap Road Fayetteville, Arkansas 72703 479-527-9100 FAX 479-527-9101 vAvw.garverenglneers.corn MEMORANDUM To: City of Fayetteville Attn: David Jurgens From: Chris Buntin RE: Mount Sequoyah Water and Sewer Improvements Bid Number 09-12 Copies To: Project File 0396-1000 GARVER1ENGINEERS Date: January 26, 2009 A total of 10 bids were received by the City of Fayetteville for the referenced project at City Hall, 113 West Mountain Street, Fayetteville, Arkansas, 72701, at 10:00 a.m. Tuesday, January 13, 2009. The amount that was certified by the City of Fayetteville was $1,040,000. Our opinion of probable construction cost was $1,511.,725. The majority of the bid amounts were close to our estimate of probable construction cost. However, three bid amounts were significantly low and two bid amounts were significantly high. The low bid was submitted by TriBuilt Construction Group, LLC of Fort Smith, Arkansas in the amount of $787,417.90, the second lowest bid amount was submitted by Total Site Development, LLC of Prairie Grove, Arkansas in the amount of $898,912.78, and the third lowest bid amount was submitted by LaRue Contractor, Inc. of Harrison, Arkansas in the amount of $947,628.99. The following table summarizes all brds opened which included three deductive alternates, and enclosed is a detailed tabulation of all the bids received. Florence, AL • Huntsville, AL • Fayetteville, AR • Hot Springs, AR • Little Rod, AR • Brandon, MS • Norman, OK • Tulsa, OK • Franklin, TN...Frisco, TX Total Bld Amount (all work) Deductive Alternate No. 1 Deductive Alternate No. 2 Deductive Alternate No 3 ENGINEERS ESTIMATE $1,511,725.00 $66,050.00 $147,075.00 $252,550.00 TRI -BUILT CONSTRUCTION $787,417.90 $35,868.60 $72,506.98 $150,808.70 TOTAL SITE DEVELOPMENT $898,912.78 $30,700.03 $54,056.17 $121,700.97 LARUE CONTRACTOR, INC. $947,628.99 $42,204.72 $97,004.23 $170,582.08 SEVEN VALLEYS CONSTRUCTION CO. $1,376,775.00 $59,580.00 $90,950.00 $166,310.00 ARCO EXCAVATION $1,439,080.00 $57,900.00 $ 105,220.00 $264,870.00 FAYETTE TREE & TRENCH $1,525,628.40 $73,539.00 $126,524.00 $255,487.00 SWEETSER $1,5351_690.00 $66,845.00 $136,850.00 $292,860.00 FOCHTMAN CONSTRUCTION $1,602,130.00 $86,500.00 $148,580.00 $285,470.00 N.E.C. $2,035,223.50 $61,904.00 $189,344.00 $404,128.50 GOODWIN & GOODWIN, INC. $2,166,470.00 $89,520.00 $201,120.00 $376,630.00 Florence, AL • Huntsville, AL • Fayetteville, AR • Hot Springs, AR • Little Rod, AR • Brandon, MS • Norman, OK • Tulsa, OK • Franklin, TN...Frisco, TX Mr. Jurgens January 26, 2009 Page 2 of 2 Based upon our cost opinion of materials cost to complete the project of $420,000, it is possible that any of the three lowest bidders can complete the work for their bid amount. According to the bid documents provided by the three lowest bidders, each is able to bond the project, each is a licensed contractor in Arkansas, and each has never failed to complete any project. According to the Arkansas Contractors Licensing Board, no complaints have been filed against any of the three lowest bidders. Bidders were required to list at least 3 similar, completed projects on their experience statement. According to TriBuilt Construction Group, they have been a General Contractor and performed work similar to this project for 3 years, and they have been in business under their present name for 1.5 years. TriBuilt Construction Group submitted the following to represent their similar projects: the Microtel Inn and Suites, Covenant Mobile Home Park, Colony West Apartment Development, Summit Court Duplex Development, South Z Street Apartment Development, and the Mason Street Water Line and Sewer Improvement. No evidence was provided or found while checking references that TriBuilt Construction Group has any work experience similar to the Mount Sequoyah Water and Sewer Project. However, all references contacted said they have had good experiences working with them. According to Total Site Development, they have been a General Contractor, performed work similar to this project, and have been in business under their present name for 3 years. Total Site Development submitted the following to represent their similar projects: Ranch at Pinnacle Point, Westside Village Project, and Lot #28 Huntington Heights. No evidence was provided or found while checking references that Total Site Development has any work experience similar to the Mount Sequoyah Water and Sewer Project. However, all references contacted said they have had good experiences working with them, including Garver Engineers for their work at the Underwood Plaza on Dickson Street in Fayetteville, Arkansas. According to LaRue Contractor, they have been a General Contractor and performed work similar to this project for 37 years, and they have been in business under their present name for 27 years. In addition, they provided similar work experience for the City of Mountain View, Arkansas, City of Mountain Home, Arkansas, and City of Marshall, Arkansas, and they have worked with McClelland Engineers, ESI, and Garver Engineers. All references checked said they have had good experiences working with them, including Tom Hubbard with the City of Fayetteville. However, according to the City of Mountain View and Tom Hubbard, they have had problems competing work on schedule when they have too many ongoing projects. We respectively request insight from the City of Fayetteville regarding its preferences for weighing the criteria used to evaluate these bids and recommend award. We are available at your convenience to discuss this issue in further detail. Attachments: Detailed Bid Tabulation Financial Report for 3 lowest bidders as requested Email Copies to: Attn: Email: City of Fayetteville David Jurgens djurgens@cilayetteville.arus Copy to File: 0396-1000 (1) ITEM CITY OF FAYETTEVILLE 310UNT SEQUOVAII WATER AND SEWER IIMPROVEMENTS Bld Tabulation. Rids Opened 1000 AM Tuesday, Januar) 13, 2000 DESCRIPTION ESTIMATED UNIT QUANTITY ENGINEERS ESTIMATE CONSTRUCTION' .-FOTAL SETE DEVELOPMENT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNfT PRICE TOTAL AMOUNT "I Erosion Control LS 625,000.00 2 Traffic Conimi LS 630,000.00 3 Mobilized. LS 565,000.00 4 Trench Exudation Sideby LS 525,000.09 5 8' PVC 0-900 DR -14 Wafer Line 6020 LF 580.00 0 6 -PVC C-900 DR -14 Wider Une 60 LF 570.00 7 4' PVC 0-900 DR -14 Water Line 20 LF 660.00 0 2' Polyethylene Wirier Une 20 LF 530.00 0 lir Si.I Encesement by Open Cut 100 LF 6250.00 10 B'xIT Tapping Siseyo and Valve EA $4,500.00 11 rxtr TappIng Sleeve and Valve 3 EA 53,500.00 12 4'5r4" Tapping Sleeve and Veva EA 52,500.00 13 ir Gale Wiwi 10 EA 52,500.00 14 r Sall Vahre EA 5500.09 15 Fire Hydrant Assembly 13 EA 54.000.00 10 Cul and PI9 Existing r Wider Line EA 51250.00 17 Cut and Plug Existing 6' Water Una 4 EA 61,250.00 18 Cul and Plug Existing r Water Line 2 EA 51,000.00 19 Water Service U. 2930 LF 520,00 20 Wear Meter Setting 50 EA 51.200.00 21 Undercut end 9.101 for Weber Line 200 CY 520.00 22 Ducille iron Fittings for Water Line 6300 LB $9.00 23 Abandon Existing Water Valve 8 EA 5500.00 24 Abandon Existing Fee Hydrant Assembly 2 EA 5750.00 25 Rock Excavation ler Water Une 500 CY 5150.00 $ 25,000.00 $ 5,060.00 1 5,060.00 $ 30.000.00 2,224,00 5 2,224.00 5 65,000.00 7,448.00 5 7,448.00 25,000.00 5 3,224.00 5 3,224.00 485,600.00 30.90 5 186,018.00 $ 4,200.00 5 1200.00 28.16 5 1,669,60 2834 5 526.80 600.00 27.94 $ 556.60 25,060.00 66.07 a $ 6,607.00 5 31.500.00 3,037.95 $ 21.265.65 5 10,500.00 2.176.71 5 6,530.13 $ 2,500.00 $ 1,915.68 1 1,915.86 $ 25,000.00 500-00 $ 1,283.98 6 12,639.60 656.49 $ 656-49 $ 52,000.00 3,857.30 50.144 90 1.250.00 209-95 $ 209.95 5 5,000.00 313.14 1252.56 5 2,000.110 157.60 5 31520 20 Water Mitigation Darn and Drain LS 55,000.00 27 EllowOlf Aaaembly 2 EA 51,500.00 28 8' PVC 558-26 Grrwity Sewer Pipe 300 LF 590.00 29 410 Sanitary Sewer Manhole, 050 0 Depth 3 EA 53,600.00 30 4' ID Santinry Sewer Manhole Additional Dept 20 VF 5300.00 31 Concrete Anchor for Oravfty Sewer Une 2 EA 51.000.00 32 Undercut end 13661$11 hor Seeley Semer 10 CY 120.00 33 4' Sanitary Sams Sehrlte Urn 100 LF 535.00 ' 34 4' Sewer Service Tnp 5 EA 51,000.00 $ 56,000.00 24.94 72,326.00 5 60,000.00 5 4,000.60 490.32 1 24.516.00 39.34 7,868.00 g 47,700.00 10.22 "6 54,166.00 5 4.000.00 30.6.4 $ 245.12 $ 1,500.00 61.20 5 122,40 5 75,000.00 3,150.00 $ 3,150.00 5 30,324,00 30,324.00 29,000.00 $ 29,000.00 10,500.00 10,506.00 56.26 S 338.685.20 30.89 $ 1,853.40 29.12 5 582.40 37.20 $ 744.00 $ 56.93 6 5,693.00 2,716.02 $ 19,012,14 2,217.59 6,852.77 2,014.07 $ 2,014.07 1,26145 $ 12,616.50 $ 214,74 6 214.74 2,911.25 5 37,84625 324.92 6 324.92 281.96 $ 1.127.84 241.05 5 482.10 $ 13.51 $ 39,179.00 360.43 $ 19,025-50 12.97 2.594.00 9.54 $ 50,562.00 126.00 1,008,00 252.00 6 504.00 117.50 5 58,750.00 5,060.00 152.25 $ 76,125.00 281.82 $ 281.82 35 Connect lo Existing Siinttary Sewer Manistee EA $1.500.00 38 Demolish ExEseing Ihitnisole 2 Elk 5750.00 ST Rock Excavation Int Seiser Linn 25 CY 6150.00 38 1Nster Service Une 130 LF 520.00 30 Water Meter Setting EA 51.250.00 40 0' PVC 805-28 Gravity Some Pipe POO IF 590.00 41 4' Sardery Sewer Service Una 23 LF 535.05 5 3,000.00 1,210.08 5 1,210.08 835.97 $ 1,671.04 $ 27,000.00 1,214_35 2,428.70 27.55 $ 6,265.00 5 10,500.00 2,747.48 $ 6.060.00 8,242.44 19.65 $ 5,895.00 1,712.16 1 5,136.48 373.56 $ 7,47120 S 2.000.00 $ 200.00 210.00 $ 4,200.00 177.48 $ 354.98 388.50 5 777.90 39.34 5. 393.40 $ 3.500 00 2528 $ 2,528 00 5 5,000.00 12.97 .5 129.70 17.61 $ 1,701.00 209.16 1,045.80 5 1,500.00 1.500.00 026.44 $ 4.632.20 239,94 $ 239.94 532.04 $ 532.04 61.20 5 122.40 3.750.00 117.50 S 2.937.50 2,600.00 24.94 , 5 3.242 20 2,500.00 512.88 5 1,025.76 81,000.00 875.00 27.50 6 24,759.90 25.28 $ 632.00 262.50 5 525.00 $ 152.25 1 3.806 25 19.81 5 2.575.30 365.03 S 730.06 19.92 5 17,928.00 17.64 $ 441.00 TIEN GITV OF FAYETTEVILLE 510UNT SD:NOVAE! WATER AND SEWER IIMPROVENIENTS Bid Tabulation - Bids Opened MOO AM Tuesday, Jsmery 13,2009 DESCRIPTION ESTIMATED UNIT ENGINEERS ESTIMATE 11U.BLEILT CONSTRUCTION TOTAL SITE DEVELOPMENT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT QUANTITY 13,250.00 114.135 6.092.35 $ 6536 3,464.08 42 10" Steal Erscasement By Open GA S3 LF 6250-00 $ 31,500,00 2,652.85 5 23,675.65 $ 1,712.16 5 15,409,44 43 4ID Senitmy Sower Menhola, 0106 Depth 8 EA 53,500.00 5 6,000.00 373.56 $ 7,471,20 $ 210.00 $ 4.20090 44 4' ID Sanitary Sesser htertnole Additional OW 20 VP 5300.00 $ 200.00 39.34 $ 393.40 $ 12.97 5 129.70 45 Undertut end Backlit' for Sanitary Sesver 10 CY 520.00 $ 3,000,00 0. 239.94 $ 479.88 $ 532.60 6 1.06520 40 Connect to ExedIng Sanitary Sewer Menlvale 2 EA 51,500.00 5 11,250.00 5 117.50 $ 8.812.50 $ 152.25 $ 11,416.75 47 ROtlt Excavation for Sewer Une 75 CY 5150.00 1 $ 112,000.00 30.91 $ 43.274.00 0. 22.89 5 32.046.00 48 8' PVC C-900 DR -14 Water Line 1400 LF 580.00 $ 15000 5 27.94 5 139.70 1 $ 20,90 5 10450 40 2' Polvethyieno Weder Line 5 LF Salm 6 5.000.00 92.64 1,852.80 $ 63.80 $ 1276.00 50 10' Sterol Entasneneni by Open Col 20 LF 5250.00 $ 13,500.00 3,037.95 $ 9.113.85 1 5 2.681.02 $ 8,043.00 51 frier Tapping Deere and Vera 3 EA $4,500.00 52 2112" ServicSaddle $ 500.00 263.83 $ 263.83 5 348,78 5 348.78 e EA 550900 $ 2.500,00 1.263.98 5 1.263.96 $ 1.255,40 $ 1,256,40 53 6" Gale Vero EA 52,500.00 5 54 2' Bea Valve EA 5500.00 500.00 $ 656.49 $ 656.49 $ 209.49 $ 209,49 $ 8,000.06 3,819.65 6 7,639.30 0. 3.037.25 5 6,074.50 55 Fire Hydrant Aswan* 2 EA 54.000.00 $ 4,500.00 465,36 $ 1.396.06 5 506,84 5 1,520.52 55 Cot and Plug ExlatIrg 12' Water UREI 3 EA 51,500.00 5 3,750.00 362.95 $ 1,088.135 $ 358.14 $ 1,104.42 57 Cut and PlukEtclailng 0' Water Line 3 EA 61.250.00 $ 26,000.00 24.94 $ 32.422.00 $ 20.01 $ 26,013.00 50 Water Serrles Lino 1200 LF 520.00 0. 24.000.00 497.69 0. 9.953.80 5 3,59.87 $ 7,797.40 59 Wraer Meter Setting 20 EA $1,200.00 .0 5 800D0 $ 39.34 $ 1,573.60 $ 12.97 5 518.80 00 Undercut end Backfill for Weiler Line 40 CY 520.00 51 Ductile hon Fininkir Miler Line MO LB $900 $ 8,100.00 $ 10.07 $ 9,063.00 $ 8,19 $ 7,371,00 gs 6 3,000.00 $ 30.60 6 163.60 $ 128.00 $ 756.00 02 Abordon aiding Wolof Valve a EA 1500.00 63 Abandon Exisartg Pretty:hart Assembly EA 5750.00 64 Rock Excavation for Water Uste 150 CY 5150.00 5 22,500.00 5 117,50 0. 17.625,00 5 15225 $ 22,837.50 750.00 $ 61.20 0. 61.20 1 $ 252,00 0. 252.00 $ 10,000.00 8,939,55 $ 8.939.55 $ 52560 $ 525.00 05 Remove and Dlepose of Existing Buildirig LS 510,000.00 750.00 S 183.60 183.60 $ 126,00 5 126.00 09 Demolish Dilating Manhole EA 5750.00 0. 3.500.00 5 2.641.33 $ 2,641.33 $ 1,712.18 5 1.712.16 97 4' 10 3106161y Stovor MerdOle, 17 10 e DOF1.11 EA $3,500.00 66 4- Sanitary Sewei Service Line 50 LF 535.00 $ 1,750.00 $ 25.28 . $ 1,264.00 5 17,64 5 882.00 Lamm 209.16 $ 209.16 $ 926.44 5 926.44 88 4' Soder Serried 7nra EA 51,000.00 Total Base Bld Pelee $ 1,511,725.00 Toted Amount Bid 5 787,417.90 1 Total Amount 914 $ 898.912.78 Deductive Alternate No, (78 to 39) 66,050.00 Deductive Mutilate No2 (40 to 47) $ 147,075.00 Deductive Alternate No.3 (45 to 69) $ 252,550.00 Daductive Alternate No. 1(28 1o39) 350366.60 Deductive Alternate No. 1 (28 to 39) 5 30,700.03 Deductive Alternate No. 2(40 5o47) 72,506.98 Deductive Alternate N. 2 (40 lo 47) 54,058.17 Deducithre Alternate No. 3 ( 48 to 69) 150,808.70 Deductive Alternate No. 3 48 to 691 $ 121,700.97 2 of 12 ITEM CITY OF FAYETTEVILLE MOUNT SEQUOVAII WATER AND SEWER IIMPROVENIENTS RM Tabulation - Bldi Opened 1.0110 ANI Tuesday, Janusry 13,1009 DESCRIPTION ESTIMATED UNIT QUANTITY FAICINEERS ESTIMATE LARUE CONTRACTOR. INC 961,/4710 VALLM'S ta&STRUCTION CO. UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT 1 Erosion Control LS 525,000.00 2 Traffic Control LS 530,000.00 3 Mobilization LS 0E5,000.00 4 Trench Excavation Solely LS $25,000.00 5 13' PVC C-900 D14,14 Water Line 6020 LF 580.00 8 IF PVC 0-900 DR.14 We, Una 80 LF $70.00 7 4" PVC 0•900 DR.14 Weer Une 20 LF 560.00 a 2' Pdydhylene Water Line 20 LF 530.09 9 18" Steel Emteernent by Open Cid 180 LF 5250.00 10 13"5t6a Tapping Sleeve end Valve EA $4,500.00 11 ill'ar Tappirg Sleeve and Valve 3 EA 53,500.00 12 4-..4' Tapping Sleeve and Valve EA 52,500.00 13 8' Gals Valve 10 EA 54500.00 14 2' Ban Valve EA 5500.00 15 Fire Hydrant Amami:Sy 13 EA 54,000.00 10 Cut ono Plug ExislIng 8" Water Une EA 51,250.00 17 Cut taxi Piug Existing 8" Water Une 4 EA 51,250.00 18 Cut end Plug &Ming 4' Water Une 2 EA 51,000.00 19 Water Service Liao 2900 LF 520.00 20 Wirlar Maier Saving 50 EA $1,200.00 21 Undercut and Beckfal ler Watm Una 290 CY 520.00 22 Dual% Iron Fittings ler Water Una 5303 LB 59.00 23 Abandon Existing Water Valve El EA 5500.00 24 Abandon Existing Flro Hydrant Assembly 2 EA 5750.00 25 Rock Esravatkin for wens. Uno 500 CY 5150.00 $ 25,000.00 3,355.00 $ 3,355.00 5 30.000,00 65,000.00 5 25,000.00 3,763.00 5 3.763.00 10,360.00 $ 10,360.00 3,545.00 5 3,545.00 5 481,600.00 42,75 5 257,355.00 $ 4,200.00 40.30 $ 2,418.00 1,200.00 38.72 $ 774.40 $ 600.00 38.31 766.20 5 25,000.00 60.91 6,091.00 S 31,500.00 5 10,500.00 $ 2,500.00 2,341.96 $ 16,393.72 2,156.66 $ 6,46198 1,455.79 $ 1,455.79 25,000.00 985.89 $ 9,8513.90 500.00 395.46 395.46 52,000.00 2,950.17 5 38,742.21 1,250.00 5,000.00 2,000.00 5 58,000.00 $ 60,000.00 239.11 5 239.11 312.90 $ 1,251.60 170.93 $ 341.66 30.98 89,1342.00 429.56 0 21,478.00 4.000.00 22.44 4,488.00 47,700.00 9.10 $ 46,230.00 $ 4,000.00 47..25 $ 378.00 1,500.00 156.75 $ 313.50 $ 75,0110.00 28 Water Mitigutien Darn and Wein LS 55,000.00 27 Btow-011 Assembly 2 EA 51,500.00 26 13" PIM SDR -20 Graytty Sown Pipe 300 IF 590.00 29 4.10 Seamy Sewer MM111010, V ID 6 Depth 3 E4 53,500.00 30 4' ID Sanitary SO.Yet Manhole Additional Deo 20 VF 5300.00 31 Concrete Anchor los Gravity SOWN Uri. 2 EA 51,000.00 32 Unduroul anti Medan tor Sanitary Sewer 10 CY $2100 33 4' Sanitary Sewer Service Une 100 LF 535.00 34 4' Sewer Sessisa Tap 5 EA $1,000.00 4.000.00 S 4,000.00 12,000.00 $ 12,000.00 500,000.00 $ 500,000,00 2,000.00 $ 2,000.00 O 36,00 5 216,720.00 33.00 $ 1,980.00 33.00 5 6130.00 35.00 0 700.00 75.00 $ 7,500.00 2,800.00 5 19,600.00 2,400.00 $ 7,200.00 2,200.00 $ 2.200.00 1,300.00 5 13,000.00 5 409.09 S 400.00 $ 3,150.00 $ 40,950.00 1,200.00 $ 1,200.00 1,150.00 5 4,600.00 3 1,150.00 $ 2,300.00 3 35.00 S 101,500.00 700.00 $ 35,000.00 32.00 0 6,400.00 7.25 $ 38,425.00 150.00 $ 1,200.00 5 1,200.00 $ 2,400.00 190.85 $ 95,425.00 5 5,000.00 12,373,87 $ 12,373.87 5 60.00 30,000.00 5 6,000.00 5 6,000.00 $ 3,000.00 5 866.68 $ 1,733.36 5 1.000 00 $ 2000.00 5 27,000.00 0 57.16 $ 17,145.00 90.00 27,000.00 $ 10,500.09 1,321.05 5 3,963.15 $ 20300.00 $ 8,400.00 $ 6,000.00 185.02 $ 3,700.40 2.000.00 1,086.25 $ 2,172.50 220.00 3 4,400.00 500.00 0 1,000.00 5 200.00 5 22.44 5 224.40 40.00 5 400.00 5 3,500.00 5 31.80 5 3,160.00 35 Conned lo Eillsting Sanitary SOWN Meahole EA 51,500.00 34 Demolish Exiabnia Manix4e 2 EA 5750.00 37 Rods Excavation for Sewer Line 25 CY 5150.00 39 Water Service Una 130 LIF $20.00 30 Water Meter Salting 2 EA 51,250.00 40 8" PVC 5014.213 Gray lty Sews Pipe CMG LF 590.00 41 4' Sanitary Sewer Saclike Lisa 25 IS 03500 35.00 $ 3,500.00 $ 5.000.00 S 159.00 S 795.00 $ 1,500.00 5 454.50 5 454.5(1 $ 1.500.00 5 204.50 200.00 5 1,000.00 1,800.00 $ 1,800.00 409.00 $ 1,000.00 5 2,000.00 $ 3.750.00 S 210.85 $ 5,271.25 150.00 3,750.00 $ 2,600.00 0 30.98 4.027.40 5 35.00 5 4,550.00 S 2,500.00 429.56 5. 1359.12 $ 131,000.00 67.16 890.00 5 1,780.00 60,444.00 50.00 $ 45,000.00 875,00 0 31.80 0 795.00 $ 35,00 $ 875.00 ITR14 an- OF FAvErre.v[LLE mama SEQUOYAN WATER AND SEWER 'IMPROVEMENTS Bid tendslien • Bids Opened 1000 AM Tuesday, Jentory 13, 2009 DESCRIPTION ESTIMATED UNIT QUANTITY ENGINEERS ESTIMATE UNIT PRICE TOTAL AMOUNT LARUE com-RActoR. INC. SEVEN VALLEYS CONSTRUCTION CO. UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT 43 4' ID Sanitary SIMON Manhole, Oto E7 Depth EA 53,500.00 44 4' iD $anlinry Sava, seanSola Adonal Dept 20 NAF 5300.00 46 Undercut and Badiflil for Sanitary Sewer 10 CY 520.00 48 Conned to Existing Sanitary Stever Manhole 2 EA 51,500.00 47 Reck Excavation tor Strom Une 75 CY 5150,00 48 6" PVC C-500 DR -.14 Water line 1400 LF 580.00 49 2.• Poi yethylene water Line LF 030.00 50 16- Steal Encasement by Open Cut 20 lF 5250.00 51 8x8" Topping Sleeve and Valve 3 EA 54,500.00 52 2"X2" Service Saddle EA 5500.00 53 13" 0010 Valk.° EA 52.500.00 84 2" Ball Veva EA 5500.00 55 Fire Hydrant Assembly 2 EA $4.000.00 50 Cut en:I Plug Existing Ir Water line 3 EA 51,500.00 57 Cul ond Plug Existing Er Wend Line 3 EA $1,250.00 5 13,250.00 8091 $ 3,228.23 75.00 5 3,975.00 S 31,500.00 5 1,321.05 S 11,889.45 $ 5,000.00 185.02 $ 3,700.40 $ 200.00 5 22.44 $ 224.40 $ 3.000.00 5 454,50 $ 909.00 2,800.00 $ 25,200.00 $ 11250.00 210.85 15,813.75 5 112,000.00 0 42.73 5 59,822.00 150.00 5 38.31 $ 191.55 220_00 4,400.00 40.00 0 400.00 1,800.00 3,500.00 1 00 00 7,500.00 3600 $ 50,40000 35.00 $ 175.00 $ 5,000.00 5 60.91 S 1,21920 75,00 $ 1.50000 $ 13,500.00 2,341.95 $ 7,025.88 2,800.00 $ 8,400.00 1 500.00 780.94 $ 780.94 730.00 $ 730.00 1 2,500.00 8 985.89 $ 985.89 $ 1,300.00 5 1,300.00 1 500.00 5 395.46 5 395.46 5 400.00 $ 400.00 $ 8,00000 5 2.980.17 5 5,960.34 $ 3,150.00 5 6,300.00 $ 4.500.00 0 478.13 S 1,437.39 1,450.00 5 4,150.00 3,75000 1 5 239,11 6 717,33 5 1,200.00 3 3,60300 $ 26.000.00 30.98 5 40.274.00 35.00 5 45.500.00 50 Willer Sewn* Line 1300 17 $20.00 68 Weiler Mater Setting 23 EA 51.200.00 5 24.000.00 5 429.56 5 6,591.20 700.00 5 14,000.00 S 800.00 22.44 5 897.60 5 32.00 5 1,280.00 00 • Undercut end Saddle fie Weier Um 40 cY 52000 $ 6,100.00 $ 9.10 $ 8,190.00 7.25 $ 6,525.00 01 Ductile imn Fittings tor Wider Line 900 Le 5520 0 3,000.00 47.25 $ 283.50 150,00 S 900.00 02 Abandon Existing Water Vero a EA 5509.00 $ 750.00 156.75 $ 156.75 1,20(1.00 $ 1,2120.00 83 Abendon Existing Fire Hydnont Assembly EA 5750.00 S 22500.00 190.85 $ 28,627.50 60,00 $ 9,000.00 04 Rock Excavation for Weed Une 150 CY 5150.00 0 10000.00 $ 1,772.00 0 1,772.00 5,000.00 $ 5,000.00 as Romove end Disease of Existing Building LS 010,000.00 0.6 OexmAish ExistereManhole EA 5750.00 5 750.00 $ 204.50 $ 204.50 1,009.00 5 1,000.09 tp 5 3,500.00 $ 1,321.05 $ 1,321.05 $ 2,800.00 5 2,800.00 07 41) Sanitary Sewer Manhole. EY to 6 Depth EA 53.500.00 0 1.750.00 31.80 S 1,590.00 35.00 $ 1,750.00 118 4' Sanitary SEMEA Service Una 50 15 535.00 5 1,000.00 5 159.00 $ 159.00 3 200.00 S 200.00 89 4' Sewer Samna Tap EA 51,000.00 Total Blue Bid Prke 5 1,511,725.00 Total Amount BEd S 947,628.99 Total Amount 131c1 $ 1,376,775,00 Deductive Allernate 74o. I (2310 39) 8 86,056.00 Deductive Alternate a0o. 2 (401047) $ 147,075.00 Deductive Alternate Mo. 1 128 to 39) 42,204.72 Deductive Alternate No. 1 (28 9o39) 59,580.00 Deductive Attamate No. 2 (40 to 47) 97,004.23 Deductive Alternate No. 3(48 to 69) $ 252,550.00 ()eductive Alternate No. 3 401o99) 170,582.08 Deductive Alternate No. 2 (40 10 47) 90,950.00 Deductive Alternate leo. 3(0 to 69) $ 186,310.00 4 0012 ITEM C11'1' OF FAVF,TTEVILLE MOUNT SEQUOYAI3 WATER AND SEWER IIMPROVEN1E74TS Bid Tabulailles - Bids Opened 1000 AM Toesday, Jartairy 13.1009 DESCRIPTION ESTIMATED UNIT QUANTITY ENGNEERS ESTIMATE - ARCO EXCAVATION win- PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT 1 Erosion Control IS 525,000.00 2 Traffic Control LS 530,000.00 3 Mobilization 1 LS 565,000.00 4 Trench Excavation Safety LS 525,000.00 a lir PVC C-000 DR -14 Wales Line 8020 LF 580.00 0 0' PVC C-830 DR.14 Water Line ao LF S70.00 7 4' PVC C-900 CR -le Water Un e 20 LF 560.09 0 2" Polyethylene Water Una 20 LF 530.00 0 10' Steal Encasement by Open Cut 100 LF 5250.00 tO War Tapping Stereve /aid Valve EA 54,500.00 11 rotir Tapping Sleeve ard Vatve EA 53,500.00 12 4"x4" Tapping Sleeve and Valve EA 52,500.00 13 8" Gate Valve 10 EA 52,500.00 14 2' Bali Volvo EA 6500.00 /5 Flro Hydrant Assembly 13 EA 54,000.00 16 Cut and Plug Existing 8" Wolor Line EA 51,250.00 17 Cut and Plug Existing 13' VValer Line EA 51,250.00 18 CIA and Plug &Ealing I" Water Line 2 EA 51,00000 19 Water Service Una 2900 LF 520.00 20 Water Mater Settirtg so EA 51,200.00 21 Undercut vied OrtclAillfor Water Una 206 CY 520.00 22 Ductile Iron Fittings for Water Use 5300 LB 69.00 23 Abandon Existing Water Valve 6 EA 5500.00 24 Abandon Existing Etre Hydrant Assembly 2 EA 5750.00 25 Rook Excavation for Welot Lino 500 CY 315000 $ 25,000.00 5 10,000.00 5 10.000.00 $ 30,000.00 . 58,000.00 S 58,000.00 $ 65,000.00 § 50,000.00 $ 50,000.00 $ 25,000.00 5 7,000.00 5 7000.00 5 481,600.00 0 72.00 5 433,440.00 $ 4.200.00 5 70.00 S 4,200.00 $ 1,200.00 5 50.00 5 1,000.00 5 609.00 5 30.00 $ 600.00 $ 25,000.00 5 90.00 $ 9,000.00 5 31,500.00 5 2,500.00 5 17,500.00 S 10,500.00 $ 2.200.00 5 6,000.09 $ 2,500.00 1,700.00 5 1,700.00 $ 25,000.00 1,400.00 $ 14,000.00 5 500.00 600.00 $ 609.00 ' 5 52,000.00 5 3,200.00 5 41,600.00 5 1,250.00 $ 450.00 $ 450.00 3 5,000.00 5 450.00 5 1,600.00 5 2.000.00 5 400,00 5 800.00 $ 50,000.00 3 cam $ 074.000.00 3 66,000.00 5 650.00 5 32,500.00 $ 4,000.00 5 18.00 $ 3,000.00 3 47,700.00 5 7.00 5 37,100.00 $ 4.000.00 5 1,000.00 $ 8,000.00 $ 1,500.00 5 1,000.00 $ 2,000.00 5 75,000.00 1130.00 $ 90,000.00 26 Water Mtligation Dam end Drain 15 55000.00 27 Blow-OffAasambly 2 EA 51,500.00 28 r PVC SDR -20 Gravity Sewer Pa, 300 LF 590.00 24 4' ID Sanitary Saeger Manhoia, 0 to 5 Depth 3 EA 53.500.00 30 4' ID Sanitary Sewer Merhoie Additional Dept 20 VF 5300.00 31 Concrete Anchor for Gravity Sewer Une 2 EA 51,000 00 32 Undarom and Backlill for Sanitary Sewer 10 CY 520.00 33 4" SeAllery Sewer Sarrica Line 100 LF 535.00 34 4" Sewer ServEca Tap EA 51,000.00 35 Connect to Exlatirg Sanitary Sower Manhole EA 51,500.00 SO Demolish Exisling Manhole 2 EA 5750.00 57 Rack Excavation for Sewer Line 25 CY 5150.00 38 Water Service Lint 130 LF 520.00 39 Water Meter Salting 2 EA 51250.00 10 0" PVC SDR -20 Gravgy Sower Pips 000 LF 590.00 41 4" Sanitary SOWN Service Line 25 LF 535.00 $ 5,000.00 5 4,000.00 5 4,000.00 $ 3,000.00 800.00 $ 1,60000 $ 27,000.00 72.00 5 21,690.00 $ 10,500.00 1,600.00 5 4.600.00 S 5,4000.00•170.00 5 3.400.00 5 2,000.00 1,500.00 5 3.000.00 200.00 5 50.00 5 500.00 5 3,500.00 50.00 5.00000 5 'S.00G.00U 1 500.00 2,500.00 1,500.09 5 1,400.00 5 1,400.00 1,500.00 5 800.00 1,600.00 3,750.00 200.00 $ 5,000,00 2,600.00U 3 60.00 5 7,000.00 5 2.500 00 650.00 $ 1,300.00 $ 81.000.00 5 72.00 $ 64,800.00 5 875.00 5 50.00 5 1,250.00 ITEM CITY OF FAYETTF.VILLE MOUNT SEQUOVAD WATER AND SEWER ii3IPROVEMENTS Bid Taindelion - Bids Opened 1000 AM Tuesday, January 13, 2800 DESCRIPTION 4 ,41 11......111,1111 .441,11 ESTIMATED UNIT QUANTITY ENGINEERS ESTIMATE UNIT PRICE TOTAL AmOLINT 43 4' ID Sanitary Seaver Manhole, 0to 5' Depth EA 53,500.00 44 4ID Sanhery Sewer Manhole Additionee Depl 20 VF 5300.00 45 Undercut and Backfill for Senilncy SWAN 10 CY $29.00 40 Connect to Existing Sanitary Sewer Merhoki 2 EA 51,500.00 47 Rock Excavation fur Sereer Uhe 75 CY 5150.00 48 8' PVC C-000 OR -14 Water Une 1400 LP 580.00 rig r Polyethylene Water Liao LF 530.00 5. 13.250 00 $ 31400.00 ARMEXCAVATION -UNIT PRICE TOTAL AMOUNT 90,00 6 4,770.00 1,600.00 6 14,400.00 $ 6.000.00 170.00 $ 3,400.00 200.00 50.00 $ 500.00 50 lef Steel Encasement by Open CIA 29 LF 5250.00 51 IrK0' Tapping Sleeve and Volvo 3 EA 54,500.00 52 27.2" Service Saddle EA 6500.00 53 lir Gate Valve EA 52.500.09 54 2' Be) Valve EA 5500.00 55 Fire Hydrent Assembly 2 EA 54,000.00 50 Cui and Pleit ExIslino 12' Water Una 3 EA $1,500.00 3.000.00 1,309.00 $ 2,600.00 § 11,250.00 180.00 5 13,500.00 $ 112,000.00 72.00 $ 100,800.00 150.00 100.00 S 500.00 5.00090 90.00 5 1,800_00 13.500.00 2,500.00 $ 7,500.00 57 Cut end Plug Existing IT Water Line 3 EA 61,250.00 58 INator Service Una 1300 IS 520.00 50 Water Meter Setting 20 EA 51,200.00 80 Undercut and tiadif21 for Water line 40 CY 520.00 81 Ductile Imn Fittings for Writer Line WO LB 59.00 02 Abrodon Existing Water Valve El EA 5500.00 63 Abandon Existing Fire Hydrant Assembly EA 5750.00 04 Rock Excavation for Water Una 150 CY 5150.00 05 Remove and Dispose of Ealstirg Whim LS 610,000.00 00 Demolish Existing /Armhole EA 5750.00 07 er II3 Sanitary $eme Mamma cc to a Depth EA 53,500.00 00 4' Simitary Sorter Service Une 50 LF 535.00 60 4' Screwr SesvIce Tap EA 91,000.00 500.00 200.00 $ 200.00 2.500.00 1,400.00 $ 1,400.00 5 500.00 609.00 5 609.00 $ 6,000,00 3,200.00 $ 6,400.00 $ 4,50090 650.00 $ 1.950.00 5 3.750.00 450.00 5 1,350.00 5 26.000.00 60.00 St 78,000.00 $ 24,000.00 650.00 5 13.000.00 800.00 18.00 5 720.00 8.100.00 7.00 6 6,300.00 3,000.00 1.009.09 S 6,000.00 750.00 1,000.00 5 1,000.00 $ 22,500.00 185.00 $ 27.750.00 $ 10,000.00 2,000.00 $ 2,000.00 $ 750.00 3,090.00 3,000.00 3,500.00 1,600.00 $ 1,600.00 5 1,750,00 50.00 $ 2,500.90 1,000.00 500.00 5. 500.00 Total Base 614 Price $ 1,511,725,00 Total Amount Bid $ 1,439,080.00 Dedective Alternate Ne. I (28 to 39) Deduttive Alternate $ 66,050.00 4O. 1 (28 to 39) 6 57,900.00 Deductive Alternate .No. 2 449 1o17) DeduCtive Alternate $ 147,075.00 NO. 2(4000 47) $ 105.220.00 Deductive Alternate Deductive Attemate No. 3 ( 48 to 69) 252,550.01 NO. 3 45 to 69) 3 264,870.00 ITEM CITY OF FAYETTEVILLE MOUNT SEQUOYAH WATER AND SEIA'EH limpROWNIENTs Bid UluIsttan - Bids Opened MOO Ahl Tuesday, J2.110:31'y 1.5, 2009 DESCRIPTION ESTIMATED UNIT QUANTITY ENCNEERS ESTIMATE UNIT PRICE TOTAL AMOUNT 1 Erosion Controt LS 525,000.00 2 Trofric Control IS 530,000.00 3 Moblitystion LS 565,000.00 4 Trench Excavation Safety LS 525.000.00 5 r PVC C -9000R-14 Wetter Line 0020 LF $80.00 8 a. PVCC-900 DR -14 Water Line 80 LF 570.00 1 4' PVC C-000 DR -14 Weer tine 20 LF 560.00 6 2' Polyethylene Water Lino 20 LE 53000 0 lir Moat Encasement by Open Cut 100 LF $250.00 10 Irx8' Tapping Sleeve end Volvo 7 EA 54,500.00 11 6"x6" Tapping Sleeve end VaNe 3 EA 5350040 12 ex4Tappin3 Sleeve and Valve 7 EA 82,500.00 13 0' Gate Valve 10 EA 52,500.00 14 2' BM Valve 5 EA 5500.00 15 Vire Hydrant Assembly 13 EA 54,090.00 16 Cut rind Rug Existing r Water Line EA 51,250.00 17 Ca and Plug Existing 6" Water Line 4 EA 51,250.00 18 Cut and Plug Exiding 4' Water Line 2 EA 51,000.00 19 Water Service Line 2900 LF 520.00 20 Water Motet Setting 50 EA 51,200.00 21 Undercut end Baddill for Water Line 2011 CY 520.00 22 DucIlle Iron Flihngs for Wotor Line 5300 te $9.00 23 Abandon Existing Writer Wive EA 5500.00 24 Abandon Existing Fire Hydrant Assembly 2 . EA 5750.00 25 Rook Excavation for water une 500 CY 5150.00 5 25,000.00 5 30.000110 $ 65,000.00 $ 25.000.00 5 461,600.00 $ 4,200.00 1,200.00 600.00 5 25,000.00 $ 31,500.00 10,500.00 2,500.00 $ 25,000.00 500.00 5 52,000.00 S 1,250.00 $ 5,000.00 2,000,00 $ 56,000.00 60.000.00 $ 4,000.00 26 Water Attlgation Dom ned Drain LS $5,000.00 27 EnowOff Assamdy 2 EA 51.500.00 29 8' PVC SOR-26 Gravity Sewer Pipe 300 LF 590.00 29 4' ID Smeltery Sesser Manhole, 0' to 9' Depth 3 EA 53,500.00 30 4' ID Sanitary Sower Manhole Additional Dept 20 VF 5300.00 31 Concrete Anchor for Grayhy Sewer Line 2 EA 51,000.00 32 tJndercut end Backlit! for Salley Sewer 10 . CY $20.00 33 e Sanitary Sewer Service Line 100 LF 535.00 34 4" SOWN' Service Tap 3 EA 51.000.00 35 Conned to Existing Sanitary Sewer Monholn EA 51,500.00 34 Demolish Exlstinp Manhole 2 EA 5750.00 37 Rock Excavation for Sewer Une 25 CY 5150.00 38 Winer Service Une 130 LF 52040 39 Water Meter Setting 2 EA 51,259,00 40 8' PVC SDR-211Gravhy Sewer Pipe 930 LF 590.00 41, 4" Sanitary Sewer Sendai Una 25 IF 535.00 $ 41.700.00 5 4,000.00 $ 1,500.00 $. 75,000.00 $ 5,000.00 3,000.00 5 27,000.00 5 10,509.00 6,000.00 $ 2,000.00 200.00 3500.00 5.009.00 1,500.00 1,500.00 5 3,750.00 5 2,600.00 2,500.00 $ 81,090.00 875.00 FAYETTE TREE & TRENCH swETE-T-ggit UNIT PRICE TOTAL AMOUNT UNIT IPRICE TOTAL AMOUNT 5 9.00000 $ 9,000.00 $ 26,000.00 5 26,000.00 $ 36,500.00 5 36,500.00 5 15.500.00 5 15,500,00 5 18,750.00 5 18,750.00 $ 30,200.00 $ 30,200.00 5 27,500.00 $ 27,500.00 5 2.500.00 $ 2,500.00 $ 92.92 $ 559,378.40 5 75.00 $ 451,500.00 s 15.00 5 90000 5 70.00 5 4,200.00 8 15.00 $ 300.00 5 70.00 5 1.400.09 0 1500 $ 300.00 5 73.00 5 1,460.00 $ 95.00 $ 9,500.09 5 145.00 5 14,500.00 5 3,6100.00 $ 26,609.00 5 3.85000 5 26,950.00 5 2,900.00 5 8,700.00 5 3000.00 5 9,000.00 $ 2,100.00 5 2,100.00 $ 2,575.00 5 2,575.00 $ 1,850.00 5 18,500.00 $ 2,125.00 $ 21,250.00 $ 250.00 $ 250.00 $ 550.00 5 550.00 s 5,010.00 $ 65,130.00 $ 5.225.00 5 67,925.00 $ 600.00 $ 600.00 $ 625.00 5 625.00 $ 560.00 $ 2,240.00 $ 500.00 5 2,000.00 s 500.00 5 1,000.00 $ 350.00 $ 700.09 s 21.55 $ 62,495.00 5 57.50 $ 166,750.00 s 2,900.00 5 149,500.013 5 550.00 $ 27,500.00 5 45.00 $ 5,000.00 $ 14.00 $ 2,800.00 s 7.76 5 41,075.00 0. 12.50 $ 66,250.00 $ 575.00 5 1,400.00 $ 500.00 5 4,000.00 O 500.00 1,000.00 $ 550.00 5 1,100.00 1.00 5 500.00 1 5 175.00 $ 87,500.00 14,960.00 $ 14,960.001 1 1,200.00 8 1,200.00 1,450.00 6 2,900.00 1 5 1,600.00 5 3.200.00 126.43 5 37,929.00 85.00 5 25.500.00 3,625.00 5 9,075.00 15 3,600.00 $ 10,800.00 395.00 5 7,900.00 200.00 5. 4,000.00 1,000.00 $ 2,000.00 1 $ 1,000.00 5 2,000.00 50.00 5 500.00 1 5 14.00 $ 140.00 5 10.00 $ 1,000.00 1 5 80.00 5 6,000.00 300.00 $ 1,500.00 1 5 350.00 $ 1,750.00 1.750,00 $ 1,75000 1 5 600.00 5 500.00 s 650.00 $ 1,300.00 5 350.00 $ 700.00 s 175.00 5 4.375.03 5 175.00 0. 4,375.00 27.00 $ 3,510.00 5 56.00 5 7.280.00 5 1,350.00 $ 2,700.00 5 900.00 5 1,800.00 $ 88.46 5 79,614.00 5 85.00 $ 76,500.00 30.00 $ 750.00 5 80.00 5 2,000.00 rrEm CITY OF FAYETTEVILLE MOUNT SEQUOYAH WATER AND SEWER [IMPROVEMENTS Bid Tabutatlea - Blds Opened 10:00 AM Tuesday. J10 or' 13, 2009 DESCRIPTION ESTIMATED UNIT QUANTITY ENGINEERS ESTIMATE AVh-TrE TREE & fRTENCH SWEETS eR UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT 42 ir Meal Encasement BY Osten Cut 53 LF 5250.00 43 4' ill Sanitary Sower Manhole. 0 to 6 Depth 9 EA 53.500.013 44 4' ID Stimitery Sewer Manhole Addtional Dept 20 VF 5300.00 45 Undercul and Becafla for Sanitary Sewer 10 CY 520.00 40 Conned lo Existing Sanitary Sewer Manhole 2 EA 61.500.00 47 Rock Etcavation for SOWS3f Une 75 CY 5150.00 48 r PVC C4200 DR.14 Water Line 1400 IF 680.00 40 2' Polyethylene Wntor Line 5 IF 530.00 13,260.00 31,500.00 $ 8,000.00 $ 200.00 3,000.00 $ 11,250.00 . $ 112,00000 SO ir steel Encasement by Oren Cul 20 LF 6250.00 51 irxr Tapping Sleeve and Valve 3 EA 54.500.00 52 27.7' Service Soddto EA 6500.00 53 6' Gale Valve EA 62,500.00 64 2' Ball Valve 1 EA 5500.00 65 Fire Hydrant Assembly 2 EA 54,000.00 56 Cut and Plug Existing 12' Waive Line 3 EA 51,500.00 57 Cut and Plug Existing 0' Water Uro 3 EA 61,250.00 150.00 5,000.00 $ 13,500.00 58 Water Service Una 1300, LF 620.00 50 Water Meter Setting 20 EA 51.200.00 00 undarco and Backtill for Welts Une 40 CY 620.00 01 DuCtrte Iron Fittings for vemoi Line 000 LB 59.00 02 Abandon ExisOng Water Valve 0 EA 5500.00 03 Abandon Existing Fire HOW.' Assembly EA 5750.00 04 Rock Excavetion for Wel& Line 150 CY 6150.00 85 ReMOYa and Diatom of Existing Building LS 610.000.00 80 Dernotish Existing Manhole EA 5750.00 67 410 SanRent.sewor manhole, (rt. e Depth t EA 53.500.00 tta 4' Sanitary Sewer Service Line 50 LF 635.00 500.00 5 2,500 00 500.00 8,000.00 4,500.00 $ 3,750.00 $ 26.000.00 24,000.00 5 800.00 8,100.00 5 3.000.00 02 4' Sewer Service Tap EA 51,000.00 $ 750.00 22,500.00 10,000.00 750.00 5 3.50000 1,750.00 1.000.00 Total Base Bid Prim S 1,511,725.00 Dethrt-lhe Atterente Ne. I 425 to 39) $ 66,050.00 Deductive Alternate Ne. 2 (451; 47) $ 147,075.00 Deductive Atiernate No.34 41116 69) $ 252,550.00 12000 6 6,300.00 2,750.00 $ 24,750.00 400.00 $ 0,00000 55.00 $ 550.00 2,500.00 $ 5.000.00 20.00 6 1.500.00 92.89 $ 130.032.00 30.00 5 150,00 95.00 $ 1,80000 2.050.00 $ 8,550.00 590.00 $ 59000 1,400.00 $ 4.400,00 250.00 6 250.00 5 4,975.00 5 9,950.00 775.00 2,325.00 000.00 $ 1,800,00 145.00 7,685.00 3,600,00 32,440.00 200.00 $ 4,000.00 14.00 $ 140.00 500.00 6 1,000.09 175,00 $ 13,125.00 85.00 $ 119,000.00 175.00 $ 875.00 145,00 2,900.00 3,850.00 6 01,55000 280,00 $ 280.00 1,825.00 $ 1,825.00 850.00 $ 850.00 4,800.00 5 5,600.00 800.00 6 2.400.00 650,00 $ 1,950.00 21.55 5 26,015.00 60.50 5 78,850.00 2.550.00 5. 51,090.00 50.00 6 2,009.00 13.25 5 7,425 00 175.00 5 1,050.00 500.00 $ 500.00 5 1.00 $ 150.00 2,650.00 5 2,550.00 1,300.00 $ 1,300.00 2,950.00 5 2,950.00 20.00 5 1,000.00 625.00 $ 12,50-00 14.00 $ 560.00 12_00 5 10,800.00 500.00 5 3,000.00 600.00 1 60000 5 175.00 $ 26,250 00 1,620.00 5 1020 00 500.00 5 500.00 5 3,600.00 3,600.00 65.00 5 3,250.00 500.00 500.00 300.00 5 300.00 Total Amount Bid $ 1.525.628.40 Total Amount 131d S. 1,535,590.00 Deductive Alternate No. 1 (28 to 39) 73.539.00 Deductive Alternate No. 1 (29 to 39) 5 60 04500 Deductive Alternate No. 2 (40 to 47) $ 126,524.05 Deductive Alternate No. 2 (4090 47) $ 136,650.00 Deductive Alternate No. 3 ( 413 to 69) Deductive Alternate $ 255,487.00 No. 3 ( 48 to 69) 3 292,660.00 L 8o1 12 ITEM CITYOF FAYETTEVILLE MOUNT SEQUOVAH WATER AND SEWER IMPROVEMENTS Bld Tabulation - Bktz Opened 1.0:00 ANI TarstIn.', Januar!. 1.1, 2009 DESCRIPTION ESTIMATED UNIT QUANTITY ENGINEERS ESTIMATE FOCHTMAN CONSTRUCTION N.E.0 UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT 1 Erosion Contra LS 525,000.00 2 Traffic Control Ls 530,000.00 3 Mobilization 1 LS 565,000.00 4 Trench Emewstion Safety 1 LS 525,000.00 5 8" PVC C-900 DR -14 Water Line 6020 LF 580.00 6 Ir PVC C4100 DR -14 Water Une en IF 570.00 7 4' PVC C4300 DR -I4 Water Una 20 LF 560.00 13 2' PoNaihylor a W Mar Line 20 LF 530.00 0 Mr Sleci Enctuament by Open Cul 100 LF 5250.00 10 6"x6'TeppIng_Slerwo and Were 7 EA 54,500.00 11 17'46' Tapping Sleeve and voice 3 EA 53,500.00 12 ex 1- INTIM Sleeve and Valve EA 52,500.00 13 6' Gale VeNe 10 EA 52,500.00 14 2" Ball Velya 1 EA 5500.00 16 Fite Hydrant AesembN 13 EA 54,000.00 la cdd end Rug Eidding Iir Water Line EA 51,250,00 17 Cut end PlugSzIsting Ir Waier Une 4 EA 51,250.00 15 Cut and Plug Existing 4Water Line 2 EA 51,000.00 19 Water Service Line 2900 LF 520.00 20 Wed' Mater Sedum 50 EA 51,200.00 21 Undercut end Beddill for Water Line 200 CY 520.00 22 Ductile Iron Fillings for Water Line 5300 LB 59.00 23 Menden Rotating Water VaNe a EA 5500.00 24 Abandon ExIeting Fire Hydiant Assembly 1 EA 575000 25 Rock Excavation for Water Line NO CY 5150.00 25.000.00 5 19000.00 $ 19,000.00 $ 36,323.00 $ 36.323.00 5 30,000.00 $ 71.000.00 $ 71,000.00 $ 28,776.00 5 28,776.00 5 65,000.00 25,000.00 42,000.00 $ 426100.00 5 17,126.00 5 17.126.00 21,090.00 $ 25,000.00 5 12,027.00 5 12,027.00 $ 481,600.00 26 water Mdigertion Dam and Drain LS 55,000.00 22 Blow0Il Mawr* 2 EA 51,500.00 28 IT PVC SOR•26 Gravity Sewer Pipe 300 IF 590.00 29 4' II0 Sanitary Sow Manhoie, a to tr Depth 3 EA 53,500.00 30 4' ID soNtricy Sewer Manhole Atid4itnial D*pl 20 VF $300.00 .. 31 Concrete Anther for Gravity Sower Line 2 EA 51,000.00 32 Undercut and 8acitf16 for Sanitary Sewer 10 CY 520.00 33 4' Sanitary Sewer Service Line 100 LF 535.00 Se e" Sewer Service Tap 5 £.4 51.000.00 35 Connect to ExislIng Sanitary Sewer MYmbole 1 EA 51,500.00 39 Demolish Existing Manhole 2 EA 5750.00 37 Reck Excavation for Sewn Line 26 CY 5150.00 39 Weter Service Une 130 LF 520.00 39 Weber Meter Sating EL 51-250.00 do a- PVC SOR.,20 Gravay Sower Pipe 600 LF 590.00 41 4" Sanitary Sewer service Line 25 LF 535.00 5 4,200.00 7/.00 $ 463,540.00 $ 137.09 5 824.740.00 7690 5 4,560.00 $ 129.00 5 7,740.00 1,200.00 600.00 $ 25,000.00 5 75.00 1.500.00 73.50 $ 1,470.00 $ 74.00 $ 1,480.00 $ 62.50 S 1,250.00 5 31,500.00 140.00 5 14,000.00 $ 110.00 $ 11,000.00 3,000.00 $ 21,000.00 5 3,491.00 5 24,437.00 10,500.00 2,500.00 2.700.00 $ 8,10100 $ 2,96E00 6 8,898.00 2.400.00 $ 2,400.00 5 2,703.00 $ 2,703.00 $ 25,000.00 $ 50000 52,000.00 1,250.00 1,100,00 5 51,090.00 5 1,393.00 $ 13,930.00 500.00 $ 500.00 6 335,00 $ 335.00 3,700.00 $ 48,100.00 $. 4,420.00 $ 57,460.00 1,100.00 $ 1,100.00 $ 1,450.00 $ 1,450.00 $ 5,000.00 $ 2,000.00 900.09 3,600.00 $ 1,661.00 5 6,644.00 700.00 9 1,400.00 $ 1.346,00 $ 2,692.00 5 58,000-00 5 60,000.00 50.00 S 14590090 $ 23.00 5 66,700.00 -1 2,000.00 5 100,000.00 5 892.00 $ 44.600.00 5 4,000.00 20.00 5 4,000.00 5 47,700.00 41.00 $ 8,200.00 5.00 $ 26.500.00 $ 4,000.00 5 1.500.00 $ 75,000.00 5 10.50 $ 55,650.00 40100 5 3,200.00 180.00 $ 1,440.00 700.00 5 1,400.00 5 601.00 5 1,202.00 110.00 5 55.000.00 5,000.00 $ 271.00 135.500.00 9,000,00 5 9,000.00 1 $ 3,652.00 $ 3,652.00 $ 3,000.00 1,10100 $ 2,200.00 1 5 1,951.00 $ 3,902,00 5 27,000.04 5 10,500_00 $ 6,000.00 110.00 $ 33,000.00 1 $ 84.50 $ 25,350.00 3,60100 $ 10,800.00 $ 2,672.00 $ 8,016.00 300.00 5 6,009.011 133.00 5 2,660.00 5 2,000.00 1,000.00 $ 2,000.00 1 $ 2,203.00 3 4,406.00 200.00 40.00 440.00 1 $ 41.00 5 41000 5 3,500.00 5,000.00 110,00 3 11,000.00 1 $ 33.50 5 3,350.00 500.00 6 2,506.00 1 S 601.00 5 3,005.00 1,500.00 1,00100 5 1,000.00 1 5 1,094.00 S 1.094,00 $ 1.500.00 5 3.750.00 $ 2.600.00 5 2,500.00 $ 81.00040 $ 875.00 900.00 5 1,800.00 5 902.00 5 1,904.00 300.00 5 7,500.00 $ 305.00 $ 7,525.00 50.00 5 6,500.00 $ 24.00 5 3,120.00 5 2,000.00 4.000.00 S 582.00 5 1,164.00 5 95.00 $ 85,500.00 5 149.00 $ 134,100.00 120.00 5 3,000.00 6 23.50 5 587.50 ITEM CITY OF FAYETTEVILLE 8101IINT SEQUOYAH MATER AND SEM ER !IMPROVEMENTS 13111 Tabulation - Rids Opened 10:00 AM Tuesday, January/3, 2009 DESCRIPTION ESTIMATED UNIT QUANTITY ENGNEERS ESTIMATE FOCRTMAN CONSTRUCTFON NEC. UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT 43 410 Sanitary Sewer Manhole. 0 lo 0' Depth 9 EA 53,500.00 44 4ID Smiley Sewer Manhole Additional ow 20 vP 5300.00 45 Undercut and Backfill for Smiley Saner 10 CY 520.00 40 Connect to ExIsling Sonitery Sewer Masao% 2 EA 51,500.00 47 Rock Escevation for Sewer Une 75 cv $150.00 48 8- PVC 0-900 DR -14 Water Line *400 LE 580.00 13,250.00 160.00 5 8,480.00 5 31.500.00 5 6,000.00 5 200.00 98.50 5220.50 3,300.00 $ 29,700.00 200.00 $ 4,000.00 2,665.00 5 23,985.00 133.00 $ 2,660.00 70.09 5 700.00 3,009.00 41.00 $ 410.00 1,100.00 5 2,200.00 $ 11.250.00 1,028.00 $ 2,056.00 200.00 5 15,000.00 $ 112,000.00 271.00 5 20,325.00 77.00 5 107,800.00 49 2' Polyethylene Water Dna 5 LF 530,00 60 10" Slard Encasement by Open Cut 20 LF 5250.00 51 Irstr Tapping Sleeve end Valve 3 EA 54,500.00 52 272 -Service Saddle EA 5500.00 53 a* Gide Valve EA 52500.00 54 2' Bail Valve EA 55013.00 55 Fire Hydrant Assembly 2 EA 54.000,00 58 Cut ond Plug Esistirg 12" Water Line 3 EA 51,500.00 57 Cul and Plug Ending 8" water Unn 3 EA 51,250.00 150.00 74.00 $ 370.00 5,000.00 144.00 1 201,600.00 14.50 $ 72.50 140.00 5 2,800.00 13.500.00 3,000.00 9.000.00 5 500.00 67.00 $ 1,340.00 5 3,500.00 $ 10,590.00 300.00 300.00 58 Water Service Line 1300 LF 520.00 50 Water Meter Setting 20 EA 51.200.00 00 Undercut and BackfIll for Water Ure 40 CY 520,00 01 Ductile Iron Fillings for Water Une 900 LB 59.00 82 Abandon. Esieting Water Valve 0 EA 5500.00 63 Abandon ExEstrnp Fire trydrem Assembly EA 5750.00 114 Reck EscsvatIon for Water Ono 100 CY 5150.00 65 ROSAOY0 end Disposa of Existing Bulking LS 510,000.00 05 Demolish Existing Motherly EA 5750.00 07 4C10 Simitary S.M.& M.11/10115, 0 to 6 Depth EA 53,500.00 68 4" Sanitary Sewer Service Uue 50 LF 535.00 2.50900 723.00 $ 723.00 1,100,00 S 1.100.00 500.00 1,413.00 $ 1,413.00 500.00 $ 500.00 8,000.00 947.00 5 447,00 3.700.00 $ 7.400,00 5 4,509.00 5 3.750.00 5 4,289.00 $ 8,5713.00 1.900.00 5,700.00 1,652.09 5 4,956.00 $ 1,100.00 S 3,300.00 5 28,000.00 1.163.00 1 3,489.00 50.00 5 65,000.00 24.000.00 23.50 $ 30,550.00 2.000.00 5 40,000.00 800.00 $ 5 905.00 $ 16,100.00 70.00 5 2.800.00 5 8,100.00 $ 4110 $ 1.640.00 5.00 5 4,500.00 $ 10.50 5 9,450.00 5 3,000.00 400.00 $ 2,400.00 750.00 5 22.500.09 700.00 5 700.00 110.00 $ 15,500.00 5 10.000.00 4,000.00 5 4.000,00 750.00 150.00 5 1,080.00 601.00 $ 601.00 5 271,00 5 40,650.00 5,014.00 5 6,014.09 990.00 $ 900.00 S 3,500.00 902.00 5 902.00 4,001300 ' 5 4,000.00 $ 1,750.00 2,672.00 $ 2.672.00 126.00 6,000.00 5 1,175.00 S 58,750.00 1,000.00 40 Sewer Service Tap EA 51,000.00 Total Base Bid Price 1,511,725.00 Deductive Ahernate No. 1328 to 39) 66,050.00 400,00 $ 400.00 Total Amount Bid $ 1,602,130.00 Deductive ildtemate No. 1(35 to 39) 86,500.00 5 601.00 $ 601.00 Total Amount Bid $ 2,036223.50 Deductive Attemate No. 1 (215 to 39) 1 61,904.00 Deduethe Allernale Ns 2(40 to 47) 5 147,075.00 Deductive Alternate No. 2 (40 to 47) 142 58 0 .90 Deductive Marmite No. 2 (40 to 47) 189,344.00 Deductive Ai(ernate 34e. 2 ( 49 te 69.1 $ 252,550.00 Deductive Alternate 190. 3 I 48 to 69) 5 285,470,00 Deductive Alternate No. 3(42 to 69) $ 404,128.50 100112 ITEM CITY OF FAYETTEVILLE A101..NT Si:QUI:WAR WATER AND SEWER 1151PROVEN1ENTS 8(4 Tabubitlen - Bids Opened 10:90 AM Tuesday, January 13, 2009 DESCRIPTION ESTIMATED UNIT QUANTITY ENGINEERS ESTIMATE GOODWIN & GOODWTN, INC. UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT 1 Erosion Control, 1 LS 525,000.00 2 Traffic Control is $30,000.00 3 Mobilization 1.5 565,000.00 a Trench Excav Minn Safety 1 LS 025,009,00 . 5 7 PVC C-003 DR -14 Waist Line 8020 IF $80.00 O 8" PVC C-600 DR -14 Water Uno 80 LF 570.00 7 4' PVC C-900 DR -14 Water Une 20 LF 060.00 4 2' Potyathy1ene Water Une 20 LF 530.00 O ir Stash Encasement by Open Cul 163 LF 5250.00 10 8'x0r Topping Sleeve and Volvo EA $4,500.00 11 inor Tapping Sleeve and Valve 3 EA 53,500.00 12 4'04" Tapping Sleeve and Valve EA 02.500.00 13 8" Gass Venus 10 EA 02,500.00 14 r 6811 Valve EA $500.00 15 Fire Hydrant Assembly 13 EA $4,000.00 16 Cul ani Plug Existing Er Winer Line EA 51,250.00 17 Cut Ind Plug Existing a- Water Una 4 EA 51,250.00 18 Cut and Plug Existing 7 Wane Uns 2 EA $1,000.00 19 Wolor Service Line 2900 LF $20.00 20 Wolof Meter Setting 50 EA $1,200.00 21 UnderrxX and Backlit! fur Weer Une 200 CY 020.00 22 Ductile iron Fittings for Water Une 5300 L8 09.00 23 Abandon Existing Water Valve 8 EA $500.00 24 Abenden Eldsling Fin, Rydrerrt Assembly 2 EA $750.00 25 Rock Excavation for Water line 590 CY $150.00 28 Water Mitigation Dam and Dristn LS 55,00000 27 Blow -Off Amembly 2 EA 51,500.00 28 8" PVC SDR -28 Gravity Sewer Pipe 306 LF 590.00 29 4' ID Sanitary Sever Memnon; 7 to V Depth 3 EA 53,500.00 30 4' 10 Simittry Sewer Menrefts Additional Dept 20 VF $300.00 31 Concrete Anchor for Gm ity Sower Line 2 EA 01,000.00 32 Undercut and Backilt for Sentlen• Saner 10 CY 520.06 33 4" Sanitary Sewer Service Line 190 LF 535.00 34 4" Sewer Service Tap 5 EA 51,000.00 35 Conned to Exislhng Sonitary SOW01 Manhole EA 51.500.00 38 Danottsh Existing Manhole 2 EA 5750.00 37 Rock Excavation for sorer Line 25 CY 5150.00 36 INister Service Une 130 LF 520.00 39 Wales Meter Setting 2 EA 51,250.00 40 7 PVC SDFt.20 Gravity Sewer Pipe 930 LF $90.00 41 4 Sinitare Sower Senrice Line 25 LP $35.00 $ 25,009.00 8,000.60 $ 8,000.00 $ 30,009.00 $ 35,000.00 $ 35,000.09 O 65,009.00 5 20,000.00 $ 20,000.09 $ 25,000.00 30.000.00 $ 30,090.00 $ 481,600.00 $ 165.00 $ 993,300.00 S 4,200.00 160.00 $ 9,600.00 $ 1,200,00 150,09 3.000.00 • 600.00 S 150.00 $ 3,000.00 $ 25,000.00 $ 125.00 5 12,500.00 $ 31,500.00 $ 3,700.00 $ 25,900.00 $ 10,500.00 3,009.00 $ 9,000.00 S 2,500.00 2,800.00 5 2,800.00 $ 25,000.00 $ 1,800.00 18,000.00 $ 500.00 $ 1,090.00 $ 1,000.00 S 52.000.00 3,800.00 0 49,400.03 O 1,250.00 2,000.00 $ 2,000.00 S 5,000.00 1,500.00 $ 6,000.00 $ 2,000.00 $ 1,250.90 2,500.00 S 58,000.00 45.00 0 130,500.00 $ 60,000.00 $ 700.00 $ 35,000.00 $ 4,000.00 12.60 S 2,400.00 $ 47,700.00 6.00 5 31,800.00 $ 4,000.00 $ 150.00 5 1,200.30 S 1,500.00 500.00 5 1,090.00 $ 75,030.00 125.00 $ 62,500.00 5.000.00 1,800.00 $ 1.800.00 5 3,000.00 1,00000 5 2,000.00 $ 27,000.00 965.00 $ 49,500.00 $ 10500.00 2,000.00 0 6,000.00 6,000.00 1 250.00 5 5,000.00 2.000.00 1,500.00 5 3,000.00 200.00 5 12.00 S 120.00 3.500.00 45.00 S 4,500.00 5.009.00 1,000.00 $ 5,000.00 1,500.00 1,500.00 $ 1,500.00 $ 1.500.00 700.00 $ 1,400.00 $ 3,750.00 250.00 5 6,250.00 0 2.600.00 $ 45.00 5 5.850.00 $ 2,500.00 5 700.00 0 1.400.00 $ 81,000.00 $ 165.00 $ 148,500.00 $ 875.00 45.00 5 1,125.00 ITEM CITY OF FAYETTEVILLE MOUNT SEQUOYAH WATER AND SEWER IIMPROVENIENTS Bid TalndlitIon - Bids Opened 10:00 AM Tuesday, january 13, 1009 ENGINEERS ESTIMATE DESCRIPTION ESTIMATED UNIT UNIT PRICE TOTAL AMOUNT I 1.9 oowitv & GooDwiN: I4rr PRICE TOTAL Am ousT npNC. QIJA,STITY .13 4' ID Sanitary Sower Mr:media, 0' to 6' Depth 9 EA 53,500,00 44 4' ID Sanitary Sauer Manhole Additional Dept 20 VE 5300.00 45 Undercul ard Basin! for Sorel/sly Sews 10 CY 020.05 40 Connect to Existing Sanitary Sewer Manhole 2 EA $1,500.00 47 Pock Essasalion for Sewer Line 75 CY 0150.00 48 6- PVC Crif00 DR0 4 Water Una 1403 LF 5E0.00 49 2' Polyethylene Water Una 5 IF 530.00 50 16" Sleet Encasement by Open Cut 20 LF 0250.00 5 I Era" Tapping Sleeve end Valve 3 EA 54,500.00 52 21Q' Service SMOG EA 5500.00 53 8' Ode Valve EA 52,500.00 54 2' Bell Valve, EA $500.00 55 Flra Hydrant Assembly 2 EA 54.000.00 611 Cut and Mug Existing 12' Water Une 3 EA 05.500.00 57 Cut and Plug Existing 8' Water Line 3 EA 51,250.00 58 Water Service Lino 1330 IF 520.00 60 Water Meter Setting 20 EA 51200.00 00 Undercut and Eltickfili for Water Lino 40 CY 520.00 01 Ductils iron Fittings for Water Line 900 LB 59.09 62 Abandon Existing Wider Melva a EA 5500.00 03 Abandon Existing Fire Hydrant Assembly EA 5250.00 04 Reek Excavation for Water Line 150 CY 5150.00 65 RamOve and Dispose of Existing fluitsfrog LS 510,000,00 86 Demolish Existing Manhole EA 5750.00 07 4'10 Sanitary Sower Manhole. 17 to Cr Depth EA 03,500.00 513 4' Senhnry Sewer Service Line 50 IF 035.00 09 4' SONAR Service Tap EA 51,00-00 $ 13,250.00 125.00 0 6.625.00 $ 31,500.00 $ 6,000.00 200.00 S 3,000.00 $ 11,250.00 $ 112,000.00 5 150.00 0 5,000.00 $ 13,500.00 590.00 2,500.00 50 0.00 0 6.040.00 4.500.00 $ 3.750.00 $ 26.000.00 S 24.000.00 80000 $ 8.100.00 $ 3,000.00 2,000.00 $ 15,000.00 250.09 5 5,000.00 12.00 $ 120.00 1,500.00 $ 3,000,00 250.00 18,750.00 165.00 $ 231.000.00 150.00 750.00 12500 $ 2,600.00 3,700.00 $ 11,100.00 500.00 600.00 1,800.00 5 1,800.09 1,000.05 5 1,000.00 3,600.00 $ 7,600.00 2,500.00 7.500.00 2.000.00 S 6.000.00 45.00 s 59,500.00 700.00 $ 14.000,00 5 $ 750.00 $ 22,500,00 $ 10,000.00 750.00 0 3,500.50 g 1,750.00 1,000.00 12,00 S 460.00 6.00 S 5,400,00 150.00 S 900.00 500.00 0 500,00 125.00 $ 18,751" $ 2,500.00 0 2,500,00 O 500.00 $ 500.00 2.000.00 $ 2,000.00 45.00 $ 2,250.00 1,000.00 s 1400-00 Total Base 814 Priee 3 1,511,225.00 Total knountl3Icl S 2,166,470.00 Deductive Alternate Deductive Alternate 140. 1120 1o39) $ 66,050.09 No. 1 .124 to 39) $ 80,520.00 Deductive Alternate Deductive Alternate No. 2 (40 le 421 $ 147,075.00 14o. 2 (40 to 47) 5 201,120.00 Deductive Atterreate Deductive Alternate No. 314914 69) $ 262,560.98 No. 3 ( 48 1009) $ 376,030.00 12 of 12 LARUE CONTRACTOR, INC. Harrison, Arkansas FINANCIAL STATEMENTS AND SUPPLEMENTARY INFORMATION For the Year Ended September 30, 2008 And ACCOUNTANT'S REPORT LARUE CONTRACTOR, INC. Harrison, Arkansas FINANCIAL STATEMENTS AND SUPPLEMENTARY, INFORMATION For The Year Ended September 30,2008 Contents Page Accountant's Report on Financial Statements Balance Sheet 1 Statement of Income and Retained Earnings 2 Statement of Cash Flows 3 Notes To Financial Statements Note 1 - Summary of Significant Accounting Policies 4-5 Note 2 - Contract Receivables 5 Note 3 - Related Party Transactions 5 Note 4- Long -Term Debt 6 Note 5 - Income Recognition 6 Note 6 - Income Taxes 7 Note 7 - Line of Credit 7 Accountant's Report on Supplementary Information Schedule 1 - Schedule of Revenues and 'Cost of Revenues Earned 8 Schedule 2 - Earnings from Contracts 9 Schedule 3 - Contracts Completed 10 Schedule 4 - Contracts in Progress 11 FERGUSON, COBB & ASSOCIATES, PLLC CERTIFIED PUBLIC ACCOUNTANTS #10 CORPORATE HILL, SUITE 330 LITTLE ROCK, ARKANSAS 72205 Phone: 501-221-3800 • Fax: 501-221-7058 To The Stockholders LARUE CONTRACTOR, INC. 1385 Tennyson Loop East Harrison, Arkansas 72601 INDEPENDENT ACCOUNTANT'S REVIEW REPORT We have reviewed the accompanying balance sheet of LaRue Contractor, Inc., as of September 30, 2008, and the related statements of income, retained earnings, and cash flows for the year then ended, in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. All information included in these financial statements is the representation of the management of LaRue Contractor, Inc. A review consists principally of inquiries of company personnel and analytical procedures applied to financial data. It is substantially less in scope than an audit in accordance with generally accepted auditing standards, the objective of which is the expression of an opinion regarding the financial statements taken as a whole. Accordingly, we do not express such an opinion. Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in conformity with generally accepted accounting principles. r Ferguson, Cobb & Associates, PLLC Little Rock, Arkansas December 8, 2008 Page I LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES Current maturities of long-term debt (Note 4) $ 112,000 Line of credit (Note 7) 100,000 Accounts payable 128,204 Payroll taxes withheld 1,696 Excess billings (Note 5) 17,843 Current deferred income taxes (Note 6) 7,500 Total Current Liabilities LONG-TERM LIABILITIES Long-term debt, net of current maturities (Note 4) $ 333,468 Deferred income taxes accrued (Note 6) 134,600 Total Long -Term Liabilities TOTAL LIABILITIES STOCKHOLDERS' EQUITY Common stock - no par value, 500 shares authorized, 100 shares issued and outstanding $ 300 Additional paid -in capital 50,000 Retained earnings 662,933 TOTAL STOCKHOLDERS' EQUITY TOTAL LIABILITIES AND STOCKHOLDERS' EQUITY SEE ACCOMPANYING NOTES $ 367,243 468,068 $ 835,311 713,233 $ 1,548,544 LARUE CONTRACTOR, INC. STATEMENT OF INCOME AND RETAINED EARNINGS FOR THE YEAR ENDED SEPTEMBER 30, 2008 NOT AUDITED - SEE ACCOUNTANT'S REVIEW REPORT Page 2 Percent of Revenues CONSTRUCTION REVENUES EARNED $ 1,549,219 100.0 % COST OF REVENUES EARNED 1,473,771 95.1 GROSS PROFIT 75,448 4.9 % OPERATING EXPENSES Officer salaries $ 82,545 Insurance 29,761 Professional fees 13,920 Utilities and telephone 9,961 Other taxes and licenses 8,703 Payroll taxes 6,964 Office supplies and expense 6,717 Miscellaneous 1,699 Total Operating Expenses 160,270 10.3 NET LOSS FROM OPERATIONS $ (84,822) (5.4) % OTHER INCOME (EXPENSE) Interest expense (44,497) (2.9) NET LOSS BEFORE INCOME TAX EXPENSE $ (129,319) (8.3) % INCOME TAX EXPENSE (Note 6) -- -- NET LOSS $ (129,319) (8.3) % RETAINED EARNINGS - Beginning of Year 787,252 PLUS: Stockholders' Contributions 5,000 RETAINED EARNINGS - End of Year $. 662,933 SEE ACCOMPANYING NOTES LARUE CONTRACTOR, INC. Page 3 STATEMENT OF CASH FLOWS FOR THE YEAR ENDED SEPTEMBER 30, 2008 NOT AUDITED - SEE ACCOUNTANT'S REVIEW REPORT INCREASE (DECREASE) IN CASH AND CASH EQUIVALENTS: Cash Flows from Operating Activities: Cash received from customers $ 1,611,124 Cash paid to suppliers and employees (1,443,282) Interest paid (44,497} Net Cash Provided by Operating Activities $ 123,345 Cash Flows from Investing Activities: Principal payments on long-term debt (33,734) Cash Flows from financing Activities: Proceeds from issuance of long term debt $ 481,326 Net borrowings under line of credit 100,000 Contributions from stockholders . 5,000 Principal payments on long-term debt (600,132) Net Cash Used In Financing Activities (13,806) NET INCREASE IN CASH AND CASH EQUIVALENTS $ 75,805 CASH AND CASH EQUIVALENTS AT BEGINNING OF YEAR 14,754 CASH AND CASH EQUIVALENTS AT END OF YEAR $ 90,559 RECONCILIATION OF NET LOSS TO NET CASH PROVIDED BY OPERATING ACTIVITIES: Net Loss $ (129,319) Adjustments to Reconcile Net Income to Net Cash Provided by Operating Activities: Depreciation $ 89,675 Changes in Assets and Liabilities: Decrease in retainage receivable and deficit billings 127,987 Increase in accounts recievable (11,022) Increase in accounts payable and excess billings 47,788 Decrease in payroll taxes withheld and income taxes payable (1,764) Total Adjustments 252,664 NET CASH PROVIDED BY OPERATING ACTIVITIES $ 123,345 SEE ACCOMPANYING NOTES LARUE CONTRACTOR, INC. Page 4 NOTES TO FINANCIAL STATEMENTS SEPTEMBER 30, 2008 NOT AUDITED - SEE ACCOUNTANT'S REVIEW REPORT NOTE I - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES: Company's Activities LaRue Contractor, Inc., (the Company) was incorporated in Arkansas on August 18, 1983. The fixed assets (construction equipment) were acquired from Russell LaRue (a sole proprietor) by means of a tax- free reorganization. The Company is engaged in underground utility construction. The work is performed primarily under fixed -price and unit -price contracts. The length of the Company's contracts varies but is typically less than one year. The Company operates primarily in North Central Arkansas. Revenue and Cost Recognition Revenues and earnings on significant construction contracts are recognized on the percentage -of - completion method, measured by the cost -to -cost method. A contract is considered complete when all costs except insignificant items have been incurred and the installation is operating according to specifications and has been accepted by the customer. The asset, deficit billings, represents revenues recognized in excess of amounts billed. The liability, excess billings, represents billings in excess of revenues recognized. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Provision for bad debts is determined using the specific write-off method. This method is not in accordance with generally accepted accounting principles, but use of this method is not considered a material misstatement of the financial statements. Cash Equivalents Cash equivalents consist of investments that are readily convertible into cash and generally have original maturities of three months or less. Fixed Assets Fixed assets are recorded at cost. Depreciation is primarily provided by using the straight-line method over the estimated useful lives of the assets for financial statement purposes. For income tax purposes the accelerated method over the estimated useful lives of the assets is used. Depreciation expense for the year ended September 30, 2008 was $89,675. Income Taxes Construction contracts are reported for tax purposes on the completed contract method and for financial statement purposes on the percentage -of -completion method. The Company has elected to be taxed as an S -Corporation for income tax purposes for tax years beginning on and after October 1, 2006. LARUE CONTRACTOR, INC. Page 5 NOTES TO FINANCIAL STATEMENTS SEPTEMBER 30, 2008 NOT AUDITED - SEE ACCOUNTANT'S REVIEW REPORT NOTE I - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES, CONTINUED: Use of Estimates The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. Deferred Income Tax Accounts Deferred tax provisions/benefits are calculated for certain transactions and events because of differing treatments under generally accepted accounting principles and the currently enacted tax laws of the federal and state governments. The results of these differences on a cumulative basis, known as temporary differences, result in the recognition and measurement of deferred tax assets and liabilities in the accompanying balance sheet. See Note 7 below for further details. NOTE 2— CONTRACT RECEIVABLES: A summary of contract receivables is as follows: Total Current Contract receivables -completed contracts $ 54,850 $ 54,850 Contract receivables -contracts in progress Total Contract Receivables 141,293 141,293 $ 196.143 NOTE 3— RELATED PARTY TRANSACTIONS: 30-59 Days 60-89 Days 90 + Days During the year ended September 30, 2008 the Company paid $146,696 in rent to a related party for the Company's use of the equipment owned by the related party. This amount is reorganized in equipment rent and other indirect costs of construction. LARUE CONTRACTOR, INC. NOTES TO FINANCIAL STATEMENTS SEPTEMBER 30, 2008 NOT AUDITED — SEE ACCOUNTANT'S REVIEW REPORT NOTE 4— LONG-TERM DEBT: A summary of long-term debt is as follows: Total Current Long Term 6.00% FCC Equipment Financing, Inc., due $11,303/mo., including interest, secured by equipment, matures 2012 $ 445,468 $ 112,000 $ 333,468 Total Long -Term Debt 445.468 112.000 333,4 Page 6 Maturities of long-term debt for the years subsequent to September 30, 2008 are approximately: 2008/09 - $112,000; 2009/10 - $118,900; 2010/11 - $126,200, 2011/12 - $88,368 and $-0- thereafter. NOTE 5— INCOME RECOGNITION: The Company maintains job cost records on significant construction contracts. Revenues and earnings are recognized on the percentage -of -completion method, measured by the cost -to -cost method. When progress reaches a point where experience is believed to be sufficient to establish reasonable estimates of the ultimate economic results, profit or loss is recognized. A schedule of contracts in progress is included. Costs incurred on uncompleted contracts $2,741,191 Estimated earnings 214,300 $2,955,491 Less: Billings to date (2,903A3) 2 028 Included in accompanying balance sheet under the following captions: Deficit billings $ 69,871 Excess billings (17,843) �52�22__8 LARUE CONTRACTOR, INC. Page 7 NOTES TO FINANCIAL STATEMENTS SEPTEMBER 30, 2008 NOT AUDITED -- SEE ACCOUNTANT'S REVIEW REPORT NOTE 6— INCOME TAXES: As noted in footnote 1, the Company has elected to be taxed as an S -Corporation under the Internal Revenue Code. Under this tax method, no income tax accrual or expenses or deferred tax asset or liability is included in the balance sheet or the results of operations. Estimated income tax distributions to the members consist of the following: Federal State Approximate current year taxable income $ 46,100 $ 47,400 Estimated tax rule 20% 5% Estimated Tax Distribution to the Member 9.200 .$ _ 24Ql The net current and non -current deferred tax amounts included in the accompanying balance sheet, remaining from C -Corp differences which will be used to offset built-in gains tax, include the following amounts of deferred tax assets and deferred tax liabilities: Deferred tax asset — current $ 42,900 Deferred tax liability — current (50,400) Net Deferred Income Tax --- Current $ 7 0 Deferred tax asset — non -current $ -- Deferred tax liability — non -current (134,600) Net Deferred Income Tax — Non -Current $ (134.600) The Company elected S -Corporation status effective October 1, 2006. At this date, the Company had built-in gains in the amount of $726,019 and $750,193 for federal and state purposes, respectively. NOTE 7— LINE OF CREDIT: The Company has a bank line of credit totaling $100,000 available. At September 30, 2008, $100,000 was being used. The line of credit is secured by accounts receivable and equipment and has the personal guaranty of the stockholders. The line of credit bears interest at a rate of 6.25%. The line of credit agreement expires March 19, 2010. FERGUSON, COBB & ASSOCIATES, PLLC CERTIFIED PUBLIC ACCOUNTANTS #10 CORPORATE HILL, SUITE 330 LITTLE ROCK, ARKANSAS 72205 Phone: 501-221-3800 • Fax: 501-221-7058 To The Stockholders LARUE CONTRACTOR, INC. 1385 Tennyson Loop East Harrison, Arkansas 72601 INDEPENDENT ACCOUNTANT'S REPORT ON SUPPLEMENTARY INFORMATION Our review was made for the purpose of expressing limited assurance that there are no material modifications that should be made to the financial statements in order for them to be in conformity with generally accepted accounting principles. The information included in the accompanying schedules is presented only for supplementary analysis purposes. Such information has been subjected to the inquiry and analytical procedures applied in the review of the basic financial statements, and we are not aware of any material modifications that should be made to it. Ferguson, Cobb & Associates, PLLC Little Rock, Arkansas December 8, 2008 LARUE CONTRACTOR, INC. Page 8 SCHEDULE OF REVENUES AND COST OF REVENUES EARNED FOR THE YEAR ENDED SEPTEMBER 30, 2008 Percent of Revenues CONSTRUCTION REVENUES EARNED ' $ 1,549,219 100.0 % DIRECT COST OF REVENUES EARNED Materials $ 477,783 Labor 270,057 Subcontractors 127,230 Equipment rent 44,853 Other direct costs of construction 11,195 Total Direct Cost of Revenues Earned $ 931,118 60.1 % INDIRECT COST OFRREVENUES EARNED Other indirect costs of construction $ 156,622 1=uel 139,757 Depreciation 89,675 Insurance 87,150 Repairs and maintenance 38,438 Payroll taxes 27,747 Shop expenses 3,264 Total Indirect Cost of Revenues Earned 542,653 35.0 TOTAL COST OF REVENUES EARNED $ 1,473,771 95.1 % GROSS PROFIT $ 75,448 4.9 % SEE ACCOMPANYING NOTES AND ACCOUNTANT'S REPORT ON SUPPLEMENTARY INFORMATION LARUE CONTRACTOR, INC. Page 9 SCHEDULE 2 EARNINGS FROM CONTRACTS SEPTEMBER 30, 2008 For the Year Ended September 30, 2008 Cost of Gross Revenues Revenues Profit/(Loss) Earned Earned Recognized Contracts completed during the year $ 665,894 $ 555,046 $ 110,848 Contracts in progress at end of year 883,325 918,725 (35,400) $ 1,549,219 $ 1,473,771 $ 75,448 SEE ACCOMPANYING NOTES AND ACCOUNTANT'S REPORT ON SUPPLEMENTARY INFORMATION Page 10 Before October 1.2007 During the Year Ended September 30, 2008 Revenues Cost of Gross Revenues Cost of Gross Earned Revenues Profit Earned Revenues Profit/(Loss) $ 298,016 $ 204,516 $ 93,500 $ 57,211 79,853 - 66,653 13,200 54,144 -- -- -- 108,641 -- -- 94,127 -- -- -- 84,859 -- -- -- 68,929 -- -- -- 197,983 $ 377,869 $ 271,169 $ 106,700 $ 665,894 $ 26,302 57,689 106,640 74,530 66,420 61,976 161,489 $ 555,046 SEE ACCOMPANYING NOTES AND ACCOUNTANT'S REPORT ON SUPPLEMENTARY INFORMATION $ 30,909 (3,545) 2,001 19,597 18,439 6,953 36,494 $ 110,848 Page 11 At September 30, 2008 Deficit Excess Billings Billings For the Year Ended September 30, 2008 Revenues Earned Cost of Gross Revenues Profit!(Loss) $ 8,428 $ -- $ 488,624 $ 548,224 $ (59,600) 38,580 -- 187,163 204,363 (17,200) -- 17,843 184,676 146,976 37,700 22,863 -- 22,862 19,162 3,700 $ 69,871 $ 17,843 $ 883,325 $ 918,725 $ (35,400) SEE ACCOMPANYING NOTES AND ACCOUNTANT'S REPORT ON SUPPLEMENTARY INFORMATION INDEPENDENT AUDITOR'S REPORT Members Total Site Development, LLC Prairie Grove, Arkansas We have audited the accompanying balance sheet of Total Site Development, LLC as of December 31, 2007, and the related statements of income and retained earnings, and cash flows for the year then ended. These financial statements are the responsibility of the Company's management. Our responsibility is to express an opinion on these financial statements based on our audit. We conducted our audit in accordance with auditing standards generally accepted in the United States ofAmerica. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free of material misstatement. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements, An audit also includes assessing the accounting principles used and significant estimates made by management, as well as evaluating the overall financial statement presentation. We believe that our audit provides reasonable basis for our opinion. In our opinion, the financial statements referred to above presents fairly, in all material respects, the financial position of Total Site Development, LLC as of December 31, 2007, and the results of its operations and its cash flows for the year then ended in conformity with accounting principles generally accepted in the United States of America. UQ , eP9,A4 Robert P. Christiansen, CPA, PA Certified Public Accountant Fayetteville, Arkansas November 10, 2008 Total Site Development, LLC Balance Sheet As of December 31, 2007 ASSETS Current Assets Cash and Cash Equivalents Accounts Receivable Allowance for Doubtful Accounts Total Current Assets Fixed Assets Computer & Office Equipment Equipment Accumulated Depreciation Total Fixed Assets Other Assets Organizational Costs Accumulated Amortization Total Other Assets Total Assets LIABILITIES AND MEMBERS' EQUITY Current Liabilities Accounts Payable Payroll Liabilities Current Portion of Long -Term Debt Total Current Liabilities Long -Term Debt Notes Payable: Long -Term Less: Current Portion of Long -Term Debt Total Long -Term Liabilities Total Liabilities Members' Equity Member Investments Member Distributions Retained Earnings Net Income Total Members' Equity Total Liabilities & Members' Equity $ 439,887.56 1,431,600.07 (608,075.90) 1,268.69 217,471.15 (8,763.16) 484.88 (145.47) $ 49,390.85 12,890.89 48,913.30 199,189.02 (48,913.30) 30,000,00 (95,752.75) (48.49) 1,278,058.30 $ 1,263,411.73 209,976.68 339.41 $ 1,473 727.82 $ 111,195.04 150,275.72 261,470.76 1 212 257.06 $ 1,473,727.82 The accompanying notes are an Integral part of the financial statement. See Accountant's Report Total Site Development, LLC Statement of Income and Retained Earnings for the Year Ended December 31, 2007 Revenue Construction Income $ 4,234,431.54 Job Costs Contract Labor $ 77,470.50 Equipment Rental 189,931.40 Fuel 67,858.52 Hauling 568,707.39 Materials 397,541.12 Subcontractors 404,380.77 Supplies 44,871.92 Total Job Costs 1,750,761.62 Gross Profit 2,483,669.92 General & Administrative Expenses Accounting 3,103.00 Advertising 3,180.59 Amortization Expense 96.98 Bad Debts 608,075.90 Bank Service Charges 280.56 Carffruck Expense 702.59 Contributions 3,550.00 Depreciation l xpense 8,763.16 Dues and Subscriptions 1,186.73 Employee Truck Allowance 4,106.00 Fees 15.00 Guaranteed Payments 56,519.74 Insurance 29,984.40 Interest Expense 4,335.41 Legal Fees 2,144.41 Licenses and Permits 2,175.00 Meals 667.28 Medical 1,187.00 Miscellaneous 12.031.43 Office Repairs 125.00 Office Supplies 4,123.62 Payroll Expenses 396,535.74 Postage and Delivery 144.96 Rent 12,250.00 Repairs 6,760.85 Taxes 36,737.22 Tires 1,900.24 Tools 403.20 Trash Removal 705.67 Utilities 3,819.94 Total General & Administrative Expenses 1,205,611.62 Net Income before Income Taxes 1,278,058.30 Retained Earnings - December 31, 2006 29,951.51 Member Distributions (95,752.75) Retained Earnings - December 31, 2007 $ 1,212,257.06 The accompanying notes are an Integral part of the financial statements. See Accountant's Report. Total Site Development,. LLC Statement of Cash Flows for the Year Ended December 31, 2007 Cash Flows franz Operating Activities Net Income (Loss) Adjustments to reconcile net income/(loss) to net cash provided by operating activities: Amortization Expense Depreciation: G & A Total Amortization & Depreciation: (Increase) decrease in: Accounts Receivable Allowance for Doubtful Accounts Total Change in Current Assets: Increase (decrease) in: Accounts Payable Payroll Liabilities Total Change in Current Liabilities: Net Cash Provided (Used) by Operations Cash Flows from Investing Activities (Used For) Provided by: Computer and Office Equipmennt Equipment Net Cash used by Investing Activities Cash Flows from Financing Activities Provided by (Used for): Notes Payable: Long -Tenn Member Distributions Net Cash used by Financing Activities Net Increase/(decrease) in Cash Cash, Beginning of Period Cash, End of Period 96.98 8,763.16 (1,431,600.07) 608,075.90 • 49,390.85 12,890.89 (1,268.69) (217,471.15) 199,189.02 (95,752.75) $ 1,278,058.30 8,860.14 (823,524.17) 62,281.74 525,676.01 (217,471.15) 103,436.27 411,641.13 $ 28,246.43 $ 439,887.56 The accompanying notes are an Integral part of the financial statements. See Accountant's Report. TOTAL SITE DEVELOPMENT, LLC NOTES TO FINANCIAL STATEMENTS December 31, 2007 NOTE A — SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES Business Activity The Company is a contractor engaged primarily in site preparation for residential and commercial construction projects in the Northwest Arkansas market. Use of Estimates Management uses estimates and assumptions in preparing the financial statements in accordance with generally accepted accounting principles. Those estimates and assumptions affect the reported amount of assets and liabilities, the disclosure of contingent assets and liabilities, and the reported revenues and expenses. Actual results could vary from the estimates that were used in preparing the financial statements. Cash and Cash Equivalents Cash and cash equivalents include cash on hand, cash in banks, and all highly liquid investments with a maturity of three months or less at the time of purchase. Revenue and Cost Recognition The Company recognizes revenues on the completed -contract method. That method is used because the typical contract is completed in less than six months, and the financial position and results of operations do not vary significantly from those that would result using the percentage -of -completion method. A contract is considered complete when the customer accepts the work. Contract costs include all direct material and labor costs and those indirect costs related to contract performance, such as indirect labor, supplies, tools, repairs, and depreciation costs. General and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Costs in excess of amounts billed are classified as current assets under costs in excess of billings on uncompleted contracts. Billings in excess of costs are classified under current liabilities as billings in excess of costs on uncompleted contracts. Contract retentions are included in contract receivables. Contract Receivables Contract receivables are recorded when invoices are issued and are presented in the balance sheet net of the allowance for doubtful accounts, Contract receivables are written off when they are determined to be uncollectible. The allowance for doubtful accounts is estimated based on the Company's historical losses, the existing economic conditions in the construction industry, and the financial stability of customers. The Company believes an allowance for doubtful accounts is necessary at December 31, 2007. Fixed Assets and Depreciation Fixed assets are valued at cost and are depreciated over the life of the asset by the straight-line method. Income Taxes The Company has elected to be taxed as a subchapter "S" Corporation under the provisions of the Internal Revenue Code for federal and state income tax purposes. Under those provisions, the Company does not pay income tax on its taxable income. Instead, the income passes to the individual member's income tax return. NOTE B — CONCENTRATION OF CREDIT RISK Financial instruments, which potentially subject the Company to concentrations of credit risk, consist principally of temporary cash investments and trade accounts receivable. The company maintains its cash deposits with financial institutions that insure its depositors through the FDIC up to $100,000. At December 31, 2007, the Company's bank balances were $439,887.56. The majority of the Company activity is with customers in Northwest Arkansas. NOTE C — INVENTORY The Company did not maintain an inventory. NOTE I) — ACCOUNTS RECEIVABLE AND ALLOWANCE FOR DOUBTFUL ACCOUNTS The Company had an accounts receivable at December 31, 2007 from two customers that totaled $1,431,600.07. The Company determined on November 10, 2008 that the allowance for doubtful accounts for this account should be $608,075.90. NOTE E — FIXED ASSETS Office Equipment The office equipment owned includes a computer and other office equipment and was purchased on May 3, 2007 for $1,269.00. The life of the office equipment for depreciation purposes is 10 years. Equipment The equipment owned includes the following: Date Item Acquired Fuel Tanks 05/24/2007 2006 Ford F250 Truck 07/23/2007 2006 Ford F150 Truck 07/23/2007 2007 Cat D5GFL Dozer 09/24/2007 Utility Trailer 10/19/2007 Acquisition Depreciation Cost Life , rs) $ 1,416.00 10 48,991.00 10 36,200.00 10 126,364.00 10 4,500.00 10 NOTE F — ACCOUNTS PAYABLE, CURRENT AND LONG TERM NOTES PAYABLE Payroll Liabilities The Company had accrued payroll taxes due at December 31, 2007 in the amount of $12,890.89. Notes Payable The Company had three loans as of December 31, 2007. The monthly payments, interest rates and balances are as follows: Lender Monthly Payment Interest Rate Maturity Date Collateral Ford Motor Credit $817.04 3.9% 07/23/2011 2006 Ford F150 Truck Bank of America $1,243.90 9.94% 07/23/2011 2006 Ford F250 Truck 2008 Balance Due $8,667.96 $10,935.20 2009 Balance Due $9,012.28 $12,073.05 2010 Balance Due $9,369.72 $13,329.33 2011 Balance Due $5,636.62. $8,407.06 Caterpiller Finance $2,960.62 5.84% 09/24/2011 2007 Cat D5GFL Dozer $29,310.14 $31,068.39 $32,932.16 $25,989.20 NOTE G — UNCOMPLETED CONTRACTS The Company had one contract that was substantially completed as of December 31, 2007, but was not accepted by the customer until January 3, 2008. This contract was treated as having been completed as of December 31, 2007. NOTE H — CONTINGENCIES The Company is involved in no ongoing litigation at December 31, 2007. NOTE 1— MEMBER EQUITY The Company is owned 100% by Jay Lawson and his member equity account is as follows: Member .Investment (December 22, 2006) $ 30,000.00 Retained Earnings (December 31, 2006) 48.49 Net Income (December 31, 2007) 1,266,838.30 Member Distributions (2007) (95,752.75) Member Equity (December 31, 2007) . $1,201,037.06 TRIBUILT CONSTRUCTION GROUP, L.L.C. Table of Contents Paae Accountant's compilation report 1 Balance sheet 2 Statement of income 3 Statement of changes in membersequity 4 TRIBUILT CONSTRUCTION GROUP, L.L.C. BALANCE SHEET NOVEMBER 30, 2006 ASSETS CURRENT ASSETS Cash $ 17,124 Accounts receivable, net of allowance of $none 591,470 Prepaid expenses 3,150 TOTAL CURRENT ASSETS $ 611,744 PROPETTY AND EQUIPMENT Land 26,122 Equipment, at cost 25,113 Less: accumulated depreciation (8,926) NET PROPERTY AND EQUIPMENT 42,309 ADVANCES TO MEMBERS 41,534 TOTAL ASSETS LIABILITIES AND MEMBERS' EQUITY CURRENT LIABILITIES Accounts payable Operating line of credit Other accrued expenses Current maturities of long-term debt TOTAL CURRENT LIABILITIES LONG-TERM DEBT, net of current maturities ADVANCES FROM RELATED PARTY MEMBERS' EQUITY TOTAL LIABILITIES AND MEMBERS' EQUITY $ 695,587 $ 427,222 50,000 422 4,243 $ 481,887 11,920 34,850 166,930 $ 695,587 See accountant's report Page 2 TRIBUIL-T CONSTRUCTION GROUP, L.L.C. STATEMENT OF INCOME ELEVEN MONTHS ENDED NOVEMBER 30, 2008 CONTRACT REVENUE CONTRACT COSTS GROSS PROFIT OPERATING EXPENSES: Advertising Contributions Administrative costs Planning Repairs and maintenance Travel, meals and entertainment Permits, license and fees Real estate and storage rent Insurance Depreciation Office supplies and expense Utilities and internet Payroll and related costs Professional fees Telephone TOTAL OPERATING EXPENSES INCOME FROM OPERATIONS OTHER INCOME (EXPENSE) Interest expense NET INCOME $ 4,669,852 4,051,580 $ 618,272 1,387 2,270 13,350 6,142 32,105 4,200 2,050 10,021 23,411 200 11,243 1,009 46,481 5,374 11,136 170.379 447,893 (1,279) $ 446,614 See accountant's report Page 3 TRIBUILT CONSTRUCTION GROUP, L.L.C. STATEMENT OF CHANGES IN MEMBERS' EQUITY ELEVEN MONTHS ENDED NOVEMBER 30, 2008 BALANCE, beginning of the period $ 3,792 NET INCOME, for the eleven months ended November 30, 2008 446,614 DISTRIBUTIONS (283,476) BALANCE, end of the period $ 166,930 See accountant's report Page 4 x . z / 2 x a / 5 I- c $ ^ § W § ■O •-- 2 S No O \m 4 c% \ m ) d z z # e k 4 @ § @ 0 ] E E r c $ _ E �k J. j [ $ § o / k U. ° wC)z o § N © E % • — f f C) § 0• /2k�/ e EL O ri of �0 _ - k \§ O q § 0 q Q q q O q Q O q 0 R iwii- c 7# a t2 d O . § 2 § ■ . - .. .. 3 - I k k ■\ 2 . \ 3 2 { \ \ @ / k \ ; uj \ -0 < \ )k ° k$ � ) .\ 2 k H kE f 6 c c .. s \ 0CL , EI « .. ri e iW__i e ( c L a n a Page 1 of 1 Clarice Pearman - Res. 43-09 From: Clarice Pearman To: Jones, Shannon Date: 2.24.09 4:14 PM Subject: Res. 43-09 CC: Audit; Foren, Andrea Attachments: Audit; Foren, Andrea Shannon: Attached is a copy of the above reference resolution passed by City Council regarding LaRue Contractor, Inc. You may pick up three of the four signed agreements in the City Clerk's office. I will forward to Purchasing your requisition. Please let me know if there is anything else needed for this item. Have a good evening. Clarice file ://C:1Documents%20and%20Settings\cpearman.0001Local%20Settings\Temp\XPgrpwise\49A41 CD7F... 2.24.09 II r J Li I I lFayeeftviie SAS City of Fayetteville, Arkansas Water and Wastewater Department David Jurgens, Director PROJECT MANUAL I FOR GARNER ENGINEERS PROJECT NO. 0396-1000 CITY OF FAYETTEVILLE BID NO. 09-12 CONTRACT TITLE MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS I H I CITY OF FAYETTEVILLE ENGINEER I Water and Wasetwater Garver Engineers, LLC Department 1088 East Millsap Road 113 West Mountain Street Fayetteville, AR 72703 IFayetteville, Arkansas 72701 n n PROJECT MANUAL 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Contract Title: MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS Bid Number: 09-12 Garver Engineers, LLC Project No. 0396-1000 Engineer: 00001b Project Title Page Garver Engineers, LLC 1088 East Millsap Road Fayetteville, AR 72703 Telephone (479) 527-9100 Facsimile (479) 527-9101 0396-1000 I DOCUMENT 00900 - ADDENDUM NO.1: ' Issued to All Bid Document Holders of Record Date: January2, 2009 Project Name: Mt. Sequoyah Water and Sewer Improvements Bid No.: 09-12 IThis Addendum forms a part of the Contract described above. The original Contract Documents and any prior Addenda remain in full force and effect except as modified by the following which I shall take precedence over any contrary provisions in the prior documents. I ADDENDUM NO. 1. DOCUMENTS: 1. Page 00410-1 to 2— Bid Bond: Replace with revised pages 00410-1 to 2 (enclosed). SPECIFICATIONS: I 2. Page 01025-7 — Measurement and Payment: Add the following to paragraph 1.8 Bid Items.22. Ductile Iron Fittings for Water Line.61 Ductile Iron Fittings for Water Line: a. The measurement for weight per pound will only include the bare fitting weight and not include the weight of bolts, gaskets, and restraint glands. 3. Section 01025 — Measurement and Payment: In addition to the payment for bid items for 4" Sanitary Sewer Service Line, Water Service Line, Water Line, and Gravity Sewer Pipe bid items including all restoration items listed including pavement repairs, curb and gutter repairs, sidewalk repairs, drainage ditch repairs, retaining wall repairs, fence repairs, guardrail repairs, and so on, they shall include all site restoration items needed to restore the project site to conditions equivalent to or better than those existing prior to starting construction as further outlined under Section 02261— Site Restoration which includes sod, grass, shrubs, bushes, trees, flowers, and other landscaped areas. Furthermore, the Contractor will be required to document by videotaping the existing site conditions prior to any work as specified under Section 01325 — Construction Photographs. The I measurement and payment for construction photographs will be considered a cost to the project that is of general nature as specified under Section 01025 — Measurement and Payment and paid for under bid item 3, Mobilization. 4. Page 12 — Fayetteville Standard Specifications for Water Lines, Part B, Materials: Revise the requirement of class 308 stainless steel to class 316 stainless steel under section ' 9.Bolts. CONTRACT DRAWINGS: 5. Sheet Number 2 — Replace general note number 27 "All water service lines shall be installed by directional drilling to maintain existing walls, trees, landscaping, and other structures unless approved otherwise by the engineer." to read as follows: Addendum No. 1.doc 00900-1 Garver Project No. 0605-1300(2) r I DOCUMENT 00900 - ADDENDUM NO. 1 (continued) a. It is highly recommended that water service lines be installed by directional drilling as much as possible to minimize replacement of existing walls, trees, landscaping, and other structures. 6. Sheet Number 2 — Replace general note number 19 "Water service connection taps on existing water mains shall be coordinated by the contractor and performed by owner." To read as follows: a. The contractor will be permitted to make taps on existing water lines including services under the supervision of the Owner/Engineer. No additional tap fees or permits are required to be paid to the City of Fayetteville, 7. Sheet Number 26 — Add the following notes to the water meter setting detail: I I I Li I a. In addition to the extra valve and valve box for the house numbers listed, tracer wire shall be installed from the meter setting to the connection to the extra valve and box at the connection location to the existing service line for the same house numbers listed. b. Water service lines and connections between the water meter setting and the connection to the existing service line shall be made by a licensed plumber. Each Bidder shall acknowledge receipt of this Addendum by affixing his signature below, by noting this Addendum on his Bid Form, and by attaching this Addendum to his Bid. In addition, acknowledgement of receipt of this addendum shall be provided to Garver Engineers by signing below and faxing back to Garver Engineers at 479-527-9101. Garver_ Engineers, LLC (Engineer) 1088 East Millsap Road Fayetteville, AR 72703 Addendum No. 1.doc 00900-2 Garver Project No. 0396-1000 I I I I I I I I J IAN -13-2009 04:04 Prom:LARUE CONTRACTOR 8707433291 To:4795279101 01/05/20x9 mob[ 1629 PAX 9195279101 Gavor 1*ayottovillo -- z.ztic Contractor Inc P.1'1 ®00/005 ri J I 1 I- J I Eli I J I -I I DtOc1JMENT00900 - ADDND1MNO.1 (continued) ACKNOW,�.EDOEMENT The undersigned acknowledges receipt of this Addendum and the Bid submitted is in accordance with information, inslructiorm and stipulations set forth herein. Bidder; Li 1:'L4E ( r It. By: Date: ADDENDUM PREPARED BY: END OF ADDENDUM NO.1 Addendum N. R .duc i y Chris 13untin, Y.E. Garver Engineers 00900-3 Gamer Prnjccl No 0396-1000 Ii I DOCUMENT 00410 - BID BOND KNOW ALL MEN BY THESE PRESENTS: that we I___________________________ 1 as Principal, hereinafter called the Principal, and I ' a corporation duly organized under the laws of the State of as Surety, hereinafter called Surety, are held and firmly bound unto City Fayetteville, Fa etteville Arkansas I 1 ] 3 West Mountain Street Fayetteville, Arkansas 72701 Ias Obligee, hereinafter Owner, in called the sum of Dollars ($—, ), for the payment of which Isum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. ' WHEREAS, Princip al has submitted a Bid for MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS. NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter Iinto a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such 1 Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for 1 00410 -Bid Bond - Adddendum No. l.doc I Addendum No. 1 00410— 1 0396-1000 DOCUMENT 00410 — BID BOND (continued) which the Owner may in good faith contract with another party to perform the Work covered by i said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this day of 20___. PRINCIPAL (CORPORATE SEAL) By SURETY C/ ATTORNEY -IN -FACT (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF DOCUMENT 00410 00410 -Bid Bond - Adddendum No. 1.doc Addendum No. 1 00410-2 (CORPORATE SEAL) 0396-1000 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City of Fayetteville, Arkansas MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS DOCUMENT 00005 — CERTIFICATION PAGE CERTIFICATION(S) I hereby certify that the "Mount Sequoyah Water and Sewer Improvements" plans and specifications were prepared by me or under my direct supervision and that I am duly Licensed Engineer under the laws of the State of Arkansas. 5� AT �QNALz INEER No.1271 fi Cdr'$$ DER Name: Christopher R. Buntin Date: 03108 CERTIFICATE OF AUTHORIZATION BY GARVER ENGINEERS, LLC 00005-Cert.doc GARVER •• gw:ENGINEERS:o= =v� LLC %-v •No. 766 Q 00005- 1 0396-1000 I TABLE TO CONTENTS • Contract Title MOUNT SEQUOYAH WATER AND I aye evi le SEWER IMPROVMENTS ARKANSAS CONTRACT DOCUMENTS I INTRODUCTORY INFORMATION I 00005 CERTIFICATION PAGE 00005-1 to 1 00010 TABLE TO CONTENTS 00010-1 to 3 I 00100 BID SOLICITATION 00120 INVITATION TO BID 00120-1 to 3 00140 BIDDER'S QUALIFICATION STATEMENT 00140-1 to 4 00200 INSTRUCTIONS TO BIDDERS 00200-1 to 10 00400 BID FORMS AND SUPPLEMENTS I 00400 BID FORM 00400-1 to 12 00410 BIDBOND 00410-1 to 2 00430 LIST TO SUBCONTRACTORS 00430-1 to 1 00500 AGREEMENT FORM 00500-1 to 10 00550 NOTICE TO PROCEED 00550-1 to 2 00600 BONDS AND CERTIFICATES 00610 PERFORMANCE BOND 00610-1 to 3 00611 LABOR AND MATERIAL PAYMENT BOND 00611-1 to 4 00612 TWO YEAR MAINTENANCE BOND 00612-1 to 2 00700 CONTRACT GENERAL CONDITIONS I TABLE TO CONTENTS 00700-TOC-1 to 5 CONTRACT GENERAL CONDITIONS 00700-1 to 52 I 00800 SUPPLEMENTARY CONDITIONS PREVAILING WAGE DETERMINATION I to 3 29 CFR Part 1926 Subpart P. OSHA Standards 369 - 406 00900 ADDENDA AND MODIFICATIONS 00900-1 to 2 1 1 1 00010 Table of Contents 00010- 1 0396-1000 1 1 DIVISION. 1- GENERAL REQUIREMENTS 01025 MEASUREMENT AND PAYMENT 01025-1 to 11 01110 SUMMARY TO WORK 01110-1 to 3 01250 CONTRACT MODIFICATION PROCEDURES 01250-1 to 2 01270 UNIT PRICES 01270-1 to 2 01290 PAYMENT PROCEDURES 01290-1 to 2 01290.01 APPLICATION FOR PAYMENT 01290.01-1 to 2 01290.02 SCHEDULE TO VALUES 01290.02-1 to I 01290.12 CERTIFICATE TO SUBSTANTIAL COMPLETION 01290.12-1 to 1 01290.14 CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT 01290.15 SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT 01290.14-1 to 2 01290.15-1 to I 01320 PROJECT MEETINGS, SCHEDULES, AND REPORTS 01320-1 to 2 01321 SCHEDULE 01321-1 to 1 01325 CONSTRUCTION PHOTOGRAPHS 01325-1 to 5 01330 SUBMITTALS 01330-1 to 9 01330.01 SUBMITTAL INFORMATION BLOCK 01330.01-1 to 1 01420 DEFINITIONS AND STANDARDS 01420-1 to 3 01530 BARRIERS AND TEMPORARY CONTROLS 01530-1 to 6 01560 TEMPORARY UTILITIES AND FACILITIES 01560-1 to 7 01580 PROJECT IDENTIFICATION AND SIGNS 01580-1 to 2 01600 EQUIPMENT AND MATERIALS 01600-1 to 6 01631 SUBSTITUTION 01631-1 to 3 01631.01 SUBSTITUTION REQUEST FORM 01631.01-1 to 2 01738 SELECTIVE DEMOLITION 01738-1 to 3 01780 CONTRACT CLOSEOUT 01780-1 to 6 01785 WARRANTIES 01785-1 to 3 I DIVISION 2- SITE CONSTRUCTION 02100 SITE PREPARATION 02100-1 to 6 02161 EXCAVATION SAFETY 02161-1 to 2 02229 ROCK REMOVAL 02229-1 to 2 02261 SITE RESTORATION 02261-1 to 12 FAYETTEVILLE STANDARD SPECIFICATIONS FOR SANITARY SEWERS TABLE OF CONTENTS TOC-1 to 1 2200, EXCAVATION, BACKFILLING, AND COMPACTING I to 11 3000, PIPE, FITTINGS, AND MATERIALS 1 to 9 3100, SANITARY SEWER PIPELINES Ito 10 3200, SANITARY SEWER SERVICE LINES (PRIVATE LATERALS) 1 to 8 3300, MANHOLES I to 8 3600, CAST -IN -PLACE CONCRETE FOR SANITARY SEWER SYSTEM 1 to 4 5000, PIPELINE CLEANING 1 to 4 5200, INSPECTION AND TESTING OF SANITARY SEWER PIPELINES, MANHOLES, AND SERVICE LINES 1 to 10 I 00010 Table of Contents 00010-2. 0396-1000 I FAYETTEVILLE STANDARD SPECIFICATIONS FOR WATER LINES TABLE OF CONTENTS PART A, GENERAL REQUIREMENTS PART B, MATERIALS PART C, CONSTRUCTION METHODS APPENDIX A, WATER SHUT DOWN AND BOIL ORDERS END TO DOCUMENT TOC-1 to 2 1 to 7 8 to 17 18 to 31 32 to 36 00010 Table of Contents 00010-3 0396-1000 DOCUMENT 00120 - INVITATION TO BID City of Fayetteville Invitation to Bid Bid 09-12, Mount Sequoyah Water and Sewer Improvements Contract Name: Mount Sequoyah Water and Sewer Improvements Bid No.: 09-12 Advertisement Date: December 16, 2008, December 23, 2008 ' DESCRIPTION OF WORK OF THIS CONTRACT You are invited to bid on a general construction contract. The Contract includes, but is not limited to, installation of approximately 7420 LF of new 8" water line and appurtenances, relocation of water services, and approximately 1200 LF 1 of new 8" gravity sewer and appurtenances as indicated on the plans and as specified. iBID INFORMATION Sealed bids will be received by the City of Fayetteville, Arkansas (the Owner) until 10:00 a.m., local time, January 13, 2009. Bids received after this time will not be accepted. Bids will be opened and publicly read aloud immediately after specified closing time in Room 326. All interested parties are invited to attend. 1 Purchasing Agent's Office (Room 3061 at City Hall 113 West Mountain Street t Fayetteville, Arkansas 72701 Copies of the Bid Documents may be obtained for bidding purposes from Garver engineers, LLC at a purchase price of Two Hundred Dollars ($200.00) for each set (one (1) copy of Project Manual, one (1) set of Contract Drawings, and one (1) bid packet) of documents. The bid packet will include the documents specified in Document 00200 -Instructions to Bidders, Paragraph 3.05A. Bid Documents may be obtained at the following Issuing Office: Garver Engineers LLC 1O88 East Millsap Road Fayetteville, AR 72703 Phone: 479-527-9100; Fax: 479-527-9101 I NO REFUND of payment will be made and no partial sets will be issued. No half size set will be sold or issued prior to bid opening. I 1 00120 -Invitation to Bid 00120-1 0396-1000 TO BID 1 DOCUMENT 00120 - INVITATION (continued) 1 Bid documents may be examined at the following locations: 1 Northwest Arkansas Planning Room 200 South Bloomington St., Suite G Lowell, AR 72745 (479)750-7704; Fax (479)750-7709 Southern Reprographics 2905 North Point Circle Fayetteville, AR 72704 (479)582-4022; Fax (479)582-4021 I A non -mandatory pre -bid conference will be held on!December 30, 2008 at 2:00 p.m., local time at Fayetteville City Hall, Room 326 at 113 W. Mountain, Fayetteville, Arkarsas. All interested parties are strongly encouraged to attend. Bids will be received on a Unit Price basis. Bidders shall be qualified to do business and licensed in accordance with all applicable laws of the state and local governments where the Project is located. 1 Bids received from Bidders who are not recorded by Engineer as having received the Bid Documents will not be opened. Prequalification of Bidders will not be required. Owner will evaluate Bidders in accordance with the Instructions to Bidders. Bid security in the form of a certified or bank cashier's check or a laid Bond in the amount of 5% of Bid Amount of contract shall accompany each Bid in accordance with the Instructions to Bidders. A 100% performance and payment bond is required after contract award. Bids shall be in accordance with the Bid Documents. COMPLETION Completion time shall be as follows: The Work shall be Substantially Completed within 150 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 180 calendar days after the date when the Contract Times commence to run. P1 L I J I L 00120 -Invitation to Bid 00120-2 0396-1000 ' DOCUMENT 00120 - INVITATION TO BID (continued) C ADDITIONAL PROVISIONS ' The Bid shall be conditioned upon compliance with all applicable labor related requirements including the regulations and I stipulations concerning equal employment opportunity, minority manpower utilization, affirmative action requirements, and minimum wage rates. The greater of the Arkansas Department of Labor Prevailing Wage Rate or the U. S. Department of Labor Prevailing Wage Rate shall establish the minimum wages to be paid to workers under this Contract. Pursuant to Ark. Code Annotated 22-9-203, the City of Fayetteville encourages all qualified small, minority and women business enterprises to bid and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority, and women 1 business enterprises. OWNER'S RIGHT TO REJECT The Owner reserves the right to reject any or all Bids and to waive irregularities therein, and all Bidders shall agree that I such rejection shall be without liability on the part of the Owner for any damage or claim brought by any Bidder because of such rejections, nor shall the Bidders seek any recourse of any kind against the Owner because of such rejections. The filing of any Bid in response to this invitation shall constitute an agreement, of the Bidder to these conditions. OWNER I CITY OF FAYETTEVILLE By: Andrea Foren. CPPB Title: Purchasing Agent I00120 -Invitation to Bid 00120-3 0396-1000 I I I I DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: Contract Name: MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS Date: 13 SUBMITTED TO: I The City of Fayetteville, Arkansas 113' West ivlountain Street Fayetteville, Arkansas . 72701. SUBMITTED BY: I Company(1174'i1-7'6t1've1 , Name I Address /3 rs f e!9/NSj7 /�4�] �j IPrincipal Office Ir l ^f ^ !S Qi7 AK•. ">' o/ o oration artnership, individual, joint.. Iventure, other Arkansas State General Contractor's License Number IEXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contra ctor;in-construction for 37' years and has performed work of the nature and magnitude of this Contract fora years. Bidder has been in business under its oaf - present name for - years. 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) 3. Bidder has completed the following (list minimum of 3) contracts consisting of work I similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect 1 00140 -Bidder Qualifications.doc 00140 — 1 0396-1000 1 e DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. 5. Bidder normally performs the following work with his own forces: 6. Construction experience of key individuals in, the organization, is as follows (continued on attached sheets if needed): 4.: 5 ! 2 ) -4,qrs 7. In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: 8. Bidder's Workmen's Compensation Experience Modifier Factor is: • 00140 -Bidder Qualifications.doc 00140-2 0396-1000 1 DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) FINANCIAL STATEMENT Bidder possesses adequate financial resources as indicated by the following: 1. Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). 1 f. Name of firm preparing financial statement and date thereof: if financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder. Judgment Creditors Where Docketed and Date Amount a. $ b. 00140 -Bidder Qualifications.doc 00140— 3 0396-1000 r DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: , 20 Q0 (OFFICIAL SEAL) Name of Organization: 37TV e By Title (If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed.) END OF DOCUMENT 00140 00 140 -Bidder Qualifications.doc 00140-4 0396-1000 I L LI I LI I LI I I I Lii LI C I I I 1 JOBS CURRENTLY UNDER CONTRACT AND BONDED I 1 --Arkansas Highways job # 090226 Prime contractor Twin Lakes Quarries Paul King Superintendent for TWQ Jerry James AHTD Resident Engineer Contract amount 2,000,000 Finish in April 09 2 —Yellville Sewer Rehab Owner: City of Yelleville City Manager: Gale Stude Engineer: ESI Springdale IContract Micheal Weir Project Engineer Amount 125,000 Pavement Repair is lacking (Will finish when weather allows) I3 —Ozark Folk, Mt View Arkansas Owner: Arkansas State Parks Engineer: MarlarEngineering '• Project Engineer: Daryl Laws Contract Amount: 250,000 I Will be done at end of Jan 09 4 —Heights Subdivision Mt Home AR Engineer: Consolidated Land Services • Project Engineer: Ken Cotter Contract Amount: 100,000 • HAS BIDDER EVER FAILED TO COMPLETE ANY PROJECT? • NO!! I I I I El I IJobs in Similar Scope completed in past: I 1 ---Mountain View Owner: City of Mt View Engineer: McClelland Engineers Amount 2,000,000 Surety: Granite RE Finished Jan 09 All Work Performed By Contractor 2 —Mountain Home Owner: City of Mt Home Engineer Garver & Garver Amount 360,000 Finished in 96 85% of Work Performed by Contractor 3 —City of Marshall Owner: City of Marshall Engineer: ESI Amount 1.200,000 Finished in 02 All work performed by Contractor I I f I LI ,t 1 LARUE CONTRACTOR, INC. Harrison, Arkansas FINANCIAL STATEMENTS AND SUPPLEMENTARY INFORMATION For the Year Ended September 30, 2008 And ACCOUNTANT'S REPORT Li LI ri i LARUE CONTRACTOR, INC. Harrison, Arkansas FINANCIAL STATEMENTS AND SUPPLEMENTARY INFORMATION For The Year Ended September 30, 2008 Contents Page Accountant's Report on Financial Statements BalanceSheet............................................................................ .........1 Statement of Income and Retained Earnings................................................................. 2 Statement of Cash Flows............................................................................................... 3 Notes To Financial Statements Note 1 - Summary of Significant Accounting Policies...............................4-5 Note 2 - Contract Receivables....................................................................... 5 Note 3 - Related Party Transactions..............................................................5 Note4- Long -Term Debt.............................................................................. 6 Note 5 - Income Recognition......................................................................... 6 Note 6 - Income Taxes................................................................................... 7 Note7 - Line of Credit................................................................................... 7 Accountant's Report on Supplementary Information Schedule 1 - Schedule of Revenues and Cost of Revenues Earned ...................... 8 Schedule 2 - Earnings from Contracts....................:............................................. 9 Schedule 3 - Contracts Completed......................................................................10 Schedule 4 - Contracts in Progress.....................................................................11 -I FERGUSON, COBB & ASSOCIATES, PLLC TI CERTIFIED PUBLIC ACCOUNTANTS #10 CORPORATE HILL, SUITE 330 LITTLE ROCK, ARKANSAS 72205 Phone: 501-221-3800 • Fax. 501-221-7058 7 To The Stockholders LARUE CONTRACTOR, INC. 1385 Tennyson Loop East Harrison, Arkansas 72601. INDEPENDENT ACCOUNTANT'S REVIEW REPORT We have reviewed the accompanying balance sheet of LaRue Contractor, Inc., as of September 30, 2008, and the related statements of income, retained earnings, and cash flows for the year then ended, in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. All information included in these financial statements is the representation of the management of LaRue Contractor, Inc. A review consists principally of inquiries of company personnel and analytical procedures applied to financial data. It is substantially less in scope than an audit in accordance with generally accepted auditing standards, the objective of which is the expression of an opinion regarding the financial statements taken as a whole. Accordingly, we do not express such an opinion. Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in conformity with generally accepted accounting principles. I O Ferguson, Cobb & Associates, PLLC Little Rock, Arkansas December 8, 2008 :1 I I. LARUE CONTRACTOR, INC. BALANCE SHEET SEPTEMBER 30, 2008 NOT AUDITED - SEE ACCOUNTANT'S REVIEW REPORT ASSETS CURRENT ASSETS Cash and cash equivalents (Note 1) Contract receivables (Note 2) Retainage receivable. Deficit billings (Note 5) Total Current Assets FIXED ASSETS - AT COST (Note 1) Machinery and equipment Vehicles Furniture- and fixtures Less:, accumulated depreciation Net Fixed Assets - at Cost TOTAL ASSETS $ 90,559 196,143 25,887 _ 69,871 $ 382,460 $ 2,337,605 187,178 7,550 $ 2,532,333 (1,366,249) 1,166,084 $ 1,548,544 [•1 iI LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES Current maturities of long-term debt (Note 4) $ 112,000 Line of credit (Note 7) 100,000 Accounts payable 128,204 Payroll taxes withheld 1,696 Excess billings (Note 5) 17,843 Current deferred income taxes (Note 6) 7,500 Total Current Liabilities LONG-TERM LIABILITIES Long-term debt, net of current maturities (Note 4) $ 333,468 Deferred income taxes accrued (Note 6) 134,600 Total Long -Term Liabilities TOTAL LIABILITIES STOCKHOLDERS' EQUITY Common stock - no par value, 500 shares authorized, 100 shares issued and outstanding $ 300 Additional paid -in capital 50,000 Retained earnings 662,933 TOTAL STOCKHOLDERSEQUITY TOTAL LIABILITIES AND STOCKHOLDERS' EQUITY SEE ACCOMPANYING NOTES Page 1 $ 367,243 468,068 $ 835,311 713,233 $ 1,548,544 1 .1 ii LARUE CONTRACTOR, INC. Page 2 STATEMENT OF INCOME AND RETAINED EARNINGS FOR THE YEAR ENDED SEPTEMBER 30, 2008 NOT AUDITED - SEE ACCOUNTANT'S REVIEW REPORT Percent of Revenues CONSTRUCTION REVENUES EARNED $ 1,549,219 100.0 % COST OF REVENUES EARNED 1,473,771 95.1 GROSS PROFIT 75,448 4.9 % OPERATING EXPENSES Officer salaries $ 82,545 Insurance 29,761 Professional fees 13,920 Utilities and telephone 9,961 Other taxes and licenses 8,703 Payroll taxes 6,964 Office supplies and expense 6,717 Miscellaneous 1,699 Total Operating Expenses 160,270 10.3 NET LOSS FROM OPERATIONS $ (84,822) (5.4) % OTHER INCOME (EXPENSE) Interest expense (44,497) (2.9) NET LOSS BEFORE INCOME TAX EXPENSE $ (129,319) (8.3) % INCOME TAX EXPENSE (Note 6) -- -- NET LOSS $ (129,319) (8.3) % RETAINED EARNINGS - Beginning of Year 787,252 PLUS: Stockholders' Contributions 5,000 RETAINED EARNINGS - End of Year $ 662,933 SEE ACCOMPANYING NOTES HI J LARUE CONTRACTOR, INC. Page 3 STATEMENT OF CASH FLOWS FOR THE YEAR ENDED SEPTEMBER 30, 2008 NOT AUDITED - SEE ACCOUNTANT'S REVIEW REPORT INCREASE (DECREASE) IN CASH AND CASH EQUIVALENTS: Cash Flows from Operating Activities: Cash received from customers $ 1,611,124 Cash paid to suppliers and employees (1,443,282) Interest paid (44,497) Net Cash Provided by Operating Activities $ 123,345 Cash Flows from Investing Activities: Principal payments on long-term debt (33,734) Cash Flows from financing Activities: I Proceeds from issuance of long term debt $ 481,326 Net borrowings under line of credit 100,000 ff J� Contributions from stockholders 5,000 Principal payments on long-term debt (600,132) Net Cash Used In Financing Activities (13,806) NET INCREASE IN CASH AND CASH EQUIVALENTS $ 75,805 [I CASH AND CASH EQUIVALENTS AT BEGINNING OF YEAR 14,754 L. CASH AND CASH EQUIVALENTS AT END OF YEAR $ 90,559 RECONCILIATION OF NET LOSS TO NET CASH I PROVIDED BY OPERATING ACTIVITIES: Net Loss $ (129,319) Adjustments to Reconcile Net Income to Net Cash Provided by Operating Activities: Depreciation $ 89,675 Changes in Assets and Liabilities: - Decrease in retainage receivable and deficit billings 127,987 Increase in accounts recievable (11,022) Increase in accounts payable and excess billings 47,788 Decrease in payroll taxes withheld and income taxes payable (1,764) Total Adjustments 252,664 NET CASH PROVIDED BY OPERATING ACTIVITIES $ 123,345 LI SEE ACCOMPANYING NOTES Li LARUE CONTRACTOR, INC. Page 4 I NOTES TO FINANCIAL STATEMENTS SEPTEMBER 30, 2008 NOT AUDITED - SEE ACCOUNTANT'S REVIEW REPORT NOTE 1- SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES: Company's Activities LaRue Contractor, Inc., (the Company) was incorporated in Arkansas on August 18, 1983. The fixed assets (construction equipment) were acquired from Russell LaRue (a sole proprietor) by means of a tax- free reorganization. The Company is engaged in underground utility construction. The work is performed primarily under fixed -price and unit -price contracts. The length of the Company's contracts varies but is typically less than one year. The Company operates primarily in North Central Arkansas. Revenue and Cost Recognition Revenues and earnings on significant construction contracts are recognized on the percentage -of - completion method, measured by the cost -to -cost method. A contractis considered complete when all costs except insignificant items have been incurred and the installation is operating according to specifications and has been accepted by the customer. The asset, deficit billings, represents revenues recognized in excess of amounts billed. The liability, excess billings, represents billings in excess of revenues recognized. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Provision for bad debts is determined using the specific write-off method. This method is not in accordance with generally accepted accounting principles, but use of this method is not considered a material misstatement of the financial statements. Cash Equivalents Cash equivalents consist of investments that are readily convertible into cash and generally have original maturities of three months or less. Fixed Assets Fixed assets are recorded at cost. Depreciation is primarily provided by using the straight-line method over the estimated useful lives of the assets for financial statement purposes. For income tax purposes the accelerated method over the estimated useful lives of the assets is used. Depreciation expense for the year ended September 30, 2008 was $89,675. LU Income Taxes Construction contracts are reported for tax purposes on the completed contract method and for financial statement purposes on the percentage -of -completion method. The Company has elected to be taxed as an S -Corporation for income tax purposes for tax years beginning on and after October 1, 2006. Li I. LARUE CONTRACTOR, INC. Page 5 1 NOTES TO FINANCIAL STATEMENTS SEPTEMBER 30, 2008 NOT AUDITED - SEE ACCOUNTANT'S REVIEW REPORT i1 [I 1 1 I I NOTE 1- SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES, CONTINUED: Use of Estimates The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. Deferred Income Tax Accounts Deferred tax provisions/benefits are calculated for certain transactions and events because of differing treatments under generally accepted accounting principles and the currently enacted tax laws of the federal and state governments. The results of these differences on a cumulative basis, known as temporary differences, result in the recognition and measurement of deferred tax assets and liabilities in the accompanying balance sheet. See Note 7 below for further details. NOTE 2— CONTRACT RECEIVABLES: A summary of contract receivables is as follows: Contract receivables -completed contracts Contract receivables -contracts in progress Total Contract Receivables Total Current 30-59 Dys 60-89 Days 90 + Days $ 54,850 $ 54,850 $ -- $ -- $ -- 141,293 141,293 -- -- -- $ 196j43 19J43 $ -- S -- NOTE 3 -RELATED PARTY TRANSACTIONS: During the year ended September 30, 2008 the Company paid $146,696 in rent to a related party for the Company's use of the equipment owned by the related party. This amount is reorganized in equipment rent and other indirect costs of construction. :1 I .I LARUE CONTRACTOR, INC. NOTES TO FINANCIAL STATEMENTS SEPTEMBER 30, 2008 NOT AUDITED - SEE ACCOUNTANT'S REVIEW REPORT NOTE 4— LONG-TERM DEBT: • A summary of long-term debt is as follows: ri 6.00% FCC Equipment Financing, Inc., due $11,303/mo., including interest, secured by equipment, matures 2012 j Total Long -Term. Debt Total Current Long Term $ 445,468 $ 112,000 $ 333,468 445.468 S 1l2000 333 46 Page 6 Maturities of long-term debt for the years subsequent to September 30, 2008 are approximately: 2008109 -$112,000; 2009/10 - $118,900; 2010/11 - $126,200, 2011/12 - $88,368 and $-0- thereafter. NOTE 5 — INCOME RECOGNITION: .The Company maintains job cost records on significant construction contracts. Revenues and earnings are recognized on the percentage -of -completion method, measured by the cost -to -cost method. When .progress reaches a point where experience is believed to be sufficient to establish reasonable estimates ,of the ultimate economic results, profit or loss is recognized. A schedule of contracts in progress is included. Costs incurred on uncompleted contracts $2,741,191 Estimated earnings 214,300 $2,955,491 Less: Billings to date 2 903 463) 52.028 Included in accompanying balance sheet under the following captions: Deficit billings $ 69,871 Excess billings (17,843) 52,028 I ii • LARUE CONTRACTOR, INC. • NOTES TO FINANCIAL. STATEMENTS SEPTEMBER 30, 2008 NOT AUDITED — SEE ACCOUNTANT'S REVIEW REPORT NOTE 6 —INCOME TAXES: Page 7 As noted in footnote 1, the Company. has elected to be taxed as an S -Corporation under the Internal Revenue Code. Under this tax method, no income tax accrual or expenses or deferred tax asset or liability is included in the balance sheet or the results of operations. Estimated income tax distributions • to the members consist of the following: Federal . State Approximate current year taxable income $ 46,100 $ 47,400 Estimated tax rule 20% 5% Estimated Tax Distribution to the Member $ 9_200 $ 2,400 LI The net current and non -current deferred tax amounts included in the accompanying balance sheet, remaining from C -Corp differences which will be used to offset built-in gains tax, include the following amounts of deferred tax assets and deferred tax liabilities: Deferred tax asset — current $ 42,900 Deferred tax liability — current (50,400) Net Deferred Income Tax — Current $ (7.50) .I Deferred tax asset — non -current $ -- Deferred tax liability — non -current (134,600) Net Deferred Income Tax — Non -Current $ 134.600) The Company elected S -Corporation status effective October 1, 2006. At this date, the Company had built-in gains in the amount of $726,019 and $750,193 for federal and state purposes, respectively. NOTE 7— LINE OF CREDIT: The Company has a bank line of credit totaling $100,000 available. At September 30, 2008, $100,000 was being used. The line of credit is secured by accounts receivable and equipment and has the personal guaranty of the stockholders. The line of credit bears interest at a rate of 6.25%. The line of credit agreement expires March 19, 2010. I FERGUSON, COBB & ASSOCIATES, PLLC CERTIFIED PUBLIC ACCOUNTANTS #10 CORPORATE HILL, SUITE 330 LITTLE ROCK, ARKANSAS 72205 Phone: 501-221-3800 • Fax: 501-221-7058 1 To The Stockholders LARUE CONTRACTOR, INC. 1385 Tennyson Loop East Harrison, Arkansas 72601 INDEPENDENT ACCOUNTANT'S REPORT ON SUPPLEMENTARY INFORMATION Our review was made for the purpose of expressing limited assurance that there are no material modifications that should be made to the financial statements in order for them to be in conformity with generally accepted accounting principles. The information included in the accompanying schedules is presented only for supplementary analysis purposes. Such information has been subjected to the inquiry C and analytical ,procedures applied in the review of the basic financial statements, and we are not aware of any material modifications that should be made to it. [I — . Ferguson, Cobb & Associates, PLLC Little Rock, Arkansas December 8, 2008 1 I [a LARUE CONTRACTOR, INC. Page 8 11 SCHEDULE OF REVENUES AND COST OF REVENUES EARNED FOR THE YEAR ENDED SEPTEMBER 30, 2008 LI II Percent of CONSTRUCTION REVENUES EARNED $ 1,549,219 Revenues 100.0 % DIRECT COST OF REVENUES EARNED [u Materials $ 477,783 Labor 270,057 1 Subcontractors 127,230 Equipment rent 44,853 II Other direct costs of construction 11,195 Total Direct Cost of Revenues Earned $ 931,118 60.1 % INDIRECT COST OF REVENUES EARNED l _ = Other indirect costs of construction $ 156,622 Fuel 139,757 1 Depreciation 89,675 = Insurance 87,150 Repairs and maintenance 38,438 Payroll taxes 27,747 Shop expenses 3,264 Total Indirect Cost of Revenues Earned 542,653 35.0 TOTAL COST OF REVENUES EARNED $ 1,473,771 95.1 % GROSS PROFIT $ 75,448 4.9 % LI Ll [ SEE ACCOMPANYING NOTES AND ACCOUNTANT'S [ REPORT ON SUPPLEMENTARY INFORMATION LI 1 1 1 [1 1 1 1 1 1 1 Contracts completed during the year Contracts in progress at end of year LARUE CONTRACTOR, INC. SCHEDULE2 EARNINGS FROM CONTRACTS SEPTEMBER 30, 2008 Page 9 For the Year Ended September 30, 2008 Cost of Gross Revenues Revenues Profitl(Loss) Earned Earned Recognized $ 665,894 $ 555,046 $ 110,848 883,325 918,725 (35,400) $ 1,549,219. $ 1,473,771 $ 75,448 SEE ACCOMPANYING NOTES AND ACCOUNTANT'S REPORT ON SUPPLEMENTARY INFORMATION LARUE CONTRACTOR, INC. SCHEDULE3 CONTRACTS COMPLETED SEPTEMBER 30, 2008 Contract Contract Totals Revenues Cost of Gross Earned Revenues Profit 1) Bear Creek $ 355,227 $ 230,818 $ 124,409 2) The Seasons Condos - Phase I 133,997 124,342 9,655 3) Cobblestone 108,641 106,640 2,001 4) West End 94,127 74,530 19,597 5) Yellville -Summit School District 84,859 66,420 18,439 6) Coltons 68,929 61,976 6,953 7) Small Jobs 197,983 161,489 36,494 $ 1,043,763 $ 826,215 $ 217,548 Page 10 1 1 I 1 1 1 A I: 1 1 I 1 1 1 7 1 Before October 1, 2007 During the Year Ended September 30, 2008 Revenues Cost of Gross Revenues Cost of Gross Earned Revenues Profit Earned Revenues Profit/(Loss) $ 298,016 $ 204,516 $ 93,500 $ 57,211 $ 26,302 $ 30,909 79,853 66,653 13,200 54,144 57,689. (3,545) -- -- -- 108,641 106,640 2,001 -- -- -- 94,127 74,530 19,597 -- -- -- 84,859 66,420 18,439 -- -- -- 68,929 61,976 6,953 -- -- -- 197,983 161,489 36,494 $ 377,869 $ ` 271,169 $ 106,700 $ 665,894 $ 555,046 $ 110,848 SEE ACCOMPANYING NOTES AND ACCOUNTANT'S REPORT ON SUPPLEMENTARY INFORMATION LARUE CONTRACTOR, INC. SCHEDULE4 CONTRACTS IN. PROGRESS SEPTEMBER 30, 2008 Total Contract From Inception to September 30,2008 Estimated Revenues Gross Cost of Percent Gross Revenues Billed Earned Profit Revenues Complete Profit - Earned To Date 1) $ 1,860,418 $ 120,000 $ 1,725,490 99 -% $ 119,000 $ 1,844,490 ;;. $ 1,836,062 2) 1,390,905 83,000 849,562 65 % 53,900 903,462 864,882 3) 239,379 50,000 146,976 75 % 37,700 184,676 . 202,519 4) .123,525 20,000 .19,163 19 % 3,700 22,863 -- S3,614,227 $ 273,000 $ 2,741,191 •$ 214,300 $ 2,955,491 .$ 2,903,463 1) Mountian View - Sewer 2) Kings State SD 3) Ozark Folk Center 4) Yellville Sewer Rehab 1 t 1 1 1 1 1 1 t 1 At September 30, 2008 Deficit Excess Billings Billings $ 8,428 $ -- 38,580 -- -- 17,843 22,863 -- 1.. $ 69,871 $ 17,843 Page 11 For the Year Ended September 30, 2008 Revenues Cost of Gross Earned Revenues Profit/(Loss). $ 488,624 $ 548,224 $ (59,600) 187,163 204,363 (17,200) 184,676 146,976 37,700 22,862 19,162 3,700 $ 883,325 $ 918,725 $ (35,40) SEE ACCOMPANYING NOTES AND ACCOUNTANT'S REPORT ON SUPPLEMENTARY INFORMATION I Li I I I I 1 1 1 1 1 DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: ARTICLE 1- INTRODUCTORY INFORMATION 1.01 DEFINED TERMS: A. Terms used in these Instructions to Bidders and which are defined in the GENERAL CONDITIONS, have the meanings assigned to them in the GENERAL CONDITIONS. B. Bid Documents shall include the following: 1. Bidding Requirements: a. Invitation to Bid. b. Bidder's Qualification Statement. c. Instructions to Bidders. d. Bid Form. e. Bid Bond. 2. Contract Forms: a. Agreement Between Owner and Contractor. b. Performance Bond. c. Labor and Material Payment Bond. 3. Contract Conditions: a. General Conditions. b. Supplementary Conditions. c. Labor -Related Regulations. 4. Specifications. 5. Drawings. 6. Addenda issued prior to receipt of Bids. C. Certain additional items used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof. 1. Bidder — one who submits a Bid directly to Owner as distinct from a sub - bidder, who submits a Bid to a Bidder. 2. Issuing Office — the office from which the Bid Documents are to be issued and where the bidding procedures are to be administered. 3. Successful Bidder — the lowest, responsible, and responsive Bidder to whom Owner on the basis of Owner's evaluation as hereinafter provided makes an award. 1.02 COPIES OF BID DOCUMENTS: A. Complete sets of the Bid Documents in the number and for the purchase sum stated in the Invitation to Bid, may be obtained from the Issuing Office. B. Complete sets of Bid Documents shall be used in preparing Bids; neither Owner, nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bid Documents. C. Owner and Engineer in making copies of Bid Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 1 00200 -Instructions to Bidders.doc 00200— I 0396-1000 1 1 DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS:(contiinued) 1.03 1.04 QUALIFICATION OF BIDDERS: A. Prequalification statements are not required. Owner will, however, evaluate the Bidder's qualifications following the opening of Bids. Evaluation criteria considered will include, but not be limited to: 1. Experience and performance records on similar work. 2. Financial responsibility. 3. Ability to supply construction equipment and personnel to complete the Work within the Contract Time. 4. Evidence of Bidder to do business in the state where the Project is located, or covenant to obtain such qualifications prior to award of the Contract. B. Bidders are requested to submit financial statement in Bidder's Qualification Statement, DOCUMENT 00140. C. Only those Bids will be considered which are submitted by Bidders who show satisfactory completion of work of type and size comparable to the Work required by these Bid Documents. 1. A list of comparable projects, including pertinent information and identification of the owners, shall be submitted with the Bid. 2. See ARTICLE 5 — AWARD OF CONTRACT herein for additional requirements after opening of Bids. D. Bidders must be licensed in the State of Arkansas and shall provide their license number on the Bid Form. Failure to provide license number shall result in a non- responsive Bid. EXAMINATION OF CONTRACT DOCUMENTS AND SITE: A. Before submitting a Bid, it is the responsibility of each Bidder: 1. To thoroughly examine the Contract Documents and other related data identified in the Bid Documents (including "technical data" referred to below). 2. To visit the Site to become familiar with and satisfy Bidder as to the general, local, and Site conditions that may in any manner affect cost, progress, and performance of the Work. 3. To consider federal, state, and local laws, ordinances, rules, and regulations that may in any manner affect cost, progress, performance, and furnishing of the Work. 4. To study and carefully correlate Bidder's knowledge and observations with the Contract Documents and such other related data. 5. To promptly notify Engineer of all conflicts, errors, ambiguities, or discrepancies which Bidder has discovered in or between the Contract Documents and such other related documents. B. Before submitting a Bid, each Bidder shall be responsible to obtain such additional or 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, and furnishing of the Work or which relate, to any aspect of the means, methods, techniques, sequences, or procedures of construction to be employed by Bidder, I I I I fl I I I I I I I I I I I 00200 -Instructions to Bidders.doc 00200 - 2 0396-1000 I DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) I including safety precautions and programs incident thereto or which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. This shall include local shipping facilities and availability of lands if applicable. C. In the preparation of the Contract Documents, neither reports of explorations nor tests of any Hazardous Environmental Condition at the Site of the Work have been I prepared. D. Access to the Site: 1. On request, Owner will provide each Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as each Bidder deems necessary for submission of his Bid. Bidder shall fill all holes, clean up, and restore the Site to its former conditions upon completion of I such explorations, investigations, tests, and studies. 2. The lands upon which the Work is to be performed, rights -of -way, and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of Materials and Equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unless otherwise provided I in the Contract Documents. 3. Property owners affected by the Work are named on the Drawings where known, but the accuracy of such ownership is not guaranteed. Bidders shall 1 verify and make their own arrangements with such property owners for any access needed in connection with the preparation of Bids. E. Subsurface Information: 1. No subsurface information has been obtained at, or in the vicinity of, the Site of the Work. 2. Each prospective Bidder shall make its own interpretation of subsurface information and shall, at its own expense, make surveys and investigations as it may deem necessary to evaluate conditions which will affect performance of the work. 3. In the preparation of the Contract Documents, no drawings of physical ' conditions in or relating to existing surface or subsurface structures which are at or contiguous to the Site of the Work were used. IF. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph "Examination of Contract Documents and Site," and that the Bid Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. I I I00200 -Instructions to Bidders.doc 00200-3 0396-1000 DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) I 1.05 INTERPRETATIONS, MODIFICATIONS, AND ADDENDA: 1 A. Any Bidder who discovers ambiguities, inconsistencies, or errors or is in doubt as to the meaning or intent of any part of the Bid Documents shall promptly request an interpretation from Engineer. Interpretations or clarifications considered necessary by Engineer in response to such requests will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bid Documents. B. Addenda may also be issued to modify the Bid Documents as deemed advisable by Owner or Engineer. C. Because of the time required to publish and deliver, no Addenda will be issued within the last 7 days before the date of opening Bids. However, an addendum that affects the time, date or location of the bid opening may be issued as little as two (2) days before the date of opening bids. D. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 1.06 PREBID CONFERENCE: I A non -mandatory pre -bid conference will be held on December 30, 2008 at 2:00 p.m. at Fayetteville City Hall, Room 326 at 113 W. Mountain, 1 Fayetteville, Arkanasas. 1.07 LABOR -RELATED REGULATIONS: A. Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville encourages all qualified minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portionsof their contract to qualified, small, minority, and women business enterprises. B. The greater of the Arkansas Department of Labor Prevailing Wage Rate or the U. S. Department of Labor Prevailing Wage Rate shall establish the minimum wages to be paid to workers under this contract. A copy of the current Arkansas Department of Labor Prevailing Wage Rate is included in these documents. It is the contractor's responsibility to obtain and comply with future Arkansas Department of Labor Prevailing Wage Rate schedules. ARTICLE 2- BASIS OF BIDDING 2.01 SPECIFIED EQUIPMENT ANDMATERIAIS: A. Substitutions will be considered only after the Effective Date of the Agreement and as set forth in the GENERAL CONDITIONS and SECTION 01631. B. Year 2000 Compliance I. All equipment, devices, items, systems, software, hardware, and firmware provided shall be warranted as Year 2000 compliant, meaning that they shall properly, appropriately, and consistently function and accurately process date and time data (including without limitation: calculating, comparing, and sequencing) on and after December 31, 1999, including leap year 00200 -Instructions to Bidders.doc 00200-4 0396-1000 I IDOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) calculations. This warranty supersedes anything in the Specifications or ' other Contract Documents which might be construed inconsistently. This warranty is applicable whether the equipment, device, item, system, software, hardware, or firmware is specified with or without reference to a I manufacturer's name, make, or model number. 2.02 INDIRECT COSTS: A. Taxes: 1. All applicable sales, use, compensating, or other taxes to be paid or withheld by Bidder, now imposed by any taxing authority, on Equipment and Materials to be incorporated in the Work, and on any or all other cost items entering into the Contract Price, shall be included in the Bid price. 2. The Bidder shall include all such taxes except those on Equipment and Materials, if any, furnished by Owner or others, or exempted by the state, and Bidder shall furnish taxing authorities any information or reports pertaining thereto as required. B. The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities for performing the Work, which are applicable at the time Bids are opened and which are not specified to be obtained by Owner, shall be included in the Bid price. C. The cost of all royalties and license fees on Equipment and Materials to be furnished I and incorporated in the Work shall be included in the Bid price. D. Tests, inspections, and related activities called for throughout the Bid Documents are I a responsibility of Contractor unless specified otherwise. The Bid shall include all costs arising from such responsibility. E. The cost of all electrical, water, gas, telephone, sanitary, and similar facilities and services required by Contractor in performing the Work shall be included in the Bid price unless specified otherwise. 2.03 SUBCONTRACTORS: A. No Bid shall be based upon aggregate of Subcontractors performing more than 60 percent of the total Work. I B. The experience, past performance, and ability of each proposed Subcontractor will be considered in the evaluation of Bids. Any Subcontractor so requested shall be required to furnish experience statements prior to the Notice of Awards. C. No Contractor shall be required to employ any Subcontractor, other person, or organization against whom Contractor has reasonable objection. Owner or Engineer may accept or reject Subcontractors in accordance with Paragraph 6.05 of the GENERAL CONDITIONS. 2.04 CONTRACT TIMES: iA. The number of days within which, or the dates by which, the Work is to achieve Substantial Completion and also final completion and be ready for final payment shall be as stated in the Agreement. 1 00200 -Instructions to Bidders.doc 00200— 5 0396-1000 I DOCUMENT 00200 - INSTRUCTIONS TO BIDDERSS-(continued) 1 B. Provisions for liquidated damages, if any, are as set forth in the Agreement. ARTICLE 3- BIDDING PROCEDURE 3.01 PREPARATION OF BID: I A. One set of documents provided in the bid packet envelope included with the purchased set of drawings and specifications shall be used for the Bid. B. The Bid Forms shall be filled out in detail in black ink and signed by the Bidder. C. Bids by partnerships shall be executed in the partnership name and signed by a partner whose title shall appear under his signature, and the official address of the partnership shall be shown below the signature. D. Bids by corporations shall be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign), and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. E. Names of all persons signing shall be printed below their signatures. F. A power of attorney shall accompany the signature of anyone not otherwise I authorized to bind the Bidder. G. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. H. The address to which communications regarding the Bids are to be directed shall be shown. 3.02 METHOD OF BIDDING: A. Bids will be received on a Unit Prices basis as set forth in the Bid Form. B. Firm Bids are required. C. Schedule of Unit Prices: 1. The Bidder shall complete the "Schedule of Unit Prices" included in the Bid (and shall accept all fixed Unit Prices listed therein.) 2. The total Bid price will be determined as the sum of the products of the estimated quantity of each item and the Unit Price set forth in the "Schedule of Unit Prices." The final Contract Price shall be subject to adjustment according to final measured, used, or delivered quantities, and the Unit Prices set forth in the "Schedule of Unit Prices" will apply to such final quantities except that if quantities vary more than 25 percent above or below estimated quantities, Unit Prices will be subject to change by Change Order. 3.03 SUBCONTRACTORS INFORMATION SUBMMED WITH BID: A. Bidders shall submit to Owner with the Bid, the List of Subcontractors contained in the Project Manual as Document 00430, completed with names of all such Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work for which such identification is required. The list shall be 00200 -Instructions to Bidders.doc 00200-6 0396-1000 1 I I I I I I L I 1 I I I I I r - I I 1 DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) supplemented by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, person, or organization, if requested by Engineer, if, after due investigation, Owner or Engineer has reasonable objection to any proposed Subcontractor, Supplier, or other person or organization, Owner may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute without an increase in the Bid. If the apparent Successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, and other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the bid security of any Bidder. Any Subcontractor, Supplier, or other person or organization listed and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation as provided in Paragraph 6.05 of the General Conditions. 3.04 MANUFACTURERS SUBMITTED WITH BID: Not applicable. 3.05 FORMS TO BE SUBMITTED: A. The following forms shall be submitted with the Bid in the envelope provided. 1. DOCUMENT 00140 BIDDER'S QUALIFICATION STATEMENT 2. DOCUMENT 00400 BID FORM 3. Bid Security as certified check, bank cashier's check, or Bid Bond (DOCUMENT 00410) 4. DOCUMENT 00430, LIST OF SUBCONTRACTORS 3.06 BID SECURITY: A. Each Bid shall be accompanied by Bid security, payable to Owner, of the amount stipulated in the Invitation to Bid. B. The required security shall be in the form of a certified or bank cashier's check or a Bid Bond on the form prescribed by the AIA, Document A310, or on similar form attached. C. Bid Bond shall be executed by a surety meeting the requirements set forth for "Surety Bonds" in the GENERAL CONDITIONS. D. Bid security of the Successful Bidder will be retained until Bidder has executed the Agreement and furnished the required surety Bonds as set forth in the GENERAL CONDITIONS, whereupon Bid security will be returned. If the Successful Bidder fails to execute the Agreement and furnish the surety Bonds within 15 days after the date of Notice of Award, Owner may annul the Notice of Award, and Bid security of that Bidder will be forfeited to Owner. E. The Bid security of any Bidder whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of 10 days after the 1 00200 -Instructions to Bidders.doc 00200-7 0396-1000 J I DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) Effective Date of the Agreement and the required surety Bonds furnished, or the 9l51 day after the Bid opening. Bid security of other Bidders will be returned within 10 days of the bid opening. 3.07 SUBMISSION OF BID: A. Bids shall be submitted at the time and place designated in the Invitation to Bid. B. Bid Documents with accompanying Bid security and other required information shall ' be enclosed in an opaque sealed envelope marked with the following: 1. Project name. 2. Bid number. 3. Name and address of Bidder. 4. Contractor's license number. C. If the Bid is sent by mail or other delivery system, the sealed envelope shall be I enclosed in a separate envelope with the notation "Sealed Bid Enclosed" on the face thereof. MODIFICATION OR WITHDRAWAL OF BIDS: 1 3.08 A. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. B. If, within 24 hours after Bids are opened, any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of his Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work to be provided under the Contract Documents. ARTICLE 4- OPENING OF BIDS 4.01 OPENING OF BIDS: A. Bids will be opened and (unless obviously non -responsive) read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids will be made available to Bidders after the opening of Bids. B. All Bids shall remain open for a period of 90 days after Bids are opened, but Owner may, at his sole discretion, release any Bid and return the Bid security at any time prior to that date. ARTICLE 5- AWARD OF CONTRACT 5.01 OWNER's RIGHT TO REJECT BIDS: I A. Owner reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, non -responsive, unbalanced, or conditional Bids and to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails 00200 -Instructions to Bidders.doc 00200 - 8 0396-1000 1 I IDOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) meet any other pertinent standard or criteria established by Owner. Owner also Ito reserves the right to waive all informalities not involving price, times, or changes in the Work and to negotiate Contract terms with the Successful Bidder. (Discrepancies between the multiplication of units of Work and Unit Prices will be resolved in favor ' of the Unit Prices.) Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. B. All Bidders must agree that such rejection shall be without liability on the part of the Owner nor shall the Bidders seek recourse of any kind against the Owner because of such rejections. The filing of any Bid shall constitute an agreement of the Bidder to I these conditions. 5.02 EVALUATION OF BIDS: IA. In evaluating Bids, Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements (and such Alternates, Unit Prices) and other data, as may be requested in the Bid Form or prior to the Notice of Award. Owner must accept Alternates in numerical order. B. Owner may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is requested per Paragraph 5.02E of this document. C. Owner may conduct such investigations as he deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of the Bidders, proposed Subcontractors, and other persons and organizations Ito perform and furnish the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. D. Owner reserves the right to reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. E. Within 10 days after Bids are opened, and if requested by the Owner or the Engineer, • the apparent Successful Bidder, and any other Bidder so requested, shall submit supplemental information including an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, person, or organization, proposed by the Bidder for consideration as specified in ARTICLE 3 paragraph 3.03 above. The use of Subcontractors listed by Bidder (Document 00430) and accepted by Owner prior to the Notice of Award will be required in the performance of the Work. F. Within 10 days after the Bids are opened, the apparent Successful Bidder, and any other Bidder so requested, shall submit an itemized breakdown of any lump sum portion of its Bid. This breakdown must include a separate item for each major category of work and each major piece of equipment. This breakdown may or may not be reflected in subsequent time schedule submittals. G. The award of the Contract, if it is awarded, will be to the lowest, responsive, responsible Bidder whose evaluation by Owner indicates to Owner that the award will be in the best interest of Project and Owner. I ' 00200 -Instructions to Bidders.doc 00200-9 0396-1000 I DOCUMENT O02O0 - INSTRUCTIONS TO BIDDERS: (continued) 5.03 NOTICE OF AWARD: A. After considering the basis of award and evaluation of Bids, if the Contract is to be awarded, Owner shall within 90 days after the date of opening Bids notify the Successful Bidder of acceptance of his Bid (indicating which, if any, Alternate Bids have been accepted). r ARTICLE 6- SIGNING OF AGREEMENT 6.01 When Owner gives Notice of Award, to Successful Bidder, Engineer will issue the required number of unbound, unsigned counterparts of the Agreement and other Contract Documents to Successful Bidder. 6.02 Within 15 days thereafter, Contractor (Successful Bidder) shall sign all copies of the Agreement leaving the dates blank, insert the properly executed Bonds, power of attorney documents, and other required documents in the appropriate places, and deliver all copies to Owner. 6.03 - Within 10 days thereafter, Owner will execute all copies of the Agreement and insert the Date of Contract in the Agreement, Bonds, and power of attorney documents. Owner will provide the executed Contract Documents to Engineer for binding and distribution as required. Each duly executed counterpart will be accompanied by a complete set of Drawings with appropriate identification. END OF DOCUMENT 00200 I I I 1 P b I I I I I I 1 I I 00200 -Instructions to Bidders.doc 00200— 10 0396-1000 I DOCUMENT 00400 —BID FORM I I I I I J I 1 F 1 I C I Contract Name: MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS Bid Number 09-12 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BIDFROM: Bidder: -4fj,So r /3 t≤ 7.e!!p 45,M ,L, od rte; 4_ /9, z,_o/ O/ 4)0/?q5 o//d ARTICLE 1- INTENT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2- TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 00400 -Bid Form.doc 00400-1 t 0396-1000 I DOCUMENT 00400 —BID FORM (continued) ARTICLE 3- BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number #'.. Date —/*°? B. Bidder 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, and furnishing of the Work. C. Bidder 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. D. Bidder has carefully studied all: (1) 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; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. 00400 -Bid Form.doc 00400-2 0396-1000 . I I I I C I I I I I I I I I I C r DOCUMENT 00400 -BID FORM (continued) I I 1 n I LI LI L I I I Li I 1 I E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or 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 be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has correlated the information known to Bidder, 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, 1. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any 00400 -Bid Form.doc 00400-3 0396-1000 1 DOCUMENT 00400 —BID FORM (continued) other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 -- Subpart P — Excavations. I ARTICLE 4 - BID PRICE Bidder will complete the Work in accordance with the Contract Documents ' for the following price(s): A. Unit Price Schedules. The Bid Form includes three deductive alternates. Deductive alternate number 1 includes all sanitary sewer line work and related water line work on sewer line "r construction drawings, deductive alternate number 2 includes all sanitary sewer line work and related water line work on sewer lines "H" and "K" construction drawings, and deductive 3 includes line alternate number all water and related sanitary sewer work as shown on water line "B" and "C" construction drawings B. Deductive alternate number 1 includes items 28 to 39. C. Deductive alternate number 2 includes items 40 to 47 t D. Deductive alternate number 3 includes items 48 to 69 E. If the Owner chooses deductive alternates, they will be omitted from the base bid in sequential order. Deductive alternate I would be omitted from the base bid first. 1 J 00400 -Bid Form.doc 00400-4 0396-1000 1 I 1 DOCUMENT 00400 -BID FORM (continued) ESTIMATED UNIT TOTAL ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT 1 Erosion Control 1 LS .3 •S, 0 3 0 .3 3 svv 2 Traffic Control 1 LS J7 3.OO 3'3 00 3 Mobilization 1 LS J3�A0 JD3GQ, 00 I 4 Trench Excavation Safety 1 LS J`,�� sJ• (' 0 1 5 8" PVC.C-900 DR -14 Water Line 6020 LF 'YQ, ! ZS ] ,? 7 3 • 6 6" PVC C-900 DR-i 4 Water Line 60 LF y0 , 30 1 ,t / / 0 . Q 0 I7 4" PVC C-900 DR -14 Water Line 20 LF 3 8, 72 77y D 8 2" Polyethylene Water Line 20 LF 3 .31 %( ,2 .9. 16" Steel Encasement by Open Cut 100 LF Q, 9/ Q 7/20 I 10 8"x8" Ta in Sleeve and Valve pp g 7 EA , ?3'�/£1 /� 3 9 3 ,1,Z, I11 6"x6" Tapping Sleeve and Valve 3 EA 21 SG 1p` La ?- 99 12 : 4"x4Tapping Sleeve and Valve 1 EA /'5".S"17 9 /'/5. 79 13 8" Gate Valve 10 EA RS,g ' S'5 I14 2" Ball Valve 1 EA q 3 9Se '1/ 15 Fire Hyr iant Assembly 13 EA 2-J1 32 71 CJ I. ,16 Cut.and.Plug Existing 8' Water Line 1 EA 2 3 91iZ 2.39./I 17 Cut and Plug Existing 6 Water Line 4 EA . 9 V I a5 i5 • 18 Cut and Plug Existing 4" Water Line 2 EA /70, / ,3 39'!, $ fp r 00400 -Bid Form.doc 00400-5 1 0396-1000 DOCUMENT 00400 -BID FORM (continued) ESTIMATED UNIT TOTAL 1 ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT 19 Water Service Line 2900 LF 3L '' f12'0 • 20 Water Meter Setting 50 EA ..S 21 Undercut and Backfill for Water Line 200 CY 22, yV 4'd" iD 22 Ductile Iron Fittings for Water Line 5300 LB , /O a6 1 23 Abandon Existing Water Valve 8 EA , �..5r 3 7p , de ' .24 Abandon Existing Fire Hydrant Assembly 2 EA / 3 , �� 3/35c 25 Rock Excavation for Water Line 500 CY 1 f�, 125w Zb 26 Water Mitigation Dam and Drain 1 LS /23 73, /Z373 17 I 27 Blow -Off Assembly 2 EA r i r,rr 9 /733.3 28 B". PVC:SDR-26 Gravity Sewer Pipe 300 LF cj7 1 __ /7 /5ff,4' Q� • • _ Sanitary Sewer Manhole, 0' to 6' De�h 3 EA �� � �, /� ' .29 .• I 30 4' ID. Sanitary Sewer Manhole Additional • Depth, Over 6' Depth 20 VF 6 / O s. O.Z !l 3 700, T 0 I 31'% Concrete Anchor for Gravity Sewer Line 2 EA 1 a p2 1 32. Undercut and Backfill for Sanitary Sewer 10 CY ,22 V/ ii ?LI c�' 7 D 1 • 33 4" anitary Sewer Service Line 100 LF /, 1 d , 0 0 34 4"Sewer Service Tap 5 EA /5q, OI 79s,t2Q 35 Connect to Existing Sanitary Sewer Manhole 1 EA �/ �l�` ,�/�,(f • I,5 �j I3 I r d 36 Demolish Existing Manhole 2 EA dZ 0y1s b 37 Rock Excavation for Sewer Line g5'• I 25 CY QJQ r 00400 -Bid Form.doc 00400 —6 0396-1000 1 L L DOCUMENT 00400 —BID FORM (continued) r I ESTIMATED UNIT TOTAL ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT 38 Water Service Line 130 LF 3d•L o,.7, -Yo 39 Water Meter Setting 2 EA 7, 7•Jrt 8'59. /2.. 1 40 8" PVC SDR-26 Gravity Sewer Pipe 900 LF `Z,'L 9' y 90 41 4" Sanifa Sewer Service Line 25 LF 795. O I42 16" Steel Encasement By Open Cut 53 LF t 9/ 3 a2 g 23 ' 43 Sanitary Sewer Manhole, 0' to 6' Depth" 9 EA /3211 OS I/ 44 4' ID Sanitary Sewer Manhole Additional Depth, Over 6' Depth 20 VF 8s, o2 3 goo + ' ' 45 Undercut and Backfill for Sanitary Sewer 10 CY 22 + y ,Y V I Connect to Existing Sanitary Sewer EA �/,S q /� 46 Manhole 2 ,5 T +� ! v I, ' 47 Rock Excavation for Sewer Line 75 CY 2 DJ15 /3i IS 48 8" PVC C-900 DR -14 Water Line 1400 LF 'y2. 73 ,aQ 57I . 49 2" Polyethylene Water Line 5 LF 3$- 3 5$ I 50 16" Steel Encasement by Open Cut 20 LF 9/ /211.20 51 B"x8" Tapping Sleeve and Valve 3 EA /" 7t,flS. as 52 2"X2' Service Saddle 1 EA 76Q. 9f 1 53 8" Gate Valve 1 EA ?15 9 s'S. 'f ' �l�� 54 '2" BaILVatve ... - 395 3/�• 55 Fire Hydrant Assembly 2 ' : . EA $Q + 7 „5? 3/ I 00400 -Bid Form.doc 00400-7 0396-1000 DOCUMENT 00400 —BID FORM (continued) 1 ESTIMATED UNIT TOTAL ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT 56 •Cut and Plu Existing 12" Water Line 3 EA %g./3 /113y 57 - Cut arid Plug Existing 8" Water Line 3 EA 7/7' 33 58 Water Service Line 1300 LF ,30,9f 1r ,od • 59 Water Meter Setting 20 EA 'z9, crJ .'. jJ • 60 • . Undercut and Backfill for Water Line 40 CY Z /' f / 7,• 61 , Ductile ,Iron Fittings for Water Line 900 LB 9, /9 '/9e" 62 Abandon Existing Water Valve 6 EA e2 9 63 Abandon Existing Fire Hydrant Assembly 1 EA /5 '75 5Y, 75 1 64. Rock Excavation for Water Line 150 CY / r i275 I 65 Remove and Dispose of Existing Building I LS /772O 177' e " 66 Demolish Existing Manhole 1 EA Zc,"f5ti a�T sd 4' ID Sanitary Sewer Manhole, 0' to 6' 67 Depth. 1 EA J 3�Z /.0 S /3.2A 4S 68 4" Sanitary Sewer Service Line 50 LF 3/, /$ O' C q cq 69 4" Sewer Service Tap 1 EA /52, 00 1J �/ , d D • TOTAL BASE BID PRICE* onefy Seven �i�ous6%4 d W rive dun d,.4 ?'ords� i- ftn cl °i/' o O *Total amount to complete projec including all items listed above. 00400 -Bid Form.doc 00400-8 ($i Numbers 0396-1000 7 I I DOCUMENT 00400 -BID FORM (continued) DEDUCTIVE ALTERNATE NUMBER 1** 1 1 1 1 1 1 1 **Total amount for items 28 to 39 ($19220q172) Numbers DEDUCTIVE ALTERNATE NUMBER 2*** ***Total amount for items 40 to 47 f ` ($ g7D0 y.23 Numbers DEDUCTIVE ALTERNATE NUMBER 3**** ($/7D5g2,a i ords 7( Numbers Numbers ****Total amount for items 48 to 69 F. Bidder acknowledges that quantities are not guaranteed and final payment will be based on actual quantities determined as provided in the Contract Documents. 00400 -Bid Form.doc 00400— 9 0396-1000 I DOCUMENT 00400 —BID FORM (continued) 1 ARTICLE 5- CONTRACT TIMES I 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. I ARTICLE 6- BID CONTENT I 6.01 The following documents are attached to and made a condition of this Bid: . Required Bid security (DOCUMENT.00410 — BID BOND)•in the form of a I certified or bank cashier's check or a Bid Bond and in the amount of _. ,�7D Dollars ($_________________) t B. Required Bidder's Qualification Statement with supporting data (DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT). 1 ARTICLE 7- COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: ≤SJ/?email 7a 7I O 9y� IJ && Phone No. 70 '"7413 Z '7 FAX No. t7D 77 3 a L! -- ARTICLE 8- TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SUBMITTED on L3, 20 O 7 00400 -Bid Form.doc 00400-10 0396-1000 1 DOCUMENT 00400 -BID FORM (continued) Arkansas State Contractor License No. If Bidder is: An -Individual Name (type or printed): By: (SEAL) (Individual's Signature) 1 1 1 1 Doing business as: Business address: Hr" �~ r- Phone No. FAX No.: ,A Partnership C, +, --`�Partnership Name: (SEAL) By: (Signature of general partner — attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: 00400 -Bid Form.doc FAX No.: 00400-11 0396-1000 L DOCUMENT 00400 -BID FORM (continued) 1 A Corporation I Corporation Name: M I€I( _ (SEAL) State of Incorporation: 4 s,.9-5 Type (General Business, Professi united Liability): By: I (Signatn — attach evidence of authority to sign) Name (type or printed): 2 Title: 5eG'4"e, - I (C'ORPORA.TE SEAL) Attest: (Signature of Corporate Seer rry� Business address:/3 f5 / nn�S e 4 I Phone No.:7y3 a g y FAX No.: b7v —7y3 / I END OF DOCUMENT 00400 I I I 00400 -Bid Form doe 00400— 12 0396-1000 1 THE AMERICAN INSTITUTE OF ARCHITECTS I AIA Document A370 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we (Here insert full naman e d address or'fegal title of Contractor) LaRue Contractor, Inc. 1385 Tennyson Loop, Harrison, Arkansas 72601 as Principal, hereinafter called the Principal, and Granite Re, Inc. (Here insect full name and addrtss or legal title of Surctyl 14001 Quailbrook Drive, Oklahoma City, Oklahoma. 73134 a corporation duly organized under the laws of the State of Oklahoma as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville, Arkansas Oicov insert full nag and address or leflai title of Owner) 113 W. Mountain Street, Fayetteville, Arkansas 72701 as Obligee, hereinafter called the Obligee, in the sum of • Five Percent of Bid Amount Dollars (5% }, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. • WHEREAS, the Principal has submitted a bid for• lHe einsert full Waite, address and description of'proiecti Mount Sequoyah Water and Sewer Improvements 1-• NOW, THEREFORE, if the Obligee shall accept the bid of the Principal 4nd the Prirscipal shall enter into a Contract • with the Obligee in accordance with the terms of such bid, and give such bondr bonds as may be specified in the bidding { or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of tfii failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which( the Obfigee may in good faith contact • with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain In full force and effect. 1 1 I t 1 day of January, 2009, LaRue Contractor. Inc. ci ) f5 ' (title) (Seat} Sylvia Young: fT' ) torney-In-Fact AlA DOCUMENT A310 • BlO BOND • AIA ® • FE$RUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASFIINGTON, D. C. 26006 IM Printed on Recycled Paper 9193 pT y qr-ti Ik t 1 [L I�r - ' 1 c y`L,l� . sr MF S4,� fits},;,, !!-,Tf^}�.:,} •y3 ! �t`".;�i< y t' s f !r - �! lf.. s -t.;,■, 1 •- •i,l +ew f�.v. r. .. T..{}i3 ..„�...` y ' r i ,E� y AJ. si aY• w,y�rs![^mil `�j f :tE -a,y� fA S 1 ^• 1 Y - k5 ., !€�.., ��• ��� i"�IS.�},c13 �f. �r• ����1 t r~.' �, ' •�+` y� ' 7GEI RAL. VEI -QOF NEY , t J `.'". Iarrr L1� :a,•. #3 Ji 41w d§w..a } �Z,- 1....1� r+'Fr. !i 4 t [ ••! } i' r nab S- xi -- J 6t•,.M. r; �,.„y i ,ItF , r th I ': !' � 7fi fr �.•. I� .+• t ti �4 -. ei� F iA.. Ai �^ w AA �"-•u1 .},sat �,..E _.+7 t} ; P. , . Y ..•k r., Ji l.Fw..s n.! ''". F r`^,r`s?*y°, �„•i7! '# }[ [ • r#I.. 'rdl fi}■'. f. ! _wm, - [ r n" iCria�� �_ 1 sfi .�t.rv.>k-N«�-11 •.�,annM lA.�w, l ii v }'� _ ,' iili�l!!'tdflb�!t!►esf=� .r�- • ..�;.: gS♦ _;•st:.fl F�.a .F +. " !e it t? a r. l,...... � +r.n ' E 3��}{y!!1rIT .! I t ,�• # ratiQtti,lrI! :r iki' y' !!! ;'+c .p ;1:'!,1: fr#�-1 I ::'•" :''.'�, 5f SJ ISO v1A nd y� �iacl l,�of{I e� a h it&f i<E c ('IT 1 to i' \aK ii ;•'�.t+f`s�irf:ay� s! :fi'.i:'I:ti!�!iJ�7'1' 3 e a % t, .. • ; `,# a ;} •it ,' #. .. ;<! •' i °r -.� ,^-t ... 1,,,,,. •�'�Hi,� Wv1 E E T lFi�Rl[t1�9tJ1�. M lV1 Y��!S�-1LL�fv1!KE-]TEtt;., asSp.S""K k.S P,�"c"taw• It kf't ...•si ti,,, `-{1 `:; .-i��tn�l� �:s # ii -d+,f Ir • y _ U-, l s S ' an all`ix? ::an fo ire p'e lr l `dc tl rfd� m 1r rnd AU. "I a.' b4req&tT4aIGRANITE 1tE,.]er if cJ cg ►f I1fi13:It lergg nn c ! ad ' ' �rRAI�!IT� ,Il thiu h 1 D r } Y -4 g '�1 � Ir torss s#ier+eby �tlf rid �dn� andp�,ruwVL.rLr:ar4..rWaw.........l.w,- y• u. p1—' "n _ . � a i { • iQyi` j .. '• - t , i _ I E ".r . r ,�•, �•.�1 LM `1;';+ f; 'rf "�';': �S:_171 4 5? E>s;'fyii� '::: 'i R'i":'!'�fii: k�4s..r■ i₹ -ik �• ry w.,�,...• ,.,,;,.`• iS l .. ''S i• 1 "i t g r 1 !• k R1• ^F ilk !. .S •ik , lt.::7aA __ a. • if {-0 f }ii.'.`• r. F.rif !1 rb' : : :.. _ � r .i }' ;v ! • ..k L l i t Y• t r � thtd }a{is CIJ i 0 MI has cabs o ; rr 1 ' I' : ': I..: s�' : ,'. Irl i' itS c porat shall id j y t steel 'bLth slgrratu e s of fk e i+ ent'al d Sf�C rj s e3 , i ` 6' day ti':"R ' ' w ; ' � ; ' t ; ` t' [r ! ; ' l' . w`` f ,n �. h• a k a� µ~�� py s..►` ! �.4- A' rl' _ rS'• �■ r .`i f i s) F 6 } } E iL t P [ tf aaRR � ^p₹.+a � Fyc- S � ; i bFl..:x ■ �Iy, E id❑ W Rw .• s rr r y - F te� et 'Ittin n, Presidents , STAtEF1IAH�11 I xl: ! 44 E: (ESF; r lyi o A a ° ; "'" i' M'" g t " ► t w"" F 1 €.x s 7iod anl& to .. tg�y a rg rr } 9, z m•" •, y "»! ! •--.-u--n tL f f} ,.. �L t y ,�_^ 6i (' t{:��tt�,�.►T�#�� niz� F•�-� _ 3W)+51L..1 �y,'J�iY`•≥)fQ`r([. �s�. •d1, •l:A CU{`''+ ': �' ��.:i,rr„� Y�i.,r. ; �' ° V�i y`��kYLa e,,,�:. . �$h itn>►` ;rTr�Pe# t$►�(f' with-lb4: .'�I'1: ;, !,rr.,, ■,'. , �I ,,. s `. } .. L y.a .. a rel: .,'^'• t'y' : :'1: I �a11; .af..� tell ri�a , —f i9'\'• ^ i t"r311(�i1 gx .{�'' i i. tii '1e� I o'FI i L: t 1 r . epl!' 9r 1 ! •n1 .,1 r w ■ p 1 '.' t��t .. :!li R'1' 1 ■ i ' I'Mn11" '`I' :i,, •;l•1►r' 11� ,�ll1: •L•,L:1 1''! lu'Orf3�' • Ithe li lk�f •;j�I, } t orRbratlli ,, an+haf `th "`"�si d i i riam tlitir�to'-ide'i rtie �C Sl nfiyar?c3 ec star + f r asu ,��j{'- i q� ki,.ra:r ! "'° Tesp!pti �L•Oi" 716 1�'1�1� tai -"..•.f :�' a i '4fi f i i µ 1� i'' s r s Y r�s • i �]�,la.i,}:Ei.#r 1 rk_ . ,� •e F ! `: i t , it rl ti,i '� + +rii �ii �{ r F * et, r � ••v' �t'�' -f a.� L } e '_ _;� k L �. f .. k 1 s � �}.,. l� f���iCyy �`--�l ���' � ;I "•<J�Fj�g 1 r f"a -rff R,k� ,!!`...ter- }s �. •. ,w..+ +'�, rf '� f[ v } y M Y4�Isp QJtc alr�es , U' �.1 f sF. e�axT ` Sy :' &r, d t r ! " t i0' C �ij! I� �►I H'Ir:,'fJ -#j,a ; i$, •� si• E1fix-aN fG ,+.L ₹ tw.. r�'.11 OIrYY\SFF/lRya �Y'�! iFrt rA A l� "'�'�"���ffjjrr Y�lw.xM#�'Lv'MI.y f•y �a "{ir5/' hF'Yf f"i•* `fine`s• 7aaS 9'.Itr�r �r6(-,.,,�� , �I!" .��,..w.�rji��Y' t � IHr'r'�k�e""'d`�}�,:;,, i11�.�..sw-��', :,.;M.��wa+...`. �F r, i�' •fi � � wHrr�. µ��wap•r� I •, .!': -ii .w -y : -' � 1 �� . � r� } I'. 1 ��■•... �1•- 1,-... :. J °`�:zF {,.:6:���•1t'�� Jt "la.il.>�> I I t ti!' �' .1'r 'r • '• . 1;; ii f.it� yy :^�'.': do 'yr,i !...� ;f!:�., kk • j .fill tl���';�1�1;:.1';*r. rr :rl r.. 11 }!y irL' iu 1: is +' �y- ,r r ., r €: 11' ryL...n,. �.: r :r' .! !, ! ` r r.. 'I ! :j,r �ri.4. :l1�'`[ +r d�:.:!1. ■ 1 1' �1 '1 !'ti '4l 11:'1ti111O. '�1.1,'Ilf�'.,: :iiii'll'ai. Z� -i)"",'11j ';j• 'ii . ��� '~r•i•ws=r...r"�i•, �'S`' �� " J•.� ■■�" t: •'r.i�t'+.��•+r•r wti:--.•w--a; "',�wr�i;•man. � wsr +3.:. F 11 p' ��r *) �K•a�,_ [��yp•.aN fidli�j, S t '�, •• ' • > -� �+ t )1 yy _ -f5:-�5•%CSD�FNaA11law. .�a�'r3%4i •Yiy'i�a'`�:.. �,�L•^�„'+aF;.�is 14.�;�'�V E�G��>`�7.1: ���1�"F^�"e:xl `'eF ■'!', e� 'Lr;:• `,:���� ^.fi.11'.fILI i!i4i ( Bti N.i:l .:il:li'.i': :i Q kii Ifn XI !'i'l.l: ill., Iv I1';:r " I. .l•i.3a"Ir;•i 'f• lII lslle'+VrR7fIIl l il:ti:...,.. A.i'1r •1: lf:� Alir,if'1':Y:rrfiSrnl d'! ��' R''k ,!': •. '„'1'i'a r,Y L.} ise i'jI t:a■ 1S!•''1li!' •'r r°iwM 1; r. I, ?1 nr r'i • 'S.IE•:Ila �k' �. �•. 'i r� 1■. .■1 ti• II .'1'+T.'�a�'.:' ..':r `1 .. ills •y! �I•.rl'�'r, 11. r' �. !4y•l'! ,•' 1� '' '••�' rl' •' I.}'•i'rf}irr/Ir,,'n. ,,sirs,, 'r•'1�"+R i %P: •or ,.l.ii. 1.". ..71 i �.ti:L�'.il•� ■M !J • k r 1 =.."11h. I � "� ,• i'I s. ,1 is ' !4!aa �.. ■, 11,'rti: 1l ' ir'r �sIJCI iSKi�Ir.� i1,. - ��• • .'♦Ire ,Ft . iI`. r-. ti • .-.. ................II ' ��.� 1 wr y •yY3M1��rk)� �r:d■•}:No y?�r•�ri Imo' Si "•'/R � �•1r �+.,.w•.}pw', IIr�4i �`in+.... *°w... F •rn ....r�ra.r•�..`+w'a-wvN d. IQisl.16M"y,Yrh'i1Jrs: �IYasff r [ ie f L�yt 4rW*Mlk r•ws r •. l . l i = . } ',■�fll�. � � F i :'�' •� i f '�'rn 1 �t i -' r F+�', ≥ w'. 'I IT. i c.,ae.l �.--� } r, •r+.�.i E'+�"�� ■ _ . -.swan ! yy` �F! �.:,, � �� . ..w. wv°a '� 1 f .err t 77 ! ' 1 ti { ■■■ -r.srM it -a iy �lri_ g■�x4rr..rpjl ..wrL p.r.. F''�Y �y+'.. .a"t,�"r:.r ;e ! .f ` "� i i �j{$w•i'-w+r71� s1a.r �i�. ..,r; Ftc,f,r x, IF+!tTI !§ rl FS , .ate} ` a�f i" 4t1�Q.,ll'Jal'`eSFi�j• .U.€_3Frw.rwr'...rat i y ; 3!� _��'l F..°�' {fe _ `.•'�f s. ��,, � }J �� t iF •- 1 r .":r'.�i��4'; i�Y'".«`���� ��w.,-:e�3�»'. o.,.e.,,,. �!k �f�...v.-4yM .w •rv. tf' ►. .«F +rrr..� 1 wt' i!-:! } �4 �_' �� �t� a i+_♦+I Frs q� k ir[ 80004, W � i „r• y . T c 5 F s -, sy - � . � }+- 1 c ""^' i , = e • Y � , i . ....s:. l ,wFa.r • e'�"�... S ..ww j L ���`-,�! .��.,F.-,3�.� � ,^N "#� I•r r�-- � � }{x..k.:E� ��F ` ir� � r � '4���i�� �� �•,�!��.��' }��IF.�'°` �}��� .. y�• .s .��.... x{}.: ��rS.- xL 4 ±��..r _. ..tai ! s.l. !. w? .-;..�$..,: !,. lip �1•, 5 .! �.. ,..�M x.wwr � or,, 5 .�# -a RG. -l_ er Lr iniw rF dr,' •1t# ^z, r. rf a DOCUMENT a 0- 00 1 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we r as Principal, hereinafter called the Principal, and I, I Li 1 I t 1 I 1 a corporation duly organized under the laws of the State of hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the sum of as Surety, Dollars ($ ), for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for VAN ASCHE DRIVE EXTENSION GREGG AVENUE TO STEELE BOULEVARD. NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for 00410 -Bid Bond.doc 00410— 1 0396-1000 DOCUMENT 00410 — BID BOND (continued) which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this I� By PRINCIPAL SURETY day of 20__. ATTORNEY -IN -FACT (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF DOCUMENT 00410 (CORPORATE SEAL) (CORPORATE SEAL) 1 J Q 'I 1 1 1 1 1 00410 -Bid Bond.doc 00410 —2 0396-1000 I DOCUMENT 00430 -- LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for MOUNT SEQOUYAH WATER AND SEWER IMPROVEMENTS. Bidder certifies that all Subcontractors listed are eligible to perform the Work. In Subcontractor's Work Subcontractor's Name Expected Percentage and Address or Value Pipe laying 1 Excavation/Grading Concrete Construction Staking e -S SJ Ti uSErosion Control Other (designate) NOTE: This form must be submitt n accorda e with the ction to Bidders. ,I Bidder's ignatur END OF DOCUMENT 00430 00430 -List of Subcontractors.doc 00430 --1 1 0395-1000 J I I 11 1 I I DOCUMENT 00500 - AGREEMENT BETWEEN THE CITY OF FAYETTEVILLE AND LARUE CONTRACTOR INC. Contract Name/Title: MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS Bid No.: 09-12 THIS AGREEMENT is dated as of the day of 2U4iI in the year 2009 by and between The City of Fayetteville, Arkansas and LARUE CONTRACTOR INC. (hereinafter called Contractor). ARTICLE 1 - WORK I 1.01 LARUE CONTRACTOR INC. shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to, the installation of approximately 7420 If of new 8" water line and appurtenances, relocation of water services, and approximately 1200 If of new 8" gravity sewer and appurtenances as indicated on the plans and as specified. ARTICLE 2- ENGINEER 2.01 The Project has been designed by Garver Engineers, LLC, who is hereinafter called Engineer. The Engineer assumes all duties and responsibilities, and has 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 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work will be Substantially Completed within 150 calendar days after the date when the Contract Times commence to run as provided in the 00500 -LaRue Contractor Agreement.doc 00500-1 0396-1000 I DOCUMENT 00500 - AGREEMENT (continued.) GENERAL CONDITIONS, and completed and ready for final payment in I accordance with the GENERAL CONDITIONS within 180 calendar days after the date when the Contract Times commence to run. 3.03 LIOUIDATED DAMAGES: A. City of Fayetteville and LARUE CONTRACTOR INC. recognize that time is of the essence of this Agreement and that The City of Fayetteville will I suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and LARUE CONTRACTOR INC. agree that as liquidated damages for delay (but not as a penalty) LARUE CONTRACTOR INC. shall pay The City Fayetteville Five Hundred Dollars for day of ($500.00) each calendar that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if LARUE CONTRACTOR INC. shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for I completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, LARUE CONTRACTOR INC. shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4- CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and LARUE CONTRACTOR INC. agrees to accept, as full and 'final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said 1 00500 -LaRue Contractor Agreement.doc 00500 —2 0396-1000 DOCUMENT 00500 — AGREEMENT (continued) I payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions estimatedquantities are not guaranteed, and I determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. ARTICLE 5- PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. LARUE CONTRACTOR INC. shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the LARUE CONTRACTOR INC.'s Applications for I Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the I schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the I event there is no schedule of values, as provided in the General Requirements. ' 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. 00500 -LaRue Contractor Agreement.doe 00500-3 0396-1000 DOCUMENT 00500 - AGREEMENT. (continued) ' a. 90% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion be 100% Work Completed less will an amount equal to of the the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by t documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 2. Upon Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to LARUE 1 CONTRACTOR INC. to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder I of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. 1 1 00500 -LaRue Contractor Agreement.doc 00500 —4 0396-1000 1 I DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 6- CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, LARUE ICONTRACTOR INC. makes the following representations: I I H I A. LARUE CONTRACTOR INC. has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. LARUE CONTRACTOR INC. 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, and furnishing of the Work. C. LARUE CONTRACTOR INC. 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. ID. LARUE CONTRACTOR INC. has carefully studied all: I I L I J I J (1) 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; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. LARUE CONTRACTOR INC. acknowledges that The 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. E. LARUE CONTRACTOR INC. has obtained and carefully studied (or assumes responsibility of 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, and 00500 -LaRue Contractor Agreement.doc 00500 —5 0396-1000 I DOCUMENT 00500 — AGREEMENT (continued) ' furnishing of the Work'or which relate: to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by LARUE CONTRACTOR INC. and safety precautions and programs incident thereto. F. LARUE CONTRACTOR INC. does that 1 not consider any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract 1 Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 1 G. LARUE CONTRACTOR INC. is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. LARUE CONTRACTOR INC. has correlated the information known to LARUE CONTRACTOR INC., 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. I. LARUE CONTRACTOR INC. has given Engineer written notice of all 1 conflicts, errors, ambiguities, or discrepancies that LARUE CONTRACTOR INC. has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to LARUE CONTRACTOR INC. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L I 1 00500 -LaRue Contractor Agreement.doc 00500 —6 0396-1000 1 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 7- CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and LARUE CONTRACTOR INC. or concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. LARUE CONTRACTOR INC.'s Bid. c. Documentation submitted by LARUE CONTRACTOR INC. prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS 8. Addenda number one 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written 00500 -LaRue Contractor Agreement.doc 00500 — 7 0396-1000 I DOCUMENT 00500 - AGREEMENT (continued) Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8- MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. 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. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and LARUE CONTRACTOR INC. each binds himself, his 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. 8.04 SEVERABILITY: A. 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 I 00500 -LaRue Contractor Agreement.doc 00500 —8 0396-1000 n J u I I 1 I n I J C Li Li J I [I I ri C Li Li DOCUMENT 00500 - AGREEMENT (continued) remaining provisions shall continue to be valid and binding upon The City of Fayetteville and LARUE CONTRACTOR INC., who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. OTHER PROVISIONS: Not Applicable. IN WITNESS WHEREOF, The City of Fayetteville and LARUE CONTRACTOR INC. have signed this Agreement in quadruplicate. One counterpart each has been delivered to LARUE CONTRACTOR INC. and Engineer. Two counterparts each has been delivered to The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and LARUE CONTRACTOR INC. or identified by Engineer on their Ibehalf. ' This Agreement will be effective on , 2009, which is the Effective Date of the Agreement. ILARUE CONTRACTOR INCi 7-. CITY F FAYE VILLY 1 1 J I I IT I By: 7 Title: r4 S.' ^ (SEAL) ,Attest Ad.res..giving notices/ AIM -1601 fR 2NO1 By: 1Jt \Jt rc X\ :►�`�Ft1VTR,. ,��-��'•'G�� Y CF SG�'� Title: ≥ ps ;FAYETTEV1LLE; (SEAL) 9 q Rk4Ns %�NcraN Attest + Address for giving no ices I[ u% 4k oi ,mot i�£2n. .-D-76 r 00500 -LaRue Contractor Agreement.doc 00500-9 0396-1000 DOCUMENT 00500 - AGREEMENT (continued) License No. Agent for Service of process (If LARUE CONTRACTOR INC. is a corporation, attach evidence of authority to sign.) END OF DOCUMENT 00500 (attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement) Approved As to Form: By: Attorney 00500 -LaRue Contractor Agreement.doc 00500— 10 0396-1000 DOCUMENT 00550 -- NOTICE TO PROCEED It.] Contract Name/TitIe: Contract No: (Contractor) MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS Owner: City of Fayetteville, Arkansas You are notified that the Contract Time(s) under the above Contract will commence to run on 20�. By that date, you are to start performing your obligations under the Contract Documents. In accordance with the Agreement Between Owner and Contractor, the date(s) of Substantial Completion and final completion ready for final payment are , 20_ and , 20_, respectively. Before you may start any work at the Site, the General Conditions provide that you and Owner must each deliver to the other, (with copies to Engineer and other identified additional insureds) certificates of insurance, which each is required to purchase and maintain in accordance with the Contract Documents. Also before you may start any work at the Site, you must submit the following: I. Preliminary construction progress schedule. 2. Preliminary schedule of Submittals. 3. Preliminary schedule of values. 4. Satisfactory evidence of insurance in accordance with the requirements of the General Conditions. 5. Temporary ersoion control requirements as specified. 6. Maintenance of Traffic as specified. You are required to return an acknowledgement copy of this Notice to Proceed to the Owner. Dated this day of _____________________,20_. I 1 OWNER I00550 -Notice To Proceed.doc 00550-1 0396-1000 A DOCUMENT 00550 - NOTICE TO PROCEED: {continued} _____ a By_ _____________ I Title ACCEPTANCE OF NOTICE TO PROCEED CONTRACTOR I a By_ Title_ Date. ,20______ Copy to Engineer (Use Certified Mail, Return Receipt Requested) END OF DOCUMENT 00550 P !J LJ 00550 -Notice To Proceed.doc 00550-2 0396-1000 I DOCUMENT 00610 - PERFORMANCE BOND: KNOW ALL MEN BY THESE PRESENTS: that I as Principal, hereinafter called Contractor, and I_______________________ as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the amount of Dollars {$ ), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. — WHEREAS, Contractor has by written Agreement dated , 20--, entered into a contract with Owner for MOUNT SEQUOYAH WATER AND SEWER IMPROVEMETNS which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations, thereunder, the Surety may promptly remedy the default, or shall promptly: IA. Complete the Contract in accordance with its terms and conditions, or 00610 -Performance Bond.doc 00610— 1 0396-1000 DOCUMENT 00612 — PERFORMANCE BOND: (continued) B. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid. by Owner to Contractor. Any suit under this Bond must be instituted before the expiration of two years from the date on which final payment under the Contract falls due. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators, or successors of the Owner. Signed and sealed this day of 20 . CONTRACTOR By (CORPORATE SEAL) I I I I 1 I t I I 00610 -Performance Bond.doc 00610-2 0396-1000 t DOCUMENT 00612 - PERFORMANCE BOND: (continued) SURETY COUNTERSIGNED: Resident Agent State of Arkansas I By ATTORNEY -IN -FACT (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF DOCUMENT 00610 By (CORPORATE SEAL) Approved as to Form: Attorney for 00610 -Performance Bond.doc 00610-3 0396-1000 I I DOCUMENT OCU NT 00611 -- LABOR AND MATERIAL PAYMENT BOND: This Bond is issued simultaneously with Performance Bond in favor of Owner conditioned on the full and faithful performance of the Contract. I KNOW ALL MEN BY THESE PRESENTS: that a as Principal, hereinafter called Contractor, and I______________________ as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Dollars ($ 1, for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated , 20_, entered into a contract with Owner for MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 00611 -Labor & Mad Payment Bond.doc 00611 — 1 0396-1000 DOCUMENT 00611- LABOR AND MATERIAL PAYMENT BOND: (continued) I A. A claimant is defined as one having a direct contract with the Contractor or with a Subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Contract. B. The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of 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 sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. C. No suit or action shall be commenced hereunder by any claimant: Unless claimant other than one having a direct contract with Principal, shall have given written notice to any two of the following: the Contractor, the Owner, or the Surety within 90 days after such claimant (lid or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the furnished, for the labor done materials were or whom work or was or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to Contractor, Owner or Surety, at any I place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid Project is located, save that such service need not be made by a public officer. I 2. After the expiration of one year following the date on which Contractor ceased Work the Contract, it being however, if limitation in I� on understood, that any embodied this Bond is prohibited by any Law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation I permitted by such Law. •1 00611 -Labor & Mad Payment Bond.doc 00611 —2 0396-1000 I DOCUMENT 00611 LABOR AND MATERIAL PAYMENT BOND: (continued) 3. Other than in a state court of competent jurisdiction in and for 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. D. The amount of this Bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this Bond. Signed and sealed this day of 20_. By CONTRACTOR SURETY (CORPORATE SEAL) COUNTERSIGNED: Resident Agent State of Arkansas IM 1 0061 1 -Labor & Mad Payment Bond.doc 00611 —3 0396-1000 1 DOCUMENT 00611- LABOR AND MATERIAL PAYMENT BOND: (continued) 1 ATTORNEY -IN -FACT (CORPORATE SEAL) _______ .1 (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) Approved as to Form: $_ Attorney for END OF DOCUMENT 00611 I A I I 1 I- 00611 -Labor & Matt Payment Bond.doc 00611 —4 0396-1000 I DOCUMENT 00700 — GENERAL CONDITIONS: (continued) E. Contractor shall not be allowed an extension of the Contract Times because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 SCHEDULE OF VALUES: A. The schedule of values established will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 APPLICATION FOR PROGRESS PAYMENT: A. Not later than the 15th day of each month, or on the next business day thereafter, (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. B. 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. C. If payment is requested on the basis of Equipment and Materials 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 Equipment and Materials free and clear of all liens, charges, security interests, and encumbrances (which are hereinafter in these General Conditions referred to as "Liens") and evidence that the Equipment and Materials are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which will be satisfactory to Owner. RD. The amount of retainage with respect to progress payments will be as stipulated in Paragraph 14.04G. 14.03 CONTRACTOR'S WARRANTY OF TITLE: A. Contractor warrants and guarantees that title to all Work, Materials, and Equipment covered by any Application for Payment, whether incorporated in the Project or not, .I will pass to Owner no later than the time of payment free and clear of all Liens. • 14.04 REVIEW OF APPLICATION FOR PROGRESS PAYMENT: A. Engineer will, within seven days after receipt of each Application For Payment, either indicate in writing a recommendation of payment and present the Application to Owner (subject to the provisions of the last sentence of Paragraph 14.04D), 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. After the required internal reviews and processing by the Owner, the Owner will diligently proceed to make 00700 -General Conditions.doc 00700-43 0396-1000 t DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 13.10 ACCEPTANCE OF DEFECTIVE WORK: A. If, instead of requiring correction or removal and replacement of defective Work, Owner and, prior to Engineer's recommendation of final payment, also Engineer prefers to accept it, Owner may do so. Contractor shall bear all direct, indirect, and consequential 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 to include but not be limited to fees and charges of engineers, architects, attorneys, and other professionals). 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, and, if the parties are unable to agree as to the amount thereof, Owner may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. OWNER MAY CORRECT DEFECTIVE WORK: A. If Contractor fails within a reasonable time after written notice of Engineer to proceed to correct and to correct defective Work or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 13.07, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, Owner may, after seven days' written notice to Contractor, correct and remedy any such deficiency. In exercising the rights and remedies under this Paragraph, Owner shall proceed expeditiously. B. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from all or part of the Site, take possession of all or part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment, and machinery at the Site and incorporate in the Work all Equipment and Materials stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. C. Contractor shall allow Owner, Owner's representatives, agents, and employees such access to the Site as may be necessary to enable Owner to exercise the rights and remedies under this Paragraph. D. All direct, indirect, and consequential costs of Owner in exercising such rights and remedies will be charged against Contractor in an amount approved as to reasonableness by Engineer,, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, Owner may make a claim therefor as provided in Article 11. Such direct, indirect, and consequential costs will include but not be limited to fees and charges of engineers, architects, attorneys and other professionals, all court and arbitration costs, and all costs of repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's defective Work. 1 I I I, I I 1 u I 00700 -General Conditions.doc 00700 —42 0396-1000 • DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 13.06 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 furnish or 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 or any other party. 13.07 CORRECTION OR REMOVAL OF DEFECTIVE WORK: A. If required by Engineer, Contractor shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Engineer, remove it from the Site and replace it with nondefective • Work. Contractor shall bear all direct, indirect, and consequential costs of such correction or removal (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals) made necessary thereby. 13.08 TWO-YEAR WARRANTY AND CORRECTION PERIOD: A. If within two years after the Date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions, either correct such defective Work, or, if it has been rejected by Owner, remove it from the Site and replace it with nondefective Work. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or the rejected Work removed and replaced, and all direct, indirect, and consequential costs of such removal and replacement (including but not limited • to fees and charges of engineers, architects, attorneys, and other professionals) will be paid by Contractor. 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 or by Written Amendment. B. The Contractor shall submit a Maintenance Bond in the amount of 100% of the total project construction costs to Engineer to cover the above specified two year warranty and correction period. The Contractor shall hold Owner and Engineer harmless from any liability of any kind arising from said defects. The effective date for the beginning of the two (2) year warranty and correction period shall be as decided by Engineer and will be either the date of Engineer's recommendation for Final Payment or the date of Substantial Completion as specified. I '� 00700 -General Conditions.doc 00700 -41 0396-1000 I DOCUMENT 00700 — GENERAL CONDITIONS: (continued) E. All inspections, tests, or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to Owner and Contractor (or by Engineer if so specified). F. If any Work (including the work of others) that is to be inspected, tested, or approved is covered without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation. Such uncovering 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. G. Neither observations by Engineer nor inspections, tests, or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 13.04 DEFECTIVE WORK: A. The term "defective" is used in these documents to describe Work that is unsatisfactory, faulty, not in conformance with the requirements of the Contract Documents, or not meeting the requirements of any inspection, test, approval, or acceptance required by Law or the Contract Documents. B. Any defective Work may be disapproved or rejected by Engineer at any time before final acceptance even though it may have been overlooked and included in a previous Application for Payment. C. Prompt notice will be given by Engineer to Contractor of defects as they become evident. 13.05 UNCOVERING WORK: A. If any Work is covered contrary to the written request of Engineer, it shall, if I requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. B. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect, and consequential costs of such uncovering, exposure, observation, inspection, and testing and of satisfactory reconstruction, (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals); and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may I make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefor as provided in Articles 11 and 12. I 00700 -General Conditions.doc 00700 —40 0396-1000 1 A IDOCUMENT 00700 — GENERAL CONDITIONS: (continued) ARTICLE 13 - WARRANTY AND GUARANTEE: TESTS AND INSPECTIONS: CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 1 13.01 WARRANTY AND GUARANTEE: A. Contractor warrants and guarantees to Owner and Engineer that all Work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to Contractor. All defective Work, whether or not in place, B. may be rejected, corrected or accepted as provided in this Article 13. No provision in the Contract Documents nor any specified guarantee time limit shall be held to limit Contractor's liability for defects to less than the legal limit of liability C. in accordance with the Law. All Equipment and Materials furnished by Contractor for the Work shall carry a written guarantee from the manufacturer or Supplier of such items when called for in the Specifications. Written guarantees shall be submitted to Engineer with other Submittals. Engineer will transmit such guarantees to Owner for review. 13.02 ACCESS TO THE WORK: A. Engineer and Engineer's representatives, other representatives of Owner, testing agencies, and governmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observation, inspecting, and testing. Contractor shall provide proper and safe conditions for such access. 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. 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: for inspections, tests, or approvals covered by Paragraphs 13.03C and Ii. 13.03D below; 2. that costs incurred in connections with tests or inspections conducted pursuant to Paragraph 13.05B shall be paid as provided in said Paragraph 13,05B; and 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) to specifically be inspected, tested, or approved, Contractor shall assume full responsibility therefor, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection, testing, or approval. D. Contractor shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with Owner's or Engineer's acceptance of a Supplier of Materials or Equipment proposed to be incorporated in the Work, or of Materials or Equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. 00700 -General Conditions.doc 00700-39 0396-1000 I DOCUMENT 00700 - GENERAL CONDITIONS: (continued) J 7. Unusual construction delays resulting from weather conditions abnormal to the geographical area and to the season of the year such as above normal continuous days of precipitation, above normal amount of precipitation within a 24 hour period, or above normal days of extreme cold or hot temperature conditions affecting installation / application due to manufacturers or specifications limitations. These conditions will not be cause for extensions of time if abnormal weather conditions do not affect the stage of construction. All claims for extension of time due to abnormal weather conditions must be substantiated with evidence from a weather bureau or other authoritative source. Weather conditions normal to the geographical area and to the season of the year shall be taken into consideration in the Bid. Normal conditions shall be defined as the average number of days, amounts, or both over a 5 -year period averaged per season. 8. Conflicts, errors or discrepancies in the Contract Documents reported to I Engineer as provided in these General Conditions. 9. Any failure or delay by Contractor in supplying equipment, materials, work, or services that are Year 2000 compliant or failure or delay by Contractor's Subcontractors or Suppliers in providing equipment, materials, work, or services as a result of Subcontractors' or Suppliers' lack of Year 2000 compliance in their own operations;, systems, or processes used to provide or deliver equipment, material, work, or services shall not be considered to be caused by events beyond Contractor's control. Such Year 2000 compliance problems shall not constitute a basis for delay in completion of the Work, adjustment to the Contract Times, or an excuse for Contract nonperformance. C. Owner shall award extensions of the Contract Times on account of such causes of delay, provided that adequate evidence is presented to enable Engineer to determine with exactness the extent and duration of delay for each item involved. D. No extension to the Contract Times will be: granted for delays involving only portions of the Work, or which do not directly affect the time required for completion of the entire Work. E. Any claim for an extension to the Contract Times shall be delivered in writing to Owner and Engineer within ten days of the occurrence of the event giving rise to the claim. All claims for adjustment to the Contract Times will be determined by Engineer if Owner and Contractor cannot otherwise agree. Any change to the Contract Times resulting from any such claim will be incorporated in a Change Order or a Written Amendment. F. All time limits stated in the Contract Documents are of the essence of the Agreement. The provisions of this Article 12 shall not exclude recovery for damages (including but not limited to fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs) for delay by either party. I I 00700 -General Conditions.doc 00700 —38 0396-1000 1 I DOCUMENT 00700 - GENERAL CONDITIONS: (continued) Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. 11.06 YEAR 2000 COMPLIANCE: A. In no event shall Contractor be entitled to an increase in the Contract Price based upon any failure or delay by Contractor in supplying equipment, materials, work, or services that are Year 2000 compliant or failure or delay by Contractor's Subcontractors or Suppliers in providing equipment, materials, work, or services as a result of Subcontractors' or Suppliers' lack of Year 2000 compliance in their own operations, systems, or processes used to provide or deliver equipment, material, work, or services. 11.07 RIGHT OF AUDIT: A. Owner shall have the right to inspect and audit all of Contractor's books, records, correspondence, instructions, drawings, receipts, payment records, vouchers, and • memoranda relating to the Work, and Contractor shall preserve all such records and supporting documentation for a period of three years after date of Final Payment. Contractor hereby grants to Owner the authority to enter Contractor's premises for the purpose of inspection of such records and supporting documentation or, at Contractor's option, Contractor may make such records and supporting documentation available to Owner at a location satisfactory to Owner. B. All of the records and supporting documentation shall be open to inspection and subject to audit and reproduction by Owner or its authorized representative for any and all purposes, including but not limited to (i) compliance with the Contract Documents; (ii) proper pricing of Change Orders; and (iii) claims submitted by or against Contractor or any Subcontractor or Supplier in connection with any performance under the Contract Documents. • ARTICLE 12- CHANGE OF CONTRACT TIMES 12.01 GENERAL: A. The Contract Times may only be changed by a Change Order or a Written Amendment. Contractor, in undertaking to complete the Work within the Contract Times, shall take into consideration and make allowances for all of the ordinary delays and hindrances incident to such Work, whether growing out of delays in securing equipment or materials or workmen or otherwise. B. Adjustments to the Contract Times will be made for delays in completion of the Work from causes beyond Contractor's control, including the following: 1. Federal embargoes, priority orders, or other restrictions imposed by the United States Government. • 2. Unusual delay in fabrication or shipment of Equipment or Materials required in the Work, whether ordered by Contractor or furnished by Owner or others under separate contract. 3. Strikes and other labor disputes. 4. Delays caused by court proceedings. • 5. Change Orders. 6. Neglect, delay, or default of any other contractor employed by Owner. 00700 -General Conditions.doc 00700-37 0396-1000 I DOCUMENT 00700 - GENERAL CONDITIONS: (continued) b. For costs incurred under Paragraph 11.02A.3, the Contractor's Pee shall be 5%; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to Contractor on account of overhead and profit of all Subcontractors shall be 10%(negotiable with Owner); c. Where one or more tiers of subcontracts are on the basis of the Cost of the Work Plus a Fee and no fixed fee is agreed upon, the intent of Paragraphs 11.03A and 11 A2A.1 through A.3 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of ten percent (10%) of the costs incurred by such Subcontractor under Paragraphs 11.02A.1 and 11.02A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor. — d. No fee shall be payable on the basis of costs itemized under Paragraph 11.02A.4, 11.02A.f; and 11.02B; e. The amount of credit to be allowed by Contractor to Owner for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in Contractor's Fee by an amount equal to 10% of the 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 11.03A.2.a through 11.03A.2.d, inclusive. B. Whenever the cost of any Work is to be determined pursuant to Paragraph 11.02A or 11.02B, Contractor will submit in form acceptable to Engineer an itemized cost -- breakdown together with supporting data. 11.04 CASH ALLOWANCES: I A. Not applicable. 11.05 UNIT PRICE WORK: I 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 established Unit Prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. 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 in accordance with Paragraph 9.08. B. Each Unit Price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. C. Where the quantity of any item of Unit Price Work performed by Contractor exceeds the estimated quantity of such item indicated in the Agreement by twenty-five percent or more and there is no corresponding adjustment with respect to any other item of Work and if Contractor believes that Contractor has incurred additional expense as a result thereof, Contractor may make a claim for an increase in the 00700 -General Conditions.doc 00700-36 0396-1000 IDOCUMENT 00700 - GENERAL CONDITIONS: (continued) requires reconstruction and Contractor is placed in charge thereof, Contractor shall be paid for services a fee proportionate to that stated in Paragraph 11.03A.2. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, expressage, and similar petty cash items in connection with the Work. i. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums for property insurance coverage within the limits of the deductible amounts established by Owner in accordance with Paragraph 5.02D.4. Li t I 11.03 I I I B. The term Cost of the Work shall not include any of the following: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, engineers, architects, estimators, attorneys, 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 a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.02A.1 or specifically covered by Paragraph 11.02A.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. Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.02A.5.i above). 5. 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. 6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraph 11.02A. CONTRACTOR'S FEE: A. The Contractor's Fee allowed to Contractor for overhead and profit shall be determined as follows: 1. A mutually acceptable fixed fee; or if none can be agreed upon, 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. For costs incurred under Paragraphs 11.02A.1 and 11.02A.2, the Contractor's Fee shall be 10%(negotiable with Owner); I00700 -General Conditions.doc 00700 — 35 0396-1000 I DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 3. 4. 5. Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds, and. all returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. Payments made by Contractor to the Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to Owner who will then determine, with the advice of Engineer, which bids will be accepted. If a 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 shall be determined in the same manner as Contractor's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documentsinsofar as applicable. 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. 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. C. e. f. Costs, including transportation and maintenance, 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 performance of the Work, and cost less market value of such items used but not consumed which remain the property of Contractor. 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, installation, dismantling, and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. Sales, consumer, use, or similar taxes related to the Work, and for which Contractor is liable, imposed by Laws and Regulations. 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. Losses and damages not compensated by insurance or otherwise, to the Work or otherwise sustained by Contractor in connection with the performance and furnishing of the Work provided they have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable; 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. If, however, any such loss or damage I I I i1 1 r 1 I I I 00700 -General Conditions.doc 00700-34 0396-1000 1 I DOCUMENT 00700 — GENERAL CONDITIONS: (continued) B. The Contract Price may only be changed by a Change Order or a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to Engineer promptly (but in no event later than 30 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within 60 days after such occurrence (unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect, and consequential) to which the claimant is entitled as a result of the occurrence of • said event. All claims for adjustment in the Contract Price shall be determined by Engineer in accordance with Paragraph 9.09A if Owner and Contractor cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph 11.01B. C. The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 1 1. Where the Work involved is covered by Unit Prices contained in the Contract Documents, by application of Unit Prices to the quantities of the items involved (subject to the provisions Of Paragraphs 11.05A through 11.05C, inclusive). 2. By mutual acceptance of a lump sum (which may include an allowance for overhead and profit not necessarily in accordance with ,I Paragraph 11.03A.2.a. 3. On the basis of the Cost of the Work (determined as provided in Paragraphs 11.02A and 11.02B) plus a Contractor's Fee for overhead and profit (determined as provided in Paragraphs 11.03A and 11.03B). 11.02 COST OF THE WORK: A. The term Cost of the Work means the sum of all costs necessarily incurred and paid by Contractor in the proper performance of the Work. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in Paragraph 11.02B. 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon I. by Owner and Contractor. 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 .I plus the cost of fringe benefits which shall include social security • contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation, and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the Site. The expenses of performing Work after regular working hours, on Saturday, Sunday, or legal holidays, .I • shall be included in the above to the extent authorized by Owner. 2. Cost of all Equipment and Materials 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 00700 -General Conditions.doc 00700-33 0396-1000 I DOCUMENT 00700 - GENERAL CONDITIONS: (continued) I ARTICLE 10 - CHANGES IN THE WORK 10.01 GENERAL: A. Without invalidating the Agreement and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work; these will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which shall be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If Owner and Contractor are unable to agree as to the extent, if any, of an increase or decrease in the Contract Price or an extension or a shortening of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefore as provided in Article 11 or 12. 1 C. 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, and supplemented as provided in I Paragraphs 3.02A and 3.02C, except in the case of an emergency as provided in Paragraph 6.13 and except in the case of uncovering Work as provided in Paragraph 13.05B. D. Owner and Contractor shall execute appropriate Change Orders (or Written Amendments) covering: 1. Changes in the Work which are ordered by Owner pursuant to Paragraph 10.01A, are required because of acceptance of defective Work under Paragraph 13.09 or correcting defective Work under Paragraph 13.10, or are agreed to by the parties; 2. Changes in the Contract Price or Contract Times which are agreed to by the parties; and 3. Changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 9.09A, provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to E. the progress schedule as provided in Paragraph 6.15. 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, and the amount of each I applicable Bond will be adjusted accordingly. ARTICLE 11- CHANGE OF CONTRACT PRICE 11.01 GENERAL: A. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for performing the Work. All duties, responsibilities, and obligations assigned to or undertaken by Contractor shall be at his expense without change in the Contract. Price. I 00700 -General Conditions.doc 00700 —32 0396-1000 1 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) acceptance of final payment as provided in Paragraph 14.11) will be a condition precedent to any exercise by Owner or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute, or other matter. 9.10 LIMITATIONS ON ENGINEER'S RESPONSIBILITIES: A. Neither Engineer's authority to act under this Article 9 or elsewhere in the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of Engineer to • Contractor, any Subcontractor, any Supplier, or any other person or organization performing any of the Work, or to any surety for any of them. B. Whenever in the Contract Documents the terms "as directed", "as required", "as allowed", "as approved", or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper", or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review, or judgment of Engineer as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the Work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to Engineer any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of Paragraphs 9.10C or 9.10D. C. 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 I, failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be responsible for Contractor's failure to perform or furnish the Work in accordance with the Contract Documents. D. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. E. The presence or absence of Engineer, or any of their representatives will not act to relieve Contractor of any responsibility or of any guarantee of his performance. Neither will observation by Engineer, or any of their representatives in any way be understood to relieve Contractor of any responsibility for proper supervision of the Work at all times. E. Review by Engineer 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 14.08A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. I G. The limitations upon authority and responsibility set forth in this Paragraph 9.10 shall also apply to Engineer's Consultants, Resident Project Representative, and assistants. I00700 -General Conditions.doc 00700-31 0396-1000 I DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 9.07 9.08 the Work as provided in Paragraph 13.05B, whether or not the Work is fabricated, installed, or completed. B. Resident Project Representative will have authority, subject to final decision of Engineer, to disapprove or reject any defective workmanship, Equipment, or Material. SUBMITTALS. CHANGE ORDERS, AND PAYMENTS: A. In connection with Engineer's responsibility for Submittals, see Paragraph 6.14. B. In connection with Engineer's responsibilities as to Change Orders, see Articles 10, 11, and 12. C. In connection with Engineer's responsibilities in respect of Applications for Payment, see Article 14. DETERMINATIONS FOR UNIT PRICES: 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 matter;; before rendering a written decision thereon to the Owner. Engineer will provide approval by recommendation of an Application for Payment to the Owner or return Application to Engineer for further review. B. Engineer's written decisions thereon will be final and binding upon Owner and Contractor, unless, within ten days after the date of any such decision, either Owner or Contractor delivers to the other party to the Agreement and to Engineer written notice of intention to appeal such a decision. DECISIONS ON DISPUTES: A. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes, and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes in the Contract Price or Contract Times will be referred initially to Engineer in writing with a request for a formal decision in accordance with this Paragraph, which Engineer will render in writing within a reasonable time. Written notice of each such claim, dispute, and other matter will be delivered by the claimant to Engineer and the other party to the Agreement promptly (but in no event later than 30 days) after the occurrence of the event giving rise thereto, and written supporting data shall be delivered to Engineer and the other party within 60 days after such occurrence unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim. Owner may request written review by Engineer of claims, disputes, and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents. B. When functioning as interpreter and judge under Paragraphs 9.08 and 9.09A, Engineer will not show partiality to Owner or Contractor and Engineer will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by Engineer with respect to any such claim, dispute, or other matter (except any which have been waived by the making or I I 1 I I I I I I I I G 00700 -General Conditions.doc 00700 — 30 0396-1000 1 1 IDOCUMENT 00700 - GENERAL CONDITIONS: (continued) 9.02 VISITS TO SITE: A. Engineer will make visits to the Site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous on -Site inspections 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 to the Contract Documents. On the basis of such visits and on -Site observations as an experienced and qualified design professional, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defects and deficiencies in the Work. 9.03 PROJECT REPRESENTATION: - A. Engineer may furnish Resident Project Representative and assistants to assist Owner and Engineer in observing the performance of the Work. I. 1. Communications pertaining to Submittals, written interpretations, and Change Orders shall be directed to Engineer at his home office. 2. Communications pertaining to day-to-day operations at the Site shall be directed to Resident Project Representative. 3. Resident Project Representative and his assistants will conduct observations of the Work in progress to assist Engineer in determining that the Work is proceeding in accordance with the Contract Documents. 4. Resident Project Representative will not have authority to permit any deviation from the Contract Documents, except with concurrence of Owner and Engineer. 9.04 CLARIFICATIONS AND INTERPRETATIONS: A. Engineer will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents (in the form of drawings or otherwise) as Engineer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the Contract Times and the parties are unable to agree to the amount or extent thereof, Contractor may make a claim therefor as provided in Article 11 or Article 12. • 9.05 AUTHORIZED VARIATIONS IN WORK: A. Engineer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on Owner, and also on Contractor who shall perform the Work involved promptly. 9.06 REJECTING DEFECTIVE WORK: A. Engineer will have authority to disapprove or reject Work which Engineer believes to be defective, and will also have authority to require special inspection or testing of I I00700 -General Conditions.doc 00700 —29 0396-1000 I DOCUMENT 00700 — GENERAL CONDITIONS: (continued) under the Contract Documents shall be that of the former Engineer. Any dispute in connection with such appointment shall be addressed as discussed in Article 16. 8.03 RE UIRED DATA: A. Owner shall furnish the data required of Owner under the Contract Documents I promptly and shall make payments to Contractor promptly after they are due as provided in Paragraphs 14.04A and 14.09A. 8.04 LANDS AND EASEMENTS: 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 4.04. 8.05 INSURANCE: A. Owner's responsibilities in respect of purchasing and maintaining insurance are set forth in Paragraph 5.02. 8.06 CHANGE ORDERS: A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.01. 8.07 INSPECTIONS AND TESTS: A. Owner's responsibility in respect of certain inspections, tests and approvals is set forth in Paragraph 13.03B. 8.08 STOPPING THE WORK: A. In connection with Owner's right to stop Work or suspend Work, see I Paragraphs 13.06 and 15.02. Paragraph 15.02A deals with Owner's right to terminate services of Contractor under certain circumstances. 8.09 LIMITATIONS ON OWNER'S RESPONSIBILITIES: I A. 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. ARTICLE 9- ENGINEER'S STATUS DURING CONSTRUCTION 9.01 OWNER'S REPRESENTATIVE: A. Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of Owner and Engineer. L 00700 -General Conditions.doc 00700 —28 0396-1000 1 I IDOCUMENT 00700 - GENERAL CONDITIONS: (continued) ARTICLE 7. OTHER WORK 7.01 RELATED WORK AT SITE: A. Owner may perform other work related to the Project at the Site by Owner's own forces, have other work performed by utility owners, or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work; and, if Contractor believes that such performance will involve additional expense to Contractor or requires additional time and the parties are unable to agree as to the extent thereof, Contractor may make a claim therefor as provided in Articles 11 and 12. B. Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the Site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs; Contractor shall do all cutting, fitting, and patching of the Work that may be required to make its several parts come together properly and 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. C. If any part of Contractor's Work depends for proper execution or results upon the work of any such other contractor or utility owner or Owner, Contractor shall inspect and promptly report to Engineer in writing any delays, defects, or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure so to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work except for latent or nonapparent defects and deficiencies in the other work. 7.02 COORDINATION: A. If Owner contracts with others for the performance of other work on the Project at the Site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the General Requirements, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided. 1 ARTICLE 8- OWNER'S RESPONSIBILITIES 8.01 COMMUNICATIONS: A. Owner shall issue all communications to Contractor through Engineer. 8.02 CHANGE OF ENGINEER: A. In case of termination of the employment of Engineer, Owner shall appoint an engineer against whom Contractor makes no reasonable objection, whose status I00700 -General Conditions.doc 00700 —27 0396-1000 I DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 6.15 6.16 CONTINUING THE WORK: A. Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with Engineer or Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 15.03 or as Contractor and Owner may otherwise agree in writing. INDEMNIFICATION: A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, Engineer, Engineer's Consultants, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them from and against all claims, damages, losses and expenses, direct, indirect, or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss, or expense: I. Is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom, and 2. Is caused in whole or in part' by any negligent act or omission of Contractor, any Subcontractor, any person, or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Laws and Regulations regardless of the negligence of any such party. B. In any and all claims against Owner or Engineer or any of their consultants, agents, or employees by any employee of Contractor, any Subcontractor, any person, or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.16A 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 or other person or organization under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. C. The obligations of Contractor under Paragraph 6.16A shall not extend to the liability of Engineer, Engineer's Consultants, agents, or employees arising out of: 1. The preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs, or specifications. 2. The giving of or the failure to give communications by Engineer, their agents, or employees provided such giving or failure to give is the primary cause of injury or damage. D. If necessary for enforcement of any indemnification and hold harmless requirement herein, or if applicable law requires the Contractor to obtain specified limits of insurance to insure any indemnity obligation; then Contractor shall obtain such applicable coverage with minimum limits not less than any specified in Paragraph 5.02B herein, the cost to he recovered and included in the Contract Price, and any indemnity attributable to the negligence of any indemnified party shall be limited to such insurance. I I I I I ri I I I Li I 1 1 I I I d 00700 -General Conditions.doc 00700 -26 0396-1000 1 I DOCUMENT 00700 — GENERAL CONDITIONS: (continued) I I I I I I I I I I I I Change Order will be issued to document the consequences of the changes or variations. 6.14 SUBMITTALS: A. After checking and verifying all field measurements and after complying with applicable procedures specified in the General Requirements, Contractor shall submit to Engineer for review and acceptance by Engineer, in accordance with the accepted schedule of submissions, copies of Submittals which will bear the required information that Contractor has satisfied Contractor's responsibilities under the Contract Documents with respect to the review of the submission. All submissions will be identified as Engineer may require. The data shown on Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to enable Engineer to review the information as required. B. Before submission of each Submittal, Contractor shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar data with respect thereto and reviewed or coordinated each Submittal with other Submittals and with the requirements of the Work and the Contract Documents. C. At the time of each submission, Contractor shall give Engineer specific written notice of each variation that the Submittal may have from the requirements of the Contract Documents, and in addition, shall cause a specific notation to be made on each Submittal submitted to Engineer for review and approval of each such variation. D. Engineer will review Submittals with reasonable promptness, but Engineer's review and acceptance will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences, or procedures of construction (except where a specific means, method, technique, sequence, or procedure of construction is indicated in or required 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. Contractor shall make corrections required by Engineer, and shall return the required number of corrected copies of Submittals and resubmit as required for review and acceptance. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous Submittals. E. Engineer's review and acceptance of Submittals shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents. Contractor shall in writing call Engineer's attention to each and every variation at the time of submission. Engineer will show approval of each such variation by a specific written notation thereof incorporated in or accompanying the Submittal. Acceptance by Engineer shall not relieve Contractor from responsibility for errors or omissions in the Submittals. F. Where a Submittal is required by the Specifications, any related Work performed prior to Engineer's review and acceptance of the pertinent submission will be the sole expense and responsibility of Contractor. 1 00700 -General Conditions.doc 00700 —25 0396-1000 I DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 6.12 6.13 B. Receipt and acceptance of record documents will be a prerequisite for final payment on the Contract. SAFETY AND PROTECTION: A. Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: 1. All employees on the Work and other persons and organizations who may be affected thereby; 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 of any public body having jurisdiction for the safety of persons or property or to protect them 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 utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury or loss to any property referred to in Paragraph 6.12A.2 or 6.12A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other person or organization directly or indirectly employed by any of them to perform .or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor). Contractor's duties and responsibilities for the safety and 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 14.09A that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). C. Contractor shall designate a responsible representative at the Site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner and Engineer. EMERGENCIES: A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor, without special instruction or authorization from Engineer or Owner, is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If Engineer determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a I I LI I I I Li I I I I I L] I I I 00700 -General Conditions.doc 00700— 24 0396-1000 1 I I I I I I I I I 1 I I I I I I DOCUMENT 00700 — GENERAL CONDITIONS: (continued) primary responsibility to make certain that the Specifications and Drawings are in accordance with such Laws and Regulations. 6.09 TAXES: A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid or withheld by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.10 USE OF PREMISES: A. Contractor shall confine construction equipment, the storage of Equipment and Materials, and the operations of workers to the Project Site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits, and easements, and shall not unreasonably encumber the premises with construction equipment or other equipment and materials. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against Owner or Engineer by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim 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 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 such other party against Owner or Engineer to the extent based on a claim arising out of Contractor's performance of the Work. B. During the progress of the Work, Contractor shall keep the premises free from accumulations of waste materials, rubbish, and other debris resulting from the Work. At the completion of the Work, Contractor shall remove all waste materials, rubbish, and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the Site clean and ready for occupancy by Owner. Contractor shall restore to original condition all property not designated for alteration by the Contract Documents. C. 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. 6.11 RECORD DOCUMENTS: A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Test Records, Field Orders, and written interpretations and clarifications (issued pursuant to Paragraph 9.04) in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Submittals shall be available to Engineer for reference. Upon completion of the Work, these record documents and Submittals shall be delivered to Engineer for Owner. I00700 -General Conditions.doc 00700 —23 0396-1000 I DOCUMENT 00700 - GENERAL CONDITIONS: (continued) ' D. All Work performed for Contractor by a Subcontractor will be pursuant to an appropriate agreement between Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer and contains waiver provisions as required by Paragraph 5.02F. Contractor Shall pay each Subcontractor a just share of any insurance moneys received by Contractor on account of losses under policies issued pursuant to Paragraph 5.02D. 6.06 PATENT FEES AND ROYALTIES: A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work I 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. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against all claims, damages, losses, and expenses (including attorneys' fees and court and arbitration costs) arising out of 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, and shall defend all such claims in connection with any alleged infringement of such rights. 6.07 PERMITS: I A. Unless otherwise provided in the Contract Documents, 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. Contractor shall pay all charges of utility owners for connections to the Work, and Owner shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. 6.08 LAWS AND REGULATIONS: A. Contractor shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor observes that the Specifications or Drawings are at variance with any I Laws or Regulations, Contractor shall give Engineer prompt written notice thereof, and any necessary changes will be authorized by one of the methods indicated in Paragraph 3.02. If Contractor performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations, and without such notice to Engineer, Contractor shall bear all costs arising therefrom; however, it shall not be Contractor's t 00700 -General Conditions.doc 00700 —22 0396-1000 1 I DOCUMENT 00700 - GENERAL CONDITIONS (continued) similar to that provided in Paragraph 6.04A.2 as applied by Engineer and as may be supplemented in the General Requirements. C. Engineer will be allowed a reasonable time within which to evaluate each proposed substitute or "or -equal" item. Engineer will be the sole judge of acceptability, and no substitute or "or -equal" will be ordered, installed, or used until Engineer's review is complete, which will be evidenced by either (i) a Change Order for a substitute, or (ii) an approved Submittal for an "or -equal." Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. D. Engineer will record time required by Engineer and, Engineer's Consultants, in evaluating substitute proposed or submitted by Contractor pursuant to Paragraphs 6.04A.2 and 6.04B and in making changes in the Contract Documents or I in the provisions of any other direct contract with Owner for work on the Project occasioned thereby. Whether or not Engineer approves a substitute item so proposed or submitted by Contractor, Contractor shall reimburse Owner for the charges of, Engineer, and Engineer's Consultants for evaluating each such proposed substitute. 6.05 CONCERNING SUBCONTRACTORS SUPPLIERS AND OTHERS: A. Contractor shall not employ any Subcontractor, Supplier, or other person or organization (including those acceptable to Owner and Engineer as indicated in Paragraph 6.05B), whether initially or as a substitute, against whom Owner or Engineer may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other person or organization to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Contract Documents require the identity of certain Subcontractors, Suppliers, ' or other persons or organizations (including those who are to furnish the principal items of Equipment and Materials) to be submitted to Owner within the required time after Bid opening prior to the Effective Date of the Agreement for acceptance by I. Owner and Engineer and if Contractor has submitted a list thereof, Owner's or Engineer's 'acceptance (either in writing or by failing to make written objection thereto) of any such Subcontractor, Supplier, or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case Contractor shall submit an acceptable substitute, the Contract Price will be increased by the difference in the cost occasioned by such substitution, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by Owner or Engineer of any such Subcontractor, Supplier, or other person or organization shall constitute a waiver of any right of Owner or I 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 persons and organizations I. performing or furnishing any of the Work under a direct or indirect contract with Contractor just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between Owner, or Engineer and any such Subcontractor, Supplier, or other person or organization, nor shall it create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other person or organization except as may otherwise be required by Laws and Regulations. 00700 -General Conditions.doc 00700 —21 0396-1000 Li DOCUMENT 00700 - GENERAL CONDITIONS: (continued) function imposed by the design concept of the completed Project as a functioning whole, and; b. Contractor certifies that: (i) there is no increase in cost to Owner; and (ii) it will conform substantially, even with deviations, to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in Engineer's sole discretion an item of Equipment or Material proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.04A. 1, it will be considered a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow Engineer to determine that the item of Equipment or Material proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of Equipment or Materials will not be accepted by Engineer from anyone other than Contractor." c. The procedure for review by Engineer will be as set forth in Paragraph 6.04A.2.d, as may be supplemented in the General Requirements and as Engineer may decide is appropriate under the circumstances. d. Contractor shall first make written application to Engineer for review of a proposed substitute item of Equipment or Material that Contractor seeks to furnish or use. The application shall certify that the proposed substitute item will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the proposed substitute will prejudice Contractor's achievement of Substantial Completion on time; whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for work on the Project) to adapt the design to the proposed substitute item; and whether or not incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute item from that specified will be identified in the application, and available engineering, sales, maintenance, repair, and replacement services will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, all of which will be considered by Engineer in evaluating the proposed substitute item. Engineer may require Contractor to furnish additional data about the proposed substitute item. B. If a specific means, method, technique, sequence, or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or use a substitute means, method, sequence, technique, or procedure of construction acceptable to Engineer, if Contractor submits sufficient information to allow Engineer to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by Engineer will be LI I I I I I r I I I I I I I I I 00700 -General Conditions.doc 00700 —20 0396-1000 I ' DOCUMENT 00700 — GENERAL CONDITIONS: (continued) be effective to assign to Engineer, or any of Engineer's consultants, agents, or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.10C and 9.10D. D. All Equipment and Materials incorporated in the Work shall be designed to meet the applicable safety standards of federal, state, and local Laws and Regulations. ' E. Domestic Product Procurement: Not Applicable. F. Year 2O00 Compliance: 1. Contractor warrants that all equipment, devices, items, systems, software, I hardware, or firmware provided shall be Year 2000 compliant, meaning that they shall properly, appropriately, and consistently function and accurately process date and time data (including without limitation: calculating, comparing, and sequencing) on and after December 31, 1999, including leap year calculations. This warranty supersedes anything in the Specifications or other Contract Documents which might be construed inconsistently. This warranty is applicable whether the equipment, device, item, system, software, hardware, or firmware is specified with or without reference to a manufacturer's name, make, or model number. 6.03 ADJUSTING PROGRESS SCHEDULE: A. Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.07) adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.04 SUBSTITUTES OR "OR -EQUAL" ITEMS: A. Whenever an item of Equipment or Material 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 I is followed by words reading that no like, equivalent, or "or -equal" item or no substitute is permitted, other items of Equipment or Material of other Suppliers may be submitted by Contractor to Engineer for review under the circumstances described I below. 1. "Or -Equal" Items: If in Engineer's sole discretion an item of Equipment or Material proposed by Contractor is functionally equal to that named and I 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 I accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For purposes of this Paragraph 6.04A. 1, a proposed item of Equipment or Material will be considered functionally equal to an item so named if: I a. In the exercise of reasonable judgment Engineer determines that: (i) it is at least equal in quality, durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the 00700 -General Conditions.doc 00700— 19 0396-1000 I 7 - GENERAL CONDITIONS: continued DOCUMENT 00 0Q (continued) ARTICLE 6- CONTRACTOR'S RESPONSIBILITIES 6.01 SUPERVISION AND SUPERINTENDENCE: A. Contractor shall, supervise and direct the Work competently and efficiently, devoting 1 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 and have control over construction means, methods, techniques, sequences, and procedures and for coordinating all portions of the Work, but Contractor shall not be responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence, or procedure of construction which is indicated in and required by the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. B. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, 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 the superintendent shall be as binding as if given to Contractor. C. When manufacturer's field services in connection with the erection, installation, start-up, or testing of Equipment furnished. under this Contract, or instruction of Owner's personnel thereon are specified, Contractor shall keep on the Work, during its progress or as specified, competent manufacturer's field representatives and any necessary assistants. 6.02 LABOR, EQUIPMENT, AND MATERIALS: A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. Except in connection with the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the Site shall be performed during regular working hours, and Contractor will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holiday without Engineer's written consent. B. Unless otherwise specified in the General Requirements, Contractor shall furnish and assume full responsibility for all Equipment and Materials, 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 furnishing, performance, testing, start-up, and C. completion of the Work. All Equipment and Materials shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by Engineer, Contractor shall furnish to Engineer satisfactory evidence (including reports of required tests) as to the kind and quality of Equipment and Materials. All Equipment and Materials shall be applied, installed, connected, erected, used, cleaned, and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will 00700 -General Conditions.doc 00700- 18 0396-1000 1 I 1 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 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 to account thereof, and 1. the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 2. 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 is 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 I in writing by any party in interest, Owner as fiduciary shall give bond for the proper performance of such duties upon the occurrence of an insured loss. H. Acceptance of Insurance: Ii. If Owner has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by Contractor in accordance with Paragraph 5.02 on the basis of non-conformance with the Contract Documents, Owner shall so notify Contractor in writing thereof within 10 days of the date of delivery of such certificates and other evidence of insurance to Owner required by Paragraph 2.05C. 2. 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 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 insurance to protect such other party's interests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. I. Partial Utilization, Acknowledgment of Property Insurer: 1. 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 14.06, no such use or occupancy shall commence before the insurers providing property insurance pursuant to Paragraph 5.02D have acknowledged notice thereof and in writing effected any changes in coverage 1 necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or lapse on account of any such partial use or occupancy. I I I00700 -General Conditions.doc 00700— 17 . 0396-1000 I DOCUMENT 00700 - GENERAL CONDITIONS: (continued) E. Transit Insurance: 1. Transit insurance shall be furnished by Contractor to protect Contractor and Owner from all risks of physical loss or damage to Equipment and Materials, not otherwise covered under other policies, during transit from point of origin to the Site of installation or erection. 2. This insurance shall be written on an "All Risk" basis with additional coverages applicable to the circumstances that may occur in the particular Work included in this Contact. 3. This insurance shall be in an amount not less than 100% of the manufactured or fabricated value of items exposed to risk in transit at any one time. 4. This insurance shall contain a waiver of rights of subrogation the insurer may have or acquire against Engineer. F. Waiver of Rights: 1. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.02D will protect Owner, Contractor, Subcontractors, Engineer, Engineer's Consultants, and other individuals or entities endorsed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage, the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder; and if the insurers require separate waiver forms to be signed by Engineer or Engineer's Consultants, Owner will obtain the same, and if such waiver forms are required of any Subcontractor, Contractor shall obtain the same. 2. Owner and Contractor waive all rights against each other and their respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of, or resulting from any of the perils or causes of loss covered by such policies required by Paragraph 5.02D and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, Engineer, Engineer's Consultants, and all other individuals or entities endorsed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) under such policies for losses and damages so caused. As required by Paragraph 6.05D, each subcontract between Contractor;and a Subcontractor shall contain similar waiver provisions by the Subcontractor in favor of Owner, Contractor, Engineer, Engineer's Consultants, and all other parties endorsed as insureds or additional insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. G. Receipt and Application of Insurance Proceeds: 1. Any insured loss under the policies of insurance required by Paragraph 5.02D 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 5.02G.2. I I El I fl I I I I I I I I I P L 00700 -General Conditions.doc 00700— 16 0396-1000 ' 1 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) deductible amounts as follows) or as required by Laws or Regulations. This insurance shall: a. be on the completed value form and include the interests of Owner, • Contractor, Subcontractors, Engineer, and Engineer's Consultants, and the officers, directors, partners, employees, agent, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; b. 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 Equipment and Materials, 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 I occasioned by enforcement of Laws and Regulations, water damage, terrorism, and such other perils (as flood, earthquake, explosions, collapse, underground hazard) or causes of loss as may be specifically required in the Contract Documents; c. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals); I d. cover Equipment and Materials stored at the Site or at another location that was agreed to in writing by Engineer prior to being incorporated in I the Work, provided that such Equipment and Materials have been included in an Application for Payment recommended by Engineer; e. allow for partial utilization of the Work by Owner; f. include testing and startup; g. be maintained in effect until final payment (or the Owner assumes • beneficial occupancy and agrees to provide insurance coverage for the facilities so occupied) is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with 30 days' written notice to each i other additional insured to whom a certificate of insurance has been issued; and h. have a deductible amount of $ 10,000. I. 2. Contractor shall purchase and maintain such boiler and machinery insurance or additional property insurance as required by Laws and Regulations which • will include the interests of Owner, Contractor, Subcontractors, Engineer, and Engineer's Consultants in the Work, each of whom is deemed to have an insurable interest and shall be listed as insured or additional insured parties. 3. All policies of insurance required to be purchased and maintained in accordance with Paragraph 5.02D will contain a provision or endorsement that the coverage afforded will not be cancelled or materially changed or renewal refused until at least 30 days' prior notice by certified mail has been given to Owner and Contractor and to each additional insured to whom a • certificate of insurance has been issued and will contain waiver provisions in accordance with Paragraph 5.02F below. 4. Copies of the policies shall be furnished for property insurance. Certificates ' will not be acceptable. I 00700•General Conditions.doc 00700— 15 0396-1000 I DOCUMENT 00700 — GENERAL CONDITIONS: (continued) C. D. 7 8. 9. 10 11 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; with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment and Contractor shall furnish Owner and each other specified additional insured 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; include Independent Contractors Protective Liability coverage; and with respect to the Commercial General Liability policy, the maximum deductible allowed shall be $5, 000. Owner and Contractor waive all rights against each other and their respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of, or resulting from arty of the perils or causes of loss covered by such policies required by Paragraph 5.02A and any other liability insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, Engineer, Engineer's Consultants, and all other individuals or entities endorsed as insureds or additional insureds (and the officers, directors, partners, employees, agents and other consultants and subcontractors of each and any of them) under such policies for losses and damages so caused. As required by Paragraph 6.05D, each subcontract between Contractor and a Subcontractor shall contain similar waiver provisions by the Subcontractor in favor of Owner, Contractor, Engineer, Engineer's Consultants, and all other parties endorsed as insureds or additional insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. with respect to the Commercial General Liability policy, the maximum deductible allowed shall be $5, 000. Owner's Protective Liability Insurance: 1. Contractor shall be responsible for purchasing and maintaining Owner's Protective Liability insurance with Owner, and Engineer as named insureds. 2. This insurance shall have the same, limits of liability as the Commercial General Liability insurance and shall protect Owner and Engineer against any and all claims and liabilities for injury to or death of persons, or damage to property caused in whole or in part by, or alleged to have been caused in whole or in part by, negligent acts or omissions of Contractor or Subcontractors or any agent, servant, worker, or employee of Contractor or Subcontractors arising from the operations under the Contract Documents. 3. This insurance may be provided by endorsement to Contractor's Commercial General Liability insurance policy. Property Insurance: 1. Contractor shall purchase and maintain property insurance upon the Work at the Site in the amount of the full insurable value thereof (subject to such I I I I I I Li II I Il I I r_ I Li 00700 -General Conditions.doc 00700— 14 0396-1000 H I DOCUMENT 00700 — GENERAL CONDITIONS: (continued) I LII 1 I I I I I I I I I I 1 g. 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. 2. The insurance required by this paragraph shall include the specific coverages, and be written for not less than the limits of liability specified or required by Law, whichever is greater. a. Umbrella General Liability $5,000,000 b. Workers' compensation Statutory (State and Federal Limits) Employer's Liability $500,000 each accident c. Commercial General Liability (1) General Aggregate $2,000,000 (2) Products -Completed Operations Aggregate $2,000,000 (3) Personal & Advertising Injury Limit $1,000,000 (4) Each Occurrence Limit $1,000,000 (5) Fire Damage Limit $ 100,000 (6) Medical Expense Limit $ 5,000 d. Business Automobile Liability (1) Any one loss or accident $1,000,000 B. The policies of insurance so required by paragraph 5.02A to be purchased and maintained shall: 1. with respect to insurance required by Paragraphs 5.02A.1.c through 5.02A.1.g inclusive, include as additional insureds by endorsement (subject to customary exclusion in respect of professional liability) Owner, Engineer, and Engineer's Consultants, and include coverage for the respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of all such additional -insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability specified in Paragraph 5.02A.2 or required by Laws and Regulations, whichever is greater; 3. with respect to insurance required by paragraphs 5.02A1.c through 5.02A1.g inclusive, include premises/operations, products, completed operations, independent contractors, and personal injury insurance, with employment exclusion deleted; 4. include in the Commercial General Liability policy, contractual liability insurance covering Contractor's indemnity obligations under Paragraphs 6.06, 6.10, and 6.16, and written for not less than the limits of liability and coverages specified above; 5. contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed, or renewal refused until at least 30 days' prior written notice by certified mail has been given to Owner and Contractor and to each other additional insured to whom a certificate of insurance has been issued; 6. provide Broad Form Property Damage coverage and contain no exclusion (commonly referred to as XC&U exclusion) relative to blasting, earthquake, flood, explosion, collapse of buildings, or damage to underground property; I00700 -General Conditions.doc 00700— 13 0396-1000 El DOCUMENT 00700 — GENERAL CONDITIONS: (continued) Bond Branch, U.S. Department of the Treasury. All bonds shall be signed by an Arkansas Agent. B. The Bonds shall be automatically increased in amount and extended in time without formal and separate amendments to cover full and faithful performance of the Contract in the event of Change Orders, regardless of the amount of time or money involved. It is Contractor's responsibility to notify his surety of any changes affecting the general scope of the Work or change in the Contract Price or Contract Times. C. Bonds signed by an agent must be accompanied by a certified copy of the authority to act. D. Date of Bonds shall be the same as the Effective Date of the Agreement. E. If at any time during the continuance of the Contract, the surety on any Bond becomes unacceptable to Owner for financial reasons, Owner has the right to require additional and sufficient sureties which Contractor shall furnish to the satisfaction of Owner within ten days after notice to do so. 1. 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 5.01A, Contractor shall within five days thereafter substitute another Bond and surety, both of which must be acceptable to Owner. 5.02 INSURANCE: A. Contractor's Liability Insurance: I. Contractor and all of his subcontractors shall purchase and maintain such liability and other insurance as is appropriate for the Work being furnished and performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's furnishing and 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: a. Claims under workers' compensation, disability benefits, and other similar employee benefit acts; b. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees; c. Claims for damages because of bodily injury, sickness, or disease, or death of any person other than Contractor's employees; d. Claims for damages insured by reasonably available personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or (ii) by any other person for any other reason; e. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use therefrom; f. Claims arising out of operation of Laws or Regulations for damages because of bodily injury or death of any person or for damage to property; and L I I r I I I I I I I I I I El 1 00700 -General Conditions.doc 00700— 12 0396-1000 1 I DOCUMENT 00700 - GENERAL CONDITIONS: (continued) I conditions under which Work is agreed by Contractor to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. C. If after receipt of such special 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 such portion of the Work that is in connection with such hazardous condition or in such affected area to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or the amount or extent of an adjustment, if any, 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 Articles 11 and 12. Owner may have such deleted portion of the Work performed by Owner's own forces or others in accordance with Article 7. D. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and I hold harmless Contractor, Subcontractors, Engineer, Engineer's Consultants, and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages arising out of or resulting from such hazardous condition, provided that: (i) any such ' claim, cost, loss or damage is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) nothing in this I subparagraph 4.05D shall obligate Owner to indemnify any person or entity from and against the consequences of that person's or entity's own negligence. E. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, Engineer, Engineer's Consultants, and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages arising out of I or relating to such hazardous condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this subparagraph 4.05E shall obligate Contractor to indemnify any person or entity from and against the consequences of 1 that person's or entity's own negligence. F. The provisions of Paragraphs 4.02 and 4.03 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material uncovered or revealed at the Site. ARTICLE 5- BONDS AND INSURANCE 5.01 PERFORMANCE AND OTHER BONDS: A. Contractor shall furnish separate performance and payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all Contractor's obligations under the Contract Documents. These Bonds shall remain in effect at least until two years after the date when final payment is approved by Owner, except as otherwise provided by Law or Regulation or by the I Contract Documents. Contractor shall also furnish such other Bonds as are required by the Contract Documents. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are I named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety 1 I00700 -General Conditions.doc 00700— 11 0396-1000 I DOCUMENT 00700 - GENERAL CONDITIONS: (continued) During such time, Contractor shall be responsible for the safety and protection of such Underground Facility as provided in Paragraph 6.12. Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof, Contractor may make a claim therefor as provided in Articles 11 and 12. 4.04 REFERENCE POINTS: A. Engineer will provide engineering surveys to establish reference points for construction which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points, and shall make no changes or relocations without the prior written approval of Engineer. Contractor shall report to Engineer whenever any reference point 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 by professionally qualified personnel. Contractor shall be responsible for any mistakes or loss of time that may result from their loss or disturbance. B. Contractor shall make such surveys as are required for establishing pay limits and determining quantities for progress pay estimates. He shall furnish Engineer with one copy each of all field notes of such surveys. I I I I I I I I 1 4.05 ASBESTOS PCBS PETROLEUM, HAZARDOUS WASTE, OR RADIOACTIVE MATERIAL: I A. Owner shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the Site. Owner shall not be responsible for any such materials brought to the Site by Contractor, Subcontractor, Suppliers, or anyone else for whom Contractor is responsible. B. Contractor shall immediately: (i) stop all Work in connection with such hazardous condition and in any area affected thereby (except in an emergency as required by Paragraph 6.13), and (ii) notify Owner and Engineer (and 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 hazardous condition or take corrective action, if any. Contractor shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after Owner has obtained any required permits related thereto and delivered to Contractor special 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 the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special LI I I I I Li 00700 -General Conditions.doc 00700 — 10 0396-1000 1 I DOCUMENT 00700 - GENERAL CONDMONS: (continued) 1 B. If Contractor believes that any delay in Owner's furnishing these lands, rights -of -way, or easements entitles Contractor to an extension of the Contract Times, Contractor may make a claim therefor as provided in Article 12. IC. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. D. Contractor shall confine his operations to the construction limits indicated. 4.02 UNFORESEEN SUBSURFACE CONDITIONS: A. Contractor shall promptly notify Engineer in writing of any subsurface or latent physical conditions encountered at the Site which differ materially from those specified or indicated, or which could be reasonably interpreted from examination of the Site and available subsurface information at the time of bidding. B. Engineer will promptly investigate those conditions and advise Owner if further surveys or subsurface tests are necessary. Promptly thereafter, Engineer will obtain the necessary additional surveys and tests and furnish copies of results to Contractor and Owner. C. If Engineer and Owner find that the subsurface or latent physical conditions encountered at the Site differ materially from those specified or indicated, or which could have been reasonably interpreted from examination of the Site and available subsurface information at the time of bidding, then a Change Order will be issued by the Owner incorporating the necessary revisions. 4.03 PHYSICAL CONDITIONS - UNDERGROUND FACILITIES: A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities or by others. Unless it is otherwise expressly ' provided: 1. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and, 2. Contractor shall have full responsibility for reviewing and checking all such information and data, for locating all Underground Facilities shown or indicated in the Contract Documents, for coordination of the Work with the owners of such Underground Facilities during construction, for the safety and protection thereof as provided in Paragraph 6.12 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the Contract Price. B. Not Shown or Indicated: If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of, Contractor shall, promptly after becoming aware thereof and before performing any Work affected thereby (except in an emergency as permitted by Paragraph 6.13), identify the owner of such Underground Facility and give written notice thereof to that owner and Engineer. Engineer will promptly review the Underground Facility to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to the extent necessary. 00700 -General Conditions.doc 00700— 9 0396-1000 I DOCUMENT 00700 - GENERAL CONDITIONS: (continued) D. Applicable codes and standards referenced in these Contract Documents establish minimum requirements for Equipment, Materials, and Work and are superseded by more stringent requirements of Contract Documents when and where they occur. E. The Specifications are separated into Divisions and Sections for convenience in defining the Work. Contract Drawings are separated according to engineering disciplines and other classifications. This sectionalizing and the arrangement of Contract Drawings shall not control the Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 3.02 AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS: A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 1. A formal Written Amendment. 2. A Change Order (pursuant to Paragraph 10.01D). B. As indicated in Paragraphs ii .01B and 12.01A, Contract Price and Contract Times may only be changed by a Change Order or Written Amendment. C. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in the following way: 1. A Field Order (pursuant to Paragraph 9.05). 2. Engineer's written interpretation or clarification (pursuant to Paragraph 9.04). 3.03 OWNERSHIP AND REUSE OF DOCUMENTS: A. All Contract Documents and copies thereof furnished by Engineer shall be the property of the Owner. B. Neither Contractor nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with Owner shall 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; and they shall not reuse any of the documents on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. ARTICLE 4- AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS 4.01 AVAILABILITY OF LANDS: A. Owner shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of Contractor. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by Owner, unless otherwise provided in the Contract Documents. I I I I 7 J I I I I I n H I I 00700 -General Conditions.doc 00700— 8 0396-1000 .1 IDOCUMENT 00700 — GENERAL CONDITIONS: (continued) such acceptance will neither impose on Engineer responsibility for the progress or • scheduling of the Work nor relieve Contractor from full responsibility therefor. The finalized schedule of Submittal submissions will be acceptable to Engineer if it • provides a workable arrangement for processing the submissions. The finalized schedule of values will be acceptable to Engineer as to form and substance if it provides a reasonable allocation of the Contract Price to components of the Work. I ARTICLE 3. CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 INTENT; IA. The Contract Documents comprise the entire agreement between Owner and Contractor concerning the Work. The Contract Documents are complementary; what I is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the Law of the place of the Project. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, Materials, or Equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied whether or not specifically called for, at no additional cost to the Owner. 1 1. When words which have a well-known technical or trade meaning are used to describe Work, Materials, or Equipment, such words shall be interpreted in accordance with that meaning. 2. Reference to standard specifications, manuals, or codes of any technical society, organization, or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, 1 shall mean the latest standard specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids except as may be otherwise specifically stated. However, no provision of any referenced ' standard specification, manual, or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of Owner, Contractor, or Engineer, or any of their consultants, agents, or employees from those set forth in the Contract Documents, nor shall it be effective to assign to Engineer, or any of Engineer's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or I authority to undertake responsibility contrary to the provisions of the Contract Documents. 3. Clarifications and interpretations of the Contract Documents shall be issued U by Engineer as provided in Paragraph 9.04. C. If, during the performance of the Work, Contractor finds a conflict, error, or discrepancy in the Contract Documents, Contractor shall so report to Engineer in • writing at once and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from Engineer, however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, or discrepancy in • the Contract Documents unless Contractor had actual knowledge thereof or should reasonably have known thereof. I � 00700 -General Conditions.doc 00700 -7 0396-1000 I DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 2.05 2.06 2.07 STARTING THE PROJECT: A. Contractor shall start to perform the Work on the date when the Contract Times commence to run, but no Work shall be done at the Site prior to the date on which the Contract Times commence to run. BEFORE STARTING CONSTRUCTION: A. Before starting construction and undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error or discrepancy which Contractor may discover and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby; however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, or discrepancy in the Contract Documents, unless Contractor had actual knowledge thereof or should reasonably have known thereof. B. Within twenty days after the Effective Date of the Agreement, nut before Contractor starts the Work at the Site, Contractor shall submit to Engineer for review: 1. A mobilization construction progress schedule indicating the starting and completion dates of the various stages of the first 120 days of the Work. 2. A preliminary procurement schedule. 3. A preliminary schedule of Submittal submissions. 4. A preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work which will be confirmed in writing; by Contractor at the time of submission. 5. Any other items as noted in Document 00550 — Notice to Proceed and as specified. C. Further, before any Work at the Site is started, Contractor shall deliver to Owner, with a copy to Engineer, certificates and other evidence of insurance requested by Owner which Contractor is required to purchase and maintain in accordance with Paragraph 5.02 (and Owner shall deliver to Contractor certificates and other evidence of insurance requested by Contractor which Owner is required to purchase and maintain in accordance with Paragraph 5.02). PRECONSTRUCTION CONFERENCE: A. Within 20 days after the Effective Date of the Agreement, but before Contractor starts the Work at the Site, a conference attended by Contractor, Engineer, and others as appropriate will be held to discuss the schedules referred to in Paragraph 2.05B, to discuss procedures for handling Submittals, processing Applications for Payment, and to establish a working understanding among the parties as to the Work. FINALIZING SCHEDULES: A. A schedule shall be finalized in accordance with Specification SECTION 01321. The finalized construction progress schedule will be acceptable to Engineer if it provides an orderly progression of the Work to completion within the Contract Times, but I I J I I I I 1 I J I Ii Ii L C C 00700 -General Conditions.doc 00700— 6 0396-1000 C I IDOCUMENT 00700 - GENERAL CONDITIONS: (continued) I 1.03 TERMINOLOGY: A. Whenever used in these General Conditions or elsewhere in the Contract Documents, the following terminology shall have the intent and meaning specified below: I. The words "as indicated" refer to the Drawings and "as specified" refer to the remaining Contract Documents. 2. The terms "responsible" or "responsibility" mean that the party to which the term applies shall assume all responsibilities thereto. 3. The term "approve", when used in response to Submittals, requests, applications, inquiries, reports and claims by Contractor, will be held to limitations of Engineer's responsibilities and duties or specified in these • General Conditions. In no case will "approval" by Engineer be interpreted as a release of Contractor from responsibilities to fulfill requirements of I. Contract Documents. 4. When applied to Equipment and Materials, the words "furnish", "install", and "provide" shall mean the following: a. The word "provide" shall mean to furnish, pay for, deliver, assemble, install, adjust, clean and otherwise make Materials and Equipment fit for their intended use. M b. The word "furnish" shall mean to secure, pay for, deliver to Site, unload and uncrate Equipment and Materials. c. The word "install" shall mean to assemble, place in position, incorporate in the Work, adjust, clean, and make fit for use. d. The phrase "furnish and install" shall be equivalent to the word "provide." 5. The word "day" shall constitute a calendar day of twenty-four hours measured from midnight to the next midnight. ARTICLE 2- PRELIMINARY MATTERS 2.01 DELIVERY OF BONDS: A. When Contractor delivers the executed Agreements to Owner, Contractor shall also I deliver to Owner such Bonds as Contractor may be required to furnish in accordance with Paragraph 5.01. 2.02 COPIES OF DOCUMENTS: A. Owner will furnish to Contractor copies of the Contract Documents as stated in the General Requirements. 2.03 COMMENCEMENT OF CONTRACT TIMES• NOTICE TO PROCEED: I I I A. The Contract Times will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the 105th day after the day of Bid opening or the 30th day after the Effective Date of the Agreement, whichever date is earlier. 00700 -General Conditions.doc 00700 — 5 0396-1000 I DOCUMENT 00700 -- GENERAL CONDITIONS: (continued) 41. 42. 43. 44. 45. 46. 47. 48 "Substantial Completion" - the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer as evidenced by his definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be used for the purposes for which it was intended. "Supplementary Conditions" — part of the Contract Documents which amends and/or supplements these General Conditions. "Supplier" - a manufacturer, fabricator, supplier, distributor, material man, or vendor. "Underground Facilities" - all pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems, or water. "Unit Price Work" - Work to be paid on the basis of Unit Prices. "Work" - the entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, the furnishing of Bonds and insurance, furnishing labor, and furnishing and incorporating Materials and Equipment into the construction, all as required by the Contract Documents. "Work Change Directive" - a written directive 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 physical conditions under which the Work is to be performed. as provided in Article 4 or to emergencies under Paragraph 6.13. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that .the parties expect that the change directed 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 as provided in Paragraph 10.01B. "Written Amendment" - a written amendment to the Contract Documents, signed by Owner and Contractor on or after the Effective Date of the Agreement, and normally dealing with the nonengineering or nontechnical rather than strictly Work -related aspects of the Contract Documents. "Year 2000 Compliance" or "Year 2000 Compliant" — means that equipment, devices, items, systems, software, hardware, and firmware included in the Work or used to produce the Work shall properly, appropriately, and consistently function and accurately process date and time data (including without limitation: calculating, comparing, and sequencing) on and after December 31, 1999, including leap year calculations. I I I I I I Ll I I I I I 1 1 I 00700 -General Conditions.doc 00700-4 0396-1000 I I iDOCUMENT 00700 — GENERAL CONDITIONS: (continued) 26. "Partial Utilization" - placing a portion of the Work in service for the purpose for which it is intended (or a related purpose) before reaching Substantial Completion of all the Work. 27. "PCBs" - Polychlorinated biphenyls. 28. "Petroleum" - petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60° 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 Wastes and crude oils. 29. "Program Manager" — NOT USED. "Project" 30. - the total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. • 31. "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. I 32. "Radioactive Material" - source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 33. "Resident Project Representative" - the authorized representative of Engineer who is assigned to the construction Site or any part thereof. 34. "Reference Drawings" - drawings not specifically prepared for, nor a part of, this Contract, but which contain information pertinent to the Work. 35. "Samples" - physical examples of Equipment, Materials, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. • 36. "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. 37. "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. • 38. "Specifications" - those portions of the Contract Documents consisting of written technical descriptions of the Work, and covering the Equipment, Materials, workmanship, and certain administrative details applicable 39. thereto. "Subcontractor" - an individual, firm, or corporation having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 40. "Submittals" - all Shop Drawings, product data, and Samples which are prepared by Contractor, a Subcontractor, manufacturer, or Supplier, and submitted by Contractor to Engineer as a basis for approval of the use of Equipment and Materials proposed for incorporation in the Work or needed to describe proper installation, operation and maintenance, or technical properties. 1 I00700 -General Conditions.doc 00700-3 0396-1000 I DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 10. "Contract Times" - the number of days or the dates stated in the Agreement to: (i) achieve Substantial Completion; and (ii) complete the Work so that it is ready for final payment as evidenced by Engineer's written recommendations of final payment:. 11. "Contractor" - the person, firm or corporation with whom Owner has entered into the Agreement. 12. "Date of Contract", "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. 13. "Engineer" or "Engineer -Architect" - Architect, engineer, or other licensed professional who is either employed or has contracted with Owner to serve in a design capacity and whose consultants, members, partners, employees, or agents have prepared and sealed the Drawings and Specifications. 14. "Engineer's Consultant" - an individual or entity having a contract with Engineer to furnish services as Engineer's independent professional associate or consultant with respect to the Project. 15.- "Equipment" - a product with operational or nonoperational parts, whether motorized or manually operated, that requires service connections, such as wiring or piping. 16. "Field Order" - a written order issued by Engineer which orders minor changes in the Work in accordance with Paragraph 9.05 but which does not involve a change in the Contract Price or the Contract Times. 17. "General Requirements" - Sections of DIVISION 1 of the Specifications. The General Requirements pertain to all sections of the Specifications. 18. "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. 19. "Law" - law of the place of the Project which shall govern the performance hereunder. 20. "Laws and Regulations," "Laws or. Regulations" - laws, rules, regulations, ordinances, codes and/or orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 21. "Lien" - charges, security interests, or encumbrances on Project funds, real property, or personal property. 22. "Materials" - products substantially shaped, cut, worked, mixed, finished, refined, or otherwise fabricated, processed, or installed to form a part of the Work. 23. "Notice of Award" - the written notice by Owner to the apparent successful Bidder stating that upon compliance by the apparent successful Bidder with the conditions precedent enumerated therein, within the time specified, Owner will sign and deliver the Agreement. 24. "Notice to Proceed" - the written notice by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform Contractor's obligation under the Contract Documents. 25. "Owner" - the City of Fayetteville, Arkansas, a constitutionally chartered municipal corporation , with which the Contractor has entered into the Agreement and for whom the Work is to be provided. r 1 'I I I I I Ii I I 00700 -General Conditions.doc 00700 —2 0396-1000 I I I, I I i w I 1 I r 1 I 1 I I I DOCUMENT 00700 - GENERAL CONDITIONS: This document is based upon Engineers Joint Contract Documents Committee "Standard General Conditions of the Construction Contract," with modifications. ARTICLE 1- DEFINITIONS AND TERMINOLOGY 1.01 CONTRACT DOCUMENTS: 1. The Contract Documents establish the rights and obligations of the parties and shall consist of the documents listed in DOCUMENT 00500, AGREEMENT. B. Reports and drawings of subsurface and physical conditions and approved Submittals by Contractor are not Contract Documents. C. Only printed or hard copies of items listed in subparagraph L0lA are Contract Documents. Files in electronic media format of text, data, graphics, and the like that may be furnished by Owner to Contractor are not Contract Documents. 1.02 DEFINITIONS: A. Wherever used in these General Conditions or elsewhere in the Contract Documents, the following terms have the meanings indicated below, which are applicable to both the singular and plural thereof: 1. "Addenda" - written or graphic changes or interpretations of the Contract Documents issued by Owner prior to the opening of Bids. 2. "Agreement" - the written agreement between Owner and Contractor covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 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 and 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 1% 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 formal offer of the Bidder submitted on the prescribed Bid Form together with the required Bid security and all information submitted with the Bid that pertains to performance of the Work. 6. "Bidder" - any person, firm, or corporation submitting a Bid for the Work or their duly authorized representatives. 7. "Change Order" - a written document signed by Owner and Engineer authorizing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued on or after execution of the Agreement. 8. "Contract Drawings" - drawings and other data designated as Contract Drawings prepared by Engineer for this Contract which show the character and scope of the Work to be performed and are referred to in the Contract Documents. 9. "Contract Price" - the total monies payable to Contractor under the Contract Documents as stated in the Agreement. I 00700 -General Conditions 00700— 1 0396-1000 I DOCUMENT 00700 - GENERAL CONDITIONS: (continued) TABLE OF CONTENTS (continued) ARTICLE 17 - MISCELLANEOUS.......................................................................................... 17.01 GIVING NOTICE:............................................................................................................... 17.02 COMPUTATION OF TIME:............................................................................................... 17.03 CLAIMS, CUMULATIVE REMEDIES:............................................................................. r 1 I I 1 I I I I 00700 -General Conditions 00700 TOC- 5 0396-1000 I I I I I 1 I I I I i I I I LI I DOCUMENT 00700 — GENERAL CONDITIONS: (continued) TABLE OF CONTENTS (continued) 13.05 UNCOVERING WORK:............_......................................................................................... 13.06 OWNER MAY STOP THE WORK:.................................................................................... 13.07 CORRECTION OR REMOVAL OF DEFECTIVE WORK............................................... 13.08 TWO-YEAR WARRANTY AND CORRECTION PERIOD' ............................................ 13.09 ACCEPTANCE OF DEFECTIVE WORK' ......................................................................... 13.10 OWNER MAY CORRECT DEFECTIVE WORK:............................................................. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION ............................ 14.01 SCHEDULE OF VALUES:.................................................................................................. 14.02 APPLICATION FOR PROGRESS PAYMENT:................................................................. 14.03 CONTRACTOR'S WARRANTY OF TITLE:.................................................................... 14.04 REVIEW OF APPLICATION FOR PROGRESS PAYMENT:.......................................... 14.05 SUBSTANTIAL COMPLETION' ................................................ 14.06 PARTIAL UTILIZATION' .................................................................................................. 14.07 FINAL INSPECTION' ......................................................................................................... 14.08 FINAL APPLICATION FOR PAYMENT' ......................................................................... 14.09 FINAL PAYMENT AND ACCEPTANCE' ........................................................................ 14.10 CONTRACTOR'S CONTINUING OBLIGATION:........................................................... 14.11 WAIVER OF CLAIMS: The making and acceptance of final payment will constitute:..... 14.12 INTEREST: NOT APPLICABLE ... .. . ................................................................................. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION ....................................... 15.01 OWNER MAY SUSPEND WORK' .................................................................................... 15.02 OWNER MAY TERMINATE' ............................................................................................ 15.03 CONTRACTOR MAY STOP WORK OR TERMINATE.................................................. ARTICLE 16 - RESOLUTION OF DISPUTES....................................................................... 16.01 RESOLUTION OF CLAIMS AND DISPUTES.................................................................. 00700 -General Conditions 00700 TOC— 4 0396-1000 I DOCUMENT 00700 - GENERAL CONDITIONS. (continued) TABLE OF CONTENTS (continued) ARTICLE 9- ENGINEER'S STATUS DURING CONSTRUCTION ................................. 9.01 OWNER'S REPRESENTATIVE:........................................................................................ 9.02 VISITS TO SITE:................................................................................................................. 9.03 PROJECT REPRESENTATION:......................................................................................... 9.04 CLARIFICATIONS AND INTERPRETATIONS:.............................................................. 9.05 AUTHORIZED VARIATIONS IN WORK:........................................................................ 9.06 REJECTING DEFECTIVE WORK:.................................................................................... 9.07 SUBMITTALS, CHANGE ORDERS, AND PAYMENTS................................................. 9.08 DETERMINATIONS FOR UNIT PRICES:........................................................................ 9.09 DECISIONS ON DISPUTES:........................................................... 9.10 LIMITATIONS ON ENGINEER'S RESPONSIBILITIES:............................. ................... ARTICLE 10 - CHANGES IN THE WORK............................................................................. 10.01 GENERAL:........................................................................................................................... ARTICLE 11- CHANGE OF CONTRACT PRICE................................................................ I 1 II 1 I LI I 11.01 GENERAL:........................................................................................................................... 11.02 COST OF THE WORK: .................................................... 11.03 CONTRACTOR'S FEE:....................................................................................................... 11.04 CASH ALLOWANCES:............................................................................... ....................... 11.05 UNIT PRICE WORK:.......................................................................................................... 11.06 YEAR 2000 COMPLIANCE:.............................................................................................. 11.07 RIGHT OF AUDIT:............................................................................................................. ARTICLE 12 - CHANGE OF CONTRACT TIMES............................................................... 12.01 GENERAL:........................................................................................................................... ARTICLE 13 - WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK................................................................................................................ 13.01 WARRANTY AND GUARANTEE:................................................................................... 13.02 ACCESS TO THE WORK....................................................................... ....... 13.03 TESTS AND INSPECTIONS:............................................................................................. 13.04 DEFECTIVE WORK:.........................................................................................111.1............ 1 00700 -General Conditions 00700 TOC- 3 0396-1000 C I DOCUMENT 00700 — GENERAL CONDITIONS: (continued) TABLE OF CONTENTS (continued) ARTICLE 6- CONTRACTOR'S RESPONSIBILITIES...................................................... 6.01 SUPERVISION AND SUPERINTENDENCE:................................................................... 6.02 LABOR, EQUIPMENT, AND MATERIALS:.................................................................... 6.03 ADJUSTING PROGRESS SCHEDULE 6.04 SUBSTITUTES OR "OR -EQUAL" ITEMS:....................................................................... 6.05 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS :........................... 6.06 PATENT FEES AND ROYALTIES :......................................... 6.07 PERMITS:........................................................................................................................... 6.08 LAWS AND REGULATIONS:............................................................................. . 6.09 TAXES:................................................................................................................................ OF PREMISES 6.10 USE :........................................................................................................... 6.11 RECORD DOCUMENTS:..................................................... .......... 6.12 SAFETY AND PROTECTION:........................................................................................... 6.13 EMERGENCIES:.............................................................................................. 6.14 SUBMITTALS:.................................................................................................................... 6.15 CONTINUING THE WORK:.............................................................................................. 6.16 INDEMNIFICATION- ......................................................................................................... ARTICLE 7- OTHER WORK..................:............................................... ..... ..............' ........ WORK AT SITE: • 7.01 RELATED :. 7.02 COORDINATION:............................................................................................................... ARTICLE 8- OWNER'S RESPONSIBILITIES.................................................................... 8.01 COMMUNICATIONS:........................................................................................................ 8.02 CHANGE OF ENGINEER:................................................................... . ....... • 8.03 REQUIRED DATA:............................................................................................................. 8.04 LANDS AND EASEMENTS:.............................................................................................. 8.05 INSURANCE:...................................................................................................................... 8.06 CHANGE ORDERS:............................................................................................................ 8.07 INSPECTIONS AND TESTS THE WORK: 8.08 STOPPING ............................................................................................... 8.09 LIMITATIONS ON OWNER'S RESPONSIBILITIES:...................................................... I I00700 -General Conditions 00700 TOC- 2 0396-1000 1 DOCUMENT 00700 - GENERAL CONDITIONS: TABLE OF CONTENTS I ARTICLE 1- DEFINITIONS AND TERMINOLOGY......................................................... 1.01 CONTRACT DOCUMENTS:.............................................................................................. 1.02 DEFINITIONS:..................................................................................................................... 1.03 TERMINOLOGY:................................................................................................................ ARTICLE 2- PRELIMINARY MATTERS ................................................I I 2.01 DELIVERY OF BONDS:..................................................................................................... 2.02 COPIES OF DOCUMENTS :................................................. 2.03 COMMENCEMENT OF CONTRACT TIMES; NOTICE TO PROCEEDS ....................... 2.04 STARTING THE PROJECT:............................................................................................... 2.05 BEFORE STARTING CONSTRUCTION.......................................................................... 2.06 PRECONSTRUCTION CONFERENCE:............................................................................ 2.07 FINALIZING SCHEDULES:............................................................................................... ARTICLE 3- CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE ................. I 3.01 INTENT:............................................................................................................................... 3.02 AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS........................I I 3.03 OWNERSHIP AND REUSE OF DOCUMENTS:............................................................... ARTICLE 4- AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; I REFERENCE POINTS..................................................................................... 4.01 AVAILABILITY OF LANDS:............................................................................................ I 4.02 UNFORESEEN SUBSURFACE CONDITIONS:....................................................... 4.03 PHYSICAL CONDITIONS - UNDERGROUND FACILITIES: ........................................ 4.04 REFERENCE POINTS:....................................................................................................... 4.05 ASBESTOS, PCBS, PETROLEUM, HAZARDOUS WASTE, OR RADIOACTIVE MATERIAL:......................................................................................................................... ARTICLE 5- BONDS AND INSURANCE ....................................................I I 5.01 PERFORMANCE AND OTHER BONDS: .................................... 5.02 INSURANCE:...................................................................................................................... I 00700 -General Conditions 00700 T0C— 1 0396-1000 1 I 1 I I I I I 1 1 1 1 I DOCUMENT 00612 - TWO YEAR MAINTENANCE BOND: (continued) that the cost of making said repairs shall be determined by the Owner, or some person or persons designated by the Owner to ascertain the same, and if, upon thirty (30) days notice, the said amount ascertained shall not be paid by the Principal or Surety herein, or if the necessary repairs are not made, that said amount shall become due upon the expiration of thirty (30) days, and suit may be maintained to recover the amount so determined in any Court of competent jurisdiction; and that the amount so determined shall be conclusive upon the parties as to the amount due on this bond for the repair of repairs included therein; and that the cost of all repairs shall be so determined from time to time during the life of this bond, as the condition of the improvements may require. Signed, sealed and delivered the day and year first above written. Principal Surety END OF DOCUMENT 00612 SEAL ATTEST: BY: SEAL ATTEST: BY: Attorney in Fact 1 00612 maintenance bond.DOC 00612 -- 2 0396-1000 I DOCUMENT 00612 — TWO YEAR MAINTENANCE BOND: KNOW ALL MEN BY THESE PRESENTS: That we, as Principal, and as Surety, are held and firmly bound unto as Obligee, in the full and just sum of Dollars ($ J, lawful money of the United States of America, to be paid to the said Obligee, its successors or assigns, for the payment of which, well and truly to be made, we and each of us, bind ourselves, our heirs, executors and assigns, themselves, and their successors and assigns, jointly and severally, firmly by these presents. Dated this day of , 20__. I The conditions of this obligation are such that whereas, said Principal, has by a certain contract with the I dated day of , 20__, agreed to construct the • I and to maintain the said Improvement in good condition for a period of two (2) years from the date of acceptance of the improvements. I a) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall indemnify and hold harmless the said Obligee from and against all loss, costs, damages, and expenses whatsoever which it may suffer or be compelled to pay by reason of failure of the said Principal to keep said work in repair for a two year period beginning against any and all defects of faulty workmanship or inferior material, then this obligation shall be void; otherwise to remain in full force and effect. It is further agreed that if the said Principal or Surety herein shall fail to maintain said improvements in good condition for the said period of two years, and"at any time repairs shall be necessary, I 00612 maintenance bond.DOC 00612 - 1 0396-1000 I IDOCUMENT 00700 - GENERAL CONDITIONS: (continued) payment to the Contractor, in accordance with the approved payment request, within 30 days. All efforts will be made to make payments within the 30 day period, but the Owner cannot guarantee the 30 days maximum time. SB. Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer's on -Site observations of the Work in progress as experienced and qualified design professionals and on Engineer's review of the Application for Payment and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of Engineer's knowledge, information, and belief, the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under Paragraph 9.08, and to any other qualifications stated in the recommendation); and that Contractor is entitled to payment of the amount recommended. However, by recommending any such payment, Engineer will not thereby be deemed to have represented that exhaustive or continuous on -Site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents, or 1 that there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or Owner to withhold payment to Contractor. C. Engineer's recommendation of final payment will constitute an additional representation by Engineer to Owner that the conditions precedent to Contractor's being entitled to final payment as set forth in Paragraph 14.09 have been fulfilled. D. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make such representations to Owner. Engineer may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in Engineer's opinion to protect Owner from loss because: 1. The Work is defective, or completed Work has been damaged requiring correction or replacement. 2. Written claims have been made against Owner or Liens have been filed in I connection with the Work. 3. The Contract Price has been reduced by Written Amendment or Change Order 4. Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13.10, 5, Of Engineer's 'actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02B. 6. Of Contractor's unsatisfactory prosecution of the Work in accordance with the Contract Documents. 7. Contractor's failure to make payment to Subcontractors, or for labor, Materials, or Equipment, or 8. Engineer shall not certify payments requesting more than eighty (80) percent of the Contract amount until such time as all operation, maintenance, repair, 1 00700 -General Conditions.doc 00700-44 0396-1000 I DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 14.05 and replacement manuals, and product data has been furnished by the Contractor to the Owner. E. Owner. may refuse to make payment of the full amount recommended by Engineer because claims have been made against Owner on account of Contractor's performance of furnishing of the Work, or Liens have been filed in connection with the Work, or there are other items entitling Owner to a set-off against the amount recommended, but Owner must give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action. F. When all grounds for withholding payment are removed, payment will be made in the amounts withheld because of them. G. Progress payments will be in the amount of 90% of the amount of the Work completed and 100% of Equipment and Materials suitably stored and documented as indicated on the Application 'for Payment less the sum of all previous payments. When the amount retained by Owner becomes equal to 5% of the Contract Price, the remaining progress payments will be made in full, provided Contractor's performance is satisfactory in the opinions of Engineer and Owner. 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. Within a reasonable time thereafter, 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 his reasons therefor. If Engineer considers the Work substantially complete, Engineer will prepare and deliver to Owner a tentative certificate of Substantial Completion which will fix the Date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. C. Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will within fourteen 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 fourteen days execute and deliver to Owner and Contractor a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, heat, utilities, insurance, and warranties. I I I I I I I I 1 I I L I I 1 '1 I 00700 -General Conditions.doc [IiI1L€I iii 0396-1000 .I I I I I DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 1 14.06 I I I I I I Li E t I E. Unless Owner and Contractor agree otherwise in writing and so inform Engineer prior to Engineer's issuing the definitive certificate of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. F. Owner shall have the right to exclude Contractor from the Work after the Date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative list. PARTIAL UTILIZATION: A. Use by Owner of any finished part of the Work, which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and useable part of the Work that can be used by Owner without significant interference with Contractor's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 1. Owner at any time may request Contractor in writing to permit Owner to use any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If Contractor agrees, Contractor will certify to Owner and Engineer that said part of the Work is substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete, the provisions of Paragraph 14.05 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 2. 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 and will deliver such list to 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 1 00700 -General Conditions.doc 00700 —46 0396-1000 I DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 14.07 14.08 14.09 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. 3. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of Paragraph 5.02I in respect of property insurance. FINAL INSPECTION: A. Upon written notice from Contractor that the Work or an agreed portion thereof is complete, Engineer will make a final inspection with Owner, Engineer, 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 remedy such deficiencies. FINAL APPLICATION FOR PAYMENT: A. After Contractor has completed all such corrections to the satisfaction of Engineer and delivered all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, marked -up record documents, and other documents - all as required by the Contract Documents, and after Engineer has indicated that the Work is acceptable (subject to the provisions of Paragraph 14.11), Contractor may make application for final payment following the procedure for progress payments. B. The final Application for Payment shall be accompanied by all documentation called for in the Contract Documents, together with complete and legally effective releases or waivers (satisfactory to Owner) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by Owner, Contractor may furnish receipts or releases in full; an affidavit of Contractor that the releases and receipts include all labor, services,Material, and Equipment for which a Lien could be filed, and that all payrolls, Equipment and Material 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; and consent of the surety, if any, to final payment. If any Subcontractor or Supplier fails to furnish a release or receipt in full, Contractor may furnish a Bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. FINAL PAYMENT AND ACCEPTANCE: A. 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 -- all as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within fourteen days after receipt of the fmal Application for Payment, indicate in writing Engineer's recommendation of payment and present the Application to Owner for payment. Thereupon, Engineer will give written notice to Owner and Contractor that the Work is acceptable (subject to the provisions of Paragraph 14.11). Otherwise, Engineer will return the Application to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application. Thirty days after presentation to Owner of the Application and accompanying documentation, in appropriate form and I I 11 I I 1 I I_i I I L. A I 1 I it I 00700 -General Conditions.doc 00700-47 0396-1000 I I- DOCUMENT 00700 - GENERAL CONDITIONS: (continued) • substance, and with Engineer's recommendation and notice of acceptability, the amount recommended by Engineer will become due and will be paid by Owner to Contractor. B. If, through no fault of Contractor, final completion of the Work is significantly delayed and if Engineer so confirms, Owner shall, upon receipt of Contractor's final Application for Payment and recommendation of Engineer, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. 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. C. The Final Pay Estimate will include all sums remaining to be paid. 14.10 CONTRACTOR'S CONTINUING OBLIGATION: A. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by Engineer, nor the issuance of a certificate of Substantial Completion, nor any payment by Owner to Contractor under the Contract 1 Documents, nor any use or occupancy of the Work or any part thereof by Owner, nor any act of acceptance by Owner nor any failure to do so, nor any review and approval of a Submittal, nor the issuance of a notice of acceptability by Engineer pursuant to Paragraph 14.09, nor any correction of defective Work by Owner will constitute an acceptance of Work not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents (except as provided in Paragraph 14.11). 14.11 WAIVER OF CLAIMS: The making and acceptance of final payment will constitute: A. 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 14.07, or from failure to comply with the Contract Documents or the terms • of any special guarantees specified therein; however, it will not constitute a waiver by Owner of any rights in respect of Contractor's continuing obligations under the Contract Documents; and B. A waiver of all claims by Contractor against Owner other than those previously made in writing and still unsettled. 14.12 INTEREST: NOT APPLICABLE. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15.01 OWNER MAY SUSPEND WORK: A. Owner may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than 90 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 allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to any I 00700 -General Conditions.doc 00700-48 0396-1000 I DOCUMENT 00700 -- GENERAL CONDITIONS: (continued) I suspension if Contractor makes an approved claim therefor as provided in Articles 11 and 12. 15.02 OWNER MAY TERMINATE: A. Upon the occurrence of any one or more of the following events: 1. If Contractor commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if Contractor takes any equivalent or similar action by filing a petition or otherwise under any other federal or state Law in effect at such time relating to the bankruptcy or insolvency; 2. If a petition is filed against Contractor under any chapter of the bankruptcy I Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against Contractor under any other federal or state Law in effect at the time relating to bankruptcy or insolvency; 3. If Contractor makes a general assignment for the benefit of creditors; 4. If a trustee, receiver, custodian, or agent of Contractor is appointed under applicable Law or under contract, whose appointment or authority to take charge of property of Contractor is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of Contractor's creditors; 5. If Contractor admits in writing an inability to pay its debts generally as they become due; 6. If Contractor persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable Equipment or Materials or failure to adhere to the progress schedule established under Paragraph 2.07 as revised I from time to time); 7. If Contractor disregards Laws or Regulations of any public body having jurisdiction; 8. If Contractor disregards the authority of Engineer; or 9. If Contractor otherwise violates in any substantial way any provisions of the Contract Documents; B. Owner may, after giving Contractor (and the surety, if there be one) ten days' written notice and to the extent permitted by Laws and Regulations, terminate the services of Contractor, exclude Contractor from the Site and take possession of the Work and of all Contractor's tools, appliances, construction equipment, and machinery at the Site and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the Work all Equipment and Materials stored at the Site or for which Owner has paid Contractor but which are stored elsewhere, and finish the Work as Owner may deem expedient. In such case, Contractor shall not be entitled to receive ► ny further paynient until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect, and consequential costs of completing the Work (including but not limited to fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs), such excess will be paid to Contractor. If such costs exceed such unpaid balance, Contractor shall pay the difference to Owner. Such costs incurred by Owner will be approved as to reasonableness by Engineer and incorporated in a 00700 -General Conditions.doc 00700-49 0396-1000 , I IDOCUMENT 00700 — GENERAL CONDITIONS: (continued) • Change Order, but when exercising any rights or remedies under this Paragraph, Owner shall not be required to obtain the lowest price for the Work performed. C. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due to Contractor by Owner will not release Contractor from liability. D. Upon ten days' written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the Work and terminate the Agreement. In such case, Contractor shall be paid for all Work executed and any expense sustained plus reasonable termination expenses, which will include, but not be limited to, direct, indirect, and consequential costs (including, but not limited to, fees and charges of engineers, architects, attorneys and other • professionals, and court and arbitration costs). 15.03 CONTRACTOR MAY STOP WORK OR TERMINATE: A. If, through no act or fault of Contractor, the Work is suspended for a period of more than 90 days by Owner or under an order of court or other public authority, or Engineer fails to act on any Application for Payment within 30 days after it is submitted, or Owner fails for 30 days to pay Contractor any sum finally determined 1 to be due, then Contractor may, upon ten days' written notice to Owner and Engineer, terminate the Agreement and recover from Owner payment for all Work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if Engineer has failed to act on an Application for Payment or Owner has failed to make any payment as aforesaid, Contractor may upon ten days' written notice to Owner and Engineer stop the Work until payment of all amounts then due. The provisions of this Paragraph shall not relieve Contractor of the obligations under Paragraph 6.15 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with Owner. ARTICLE 16 - RESOLUTION OF DISPUTES 16.01 RESOLUTION OF CLAIMS AND DISPUTES A. Contractor's claims against Owner will be reviewed by Engineer, who shall take one or more of the following actions within ten (10) days after receipt of a claim: 1. Request additional supporting data from the claimant; 2. Submit a schedule to Contractor indicating reasonable time within which Engineer expects to take action; 3. Reject the Claim in whole or in part, stating reasons for rejection; 1 4. Recommend approval of the claim; or 5. Suggest a compromise. B. Owner's claims against Contractor will be reviewed by Contractor who shall take one or more of the following actions within ten (10) days after receipt of the Claim: I . Request additional supporting data from Engineer; 2. Submit a schedule to the Engineer indicating a reasonable time within which Contractor expects to take action; 3. Deny the claim in whole or in part, stating reasons for denial; 4. Recommend approval of the claim; or ' 5. Suggest a compromise. I00700 -General Conditions.doc 00700 —50 0396-1000 I DOCUMENT 00700 GENERAL CONDITIONS: (continued) - C. If a claim has been resolved, the Owner will prepare or obtain appropriate documentation. D. If a claim has been denied or if no action has been taken in the manner provided in Paragraphs 16.01A or 16.01B, then the claimant, within ten (10) days thereafter, may notify the Owner, the other party, and Contractor's surety that Engineer and Contractor have been unable to resolve the claim. In that event, the Owner, pursuant E. to Paragraph 16.01E shall review the claim and make a decision on the claim. If a claim is presented to the Owner, then the Owner shall review the claim and make a decision within fourteen (14) days. F. Disputes that cannot be settled through negotiation or the procedures in Paragraphs I6.01A through 16.01E above, shall be settled as mutually agreed or in a court of competent jurisdiction within the State of Arkansas. G. Arbitration shall not be used in the settlement of disputes. ARTICLE 17 - MISCELLANEOUS 17.01 GIVING NOTICE: I A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 COMPUTATION OF TIME: 1 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 I 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. B. A calendar day of 24 hours measured from midnight to the next midnight shall constitute a day. 17.03 CLAIMS, CUMULATIVE REMEDIES: 1 A. Should Owner or Contractor suffer injury or damage to person or property because of any error, omission, or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this Paragraph shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. B. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Contractor by Paragraphs 6.16A, 13.01, 13.08, 13.10, 14.03, and 15.02A and all of the rights and remedies available to Owner and Engineer thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by 00700 -General Conditions.doc 00700 -- 51 0396-1000 1 I DOCUMENT 00700 -- GENERAL CONDITIONS: (continued) special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. All representations, warranties, and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. END OF DOCUMENT 00700 I Li I I I I I I I 1 I 1 00700 -General Conditions.doc 00700-52 0346.1000 I MIKE BEEBE ,� STATE OF ARKANSAS 1GOVERNOR 'ti- ' ARKANSAS DEPARTMENTOF LABOR PREVAILING WAGE DIVISION I I I I 1 I I Li I I n JAMES SALKELD DIRECTOR 10421 WEST MARKHAM • LITTLE ROCK, AR 72205-2190 Phone: 501-682-4536 Fax: 501-682-4508 TRS: 800-285-1131 January 22, 2008 Jim D. Beavers, P.E. Garver Engineers LLC 1088 E Millsap Rd Fayetteville, AR 72703 Re: MOUNT SEQUOYAH WATER & SANITARY SEWER IMPROVEMENTS FAYETTEVILLE, ARKANSAS WASHINGTON COUNTY Dear Mr. Beavers: In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 07-285 establishing the minimum wage rates to be paid on the above -referenced project. These rates were established pursuant to the Arkansas Prevailing Wage Law, Ark. Code Ann. §§ 22-9-301 to 22-9-315 and the administrative regulations promulgated thereunder. If the work is subject to the Arkansas Prevailing Wage Law, every specification shall include minimum prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark. Code Ann. § 22-9-308 (b) (2). Also, the public body awarding the contract shall cause to be inserted in the contract a stipulation to the effect that not less than the prevailing hourly rate of wages shall be paid to all workers performing work under the contract. Ark. Code Ann. § 22-9-3O8 (c). Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. Ark. Code Ann, § 22-9-3O9 (a). Also enclosed is a "Statement of Intent to Pay Prevailing Wages" form that should be put in your specifications along with the wage determination. The General/Prime Contractor is responsible for getting this form filled out and returned to this office within 3O days of the Notice to Proceed for this project. When you issue the Notice to Proceed for this project, please email or fax a copy of the notice to my office. If you have any questions, please call me at (5O1) 682-4536 or fax (501) 682-45O8. I 1 Enclosures Sincerely, Tw Don Cash Prevailing Wage Division 4 Arkansas Department of Labor Determination #: 07-285 Prevailing Wage Determination Expiration Date: 07/22/2008 HEAVY RATES Survey#: 707-AH05 Date: 01/22/2008 Project: Mount Sequoyah Water & Sanitary Sewer Improvements Site: City; Fayetteville, Arkansas Project County: Washington CLASSIFICATION Basic Hourly Rate Fringe Benefits Bricklayer/Pointer, Cleaner, Caulker $9.95 Carpenter $14.05 $1.75 Concrete Finisher/Cement Mason $12.80 Electrician/Alarm Installer $13.30 $1.00 Ironworker (Including Reinforcing Work) $16.30 Laborer $9.95 Pipelayer $11.70 Truck Driver $12,55 Asphalt Paving Machine Backhoe - Rubber Tired (1 yard or less) $12.55 $13.75 Bulldozer, finish $14.95 Bulldozer, rough Distributor $10.60 $12.35 Front End Loader, finish $13.70 Front End Loader, rough $10.65 Mechanic $14.70 Motor Patrol, finish $13.05 Motor Patrol, rough $9.95 Roller $12.40 Scraper, finish $11.75 Scraper, rough $11.25 Trackhoe $15.60 Crane, Derrick, Shovel, Dragline & Backhoe $14.90 I Welders-receive rate prescribed for craft performing operation to which welding is incidental. Certified 07/02/2007 Classifications that are required, but not listed above, must be requested in writing from the Arkansas Department of Labor, Prevailing Wage Division. Please call (501) 682-4536 for a request form. I I 01/22/2008 8:13 AM Page 1 of 1 1 1 I 1 'U, W Z a C - z I I LL Io z • W a I I I I M R O 4J ~ N >= W t!) Ll. c O. L Boa Y o U O 4o � n v a Q. E °J o o z¢ HAY c =ate O u) a)> Z w aL g I0,-, LU 4J O N V- oW4 a soL moo � � L a F- o 3 `Da(Do WLu W LU 12 ao o OZ� a L O WC w O V 3 LL LIJ z Z C d Q)c o Q Q E m 1J-1 4 (I) C cci) •� cd c u (D V wQci' LUa 00'c 3 2 moo 3 Z `Oar m N L ,. Rio oaz o^°Ro_l Z o . N O O LU p O L O JoIi � ri Q Q �_gLL1 0 LL 0¢ -0 u a•o Li � S] R E Q N L3 F- cn •O p c IL 1 V = 01 c LU W fa - m (O E C ow Ww= D c Ca) w a Kp H �-- I I I I fl I I I I I Li I I 1 I I I I Occupational Safety and Health Admin., Labor f it is necessary to stand at the out oard or inboard edge of the decklo ere less than 24 inches of bulwar r '1, coaming, or other protection x- ist , all employees shall be prov' ed wit a suitable means of prote ion agai St falling from the deckload. (d) first -aid and lifesaving equi ment. (1) p visions for rendering fi t aid and m dical assistance shall b in ac- cordan with subpart D of thi part. (2) Th employer shall en re that there is i the vicinity of ea barge in use at le tone U.S. Coas Guard -ap- proved 30- ch lifering wi not less than 90 fee of line atta ed, and at least one po able or per anent ladder which will r ch the to of the apron to the surface f the wa r. If the above equipment is n t avail le at the pier, the employer all f nish it during the time that h is w rking the barge. (3) Employees 1 ng or working on the unguarded de of barges shall be protected with U. . Coast Guard -ap- proved work vests buoyant vests. (e) Commercial d i operations. Com- mercial diving o era ons shall be sub- ject to subp T of part 1910, §§ 1910.401-1910.4 1, of th chapter. 139 FR 22801, Ju e 24, 1974, s amended at 42 FR 37674, July , 1977) § 1926.606 17efini.tions applicable to this sul art. (a) Apro The area along he water- front edgf of the pier or whar (b) Bu ark —The side of a \ai above the upp r deck. (c) oaming—The raised , as aroun a hatchway in the deckeep out ter. (d) Jacob's ladder —A marine lad r of ropj or chain with wooden or ntal Rail, for the purpose of § 1926.6 s a light structure serving as l at the outer edge of a shit 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 35736), as applicable, and 29 CFR part 1911. SouRCE: 54 FR 45959, Oct_ 31, 1989, unless 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 Hydraulic Shoring means a pre-engineered shoring system com- prised of aluminum hydraulic cylinders (crossbraces) used in conjunction with vertical rails (uprights) or horizontal rails (walers). Such system is designed, specifically to support the sidewalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a belled shape. 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 LI § 1926.650 Excavation means any man-made cut, cavity, trench, or depression in an earth surface, formed by earth re- moval. 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 yin 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 I I I I I I I I 1 I I I I I I I 370 IOccupational Safety and Health Admin., Labor 1 1 1 1 1 1 1 • 1 1 1 1 1 A 1 1 1 (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 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. I I 1 I 1 1 I u 1-1 I I I 1 I I 371 I I I] u r I I I I I El El LI I I I 1 I § 1926.651 (f) Warning 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 from the excavation. (g) Hazardous atmospheres —(1) 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 m) in depth. (ii) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and other hazardous atmospheres. These precautions in- clude providing proper respiratory 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. This equipment shall be attended when in use. (ii) Employees entering bell-bottom pier holes, or other similar deep and confined footing excavations, shall wear a harness with a life -line securely attached to it. The lifeline shall he sep- arate from 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 I 372 I 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. (j) 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. [54 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 capacil:y 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 I I I I I I I I r I 1 I I I I 373 fl IOccupational Safety and Health Admin., Labor I I I I I L I I LI I I El I I I 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. (j) 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. [54 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 (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: (I) 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 § 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- ulated 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. (1) 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 j obsite, but a copy shall be made available to the Secretary upon re- 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 (l) —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 t:he 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 I I I I I Li I u I I I fl I I I I 374 I IOccupational Safety and Health Admin., Labor C I I I I I I 1 Li I n I I I I be made available to the Secretary upon request. (3) Option (3) —Designs using other tab-. ulated data. (i) Designs of support sys- tems, shield systems, or other protec- tive systems shall be selected from and be in accordance with tabulated data, such as tables and charts. (ii) The tabulated data shall be in written form and include all of the fol- lowing: (A) Identification of the parameters that affect the selection of a 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- tems, 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 (B) 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 be 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 —(l) 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 if the system is designed to resist the forces calculated for the full depth of the trench, and I 375 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 —(l) 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 axe 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 dzy. 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. 1 1 1 1 1 1 1 1 1 1 1 1 376 I IOccupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. A I I I I I C H I I 'I u I Soil classification 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 ton 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 loam. Ce- mented soils such as caliche and hardpan are also considered Type A. However, no soil is Type A if: (i) The soil is fissured; or (ii) The soil Is subject to vibration from heavy traffic, pile driving, or similar effects; or (iii) The soil has been previously 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 (4H:1 V) or greater; or (v) The material is subject to other factors that would require it to be classified as a less stable material. Type B means: (i) Cohesive soil with an unconfined com- pressive strength greater than 0.5 tsf (48 kPa) but less than 1.5 tsf (144 kPa) ; or (ii) Granular cohesionless soils including: angular gravel (similar to crushed rock), silt, silt loam, sandy loam and, in some cases, silty clay loam and sandy clay loam. (iii) Previously disturbed soils except those which would otherwise be classed as Type C soil. (iv) Soil that meets the unconfined com- pressive strength or cementation require- ments for Type A, but is fissured or subject to vibration; or (v) Dry rock that is not stable; or (vi) Material that is part of a sloped, lay- ered system where the layers dip into the ex- cavation on a slope less steep than four hori- zontal to one vertical (4H:1V), but only if the material would otherwise be classified as Type B. -Type C means: (i) Cohesive soil with an unconfined com- pressive strength of 0.5 tsf (48 kPa) or less; or (ii) Granular soils including gravel, sand, and loamy sand; or (iii) Submerged soil or soil from which water is freely seeping; or (iv) Submerged rock that is not stable, or (v) Material in a sloped, layered system where the layers dip into the excavation or a slope of four horizontal to one vertical (4H:IV) or steeper. Unconfined compressive strength means the load per unit area at which a soil will fail in compression. It can be 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 moisture 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 —(1) Classification of soil and rock deposits. Each soil and rock deposit shall be classified by a competent person as Stable Rock, Type A. Type B. or Type C in accordance with the definitions set forth in paragraph (b) of this appendix. (2) Basis of classification. The classification of the deposits shall be made based on the re- sults of at least one visual and at least one 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 system. (3) Visual and manual 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 information as may be necessary to identify properly the properties, factors, and conditions affecting the classification 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 de- 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 circumstances. (d) Acceptable visual and manual tests. —(1) 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 from 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 1 377 I 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. (1) Plasticity. Mold a moist or wet sample of soil into a ball and attempt to roll it into threads as thin as '/e -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 lfa-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 Practicefor 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) Diying 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 El El I El El I I u I A I I I I I I I 378 I I Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B I I 1 I I I I I I I I I I 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 from 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) Sol] classification. Soil and rock deposits shall be classified In ac- cordance with appendix A to subpart P of part 1926. (2) Maximum allowable slope. The maximum allowable slope for a soil or rock deposit shall be determined from Table B-1 of this appendix. (3) Actual slope. (i) The actual slope shall not be steeper than the maximum allowable slope. (ii) The actual slope shall be less steep than the maximum allowable slope, when there are signs of distress. If that situation occurs, the slope shall be cut back to an ac- tual slope which is at least lh horizontal to one vertical (½H:1V) 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 from adjacent structures shall be evaluated in ac- cordance with § 1926.651(1). (4) Configurations. Configurations of slop- ing and benching systems shall be in accord- ance with Figure B-1. TABLE B-i MAXIMUM ALLOWABLE SLOPES SOIL OR ROCK TYPE MA'{1MUM ALLOWABLE SLOPES(H:V)C1] FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK VERTICAL (9O') TYPE A [2] 3/4:1 (53°) TYPE B 1:1 (45°1 TYPE C 1½:I (34% N OTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. 2. A short-term maximum allowable slope of 1/2H:1V (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 314H:1V (53°). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. 1 379 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-04 Edition) Figure B--1 Slope Configurations (All slopes stated below are in the horizontal to vertical ratio) B-1.1 Excavations made in Type A soil. 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of 3/.:1. 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 ½:l. 12' Max. 1I2 SIMPLE SLOPE -SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of � to 1 and maximum bench dimensions as follows: 380 1 1 1 1 1 1 1 1 1 1 1 f 1 1 1 1 1 1 1 Occupational Safety and Health Admin., Labor SIMPLE BENCH 20' Max. 5' Max. 4' Max. Pt. 1926, Subpt. P, App. B MULTIPLE BENCH 3. All excavations 8 feet or less in depth which have unsupported vertically sided lower por- tions shall have a maximum vertical side of 31/2 feet. 8' Max.UMax. 314 , UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 8 FEET IN DEPTH All excavations more than 8 feet but not more than 12 feet in depth which unsupported vertically sided lower portions shall have a maximum allowable slope of 1:1 and a maximum vertical side of 31/2 feet. 381 I Pt. 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 3/4:1. The support or shield sys- tem must extend at least 18 inches above the top of the vertical side. \ upport or' shield system I 20' Max. 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. Li I I Li I I LI I I SIMPLE SLOPE 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1 and maximum bench dimensions as follows: I H 382 1 I 1 1 0 I I Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B This bench allowed in cohesive soil only. 1 20' Max Of Max. ♦ i SINGLE BENCH This bench allowed in cohesive soil only _j_—_ 20' Max. 4' w 4' Max. MULTIPLE BENCH 3. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1:1. ical side VERTICALLY SIDED LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in §1926.652(b). B-1.3 EXCAVATIONS MADE IN TYPE C SOIL 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1½:1. I 383 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XV1l (7-1-04 Edition) SIMPLE SLOPE 2. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1½:l. upport or shield system 2Q' Max . S � � 1 18' Mm. Total 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. 1 1 I I 1 1 1 t 1 1 L I I 1 1 384 t I I 1 LI I I I Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B d OVER A C OVER A C OVER d 1 I 385 Pt. 1926, Subpt. P, App. C 29 CFR Ch. XVII (7-1-04 Edition) 1 1 A OVER B I A OVER C B �1 C 1 1� B OVER C 2. All other sloped excavations shall be in accordance with the other options permitted in § 1926.652(b) APPENDIX C TO SUBPART P 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 §1925.652(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-1.1, C-1.2. and C-1.3, and Ta- bles C--2.1, C-2.2 and C-2.3 following para- graph (i;) of the appendix. Each table pre- sents the minimum sizes of timber members to use in a shoring system, and each table contain:; data only for the particular soil type in which the excavation or portion of [i I 1 I 1 El 386 Li 1 lOccupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C I I I I I I I 1 I I the excavation is made. The data are ar- ranged to allow the user the flexibility to se- lect from 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 (f) 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 members. (1) The sizes of the timber members listed in Tables C-1.1 through C-1.3 are taken from the National Bureau of Standards (NBS) report, "Rec- ommended 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 mem- 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 must be 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. Either an 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 - foot 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. (B) When vertical loads imposed on cross braces exceed a 240 -pound gravity load dis- tributed on a one -foot section of the center of the crossbrace. (C) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (D) When only the lower portion of a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables. The members of the 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 crossbraces. Instances where a choice of horizontal spac- ing of crossbracing is available, the hori- zontal spacing of the crossbraces must be chosen by the user before the size of any member can be determined. When the soil type, the width and depth of the trench, and the horizontal spacing of the crossbraces are known, the size and vertical spacing of the crossbraces, 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. (f) Examples to Illustrate the Use of Tables C- 1.1 through C-1.3. (1) Example 1. A trench dug in Type A soil is 13 feet deep and five feet wide. From Table C-1.1. for acceptable arrange- ments of timber can be used. Arrangement #B1 Space 4x4 crossbraces at six feet hori- zontally and four feet vertically. Wales are not required. Space 3x8 uprights at six feet horizontally. This arrangement is commonly called "skip shoring." Arrangement #BZ Space 4x6 crossbraces at eight feet hori- zontally and four feet vertically. Space 8x8 wales at four feet vertically. H 387 I 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 2x6 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 #B1 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 #B2 Space 6x8 crossbraces at eight feet hori- zontally and five feet vertically. Space 10x10 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 #B1 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 I2xl2 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. (p) 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. 1 1 I I I J 11 l 1 1 J 388 I I I Occupational Safety and Health Admin., Labor I 1 1 4. to 0 LI z rn 0 LU I-, L to J W 0. W CU to — £ I- ,n r•1 0. ra O N LU — 7 £ fr W M-1 E x to ¢ 1 x � I c7 N n to a U zLI w F— >- ce r w to H L 1 LI I Pt. 1926, Subpt. P, App. C nC to x U N ¢ N _1 - X X N N O LI 01- to xw x N w sL a J a X N LI i V to to tD * x C x x x c-) cn CS wlU LI LU 1 1 1 1 1 1 ~- -0O y.+ }) m Y- m COGO CO LI H 11 Z C 0 0 CO zC Co a Q to CO CO O r ... w W Q L L d d G Q q d d d a to to 10 .o t0 a CO Co 00 to x x x x x x x x a tp to IC to U tD to tD 10 0 a0 C) O F W t0 lb IC to II to 0 CO aO O 00 to w a x x x x x x x x x Is O tD W to '0 tD to W 0 CO r X Z X X X X X X X sC W 0. d .D tP tD tD t0 CO Cl C) q 10. d tD tO 10 aD 06 00 tD x x x x x x x x x x = a d d d 14 10 tD tD 00 Co I-_ C) F-• d tD tD II ID to tD 0 Co d X G. rt v v 10tx0 toto ra 7 LU I-- Z F- NI 2_ O O O O O O O O O O O O .. W }- F- r r F- I- I- 1--• r r >- r t..) W m C N IC CO C N tD 0O C N W O Q LI. a G. a a a. A 0. O- .-/ d a a a W = d.... O O 7 > > > 7 O O O O to N Y j,,F � y wo a 0 Z W u) O O C) O to 10 O O 3 N W W w H .--1 .-1 4-. .-1 .-4 4- N O C) V O N a 0 '4- 0 b CO 04. C N N 4.' V7 to 0.0 Y 0>t C .D Y 10 01 E i 41 L. r N C a: m rn -' - Ft 04.' 040 .0 d to la r 4- �3 m i1 4- • C 0 to In gas. . N N E C-'0 O 0) 4-- 01.' V 0 W O C x c iE 4. 4. 389 Pt. 1926, Subpt. P, App. C 29 CFR Ch. XVII (7-1-04 Edition) z U x N N N W W ac a• - a O 3 a] N N N N * 00 M Q 0 ca * .. H M * U rH x r a z ... ►H 00 H.) CO N r4 Ln In sn Un %n U v1 1.1 9w k m w Uv� �+ H CO O N N tr.1 w MH >C x x x x x o N w C 00 '-- a m o w o 0 'x H CL F N U 4. U w +t +n +n Un Un Un ul .nU vi Z HI CO cn O O_ pa +n F w x x x x x x x It d .-. sO 10 �0 10 m W W O CO 1-4 p Pd '0 l H F a`+ 10 a0 a0 a0 W co 40 �n a '" ao CO a 10 10 10 I ax0 0 coo Goo CO Wti CO 04 O O U H .O 10 'O 1O a0 a0 00 a0 F w c'c as 10 �+ W 0. 10 10 .0 50 0 ,xp goo ax0 H F a0 i. (0 O O N O C. F '0 sO %0 10 a0 0 W c0 N0 PC '0 x x x x x D x x aE F w U W 7 0 '0 sO s0 '0 W '0 w a0 G G %O 'O %0 .0 a0 coao H 10 sO Go 00 000 ti .c).. 0 10 F pp H pp F F E F o •• C-' z rNrH-� 00 U to 10 F C 0 F '0 W C 0I '0 a0 O 4F W 06 fs. .� y •p1 y,i .-+ d t.1 W '0 (0 a a P. a P. P. 0. �' Cn �n x= a to z° W 0 v.7 W v"f D O O O N N 0 O O N C HO. F - N H - - E N O .41 4 000 Q 00 4.400 00 O 0014 00 04.1 N 0 4110 X � u a 3 m 4-41.4 O - 04 410 '4.0 m 0 41 H -a 00 C. 04.1 0 u ro .0.4_I (CO xx IC 390 I Occupational Safety and Health Admin., Labor r r 1 I II 1 I Pt. 1926, Subpt. P, App. C C) -4, - ON fly. V O az z0 ui N 1-4 N 174 W H x W ('" z a as a a a r yr zH Wd W N u'� w1 vl u1 .r1 Wa w W N Z O N - N N N N y ... , .+ Co O N O N N EHE 'n In In y H O O O O O -I Co Co 0 0 o-1 Co 0 .-1 �a W E O O O W N H ~ y w v w - 7 Co Co Co Co Co Co O= p O O m Z H a N F 5 10 Co CO CO CO Co •U E 0 O O b Co CO CO Co CO o O o E m Co Co CO Co Co '+ •O -'0 N -4 O -4 .r 0 N H U) U L ) E K1 EE . CO H O 0 CO U C1 E 'D d N Z 'g A. , P m1 m o a. A. Vii 0000 mu w Vi m 0+10+1 0 0 0 0 w CO y ^J' a 7 a vi Z v) Z O En Ii) Z Cn Z to z Co W O2 kt 4Z,7 W fO-. N Q G4 W O F � ii 101.3 N -4 .-1 .0 0 O W a Coo G 8 07 I -4.O 4.4 1O O r d 0 S+ b N 04.4 .OO 10.-I W 4.4- -(0 II) 44.1 N O 0-10 01 00 d"s M -O OO 1 % C 110 391 S Pt. 1926, Subpt. P, App. C N C) WI a HI m x IN 29 CFR Ch. XVII (7-1-04 Edition) Cz H 0o H O O H xY -3 O H co CU' Hs C` a a R, co o ¢ O'- N N H M M fn rxi ro 4 v Er H u- 1r. t} 14C0O O' °a a z°m -z - v -3 '3 d 'C O -C N 0 0' 0 00 W 0 O (0 W 00 'N-' xa za co 00 CPC '0 CO Oo 'x0 00 00 00 C7 H F F C W -3 v d '3 -7 d 'S -T .T d d '3 '0 '0 '0 '0 '0 .0 '0 '0 '0 '0 00 CO x0 Da v v '.0 '0 .0 0 w '3'Ho 'xO W N CI) CIE, '3 w .o 'c '0 'o '0 'O 'O 'O 'O t0 CI). H H H H H H H x x H x x Cl),- k, o_ v d '0 '0 '0 '0 '0 '0 '0 '0 '0 '0 1.0 U H d .7 '0 '0 s '0 '. '0 '0 '0 '0 '0 pe H H H H H x t< x H H H H Co Cl) 0n v v v J 1 1 '0 'O 'D 'D '0 '0 CA O 0Cl14 O H d .7 '0 '0 -0 '0 '0 '0 '0 '0 '0 '0 v x x '0 x x x a - iO '0 '0 '0 '0 '0 ] A Q -0 '0 '0 d '0 '0 '0 '0 '0 '0 '0 H x x x x H :< x H x x x CL s a v -3 v .o 'o 'o w '0 '0 c7 O 0 p 0 O 0 0 0 0 0 O 0 0 oC 14 `6 y a an a '0 00 0 y v p(1.. yco 7 7 0" P. C4 4L c.w V1 .7 a O O O Cwr] O F F -i Ln H 392 I • Occupational Safety and Health Admin., Labor a, U N E t 1 I J 1 Z� ' Pt. 1926, Subpt. P, App. C U z H O U d N NJ 00 El - O N a N xw NN X 4. t1]w ( 7 0 o o a y d s S Vcx•4 i�'I c+x1 * •i 4�'I � `n 4n 4P4 4A .P4 4fR If4 41 W 6 .7 d N O N N can R.' U W .1'7 V1 4M 4A Ln Ln Ln un IP4 a y o N Co cc Co x Co cc S4 . d 04 N YN4 ✓a .O .O .D +0 w cc CO 00 cc NO IN.1 41 N .O .O .O CO Co cc cc cc cc Q w 5 ~ so OD 0x0 .O 4p .xO 000 W (-'N cZ N °' G. 10 .c .O 4o Co CO 00 x cO x w NN-. O s 4p >4 '0 >4 .o .p CO 0-0 o %° CO x x CO n. x x N N x N O -3 .t .7 .4 .O .O .O .O ao FO+ 0.. }4 N N SC N 74 X X x Q IT v .O .O .O .D .O CO •+ W • U O O O O O O O 0 O • H N -. E E F E E E -'N N E x 4-44-4>4 o W .O W O W .O Co O WI `O 00 O U.l O d Lal Wu W ' W W cc `•• O 7 O cn',L O O J cicZ O 7 .`"4- cc z N cc OE wwzw NO cal O 47 N 4n O O O O cc Ui O O O N 0 v E F N L ¢ 0 03 O '.4-44.4 w ro •a IJU4 to L '1-I Wu p0 OW C W 00 WE I. L X .44-I CO 400 041 --44- 4, L W N c b W W •.I +1 Y 7 1.4W C '-40 > m r1 4. 0.-c as W 0 E O d 4-0? M W ":4 L m u �4 A � # x 1 393 I Pt. 1926, Subpt. P, App. 0 29 CFR Ch. XVII (7-1-04 Edition) U I H H U H N xw CO o 44 .C R O H Ln x N 1 [ OS d d + 1-rO I['S N II yNU H v1 Ln U)kM W Ln L lJ J O..w V? tll L 07 rl W i W v O N O N N H E. 44 r-Ni x w x o Yt 0 iC O F `° O a u ,D . n N H H N E 0.0 'S w U w w v. n n v, n w x 7 m m xNC rw H °° H co ,� w z H 1 '^ x '" m x c0 X m k x 00 a0 00 d x N G '0w N o E. p - m 0i •4 N N N 00 N .� a .xn m CO '0axo m M 7 $ p F PW. U H d Cs] x x '.000 N x amt NL .O m 00 HO ra y W H H O '0 O O O H .O .o '0m .rOj IV 00 m C A U o B H.0- ck w? � - W OS O HO .044 X00 C O r. �N CO U W .o m O N t0 N 01 1O d N GY W 0 44 O Q W 01 iJ Olu a)L d� 01u 01 u W ON d O vwiv' O 5.r m'Z. .'7 .7 C*z yZ a NO NO 4444 H OH K WO tO.i7� O W ts2. ] In O H O .--� o O 'n +n O O •--� H --4 --� N N CV H'-' D I' 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 minurn hydraulic protective system cannot be performed in accordance with 1 (a) Scope. This appendix contains informa- §1926.652 (c) (2). tion that can be used when aluminum hy- (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 I I IOccupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. D 1-1 y I, 1 1 1 first be determined using the soil classifica- tion method set forth in appendix A of sub- part P of part 1926. (c) Presentation of Information. Information is presented in several forms as follows: (1) Information is presented in tabular form in Tables D-1.1, D-1.2, D-1.3 and E-1.4. Each table presents the maximum 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 D- 1.2 are for vertical shores in Types A and B soil. Tables D-1.3 and D1.4 are for horizontal waler systems in Types B and C soil. (2) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appen- dix. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. (4) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations (footnotes) re- garding Table D-1.1 through D-1.4 are pre- sented in paragraph (g) of this appendix. (6) Figures, illustrating typical installa- tions of hydraulic shoring, are included just prior to the Tables. The illustrations page is entitled "Aluminum Hydraulic Shoring; Typ- ical Installations." (d) Basis and limitations of the data. (1) Vertical shore rails and horizontal wales are those that meet the Section Mod- ulus requirements in the D-1 Tables. Alu- minum material is 60&1-T6 or material of equivalent strength and 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 manufaturer. (ii) 3 -inch cylinders shall be a minimum 3 - inch inside diameter with a safe working ca- pacity of not 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 most commonly experi- enced in current trenching practice. Shoring systems for use in situations that are not 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 on cross braces exceed a 100 Pound gravity load dis- tributed on a one foot section of the center of the hydraulic cylinder. (B) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (C) When only the lower portion or a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables D-1.1, D-1.2, D-1.3 and D- 1.4. The members of the shoring system that are to be selected using this 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 D-1.1 and .D-1.2 for vertical shores are used in Type A and B soils that do not require sheeting. Type B soils that may require sheeting, and Type C soils that always require sheeting are found in the horizontal wale Tables D-1.3 and D-1.4. The soil type must first be 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 waler 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: (1) 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 1 & 3 for typical installations.) (2) Example 2: A trench is dug in Type 13 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 1 & 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 Li 395 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-1.1, D-1.2, D-1.3, and D-1.4. (1) For applications other than those listed in the tables, refer to § 1926.652(c) (2) for use of manufacturer's tabulated data. For trench depths in excess of 20 feet, refer to §1926.652(c)(2) and §1926.652(c)(3). 29 CFR Ch. XVII (7-1-04 Edition) (2) 2 inch diameter cylinders, at this width, shall have structural steel tube (3.5x3.5x11.1815) oversleeves, or structural oversleeves of manufacturer's specification, extending the full, collapsed length. (3) Hydraulic cylinders capacities. (1) 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. I 1 1 I 1 1 1 396 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. I FIGURE NO.2 HHYGAUUC S$D1w9 YTiRTr LL ALUUlSAI IMOT SRACNO HYDRAM.C SHOR G IN7m PLYMOOC! NDR20 G L HORIZONTAL SPACIM6 SPACCING la MAX. VERTICAL SPACING 41 MAx.� 7�a 21 MAX. FIGURE NO. 3 VEATCAL ALUNPW NYCAALIC SNQNNQ ,I,V [STACKED) yti Q�. yQ ao VERTICAL SPACING 4' MAX. 2' MAX. VERTICAL RAIL HYDRAULIC CYLINDER VERTICAL RAIL 181 MAX. VERTICAL SPACING 4 2. MAX. FIGURE NO. 4 ALUMII*I MYDRAULC. SMQAND WALEA SYSTEN mPICAU KORI20NTAL SPACING 'ERTICAL RAIL 21 MAX. HYDRAULIC r CYLINDER VERTICAL SPACING HYDRAULIC CYLINDER PLYWOOD UPRIGHT SHEETING HYDRAULIC CYLINDER 397 Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVii (7-1-04 Edition) a fjixj N � w� Z� O zoo wo `y O O z E- U x z ABU w W CL v O z zzz w X Ott U¢ W 00 00 N G7 00 Z ,r�O0 O qE?- O v,�o O AG QO a O a ea 0 U 1 1 1 T 1 I t I y 398 1 I IOccupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D t I 1 I 1 1 I LI LI I 0 z N ~ O a4 x -- uW z w° o w U p O Q 00 w z a D N Q U a xuz A � xaa z xZz p 00 aaa pz w j'^a� �Qa) Q ° a o x 0 x o 60 C U 399 I Pt. 1926, Subpt. P, App. D O z 0 29 CER Ch. XVII (7-1-04 Edition) o Q z z z z z z z z z p. m c� cn r� M m m cn rn CJ V O O O O O vn O �f 00 Q. N %0 00 O Vi %0 O� N o z zAzV z z z z zN z z z z z 00 z o 0 o c o o 'r o 0 x� fiO z z z z z z z z z z C �� N N e+7 N [+'i t+7 N R v 0. a o 0 o vs o o oa 00 O' N 'C 00 O vl 'C O+ z �zch o -- � o o o n v, o r 0 C cri r r; ' r R hID 3 ii 0 "L4 F W W v1O0 �OEyN ..a AO O .� O O~AN O 1. 1 1 1 J •1 p f I 1 J I I I .1 400 I IOccupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D 1 I r 1 I tn I I I N N N v1 W z OZ iQQ z z z z z z z z M M M M M c*1 M M M Q (� N ~ h Q O WI C in Q C > �C O WI 00 M WI �d a zz° Z z W zLt,1 Z ZEt! Z Z Zfi] Z Z U za NOND z z M N z M M NQ z M M w 0 00 oC V z o o o 'i i O< W v h �C 0x o x z z z z z z z z z z 00 Q N N M N M M N M M �A - ] z c WI o o v, o v, o G v vi ac r; In %0 z o� WI O O WI O O WI O O ri v c j A c. I- v en en t- wO 3 ,z F W N v Cp O 401 1 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 ERTICAL RAIL YDRAULIC CYLINDER VER SPA 41 M Figure 2. Pneumatic/hydraulic Shoring tt ° o �l O O O O 402 I I I r r I 'I I 403 I Occupational Safety and Health Admin., Labor Figure 3. Trench Jacks (Screw Jacks) Figure 4. Trench Shields APPENDIX F TO SUBPART P OF PART 1926 -SELECTION OF PROTECTIVE SYSTEMS The following figures are a graphic sum- mary of the requirements contained in sub - Pt. 1926, Subpt. P, App. F part P for excavations 20 feet or less in depth. Protective systems for use in exca- vations more than 20 feet in depth must be designed by a registered professional engi- neer in accordance with §1926.652 (b) and (c). Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-04 Edition) Is the excavation more •tt+ar 5 feet in depth? Is there potential Is the excavation for cave-in? entirely in stable rock? NC Excavation may. be made with vertical sides. Excavation must be sloped, shored, or shielded. Sloping Shoring or shielding selected. selected. Go to Figure 2 I f Go to Figure 3 FIGURE 1 - PRELIMINARY DECISIONS 404 Occupational Safety and Health Admin., Labor Sloping selected as the method of protection Will soil classification be made in accordance with 1926.652 (b)? I I Excavation must comply with one of the following three options: I Option 1: 51926.652 (b)(2) which requires Appendices A and B to be followed I ,I Option 2: ,1926.652 (b)(3) which requires other tabulated data (see definition) to • be followed. I Option 3: I 1926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. Pt. 1926, Subpt. P, App. F Excavations must comply withf1926.652 (b)(1) which requires a slope of 1�ZH:lV (340). FIGURE 2. - SLOPING OPTIONS 405 Pt. 1926, Subpt. P, App. F 29 CFR Ch. XV11 (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 I 51926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). Option 2 §1926.652 (c)(2) which requires manufacturers data to be followed (e.g. hydraulic shoring,trench jacks, air shores, shields). Option 3 .51926.652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). Option 4 31926.652 (c)(4) which requires the excavation to be designed by a registered professional engineer (e.g. any designed system). FIGURE 3 - SHORING AND SHIELDING OPTIONS 406 1 I 1 1 1 1 1 1 1 DOCUMENT 00900 - ADDENDUM NO. : Issued to All Bid Document Holders of Record Date: , 20 Contract Name: MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS This Addendum forms a part of the Contract described above. The original Contract Documents and any prior Addenda remain in full force and effect except as modified by the following which shall take precedence over any contrary provisions in the prior documents. ADDENDUM NO. SPECIFICATIONS: CONTRACT DRAWINGS: Each Bidder shall acknowledge receipt of this Addendum by affixing his signature below, by noting this Addendum on his Bid Form, and by attaching this Addendum to his Bid. (Engineer) ACKNOWLEDGEMENT The undersigned acknowledges receipt of this Addendum and the Bid submitted is in accordance with information, instructions and stipulations set forth herein. 00900 -Addenda & Modifications.doc 00900-1 0396-1000 DOCUMENT OO900 - ADDENDUM NO.: (continued) Bidder: By: - Date: ADDENDUM APPROVED BY: City of Fayetteville, Arkansas END OF DOCUMENT 00900 00900 -Addenda & Modifications.doc 00900-2 0396-1000 1 1 1 1 1 1 1 I I I I, I I I r LI SECTION 01025 — MEASUREMENT AND PAYMENT PART 1- GENERAL 1.1 SUMMARY A. This section includes 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 under this section. B The Engineer will take all measurements and compute quantities accordingly. C. Contractor shall assist by providing necessary equipment, workers, and survey personnel as required. 1.3 UNIT OUANTITIES 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 the Engineer shall determine payment. 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: Unless herein noted differently, volume shall be measured by cubic dimension using mean length, width and height or thickness with survey chain, steel tape, approved distance meter, or by use of Total Surveying Stations and Engineering Software, as approved by Engineer. C. Measurement by Area: Unless herein noted differently, area shall be measured by square dimension using mean length and width or radius, with survey chain, steel tape, approved distance meter, or by use of Total Surveying Stations and Engineering Software, as approved by Engineer. D. Linear Measurement: Unless herein noted differently, linear measurements shall be measured at the item centerline or mean chord, with survey chain, steel tape, approved distance meter, or by use of Total Surveying Stations and Engineering Software, as approved by Engineer. E. Stipulated Price Measurement: Items measured by weight, volume, area, or linear means or combination, as appropriate, as a completed item or unit of the Work. 1.5 PAYMENT A. Payment Includes: Except as modified herein, payment shall be full compensation for all required labor, products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. 01025 - Measurement and Payment.doc 01025-1 0396-1000 LI I SECTION 01025 — MEASUREMENT AND PAYMENT (continued) B. Final payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities accepted by the 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. B. If, in the opinion of the Engineer, it is not practical to remove and replace the Work, the Engineer will direct the following remedy: 1. The defective Work will be repaired to the instructions of the Engineer, and the unit price will be adjusted to a new price at the discretion of the Engineer. I C. The authority of the Engineer to assess the defect and identify payment adjustment is final. 1.7 NON-PAYMENT FOR REJECTED PRODUCTS A. Payment will not be made for any of the following: 1. Products wasted or disposed of in a manner that is not acceptable. 2. Products determined as unacceptable before or after placement. from the I 3. Products not completely unloaded transporting vehicle. 4. Products placed beyond the lines, levels or boundaries of the required Work. 5. Products remaining on hand after completion of the Wbrk. .1. 6. Loading, hauling and disposing of rejected Products. 7. Work performed beyond the specified limits unless authorized by the I Engineer. 1.8 BID ITEMS 1. Erosion Control The work required by this item will be paid for at the lump sum (LS) price bid for Erosion Control as shown in the Unit Price Schedule for the item listed above. This item shall consist of the application of Temporary Erosion Control items at locations as directed by the Engineer or Owner and as required for permit compliance. It shall be the Contractors responsibility to install and maintain all the items and to coordinate, submit, obtain, and comply with all necessary Federal, State, and local permits. Periodic payments will be made in proportion to the amount of work accomplished, as determined by the Owner, and will be full compensation for erosion control, including all materials, labor, and incidentals necessary to perform the work. I I 01025 - Measurement and Payment.doc 01025-2 0396-1000 1 I I 1 I 1 I 1 I I SECTION 01025 - MEASUREMENT AND PAYMENT (continued) 2. Traffic Control The work required by this item will be paid for at the lump sum (LS) price bid for Traffic Control as shown in the Unit Price Schedule for the item listed above. This item shall consist of maintaining public and private access to drives and streets in a safe manner. It is the Contractors responsibility to install and maintain all necessary controls. Periodic payments will be made in proportion to the amount of work accomplished, as determined by the Owner, and will be full compensation for providing all advance warning devices, traffic safety devices, flag persons, temporary surfaces, barricades, and all other materials, labor, and incidentals necessary to perform the work. 3 Mobilization The work required by this item will be paid for at the lump sum (LS) price bid for Mobilization shown in the Unit Price Schedule for the item listed above. This item shall consist of preparatory work and operations, including those necessary for the movement of personnel, equipment, supplies, and incidentals to or away from the project site and departure from the site after the project is completed and accepted. 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. 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 including, but not limited to Division 1 — General Requirements. Periodic payments will be made in proportion to the amount of work accomplished, as determined by the Owner, and will be full compensation for mobilization, including all materials, labor, and incidentals necessary to perform the work. 4. Trench and Excavation Safety The work required by this item will be paid for at the lump sum (LS) price bid for Trench and Excavation Safety as shown in the Unit Price Schedule for the item listed above. After contract award, the Contractor shall submit to the Owner a cost breakdown for the work involved in the lump sum price bid for Trench and Excavation Safety System and shall, with each periodic payment request, submit a certification by the "competent person" as defined in 29 CFR 1926.650(b) that the Contractor has complied with the provisions of the OSHA Standard for Excavation and Trench Safety Systems, 29 CFR 1926 Subpart P, for work for which payment is requested. Periodic payments will be made in proportion to the amount of work accomplished, as determined by the Owner, and will be full compensation for trench and excavation safety, including all materials, labor, and incidentals necessary to perform the work. 5. 8" PVC C-900 DR -14 Water Line 48. 8" PVC C-900 DR -14 Water Line 6. 6" PVC C-900 DR -14 Water Line 7. 4" PVC C-900 DR -14 Water Line 8. 2" Polyethylene Water Line 49. 2" Polyethylene Water Line 28. 8" PVC SDR-26 Gravity Sewer Pipe 40. 8" PVC SDR-26 Gravity Sewer Pipe 1 33. 4" Sanitary Sewer Service Line 01025 - Measurement and Payment.doc 1 01025-3 0396-1000 [1 SECTION 01025 — MEASUREMENT AND PAYMENT (continued) I 41. 4" Sanitary Sewer Service Line 68. 4" Sanitary Sewer Service Line 1� The work required by the above listed items will be paid for at the linear foot (LF) price bid for the above listed items as shown in the Unit Price Schedule. These items shall consist of Trench Excavation for the size pipe and depth specified at the locations shown on the plans. Work performed and accepted under this item will be measured horizontally by the linear foot (LF) along the center of the excavated trench. Payment will be full compensation for all bypass pumping, excavation, dewatering, backfill (including backfill under roadways and parking lots), pavement repairs, curb and gutter repairs, sidewalk repairs, drainage ditch repairs, removal and replacement of fences, retaining wall removal and replacement, guardrail removal and replacement, acquisition and transportation of additional backfill materials, tracer wire, detectable tape, casing spacers, joint restraints, clean outs, connections to existing pipes, testing, and all other materials, labor, and incidentals necessary to perform the work. Excavation shall include, but not be limited to: soil, stones, stumps, debris, concrete, structures, footings, foundations, and any other obstacles that may obstruct the work except for undercut authorized by the Engineer which will be paid for under a separate pay item. Excavation of rock shall be paid for as a separate item. 9. 16" Steel Encasement Pipe � by Open Cut 42. 16" Steel Encasement Pipe by Open Cut 50. 16" Steel Encasement Pipe by Open Cut I The work required by this item will be paid for at the linear foot (LF) price bid for 16" Steel Encasement Pipe by Open Cut as shown in the Unit Price Schedule. This item shall consist of installing steel encasement pipe as specified at the locations shown on the plans. Work performed and accepted under this item will be measured by the linear foot (LF) from end to end of encasement installed and accepted. However, quantity is not to exceed the planned length shown on the Plans unless authorized by the Engineer. Payment will be full compensation for all steel encasement pipe, excavation beyond the limits for carrier pipe, stabilization, dewatering, casing spacers, casing end seals, bedding, tracer wire, and all other materials, labor, and incidentals necessary to perform the work, Excavation beyond the limits for carrier pipe shall include, but not be limited to: soil, stones, stumps, debris, concrete, structures, footings, foundations, and any other obstacles that may obstruct the work except for undercut authorized by the Engineer which will be paid for under a separate pay item. Rock encountered during excavation shall be paid for as a separate item. 10. 8"x8" Tapping Sleeve and Valve 51. 8" x8" Tapping Sleeve and Valve 11. 6"x6" Tapping Sleeve and Valve 12. 4"x4" Tapping Sleeve and Valve Work completed under this item shall be measured and paid for by each (EA) tapping sleeve and valve of the size specified on the plans, or as directed by the Owner or Engineer, installed and accepted by the City. Payment shall be full compensation for 01025 - Measurement and Payment.doc 01025-4 0396-1000 I - SECTION 01025 - MEASUREMENT AND PAYMENT (continued) furnishing and/or installing the tapping sleeve and valve with valve box and lid, valve nut extension with set screw, the water main or sanitary sewer force main tap, "Mega - Lug" type restrained joint glands, tracer wire, polywrap, thrust blocking, testing, concrete slabs around the top of the valve boxes, and all other equipment, tools, labor, and incidentals necessary to complete the work. 13. 8" Gate Valve 53. 8" Gate Valve 14. 2" Ball Valve 54. 2" Ball Valve I U I I I I Work completed under this item shall be measured and paid for by each (EA) valve installed complete as shown on the plans, or as directed by the Owner or Engineer, and accepted by the City. Payment shall be full compensation for furnishing and installing the valve, valve box and lid, valve nut extension with set screw, "Mega -Lug" type restrained joint glands, mechanical joint plugs, tracer wire, polywrap, thrust blocking, testing, concrete slabs around the top of the valve boxes, and all other equipment, tools, labor, and incidentals necessary to complete the work. 15. Fire Hydrant Assembly 55. Fire Hydrant Assembly Work completed under this item shall be measured and paid for by each (EA) fire hydrant assembly installed complete as shown on the plans, or as directed by the Owner or Engineer, and accepted by the City. Payment shall be full compensation for all fire hydrants, risers as required, auxiliary valve, valve box and lid, locked hydrant adapters, thrust blocking, "Mega -Lug" type restrained joint glands, tracer wire, concrete slab around the valve box, paint, granular material for hydrant drainage, and all other materials, equipment, tools, labor, and incidentals necessary to complete the fire hydrant installation. 56. Cut and Plug Existing I2" Water Line 16. Cut and Plug Existing 8" Water Line 57. Cut and Plug Existing 8" Water Line 17. Cut and Plug Existing 6" Water Line 18. Cut and Plug Existing 4" Water Line Work completed under this item shall be measured and paid for by each (EA) cut and plug of the size shown on the plans, or as directed by the Owner or Engineer, acceptably installed and accepted. Payment shall be full compensation for providing and installing mechanical joint plug, "Mega -Lug" type restrained joint glands, thrust blocking, and all other materials, equipment, tools, labor and incidentals necessary to cut, plug, and kill the water main. 19. Water Service Line 38. Water Service Line 58. Water Service Line Work completed under this item shall be measured and paid for by linear foot (LF) of water service line as shown on the plans and as specified, or as directed by the Owner or 01025 - Measurement and Payment.doc 01025-5 0396-1000 SECTION 01025 — MEASUREMENT AND PAYMENT (continued) Engineer, and accepted by the City. Payment shall include all service line, testing, fittings, AHTD class 7 granular material for backfiIl under existing or proposed pavement, pavement repairs, removal and replacement of existing fences, curb and gutter repair, sidewalk repair, retaining wall repair, excavation, connection to existing house service line including valve and valve box, connection to water main, service saddle, cutting existing service line, fittings, tracer wire, and all other materials, equipment, tools, labor and incidentals necessary to install the service line. Excavation shall include, but not limited to: soil, stones, stumps, debris, structures, concrete slabs, footings, foundations, and any other obstacles that may obstruct work except for rock excavation and undercut authorized by the engineer which will be paid for under separate pay items. 20. Water Meter Setting 39. Water Meter Setting 59. Water Meter Setting Work completed under this item shall be measured and paid for by each (EA) standard water meter setting installed complete, tested, and accepted by the City. Payment shall include standard water meter setting of the same size and number of settings as the existing meter setting, or as designated by the Engineer or Owner, which shall be full compensation for connecting to the existing service line, connecting to the new service line, new meter box, meter setting, and all equipment, tools, labor, removal and delivery of the existing setting to the Owner, and other materials necessary for completing the work. Payment for polyethylene service lines will be made under a separate item. 21. Undercut and Backfill for Water Line 60. Undercut and Backfill for Water Line 32. Undercut and Backfill for Sanitary Sewer 45- Undercut and Backfill for Sanitary Sewer The work required by this item will be paid for at the cubic yard (CY) price bid for Undercut and Backfill as shown in the Unit Price Schedule for the items listed above. This item shall consist of undercutting unsuitable materials from the bottom of pipeline trenches or from the bottom of manhole or concrete excavations and replacing with select granular fill materials. Work perfonned and accepted under this item will be measured by the cubic yard (CY) of materials actually removed, but shall not exceed the maximum payment width for the trench or the manhole/structure base dimension plus 2.0 feet or as directed by the Engineer. Unauthorized undercutting shall not be measured for payment but shall be replaced as directed by the Engineer and at the Contractor's expense. Payment will be full compensation for all excavation, backfilling, granular fill materials, . and all other materials, labor, and incidentals necessary to perform the work. Excavation shall include, but not be limited to: soil, stones, stumps, debris, concrete, structures, footings, foundations, and any other obstacles that may obstruct the work except for undercut authorized by the Engineer which will be paid for under a separate pay item. Authorized undercut of rock shall be paid for separately. 01025 - Measurement and Payment.doc 01025-6 0396-1000 I I I. A u t El I I I 1 1 I I SECTION 01025 — MEASUREMENT AND PAYMENT (continued) 22. Ductile Iron Fittings for Water Line 61. Ductile Iron Fittings for Water Line The work required by the above listed items will be paid for at the price bid per pound (LB) of Ductile Iron Fittings as shown in the Unit Price Schedule for the items listed above. These items shall consist of installing Ductile Iron Fittings of the size specified at the locations shown on the plans or as directed by the Engineer. Work performed and accepted under this item shall be measured per pound (LB) of fittings properly installed and accepted by the Engineer. Payment will be full compensation for fittings, swivel adapters, mechanical joint glands, "Mega -Lug" type restrained joint glands, solid sleeve couplings, thrust blocking, polywrap, and all other materials, equipment, tools, labor, and incidentals necessary to complete the installation o€ the fittings. 23. Abandon Existing Water Valve 62. Abandon Existing Water Valve Work completed under this item shall be measured and paid for per each (EA) existing water valve abandoned as noted on the plans, or as directed by the Engineer, and accepted by the City. Payment shall include removing the existing valve box and lid, back filling, and all other materials, equipment, tools, labor and incidentals necessary to complete the task. 24. Abandon Fire Hydrant Assembly 63. Abandon Fire Hydrant Assembly Work completed under this item shall be measured and paid for per each (EA) existing I. fire hydrant removed and delivered to the Owner as shown on the plans, or as directed by the engineer, and accepted by the City. Payment shall include removing the existing fire hydrant including fittings, delivering the hydrant with and fittings to the Owner, 1. and all other materials, equipment, tools, labor and incidentals necessary to complete the task. 25. Rock Excavation for Water Line 64. Rock Excavation for Water Line 47. Rock Excavation for Sanitary Line 1 37. Rock Excavation for Sanitary Line The work required by the above listed items will be paid for at the price bid per cubic yard (CY) of rock excavated. Material shall be classified as rock if, in the opinion of the Engineer, the material cannot be removed except by blasting, using trenchers with rock teeth, or employing hydraulic hammers to fracture the rock. Said resistance to ordinary removal methods shall be demonstrated to the satisfaction of the Engineer by the Contractor. Rock excavation shall also include the removal of boulders one-half cubic yard or more in volume. I 01025 - Measurement and Payment.doc 1 01025-7 0396-1000 1 SECTION 01025 — MEASUREMENT AND PAYMENT (continued) The rock shall be excavated to provide clearances below and on each side of all pipe, valves, fittings, and manholes. Every trench or excavation in rock shall be fully opened at least 50 feet in advance of the location where pipe is being laid. Work performed and accepted under this item will be measured by the cubic yard (CY) of rock removed. Measurement shall be performed as follows. Upon encountering the rock, the Contractor shall excavate to the top of the rock. Upon the Engineer's agreement that the material meets the stated criteria to be classified as rock, the Contractor shall then record the elevations of the top of rock. The Contractor shall then excavate to the limits described. Upon the Engineers approval of the excavation limits, the Contractor shall record the elevations and dimensions of the excavation. Elevations shall be based on established control points or temporary bench marks. Said records will be provided to the Engineer for verification of the quantity removed. Pre - and post -removal elevations for trench excavation shall be taken every 20 linear feet or fraction thereof or at definite grade breaks. Pre- and post -removal elevations for manholes, junction structures, etc. shall be taken as necessary to calculate the amount of rock removed. The quantity removed shall be calculated by the average end area method based on the width and depth requirements stated above. Rock excavated in excess of clearances noted on the construction plans will not be measured or paid for. The cost of backfilling over excavated areas will be borne solely by the Contractor. Payment will be full compensation for all rock removal, disposal of removed materials, additional bedding materials for areas beyond the excavation limits, dewatering, specialized equipment or materials, and all other materials, labor, and incidentals necessary to perform the work. 26. Water Mitigation Dam and Drain Work required by this item will be measured and paid for per lump sum (LS) for water mitigation dam and drain as shown in the Unit Price Schedule. This item shall consist of installing the water mitigation dam as shown on the details, 4" drain pipe, fittings, outlet structure, geotextile fabric, granular drainage material, pipe bedding and backfill, pavement repairs, dewatering, and all other materials, labor, and incidentals necessary to perform the work. Excavation shall include, but not be limited to: soil, stones, stumps, debris, concrete, structures, footings, foundations, and any other obstacles that may obstruct the work except for undercut authorized by the Engineer which will be paid for under a separate pay item. Authorized undercut of rock shall be paid for separately. 27. Blow -Off Assembly I I 17 Work completed under this item shall be measured and paid for by each (EA) blow -off N assembly installed complete, tested, and accepted by the City. Payment shall include installing the assembly as detailed on the plans at locations shown on the plans, or as designated by the Engineer or Owner, which shall be full compensation for, meter box an lid, service saddle, piping, fittings, valve hydrant, restraint glands, and all equipment, tools, labor, and other materials necessary for completing the work. 01025 - Measurement and Payment.doc 01025-8 0396-1000 I I ISECTION 01025 - MEASUREMENT AND PAYMENT (continued) 52. 2"x2" Service Saddle Work required by this item will be measured and paid for per each (EA) 2"x2" Service Saddle installed as shown in the Unit Price Schedule. This item shall consist of installing the service saddle, tapping the existing main, and all other materials, labor, and incidentals necessary to perform the work. 65. Remove and Dispose of Existing Building Work required by this item will be measured and paid for per lump sum (LS) to remove and dispose of existing building. This item shall consist of removing and disposing of an existing brick structure below grade including all appurtenances, backfilling, and surface restoration as approved or directed by the Owner or Engineer. 36. Demolish Existing Manhole 66. Demolish Existing Manhole • Work required by this item will be measured and paid for per each (EA) demolish existing manhole. This item shall consist of removing the existing manhole below grade, backfilling, and surface restoration as approved or directed by the Owner or Engineer. 29. 4' I.D. Sanitary Sewer Manhole, 0' to 6' Depth 43. 4' I.D. Sanitary Sewer Manhole, 0' to 6' Depth • 67. 4' I.D. Sanitary Sewer Manhole, 0' to 6' Depth The work required by this item will be paid for at the price bid per each (EA) of the above listed items as shown in the Unit Price Schedule. These items shall consist of installing Manholes of the size specified at the locations shown on the plans or as directed by the Engineer. Concrete manholes may be either pre -cast or cast -in -place except as otherwise specified. Work performed and accepted under this item will be measured by each (EA). Payment will be full compensation for all concrete, reinforcing, formwork, plugs, manhole frames and covers, raincatchers, excavation, bypass pumping, dewatering, bedding, backfill (including backfill under roadways and • parking lots), acquisition and transportation of additional backfill materials, opening cross -through sewer lines, connection of service lines, providing stub outs for connections by others, drop manhole structure and fittings, exterior coating, joint wrap, and all other materials, labor, and incidentals necessary to perform the work. The total depth of each manhole shall be the vertical distance from top of the manhole ring to the flowline of the invert at the center of the manhole. The manhole depth as shown is considered the basic depth for measurement and payment purposes. Excavation shall include, but not be limited to: soil, stones, stumps, debris, concrete, structures, footings, foundations, and any other obstacles that may obstruct the work except for undercut authorized by the Engineer which will be paid for under a separate pay item. Excavation of rock shall be paid for as a separate item. 01025 - Measurement and Payment.doc I• 01025-9 0396-1000 I SECTION 01025 — MEASUREMENT AND PAYMENT (continued) 30. 44. 34. 69. 31. 35. 46. 4' I.D. Sanitary Sewer Manhole, Additional Depth, Over 6' Depth 4' I.D. Sanitary Sewer Manhole, Additional Depth, Over 6' Depth The work required by this item will be paid for at the vertical linear foot (VF) price bid for the above listed items as shown in the Unit Price Schedule. This item shall consist of additional depth of manholes of the size specified at the locations shown on the plans or as directed by Engineer. Work performed and accepted under this item will be measured by vertical linear foot (VF), to the nearest 0.1 vertical foot, above the base measurement for each specific manhole. Paymentwill be full compensation for all concrete, reinforcing, excavation, dewatering, bedding, backfill (including backfill under roadways and parking lots), acquisition and transportation of additional backfill materials, and all other materials, labor, and incidentals necessary to perform the work. Excavation shall include, but not be limited to: soil, stones, stumps, debris, concrete, structures, footings, foundations, and any other obstacles that may obstruct the work except for undercut authorized by the Engineer which will be paid for under a separate pay item. Excavation of rock shall be paid for as a separate item. 4" Sewer Service Tap 4" Sewer Service Tap The work completed under this item will be measured and paid for at the price bid per each (EA) 4" sewer service tap. This item shall consist of connecting the 4" sewer service line to the sanitary sewer main at locations shown on the plans, or as directed by the Owner or Engineer, and accepted by the City. Payment will be full compensation for the service wye, fittings, couplings, bypass pumping, all excavation (excluding rock), dewatering, bedding, acquisition and transportation of additional backfill materials, and all other materials, labor, and incidentals necessary to perform the work. Concrete Anchor for Gravity Sewer Line The work competed under this item will be measured and paid for per each (EA) Concrete Anchor for Gravity Sewer Line as shown in the unit price schedule. The work for this item shall include all concrete, framing, finishing, straps, bolts, and all other work excluding rock and undercut, and incidentals necessary to perform the work as shown on the details and as approved by the Engineer and Owner. Connect to Existing Sanitary Sewer Manhole Connect to Existing Sanitary Sewer Manhole The work required by this item will be paid for at the price bid per each (EA) Connect Existing Sanitary Sewer to Existing Manhole as shown in the Unit Price Schedule. This item shall consist of connecting gravity sewer, of the size specified, to existing manhole at the locations shown on the plans or as directed by Engineer and reforming the manhole invert as directed by Engineer. The method of connection shall be approved by Engineer prior to the execution of work. Work performed and accepted under this item will be measured by each (EA). Payment will be full compensation for 01025 - Measurement and Payment.doc 01025-10 0396-1000 I f I Li I I Ij I 1 SECTION 01025 -- MEASUREMENT AND PAYMENT (continued) all temporary plugging, bypass pumping, concrete, grout, waterstops, invert modification, excavation, dewatering, bedding, backfill (including backfill under roadways and parking lots), acquisition and transportation of additional backfill materials, and all other materials, labor, and incidentals necessary to perform the work. Excavation shall include, but not be limited to: soil, stones, stumps, debris, concrete, structures, footings, foundations, and any other obstacles that may obstruct the work except for undercut authorized by the Engineer which will be paid for under a separate pay item. 1 1 1 1 I I PART 2 - PRODUCTS Not Used PART 3- EXECUTION Not Used END OF SECTION 01025 01025 - Measurement and Payment.doc 01025-11 0396-1000 I DIVISION 1- GENERAL RE UIREMENTS I SECTION 01110 - SUMMARY OF WORK PART1- GENERAL 1.01 SUMMARY: A. This Section summarizes the Work covered in detail in the complete Contract Documents. B. Owner: The City of Fayetteville, Arkansas, 113 West Mountain Street, Fayetteville, AR 72701 is contracting for Work described in the Contract Documents. '"' 1. Contract Identification: MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS 1 2. Location: Fayetteville, Arkansas. C. Engineer: The Contract Documents were prepared by Garver Engineers, LLC, 1088 East Millsap Road, Fayetteville, Arkansas, 72703. 1.02 PROJECT DESCRIPTION: The Contract includes, but is not limited to, installation of approximately 74201f of new 8" water line and appurtenances, relocation of water services, and approximately 700 if of new 8" gravity sewer and appurtenances as indicated on the plans and as specified. 1.03 WORK BY OTHERS: A. Work Under Other Contracts: None. B. Work by Owner: None. C. Other Activities: Private/franchised utility relocations as needed. 1.04 CONTRACTOR'S USE OF PREMISES: A. Exclusive Use: During the construction period, Contractor shall have full use of the premises for execution of the Work. Use of premises is limited only by Owner's right to perform duties and functions as stated in the GENERAL CONDITIONS and in this Section. 1.05 OWNER'S USE OF PREMISES: A. Partial Owner Occupancy: The Owner reserves the right to occupy completed areas of the contract, prior to Substantial Completion provided that such occupancy does not interfere with completion of the Work. Such partial occupancy shall not constitute acceptance of the total Work. 01110 -Summary of Work 01110-1 0396-1000 I SECTION 01110 — SUMMARY OF WORK (continued) 1.06 1.07 1.08 1.09 1.10 WORK SEQUENCE: A. General: Construction sequence shall be determined by Contractor subject to Owner's need for continuous operation of existing facilities, and subject to the requirements as indicated or specified. B. Continuous Service of Existing Facilities: Exercise caution and schedule operations to ensure that functioning of present facilities will not be disrupted. Shutdown of Owner's operating facilities to perform the Work shall be held to a minimum length of time and shall be coordinated with Owner who shall have control over the timing and schedules of such shutdowns. PREORDERED EQUIPMENT AND MATERIALS: None. MEASUREMENT AND PAYMENT: A. Unit Price Contracts: All Work indicated on the Contract Drawings and specified in the Contract Documents shall be included in the "Unit Price Schedule" in the Agreement. A Unit Price is an amount proposed by Contractor and stated in the Agreement as a price per unit of measurement for materials or services. B. Specific Items: Measurement and payment of specific items shall be as specified in each applicable Section of the TECHNICAL SPECIFICATIONS. COPIES OF DOCUMENTS: A. Furnished Copies: After execution of Agreement, Contractor will be furnished at no cost, a maximum of three (3) sets of Contract Documents consisting of full-size Contract Drawings including revised Drawings and the Project Manual, in addition to those used in execution of the Agreement. B. Additional Copies: Additional copies of above documents will be supplied by Engineer upon request at Two Hundred Dollars ($200.00) per one set of Drawings and one copy of Project•Manual). LIST OF DRAWINGS (AND SCHEDULES): A. Contract Drawings: 1. Each sheet of the Contract Drawings bears the following general title: MOUNT SEQUOYAH WATER AND SEDWER IMPROVEMENTS 2. Individual sheet numbers and titles are as stated on SHEET INDEX. I I I t Li I 1 I B. Reference Drawings: -- 1. Reference Drawings included with the set of Contract Drawings are as stated on SHEET INDEX. I SCHEDULE OF NEGOTIATED PURCHASE ORDERS: None. I 1 01110 -Summary of Work 01110-2 0396-1000 I SECTION 01110 — SUMMARY OF WORK (continued) 1.12 SCHEDULE OF OWNER -SUPPLIED EQUIPMENT AND MATERIALS: None. PART 2- PRODUCTS - NOT APPLICABLE. PART 3- EXECUTION - NOT APPLICABLE. END OF SECTION 01110 El 011 10 -Summary of Work 01110— 3 0396-1000 1 ISECTION 01250 -CONTRACT MODIFICATION PROCEDURES PART 1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Minor changes in the Work. 2. Proposal request. 3. Work Change Directive. B. Related Sections: i. DOCUMENT 00700 -GENERAL CONDITIONS. 2. Supplementary Conditions. 1.02 MINOR CHANGES IN THE WORK A. Engineer will advise Contractor of minor changes in Work not involving an adjustment to Contract Price or Contract Times as authorized by the DOCUMENT 00700 - GENERAL CONDITIONS, Subparagraph 9.05 by issuing Field Orders. 1.03 PROPOSAL REQUEST A. Owner -Initiated Proposal Requests: 1. ENGINEER may issue a Proposal Request, including detailed descriptions of proposed changes in the Work that may require adjustment to the Contract Price or the Contract Time. a. If necessary, the description will include supplemental or revised Drawings and Specifications. b. Proposal Requests issued by ENGINEER are for information only. Do not consider them instructions either to stop Work in progress or to execute • the proposed change. 2. CONTRACTOR shall submit cost proposal, including any request for an extension in Contract Times, within 14 days of receipt of Proposal Request. 3. In order to facilitate checking of CONTRACTOR's proposals for extras or credits, all proposals, except those so minor that their propriety can be seen by • inspection, shall be accompanied by a complete itemization of cost including labor, materials, and Subcontracts. Labor and materials shall be itemized in a manner acceptable to the Engineer. Where major cost items are Subcontracts, they shall be itemized also. Document each proposal for a change in cost or time with sufficient data to support computations, including the following: a. Include list of quantities of Products, labor, and equipment required or eliminated and unit costs, with total amount of purchases and credits to be made. b. Indicate applicable taxes, delivery charges, equipment rental, and • amounts of trade discounts. c. Indicate amounts for insurance and bonds. Id. Indicate amounts for Contractor's overhead and profit. e. Include justification for any change in Contract Time. f. Include credit for deletions from Contract, similarity documented. g. Include an updated Contractor's Construction Schedule that indicates the 01250 Contract Modification Procedures.doc 01250- 1 0396-1000 I SECTON 01250- CONTRACT MODIFICATION PROCEDURES (continued) I effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. (1) Use available total float before requesting an extension of the • Contract Time. 4. On Owner's approval of a proposal request, Engineer will issue Change Orders for signatures by Owner and Contractor as provided in the • DOCUMENT 00700 — GENERAL CONDITIONS. a. Upon execution of a Change Order, Contractor shall promptly revise Construction Progress Schedule and Schedule of Values accordingly. 1.04 WORK CHANGE DIRECTIVE I A. Engineer may issue a Work Change Directive, signed by Owner and Engineer, including detailed descriptions of changes, and identifying method for determining any change in Contract Price or Contract Time, instructing Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Contractor shall promptly execute the change. 2. Work Change Directives shall be issued on Owner's standard form. B. Contractor shall maintain detailed records for changes in the Work performed on a time and material basis. 1. Submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. C. Engineer will issue Change Order CONDITIONS. D. Upon execution of a Change Order, Contractor shall promptly revise Construction Progress Schedule and Schedule of Values for signatures by Owner and Contractor as provided in DOCUMENT 00700 — GENERAL accordingly. PART 2- PRODUCTS NOT USED PART 3- PART 3- EXECUTION NOT USED END OF SECTION 01250 I I I I 01250 Contract Modification Procedures.doc 01250-2 0396-1000 1 1 SECTION 01270 — UNIT PRICES PARTI- GENERAL 1.01 SUMMARY A. Section Includes: 1. Submission procedures. 2. Changes of Contract Sum. 3. Description of Unit Prices. B. Related Sections: I1. DOCUMENT 00400— BID FORM. 2. DOCUMENT 00500 —AGREEMENT. 3. DOCUMENT 00700 — GENERAL CONDITIONS. 4. DOCUMENT 01025 - MEASUREMENT AND PAYMENT. 1.02 SUBMISSION PROCEDURES A. Insert on DOCUMENT 00400 — BID FORM, Unit Prices for Work or materials listed in this Section. 1. Such Unit Prices shall apply for additions and deletions. 1 1.03 CHANGES TO CONTRACT SUM A. Unit Prices shall constitute full compensation or credit, as the case may be, for the complete provision, fabrication, and installation of each item listed in this Section based solely on Work in place, including all necessary labor, product, tools, equipment, transportation, services and incidentals, appurtenances, and connections required to complete the Work in place, and including insurance, overhead, profit and supervision. B. The Unit Prices are listed on DOCUMENT 00400 — BID FORM, and will apply to the net change on any given change to the scope of Work. C. Unit Prices accepted by the Owner and Contractor shall be identified in the Owner - Contractor Agreement. D. Contractor shall take measurements and compute quantities for which Unit Price items are applicable. 1. Engineer will verify measurements and quantities. a. Contractor shall assist Engineer by providing necessary equipment, workers, and survey personnel as the Engineer requires. 2. Final payment for Work governed by Unit Prices will be made on the basis of the actual measurements and quantities accepted by the Engineer multiplied by the Unit Price for Work which is incorporated in or made necessary by the Work. 3. Payment will not be made for any of the following: a. Products wasted or disposed of in a manner unacceptable to Engineer. b. Products which Engineer determines as unacceptable before or after installation. c. Product not completely unloaded from the transporting vehicle. d. Products installed beyond the lines and levels of the required Work. e. Products not installed after completion of Work. I01270-UnitPrices.doc 01270- 1 0396-1000 I SECTION 01270 - UNIT PRICES (continued) f. Loading, hauling, and disposing of rejected Products. 1.04 DESCRIPTION OF UNIT PRICES Measurement and Payment of specific items shall be as specified in each applicable section 1 of the TECHNICAL SPECIFICATIONS. PART 2- PART 2 - PRODUCTS I NOT USED PART 3- PART 3 -EXECUTION NOT USED END OF SECTION 01270 I I r1l I 1 01270 -Unit Prices.doc 01270-2 0396-100 1 SECTION 01290 - PAYMENT PROCEDURES PART1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Schedule of values. 2. Applications for payment. B. Related Sections: 1. DOCUMENT 00700 - GENERAL CONDTIONS. 2. DOCUMENT 00800 - SUPPLEMENTARY CONDITIONS. 1.02 SCHEDULE OF VALUES A. Within 30 days of after the Effective Date of the Agreement, submit 5 copies of typed Schedule of Values DOCUMENT 1290.02. I1. Owner will provide Contractor an electronic copy of DOCUMENT 01290.02. B. Format: Table of Contents of Project Manual. 1. Identify each line item with number and title of Project Manual Section. a. Include a separate line item for each of the following. (1) Bonds. (2) Insurance. 2. Dollar amounts shall include material, labor, overhead, and profit applicable to each individual item indicated. 1.03 APPLICATIONS FOR PAYMENT A. Format: Document 01290.01 supported by Document 01290.02. Owner will provide Contractor an electronic copy of Documents 01290.01 I1. and 01290.02. B. Payment Period: As specified under DOCUMENT 00700 - GENERAL 1 CONDITONS Article 14. C. Preparation of Applications: 1. Present required information in typewritten form consistent with the approved Schedule of Values. 2. Execute application by signature of authorized officer of Contractor's firm. 3. Use data from approved Schedule of Values. a. Indicate dollar value in each column of each line item for portion of Work completed through the last day of the application period, and for products properly stored in accordance with the Contract Documents through the last day of the previous application period. b. Round off dollar values to nearest dollar. c. Complete every entry on form. 4. Indicate each authorized Change Order as separate items on continuation sheet. a. List by appropriate Change Order Number. 1 01290 Payment Procedures.doc 01290- 1 0396-1000 I SECTION 01290 — PAYMENT PROCEDURES (continued) I b. , Indicate dollar value breakdown of each Change Order by each applicable Project Manual Section. D. Submittal Procedure: 1. Comply with DOCUMENT 00700 - GENERAL CONDITIONS Article 14. 2. Submit 5 copies of each Application for Payment. 3. Submit an updated Construction Progress Schedule with each Application for Payment. 4. Submit waivers of mechanics liens from Contractor, Subcontractors, sub - subcontractors, and Material and Equipment Suppliers for amounts certified by Engineer for construction period covered by previous application for. payment. a. Submit on form acceptable to Owner. 5. Substantiating data: a. When Owner or Engineer requires substantiating information to support Contractor's application for payment, submit data justifying dollar amounts which are in question.. b. Provide 1 copy of data with cover letter for each copy of Application for Payment. (1) Indicate application number and date. (2) List each item in question by continuation sheet identification. 6. Submit application for final payment in accordance with DOCUMENT 00700 — GENERAL CONDITIONS Article 14. PART 2- PRODUCTS NOT USED I PART 3- EXECUTION NOT USED I, END OF SECTION 01290 I I I I I 1 01290 Payment Procedures 01290- 2 0396-1000 ' I I I I ayIty ale APPLICATION FOR PAYMENT Contract Number Contract Title MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS Application Number: Date: CONTRACTOR: Address: Ordinance/Resolution Number: Effective: - ________________________________________________ Encumbrance No: Application for Work Accomplished Through the Date of: I_____________ Original Contract Price............................................................................ [1]$ I Net Change by Change Orders through ............................. Current Contract Price (1 + 2)................................................................. [2]$ [31$ Completed Work ..........................[4]$ Stored Material............................[5]$ Total Completed and Stored to Date (4+5) [6]$ Previous Payments .....................[7]$ Previous Retainage .....................[8]$ Total Previous Applications (7+8)........................................................... Amount This Application (6-9)............................................................... [9]$ [10]$ Less Retainage This Application*...................................................... [-][11 ]$ Release of Retainage............................................................................ [12]$ Due This Application (10-11+12)........................................................... [13]$ * Retainage on Completed Work Only Accompanying Documentation: Attached Schedule of Values CONTRACTOR's Certification: The undersigned CONTRACTOR certifies that (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied on account to discharge CONTRACTOR'S legitimate obligations incurred in connection with Work covered by all prior Applications for Payment; (2) title of all Work, materials and equipment incorporated into said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective, and (4) all labor standards contract requirements have been complied with by CONTRACTOR and by each subcontractor employing mechanics or laborers at the site of the work. I Dated: CONTRACTOR By: 1 STATE OF ) COUNTY OF___________________ 1 Subscribed and Sworn to before me this day of My commission expires: Notary Public 01290.01 Application for Payment 01290.01-1 0396-1000 ENGINEER's Certification for Payment In accordance with the Contract Documents, based on on -site observations and the data comprising this application, the Engineer certifies to the Owner that to the best of the Engineer's knowledge, information and belief the Work has progressed as indicated, the quality of the Work is in accordance with the Contract Documents, and the Contractor is entitled to payment of the AMOUNT CERTIFIED. I AMOUNT CERTIFIED............................................................................ $ (Attach explanation if amount certified differs from the amount applied for. Initial all figures on this Application and on the Schedule of Values that are changed to conform to the amount certified.) ENGINEER: . I By: Date: Printed Name: Firm: OWNER's Approval I The amount previously certified is approved for payment. By:___________________________________________________________ Date: I Approved By: Date: _________________________ ____________ Distribution: ❑ Owner (4) U Contractor ❑ Engineer ❑ Other 1 Li I r-, I I I 01290.01 Application for Payment 01290.01-2 0396-1000 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 IOhIII1 1I1HOllIllIllIfflh11IIllIllOlIOhINllhIOllUNIIUIHhIllHHHIIHhIIHhIHh1UIIHHhIIllHIHIHHi IIIHIIHINIIOIIIIIIIIIIIIIllhIIIIIOhIIllhIIIIIIIi IIOIO1OIOOllh1IIIllhlOhIOIllhIIIlIOIHh1llHI IIIIIIIIIIOIIOIIIOIHINIIIIllhIllhIIIINIIIIllhIi HUIHIIIHIIIHhIIIIIIIHHHIIIIIIHIHIHHII IOOOllhINlIOIHllhIIIIllOI1OllO1llhIIIIIOllI g 0 C I I I aye ARKANSAStvii1e CONTRACT FOR: CONTRACTOR: • DATE OF ISSUANCE: [1 I I ii I I CERTIFICATE OF SUBSTANTIAL COMPLETION Contract Number Contract Title MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS PROJECT OR DESIGNATED PORTION SHALL INCLUDE: The Work performed under this Contract has been reviewed and found, to the Engineer's best knowledge, information and belief, to be substantially complete. Substantial Completion is the state in the progress of the Work when the Work or designated portion thereof is sufficiently complete in accordance with the Contract Documents so the Owner can occupy or utilize the Work for its intended use. The date of Substantial Completion of Project or portion thereof designated above is hereby established as which is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below: A list of items to be completed or corrected is attached hereto. The failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. ENGINEER BY DATE The Contractor will complete or correct the Work on the list of items attached hereto within days from the above date of Substantial Completion. CONTRACTOR BY DATE The Owner accepts the Work or designated portion thereof as substantially complete and will assume full possession thereof at (time) on (date). OWNER'S REPRESENTATIVE BY Distribution: 0 Owner ❑ Contractor O Engineer U Consultant Cl Other DATE 1 01290.12 Substantial Completion 01290.12-1 0396-1000 I I I I I ayetrylillep CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT Contract Number Contract Title MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS STATE OF )SS COUNTY OF The Undersigned, Iage, being first duly sworn, states under oath as follows: of lawful 1. I am the of who is the general (Title) (Contractor) Contractor for the City on Contract No. and Contract Name/Title MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS. 2. All payrolls, material bills, use of equipment and other indebtedness connected with the Work for this Contract have been paid and all claims of whatever nature have been satisfied, as required by the Contract. 3 (✓) Prevailing wage does not apply; or All provisions and requirements set forth pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with these provisions and requirements and the Annual Wage Orders contained in the Contract in carrying out the Contract and Work. Contractor has fully complied with the requirements of the prevailing wage law as I required in the Contract and has attached affidavits from all Subcontractors on this Contract, regardless of tier, affirming compliance with the prevailing wage law as stipulated in the Contract. 1 4 Contractor certifies that each Subcontractor has received full payment for its respective work in connection with I the Contract. 5 This affidavit is made in behalf of the Contractor for the purpose of securing from the City of Fayetteville, Arkansas, the certification of completion of the Contract and receiving payment therefore. I I 1 01290.14 Contractor Affidavit for Final Payment 01290.14-1 0396-1000 CONTRACTOR By • (Signature) Title On this day of , before me appeared , to me personally known to be the of the and who executed the foregoing instrument and acknowledged that (s)he executed the same on behalf of the as its free act and deed. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal on the day and year first above written. My commission expires: Notary Public CONSENT OF SURETY Final Payment to: for work performed on the above Contract No. ATTEST: (SEAL) By — Title STATE OF is hereby authorized. )SS COUNTY OF _ On this day of , before me appeared the of the Surety, _ and who executed the foregoing instrument and acknowledged that (s)he executed the same on behalf of the as its free act and deed. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal on the day and year first above written. My commission expires: Notary Public 01290.14 Contractor Affidavit for Final Payment 01290.14-2 0396-1000 1 1 1 i 1 I 1 1 1 1 1 1 1 1 1 1 1 I Li I I 1 I I I I I I 1 I I I I ayeevple STATE OF COUNTY OF The Undersigned, states under oath as follows: I. Iamthe (Title) (contractor) to , general contractor on (Name of Contractor) (Contract Number and Title) 2. All payrolls, material bills, use of equipment and other indebtedness connected with the work for this project have been paid and all claims of whatever nature have been satisfied. 3 (i) _Prevailing wage does not apply; or All provisions and requirements set forth pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with these provisions and requirements and the Annual Wage Order contained in the Contract between General Contractor and Fayetteville in perforating and furnishing Subcontractor's work, and Subcontractor certifies that it has fully complied with the requirements of the prevailing wage law. of (Name) SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT Contract Number Project Title MOUNT SEQUOYAH WATER AND SEWER IMPROVEMENTS )SS of lawful age, being first duly sworn, "Subcontractor" 4. A total of $ has been received as full compensation for: performed in connection with the contract. (area I scope of work) 5. This affidavit is made in behalf of the Contractor for the purpose of securing from Fayetteville, Arkansas, the certification of completion of the project and receiving payment therefore. SUBCONTRACTOR By (Signature) Title On this day of _________________,before me appeared ,to me personally known to be the of the and who executed the foregoing instrument and acknowledged that (s)he executed the same on behalf of the as its free act and deed. IN WITNESS WHEREOF. I have hereunto set my hand and affixed my official sea] on the day and year first above written. My commission expires: Notary Public 1 01290.15 Subcontr Affidavit for Final Payment.doc 0I290.15-1 0396-1000 I ISECTION 01320 - PROJECT MEETINGSSCHEDULESiAND REPORTS IPART1- GENERAL 1.01 Summary: This Section includes the following administrative and procedural requirements: A. Project Meetings: 1. Preconstruction conference. • 2. Progress meetings. B. Schedules and Reports: 1. Comply with SECTION 01321 SCHEDULE. C. Related Work Specified EIsewhere: 1. For Schedules: SECTION 01321. 2. For Submittal Requirements: SECTION 01330. 1.02 PROJECT MEETINGS: A. Preconstruction Conference: 1. Engineer will conduct a meeting within 20 days after the Effective Date of the Agreement, to review items stated in the following agenda and to ' establish a working understanding between the parties as to their relationships during performance of the Work. 2. Preconstruction conference shall be attended by: a. Contractor and his superintendent. b. Engineer and Resident Project Representative if any. c. Representative(s) of Owner. d. At Engineer's option, representatives of principal Subcontractors and I Suppliers. 3. Meeting Agenda: a. Construction schedules. I b. Critical Work sequencing. c. Designation of responsible personnel. d. Project coordination. e. Procedures and Processing of: (1) Field decisions. (2) Substitutions. I (3) Submittals. (4) Change Orders. (5) Applications for Payment. l (6) Proposal Requests. (7) Contract Closeout. (8) Requests for Interpretation_ (9) Field Orders. I (10) Work Change Directives. f. Procedures for testing. g. Procedures for maintaining record documents. ' h. Use of Premises: (1) Office, work, and storage areas. (2) Owner's requirements. i. Construction facilities, controls, and construction aids. 1 01320 -Project Mtgs Sched & Reports.doc 01320— 1 0396-1000 I SECTION 01320 - PROJECT MEETINGS, SCHEDULES, AND REPORTS (continued) I j. Temporary utilities. k. Safety and first -aid. 1. Security. m. Requirements for start-up of equipment. n. Inspection and acceptance of equipment put into service during construction period. o. Distribution of Contract Documents 4. Location of Meeting: At or near the Project Site. 5. Reporting: a. Within 7 working days after the meeting, Engineer will prepare and distribute minutes of the meeting to Owner and Contractor. b. Contractor shall provide copies to Subcontractors and major Suppliers. B. Progress Meetings: 1. Engineer shall schedule and conduct a meeting at least monthly and at other times requested by Owner. Representatives of the Engineer, Resident Project Representative, and Contractor shall be present at each meeting. With Engineer's concurrence, Contractor may request attendance by representatives of Subcontractors, Suppliers, or other entities concerned with current program or involved with planning, coordination, or performance of future activities. All participants in the meeting shall be familiar with the Project and authorized to conclude matters relating to the Work. a. Contractor and each Subcontractor represented shall be prepared to discuss the current construction progress report and any anticipated future changes to the schedule. 2. Location of Meetings: At or near :Project Site. 3. Reporting: a. Within 7 working days after each meeting, Engineer shall prepare and distribute minutes of the meeting to Owner and Contractor. b. Contractor shall distribute copies to principle Subcontractors and Suppliers. PART 2- PRODUCTS — Not Applicable. PART 3- EXECUTION — Not Applicable. END OF SECTION 01320 I I I I I I I I I I I LI 01320 -Project Mtgs Sched & Reports.doc 01320-2 0396-1000 1 I SECTION 01321— SCHEDULE PART1- GENERAL I 1.01 SUMMARY A. This Section covers the schedule submittal(s) and scheduling requirements for performance and completion of the Work included under this Contract. IB. The time of completion of the Work is of the essence of the Contract. The Work shall be executed to prevent any delay to other contractors, the Contract Milestones, and the general completion of the Contract. I1.02 RE UIREMENTS A. The Contractor shall submit a construction contract schedule of the bar graph (or other approved) format seven (7) calendar days prior to the preconstruction conference showing the following information as a minimum: 1 1. Actual date construction is scheduled to start. 2. planned contract completion date. 3. Beginning and completion dates for each phase of work. 4. Respective dates for submission of shop drawings/material submittals and the beginning of manufacture, the testing of, and the installation of materials, supplies, and equipment. I5. All construction milestone dates. I 6. A separate graph showing work placement in dollars versus contract time. The schedule shall incorporate contract changes as they occur. The schedule shall be maintained in an up-to-date condition and shall be available for inspection at the construction site at all times. B. The construction contract schedule shall be submitted in conjunction with and/or in addition to any other specification requirements concerning schedules. I C. An updated and current construction schedule shall be submitted with each application for payment. LI LI END OF SECTION 01321 I I 01321 - Schedule.doc 01321-1 0396-1000 I I I 'I I I I I 1 I SECTION 01325 - CONSTRUCTION PHOTOGRAPHS PART1- GENERAL 1.01 SUMMARY: A. This Section specifies administrative and procedural requirements for construction photographs. 1.02 SUBMITTALS: A. Submit photographs, tapes, films and electronic media as specified in SECTION 01330- SUBMITTALS and in PART 3 —this Section. 1.03 QUALITY ASSURANCE: A. Photographs may be taken by Contractor personnel provided the photographs are of sufficient quality, clarity, and content to adequately indicate the status and detail of the Work. If the quality and detail of the photographs taken by Contractor personnel is not adequate to clearly show the condition of the Work, the Contractor shall retain the services of a qualified and established commercial photographer experienced in construction photography. Engineer will make the final determination of the adequacy of the photographs. B. Audiovisual tapes or digital recordings may be taken by Contractor personnel provided they are of sufficient quality, clarity, and content to adequately and clearly indicate the status and detail of the Work as well as conditions before and after the construction activities. If the quality and detail of the recordings is not adequate to clearly show the condition and detail of the Work as well as conditions before and after the construction activities, Contractor shall retain the services of an established professional electrographer experienced in the production of color audio/video tape documentation of the construction industry. Engineer will make the final determination of the adequacy of the tapes and recordings. PART2- - PRODUCTS 2.01 PHOTOGRAPHIC REQUIREMENTS: Specified in PART 3, this Section. PART 3- EXECUTION ' 3.01 PROGRESS SITE PHOTOGRAPHS: IA. Contractor shall be responsible for photographs of the Site to show the existing and general progress of the Work. Engineer will advise as to which views are of interest. Photographs shall be taken of the following areas and at the following times. 1. Existing Site conditions before Site work is started. Number of views shall be adequate to cover the Site. 2. Progress of the Work from clearing throughout construction. There shall be four (4) different views taken no more than five days before the date of the periodic Payment Application. 3. Finished Project after completion of Work. Number of views shall be adequate to show the finished Work. 1 1 01325-Constr Photos.doc 01325 — 1 0396-1000 I SECTION 01325 -- CONSTRUCTION PHOTOGRAPHS (continued) 4. If Project is not completed during the Contract Times or authorized extensions, photographs shall continue to be taken at no increase in Contract Price. B. Construction photographs may be either photographic prints or digital images. C. Photographic Prints: 1. All prints shall be color, smooth glossy finish, 5" x 7" in size taken with full frame 35 mm camera, and inserted into archival quality polypropylene photographic binder pages punched for insertion into a standard 3 -ring binder. Provide binders identified by Contract name and Contract number. D. Digital Images: 1. Submit a complete set of digital image electronic files with each submittal of photographic prints. a. Provide images in JPEG format, with minimum sensor size of 1.3 megapixels. b. Submit images that have same aspect ratio as the sensor, uncropped. E. Print Negatives: I 1. Negatives for 5" x 7" prints shall be protected by roll in negative sleeves. Negative sleeves shall be identified with Contract name and Contract number, date of exposure, roll number, or other general identifying information, and name of Contractor. F. Identification: 1. Identify each photographic print on the reverse side with a label which contains the Contract name and Contract number, date of exposure, and description of view. Prints shall also bear the photographer's name or trademark. 2. Identify electronic media with date digital photographs were taken. Provide a separate reference document which contains the Contract name and Contract number, date of exposure, and description of each referenced view. G. Provide three prints of each view. 3.02 H. Deliver prints and electronic media files to Engineer. 1. Deliver photographic negatives to Engineer. AUDIO / VIDEO TAPE RECORDINGS: A. Audio / video recordings shall be made of the entire Site showing the condition of the Site or terrain previous to any alterations by Contractor and before disturbing of the Site is started. Existing utilities shall be marked and construction staking shall be in place before taping begins. A second audio / video recording shall be produced after completion of all construction operations, showing the same view or views as close as possible, to illustrate "before" and "after" conditions. This is the responsibility of Contractor. Three days' notice shall be given to Engineer and Owner prior to this Work to allow them to accompany electrographer. B. The principal reason for producing video tapes is so that conditions of site or other problems along the construction route may be more clearly shown and recorded. 01325-Constr Photos.doc 01325 _ 2 0396-1000 I I I I n I I I I I I 1 I I SECTION 01325 — CONSTRUCTION PHOTOGRAPHS (continued) This will to some degree preclude the possibility of post construction litigation with property owners adjacent to the Work. C. All required equipment, accessories, materials, and labor for the timely production of this documentation shall be arrangedlfurnished through Contractor. 1. The audio / video system camera -recorder used by the electrographer shall have the following capabilities and features: a. VHS format for use with T-120 video tapes. b. Playback capability (in -the -field) with a B/W viewfinder built-in. c. Built-in microphone. d. 6:1 zoom lens ratio with automatic focusing system and automatic iris. e. Electronic CCD or MOS image sensing system. f. Minimum Required Illumination: 7 lux or less. g. Television System Video EIA: 525 lines, 60 fields NTSC color signal. h. Video Horizontal Resolution: Color; more than 250 TV lines. i. Geometric Distortion shall not exceed 1.5 percent of picture height at any point in picture area. 2. The audio / video system shall be capable of producing bright, sharp, clear visual images which render accurate colors free from imperfections and distortions that might obscure recorded information during playback. The simultaneous audio record shall be made directly onto the original tapes, and shall record narration of the electrographer clearly and audibly, with adequate volume, free from unnecessary interruptions and distortions that might eliminate recorded information during playback. D. Zone of Influence: Unless otherwise indicated by Engineer or Owner, the "Zone of Influence" which might be affected by the construction operations and, therefore, shall be documented in these tape recordings, shall be whichever of the following includes the greatest area. 1. All areas within the temporary construction right-of-ways and grading limits, as indicated on the Contract Drawings. 2. The permanent easement for the completed improvements, as indicated on the Contract Drawings. 3. All areas within 35 feet of the proposed improvements with an additional 20 feet of supplemental coverage in residential areas. 4. All areas within the Project Site. E. Audio / Video Tape Production Procedures: 1. It is required that the audio! video tape recordings be produced while actually walking the construction route or site - NOT through the use of wheeled vehicles. 2. All video tape recordings shall display digital information continuously; this information shall include the current time and date, showing the month, day, and year. This information shall be audibly acknowledged by the electrographer at appropriate times during recording sequences. 3. Each recording tape shall begin with a visual of the professional electrographer's name or business trademark, followed by the current date and time on digital display, plus audible (and visual, if possible) indication of Contract name and numbers, municipality, name of Contractor, and other pertinent information. Thereafter, each recording sequence shall begin with 1 01325-Constr Photos.doe 01325 —3 0396-1000 I SECTION 01325 - CONSTRUCTION PHOTOGRAPHS (continued) the current time and date, followed by the location of the electrographer, direction of view, and description of the scene being recorded. Continuous updates of this information, plus other pertinent comments, shall be given throughout the recording sequence. Such audio and video records shall include, but not be limited to, conditions of existing pavement, curbs, sidewalks, driveways, culverts, headwalls, retaining walls, ditches, roadways, mailboxes, fences, trees, shrubs and landscaping, major structural conditions of residences and commercial buildings, fences, signs, headwalls, general terrain, and similar items. Particular and detailed attention shall be given to any defects noted, such as cracks, disturbed areas, damaged areas, or as may be required by Engineer. Excavation areas shall be physically marked with high -visibility fluorescent paint prior to video taping. The markings shall include the job number and stationing. 4. Representatives of Engineer and Contractor shall accompany the electrographer during recording sessions, to assist with location of the alignment and areas of construction activity, and identification of items and conditions to be recorded. A log sheet showing the recording sequences shall be maintained and shall list the start and stop time / date for each sequence, plus a brief description of the areas documented. The end of each recording tape shall include a visual record of the original log sheet to preserve this information in the event of loss or damage. 5. All recordings shall be completed during periods of adequate lighting and visibility. Sufficient lighting must be available to provide proper illumination of shadowed areas, and proper exposure adjustments shall be made where required. No taping shall be completed during precipitation, mist, fog, or when more than 10%, of the ground surface has snow cover. 6. Houses and buildings shall be identified visually by house number, when visible, in such a manner that structures of the proposed system, i.e., manholes on a sewer system and hydrants on a water system, may be located by reference. 7. Original audio / video tape recordings shall be furnished to Owner and a copy furnished to Engineer before the start of any construction. One copy shall be retained by Contractor. 8. Any portion of the videotape recording not conforming to the Specifications will be rejected. 9. Any taped coverage not acceptable to Owner shall be refilmed at no additional cost to Owner within five (5) days after notification of taping inadequacy. F. Ownership and Authenticity of Original Tapes: 1. All original audio / video tape recordings shall become the property of Owner, plus one duplicate of each shall be provided to Engineer. Each tape shall be provided in a protective sleeve or case, identified as to Contract name and number, production date of original recording, name of Contractor, and electrographer's name or trademark. A legible copy of the log shall be included. 2. The electrographer shall also furnish a notarized affidavit, attesting to the production of the original audio/video tapes, and their authenticity. I Li I I 7 I I J I l I I I I 01325-Constr Photos.doc 01325 —4 0396-1000 LI ' SECTION 01325 — CONSTRUCTION PHOTOGRAPHS (continued) 1 I I I LI 1 u I L L 1 LI n Li I 3.03 ADDITIONAL. PHOTOGRAPHS: A. From time to time Engineer may issue requests for additional photographs, in addition to periodic photographs specified. Additional photographs will be paid for by Change Order, and are not included in the Contract Price or an Allowance. 1. Engineer will give the photographer 3 days' notice, where feasible. 2. In emergency situations, the photographer shall take additional photographs within 24 hours of Engineer's request. 3. Circumstances that could require additional photographs include, but are not limited to: a. Substantial Completion of a major phase or component of Work. b. Owner's or Engineer's request for special publicity photographs. c. Special events planned at Project Site. d. Immediate follow-up when on -site events result in construction damage or losses. e. Photographs to be taken at fabrication locations away from Project Site. f. Extra record photographs at time of final acceptance. END OF SECTION 01325 1 01325-Constr Photos.doc 01325-5 0396-1000 I SECTION 01330 - SUBMITTALS PART1- GENERAL 1.01 SUMMARY: A. This Section includes definitions, descriptions, transmittal, and review of Submittals. B. Related Work Specified Elsewhere: 1. Project Meetings, Schedules, and Reports: SECTION 01320. 2. Schedule: SECTION 01321. 3. Construction Photographs: SECTION 01325. 4. Contract Closeout: SECTION 01780. 1.02 GENERAL INFORMATION: A. Definitions: 1. Shop Drawings, product data, and Samples are technical Submittals prepared by Contractor, Subcontractor, manufacturer, or Supplier and submitted by Contractor to Engineer as a basis for approval of the use of Equipment and Materials proposed for incorporation in the Work or needed to describe installation, operation, maintenance, or technical properties. a. Shop Drawings include custom -prepared data of all types including drawings, diagrams, performance curves, material schedules, templates, instructions, and similar information not in standard printed form applicable to other projects. b. Product data includes standard printed information on materials, products, and systems; not custom -prepared for this Project, other than the designation of selections from available choices. c. Samples include both fabricated and unfabricated physical examples of materials, products, and Work; both as complete units and as smaller portions of units of Work; either for limited visual inspection or (where indicated) for more detailed testing and analysis. Mock-ups are a special form of Samples which are too large to be handled in the specified manner for transmittal of Sample Submittals. 2. Informational Submittals are those technical reports, administrative Submittals, certificates, and guarantees not defined as Shop Drawings, product data, or Samples. a. Technical reports include laboratory reports, tests, technical procedures, technical records, and Contractor's design analysis. b. Administrative Submittals are those nontechnical Submittals required by the Contract Documents or deemed necessary for administrative records. These Submittals include maintenance agreements, Bonds, Project photographs, physical work records, statements of applicability, copies of industry standards, Project record data, security/protection/safety data, and similar type Submittals. c. Certificates and guarantees are those Submittals on Equipment and Materials where a written certificate or guarantee from the manufacturer or Supplier is called for in the Specifications. 3. Refer to ARTICLES 1.03 and 1.04 of this Part for detailed lists of documents and specific requirements. I01330-Submittals.doc 01330— 1 0396-1000 1 SECTION 01330 - SUBMITTALS (continued) B. Quality Requirements: 1. Submittals such as Shop Drawings and product data shall be of suitable quality for legibility and reproduction purposes. Every line, character, and letter shall be clearly legible. Drawings such as reproducibles shall be useable for further reproduction to yield legible hard copy. 2. Documents submitted to Engineer that do not conform to specified requirements shall be subject to rejection. Contractor shall resubmit conforming documents. If conforming Submittals cannot be obtained, such documents shall be retraced, redrawn, or photographically restored as may be necessary to meet such requirements. Contractor's (or his Subcontractor's) failure to initially satisfy the legibility quality requirements will not relieve Contractor (or his Subcontractors) from meeting the required schedule for Submittals. C. Language and Dimensions: 1. All words and dimensional units shall be in the English language. 2. Metric dimensional unit equivalents may be stated in addition to the English units. However, English units of measurement shall prevail. D. Submittal Completeness: 1. Submittals shall be complete with respect to dimensions, design criteria, materials of construction, and other information specified to enable Engineer to review the information effectively. 2. Where standard drawings are furnished which cover a number of variations of the general class of Equipment, each drawing shall be annotated to indicate exactly which parts of the drawing apply to the Equipment being furnished. Use hatch marks to indicate variations that do not apply to the Submittal. The use of "highlighting markers" will not be an acceptable means of annotating Submittals. Annotation shall also include proper identification of the Submittal permanently attached to the drawing. 3. Reproductions or copies of Contract Drawings or portions thereof will not be accepted as complete fabrication or erection drawings. Contractor may use a reproduction of Contract Drawings for erection drawings to indicate information on erection or to identify detail drawing references. Whenever the Drawings are revised to show this additional Contractor information, Engineer's title block shall be replaced with a Contractor's title block, and Engineer's professional seal shall be removed from the drawing. The Contractor shall revise these erection drawings for subsequent Engineer revisions to the Contract Drawings. 1.03 TECHNICAL SUBMITTALS: A. Items shall include, but not be limited to, the following: I. Manufacturer's specifications. 2. Catalogs, or parts thereof, of manufactured Equipment. 3. Shop fabrication and erection drawings. 4. General outline drawings of Equipment showing overall dimensions, location of major components, weights, and location of required building openings and floor plates. I I I I r I P L r I I I I I 01330-Submittals.doc 01330— 2 0396-1000 1 I — (continued) 01330 SUBMITTALS (cont ued) 5. Detailed Equipment installation drawings, showing foundation details, anchor bolt sizes and locations, baseplate sizes, location of Owner's connections; and all clearances required for erection, operation, and disassembly for maintenance. 6. Schematic diagrams for electrical items, showing external connections, terminal block numbers, internal wiring diagrams and one -line diagrams. 7. Bills of material and spare parts list. 8. Instruction books and operating manuals. 9. Material lists or schedules. ' 10. Performance tests on Equipment by manufacturers. 11. Concrete mix design information. 12. Samples and color charts. ,I 13. All drawings, catalogs or parts thereof, manufacturer's specifications and data, samples, instructions, and other information specified or necessary: a. For Engineer to determine that the Equipment and Materials conform with the design concept and comply with the intent of the Contract Documents. b. For the proper erection, installation, operation, and maintenance of the Equipment and Materials which Engineer will review for general content but not for basic details. c. For Engineer to determine what supports, anchorages, structural details, connections, and services are required for the Equipment and Materials, and the effects on contiguous or related structures and Equipment and Materials. B. Schedule of Submittals: 1. Prepare for Engineer's concurrence, a schedule for submission of all Submittals specified or necessary for Engineer's approval of the use of Equipment and Materials proposed for incorporation in the Work or needed for proper installation, operation, or maintenance. Submit the schedule with the procurement schedule and construction progress schedule. Schedule submission of all Submittals to permit review, fabrication, and delivery in time so as to not cause a delay in the Work of Contractor or his Subcontractors or any other contractors as described herein. 2. In establishing schedule for Submittals, allow 22 days after submittal to I Engineer for reviewing original Submittals and 17 days after submittal to Engineer for reviewing resubmittals. 3. The schedule shall indicate the anticipated dates of original submission for each item and Engineer's approval thereof, and shall be based upon at least one resubmission of each item. 4. Schedule all Submittals required prior to fabrication or manufacture for submission within 90 days of the Notice to Proceed. Schedule Submittals pertaining to storage, installation, and operation at the Site for Engineer's approval prior to delivery of the Equipment and Materials. 5. Resubmit Submittals the number of times required for Engineer's "Submittal Approved." However, any need for resubmittals in excess of the number set forth in the accepted schedule, or any other delay in obtaining approval o€ Submittals, will not be grounds for extension of the Contract Times, provided Engineer completes his reviews within the times specified. I01330-Submittais.doc 01330-3 0396-1000 '1 SECTION 01330 — SUBMITTALS (continued) C. Transmittal of Submittals: I . All Submittals for Equipment and Materials furnished by Contractor, Subcontractors, manufacturers, and Suppliers shall be submitted to Engineer by Contractor. Engineer will log the Submittals, 2. After checking and verifying all field measurements, transmit all Submittals to Engineer for approval as follows: a. Submittal Information Block: (1) Affix to all paper copies whether Submittal is prepared by Contractor, Subcontractor, or Supplier. Use transparent decal type Submittal Information Blocks for Shop Drawings and use gummed paper type for product data Submittals. (2) An example of the Submittal Information Block is included as an appendix to this Section. b. Mark each Submittal by Project name and number, Contract title and number, and the applicable Specification Section and Article number. Include in the letter of transmittal the Drawing number and title, sheet number (if applicable), revision number, and electronic filename (if applicable). Unidentified Submittals will be returned for proper identification. c. Check and include Contractor's approval for Submittals of Subcontractors, Suppliers, and manufacturers prior to transmitting to Engineer. Contractor's approval shall constitute a representation to Owner and Engineer that Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, or Contractor assumes full responsibility for doing so, and that Contractor has coordinated each Submittal with the requirements of the Work and the Contract Documents. d. At the time of each submission, call to the attention of Engineer in the letter of transmittal any deviations from the requirements of the Contract Documents. e. Make all modifications noted or indicated by Engineer and return revised Submittals until approved. Direct specific attention in writing, or on revised Submittals, to changes other than the modifications called for by Engineer on previous Submittals. After paper copy Submittals have been approved, submit copies thereof for final distribution. Previously approved Submittals transmitted for final distribution will not be further reviewed and are not to be revised. If errors are discovered during manufacture or fabrication, correct the Submittal and resubmit for review. f. Following completion of the Work and prior to final payment, furnish record documents and approved Samples and Shop Drawings necessary to indicate "as constructed" conditions, including field modifications, in the number of copies specified. Furnish additional copies for insertion in Equipment instruction books and operating manuals as required. All such copies shall be clearly marked "PROJECT RECORD." g. Keep a copy or sample of each Submittal in good order at the Site. j J 01330-Submittals.doc 01330 -- 4 0396-1000 t I I �J .1 I r L I 1 [1 1 LI I I SECTION 01330 — SUBMITTALS (continued) 3. Quantity Requirements: a. Except as otherwise specified, transmit all Shop Drawings in the following quantities: (1) Initial Submittal: (a) Paper — 6 copies to Engineer. 3 copies will be returned to Contractor. (2) Resubmittals: (a) Paper -- 6 copies to Engineer. 3 copies will be returned to Contractor. (3) Submittal for final distribution: (a) Paper —3 copies plus the number required by Contractor, to Engineer. (4) As -constructed documents: (a) Paper —3 copies to Engineer. b. Transmit Submittals of product data as follows: (1) Initial Submittal: (a) Paper —6 copies to Engineer. 3 copies will be returned to Contractor. (2) Resubmittals: (a) Paper — 6 copies to Engineer. 3 copies will be returned to Contractor. (3) Submittal for final distribution: (a) Paper —3 copies plus the number of copies required by Contractor, to Engineer. c. Transmit Submittals of Material Samples, color charts, and similar items as follows: (1) Initial Submittal —5 to Engineer. (2) Resubmittal —5 to Engineer. (3) Upon approval, -- 2 Samples will be returned to Contractor. d. Transmit Submittals of Equipment instruction books and operating manuals as follows: (1) Initial Submittal: (a) Paper — 5 copies to Engineer. One copy will be returned to Contractor. (2) Resubmittals: (a) Paper — 5 copies to Engineer. One copy will be returned to Contractor. (3) Submittal for Final Distribution —4 paper copies to Engineer. e. Transmit Submittals for reference only: (1) Paper — 4 copies to Engineer. f. Owner may copy and use for internal operations and staff training purposes any and all document Submittals required by this Contract and approved for final distribution, whether or not such documents are copyrighted, at no additional cost to Owner. If permission to copy any such Submittal for the purposes stated is unreasonably withheld from Owner by Contractor or any Subcontractor, manufacturer, or Supplier, Contractor shall provide to Engineer 30 copies plus the number of copies required by Contractor at each final distribution issue. I01330-Submittals.doc 01330-5 0396-1000 SECTION 01330 — SUBMITTALS (continued) 4. Equipment erection drawings and other Submittals required for the installation of Equipment furnished by others under separate contract for installation under this Contract will be transmitted to Contractor by Engineer in the final distribution of such Submittals. 5. Information to Manufacturer's District Office: Contractor shall arrange for manufacturers and Suppliers of Equipment and Materials to furnish copies of all agreements, drawings, specifications, operating instructions, correspondence, and other matters associated with this Contract to the manufacturer's district office servicing the Owner. Insofar as practicable, all business matters relative to Equipment and Materials included in this Contract shall be conducted through such local district offices. D. Engineer's Review: I. Engineer will review and will return Submittals and notations to Contractor. Instruction books and similar Submittals will be reviewed by Engineer for general content but not for basic details. 2. Work requiring a Submittal shall not be commenced or shipped until the Submittal has been marked "Submittal Approved" or "Submittal Approved as Noted" by Engineer. 3. Engineer's approval of Submittals will not relieve Contractor from Contractor's responsibility as stated in the GENERAL CONDITIONS. E. Submittal Action Stamp: I. Engineer's review action will appear on all Submittals of Contractor when returned by Engineer. Review status designations listed on submittal action stamp are defined as follows: A — SUBMITTAL APPROVED: Signifies Equipment or Material represented by the Submittal conforms with the design concept and complies with the intent of the Contract Documents and is approved for incorporation — in the Work. Contractor is to proceed with fabrication or procurement of the items and with related Work. B — SUBMITTAL APPROVED AS NOTED (RESUBMIT): Signifies Equipment and Material represented by the Submittal conforms with the design concept and complies with the intent of the Contract Documents and is approved for incorporation in the Work in accordance with Engineer's notations. Contractor is to proceed with fabrication or procurement of the items and with related Work in accordance with Engineer's notations and is to submit a revised Submittal responsive to notations marked on the returned Submittal or written in the letter of transmittal. C — SUBMITTAL RETURNED FOR REVISION (RESUBMIT): Signifies k Equipment and Material represented by the Submittal appears to conform with the design concept and comply with the intent of the Contract Documents but information is either insufficient in detail or contains discrepancies which prevent Engineer from completing his review. Contractor is to resubmit revised information responsive to Engineer's annotations on the returned Submittal or written in the letter of transmittal. Fabrication or procurement of items represented by the Submittal and related Work is not to proceed until the Submittal is approved. 01330-Subniittals.doc 01330-6 0396-1000 1 SECTIO N 01330 — SUBMITTALS (continued) D — SUBMITTAL NOT APPROVED (SUBMIT ANEW): Signifies Equipment and Material represented by the Submittal does not conform with the design concept or comply with the intent of the Contract Documents and is disapproved for use in the Work. Contractor is to provide Submittals responsive to the Contract Documents. E — PRELIMINARY SUBMITTAL: Signifies Submittals of such preliminary nature that a determination of conformance with the design concept or compliance with the intent of the Contract Documents must be deferred until additional information is furnished. Contractor is to submit such additional information to permit layout and related activities to proceed. F — FOR REFERENCE, NO APPROVAL REQUIRED: Signifies Submittals which are for supplementary information only; pamphlets, general information sheets, catalog cuts, standard sheets, bulletins and similar data, all of which are useful to Engineer or Owner in design, operation, or maintenance, but which by their nature do not constitute a basis for determining that items represented thereby conform with the design concept or comply with the intent of the Contract Documents. Engineer reviews such Submittals for general content but not for basic details. G -- DISTRIBUTION COPY (PREVIOUSLY APPROVED): Signifies Submittals which have been previously approved and are being distributed to Contractor, Owner, Resident Project Representative, and others for coordination and construction purposes. F. Instruction Books and Operating Manuals: 1. Equipment instruction books and operating manuals prepared by the • manufacturer shall include the following: a. Index and tabs. b. Instructions for installation, start-up, operation, inspection, maintenance, parts lists and recommended spare parts, and data sheets showing model numbers. c. Applicable drawings. d. Warranties and guarantees. e. Address of nearest manufacturer -authorized service facility. f. All additional data specified. 2. Information listed above shall be bound into hard -back binders of Bok-Hinge Split Prong Binder or McBee Swing Hinge type. Sheet size shall be 8-112 x 11. Binder color shall be black. Capacity shall be a minimum of 1 -1/2 -inches, but sufficient to contain and use sheets with ease. a. Provide with following accessories: (1) Label holder. (2) Business card holder. (3) Sheetlifters. (4) Horizontal pockets. b. The following information shall be imprinted, inserted or affixed by label on the binder front cover: (1) Equipment name. (2) Manufacturer's name. t01330-Submittals.doc 01330-7 0396-1000 t SECTION 01330 - SUBMITTALS (continued) (3) Project name. (4) Contract name and number. c. The following information shall be imprinted, inserted, or affixed by label on the binder spine: (1) Equipment name. (2) Manufacturer's name. (3) Volume number (if applicable). G. Samples: 1. Office Samples shall be of sufficient size and quantity to clearly illustrate the following: a. Functional characteristics of the product, with integrally related parts and attachment devices. b. Full range of color, texture, and pattern. 2. Field Samples and Mock-ups: a. Contractor shall erect field Samples and mock-ups at the Project Site and at a location acceptable to Engineer. b. _ Size or area shall be as specified in the respective Specification Section. c. Fabricate each Sample and mock-up complete and finished. d. Remove mock-ups at conclusion of Work or when acceptable to the Engineer if not a permanent part of construction. 1.04 INFORMATIONAL SUBMITTALS: A. Informational Submittals are comprised of technical reports, administrative Submittals, and guarantees which relate to the Work, but do not require Engineer approval prior to proceeding with the Work. Informational Submittals may include, but are not limited to: 1. Welder qualification tests. 2. Welding procedure qualification tests. 3. X-ray and radiographic reports. 4. Hydrostatic testing of pipes. 5. Field test reports. 6. Concrete cylinder test reports. 7. ASME pressure vessel test reports. 8. Certification on Materials: a. Steel mill tests. b. Roofing lab tests. c. Brick and concrete masonry unit lab tests. d. Paint lab tests. e. Metal paneling lab tests. f. Cement tests. 9. Soil test reports. 10. Air handling balancing reports. 11. Temperature records. 12. Piping stress analysis. 13. Shipping or packing lists. 14. Job progress schedules. 15. Equipment and Material delivery schedules. 16. Progress photographs. I i I I I- I 01330-Submittals.doc 01330-8 0396-1000 r I I fl I I I I SECTION 01330 — SUBNETTALS (continued) 17. Warranties and guarantees. 18. Fire protection and hydraulic calculations. 19. Environmental Compliance Documentation. B. Transmittal of Informational Submittals: 1. All informational Submittals furnished by Subcontractors, manufacturers, arid Suppliers shall be submitted to Engineer by Contractor unless otherwise specified. a. Identify each informational Submittal by Project name and number, Contract title and number, and the Specification Section and Article number marked thereon or in the letter of transmittal. Unidentifiable Submittals will be returned for proper identification. b. At the time of each submission, call to the attention of Engineer in the letter of transmittal any deviations from the requirements of the Contract Documents. 2. Quantity Requirements: a.' Technical reports and administrative Submittals except as otherwise specified: (1) Engineer: Three copies. b. Written Certificates and Guarantees: 1 (1) Engineer: 6 copies. 3. Test Reports: a.; Responsibilities of Contractor, Owner, and Engineer regarding tests and inspections of Equipment and Materials and completed Work are set forth elsewhere in these Contract Documents. b. The party specified responsible for testing or inspection shall in each case, unless otherwise specified, arrange for the testing laboratory or reporting agency to distribute test reports as follows: (1) Engineer: Two copies. (2) Resident Project Representative: One copy. (3) Contractor: Two copies. (4) Manufacturer or Supplier: One copy. C. Engineer's Review: 1. Engineer will review informational Submittals for indications of Work or Material deficiencies. 2. Engineer will respond to Contractor on those informational Submittals which indicate Work or Material deficiency. PART 2- PRODUCTS — NOT APPLICABLE. PART 3- EXECUTION — NOT APPLICABLE. END OF SECTION 01330 I01330-Submittals.doc 01330-9 0396-1000 Ii SUBMITTAL INFORMATION BLOCK I Contractor fill in all blanks without preprinted information -7 Corrections or comments made on the . Contract Name/Title: MOUNT SEQUOYAH Shop Drawings during Engineer's review do WATER AND SEWER IMPROVEMENTS not relieve Contractor from compliance with requirements of the Contract Contract No. Documents_ This check is only for review of general conformance with design Spec. Sect. No. concept of the project and general compliance with the information given in the Contract Documents. The Contractor is responsible for: confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; coordinating his Work with that of all other trades; and performing his work in a safe and satisfactory manner. Contractor's Approval (See Contract Documents) Engineer's Action (See Contract Documents) Contractor Date Received Initials & Date Initials & Date Approved By Date A E B F C G D A. Aooroved (Do not send drawing to Engineer without Contractor's prior Approval) B. A roved as Noted(Resubmit) C. Revise and Resubmit D. Dissaooroved (Submit a New) E. Preliminary F. For Reference (Aonroval Not Required) G. Distribution Copy (Previously Approved) f Contractor fill in this block on all Submittals R For the use of the Engineer 1. Use this Submittal Information Block on all Shop Drawings, whether prepared by Contractor, Subcontractor, or Supplier. Place as near as possible to the drawing title in the lower right corner. 2. Affix the Submittal Information Blocks to all "product data" type Submittals immediately inside the front cover. 01330.01 Submittal Information BIock.doc 01330.01- 1 0596-1000 I SECTION 01420 - DEFINITIONS AND STANDARDS PART1- GENERAL 1.01 SUMMARY: A. Definitions: 1. Basic contract definitions used in the Contract Documents are defined in the GENERAL CONDITIONS. Definitions and explanations are not necessarily either complete or exclusive, but are general for the Work. 2. General Requirements are the provisions or requirements of DIVISION 1. Sections, and which apply to the entire Work of the Contract. B. Related Information Specified Elsewhere: Specification standards and associations applicable to the Work are specified in each Section. 1.02 SPECIFICATION FORMAT AND CONTENT EXPLANATIONS: A. Specification Format: The Specifications are organized into tow (2) major divisions of CONTRACT DOCUMENTS and TECHNICAL SPECIFICATIONS. Divisions and Sections based on the Construction Specifications Institute's (CSI) S 1. Sections: For convenience, a basic unit of Specification text is a "Section," each unit of which is numbered and named. The Section title is not intended to limit meaning or content of Section, nor to be fully descriptive of requirements specified therein, nor to be an integral part of text. 2. Section Numbering: Used for identification and to facilitate cross-references in Contract Documents. Sections are placed in numeric sequence; however, numbering sequence is not complete, and listing of Sections in Table of Contents at beginning of the Project Manual must be consulted to determine numbers and names of Specification Sections in these Contract Documents. 3. Page Numbering: Numbered independently for each Section. Section number is shown with page number at bottom of each page, to facilitate location of text. 4. Underscoring of Titles: Used strictly to assist reader of Specification in • scanning text for key words in content. No emphasis on or relative importance is intended except where underscoring may be used in body of text to emphasize a duty, critical requirement, or similar situation. 5. Project Identification: Project file number and identification are recorded at I bottom of each page of Specifications to minimize possible misuse of Specifications, or confusion with other Project Specifications. B. Specification Content: 1. These Specifications apply certain conventions in the use of language and the intended meaning of certain terms, words, and phrases when used in particular situations or circumstances. These conventions are explained as follows: a. Imperative and Streamlined Language: These Specifications are written in imperative and abbreviated form. This imperative language of the technical Sections is directed at the Contractor, unless specifically noted otherwise. Incomplete sentences shall be completed by inserting "shall," "the Contractor shall," and "shall be," and similar mandatory phrases by inference in the same manner as they are applied to notes on the 01420 -Definitions & Standards.doc 01420— 1 0396-1000 SECTION 01420 - DEFINITIONS AND STANDARDS (continued) Drawings. The words "shall be" shall be supplied by inference where a colon (:) is used within sentences or phrases. Except as worded to the contrary, fulfill (perform) all indicated requirements whether stated imperatively or otherwise. b. Specifying Methods: The techniques or methods of specifying requirements varies throughout text, and may include "prescriptive," "compliance with standards," "performance," "proprietary," or a combination of these. The method used for specifying one unit of Work has no bearing on requirements for another unit of Work. c. Overlapping and Conflicting Requirements: Where compliance with two or more industry standards or sets of requirements is specified, and overlapping of those different standards or requirements establishes different or conflicting minimums or levels of quality, notify Engineer for a decision as specified in GENERAL CONDITIONS. d. Abbreviations: Throughout the Contract Documents are abbreviations implying words and meanings which shall be appropriately interpreted. Specific abbreviations have been established, principally for lengthy technical terminology and in conjunction with coordination of Specification requirements with notations on Drawings and in schedules. These are normally defined at first instance of use. Organizational and association names and titles of general standards are also abbreviated. C. Assignment of Specialists: In certain instances, Specification text requires that specific Work be assigned to specialists in the operations to be performed. These specialists shall be engaged for performance of those units of Work, and assignments are requirements over which Contractor has no choice or option. These assignments shall not be confused with, and are not intended to interfere with, enforcement of building codes and similar regulations governing the Work, local trade and union jurisdictions, and similar conventions. Nevertheless, final responsibility for fulfillment of Contract requirements remains with Contractor. D. Trades: Except as otherwise specified or indicated, the use of titles such as "carpentry" in Specification text, implies neither that the Work must be performed by an accredited or unionized tradesperson of corresponding generic name (such as "carpenter"), nor that specified requirements apply exclusively to work by tradespersons of that corresponding generic name. 1.03 DRAWING SYMBOLS: I A. Except as otherwise indicated, graphic symbols used on Drawings are those symbols recognized in the construction industry for purposes indicated. Refer instances of uncertainty to Engineer for clarification. S. I 01420 -Definitions & Standards.doc 01420 —2 0396-1000 iii SECTION 01420 - DEFINITIONS AND STANDARDS (continued) 1.04 INDUSTRY STANDARDS: A. Applicability of Standards: Except where the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents. Such standards are made a part of the Contract Documents by reference and are stated in each Section. 1 1. Referenced standards, referenced directly in Contract Documents or by governing regulations, have precedence over nonreferenced standards which are recognized in industry for applicability to the Work. 2. Where compliance with an industry standard is required, standard in effect shall be as stated in GENERAL CONDITIONS. 3. Where an applicable code or standard has been revised and reissued after the date of the Contract Documents and before performance of Work affected, the Engineer will decide whether to issue a Change Order to proceed with the updated standard. 4. In every instance the quantity or quality level shown or specified shall be the minimum to be provided or performed. The actual installation may comply exactly, within specified tolerances, with the minimum quantity or quality specified, or it may exceed that minimum within reasonable limits. In complying with these requirements, indicated numeric values are minimum or maximum values, as noted, or appropriate for the context of the • requirements. Refer instances of uncertainty to the Engineer for a decision before proceeding. 5. Each entity engaged in construction on the Project is required to be familiar with industry standards applicable to that entity's construction activity. Copies of applicable standards are not bound with the Contract Documents. a. Where copies of standards are needed for performance of a required construction activity, Contractor shall obtain copies directly from the .I publication source. B. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. Where such acronyms or abbreviations are used in the Specifications or other Contract Documents, they mean the recognized name of the trade association, standards generating organization, authority having jurisdiction, or other entity applicable to the context of the text provision. PART 2- PRODUCTS — Not Applicable. PART 3- EXECUTION — Not Applicable. END OF SECTION 01420 t I 1 01420 -Definitions & Standards.doc 01420-3 0396-1000 I SECTION 01530 - TEMPORARY BARRIERS AND CONTROLS PARTI- GENERAL 1 ` 1.01 SUMMARY: A. This Section includes General Requirements for: 1. Safety and protection of Work. 2. Safety and protection of existing property. 3. Barriers. 4, Security. 5. Environmental controls. 6. Access roads and parking areas. 7. Traffic control and use of roadways. IS. Railroad service. B. Related Work Specified Elsewhere: 1. Temporary Utilities and Facilities: SECTION 01560. PART 2- PRODUCTS — Not Applicable. PART 3- EXECUTION 3.01 SAFETY AND PROTECTION OF WORK AND PROPERTY: .I A. General: 1. Provide for the safety and protection of the Work as set forth in GENERAL CONDITIONS. Provide protection at all times against rain, wind, storms, frost, freezing, condensation, or heat so as to maintain all Work and Equipment and Materials free from injury or damage. At the end of each day, all new Work likely to be damaged shall be appropriately protected. 2. Notify Engineer immediately at any time operations are stopped due to conditions which make it impossible to continue operations safely or to obtain proper results. .3. Construct and maintain all necessary temporary drainage and do all pumping necessary to keep excavations, floors, pits, trenches, manholes, and ducts free of water. 4. Protect floors from damage by proper covering and care when handling heavy equipment, painting, or handling mortar or other such materials. Use proper cribbing and shoring to prevent overloading of floors while moving heavy equipment. Provide metal pans under pipe -threading machines and clean such pans daily, keeping oil off floors. Restore floors to former condition where damaged or stained. 5. Concrete floors less than 28 days old shall not be loaded without written permission from Engineer. 6. Restrict access to roofs except as required by the Work. Where access is required, provide protection with plywood, boards, or other suitable materials. B. Property Other than Owner's: 1. Provide for the safety and protection of property as set forth in the GENERAL CONDITIONS. Report immediately to the owners thereof and 01530 -Barriers & Temp Controls.doc 01530— 1 0396-1000 I SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS (continued) promptly repair damage to existing facilities resulting from construction operations. 2. Names and telephone numbers of representatives of agencies and utilities having jurisdiction over streets and utilities in the Work area can be obtained r. from Engineer for the agencies listed below. Concerned agencies or utilities shall be contacted a minimum of 24 hours prior to performing Work, closing streets and other traffic areas, or excavating near underground utilities or pole lines. a. Water. Fayetteville Water & Sewer 479-575-8386 b. Gas. Arkansas Western Gas 479-521-5400 c. Sanitary sewers. Fayetteville Water & Sewer 479-575-8386 d. Storm drains. Fayetteville Street Department 479-575-8390 e. Telephone. AT&T 479-442-3171 f. Electric. AEP-Swepco 1-888-216-3523 g. Electric Ozarks Electric Coop 479-521-2900 h. Municipal streets. Fayetteville Street Department 479-575-8390 i. County Roads Washington County Road Dept 479-444-1610 j. City Engineer. City of Fayetteville 479-575-8206 k. Fire. City of Fayetteville 479-575-8365 1. Police. City of Fayetteville 479-575-3555 m. Police. Washington County Sheriff's Department 479-444-1850 3. Operation of valves or other appurtenances on existing utilities, when required, shall be by or under the direct supervision of the owning utility. 4. Where fences are to be breached on private property, the owners thereof shall be contacted and arrangements made to ensure proper protection of any livestock or other property thus exposed. 5. The applicable requirements specified for protection of the Work shall also apply to the protection of existing property of others. 6. Before acceptance of the Work by Owner, restore all property affected by Contractor's operations to the original or better condition. 3.02 BARRIERS: I A. General: 1. Furnish, install, and maintain suitable barriers as required to prevent public entry, protect the public, and to protect the Work, existing facilities, trees, and plants from construction operations. Remove when no longer needed or at completion of Work. 2. Materials may be new or used, suitable for the intended purpose, but shall not violate requirements of applicable codes and standards or regulatory agencies. 3. Barriers shall be of a neat and reasonable uniform appearance, structurally adequate for the required purposes. 4. Maintain barriers in good repair and clean condition for adequate visibility. Relocate barriers as required by progress of Work. 5. Repair damage caused by installation and restore area to original or better condition. Clean the area. 01530 -Barriers & Temp Controls.doc 01530-2 0396-1000 I I SECTION 01530 - TEMPORARY BARRIERS AND CONTROLS (continued) • B. Tree and Plant Protection: 1. Preserve and protect existing trees and plants at the Site which are designated to remain and those adjacent to the Site. 2. Provide temporary barriers around each, or around each group of trees and plants. Unless indicated or specified otherwise, construct to a height of 6 feet around trees, and to a height to adequately protect plants. 3. Consult with Engineer and remove agreed -on roots and branches which will interfere with construction. Employ qualified tree surgeon to remove and to • treat cuts. 4. Protect root zones of trees and plants as follows: a. Do not allow vehicular traffic or parking. b. Do not store materials or products. c. Prevent dumping of refuse or chemically injurious materials or liquids. Id. Prevent puddling or continuous running water. 5. Carefully supervise excavating, grading and filling, and subsequent construction operations to prevent damage. 6. Remove and replace, or suitably repair, trees and plants which are damaged or destroyed due to construction operations, and which were designated to remain. 3.03 ENVIRONMENTAL CONTROLS: A. Noise Control: OSHA requirements shall be adhered to for this contract. B. Dust Control: 1. Provide positive methods and apply dust control materials to minimize raising dust from construction operations; and to prevent airborne dust from dispersing into the atmosphere, 2. Clean interior spaces prior to the start of finish painting and continue cleaning on an as -needed basis until painting is finished. 3. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly -coated surfaces. C. Water and Erosion Control: 1. Provide methods to control surface water to prevent damage to the Project, the Site, or adjoining properties. 2. Plan and execute construction and earthwork by methods to control surface drainage from cuts and fills, and from borrow and waste disposal areas, to prevent erosion and sedimentation. a. Hold the areas of bare soil exposed at one time to a minimum. b. Provide temporary control measures such as berms, dikes, and drains. 3. Control fill, grading, and ditching to direct surface drainage away from excavations, pits, tunnels, and other construction areas; and to direct drainage to proper runoff. 4. Provide, operate, and maintain hydraulic equipment of adequate capacity to control surface and groundwater. 5. Dispose of drainage water in a manner to prevent flooding, erosion, or other damage to any portion of the Site or to adjoining areas. i01530 -Barriers & Temp Controls.doc 01530-3 0396-1000 I SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS (continued) I 6. Provide temporary drainage where the roofing or similar waterproof deck construction is completed prior to the connection and operation of the permanent drainage piping system. 7. Comply with all other requirements indicated or specified. D. Debris Control and Clean -Up: P 1. Keep the premises free at all times from accumulations of debris, waste materials, and rubbish caused by construction operations and employees. Responsibilities shall include: a. Adequate trash receptacles about the Site, emptied promptly when filled. b. Periodic cleanup to avoid hazards or interference with operations at the Site and to maintain the Site in a reasonably neat condition. c. The keeping of construction materials such as forms and scaffolding neatly stacked. d. Immediate cleanup to protect the Work by removing splattered concrete, asphalt, oil, paint, corrosive liquids, and cleaning solutions from walls, floors, and metal surfaces before surfaces are marred. 2. Prohibit overloading of trucks to prevent spillages on access and haul routes. Provide periodic inspection of traffic areas to enforce requirements. 3. Final cleanup is specified in SECTION 01780 - CONTRACT CLOSEOUT. E. Pollution Control: 1. Provide methods, means, and facilities required to prevent contamination of soil, water, or atmosphere by the discharge of hazardous or toxic substances from construction operations. 2. Provide equipment and personnel, perform emergency measures required to contain any spillages, and remove contaminated soils or liquids. Excavate and dispose of any contaminated earth off -Site in approved locations, and replace with suitable compacted fill and topsoil. 3. Take special measures to prevent harmful substances from entering public waters, sanitary, or storm sewers. 4. Adhere to the Spill Prevention Control and Countermeasures Plan (SPCCP) requirements as stated in 40 CFR Part 112. 3.04 ACCESS ROADS AND PARKING AREAS: I A. New Temporary On -Site Roads and Parking Areas: I 1. Locate roads, drives, walks, and parking facilities to provide access to construction offices, mobilization, Work, storage areas, and other areas required for execution of the Contract. a. Consult with Engineer regarding any desired deviation therefrom. b. Size of parking facilities shall be adequate to provide for needs of Contractor's personnel, Resident Project Representatives, and visits to Site by Engineer and Owner. 2. Provide access for emergency vehicles. Maintain driveways a minimum of 15 feet wide between and around combustible materials in storage and mobilization areas. 3. Maintain traffic areas free of excavated materials, construction equipment, snow, ice, and debris. 01530 -Barriers & Temp Controls.doc 01530-4 0396-1000 I SECTION 01530 - TEMPORARY BARRIERS AND CONTROLS (continued) 1 4. Construct temporary bridges and culverts to span low areas and allow unimpeded drainage. 5. Keep fire hydrants and water control valves free from obstruction and accessible for use. 6. Construction: a. Clear areas required. b. Fill, compact, and grade areas as necessary to provide suitable support for vehicular traffic under anticipated loadings. Materials and construction shall be as indicated or specified. Sc. Provide for surface drainage of facilities and surrounding areas. d. Maintain roads, walks, and parking areas in a sound, clean condition. Repair or replace portions damaged during progress of Work. 7. Removal: a. Completely remove temporary materials and construction when construction needs can be met by use of permanent installation, unless construction is to be integrated into permanent construction. Remove and dispose of compacted materials to depths required by various conditions to be met in completed Work. b. Restore areas to original, better, or specified condition at completion of Work. B. Existing On -Site Roads and Parking Areas: 1. Designated existing on -Site streets and parking facilities may be used for construction traffic. a. Provide temporary additional roads as needed for required construction access. b. Maintain existing construction, and restore to original, better, or specified condition at completion of Work. c. Do not allow heavy vehicles or construction equipment in parking areas. 2. Do not allow existing on -Site streets, parking facilities, or walks to be used for construction traffic, equipment, or personnel. 3.05 TRAFFIC CONTROL AND USE OF ROADWAYS: A. Traffic Control: 1. The Contractor shall plan and execute the work so that interference with the flow of traffic and the passage of pedestrians will be the minimum possible. 2. The Contractor shall be responsible for making provisions for the safe and free passage of persons and vehicles by, over, or around the work until the project is completed. Such provisions shall be satisfactory with the Owner and State, County and local authority having jurisdiction in the area of work. 3. Provide, operate, and maintain equipment, services, and personnel, with traffic control and protective devices, as required to expedite vehicular traffic flow on haul routes, at Site entrances, on -Site access roads, and parking areas. This includes traffic signals and signs, flagmen, flares, lights, barricades, and other devices or personnel as necessary to adequately protect the public. 4. Remove temporary equipment and facilities when no longer required. Restore grounds to original, better, or specified condition when no longer required. 01530 -Barriers & Temp Controls.doc 01530-5 0396-1000 I SECTION 01530 - TEMPORARY BARRIERS AND CONTROLS (continued) 5. When required by the State, County or local authority that traffic be maintained over any construction work in a public or private highway, street, road, or other vehicle traffic path, and such traffic cannot be maintained on the alignment of the original roadbed or pavement, the Contractor shall, at his own expense, provide and/or construct and maintain a detour around the work. Such detours shall be satisfactory to the Owner and to State, County, or local. authority. The Contractor shall provide and maintain all barricades, signs, torches, lights and markers around the work as may be required by the, various agencies having jurisdiction in the work area. The Contractor shall also provide qualified flagmen to direct traffic while working upon a highway, street or road over which traffic must pass. 6. Excavated areas within the traffic lanes of highways, streets or roads and pedestrian walkways shall be backfilled as soon as possible and the area opened to traffic. 7. Bridge over open trenches where necessary to maintain traffic. S. Consult with governing authorities, to establish public thoroughfares which will be used as haul routes and Site access. All operations shall meet the approval of owners or agencies having jurisdiction. 9. The Contractor shall obtain permission from the applicable State, County or local authority(ies) before closing or obstructing any public highway, street or road. This shall include, but not necessarily be limited to, coordination with Fire Departments, 911 services, and other emergency services. 10. The Contractor shall make the same provisions as described above for the passage of vehicular and pedestrian traffic between private property and public highways, streets and roads or other provisions that are satisfactory to the Owner and the property owners involved. B. Maintenance of Roadways: 1. Repair roads, walkways, and other traffic areas damaged by operations. Keep traffic areas as free as possible of excavated materials and maintain in a manner to eliminate dust, mud, and hazardous conditions. 2. All operations and repairs shall meet the approval of owners or agencies having jurisdiction. 3.06 RAILROAD SERVICE: A. Maintenance: 1. Schedule operations and exercise care to avoid any interruption to continuous service over the railroads within or adjacent to the Work area. 2. Before transporting Equipment and Materials across railroad tracks or performing Work within any railroad right-of-way, obtain permission or any necessary permits from the railroads. 3. The Work shall be subject to all supervision, inspection, and other conditions required by the affected railroads. END OF SECTION 01530 I 01530 -Barriers & Temp Controls.doc 01530 —6 0396-1000 SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES PART1- GENERAL 1.01 SUMMARY: A. This Section includes requirements of a temporary nature not normally incorporated into final Work. It includes the following: 1. Utility services. 2. Construction and support facilities. 3. Construction aids. 4. Safety and health. 5. Fire protection. B. Related Work Specified Elsewhere: 1. Temporary Barriers and Controls: SECTION 01530. 1.02 REFERENCES: A. American National Standards Association (ANSI): • 1. A10 Series — Safety Requirements for Construction and Demolition. .I B. National Electrical Contractors Association (NECA): 1. Electrical Design Library — Temporary Electrical Facilities. C. National Fire Protection Association (NFPA): 1. 10 — Portable Fire Extinguishers. 2. 70 — National Electrical Code. 3. 241 — Safeguarding Construction, Alterations, and Demolition Operations. D. National Electrical Manufacturers Association (NEMA). E. Underwriters Laboratories (UL). 1.03 SUBMITTALS: A. Temporary Utilities: Submit reports of tests, inspections, meter readings, and similar ,I procedures performed on temporary utilities. B. Implementation and Termination Schedule: Submit a schedule indicating implementation and termination of each temporary utility within 15 days of the date QUALITY1.04 ASSURANCE: A. Regulations: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction, including but not limited to: 1. Building Code requirements. 2. Health and safety regulations. 3. Utility company regulations. 4. Police, Fire Department, and rescue squad rules. 5. Environmental protection regulations. P B. Standards: 1. Comply with NFPA 10 and 241, and ANSI A10 Series standards "Temporary Electrical Facilities." 01560 -Temp Utilities & Facilities.doc 01560— 1 0396-1000 I SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES (continued) 2. Comply with NEMA, NECA, and UL standards and regulations for temporary electric service. Install service in compliance with NFPA 70. C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.05 PROJECT CONDITIONS: A. Temporary Utilities: Prepare a schedule indicating dates for implementation and I termination of each temporary utility. At the earliest feasible time, when acceptable to Owner, change over from use of temporary service to use of the permanent service. B. Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Take necessary fire prevention measures. Do not overload facilities, or permit them to interfere with progress. Do not allow hazardous, dangerous, unsanitary conditions, or public nuisances to develop or persist on the Site. PART 2 - PRODUCTS 2.01 MATERIALS AND EQUIPMENT: I A. Provide new materials and equipment. If acceptable to Engineer, undamaged previously used materials and equipment in serviceable condition may be used. Provide materials and equipment suitable for the use intended, of capacity for required usage, and meeting applicable codes and standards. Comply with requirements of the TECHNICAL SPECIFICATIONS. Provide by local health I B. Water: potable water approved authorities. C. Water Hoses: Provide 3/4 -inch (19 -mm), heavy-duty, abrasion -resistant, flexible rubber hoses 100 feet (30 m) long, with pressure rating greater than the maximum pressure of the water distribution system. Provide adjustable shutoff nozzles at hose discharge. D. Electrical Outlets: Provide properly configured, NEMA-polarized outlets to prevent insertion of 110- to 120V plugs into higher voltage outlets. Provide receptacle outlets equipped with ground -fault circuit interrupters, reset button, and pilot light for connection of power tools and equipment. I E. Electrical Power Cords: Provide grounded extension cords. Use hard -service cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords if single lengths will not reach areas where construction activities are in progress. Do not exceed safe length -voltage ratio. F. Lamps and Light Fixtures: Provide general service incandescent lamps of wattage required for adequate illumination. Provide guard cages or tempered -glass enclosures where exposed to breakage. Provide exterior fixtures where exposed to moisture: G. Heating Units: Provide temporary heating units that have been tested and labeled by UL, FM, or another recognized trade association related to the type of fuel being consumed. I 01560 -Temp Utilities & Facilities.doc 01560 — 2 0396-1000 r ISECTION 01560 - TEMPORARY UTILITIES AND FACILITIES (continued) H. Fire Extinguishers: Provide hand -carried, portable, UL -rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide hand -carried, portable, UL -rated, Class ABC, dry -chemical extinguishers or a combination of extinguishers of NFPA-recommended classes for the exposures. Comply with NFPA 10 and NFPA 241 for classification, extinguishing agent, and size required by location and class of fire exposure. 1 PART 3- EXECUTION 3.01 TEMPORARY UTILITIES: A. General: 1. Engage the appropriate local utility company to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations. 2. Provide adequate utility capacity at each stage of construction. Prior to availability of temporary utilities at the site, provide trucked -in services as required for start-up of construction operations. 3. Obtain and pay for temporary easements required to bring temporary utilities to the Project Site, where the Owner's permanent easement cannot be used for that purpose. 4. Furnish, install, and maintain temporary utilities required for adequate I. construction, safety, and security. Modify, relocate, and extend systems as Work progresses. Repair damage caused by installation or use of temporary facilities. Grade the areas of Site affected by temporary installations to required elevations and grades, and clean the area. Remove on completion of Work or until service or facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 5. The types of temporary construction utilities and facilities required include, but not by way of limitation, water distribution, drainage, dewatering equipment, enclosure of Work, heat, ventilation, electrical power distribution, lighting, hoisting facilities, stairs, ladders, and roads. I. 6. Inspect and test each service before placing temporary utilities in use. Arrange for required inspections and tests by governing authorities, and obtain required certifications and permits for use. 7. Materials used for temporary service shall not be used in the permanent system unless so specified or acceptable to Engineer. B. Because of operational requirements, Owner may restrict or curtail the Contractor's use of electric power and water. If these utilities are critical to Contractor's operations and completion of the Contract on the agreed schedule, Contractor shall consider furnishing alternate sources for his own use. Restriction or curtailment of these utilities shall not be a basis for a claim against Owner or an extension of the agreed schedule. 01560 -Temp Utilities & Facilities.doc 01560- 3 0396-1000 1 SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES (continued) I 3.02 TEMPORARY ELECTRICITY AND LIGHTING: I A. New Service: 1. Arrange with utility company and provide service required for power and lighting. 2. Connect temporary service in a manner directed by utility company officials. Provide separate meter for metering of power used by all entities authorized to be at or perform Work at the Project Site. 3. The electric service shall be of sufficient capacity and characteristics for the various construction tools, machinery, lights, heating and air conditioning, pumps, and other tools required by Contractor and his Subcontractors. 4. Provide weatherproof, grounded, power distribution system sufficient to accommodate construction operations requiring power, use of power tools, electrical heating, and lighting. Provide overload protection. Locate multiple outlets spaced so that entire area of construction can be reached by power tools on a single extension cord of 100 -foot maximum length. Supply power for electric welding, if any, from either temporary power distribution system or by engine -driven, power -generator sets at Contractor's option. 5. Provide all necessary temporary wiring, panelboards, switches, outlets, and other devices so that power and lighting is available throughout the construction area. Include meters, transformers, overload protection disconnects, automatic ground fault interrupters, and main distribution switch gear. Include overcurrent protection on all conductors of the temporary system. 6. Provide adequate artificial lighting for all areas of Work when natural light is not adequate for Work. a. Sufficient light shall be provided for general construction areas and floor areas, with additional sufficient lighting for specific tasks and to meet safety requirements. B. Use of Existing System: 1. Owner's existing system shall not be used for temporary electricity. C. Use of Permanent System: I. Prior to use of permanent system (facilities being constructed by Contractor) for construction purposes, obtain written permission of Owner. 2. Maintain permanent system as specified for temporary facilities. D. Costs of Installation and Operation: 1. Pay fees and charges for permits and applications. 2. Pay costs of installation, maintenance, removal of temporary services, and restoration of any permanent facilities used. 3. Pay costs of electrical power used. 4. Obtain and pay costs for temporary easements required across properties other than that of Owner. 3.03 TEMPORARY WATER: A. New Service: 1. Arrange with utility service company to provide water for construction purposes. j 01560 -Temp Utilities & Facilities.doc 01560-4 0396-1000 I ISECTION 01560 - TEMPORARY UTILITIES AND FACILITIES (continued) i A I R I I 3.04 2. Connect service to water main in a manner directed by utility company officials. Provide with meter and shut off valve near connection to the water main. 3. Size water service to provide adequate volume for all anticipated construction uses, and to maintain minimum required pressure. 4. Install piping with outlets located so that water is available throughout the construction area. 5. Prevent freezing of water distribution system. Maintain hose connections and outlet valves in leakproof condition. 6. Sterilize temporary water piping prior to use. B. Use of Existing System: 1. Owner's existing system may be used for temporary water. 2. Make connections to existing facilities to provide water for construction purposes. a. Water Source: Make connections to Owner's service located at point indicated or where instructed by Owner. 3. Modify, supplement, and extend system as necessary to meet temporary water requirements and prevent overloading of existing system. 4. Regulate system to prevent interference with Owner's usage. C. Use of Permanent System: I. Prior to use of permanent system for construction purposes, obtain written permission of Owner. 2. Prior to Use of System for Drinking Water: a. Disinfect piping. b. Obtain inspection and approval of governing authority. D. Costs of Installation and Operation: 1. Pay all costs for installation, maintenance, and removal. 2. Pay all costs for water used. TEMPORARY SANITARY FACILITIES: A. Contractor -Furnished Facilities: 1. Furnish, install, and maintain temporary sanitary facilities for use through construction period. Remove on completion of Work. 2. Provide for all construction workers under this Contract and representatives at the Site. 3. Toilet facilities shall be of the chemical, aerated recirculation, or combustion type, properly vented, and fully enclosed with a glass- fiber -reinforced polyester shell or similar nonabsorbent material. 4. Water and sewer connected facilities may be installed to extent permitted by governing regulations. a. Provide lavatories, mirrors, urinals (where applicable), and water closets in water and sewer connected units. Provide only potable water at lavatories. Provide individual compartments for water closets where the unit is intended for occupancy by more than one person. Provide suitable enclosure with nonabsorbent sanitary finish materials and adequate heat, ventilation and lighting. 01560 -Temp Utilities & Facilities.doc 01560-5 0396-1000 I SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES (continued) b. Provide separate toilet facilities for male and female construction personnel as required. 5. Wash Facilities: Install potable water -supplied wash facilities at locations convenient to construction personnel involved in the handling of compounds and materials where wash-up is necessary to .maintain a safe, healthy and sanitary condition. Where recommended or required by governing authorities and regulations or recognized standards provide emergency safety showers, emergency eye -wash fountains, showers, and similar facilities. Dispose of drainage properly. Supply soap and other cleaning compounds appropriate for each condition. 6. Drinking Water Fixtures: Provide containerized tap -dispenser type drinking water units. Provide. drinking water fountains if piped potable water is reasonably accessible from permanent or temporary lines. 7. Supply and maintain toilet tissue, paper towels, paper cups and similar disposable materials as appropriate for each facility. Provide appropriate covered waste containers for used material. B. Use of Existing Facilities: 1 1. Not applicable. 3.05 SEWERS AND DRAINAGE: A. General: Where sewers or drainage facilities are not available for discharge of effluent, provide containers to remove and dispose of effluent off the Site in a lawful manner. If existing sewers are available for temporary drainage near the Site prior to completion of permanent sewers, provide temporary connections to remove effluent that can be lawfully discharged into the sewers. If existing sewers cannot be used for discharge, provide drainage ditches, dry wells, waste stabilization ponds, and similar 1 discharge facilities to remove effluent that can be lawfully discharged in that manner. B. Connect temporary sewers to the municipal sewer systems in the manner directed by the sewer department officials. C. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. Following heavy usage, restore to normal conditions promptly. Provide and maintain temporary earthen embankments and similar barriers in and around construction excavations and subgrade construction, sufficient to prevent flooding by runoff of storm water from heavy rain storms. 3.06 TEMPORARY CONSTRUCTION AIDS: A. General: 1. Provide construction aids and equipment required by personnel and to facilitate the execution of the Work; scaffolds, staging, ladders, stairs, ramps, runways, platforms, railings, hoists, cranes, chutes, and other such facilities and equipment. 2. Materials may be new or used, must be suitable for the intended purpose, and meet the requirements of applicable codes, regulations, and standards. 3. When permanent stair framing is in place, provide temporary treads, platforms, and railings for use by construction personnel. I I I 01560 -Temp Utilities & Facilities.doc 01560.- 6 0396-1000 1 iSECTION 01560 - TEMPORARY UTILITIES AND FACILITIES (continued) 3.07 TEMPORARY SAFETY AND HEALTH: A. General: Contractor shall be responsible for development of safety and health programs for personnel at Project Site as specified in the GENERAL CONDITIONS. • 3.08 TEMPORARY FIRE PROTECTION: l• A. General: 1. Contractor shall be responsible for development of a fire prevention and protection program for all Work under this Contract. • 2. The program shall comply with the applicable provisions for safety and protection as set forth in the GENERAL CONDITIONS and with applicable parts of the NFPA 10 and 241. 3. Locate fire extinguishers where convenient and effective for their intended purpose, but not less than one extinguisher on each floor at or near such usable stairwell. 4. Store combustible materials in containers in fire -safe locations. 5. Maintain unobstructed access to fire extinguishers, fire hydrants, temporary fire protection facilities, stairways, and other access routes for fighting fires. Prohibit smoking in hazardous fire exposure areas. 6. Provide supervision of welding operations and similar sources of fire ignition. 7. Post warning and instructions at each extinguisher location, and instruct construction personnel on proper use of extinguishers and other available facilities at Project Site. Post local fire department telephone number on or near each telephone instrument at Project Site. B. Permanent Fire Protection: 1. Complete each fire protection facility at earliest reasonable date, place into operation, and make ready for emergency use. 2. Instruct personnel at Site on availability and proper use. 3.09 INSTALLATION AND REMOVAL: A. Relocation: Relocate construction aids as required by progress of construction, storage limitations, or Work requirements and to accommodate requirements of Owner and other contractors at the Site. B. Removal: Remove temporary materials, equipment, and services when construction needs can be met and allowed by use of permanent construction, or at completion of the Project. C. Repair: Clean and repair damage caused by installation or by use of temporary facilities. 1. Remove foundations and underground installations for construction aids. 2. Grade the areas of the Site affected by temporary installations to required elevations and clean the area. END OF SECTION 01560 01560 -Temp Utilities & Facilities.doc 01560-7 0396-1000 A ISECTION 01580 - PROJECT IDENTIFICATION AND SIGNS PART1- GENERAL 1.01 SUMMARY: A. This Section includes basic requirements for temporary Project identification and informational signs required during construction. B. Related Work Specified Elsewhere: 1. Submittals: SECTION 01330. • 1.02 QUALITY ASSURANCE: A. Design sign and structure to withstand wind and environmental conditions of locality. Provide with finish adequate to withstand weathering, fading, chipping, and peeling for duration of construction. 1.03 SUBMITTALS: A. Submit as specified in SECTION 01330. B. Includes, but not limited to, the following: II. Shop Drawings and product data as applicable. 2. Show content, layout, lettering, colors, structure, and foundation. PART 2- PRODUCTS 2.01 IDENTIFICATION SIGNS: A. Project Identification: 1. Construct structure and framing of wood or metal, structurally adequate to resist design requirements of locality. • 2. Construct sign surface of minimum 314 inch thickness exterior grade plywood with medium density overlay. Panels shall be of size to minimize joints. Overall size shall be 4' x 8'. 3. Rough hardware shall be galvanized or aluminum. 4. Coating: Paint as of colors selected by Engineer. 5. Information Content: a. Project title, logo, and name of Owner as shown on Contract Documents. b. Names and titles of authorities. c. Name, title and address of Engineer. Id. Name of prime Contractor and major Subcontractors. e. Any additional information requested by Owner. B. Contractor Identification: If not part of Project identification sign, provide and install Contractor's standard sign. I I01580 -Project Ident & Signs.doc 01580— 1 0396-1000 I SECTION 01580 - PROJECT IDENTIFICATION AND SIGNS (continued) 2.02 INFORMATIONAL SIGNS: A. Construction: 1. This includes signs for traffic, construction workers, and general public in regards to directions, warnings, hazards, locations of areas, facilities, equipment, and others of a similar nature. 2. Provide signs of design, size, color, and lettering as required by regulatory agencies. Signs shall be painted metal, wood, plastic, or fiberglass and of materials suitable for the conditions in which they are placed, such as weathering and fading. 3. Construct structure and framing of wood or metal, structurally adequate to resist design requirements of area of Project. PART 3- EXECUTION 3.01 INSTALLATION: A. Project and Contractor Identification Sign: 1. Install in appropriate location so as not to obstruct traffic, pedestrians, or construction operations. 2. Erect on framing or foundation, and rigidly brace. 3. Maintain sign in good repair, in a clean and neat condition. 4. Remove upon completion of Project. B. Informational Signs: 1. Install at appropriate locations and in sufficient quantities to assure visibility. Relocate as required by progress of Work. 2. Maintain signs in good repair, in a. neat, clean, readable condition. 3. Remove all signs, framing, supports, and foundations upon completion of Project. END OF SECTION 01580 1 I Ii I 01580 -Project Ident & Signs.doc 01580-2 0396-1000 I ISECTION 01600 - EQUIPMENT AND MATERIALS PART1- GENERAL 1,01 SUMMARY: A. This Section includes administrative and procedural requirements governing Contractor's selection of products for use in the Project. 1. Multiple Prime Contracts: Provisions of this Section apply to the construction activities of each prime contractor. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. For the applicability of industry standards to products specified refer to the TECHNICAL SPECIFICATIONS. 2. For submittal of Contractor's construction progress schedule and the Submittal schedule: SECTIONS 01320 and 01330. 3. For handling requests for substitutions made after award of the Contract: ISECTION 01631. 1.02 DEFINITIONS: A. Definitions used in this Article are not intended to change the meaning of other terms used in these Contract Documents, such as "specialties," "systems," "structures," "finishes," "accessories," and similar terms. Such terms are self-explanatory and have well -recognized meanings in the construction industry. 1. "Products" are items purchased for incorporation in the Work, whether purchased for the Project or taken from previously purchased stock. The term "product" includes the terms "Material," "Equipment," "system," and terms of similar intent. a. "Named Products" are items identified by the manufacturer's product name, including make or model number or other designation, shown or listed in the manufacturer's published product literature, that is current as of the date of the Contract Documents. 2. "Materials" are products substantially shaped, cut, worked, mixed, finished, refined or otherwise fabricated, processed, or installed to form a part of the • Work. 3. "Equipment" is a product with operational or nonoperational parts, whether motorized, or manually operated, that may require service connections, such as wiring or piping. 1.03 SUBMITTALS: A. Submittal of preliminary procurement schedule is specified in SECTION 01320 - PROJECT MEETINGS, SCHEDULES, AND REPORTS. B. Submittals for products are specified in SECTION 01330 and in applicable Sections of the TECHNICAL SPECIFICATIONS. I I 1 01600 -Equip & Matls.doc 01600-1 0396-1000 1 SECTION 01600 — EQUIPMENT AND MATERIALS.(continued) 1.04 QUALiTY ASSURANCE: I A. Source Limitations: To the fullest extent possible, provide products of the same kind from a single source. 1. When specified products are available only from sources that do not, or cannot, produce a quantity adequate to complete Project requirements in a timely manner, consult with Engineer to determine the most important product qualities before proceeding. Qualities may include attributes, such as visual appearance, strength, durability, or compatibility. When a determination has been made, select products from sources producing products that possess these qualities, to the fullest extent possible. B. Compatibility of Options: When the Contractor is given the option of selecting between 2 or more products for use on the Project, the product selected shall be compatible with products previously selected, even if previously selected products were also options. 1. Each prime contractor is responsible for providing products and construction methods that are compatible with products and construction methods of other prime or separate contractors. 2. If a dispute arises between prime contractors over concurrently selectable, but incompatible products, Engineer will determine which products shall be retained and which are incompatible and must be replaced. C. Nameplates: Along with required labels and operating data, manufacturer or producer's nameplates, imprints, or trademarks may be placed on surfaces exposed to view. 1. Labels: Locate required product labels and stamps on concealed surfaces or, where required for observation after installation, on accessible surfaces that I are not conspicuous. 2. Equipment Nameplates: Provide a permanent nameplate on each item of service -connected or power -operated Equipment. Locate on an easily accessible surface that is inconspicuous in occupied spaces. The nameplate shall contain the following information and other essential operating data: a. Name of product and manufacturer including address (and telephone number). b. Model and serial number. c. Capacity. d. Speed. e. Ratings. f. Any other requirements in the TECHNICAL SPECIFICATIONS. D. Year 2000 Compliance: R I. Contractor warrants that all equipment, devices, items, systems, software, hardware, and firmware provided shall be Year 2000 compliant, meaning that they shall properly, appropriately, and consistently function and accurately process date and time data (including without limitation: calculating, comparing, and sequencing) on and after December 31, 1999, including leap year calculations. This warranty supersedes anything in the Specifications or other Contract Documents which might be construed inconsistently. This warranty is applicable whether the equipment, device, 01600 -Equip & Matls.doc 01600-2 0396-1000 1 I I I I SECTION 01600 — EQUIPMENT AND MATERIALS (continued) item, system, software, hardware, or firmware is specified with or without reference to a manufacturer's name, make, or model number. 1.05 TRANSPORTATION AND SHIPMENT: A. Shipment Preparation: 1. Contractor shall require manufacturers and Suppliers to prepare products for shipment in a manner to facilitate unloading and handling, and to protect against damage, deterioration, or unnecessary exposure to the elements in transit and storage. Provisions for protection shall include the following: a. Crates or other suitable packaging materials. b. Covers and other means to prevent corrosion, moisture damage, mechanical injury, and accumulation of dirt in motors, electrical equipment, and machinery. c. Suitable rust -preventive compound on exposed machined surfaces and unpainted iron and steel. d. Grease packing or oil lubrication in all bearings and similar items. B. Marking: Each product item shall be tagged or marked as identified in the delivery schedule or on Submittals. Complete packing lists and bills of material shall be included with each shipment. Each piece of every item need not be marked separately, provided that all pieces of each item are packed or bundled together and the packages or bundles are properly tagged or marked. 1.06 PRODUCT DELIVERY, STORAGE, AND HANDLING: A. Deliver, store, and handle products according to the manufacturer's recommendations, using means and methods that will prevent damage, deterioration, and loss, including theft. 1. Schedule delivery to minimize long-term storage at the Site and to prevent overcrowding of construction spaces. Allow ample time to avoid delay of the Work. 2. Coordinate delivery with installation time to assure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to the Site in an undamaged condition in the manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products upon delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. Inspect shipment to assure: a. Product complies with requirements of Contract Documents and reviewed Submittals. b. Quantities are correct. c. Containers and packages are intact and labels are legible. d. Products are properly protected and undamaged. 5. Store products at the Site in a manner that will facilitate inspection and measurement of quantity or counting of units. Mark deliveries of component parts of Equipment to identify the Equipment, to permit easy accumulation of 01600 -Equip & Matls.doc 01600-3 0396-1000 SECTION 01600 - EQUIPMENT AND MATERIALS.(continued) parts, and to facilitate inspection and measurement of quantity or counting of units. 6. Store heavy Materials away from the Project structure in a manner that will not endanger the supporting construction. 7. Store products subject to damage by the elements above ground, under cover in a weathertight enclosure, and with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required by manufacturer's instructions. 8. Protect motors, electrical Equipment, plumbing fixtures, and machinery of all kinds against corrosion, moisture deteriorations, mechanical injury, and accumulation of dirt.or other foreign matter. 9. Protect exposed machined surfaces and unpainted iron and steel as necessary with suitable rust -preventive compounds. 10. Protect bearings and similar items with grease packing or oil lubrication. 11. Handle and store steel plate, sheet metal, and similar items in a manner to prevent deformation. 12. For storage of pipe and other products on easements and rights -of -way in residential and commercial areas, do not exceed the minimum required by scheduled laying operations, and conform to all requirements of public authorities. Store or place pipe along roads, set back from shoulder or curb, and at an angle tending to deflect vehicles if struck. Place or block pipe to preclude its accidental movement. B. Handling: 1. Provide equipment and personnel necessary to unload and handle products, by methods to prevent damage or .;oiling to products, or packaging. 2. Handle by methods to prevent bending or overstressing. Where lifting points are designated, lift components only at those points. 3. Provide additional protection to surrounding surfaces as necessary to prevent damage. C. Maintenance of Storage: 1. Inspect stored products on a scheduled basis. 2. Verify that storage facilities comply with manufacturer's product storage requirements, including environmental conditions continually maintained. 3. Verify that surfaces of products exposed to elements are not adversely affected; that any weathering of finishes is acceptable under requirements of Contract Documents. 4. For mechanical and electrical Equipment in long-term storage, provide manufacturer's service instructions to accompany each item, with notice of enclosed instructions on exterior of package. Service Equipment on a regularly scheduled basis. D. Protection After Installation: Provide substantial coverings as necessary to protect installed products from damage from subsequent construction operations. Remove coverings when no longer needed or as specified. I I I J I 1 w 01600 -Equip & Matls.doc 01600-4 0396-1000 A I ISECTION 01600 — EQUIPMENT AND MATERIALS (continued) 1.07 PRODUCTS FURNISHED BY OWNER: None. 1.08 EXISTING EQUIPMENT AND MATERIALS: A. Products to be Reused: 1. For Equipment and Materials specifically indicated or specified to be reused in the Work, use special care in removal, handling, storage, and reinstallation to assure proper function in the completed Work. Arrange for transportation, storage, and handling of products which require off -Site storage, restoration, or renovation and pay all costs for such Work. Contractor may at his option, furnish and install new items in lieu of those specified to be reused. Remove, relocate, and reinstall the following Equipment and Materials: a. The products indicated to be removed shall remain Owner's property and are not to be reused in the Work. Remove form its location and deliver to Owner as directed by Engineer. B. Products Not to be Reused: 1. Equipment and Materials designated to be removed but not reused or delivered to Owner, shall become the property of the Contractor and shall be removed from the Site. PART 2- PRODUCTS 2.01 PRODUCT SELECTION: A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise specified or indicated, new at the time of installation. 1. Provide products complete with accessories, trim, finish, safety guards, and other devices and details needed for a complete installation and the intended use and effect. 2. Where available, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Continued Availability: Where, because of the nature of its application, Owner is likely to need replacement parts or additional amounts of a product at a later date, either for maintenance and repair or replacement, provide standard products for which the manufacturer has published assurances that the products and its parts are likely to be available to Owner at a later date. 4. Conform to applicable Specifications, codes, standards, and regulatory 1 agencies. 5. Comply with size, make, type, and quality specified, or as specifically • approved in writing by Engineer. 6. Manufactured and Fabricated Products: 1 a. Design, fabricate, and assemble in accordance with the best engineering and shop practices. b. Manufacture like parts of duplicate units to standard sizes and gages, to be interchangeable. 01600 -Equip & Matls.doc 01600-5 0396-1000 I SECTION 01600 — EQUIPMENT AND MATERIALS (continued) I c. Equipment and Materials shall be suitable for service conditions intended. d. Equipment capacities, sizes, and dimensions indicated or specified shall be adhered to unless variations are specifically approved in writing by Engineer. e. Provide labels and nameplates where required by regulatory agencies or to state identification and essential operating data. 7. Do not use products for any purpose other than that for which designed. 8. To the fullest extent possible, provide products of the same kind from a single source. PART 3- EXECUTION 3.01 INSTALLATION OF PRODUCTS: A. Comply with manufacturer's instructions and recommendations for installation of products in the applications indicated. Anchor each product securely in place except as required for proper movement and performance, and accurately located and aligned with other Work. 1. Obtain and distribute copies of manufacturer's printed instructions and recommendations if not a part of Submittals, containers, or packaging to parties involved in the installation, including a copy 'to Engineer and Resident Project Representative. 2. Maintain one complete set of instructions at the Site during installation and until completion. 3. Handle, install, connect, clean, condition, and adjust products in accordance with such instructions and in conformance with specified requirements. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with Engineer for further instructions. B. Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. END OF SECTION 01600 I I I 01600 -Equip & Mads.doc 01600 —6 0396-1000 1 ISECTION 01631- SUBSTITUTIONS IPART I- GENERAL 1.01 SUMMARY: 1 A. This Section includes administrative and procedural requirements for handling requests for substitutions made after award of the Contract. RB. Related Work Specified Elsewhere: 1. Requirements for submitting Contractor's construction schedule and the Submittal schedule: SECTIONS 01321 and 01330. 2. Requirements governing Contractor's selection of products: SECTION 01600. 1.02 DEFINITIONS: A. Definitions in this Article do not change or modify the meaning of other terms used in the Contract Documents. B. Substitutions: Changes in products, Materials, Equipment, and methods of construction required by the Contract Documents proposed by the Contractor after award of the Contract are considered to be requests for substitutions. The following are not considered to be requests for substitutions: 1. Revisions to the Contract Documents requested by Owner or Engineer. 2. Specified options of products and construction methods included in the Contract Documents. 1.03 SUBMITTALS: A. Substitution Request Submittal: Engineer will consider written requests for substitution if received within 60 days after commencement of the Work. Requests received more than 60 days after commencement of the Work may be considered or rejected at the discretion of Engineer. 1. Submit 3 copies of each request for substitution for consideration. Submit requests in the form and according to procedures required for Change Order proposals. Requests for substitution shall not be submitted in the form of a Request for Interpretation (RFI). 2. Identify the Equipment or Material, the fabrication, or installation method to be replaced in each request. Include related Specification Section/Article and Drawing numbers. 3. Provide complete documentation showing compliance with the requirements for substitutions, and the following information, as appropriate: a. Statement indicating why specified product or method of construction cannot be provided. b. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate contractors, that will be necessary to accommodate the proposed substitution. c. A detailed comparison of significant qualities of the proposed substitution with those of the Work specified. Significant qualities may include elements such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 01631-Substitutions.doc 01631-1 0396-1000 Li SECTION 41631- SUBSTITUTIONS (continued) d. Product data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. f. Identification of available sales, maintenance, repair, and replacement services. g. A statement indicating the effect of the substitution on Contractor's construction progress schedule compared to the schedule without approval of the substitution. Indicate the effect of the proposed substitution on the overall Contract Times. If specified product cannot be provided within the Contract Times, provide letter from manufacturer, on manufacturer's letterhead, stating lack of availability or delay in delivery. h. An itemized estimate of costs that will result directly or indirectly from approval of the substitution, including: (1) A proposal of the net change, if any, in the Contract Price. (2) Costs of redesign required by the proposed change. (3) Costs of resulting claims as determined in coordination with other contractors having work on the Project affected by the substitution. i. Statement indicating whether or not incorporation or use of the substitute is subject to payment of any license fee or royalty. j. Contractor's certification that the proposed substitution conforms to requirements in the Contract Documents, will perform adequately the functions and achieve the results called for by the general design, is similar in substance to that specified, and is suitable for same use as that indicated and specified. k. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of the failure of the substitution to perform adequately. 4. Engineer's Action: Engineer may request additional information or documentation for evaluation. Engineer will notify Contractor of acceptance or rejection. Acceptance will be in the form of a Change Order. PART2- - PRODUCTS I 2.01 SUBSTITUTIONS: I A. Conditions: Engineer will receive and consider Contractor's request for substitution when one or more of the following conditions are satisfied, as determined by Engineer. If the following conditions are not satisfied, Engineer will return the requests without action except to record noncompliance with these requirements. 1. Extensive revisions to the Contract Documents are not required. 2. Proposed substitution is in keeping with the general intent of the Contract Documents and will produce indicated results. 3. Substitution request is timely, fully documented, and properly submitted. 4. The specified product or method of construction cannot be provided within the Contract Times. Engineer will not consider the request if the product or method cannot be provided as a result of failure to pursue the Work promptly or coordinate activities properly. 01631-Substitutions.doc 01631-2 . 0396-1000 1 I I- SECTION 01631 - SUBSTITUTIONS (continued) 5. The requested substitution offers Owner a substantial advantage, in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Engineer for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. 6. The specified product or method of construction cannot receive necessary approval by a governing authority, and the requested substitution can be approved. 7. The specified product or method of construction cannot be provided in a manner that is compatible with other materials and where Contractor certifies that the substitution will overcome the incompatibility. 8. The specified product or method of construction cannot be coordinated with other materials and where Contractor certifies that the proposed substitution can be coordinated. 9. The specified product or method of construction cannot provide a warranty required by the Contract Documents and where Contractor certifies that the proposed substitution provides the required warranty. 10. Where a proposed substitution involves more than one prime contractor, each contractor shall cooperate with the other contractors involved to coordinate the Work, provide uniformity and consistency, and assure compatibility of products. B. Engineer's review and acceptance of Submittals shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents. Engineer's acceptance of Submittals not complying with the Contract Documents does not constitute an acceptable or valid request for substitution, nor does it constitute approval of a substitute. Acceptance by Engineer shall not relieve Contractor from responsibility for errors or omissions in the Submittals. PART 3- EXECUTION — Not Applicable. END OF SECTION 01631 A I I 1 01631-Substitutions.doc 01631 —3 0396-1000 I I I I I I aye Pill To: Re: Specification Title: Section: Proposed Substitution: Manufacturer: SUBSTITUTION REQUEST Contract Number Project Title MOUNT SEQUOYAH WATER AND SEWER IMPROVEMNTS Authorization Number: From: Date: Contract For: Page: Article/Paragraph: Address: Trade Name: Installer: Address: History: U New Product U 2-5 years old U 5-10 years old Differences between proposed substitution and specified product: ❑ Point -by -point comparative data attached — REQUIRED Phone No. Model No. Phone No. More than 10 years old Undersigned certifies: • Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product. • Same warranty will be furnished for proposed substitution as for specified product. • Same maintenance, service, and availability of replacement parts, as applicable, are available. • Proposed substitution will not affect or delay Progress Schedule, except as stated below. • Cost data as stated above is complete. Claims for additional costs related to accepted substitution which may subsequently become apparent are to be waived. • Proposed substitution does not affect dimensions and functional clearances, except as stated below. • Payment will be made for changes to building design, including architectural or engineering design, detailing, licenses, royalties, and construction costs caused by the requested substitution. • Coordination, installation, and changes in the Work as necessary for accepted substitution will be completed in all respects. Reason for not providing specified item: Similar Installation: Project: Address: Design Professional: Owner: Date Installed: 1 01631.01 Substitution Request 01631.01-1 0396-100 Proposed substitution affects other parts of Work: ❑ No ❑ Yes; explain Savings to Owner for accepting substitution: Proposed substitution changes Contract Time: ❑ No ❑ Yes; addldeduct days. Supporting Data Attached: ❑ Product Data U Drawings ❑ Tests U Reports O Samples G1 Attachments: Submitted by: Signature: _ Firm: Address: Telephone: Fax: E-mail: Additional Comments: Cl Contractor ❑ Subcontractor ❑ Supplier ❑ Manufacturer U DP ❑ ENGINEER'S REVIEW AND ACTION ❑ Substitution approved — Make Submittals in accordance with Specification SECTION 01330. Cl Substitution approved as noted — Make Submittals in accordance with Specification SECTION 01330. U Substitution rejected — Use specified materials. ❑ Substitution Request received too late — Use specified materials. Signed by: Date: Distribution: ❑ Owner ❑ Engineer U Contractor ❑ Consultant Cl Other 01631.01 Substitution Request 01631.01-2 0396-100 SECTION 01738 - SELECTIVE DEMOLITION 1 PART 1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Removal of designated building equipment and fixtures. I 2. Removal of designated existing construction. 3. Disposal of material. 4. Protection of materials indicated to be salvaged, relocated, or reused. 1 B. Related Sections: 1. Barriers and Temporary Controls: SECTION 01530 2. Temporary Utilities and Facilities: SECTION 01560 1.02 SUBMITTALS A. Submit in accordance with SECTION 01330 unless otherwise indicated. B. Submit schedule of proposed sequence of operation for demolition Work indicating coordination for shutoff, capping, and continuation of utility services as required. 1. Provide detailed sequence of demolition and removal Work to ensure uninterrupted progress of Owner's on -Site operations. 1.03 QUALITY ASSURANCE 1 A. Installer's Qualifications: Firm experienced in work similar in complexity to that required for this Project. B. Regulatory Requirements: 1. Conform to applicable codes and regulations for demolition work, safety of structure, disposal of debris, and dust control. I 2. Do not close or obstruct egress width to building or Site exits. • 3. Do not disable or disrupt building fire and life safety systems without 3 -day prior written notice to the Engineer and Owner. 1.04 SEQUENCING A. Coordinate with Engineer for Owner's occupancy and use of Site and facility. 1. Provide 72 hours advance notice to Engineer of demolition activities that may affect Owner's operation. 1.05 PROJECT CONDITIONS A. Existing Conditions: Owner and Engineer assume no responsibility for actual condition of items or structures to be demolished. 1. Conditions existing at time of inspection for bidding purposes will be maintained by Owner in so far as practical. 2. Minor variations within structure may occur by Owner's removal and salvage operations prior to start of Work. B. Conduct demolition to minimize interference with adjacent building areas. PART 2- PRODUCTS NOT USED 01738 Selective Demolition.doc 01738- 1 0396-1000 I SECTION 01738 - SELECTIVE DEMOLITION (continued) PART 3- EXECUTION 3.01 3.02 EXAMINATION A. Verification of Conditions: Examine areas and conditions under which Work is to be performed and identify conditions detrimental to proper and timely completion. 1. Do not proceed until unsatisfactory conditions have been corrected. PREPARATION A. Preparation: 1. Provide appropriate temporary signage including signage for exit or building egress. 2. Provide 72 hours advance notice to Owner if shutdown of utility service is required during changeover. 3. Provide interior and exterior shoring, bracing, and support to prevent movement, settlement, and collapse of areas to be demolished. a. Cease operations immediately if structure appears to be endangered. (1) Notify Engineer immediately. (2) Take precautions to support structure until determination is made for continuing operations. (3) Do not resume operations until directed by Engineer. I it 1 I I 1 I B. Protection: 1. Cover and protect equipment and fixtures from damage when demolition is performed in areas where such items have not been removed. 2. Erect and maintain weatherproof closures at exterior openings and surfaces during interval between demolition and removal of existing equipment and installation of new equipment to ensure that no water leakage or damage occurs to structure or interior areas of existing building. 3. Erect and maintain temporary barricades and other forms of protection to protect Owner's personnel from injury due to demolition Work. 4. Protect existing materials and construction which are not scheduled for demolition, and which becomes exposed during demolition operations. 5. Protect floors with suitable coverings when necessary. 6. Protect and maintain existing utilities that are to remain. 3.03 DEMOLITION I A. Conduct demolition and debris removal to ensure minimum interference with adjacent occupied or used facilities. 1. Do not close, block, or otherwise obstruct other occupied or used facilities without written permission from Engineer. B. Do not use cutting torches for removal until work area is cleared of flammable materials. 1. At concealed spaces, such as pipe spaces, verify condition of hidden space before starting flame -cutting operations. 2. Provide portable fire suppression devices during flame -cutting operations in immediate area of flame -cutting work. I I I I 01738 Selective Demolition.doc 01738- 2 0396-1000 1 I SECTION 01738 - SELECTIVE DEMOLITION (continued) C. Disconnect, cap, and identify designated utilities within demolition area. 1. Do not interrupt utilities serving occupied or used facilities, except when authorized in writing by Engineer. 2. Provide temporary services, acceptable to Engineer, during interruptions to existing facilities. D. Demolish in an systematic, orderly, and careful manner. ' 1. Use such methods as required to complete Work indicated on Drawings in accordance with demolition schedule. E. If unanticipated structural, mechanical, plumbing, or electrical elements that conflict with intended function or design are encountered, investigate and measure nature and extent of conflict. 1. Submit written detailed report for Engineer review and decision. 2. Pending receipt of directive from Engineer, rearrange demolition schedule as necessary to continue overall progress of Project without undue delay. F. Use water sprinkling, temporary enclosures, and other methods to limit dust and dirt migration. 1. Comply with governing regulations pertaining to environmental protection. 2. Do not use water when its use may create hazardous or objectionable conditions such as ice, flooding, and pollution. G. Except where indicated otherwise, remove demolished materials, rubbish, and debris from Site as Work progresses. 1. Transport and legally dispose off Site. a. Do not burn or bury materials on Site. 2. Storage or sale of removed items on Project Site is not permitted. 3. Upon completion of Work, leave areas clean. H. Salvaged Materials: 1. Where Drawings indicate material to be removed and delivered to Owner, remove indicated items, clean items, turn over to Engineer and obtain receipt from Engineer for submittal in accordance with SECTION 01780. I. Promptly repair damages caused to adjacent items by demolition Work. J. Remove temporary Work. END OF SECTION 01738 I I t I 1 01738 Selective Demolition.doc 01738- 3 0396-1000 1 I I I I I I I I 1 I I I [j I SECTION 01780 - CONTRACT CLOSEOUT PART1- GENERAL 1.01 SUMMARY: A. This Section includes administrative and procedural requirements for Contract closeout including, but not limited to, the following: 1. Inspection procedures. 2. Project record document submittal. 3. Submittal of warranties. 4. Final cleaning. B. Closeout requirements for specific construction activities are included in the appropriate Sections of the Specifications. C. Related Work Specified Elsewhere: 1. Prerequisites to Substantial Completion and Final Acceptance: GENERAL CONDITIONS. 2. Submittals: SECTION 01330. 3. Warranties: SECTION 01785. 1.02 SUBSTANTIAL COMPLETION: A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete the following. List exceptions in the request. 1. Provide documentation for completion as indicated in these Contract Documents and a statement showing an accounting of changes to the Contract Price. a. If 100% completion cannot be shown, include a list of incomplete items, the value of incomplete Work, and reasons the Work is not complete. 2. Advise Owner and Engineer of pending insurance changeover requirements. 3. Submit specific warranties, workmanship Bonds, maintenance agreements, final certifications, and similar documents. 4. Obtain and submit releases enabling Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Submit record drawings, instruction books and operating manuals, final project photographs, damage or settlement surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra stock, and similar items. 7. Make final changeover of permanent locks and transmit keys to Owner. Advise Owner's personnel of changeover in security provisions. 8. Complete start-up testing of systems and instruction of Owner's operation and maintenance personnel. Discontinue and remove temporary facilities from the Site, along with mockups, construction tools, and similar elements. 9. Complete final cleanup requirements, including touchup painting. 10. Touch up and otherwise repair and restore marred, exposed finishes. B. Inspection Procedures: Inspection procedures for Substantial Completion shall be as stated in GENERAL CONDITIONS 00700 Paragraphs 14.05A through 14.05F I01780 -Contract Closeout.doc 01780 -- 1 0396-1000 I SECTION 01780 - CONTRACT CLOSEOUT (continued) 1.03 1.04 FINAL ACCEPTANCE: 1 I A. Preliminary,Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request. 1. Provide insurance certificates for products and completed operations where required. 2. Submit an updated final statement, accounting for final additional changes to the Contract Price. 3. Submit a certified copy of Substantial Completion list of items to be completed or corrected, including items added after the inspection for Substantial Completion, endorsed and dated by Engineer. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by Engineer. 4. Submit final meter readings for utilities, a measured record of stored fuel, and similar data as of the Date of Substantial Completion or when Owner took possession of and assumed responsibility for corresponding elements of the Work. 5. Submit consent of surety to final payment. 6. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 7. Submit a final liquidated damages settlement statement. 8. Submit the two year Maintenance Bond. RECORD DOCUMENT SUBMITTALS: A. General: Do not use record documents for construction purposes. Protect record documents from deterioration and loss in a secure, fire-resistant location. Provide access to record documents for Engineer's reference during normal working hours. B. Record Drawings: Maintain a clean, undamaged set of blue or black line white -prints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark which drawing is most capable of showing conditions fully and accurately. Where Shop Drawings are used, record a cross-reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. 1. Record information concurrently with construction progress. 2. Mark record sets with red erasable. pencil. Use other colors to distinguish between variations in separate categories of the Work. Mark each document "PROJECT RECORD" in neat, large, printed letters. 3. Mark new information that is important to Owner but was not shown on Contract Drawings or Shop Drawings. 4. Note related Change Order numbers where applicable. 5. Organize record drawing sheets into manageable sets. Bind sets with durable -paper cover sheets; print suitable titles, dates, and other identification on the cover of each set. 6. Upon completion of the Work, submit record drawings to Engineer for Owner's records. I I I I LI I I I I 01780 -Contract Closeout.doc 01780-2 0396-1000 I I I I I I I 1 I I I Li I I I f SECTION 01780 — CONTRACT CLOSEOUT (continued) Include the following: a. Depths of various elements of foundation in relation to finish first floor datum. b. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. c. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of construction. d. Where Submittals are used for mark-up, record a cross-reference at corresponding location on Drawings. e. Field changes of dimension and detail. f. Changes made by Change Order or other Modifications. g. Details not on original Contract Drawings. C. Record Specifications: Maintain one complete copy of the Contract Documents including Addenda, Include with the Contract Documents one copy of other written construction documents, such as Change Orders and Modifications issued in printed form during construction. 1. Mark these documents to show substantial variations in actual Work performed in comparison with the text of the Specifications and modifications. 2. Give particular attention to substitutions and selection of options and information on concealed construction that cannot otherwise be readily discerned later by direct observation. 3. Note related record drawing information and product data. 4. Upon completion of the Work, submit record Specifications to Engineer for Owner's records. 5. Include the following: a. Manufacturer, trade name, catalog number, and Supplier of each product and item of Equipment actually installed, particularly optional and substitute items. b. Changes made by Addendum, Change Order, or other Modifications. c. Related Submittals. D. Record Product Data: Maintain one copy of each product data Submittal. Note related Change Orders and markup of record drawings and specifications. 1. Mark these documents to show significant variations in actual Work performed in comparison with information submitted. Include variations in products delivered to the Site and from the manufacturer's installation instructions and recommendations. 2. Give particular attention to concealed products and portions of the Work that cannot otherwise be readily discerned later by direct observation. 3. Upon completion of markup, submit complete set of record product data to Engineer for Owner's records. E. Record Samples Submitted: Immediately prior to Substantial Completion, Contractor shall meet with Engineer and Owner's personnel at the Project Site to determine which Samples are. to be transmitted to Owner for record purposes. Comply with Owner's instructions regarding packaging, identification, and delivery to Owner. I01780 -Contract Closeout.doc 01780— 3 0396-1000 I SECTION 01780 — CONTRACT CLOSEOUT (continued) I F. Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record keeping and Submittals in connection with actual performance of the Work. Immediately prior to the date or dates of Substantial Completion, complete miscellaneous records and place in good order. Identify miscellaneous records properly and bind or file, ready for continued use and reference. Submit to Engineer for Owner's records. G. Instruction Books and Operating Manuals: Organize operation and maintenance data into suitable sets of manageable size as specified in SECTION 01330. H. Warranties and Bonds: Specified in GENERAL CONDITIONS, SECTION 01330, 1 and SECTION 01785. 1.05 SPARE PARTS: A. Products Required: 1. Provide to Owner the quantities of products, spare parts, maintenance tools, and maintenance materials specified in individual Sections, in addition to that required for completion of Work. 2. Products shall be identical to those installed in the Work. Include quantities required from Supplier or manufacturer of original purchase to avoid variations in manufacture. B. Storage, Maintenance: 1. Coordinate with Owner. Deliver and unload spare products to Owner at Project Site and obtain receipt prior to final payment. 2. For portions of the Work accepted. and occupied by Owner prior to Substantial Completion, deliver the applicable spare products to Owner at time of acceptance. Obtain receipt. 3. Maintain spare products in original containers with labels intact and legible, until delivery to Owner. PART 2- PRODUCTS (Not Applicable) PART 3- EXECUTION ' 3.01 CLOSEOUT PROCEDURES: A. Operation and Maintenance Instructions: Arrange for each installer of Equipment I that requires regular maintenance to meet with Owner's personnel at Project Site to provide instruction in proper operation and maintenance. Provide instruction by manufacturer's representatives if installers are not experienced in operation and maintenance procedures. Include a detailed review of the following items: 1. Instruction books and operating manuals. 2. Record documents. 3. Spare parts and materials. 4. Tools. 5. Lubricants. I 6. Fuels. 7. Identification systems. I 01780 -Contract Closeout.doc 01780-4 0396-1000 I SECTION 01780 - CONTRACT CLOSEOUT (continued) S. Control sequences. 9. Hazards, hazardous chemicals data sheets. 10. Cleaning. 11. Warranties and bonds. 12. Maintenance agreements and similar continuing commitments. B. As part of instruction for operating Equipment, demonstrate the following procedures: 1. Start-up. 2. Shutdown. 3. Emergency operations. 4. Noise and vibration adjustments. 5. Safety procedures. 6. Economy and efficiency adjustments. 7. Effective energy utilization. C. Manufacturer's Field Services: Specified in SECTION 01750. 3.02 FINAL CLEANING: A. General: The GENERAL CONDITIONS require general cleaning during construction. Regular Site cleaning is included in SECTION 01530. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a normal, commercial building cleaning and maintenance program. Comply with manufacturer's instructions. I 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion. a. Remove labels that are not permanent labels. b. Clean transparent materials, including mirrors and glass in doors and I windows. Remove glazing compounds and other substances that are noticeable, vision -obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Clean exposed exterior and interior hard -surfaced finishes to a dust -free Ic. condition, free of stains, films, and similar foreign substances. Restore reflective surfaces to their original condition. Clean concrete floors to a "broom clean" condition. Vacuum carpeted surfaces. d. Wipe surfaces of mechanical and electrical'Equipment. Remove excess lubrication and other substances. Clean plumbing fixtures to a sanitary condition. Clean light fixtures and lamps. I e. Remove debris and surface dirt from limited -access spaces including roofs, plenums, shafts, trenches, equipment vaults, manholes, and similar U spaces. f. Clean the Site, including landscape development areas, of rubbish, litter, and other foreign substances. Sweep paved areas broom clean; remove stains, spills, and other foreign deposits. Rake grounds that are neither I paved nor planted'to a smooth, even -textured surface. g. Clean and polish plumbing fixtures to a sanitary condition, free of stains including those resulting from water exposure. I h. Clean light fixtures and lamps so as to function with full efficiency. 1 01780 -Contract Closeout.doc 01780-5 0396.1000 I SECTION 01780 - CONTRACT CLOSEOUT (continued) I 2. Remove temporary structures, tools, equipment, supplies, and surplus materials. 3. Remove temporary protection devices and facilities which were installed to protect previously completed Work. 4, Special Cleaning: Cleaning for specific units of Work is specified in applicable Sections of Specifications. C. Removal of Protection: Remove temporary protection and facilities installed for protection of the Work during construction. D. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess I materials on the Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from the Site and dispose of lawfully. 1. Extra materials of value remaining after completion of associated Work become Owner's property. Dispose of these materials as directed by Owner. E. Repairs: 1 1. Repair damaged protective coated surfaces. 2. Repair roads, walks, fences, and other items damaged or deteriorated because of construction operations. 3. Restore all ground areas affected by construction operations. END OF SECTION 01780 , I I LI I I I I LI 01780 -Contract Closeout.doc 01780-6 0396-1000 1 II ISECTION 01785 - WARRANTIES PART1- GENERAL 1.01 SUMMARY: A. This Section includes administrative and procedural requirements for warranties required by the Contract Documents, including manufacturers standard warranties on products and special warranties. 1. Refer to the GENERAL CONDITIONS for terms of the Contractor's period for correction of the Work. 2. Refer to the GENERAL CONDITIONS for terms of the Contractor's two year Maintenance Bond. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Procedures for submitting warranties: SECTION 01330. 2. Contract closeout procedures: SECTION 01780. 3. Specific requirements for warranties on products and installations specified to be warranted: Refer to the TECHNICAL SPECIFICATIONS for warranty requirements which may be in additional to the warranty requirements as defined or specified in the CONTRACT DOCUMENTS. 4. Certifications and other commitments and agreements for continuing services to Owner: Specified throughout the CONTRACT DOCUMENTS. C. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of the warranty on the Work that incorporates the products. Manufacturer's disclaimers and limitations on product warranties do not relieve Suppliers, manufacturers, and Subcontractors required to countersign special warranties with Contractor. D. Separate Prime Contracts: Each prime contractor is responsible for warranties related to its own contract. 1.02 WARRANTY REQUIREMENTS: I A. Related Damages and Losses: When correcting failed or damaged warranted construction, remove and replace construction that has been damaged as a result of such failure or that must be removed and replaced to provide access for correction of I. warranted construction. B. Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation. C. Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or rebuild the Work to an acceptable condition complying with requirements of the Contract Documents. Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether Owner has benefited from use of the Work through a portion of its anticipated useful service life. D. Owner's Recourse: Expressed warranties made to Owner are in addition to implied warranties and shall not limit the duties, obligations, rights, and remedies otherwise I01785-Warranties.doc 01785 — 1 0396-1000 Li SECTION 01785 - WARRANTIES (continued) available under the Law. Expressed warranty periods shall not be interpreted as limitations on the time in which Owner can enforce such other duties, obligations, rights, or remedies. 1. Rejection of Warranties: Owner reserves the right to reject warranties and to limit selection to products with warranties not in conflict with requirements of the Contract Documents. E. Where the Contract Documents require a special warranty, or similar commitment on the Work or part of the Work, Owner reserves the right to refuse to accept the Work, until Contractor presents evidence that entities required to countersign such commitments are willing to do so. 1.03 SUBMITTALS: A. Submit written warranties to Engineer to the date certified for Substantial Completion. If the Certificate of Substantial Completion designates a commencement date for warranties other than the Date of Substantial Completion for the Work, or a designated portion of the Work, submit written warranties upon request of Engineer. 1. When a designated portion of the Work is completed and occupied or used by Owner, by separate agreement with Contractor during the construction period, submit properly executed warranties to Engineer within 15 days of completion of that designated portion of the Work. B. When the Contract Documents require Contractor, or Contractor and a Subcontractor, Supplier, or manufacturer to execute a special warranty, prepare a written document that contains appropriate terms and identification, ready for execution by required parties: Submit a draft to Owner, through Engineer, for approval prior to final execution. C. Form of Submittal: At Final Completion, compile 2 copies of each required warranty properly executed by Contractor, or by Contractor and a Subcontractor, Supplier, or manufacturer. Organize the warranty documents into an orderly sequence based on the table of contents of the Contract Documents. D. Submit the two year Maintenance Bond as specified. E. Bind warranties and bonds in heavy-duty, commercial -quality, durable 3 -ring, vinyl - covered loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8 -112 -by -1l -inch (115-by-280-mrn) paper. 1. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product, and the name, address, and telephone number of the installer. 2. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," and as required by SECTION 01330, 3. When warranted construction requires operation and maintenance manuals, provide additional copies of each required warranty, as necessary, for inclusion in each required manual. PART 2- PRODUCTS (Not Applicable) 1 Li I I I I. I I I J I LiI I I I I 01785-Warranties.doc 01785 —2 0396-1000. 1 I 1 SECTION 01785 — WARRANTIES (continued) IEND OF SECTION 01785 I I I I I I I I I li I I I I I01785-Warranties.doc 01785-3 0396-1000 L' I I SECTION 02100 - SITE PREPARATION PART 1- GENERAL 1.1 SUMMARY IA. This Section includes the following: 1. Maintenance of Traffic. 2. Utilities. I 3. Existing Improvements. 4. Protection of Existing Trees. I 5. 6. Clearing and Grubbing. Disposal of Waste Materials 7. Topsoil Stripping. 8. Fence and Gate Removal and Replacement. I I I 1 v I I I I I 1.2 RELATED SECTIONS A. Section 02161 - Excavation Safety B. Fayetteville Standard Specifications for Sanitary Sewers C. Fayetteville Standard Specifications for Water Lines 1.3 GENERAL A. The Contractor shall clear a construction right-of-way as narrow as possible and avoid unnecessary removal or damage to the trees, shrubs, and other landscaping. B. The Contractor shall not remove or disturb any vegetation except that required for the execution of the work. The Contractor shall limit all his operations to the areas of the permanent and temporary easements; therefore, any/all damage to vegetation done by the Contractor outside these areas shall be repaired at his own expense and to the satisfaction of the Owner and the affected property owner. C. Where the presence of livestock, pets or other conditions exist that require continuous confinement, the Contractor shall construct temporary fencing adequate to contain such livestock, etc. D. The area of construction shall be kept clean and well maintained with special emphasis given to the area of lawns and maintained grass areas. Construction debris, paper, trash, and other items shall be picked up at the end of each day's construction work. Restoration work shall be done each day as the applicable sewer main work is completed to the extent that driveways, access roads, etc. are usable. Whether temporary or permanent, the daily restoration work shall be approved by the Owner. 1.4 PROJECT CONDITIONS: A. Authority for performing removal and alteration work on property adjoining permanent or temporary construction easements, or properties to which the Owner has no legal 02100 -Site Preparation.doc 02100-1 0396-1000 I SECTION 02100 - SITE PREPARATION (continued) rights, will be obtained by Contractor prior to beginning work. B. Carefully remove items indicated to be salvaged and store on Owner's premises where indicated or directed. 1.5 EXISTING SERVICES A. Indicated locations are approximate; determine exact locations before beginning work. 1 B. Arrange and pay for disconnecting, removing, capping, and plugging utility services. Notify affected utility companies in advance and obtain approval before starting this I Work. C. Place markers to indicate location of disconnected services. Identify service lines and I capping locations on Project Record Documents. PART 2- PRODUCTS I NOT USED I PART 3- EXECUTION 3.1 GENERAL I A. Before beginning clearing and grubbing operations, call the Arkansas One -Call system at 1-800-482-8998. Allow at least two working days advance notification. 1 3.2 MAINTENANCE OF TRAFFIC A. Conform to the requirements in Section 01530, Pail. 3. ' 3.3 UTILITIES ' A. The location and/or elevation of existing utilities as shown on the Drawings is based on documents provided by others. The information is not to be relied on as being exact or complete. Call the Arkansas One -Call system at. 1-800-482-8998 and/or the utility owner (if not a member of the One -Call service), at least two working days before any excavation to request exact field location of utilities. B. Protect utilities encountered during excavation. C. All existing water or sewer services are to remain active until the new lines are put into service. If an existing service line interferes with the installation of a new water or sewer line such that the planned grade and alignment of the new line cannot be met, as determined by the Owner, the Contractor shall provide a temporary service line for the continuation of service. At the beginning of this project, in advance of any construction, the contractor shall coordinate with the Owner and the Engineer to establish routes of temporary service lines. Connection of the temporary service lines I 02100 -Site Preparation.doc 02100-2 0396-1000 1 SECTION 02100 - SITE PREPARATION (continued) to existing lines shall also be coordinated such that shutdown time of the existing service will be minimal. 1 I 1 1 1 1 1 1 1 1 1 I 1 1 1 D. All temporary service lines, fittings, and appurtenances shall be constructed of materials approved by the Owner and shall be of sufficient length and location to permit installation of the new service line. Temporary lines may be routed through existing driveway culverts if approved by the Owner. All temporary service lines shall be maintained in safe and operational condition until the new service line enters service. All other aspects of materials and construction of temporary service lines, including cutting, plugging and blocking the existing lines, shall conform to the plans and specifications pertaining to the permanent service lines for this project. E. After the new service line enters service, all piping materials and valves, fittings, etc. used for temporary service lines shall be removed and shall remain the property of the Contractor. All open trenches shall be properly backfilled and compacted as approved by the Engineer. F. If utilities are damaged or utility service is interrupted by work under this section, the utility owner has the first right to repair. If public health or safety is at risk, Contractor shall take appropriate, prudent action to repair damage and service interruption. Costs of utility protection and repair shall be borne by the Contractor. G. If existing utilities are found to interfere with the permanent facility being constructed, notify the Engineer for instructions. H. Do not proceed with permanent relocation of utilities without written instructions from the Engineer. 3.4 EXISTING IMPROVEMENTS A. Conform to the requirements in Section 01530, Part 3. 3.5 PROTECTION OF EXISTING TREES A. Trees, shrubs, or other items located in or adjacent to maintained yards shall not be removed or damaged by the Contractor without specific authorization from the Owner for each item. The Contractor shall remove from the area and properly dispose of all trees, stumps, limbs, piles of excess excavation, or any other items removed so as to allow construction. B. Protect trees designated to remain. I 2. 3 02100 -Site Preparation.doc Erect suitable barrier around trees, as approved by Engineer. Do not allow heavy pedestrian or 1y vehicular traffic over root zone of trees to be saved. Do not place construction materials or stockpiles within the tree drip line. 02100-3 0396-1000 I SECTION 02100 - SITE PREPARATION (continued) 3.6 3.7 I C. Water trees and other vegetation indicated to remain, or as directed by Engineer, as 1 required to maintain their health during course of construction operations. D. Provide protection for roots over 1-1/2 inch in diameter that are cut during construction operations. Coat cut faces with emulsified asphalt or other acceptable coating formulated to use on damaged plant tissues. Temporarily cover exposed roots with wet burlap to prevent roots from drying out; cover with earth as soon as possible. E. Repair or replace trees and vegetation indicated to remain that are damaged by construction operations in a manner acceptable to the Engineer. Employ a licensed arborist to repair damage to trees and shrubs. F. Replace trees that cannot be repaired and restored to full -growth status, as determined by Owner's Landscape Administrator. CLEARING AND GRUBBING A. After tree protection barricades are installed, remove all trees, shrubs, grass, or other vegetation, improvements, and obstructions that: interfere with new construction unless otherwise indicated on the drawings.. B. Completely remove stump, roots, and other debris protruding through ground surface. �l I I I I I C. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. D. Use only hand methods for grubbing inside drip line of trees indicated to remain. 1 E. Fill depressions caused by clearing and grubbing operations with satisfactory soil material, unless further excavation or earthwork is indicated. F. Place fill material in horizontal layers not exceeding 6 inches loose depth, and thoroughly compact each layer to a density equal to adjacent original ground. G. Removal of Improvements: Remove existing above -grade and below -grade improvements as indicated and as necessary to facilitate new construction. H. Abandonment or removal of certain underground pipe or conduits may be indicated on mechanical or electrical drawings and isincludedunder work of related Division 15 and 16 Sections. Removal of abandoned underground piping or conduits interfering with construction is included under this Section. DISPOSAL OF WASTE MATERIALS A. Burning of material shall only be done when allowed by local authorities. I Li C I I I 02100 -Site Preparation.doc 02100-4 0396-1000 Li I SECTION 02100 - SITE PREPARATION (continued) B. When allowed, the burning shall be done in accordance with all applicable local, ' state, and federal regulations. C. When perishable material is burned, it shall be under the constant care of a competent watcher. • D. Burning shall be accomplished at such times and in such manner that the surrounding vegetation, adjacent property, or anything designated to remain on the project site will not be jeopardized. IE. Contractor shall cease all burning operations when Federal, State, or local government agencies declare that meteorological conditions are unsuitable for burning. Contractor may resume burning operations when conditions are again suitable for burning. F. Unless allowed otherwise by regulatory authorities, materials to be burned shall be I placed in an incineration pit and an acceptable forced air device shall be used to minimize the emission of smoke, fly ash, or other pollutants. This device shall be constructed so that the forced air is directed over the fire by the use of plenums or ' ducts. Open fans or mulch blowers are not acceptable and will not be allowed for burning operations. I G. Contractor shall comply with all Federal, State, County, and local laws, regulations, or ordinances applicable to the disposal of clearing and grubbing material. Under no circumstances will the airborne emission of live sparks or burning debris be allowed from the burning operations. H. Materials and debris that cannot be burned shall be removed from the construction limits and disposed of offsite in an approved repository. Any extra costs incurred by Contractor in obtaining disposal sites, hauling, and final cleanup will be at Contractors expense. 3.8 TOPSOIL STRIPPING A. Topsoil is defined as friable clay loam surface soil found in a depth of not less than 4 ' inches. B. Satisfactory topsoil is reasonably free of subsoil, clay lumps, stones, and other objects over 2 inches in diameter, and without weeds, roots, and other objectionable material. C. Strip topsoil to whatever depths encountered in a manner to prevent intermingling • with underlying subsoil or other objectionable material. Remove heavy growths of grass from areas before stripping. D. Where existing trees are indicated to remain, leave existing topsoil in place within drip lines to prevent damage to root system. 02100 -Site Preparation.doc 02100-5 0396-1000 1 I SECTION 02100 - SITE PREPARATION (continued) E. Unless directed otherwise by the Engineer or Owner to stockpile topsoil on the same property from which the topsoil is stripped from, the Contractor shall stockpile topsoil in storage piles as appropriate for future replacement. Construct storage piles to provide free drainage of surface water. Cover storage piles, if required, to prevent wind erosion. F. Dispose of unsuitable or excess topsoil as specified for disposal of waste material. 3.9 FENCE AND GATE REMOVAL AND REPLACEMENT I A. Remove all wood, wire, block, or other type of fencing or gates that will interfere with new construction unless otherwise indicated on the drawings. Contractor shall be I responsible for disposal of fencing removed from the site. B. Contractor shall be responsible for replacing all fencing and gates removed during construction activities to same or better condition unless so directed otherwise by Engineer. 1 END OF SECTION 02100 I I I 1 1 1 1 1 1 02I00 -Site Preparation.doc 02100-6 0396-1000 1 I SECTION 02161- EXCAVATION SAFETY 1 PART 1- GENERAL 1.1 SUMMARY: A. This section covers the trench and excavation safety system required for constructing improvements that necessitate open excavations on the project. All work under this item shall be in accordance with the current edition of the OSHA Standard for Excavation and Trench Safety Systems, 29 CFR 1926 Subpart P. t1.2 RELATED SECTIONS A. Section 02229 — Rock Removal IB. Fayetteville Standard Specifications for Sanitary Sewers C. Fayetteville Standard Specifications for Water Lines 1.3 REFERENCE STANDARDS IA. 29 CFR 1296 Subpart P -Occupational Safety and Health Standards — Excavations B. 29 CFR 1296 Subpart U -Occupational Safety and Health Standards — Blasting and Use of Explosives 1.4 NOTIFICATION RE UIRED A. The Contractor, before beginning any excavation, shall notify the State Department of Labor (Safety Division) that work is commencing on a project which has excavations• I five feet deep or deeper. The Contractor shall provide written documentation of the notification to the Owner. B. The Contractor shall notify all utility companies and owners in accordance with the I OSHA requirements given in 29 CFR 1926.651(b)(2) for the purpose of locating utilities and underground installations. I1.5 EXISTING STRUCTURES AND UTILITIES A. Where the trench or excavation endangers the stability of a building, wall, street, highway, utilities, or other installation the Contractor shall provide support systems such as shoring, bracing, or underpinning to ensure the stability of such structure or utility. B. The Contractor may elect to remove and replace or relocate such structures or utilities with the written approval of the Utility and the Owner. PART 2- MATERIALS I I 1 02161 -excavation safety.doc 02161-1 0396-1000 I SECTION 021.61- EXCAVATION SAFETY (continued) Not Applicable PART 3- EXECUTION Not Applicable END OF SECTION 02161 1 I I L I I I I I J 0216 1 -excavation safety.doc 02161-2 0396-1000 ' SECTION 02229 - ROCK REMOVAL PART 1- GENERAL 1.1 GENERAL A. The use of explosives is only to be allowed i€ approved by Owner. 1.2 SECTION INCLUDES A. Removal of rock anticipated or discovered during excavation. B. Use of Explosives to aid in removal of rock. C. Disposition of removed rock. 1.3 RELATED SECTIONS A. Section 02100 - Site Preparation B. Section 02161 - Excavation Safety C. Fayetteville Standard Specifications for Sanitary Sewers D. Fayetteville Standard Specifications for Water Lines 1.4 REFERENCE STANDARDS A. NFPA 495 - Code for Explosive Materials 1.5 ENVIRONMENTAL REQUIREMENTS A. Determine all environmental effects associated with proposed work and safeguard those concerns as regulated by law and all others by reasonable and practiced methods. 1.6 SUBMITTALS A. As specified in Section 02223 - Explosives and Blasting. PART 2- PRODUCTS 2.1 MATERIALS See Section 02223 — Explosives and Blasting. PART 3- EXECUTION 3.1 PREPARATION 02229 -Rock Removal.doc 02229-1 0396-1000 I SECTION 02229 - ROCK REMOVAL (continued) A. Verify site conditions and note subsurface conditions affecting work of this section. B. Identify required lines, levels, and elevations that will determine the extent of the proposed removals. ' 3.2 ROCK EXCAVATION A. Cut rock to form level bearing at bottom of trench. In utility trenches, excavate to six (6) inches below bottom of pipe. When excavating for a structure or expansion of a structure, remove shattered layers to provide a sound base for footings or foundations. Reuse excavated materials on -site in accordance with Section 02200, if applicable. B. Comply with all laws, rules, and regulations of Federal, State and local authorities and insurer which govern storage, use, manufacture, sale, handling, transportation, licensing, or other disposition of explosives. Take special precautions for proper use of explosives to prevent harm to human life and. damage to surface structures, all utility lines, or other subsurface structures. Do not conduct blasting operations until persons in vicinity have had ample notice and have; reached positions of safety. C. Contractor shall hold harmless Owner, Engineer, and Program Manager from any claim growing out of use of such explosives. Removal of materials of any nature by blasting shall be done in such a manner and such time as to avoid damage affecting integrity of design and to avoid damage to any new or existing structure included in or adjacent to work. It shall be Contractor's responsibility to determine method of operation to ensure desired results and integrity of completed work. D. Perform rock excavation in a manner that will produce material of such size as to permit it being placed in embankments in accordance with Section 02200. Remove rock to limits as indicated. Remove loose or shattered rock, overhanging ledges and boulders which might dislodge. E. Use lean concrete or suitable materials to replace rock overblast or over excavation in any building area or in any expansion area to facilitate placement of utilities and future footings. END OF SECTION 02229 I I I I I L I I I I 02229 -Rock Rem ovai.doc 02229-2 ; 0396-1000 I Li SECTION 02261- SITE RESTORATION PART 1- GENERAL 1.1 SCOPE A. This section includes restoration of areas disturbed by this project including, but not limited to all areas disturbed by Contractor's, Vendor's, sub -contractors, and utility owner's operations necessary to complete this project. B. The area of construction shall be kept clean and well maintained with special emphasis given to the area of lawns and maintained grass areas. Construction debris, paper, trash, and other items shall be picked up at the end of each day's construction work. Restoration work shall be done each day as the applicable sewer main work is completed to the extent that driveways, access roads, etc. are usable. Whether temporary or permanent, the daily restoration work shall be approved by the Engineer. 1 1.2 GENERAL f] I LI I I I LI I A. The criteria listed below shall apply unless the landowner involved indicates to the Owner a willingness to waive them. However, no waiver will relieve the contractor from the requirement to refill sunken ditch lines as necessary and to control erosion from the cut areas by seeding and mulching until grass is established. Also, no waiver will relieve the contractor from the requirement to leave the site neat and free from construction debris of all kinds. B. Immediately upon completion of work in local areas, restore the project site to conditions equivalent to or better than those existing prior to starting construction unless otherwise required by these specifications, permits and/or licenses, or shown on the Plans. Unless otherwise specified herein or in the Plans, the Contractor shall replace all sod, grass, shrubs, bushes, trees, flowers, and landscaped areas disturbed or removed that are located on public or private property. The Contractor shall replace vegetation and re -landscape or cause such to be performed throughout the work area as soon as possible after the sewer line and appurtenances have been installed. All vegetation damaged shall be replaced with healthy vegetation of the same kind or type. All plants shall be replaced, or replanted, unless directed otherwise by the Owner, in their original locations. The Contractor shall maintain all such replaced vegetation by the application of water, appropriate fertilizer, and top soil. The vegetation shall be cultivated to prohibit the growth of foreign vegetation until a well developed root system has been established and replaced vegetation has overcome the "shock" resulting from transplanting. All vegetation which dies or becomes unhealthy shall be replaced by the,Contractor. The contour of the ground shall be left as near the original as possible as determined by the Owner. 2. The Contractor shall stabilize all areas where, in the opinion of the Owner, the ground surface has been disturbed and erosion is likely to occur. 02261 -Site Restoration.doc 02261 - 1 0396-1000 SECTION 02261- SITE RESTORATION (continued) I 3. All lawns and maintained grass areas, pastures, meadows, wooded, and unimproved areas disturbed by construction shall be immediately restored to a condition equal to or better than that existing prior to construction. In general, the surface shall be fine graded smooth and shall be free of rocks, clumps, sticks, or other items larger than 1-'/2 inches in thickness or diameter, and roots, brush, wire, grade stakes, and other objects that might be a hindrance to maintenance operations. 4. No restoration shall occur until the installed facilities are tested and accepted. I 5. Complete final surface restoration within two weeks of the installation or repair of the facilities or as directed. In no case shall the length between non - restored areas and the pipe laying. operations exceed 2,000 -feet. Failure to restore the area within this time period may result in the owner securing a landscaping service to perform the work. The total cost of the restoration work to the Owner will then be deducted from the next payment due the contractor. 6. The Contractor shall use suitable and proper equipment for the fine grading and landscape work. Heavy equipment normally associated with utility work is not deemed satisfactory. Equipment of the size normally associated with landscape work shall be used. C. If the stored topsoil removed during the stripping procedures becomes contaminated, P PP g dispersed, or destroyed the Contractor shall furnish topsoil to replace that which was lost for use in the appropriate grass restoration method. Replacement topsoil shall be of a quality that will support and nurture the vegetation to be reestablished. The replacement topsoil shall be furnished at the Contractor's expense. D. Reference Standards 1 I. Surface restoration, except as specified herein, including pavement, driveways, sidewalks, curbs and gutters, and sodding shall be in accordance with the current edition of Arkansas Highway and Transportation Department Standard Specifications and these Specifications. 2. ASTM D422 - Standard Test Method for Particle Size Analysis of Soils 1.3 RELATED SECTIONS: A. Section 02100 - Site Preparation B. Fayetteville Standard Specifications for Sanitary Sewers I C. Fayetteville Standard Specifications for Water Lines 1.4 DEFINITIONS 1 1 02261 -Site Restoration.doc 02261 - 2 0396-1000 SECTION 02261- SITE RESTORATION (continued) 1 •1 1 1 1 1 A. Class I Restoration - Areas of construction within lawns, gardens, or other well -kept areas, including street rights -of -way that are kept as lawns by adjacent landowners. Sod shall be used to restore these areas except for gardens, where the restoration will be as agreed to by the property owner. B. Class II Restoration - Areas of construction within fields, meadows and street rights -of -way which are not maintained for personal use. Seeding shall be used to restore these areas. C. Class lII 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. Seeding shalt be used for these areas. D. Class IV Restoration — Areas of construction that are paved with crushed stone, asphalt, or concrete and which are not intended to support the growth of ground covering plants. These areas shall be replaced in -kind. 1.5 QUALITY ASSURANCE A. Equipment and personnel adequate to meet these requirements shall be available from the beginning of work. 1.6 SUBMITTALS A. Section 01330 - Submittals: Procedures for submittals. B. Certificates: Certify that products meet or exceed specified requirements. PART 2- PRODUCTS 2.1. TOPSOIL A. Topsoil shall be free from large roots, sticks, weeds, brush, stones or other litter and waste products. A minimum of 4 -inches compacted depth of topsoil shall be used. B. The soil texture shall be classified as loam or sandy loam according to the following criteria where given percentages are percentages retained: Loam Sandy Loam Sand (No. 10 sieve) 25-50% 45-85% Silt (No. 270 sieve) 30-50% Less than 50% Clay (Hydrometer analysis) 5-25% Less than 20% 02261 -Site Restoration.doc 02261 - 3 0396-1000 I SECTION 02261— SITE RESTORATION (continued) C. Soil texture shall be determined by utilizing processes as prescribed in ASTM D 422 using the No. 20 and No. 270 sieves and a hydrometer analysis. I 2.2. FERTILIZER A. Fertilizer shall be a standard commercial 10-2040, uniform in composition, free flowing and suitable for application with approved equipment, delivered to the site in bags or other convenient containers each fully labeled, conforming to applicable State laws. 2.3. SOD A. Sod shall be approved nursery or field grown grass that is native to the locality of the work and shall match existing ground cover in the area of excavation. Sod shall be well rooted in soil of such consistency that it will not break, crumble, or tear during handling and placing. Sod shall be free of noxious weeds and other objectionable plants and shall not contain substances injurious to growth. Sod for replacement of disturbed sodded areas shall be approved by Engineer before cutting. B. Grass shall be between 1?1z and 4 -inches in length when the sod is cut. The sod shall be cut within 48 hours of placement in rectangular pieces not less than 12 -inches in, width and not less than one inch in soil thickness. Keep sod in a moist condition between the initiation of cutting and the completion of placement and protect against exposure to the sun, wind, or freezing during transportation to the site and during storage prior to placing. 2.4. SEED I A. Class II Restoration - Seed mixture shall be 40% Field Fescue, 40% Rye Grass (annual), and 20% White Clover (common). B. Class III Restoration - Seed mixture shall be 40% Tall Fescue (Kentucky 31), 40% Rye Grass (annual), and 20% White Clover (common). C. Seed shall be labeled according to current requirements of the Arkansas State Plant Board. p D. Seed shall be 95% pure and with 85% 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. E. Fescue seed shall be certified endophyte free. I 2.5 MULCH 02261 -Site Restoration.doc 02261 -4 0396-1000 r A 1 r 1. Li I I SECTION 02261- SITE RESTORATION (continued) A. Straw mulching shall be of oat, wheat, or rice straw mulch. Hay mulch shall be prairie grass, Bermuda grass, or other hay as approved. The mulch shall be good grade, free of Johnson grass, weeds, or foreign materials, and of a quality approved by the Engineer prior to use. Mulch shall be kept in dry condition and shall not be molded or rotted. 2.6 WATER A. Water shall be of irrigation quality, free of impurities which are detrimental to plant growth. 2.7 PORTLAND CEMENT CONCRETE A. See latest edition of Standard Specifications for Highway Construction by Arkansas State Highway and Transportation Department 2.8 REINFORCING STEEL A. See latest edition of Standard Specifications for Highway Construction by Arkansas State Highway and Transportation Department 2.9. ASPHALT CEMENT, PRIME COAT, TACK COAT, ASPHALT CONCRETE A. See latest edition of Standard Specifications for Highway. Construction by Arkansas State Highway and Transportation Department PART 3- EXECUTION 3.1 CLEANUP A. Upon completion of installation and backfill operations, clean and dress up the work area as follows: 1. Remove construction debris and litter from the site. 2. Remove excess excavation material from the site including material which has washed into stream beds, storm water facilities, streets, culverts, etc. 3. Remove tools, equipment and construction materials except for designated storage areas. Maintain designated storage areas in a neat appearing manner. 4. Restore surface and subsurface drainage and provide drainage wash checks necessary to prevent soils from being washed downstream. 02261 -Site Restoration.doc 02261 -5 0396-1000 02261 - SITE RESTORATION (continued) ( ) 5. Machine or hand -grade the area in preparation of final grading, seeding, sodding, pavement replacement, etc. 6. Restore all street signs and mail boxes. I 7. Maintain adequate safety signs, barricades and lights until final restoration of work area is completed. 3.2 FINISH GRADING A. Unless shown otherwise on drawings, finish grade the area to lines and grades which existed prior to the area being disturbed, with special attention directed to proper surface drainage, and the refilling of settled excavations with earth compacted to densities required. The area shall be smoothed by raking or dragging. Flower and vegetable gardens in existence prior to this project shall have the separately stored top soils restored unless otherwise required. Areas to be sodded or seeded shall have a minimum four -inch depth of topsoil. 3.3 TOPSOIL A. Topsoil shall be placed to a 4 -inch depth on all stripped areas prior to placement of sod or seed. B. Subsoil shall be scarified to a 2 -inch depth for bonding of topsoil with subsoil. Spread 3.4 SOD topsoil over all graded areas to a depth of 4 -inches. A. Restore lawns disturbed by construction with sod to match existing. Sod may be placed between the average date of the last freeze in the spring and six weeks prior to the average date for the first freeze in the fall according to U.S. Weather Bureau for the area unless otherwise approved by the Engineer in writing. Place sod at any time during this period except when the temperature is over 90 -degrees Fahrenheit, drought conditions exist, or the sod or ground surface is frozen. Cut sod as thick as possible to aid the sod in taking root at the earliest possible datr.. B. Spread fertilizer nutrients over the area at a rate of 250 pounds per acre (nutrient weight only) or as recommended by the manufacturer. C. Place sod on the prepared surface with the edges in close contact and the alternate courses staggered. Bury exposed edges of the sod flush with the adjacent soil. In ditches, place sod with the longer dimension perpendicular to the flow of water in the ditch. On slopes, starting at the bottom of the slope, place sod with the longer dimension perpendicular to the slope of the ground and where the slope is 2:1 or greater, stake the sod. Sod shall be rolled after placement and joints filled between sections with scarified soil. Within eight hours after placing the sod, apply five gallons of water per square yard. 02261 -Site Restoration.doc 02261 - 6 0396-1000 SECTION 02261— SITE RESTORATION (continued) D. Provide sufficient water to prevent the sod from drying out. E. Existing sod which was salvaged during construction may be reused at the Contractor's option. F. Sod shall have taken root before acceptance. Contractor shall guarantee placed sod for one year after acceptance by the Owner. 3.5 SEEDING A. Seed bed preparation shall not be started until all stones, boulders, and debris larger I. than 1-1/s inches in diameter have been removed. The area to be seeded shall be worked to a minimum depth of 3 -inches with a disc or other method approved by the Engineer, reducing all soil particles to a size not larger than 1-'h inches in diameter. 'The prepared surface shall be relatively free from all weeds, stones, roots, and sticks. No seeds shall be sown until the seed bed has been approved by the Engineer. B. Fertilizers and/or lime shall be applied at appropriate agronomic rate. Soil shall be tested to determine agronomic rate. Fertilizer shall be applied 24 hours in advance of tilling/seedbed preparation operations. The fertilizer shall be raked in and thoroughly mixed with the soil to a depth of approximately 2 -inches prior to the application of seed or mulch. C. Seeding rate shall be 120 to 150 lbs/acre. Do not seed during high winds or when the seed bed is too wet for working. Seed shall be planted to a depth of to'/2 inch by use of acceptable equipment. Appropriate seeding methods include: broadcasting, harrowing, and/or raking lightly. Within 12 hours lightly rake seeded areas and roll with a 200 -pound roller. After raking, water the seeded areas with a fine spray until a uniform moisture depth of one inch has been obtained. D. Mulching shall be spread uniformly at a rate of 1 ton per acre (air dried weight) or to a uniform 2 -inch depth. Mulch shall be spread by hand or by an approved blower type mulch spreader. Mulch shall be anchored in the soil to a depth of 2- to 3 -inches to form a soil -binding mulch to prevent loss or bunching, or held in place with a tackifier. The Contractor shall be responsible for the cost of removal of any objectionable discoloration resulting from the use of tackifiers. Mulch shall be kept moist by daily application of water until seeds have germinated. E. For finish slopes steeper than 3:1, mulch shall be applied and stabilized by the hydraulic method (hydromulching/seeding). F. Water seeded areas as required for the seed to maintain suitable growth for at least three mowings. Mowings are to be performed at least one week apart. G. Reseed areas where the grass does not become established. I 02261 -Site Restoration.doc 02261 - 7 0396-1000 f SECTION 02261— SITE RESTORATION (continued) 3.6 TREE, BUSH, AND HEDGE TRANSPLANTING AND REPLACEMENT I A. Existing trees, bushes, and hedges which cannot be tied back or trimmed to prevent damage and require removal because of the proposed construction shall be transplanted with a tree spade or replaced: Tree removal shall include removal of stump and roots four -inches below grade. Transplanting shall be at the location directed by the Owner. After digging the plants, properly store them until they can be transplanted. Replacement plants shall not be delivered until they can be planted. B. Plant during the proper seasons. Do not plant in frozen soil or during unfavorable weather conditions. Dig tree pits of such size as to provide ample space for the entire root system, as the tree comes from the nursery, without crowding or bending the roots. The pits shall be 12 -inches wider than the root ball diameter, have vertical sides, and be six -inches deeper than the thickness of the root ball. Thoroughly loosen the soil in the bottom of the pit by spading to a depth of six -inches. Dig holes immediately before planting. Dispose of soil dug from the tree pits. C. Set trees at a depth slightly below finished grade, half -fill the hole with planting soil and thoroughly water. Loosen and fold down the upper half of the burlap, fill the hole with planting soil and thoroughly water. Fill the top two inches with well -rotted mulch. D. After planting, prune the branches in proportion to the amount of root system lost in the transplanting operations but in such a manner as to retain the form typical of the tree. In general, remove approximately one-third of the branch structure. Pruning shall be done by expert workmen in such a manner as to insure healthy and symmetrical growth of new wood. E. After planting, wrap trunks of trees planted after October 15 with special tree wrap from the crotch of the first major branches down to the ground. Tie wrapping with cotton twine to keep the wrapping in place. F. Plant trees vertically. Trees found leaning during the guarantee period shall • immediately be staked with two 2 -inch by 3 -inch wood stakes, eight feet long, pointed on one end. The stake shall be long enough to properly support the tree. Drive the stakes to a depth of 18 -inches below the bottom of the tree pit. Locate the stakes on the north side and on the south side of the tree, and 12 -inches to 18 -inches from the trunk. Do not drive stakes into the ball and burlap. Guy the trees using a figure eight hitch consisting of No. 14 gauge wire encased in a section of rubber hose. 3.7 RESTORATION OF PAVEMENT SURFACES A. General 1. Restore (unless otherwise specified or ordered by the Owner) permanent type pavements, sidewalks, driveways, curbs, gutters, and surface structures removed or disturbed during or as a result of construction operations to a 02261 -Site Restoration.doc 02261 - 8 0396-1000 SECTION 02261- SITE RESTORATION (continued) condition which is equal to or better to, in appearance and quality, the condition that existed before the work began. The surface of all improvements shall match the appearance of the existing surface. I 1 1 0 Is I 2. Place concrete only after inspection by the Engineer of the placement site to verify proper forms and reinforcement. Reinforcement shall be equal in quantity and type of materials to reinforcement that existed prior to the work, or as indicated in the Plans or Specifications. 3. Sawcut existing paved surfaces to provide a straight joint between the existing and new surface. Sawcutting shall be full depth and square or rectangular in shape. 4. Cure and protect all exposed concrete installed under this contract in accordance with the reference standard. 5. Allow concrete to attain 7 -day strength before allowing traffic or construction equipment on the concrete. 6. Removal of partial pavement or sidewalk squares shall not be allowed. B. Concrete Sidewalks 1. Concrete sidewalks shall consist of a minimum thickness of five -inches of nonreinforced Portland Cement Concrete over four -inches of compacted granular material. 2. Increase sidewalk thickness to six -inches when crossing driveways. 3. Place one-half inch preformed bituminous expansion joints at junctions with existing work and at intervals not exceeding 50 -feet, or as directed by the Engineer. 4. Sawcut existing sidewalks at construction joints. Patching existing sidewalk squares damaged during construction activities shall not be allowed. 5. When removing portions of a concrete sidewalk, removal shall extend to a construction or expansion joint or as directed by Engineer. C. Concrete Curb and Gutter 2. Curb and Gutter dimensions and cross sections shall conform to existing installations. Place two dowels at each junction with existing work. Dowels shall be 3/ -inch diameter and a minimum of 12 -inches in length. 02251 -Site Restoration.doc 02261 - 9 0396-1000 1 SECTION 02261— SITE RESTORATION (continued) 3. Place one-half inch preformed bituminous expansion joints at junctions with existing work and at intervals not exceeding 50 -feet, or as directed by the Engineer. 4. Place doweled expansion joints at intervals not exceeding 50 -feet, or as directed by the Owner. 5. Sawcut control joints at intervals not exceeding 20 -feet and at junctions with existing traverse cracks in the pavement, or as directed by the Engineer. D. Concrete Driveways 1. Replace concrete driveways to the condition and thickness which existed prior. to construction. Minimum thickness shall be 6 -inches. Minimum reinforcement shall be No. 3 bars at 12 -inch centers. Replace driveways to existing joints unless otherwise approved by the Engineer. E. Bituminous Concrete Driveway - 1. Replace bituminous driveways to the condition and thickness which existed prior to construction. Minimum thickness shall be 3 -inches. Construction shall be executed in accordance with the applicable requirements of the - Standard Specifications for Highway Construction. F. Tack Coat 1. Apply a tack coat on existing asphalt concretepavement and to each lift of new PPY P .,, pavement that is to receive a succeeding lift in conformance with Section 403 of the Standard Specifications for Highway Construction. G. Prime Coat I. The prime coat shall be applied to the leveling course in accordance with I Section 403 of the referenced specification at the rate of 0.20 to 0.30 -gallon per square yard of surface area. The exact. amount is to be determined by the Engineer. H. Construction of Asphalt Concrete Pavement 1. Lay asphalt concrete over the base course in a single lift; the compacted depth shall be 3 -inches. The method of proportioning, mixing, transporting, laying, processing, and rolling the material, and the standards of workmanship shall conform to the applicable requirements of the Standard Specifications for Highway Construction. I 2. The Engineer will examine the base before the paving is begun and bring any deficiencies to the Contractor's attention to be corrected before the paving is 02261 -Site Restoration.doc 02261 - 10 0396-1000 1 I SE('TION 42261- SITE RESTORATION (continued) started. Roll each lift of the asphalt concrete and compact to the density specified in the referenced Standard Specification for Highway Construction. The grade, line, and cross section of the finished surface shall conform to the Drawings. Asphalt or asphalt stains which are noticeable upon surfaces of concrete or materials which will be exposed to view shall be promptly and completely removed. I. Asphalt Highway Repair I 1. Asphalt Highway Repair shall be in accordance with the Arkansas State ` Highway and Transportation Department Standard Specifications for Highway Construction. J. Concrete Highway Repair 1. Concrete highway repair shall be in accordance with the Arkansas State Highway and Transportation Department Standard Specifications for Highway Construction. K. Weather Conditions 1. Asphalt shall not be applied to wet material. Asphalt shall not be applied during rainfall, sand or dust storm, or any imminent storms that might adversely affect the construction. The Engineer will determine when surfaces and material are dry enough to proceed with construction. Asphalt concrete shall not be placed (1) when the atmospheric temperature is lower than 40 tiI degrees F, (2) during heavy rainfall, or (3) when the surface upon which it is to be placed is frozen or wet. Asphalt for prime coat shall not be applied when the surface temperature is less than 50 degrees F. Exceptions will be permitted only in special cases and only with prior written approval of the Engineer. L. Concrete Pavement J1. Pavement replacement shall be the same thickness as that removed, except that in no instance shall it be less than 12 -inches. Protect the newly placed concrete from traffic for a period of 7 days and cure by covering with burlap, sand, earth, or sawdust, which is kept continuously wet. 2. Handle and place concrete pavement in accordance with the Standard /4 I Specifications for Highway Construction of the Arkansas State Highway and Transportation Department. M. Gravel Surfacing: I1. Where required by the Drawings, and where necessary to match existing surfaces, place crushed rock or gravel surfacing material, matching size, depth, I and gradation of adjacent surfaces, on streets, driveways, parking areas, street 026l -Site Restoration.doc 02261 - 11 0396-1000 1 SECTION 02261- SITE RESTORATION (continued) I, shoulders, and other graveled areas disturbed by the construction. Spread the I rock by tailgating and supplement by hand labor where necessary. Level and grade the rock to conform to the existing grades and surfaces. END OF SECTION 02261 i r i i i i .1 1 02261 -Site Restoration.doc 02261 - 12 0396-1000 I �I1 I. FAYI ;TTEVILLE STANDARD SPECIFICATIONS FOR SANITARY SEWERS I' I Table of Contents 2200 Excavation, Backfilling, and Compacting . 1 to 11 3000 Pipe, Fittings, and Materials 1 to 9 3100 Sanitary Sewer Pipelines 1 to 10 3200 Sanitary Sewer Service Lines (Private Laterals) 1 to 8 3300 Manholes 1 to 8 3600 Cast -In -Place Concrete for Sanitary Sewer System 1 to 4 5000 Pipeline Cleaning 1 to 4 5200 Inspection and Testing of Sanitary Sewer 1 to 10 Pipelines, Manholes, and Service Lines I' END OF TABLE OF CONTENTS II El I I Table of Contents TOC-1 0396-1000 Ii 1 1 1 1 f 1 1 A 1 1 1 1 I 1 1 1 SECTION 2200 EXCAVATION, BACKFILLING, AND COMPACTING PART 1- GENERAL 1.01 WORK INCLUDED A. Excavation, backfilling, and compaction for sanitary sewer pipelines, service lines, manholes and incidental construction. 1.02 RELATED WORK A. Section 3100 - Sanitary Sewer Pipelines B. Section 3200 - Sanitary Sewer Service Lines C. Section 3300 - Manholes 1.03 QUALITY ASSURANCE A. Determine the moisture density relation of material in the laboratory in accordance with AASHTO Designation T-180 modified to use material passing a 3/4" sieve. B. Determine the field density of backfill in accordance with AASHTO Designation T-147. 1.04 REFERENCES 2200.doc No! Used. 1 0396-1000 I 1.05 PROTECTION A. The Work included in this Project may require excavation and related activities in close proximity to existing buried and aerial utility lines and facilities, such as water lines, sewer lines, storm drains, natural gas lines, electrical power lines, telephone cables, and TV cables. Where their presence is known, the approximate location of such utilities is shown on the Drawings, but all such utilities and individual service lines are not shown. The Contractor shall be aware of the potential for such utility lines to conflict with intended construction efforts, and the Contractor, shall use appropriate precautionary measures to locate and protect such utility lines and services so as to avoid damage and interruptions to service. B. The Contractor shall contact the owners of the various existing utilities lines and services as may be affected by the construction and solicit their assistance in identifying, locating, marking, and protecting these facilities prior to the beginning of any excavation or other work which might endanger the existing utilities. If such utilities are damaged or impaired because of the Contractor's actions or omissions, the Contractor shall be responsible for the cost of repairs or replacements of the affected or damaged utility or service line. C. The Contractor shall comply with the Arkansas One -Call System and shall alert potentially conflicting utility systems accordingly. D. In all cases, the Contractor is responsible for protecting public and private property; and, protecting any person or persons who might be injured as a result of the Contractor's work. 1.06 DUST CONTROL The Contractor shall be responsible for maintaining the site and adjoining paved surfaces in a dust free condition. Fugitive dust control is the sole responsibility of the Contractor. PART 2- PRODUCTS 2.01 EMBEDMENT MATERIALS - GENERAL A. Embedment materials are restricted to materials as described below. B. Gravel material for select backfill across streets, roads, driveways, and for placement of "gravel" surfaced areas, shall be Class 7 material conforming to the Standard Specifications of the Arkansas Highway & Transportation Department, latest edition. A 1 t Ii 1 I I 2200.doc 2 0396-1000 I 1 ~ 2.02 CLASS I EMBEDMENT MATERIAL Clans I embedment material shall be in accordance with ASTM D 2487, latest edition and shall conform to class 1A embedment materials in accordance with ASTM D 2321, latest edit'.on. Material shall meet the grading requirements of ASTM C 33, gradation 67, con monly referred to as ASTM #67 or 3/4" concrete aggregate. Maximum aggregate size shall be 3/4 inch. This includes materials such as crushed stone or rock, broken con I, crushed slag, cinders, or crushed shells. 2.03 C E] .ECT NATIVE BACKFILL MATERIAL S Seh ct native material shall be good earth, sand, or gravel that is free from large rocks or hard lumpy materials. Never use materials of perishable, spongy or otherwise unsuitable nati ire as select material. 2.04 FLOWABLE FILL MATERIAL Flo'..able fill material for select backfill across streets, roads, and driveways shall be Flo'vable Select Material conforming to the Standard Specifications of the Arkansas Hi g hway & Transportation Department, latest edition. 2.05 RE.'RAP Riprap material for bank stabilization and erosion control shall conform to the Standard Specifications of the Arkansas Highway & Transportation Department, latest edition. PART 3- 'EXECUTION 3.01 EXCAVATION - GENERAL A. All excavation shall be carried accurately to the line and grade shown on the Drawings and as established by the Engineer. B. When excavation is carried below or beyond that required, fill the over -excavated space with compacted Class I material, or with concrete as approved by the Engineer. C. The Contractor shall use a trench box or provide and install shoring where necessary to protect the labor, the work, or adjacent property. Shoring shall be maintained in place until the backfill has proceeded to a point where it can be safely removed. D. Dewater all excavations before any construction is undertaken. Install pipe only in dry trenches. Place concrete upon dry, firm foundation material only. 11 2200.doc 3 0396-1000 t 3.02 DISPOSAL OF EXCAVATED MATERIALS A. The Contractor shall be responsible for disposal of excess material, or disposal of excavated material unsuitable for backfilling. B. Disposal of excess material shall only be allowed on private property with written I permission of the owner of the property. A copy of the written permission must be forwarded to the Engineer. I 3.03 SEWER FLOW CONTROL A. Plugging or Blocking: A sewer line plug shall be inserted into the line upstream I of the section or sections being worked. The plug shall be so designed that all or any portion of the sewerage can be released. After the work has been completed, flow shall be restored to normal. B. Pumping and- Bypassing: The Contractor shall supply the pumps, conduits, and other equipment to divert the flow of sewage around the manhole section or sections in which work is to be performed. The. bypass system shall be of sufficient capacity to handle existing flow plus additional flow that may occur during a rainstorm. The Contractor shall be responsible for furnishing the necessary labor and supervision to set up and operate the pumping and bypassing system. If pumping is required on a 24 -hour basis, engines shall be equipped in a manner to keep noise to a minimum. C. Flow Control Precautions: When flow in sewer line is plugged, blocked, or bypassed, sufficient precautions must be taken to protect the sewer lines from damage that might result from sewer surcharging. Further, precautions must be taken to insure that sewer flow control operations do not cause flooding or damage to public or private property being served by the sewers involved. D. The City may require a detail of the bypass plan to be submitted. 3.04 EXPLOSIVES A. Notify the Engineer in advance if the use of explosives is necessary for the efficient execution of the work. B. All work pertaining to the use of explosives shall be performed by qualified personnel. I C. The Contractor shall obtain all the necessary permits from all governmental bodies. Copies of permits must be submitted to the Engineer and the Contractor shall keep a copy of all permits on the job site at all times. I 2200.doc 4 0396-1000 D. Follow all governing OSHA safety regulations. E. Exercise every precaution to prevent damage to adjoining improvements or property. F. Always use a blasting shield or mat. G. Any damage to private property resulting from the use of explosives is the liability of the Contractor. 3.05 TRIINCH DEWATERING A. Dewater all trenches to the extent that sanitary sewer pipe can be placed on a dry and firm trench bottom. Never place pipe in a wet or unstable trench. The allowable dewatering methods are: 1. Well pointing; and, 2. Over Excavation and Sump Pumping. Submit for approval other trench dewatering procedures. B. Well Pointing Procedure 1. Install well points where required to keep the excavation dry and the subgrade stable. 2. Install well points when the excavation is within two (2) feet of the water table. 3. Provide sufficient pumping equipment, in good working order and available at all times, to remove any water that accumulates in excavations so a stable subgrade is obtained. 4. Keep all dewatering equipment in continuous operation until backfill is completed. C. Pump, pipe, and drain all water resulting from dewatering operations into existing drainage structures, such as storm sewers, ditches or streams. Prevent flooding of streets or private property. D. Soil that cannot be properly dewatered: excavate and install Class I bedding material tamped in place to such a depth to provide a firm trench bottom. 2200.doc 5 0396-1000 I E. Divert surface runoff water away from the excavation. Where the excavation crosses natural drainage channels, care should be taken to prevent unnecessary damage or delays. Route diverted surface water into existing drainage structures, such as storm sewers, ditches, or streams. Prevent flooding of streets or private property. F. Discharge of trench water or surface runoff into a sanitary sewer is a violation of City of Fayetteville Ordinance and violators will be prosecuted as prescribed by law. 3.06 SHEETING AND SHORING A. Provide sheeting and shoring of trenches to: 1. Protect the safety of workers; I 2. Provide suitable means for constructing the sewer line; I 3. To maintain the trench free from slides or cave-ins; 4. And, to protect public or private property, including existing utilities, J buildings, streets, or other structures that are close to the trench. B. Follow all governing OSHA reg ulations. g safety regu tAons. C. Keep shoring in place until the backfill has proceeded to a point where it can safely be removed. 3.07 EXCAVATION - SEWER LINE TRENCHES A. Trench For Gravity Sewer Line - During excavation, all sewer pipe to be replaced shall be removed and disposed of offsite at a suitable landfill. Trench excavation for gravity sewer lines shall be kept within the maximum width limits as shown —� on the Drawings. The specified maximum trench width from the bottom of the trench to 12 -inches above the outside top of the- pipe shall not be exceeded unless specifically authorized by the Engineer. B. Trench For Gravity Sewer Line in Paved Area — Prior to excavation in paved areas, the Contractor shall saw -cut (or other acceptable method approved by the Engineer) the existing pavement to minimize the destruction of the existing pavement outside the limits of the trench. The maximum trench width for the installation of gravity sewer lines, up to 12 -inches in diameter, in paved areas shall not exceed 36 -inches without written approval from Engineer. Contractor is responsible for damage to paved areas by construction equipment outside the limits of trench excavation. 2200.doc 6 0396-1000 1 C. Keep the trench widths within the limits- specified below. This requirement is to avoid superimposed loading in excess of the designed and specified pipe strength; and to provide sufficient room for proper installation and bedding of sewer pipe. Inside Pipe Maximum Width of Trench Diameter From Top of Pipe to (Inches) 2' Above Top of Pipe 6,8,10 2'-6" 12,14,15,16 3'-0" 18,21 3'-6" 24,30 4' - 0" 36 4'-6" D. If necessary to prevent sliding and caving cut, the trench banks back on a slope above an elevation two (2) feet above the outside top of the pipe to reduce the earth load on the trench sides. Never exceed the specified maximum width until 2 ft. above the outside top of the pipe. See Section 2000 — Trench Safety. E. Do not advance trench excavation more than three hundred (300) feet ahead of the completed pipe work and backfill. 3.08 OVER EXCAVATION A. Over excavate below the required subgrade only under the conditions as listed below. 1. The soil at the bottom of the trench is mucky or in such condition that it cannot be properly shaped and graded. 2. The subgrade material is too soft to properly support the pipe. B. After over excavating, provide and install a fill consisting of Class I bedding material thoroughly tamped into place in a maximum of eight (8) inch lifts up to an elevation sufficient to prepare the subgrade for the particular bedding class required. 3.09 BEDDING AND BACKFILLING - GENERAL A. Install all sewer pipe using Class I embedment materials. Refer to Standard Detail Drawings. 2200.doc 7 0396-1000 B. It is essential that the complete backfill be done in such a manner to minimize voids in the backfill. C. Backfilling includes refilling and consolidating the fill in the excavation up to the surrounding ground surface or road grade. D. Use select native materials for backfilling unpaved aved areas. P E. Where trenches are to be located beneath existing or proposed streets, drives, and parking areas, all backfilling procedures shall be in accordance with the Standard �* Detail Drawings. F. Use mechanical compaction devices manufactured for that purpose to compact backfill materials in trenches. G. Pipe detection tape shall be provided in all trenches for sewer line construction. Installation shall be per manufacturer's recommendations and shall be as close as practical to finished grade while maintaining a required minimum of 18 inches between the detection tape and the top of any pipe line. 3.10 BEDDING AND BACKFILLING RIGID PIPE; A. Bed rigid pipe as described below and in accordance with the standard trench details shown in Standard Detail Drawings. The intent of the bedding is to create a uniform support which will protect the pipe from localized stress points and to provide for a well graded trench bottom. I B. Extend the trench excavation to a minimum depth of six (6) inches below the bottom of the pipe. C. Install bedding materials in no greater than eight (8) inch compacted lifts. Install bedding from six (6) inches below the pipe to six (6) inches above the pipe. Shovel slice bedding beneath the pipe haunches. D. Compact all bedding material to a minimum density of 80% standard proctor as, outlined in AASHTO T-99. E. Install pipe in accordance with Section 3100 - Sanitary Sewer Pipelines. 1 F. Backfill the excavation. 3.11 BEDDING AND BACKFILLING FLEXIBLE (PVC) PIPE A. Bed flexible (PVC) pipe as described below in accordance with Standard Detail Drawings. The intent of the bedding is to create a uniform support which will 2200.doc 8 0396-1000 protect the pipe from localized stress points and to provide for a well graded trench bottom. B. Extend the trench excavation to a minimum depth of six (6) inches below the bottom of the pipe. i C. I Install bedding materials in no greater than eight (8) inch compacted lifts. Install bedding from six (6) inches below the pipe to six (6) inches above the pipe. Shovel slice bedding beneath the pipe haunches. D. Compact all bedding material to a minimum density of 80% standard proctor as outlined in AASHTO T-99. E. The maximum depth of bury for PVC pipe is sixteen (16) feet. Any depths greater than sixteen (16) feet require rigid pipe. F. i Install pipe in accordance with Section 3100 - Sanitary Sewer Pipelines. G. Backfill and compact the excavation. 3.12 M4 NHOLE EXCAVATION A. I Excavate the base area no larger than necessary to provide an adequate base. B. ! Dewater all excavations if required before starting any permanent construction. C. I Provide sheeting and shoring as required. D. Leave at least twelve (12) inches between the outer surface of manholes and the excavation or shoring. E. I If over excavation occurs, bring the excavation back to proper grade with either: 1. Class I bedding material compacted to 80% standard proctor; or, 2. Concrete poured monolithically with the base. 2200.doc 9 0396-1000 I 3.13 BACKFILLING MANHOLES A. Do not backfill around manholes until adequate strength has been obtained from the manhole to support the backfill without damage to the manhole, B. Never backfill poured -in -place manholes until the concrete has cured 48 hours. C. Backfill manholes with select native material compacted to a density sufficient to prevent excessive settlement. D. In public streets or roads backfill and compaction requirements shall be the same as for trench crossings. 3.14 EXCAVATION, BACKFILLING AND COMPACTION FOR PRESSURE MAINS A. Excavate trenches for force mains to: 1. Provide a minimum cover of thirsty -six (36) inches over the top of pipe barrel; and, 2. Allow for the proper bedding material to be installed. B. Excavate trenches wide enough for pipe installation and joint makeup. The trench width at the top of the pipe must never exceed the outside diameter of the pipe plus two (2) feet. C. Where no bedding is required, accurately grade the trench so that the pipe will be in continuous and uniform contact with undisturbed soil for the full length of the pipe. D. Excavate for pipe bells to ensure a smooth bearing surface. E. If the soil at the bottom of the trench is mucky or unstable so that it cannot properly support the pipe, over excavate and backfill as described above for gravity pipelines. F. Backfill the trench and compact the materials as stated above for gravity lines. 3.15 EXCAVATION, BACKFILLING AND COMPACTION FOR MISCELLANEOUS STRUCTURES A Excavate a sufficient distance from walls and footings to allow for forms and for proper inspection. 2200.doc 10 0396-1000 B. Leave at least (12) inches between the outer surface of miscellaneous structures and the excavation or shoring. 1 3.16 RIF RAP A. The slope shall be properly prepared to receive riprap and shall include all necessary excavation and backfill and the construction of a toe trench if required. B. Place riprap as shown on the Drawings or as directed by the Engineer. 3.17 CLj �Y OR CONCRETE DAM A. Bentonite clay dams or concrete dams shall be constructed at each connection location of replacement pipe with the existing pipe as shown on the drawings or directed by the Engineer. Clay dams are to be constructed to control the migration of groundwater along and into the sanitary sewer beyond the limits of the repair. Hand excavate a minimum of six inches around the outside of the existing sanitary sewer or sanitary service lateral and a minimum of six inches into the trench wall along the existing pipe at each end of the repair trench. The hand excavated void around the existing pipe shall be filled with bentonite clay pellets and a form shall be used to hold the clay pellets in place. The form may be left in place after backfilling and restoration. END OF SECTION 2200 2200.doc 11 0396-1000 SECTION 3000 PIPE, FITTINGS, AND MATERIALS PART 1-1:ENERAL 1.01 WORK INCLUDED A. This section covers the manufacture, transportation, and storage of pipe, pipe joints, and fittings for sanitary sewer pipelines and service lines. B. Use only pipe, fittings, and adapters approved by the City of Fayetteville. C. Use bends, tees, plugs, wyes, or other approved fittings constructed from the same material as the pipe in which they are installed. Use only standard, approved fittings. 1.02 REILATED WORK A. Section 31.00 - Sanitary Sewer Pipelines B. Section 3200 - Sanitary Sewer Service Lines C. Section 3300 - Manholes D. Section 5200 - Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines 1.03 SUBMITTALS A. Use of materials other than those specifically listed below is prohibited. B. Submit the manufacturer's certificate that the pipe meets with these Specification requirements including material testing requirements. 3000.doc I 1 0396-1000 1.04 REFERENCES Not Used. PART 2- PRODUCTS 2.01 PROHIBITED PIPE MATERIALS A. The following materials are specifically forbidden for use either in city sewers or service lines: 1. Asphalt impregnated fiber tube pipe. 2. Clay pipe. 3. Concrete pipe. 4. Open profile PVC pipe as defined in ASTM F794. 5. "No Hub" cast iron soil pipe or other non bell and spigot pipe. 2.02 SERVICE LINES AND FITTINGS A. Service lines are four (4) inches in diameter or larger. B. Furnish the following: 1. Polyvinyl chloride (PVC) pipe for service lines shall be SCH 40 and shall be completely encased as required for larger PVC pipe. C. Fittings for service lines shall be: 1. Cast iron with joints same as water main pipe. 2. Ductile iron pipe with joints same as water main pipe. 2.03 DUCTILE IRON PIPE FOR GRAVITY MAINS A. Minimum, wall thickness: Thickness Class 50 or 51 according to ANSI/AWWA- C150/A 21.50: Thickness Design of Ductile Iron Pipe B. Gravity Sanitary Sewer ASTM A 746: Ductile Iron Pipe Gravity Sewer Pipe 3000.doc 2 0396-1000 C. A protective lining shall be provided consisting of an amine cured novalac epoxy containing at least 20% by volume of ceramic quartz pigment. The lining material shall be Protecto 401 Ceramic Epoxy or approved equal. D. Joint connections, pipe and fittings: 1. Push on and mechanical rubber gasket joints: ANSI/AWWA C111/A21.11. 2. Flanged: ANS1/AWWA Cl 15/A21.15, ANSI B 16.1. 3. Grooved and shouldered ANSI/AWWA C606. 4. All ductile iron fittings shall be epoxy coated inside and outside. E. Weights and Marking: Weights of pipe and fittings shall conform strictly to the requirements of ANSI Specifications. The class designations for the various classes of pipe and fittings shall be cast onto fittings in raised numerals, and cast or stamped on the outside of each joint of pipe. Weights shall be plainly and conspicuously painted in white on the outside of each joint of pipe and each fitting after the exterior coating has hardened. F. Corrosion Control 1. Polyethylene wrap in tube or sheet form conforming to the requirements of ANSI/AWWA C105/A21.5. The pipe shall be double wrapped. 2. Epoxy Coating Inside 2.04 POLYVINYL CHLORIDE (PVC) GRAVITY SEWER PIPE (Solid Wall) A. Pipe fifteen (15) inches in diameter and less: conform to ASTM D 3034. Maximum standard dimension ratio (SDR) shall be twenty six (SDR26). B. Pipe greater than (15) inches in diameter: conform to T-1 as specified in ASTM F 679. C. Joint connections: push on, elastomeric gasket type conforming to ASTM D 3212. D. Marking: The date of manufacture, class of pipe, specification designation, size of pipe, name or trademark of manufacturer, and identification of plant/location shall be legibly marked on the outside of each pipe section in accordance with the ASTM D-3034. 1i3o0o.aoc 3 0396-1000 1 2.05 POLYVINYL CHLORIDE (PVC) GRAVITY SEWER PIPE REPAIR COUPLINGS A. Use PVC repair couplings instead of reinforced flexible rubber coupling when 1 connecting two PVC pipes. B. Install PVC repair couplings in accordance with manufacturer's recommendations. I 2.06 CENTRIFUGALLY CAST FIBERGLASS GRAVITY SEWER PIPE A. Pipe shall conform to all requirements of ASTM 3262 for fiberglass pipe. B. Pipe stiffness shall meet or exceed manufacturer's recommendations. Minimum pipe stiffness shall be 46 psi. C. Manufactured by Hobas USA, Inc. or Future Pipe. 2.07 REINFORCED FLEXIBLE RUBBER COUPLINGS A. Materials: Chemical resistant rubber. Flexible rubber coupling shall be Fernco or equal. B. Flexible rubber coupling shall be reinforced, with a stainless steel shear ring. C. Clamping bands: two (2) each stainless steel bands. D. Dimensions: Inside diameter to fit the outside diameter of the different pipe materials being connected: take care that proper alignment is maintained and the spacing between pipes does not exceed 112 inch as shown in the Standard Detail Drawings. 2.08 SERVICE SADDLES A. A composite saddle using a Virgin SBR compound gasket (ASTM D-2000 3 BA715) and a ductile iron saddle casting (ASTM A 536 Grade 65-44-12) as shown in the Standard Details. B. A compression fit three piece service connection consisting of an ASTM D-3034 PVC hub, a Stainless Steel band, and a rubber sleeve conforming to ASTM C-443. Refer to the Standard Details. C. All saddles shall be approved by the Engineer prior to installation. I i 3000.doc 4 0396-1000 1) 2.09 SEl tV10E WYES A. The wye material and joint type must match that of the mainline pipe. B. Wyes shall terminate in a bell suitable for connection of a 4 inch service line pipe as specified herein. 2.10 FORCE MAIN MATERIALS A. Each pipe material acceptable for force main construction is described in the following individual subsections for ease of discussion and revisions. The City may require that force mains be constructed in such a fashion that they may be converted to gravity sewer lines at a later date with the only notification to be adding manholes. B. The City may require that force main be constructed in such a fashion that they may be converted to gravity sewer lines at a later date with the only notification to be adding manholes. 1. POLYVINYL CHLORIDE (PVC) FORCE MAIN a. Pipes: PVC force main pipe shall conform to ASTM Specification 11 D-2241, Standard Specification for Polyvinyl Chloride (PVC) Plastic Pipe (SDR PR). The material used shall conform to ASTM II Specification D-1784, Standard Specification of Rigid Polyvinyl Chloride and Chlorinated Polyvinyl Chloride compounds, Class 12454-B (PVC 1120). The minimum pressure class/SDR rating acceptable shall be Class 200ISDR 21. it The pipe fittings shall be pressure rated in accordance with ii recommendations of the Plastic Pipe Institute. Pressure class and standard dimension rations (SDR) shall be as follows: U Class 200: SDR 21 Class 250: SDR 17 IIClass 315: SDR 13.5 O900 for smaller,_C905 for large diameter All plastic pipe and couplings shall bear identification markings in II accordance with Sections 2.5.2 and 2.5.3 of AWWA C-900-75, which shall include the National Sanitation Foundation (NSF) seal of approval. In addition, the plain end of each pipe length shall have two (2) rings, one (1) inch apart, painted around the pipe at 3000.doc 5 0396-1000 I the proper location to allow field checking of the correct setting P depth of the pipe in the bell or coupling. b. Joints: Joints shall be bell end or coupling push -on type. The push -on joint and joint components shall meet the I requirements of ASTM Specification D-3139, Joint for the Plastic Pressure Pipe, using Flexible Elastomeric Seals. The joint shall be designed so as to provide for the thermal expansion and contraction experienced with a total temperature change of seventy-five (75) degrees F in each joint of pipe. Details of the joint design and assembly shall be in accordance with joint manufacturer's standard practice. The lubricant shall have not deteriorating effects on the gasket or W the pipe. The lubricant containers shall be labeled with manufacturer's name. I Gaskets shall meet all applicable requirements of ANSI Standard A-21.11. I c. Fittings: All ductile iron fillings shall conform to the requirements of ANSI/AWWA C153/A21.53, latest revision, for Ductile Iron Compact Fittings. All fittings shall be epoxy coated inside and - outside. ... d. All valves 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. e. Installation: The installation shall conform to the requirements of U the manufacturer, the AWWA Standard and as indicated on the drawings and specified herein. I f. Marking: The date of manufacture, class of pipe, specification designation, size of pipe, name or trademark of manufacturer, and identification of plant/location shall be legibly marked on the outside of each pipe section in accordance with the ASTM D-3034. g. Certification: The Contractor shall upon request furnish the Department with manufacturer's certification stating that the pipe 3000.doc 6 0396-1000 1 supplied meets or exceeds all requirements of the applicable II ASTM standards and these Standards. 2. DUCTILE IRON FORCE MAIN PIPE �r ! a. Material: Ductile Iron Pipe in diameters from eight (8) inches through thirty-six (36) inches shall be centrifugally cast and shall conform to ANSI Specifications A21.51 and AWWA C-151, latest revision. Ductile Iron Pipe shall be Pressure Class 350, 300, 250, or 200 wall thickness dependent upon site conditions and provided in minimum laying lengths of eighteen (18) feet. b. Fittings: All ductile iron fittings shall conform to the requirements of ANSI/AWWA C153/A21.53, latest revision, for Ductile Iron Compact Fittings. All fittings shall be epoxy coated inside and outside. c. All valves and fittings (including in -line valves) shall have II 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 HI single and double flanged adapters (such as Foster Adapters or Swivel Adapters) which provide a solid bolted or mechanical joint type connection. d. Joints: Mechanical joints, slip or flanged joints shall be provided. 11 Mechanical joints and accessories shall conform to AWWA Standard C-111, ANSI A-21.11. The bolts and nuts shall be corrosive resistant high strength alloy steel. Push -on joints with rubber O-ring gaskets shall comply with II AWWA Standard C-111 (ANSI A-2111). Flanged joints shall be manufactured with laying dimensions, facing and flanges detailed in accordance with AWWA Standard C-115 (ANSI A-21.15) Class 125. e. Weights and Marking: Weights of pipe and fittings shall conform strictly to the requirements of ANSI Specifications. The class designations for the various classes of pipe and fittings shall be • cast onto fittings in raised numerals, and cast or stamped on the • outside of each joint of pipe. Weights shall be plainly and II 3000.doc 7 0396-1000 conspicuously painted in white on the outside of each joint of pipe and each fitting after the exterior coating has hardened. f. Certification: The Contractor shall upon request furnish the City �l with certified reports stating that inspection and specified tests have been made and that the results thereof comply with the applicable ANSI Specifications for each. g. Corrosion Control 1 (1) Polyethylene wrap in tube or sheet form conforming to the requirements of AN SI/AWWA C105/A21.5. The pipe shall be double wrapped. (2) Epoxy Coating Inside 2.11 AIR / VACUUM RELIEF VALVES A. Sanitary sewer force mains shall be designed to avoid the need for air or vacuum release lines. If possible, force mains shall be designed without high points and I with the top of the force main below the hydraulic grade line at the minimum pumping rate so that relief valves will not be needed. B. If high points in the force main can not be eliminated, a stainless steel A.R.I. sewage air release valve or approved equal shall be installed at each significant high point where air could become trapped. The air release valve shall be installed in a manhole structure in accordance with the requirements of Section 3300 -Manholes, and provisions shall be required for draining the structure. A high point shall be considered significant if it is 2 feet or more above the minimum hydraulic grade line, or, when pumping is intermittent, above the static head line. 2.12 LOCATOR TAPE A. Non-metallic sanitary sewer detectable tape shall be Detect Tape as manufactured by Allen Systems, Inc., or approved equal. B. Tape shall have a minimum thickness of 0.:35 mils solid aluminum foil encased in a protective plastic jacket that is impervious to all known alkalis, acids, chemical reagents, and solvents found in soil. The minimum overall width of the tape shall not be less than 2 inches with a medium unit weight of 2.5 lbs. per inch / 1000 feet. C. The tape shall be color coded Safety Green and imprinted with the following message: Caution — Buried Sewer Line Below I 3000.doc 8 0396-1000 II PART 3- EXECUTION 3.01 INSTALLATION IIA. i Sanitary Sewer Pipelines: Refer to Section 3100 B. Sanitary Sewer Service Lines: Refer to Section 3200 11 END OF SECTION 3000 II II3000.doc 9 0396-1000 1 SECTION 3100 SANITARY SEWER PIPELINES II II II II PART 1- GENERAL 1.01 WORK INCLUDED A. Installation of sanitary sewer pipelines. B. Point repairs on existing sanitary sewer pipelines. 1.02 RELATED WORK A. Section 2200 - Excavation, Backfilling, and Compacting. B. Section 3000 — Pipe, Fittings, and Materials. C. Section 3200 - Sanitary Sewer Service Lines, D. Section 3300 - Manholes. E. Section 3600 - Cast -in -place Concrete. F. Section 5200 - Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines, 1.03 DEFINITIONS A. New Pipelines - Pipelines installed in such a manner that there is no sewage flow during construction. B. Replacement Pipelines - Pipelines installed in a trench while there is a flow from "live" service connections. C. Point Repairs - Replacement of a short section (less than 50 feet in length) in an existing pipeline. D. Force Mains - Sewer pipelines that transport wastewater under pressure from a pump station to a discharge point. 3100.doc 1 0396-1000 1.04 QUALITY ASSURANCE Inspect all pipelines per Section 5200 - Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service lines. 1.05 SUBMITTALS Submit to the Engineer for approval all materials and procedures not described in these specifications. 1.06 REFERENCES Not Used. 1.07 PROTECTION A. In all cases, the Contractor is responsible for protecting public and private property; protecting any person or persons who might be injured as a result of the Contractors' Work. B. All utilities shown on the plans may not represent the exact location; however, the Contractor is responsible for verifying these locations and contacting "Arkansas One Call System" before excavating. PART 2- PRODUCTS 2.01 BEDDING AND BACKFILL Refer to Section 2200 - Excavation, Backfilling, and Compacting. 2.02 PIPE, FITTINGS, AND MATERIALS Refer to Section 3000 — Pipe, Fittings, and Materials. 2.03 MANHOLES, MANHOLE RINGS, AND LIDS Refer to Section 3300 - Manholes. 2.04 CONCRETE Refer to Section 3600 - Cast -in -place Concrete. 3100.doc 00.doc 2 0396-1000 n 1 PART 3- EXECUTION 3.01 EXCAVATION - GENERAL A. Perform excavation and prepare bedding in accordance with Section 2200 - Excavation, Backfilling, and Compacting. B. Never lay pipe in a water -filled trench, or when trench conditions or weather are unsuitable for such Work. C. Divert surface water and de -water trenches during excavation. D. Excavate for bells so that the entire barrel of the pipe will be uniformly supported on the pipe bedding before placing pipe in the trench. 3.02 LAYOUT A. The Contractor shall install sewer lines, wyes, and manholes as shown on the Plans. 3.03 SH tLLOW BURY A. Ductile iron pipe shall be required when the existing grade or the proposed finish grade, whichever is less, provides less than 36 inches of cover. The ductile iron pipe shall, whenever feasible, extend from manhole to manhole. The ductile iron pipe shall meet the requirements of Section 3000 — Pipe, Fittings, and Materials, of these Specifications. 3.04 P111',RS A. Install concrete piers as indicated on the plans per Section 3600 - Cast -in -place Concrete. 3.05 STEEP GRADES A. Whenever the grade of the sewer line exceeds 15 percent, ductile iron pipe shall be required. The ductile iron pipe shall meet the requirements of Section 3000 — Pipe, Fittings, and Materials, of these Specifications. B. Sewers on 15 percent slopes or greater shall be anchored securely with concrete anchors spaced as follows: 1. Not over 36 feet center to center on grades 15 percent and up to 35 percent. 2. Not over 24 feet center to center on grades 35 percent and up to 50 percent. 3100.doc 91 0396-1000 I 3. Not over 16 feet center to center on grades 50 percent and over. I C. Anchor collars should be placed on downstream side of bell. Where no bell is available, a retainer gland shall be installed. 3.06 PIPE INSTALLATION I A. Inspect each joint of pipe carefully before it is placed in the trench. Plainly mark and separate from the remaining pipe any joint found to be cracked, warped, or otherwise damaged. Remove these damaged joints from the project site as soon as possible. B. ian d pipe in a neat workmanlike anlike manner without damage to pipe or pipe lining when trimming joint length. I C. Lay all pipe with the bell upstream. D. Use proper equipment for lowering sections of pipe into trenches. Lower pipe 1 carefully into the trench so the spigot and bell will not become contaminated. E. Lay each pipe joint to line and grade using laser beam grade light, keeping a minimum of six inches between the pipe and the trench wall. F. Keep the pipe joints' interior clean from all dirt and other foreign matter as the Work progresses. Maintain the pipe's interior cleanliness until accepted or put in service. G. Close the open ends of the pipeline temporarily with -an appropriate manufactured 7 plug at the end of each day's Work or when discontinuing pipe installation for an appreciable period. I H. COLD WEATHER INSTALLATION 1. The City reserves the right to order pipe installation discontinued whenever, in its opinion, there is danger of the quality of work being impaired because of cold weather. The Contractor shall be responsible for heating the pipe and jointing material so as to prevent freezing of joints. Do not lay any pipe on frozen ground. No flexible or semi -rigid pipe shall be laid when the air temperature is less than 32°F unless proper precautions per the manufacturer's recommendations are taken by the Contractor and the method is approved by the Engineer and City. 2. When pipes with rubber gaskets or resilient -type joints are to be laid in cold weather, sufficiently warm the gasket or joint material so as to facilitate making a proper joint. I I 1 I I t 3100.doc 4 0396-1000 II Ii 3.07 P1! E TO PIPE CONNECTIONS A. Make all pipe joints in strict accordance with the manufacturer's recommendation and as stated below for the particular type of connection. Make all joints watertight in accordance with the latest ASTM Standards. B. Slip -type or Push -on Joints Connection Procedure 1. Clean the bell and spigot end of the pipes prior to jointing thoroughly with a brush. Exercise particular care to clean the gasket seat. n n n 0 Diameter Range of Torque Length of Wrench Inches Foot Pounds Inches 5/8 40-60 8 3/a 60-90 10 1 70-100 12 1-1/4 90- 120 14 2. Apply pipe lubricant and attach gasket in strict accordance with the specific joint manufacturer's recommendations. Clean and insert the rubber gasket in the gasket seat within the bell. Insert the spigot end of the upstream pipe in the bell of the downstream pipe. Push the upstream joint until it is in firm contact with the shoulder of the bell. C. Mechanical Joints Connection Procedure 1. Clean thoroughly the spigot end of the pipe, the bell of the connecting pipe, and the rubber gasket as specified for slip -type or push -on joints. Clean the gland in a similar manner. 2. After the gland and gasket are placed on the spigot end of the pipe, a sufficient distance from the end to avoid fouling the bell, insert the spigot end in the fitting bell to the point of firm contact with the bell shoulder. Then advance the rubber gasket into the bell and seat in the gasket seat. Exercise care to center the spigot end within the bell. Bring the gland into contact with the gasket, enter all bolts, and make all nuts hand tight. Exercise continued care to keep the spigot centered in the bell. 3. Make the joints tight by turning the nuts with a torque wrench: First partially tightening a nut, then partially tightening the nut 180 degrees away from it. Work around the pipe with uniformly applied tension until the required torque is applied to all nuts. Required torque ranges and indicated wrench lengths for standard cast iron bolts are as follows: u 3100.doc 5 0396-1000 D. Reinforced Flexible Rubber Couplings 1. Install reinforced flexible rubber coupling only where dissimilar pipe materials are connected. 2. Take care that proper alignment is maintained and a minimum spacing between pipes does not exceed one-half inch. 3. Encase reinforced flexible rubber coupling in Class B concrete as shown on the Standard Details. 3.08 WYE FITTINGS FOR SERVICE CONNECTIONS A. Use in -line wye fittings for all service connections except on ductile iron pipe and polyethylene pipe. B. The wye material and joint type must match that of the mainline pipe. C. Use taps instead of wyes only on ductile iron pipe and polyethylene pipe. D. Install wye branches at the location of live services or as indicated on the construction plans. Install wye connections for services in accordance with the manufacturer's recommendations. E. Place Class "B" concrete under each wye branch to prevent cracking or twisting under earth loads. F. Mark wyes for future connections using detectable tape or ski rope terminated at the ground surface. Install on each service wye either: 1. A service stub terminated with a plugged bell; or, 2. A plugged adapter capable of connecting to a four -inch cast iron service. G. Terminate wyes for future connections in a bell suitable for connection of a four - inch cast iron soil pipe service line. Securely plug all wyes and service stubs for future connections. H. For Service Wye Details, see the Standard Detail Drawings. 3100.doc 6 0396-1000 1 1 1 1 A I 1 1 1 1 1 1 1 1 3.09 CL EANOUTS FOR SERVICE CONNECTIONS A. Install cleanouts on service lines at the property line where the main line is in the paved right-of-way, as required by plumbing code, or as indicated on the construction plans. B. For Cleanout Details, see the Standard Detail Drawings. 3.10 BA'CKFILLING AND INSPECTION A. Before backfilling, place concrete encasement at transitions between different types of pipe and around all flexible rubber couplings as shown on the Drawings. Use Class B concrete per Section 3600 -Cast -in -place Concrete. ii B. Before backfilling, install concrete anchor collars in accordance with the details at I the location and interval and shown on the Drawings. Use Class A concrete and reinforce with steel bars per Section 3600 -Cast -in -place Concrete. C. After the pipeline is installed and visually inspected by the Engineer, backfill the 0 trench per Section 2200 -Excavation, Bacldilling, and Compacting. D. Test the pipeline per Section 5200 -Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines. - I E. Repair all pavements per Section 6000 -Pavement Repair. F. Repair all incidental damage to buildings, structures, utilities, pavements, landscaping, etc. G. Repair sodded andgrass areas to original condition. p 3.11 CONNECTION OF NEW SEWER PIPELINES TO EXISTING SANITARY SEWERS A. Construct, clean, test, and obtain Engineer's approval for pipelines and manholes before connecting new pipeline to the existing sewer. B. If, in the opinion of the Engineer, conditions exist which require connection prior to final line acceptance, plug all lines entering the manhole connecting to the existing I Isystem until the new system is accepted. In addition, plug the line leaving the first manhole upstream. Never allow water being used to flush the new lines to enter the existing system. II 3100.doc 7 0396-1000 I C. All new pipelines must connect to the existing system at a new or existing manhole. If a new manhole is built over an existing sewer line, do not break out the top of the existing pipe until the new line is accepted. D. If a new pipeline is to discharge into an existing manhole, divert the sewage flow around the existing manhole while the tie-in is under construction. Intercept the sewage flow at the existing manhole first upstream from the tie-in construction. Provide suitable pumping equipment and re-routing conduit to pump the sewage around the tie-in construction. Discharge into an appropriate manhole downstream from the construction. E. Connect new pipelines to existing manholes in a neat, workmanlike manner, to ensure a watertight connection. I A I I 3.12 GRAVITY SEWER PIPELINE INSTALLATION -- LIVE SEWER PIPELINES I AND POINT REPAIRS A. Install sewer pipeline and point repairs as detailed above for new pipelines with the following exceptions: 1. Divert all upstream flow around the section to be replaced with plugs or pumps. The bedding must be kept dry during installation. If trench bottom is too wet, excavate wet portion and replace with bedding material. 2. Make transitions to original pipe using materials and procedures specified. Take care that replacement pipe is aligned properly with no offsets. Install concrete encasement around transitions. Take care that no concrete from the encasement enters the existing pipeline. If this occurs, remove the concrete. 3. At the end of each day's work, and when for any reason the laying of pipe will be discontinued for an appreciable period, place a temporary section of pipe in the live line. 4. Pressure testing is not required. Visual and television testing are required. 5. Mandrel testing may be required. I I C1 f7 6. Service line pressure testing is not required. I 7. A temporary debris catcher, as shown in the Standard Detail Drawings, shall be used in the downstream manhole. 3.13 GRAVITY SEWER PIPELINE INSTALLATION - AERIAL CROSSINGS A. Construct piers as shown on Drawings. I 3100.doc 0396-1000 1 n It B. j Install pipe on piers to grade. 1 3.14 11 1 FORCE MAIN PIPELINE INSTALLATION - A. Install all pipe and fittings to the line and grade as detailed on the Drawings. Submit fitting substitution requests to the Engineer for approval. B. Remove all dirt and other foreign matter from the inside of pipe and fittings before i they are lowered into the trench. Keep pipe and fittings clean during and after laying. Take care to keep dirt out of the bells. Plug all pipe openings at the end of each days work or when pipe laying is discontinued. C. i Use proper equipment for lowering sections of pipe into trenches. Lower pipe carefully into the trench so the spigot and bell will not become contaminated. D. Cut pipe in a neat and workmanlike manner without damage to pipe or pipe lining when trimming joint length. II E. Install pipe with bell ends facing in the direction of laying. Face bells upgrade on lines on an appreciable slope. F. When necessary to deflect pipe from a straight line in either the horizontal or vertical plan to avoid obstructions, do not deflect the pipe beyond the point recommended by the pipe manufacturer. G. i Before backfilling, install concrete thrust blocking in accordance with Standard Details on Plans. Thrust blocking shall be designed based on pressures of at least 25 percent greater than the maximum pump design shutoff head plus a water hammer allowance with an appropriate factor of safety. H. All force mains shall be equipped with a Pig Launch & Retrieval System. Refer to Standard Details. IiI. Test the pipeline per Section 5200 -Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines. II J. After the pipeline is installed and visually inspected by the Engineer, backfill the trench per Section 2200 -Excavation, Backfilling, and Compacting. Repair all pavements per Section 6000 -Pavement Repair. Repair all incidental damage to buildings, structures, utilities, pavements, landscaping, etc. K. ! Repair sodded and grass areas to original condition. 1 31 OO.doc 9 0396-1000 3.15 WATER LINE CROSSINGS A. Sewer lines installed over or under a water ;line must have a clear distance between pipes of at least eighteen (18) inches. B. The sewer line shall be installed such that a joint of pipe is centered along the water line and the joints are as far as possible from the water line. C. If 18 -inches of clearance cannot be provided or when the water main must pass under the sewer main, either the sanitary sewer main or the water main shall be encased in twenty feet of watertight encasement pipe, centered over the point of crossing. The ends of the encasement pipe ,hall be sealed watertight. Refer to Section 3400 — Utility Line Bores for end seals. END OF SECTION 3100 31o0.doc 10 0396-1000 SECTION 3200 SANITARY SEWER SERVICE LINES (PRIVATE LATERALS) PART 1- GENERAL 1.01 WORK INCLUDED A. This section covers: 1. Installation of sanitary sewer service lines. 2. Point repairs on existing sanitary sewer service lines. B. Sewer lines 6 inches in diameter and larger are constructed under the requirements of Section 3100 - Sanitary Sewer Pipelines. 1.02 RIiLATED WORK A. Standard Detail Drawings B. Section 2200 - Excavation, Backfilling, and Compacting C. Section 3000 — Pipe, Fittings, and Materials D. Section 3100 - Sanitary Sewer Pipelines E. Section 3300 - Manholes F. Section 3600 - Cast -In -Place Concrete G. ° Section 5200 - Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines 1.03 DI FINITIONS A. City Sewer Main - A public sanitary sewer in which all owners of abutting properties have equal rights and is maintained and controlled by the City of Fayetteville. No sewer line smaller than six (6) inches in diameter is a city sewer. B. Service Line - The sewer which conveys the discharge from a building's plumbing system or other approved waste system to the city sanitary sewer system. The service line begins at the connection to the city sanitary sewer and ends at the building foundation. I3200.doc 1 0396-1000 C. Permit - Written authorization issued to .a plumber or contractor upon request allowing installation of a service line to connect to the City of Fayetteville collection system. D. Plumbing Permit - Written authorization issued to a plumber or contractor upon request allowing work on existing plumbing in an existing structure or to install plumbing in a new or existing structure. 1.04 QUALITY ASSURANCE Inspect all service lines per Section 5200 - Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines. 1.05 SUBMITTALS Submit to the Engineer for approval all materials and procedures not described in these specifications. 1.06 REFERENCES A. Arkansas State Plumbing Code B. City of Fayetteville Plumbing Code 1.07 SPECIAL REQUIREMENTS CONCERNING FIELD LOCATION OF PIPE, BENDS, CLEANOUTS, AND MANHOLES ON SERVICE LINES A. Bends 1. Avoid using short radius ninety degree bends on 4" service lines. 2. Use only long sweep bends where bends are absolutely necessary. B. Cleanouts 1. Cleanouts are required at the building foundation per the City of Fayetteville Plumbing Code. 2. On lines longer than one hundred (100) feet, cleanouts are required at one hundred (100) foot spacing. 3. Install cleanouts adjacent to any ninety degree bend. 4. Install pipe on cleanout riser up to finish grade. 3200.doc 2 0396-1000 1 1 1 1 1 1 1 1 1 1 I 1 1 1 5. The cleanout shall be the same diameter as the pipe on which it is installed. C. Backwater Traps (Sewage check valve) 1. Provide backwater traps as required by Section 6.14 of the Arkansas Plumbing Code or as shown on the Drawings. 2. Place backwater traps in a meter box to allow periodic servicing. 1.08 PROTECTION A. In all cases the Contractor is responsible for protecting public and private property; and, protecting any person or persons who might be injured as a result of the Contractor's work. B. All utilities shown on the plans may not represent the exact location; however, the contractor is responsible for verifying these locations and contacting "Arkansas One Call System" before excavating. PART 2- PRODUCTS 2.01 BEDDING AND BACKFILL A. Refer to Section 2200 - Excavation, Backfilling, and Compacting. 2.02 PIPE AND FITTINGS A. Refer to Section 3000 — Pipe, Fittings, and Materials for allowable materials. 2.03 BACKFILL AND ASPHALT FOR PAVEMENT REPAIRS A Refer to Section 6000 - Pavement Repair 2.04 MANHOLES, MANHOLE RINGS AND LIDS A. Refer to Section 3300 - Manholes I' 2.05 CONCRETE A. Refer to Section 3600 - Cast -In -Place Concrete PART 3- EXECUTION I3200.doc 3 0396-1000 I 3.01 EXCAVATION I A. Perform excavation and prepare bedding in accordance with Section 2200 - Excavation, Backfilling, and Compacting for Sanitary Sewer Pipelines. B. Never lay pipe in a water filled trench. I C. Excavate for bells so that the entire barrel of the pipe will be uniformly supported before placing pipe in the trench. I 3.02 PIERS A. Install concrete piers as indicated on the plans in accordance with Section 3600 - Cast -In -Place Concrete. B. Use only ductile iron pipe on piers. 3.03 PIPE INSTALLATION 1 A. Inspect each joint of pipe carefully before it is placed in the trench. Discard damaged joints. B. If trimming joint length is required, cut pipe in a neat and workmanlike manner without damage to pipe or pipe lining. C. Lay all pipe with the bell upstream. I D. Lower pipe carefully into the trench so the spigot and bell will not become contaminated. I E. Lay the service line on a straight alignment and at a constant slope. Install pipe a minimum slope of one percent (1.00%); this equals one -eighth inch fall per lineal foot (1/8" / LF). The maximum allowable deflection in a horizontal plane is one inch per lineal foot (1.00"ILF). F. Install bends on 4" service lines at all changes in alignment and slope. Cleanouts are required at 90 degree bends and every 100 feet on lines longer than 100 feet. Bends on 6" and larger service lines are only permitted within 5 feet of the building foundation and 2 feet of the manhole being connected to; if longer than 150 feet, bends are not allowed and manholes must be built. G. Keep the pipe joints' interior clean from all dirt and other foreign matter as the work progresses. Maintain the pipe's interior cleanliness until accepted or put in service. 1 3200.doc 4 0396-1000 1 It II I! II n H. At the end of each day's work, and when for any reason the laying of pipe will be discontinued for an appreciable period, close the open ends of the pipeline temporarily with an appropriate manufactured plug. 3.04 PIPE TO PIPE CONNECTIONS A. Make all pipe joints in strict accordance with the manufacturer's recommendation and these specifications as stated below for the particular type of connection. Make all joints watertight in accordance with the latest ASTM Standards. B. "No -Hub" type pipe connections are not permitted. C. Slip -Type Or Push -On Joints Connection Procedure 1. Clean the bell and spigot end of the pipes prior to jointing thoroughly by whatever means necessary to remove all foreign matter and attain the required cleanliness. Use a brush as necessary. Exercise particular care to clean the gasket seat. 2. Apply lubricant and attach gasket in strict accordance with the specific joint manufacturer's recommendations. Clean and insert the rubber gasket in the gasket seat within the bell. Insert the spigot end of the pipe in the bell of the pipe to which connection is being made, and force a firm contact with the shoulder of the bell. 11 D. Mechanical Joints Connection Procedure 1. Clean thoroughly the spigot end of pipe, the bell of fitting, and the rubber IIgasket as specified for slip -type or push -on joints. Clean the gland in a similar manner. ft2. After the gland and gasket are placed on the spigot end of the pipe a sufficient distance from the end to avoid fouling the bell, insert the spigot end in the fitting bell to the point of firm contact with the bell shoulder. I' Then advance the rubber gasket into the bell and seat in the gasket seat. Exercise care to center the spigot end within the bell. 11 3. Bring the gland into contact with the gasket, enter all bolts, and make all nuts hand tight. Exercise continued care to keep the spigot centered in the IIbell. 4. Make the joints tight by turning the nuts with a wrench - first partially ft tightening a nut, then partially tightening the nut 180 degrees therefrom and working thus around the pipe with uniformly applied tension until the required torque is applied to all nuts. Required torque ranges and indicated II3200.doc 5 0396-1000 wrench lengths for standard cast iron bolts are shown in Section 02730 - Sanitary Sewer Pipelines. E. Reinforced Flexible Rubber Couplings 1. Install a reinforced flexible rubber coupling only where dissimilar pipe materials are mated. 2. Take care that proper alignment is maintained. 3. Encase reinforced flexible rubber coupling in Class B concrete as shown on the Standard Details. 3.05 SERVICE LINE CONNECTIONS TO CITY SEWER PIPELINES A. Wye connection - Use existing wye or other prefabricated outlet if one has been left in the city sewer for sewer service to a lot unless it can be shown that the dwelling unit or building cannot drain by gravity to the wye. B. Taps 1. Where a wye or other prefabricated outlet in the city sewer is not available to serve a lot, a tap connection shall be installed at a location approved by the City to connect the building sewer to the city sewer. 2. The City shall install all taps using approved materials and equipment after the tap fee has been paid. C. Manhole Taps 1, Make manhole tap connections into existing manholes as indicated on the Drawings. 2. Install manhole taps no more than twenty-four (24) inches above the manhole invert. 3. Make manhole tap watertight and flush with inside surface of manhole. 4. Manhole taps are considered as part of the service line and are subject to inspection. 3.06 BACKFILLING AND INSPECTION 3200.doc 6 0396-1000 1 1 1 1 1 1 1 1 A A. Before backfilling, place concrete encasement at transitions between different types of pipe and around all flexible rubber couplings as shown on the Standard Details. B. Install backwater traps (Sewage check valve) if required. C. Before backfilling, install concrete anchor collars in accordance with the details at the location and interval and shown on the drawings. Use Class "A" concrete and reinforce with steel bars per Section 3600 - Cast -In -Place Concrete. D. After the pipeline is installed and visually inspected by the Engineer, backfill the trench and clean up the site per Section 2200 - Excavation, Backfilling, and Compacting. E. Test the service line per Section 5200 - Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines. F. Repair all pavements per Section 6000 - Pavement Repair. G. Repair all incidental damage to buildings, structures, utilities, pavements, landscaping, etc. 3.07 SERVICE LINE REPLACEMENTIREPAIRS A. Obtain permit per City of Fayetteville requirements. B. When possible, the existing tap or wye should be used to connect a repaired or replaced service line. C. When the existing wye or tap cannot be used, then the Contractor shall seal original wye or tap (to prevent entrance or rainwater or debris into the city sewer) and contact the City of Fayetteville to arrange for inspection of seal. 3200.doc D. Repair damaged portion in accordance with these specifications. E. If reinforced flexible rubber couplings are required, be sure to encase them in Class B Concrete as shown in the Standard Details. F. Contact the City of Fayetteville to arrange for inspection of service line repair. 7 0396-1000 3.08 RELOCATE SERVICE EXIT A. Obtain Plumbing Permit from the City of Fayetteville. B. Relocate where the sanitary sewer line exits the structure and plug the old sewer line where it was cut to be rerouted. C. Have the work inspected by the City Plumbing Inspector. END OF SECTION 3200 1 1 1 1 1 1 1 3200.doc 8 0396-1000 1 II II II II II II II II II II II II II II II II II SECTION 3300 MANHOLES PART 1- GENERAL 1.01 WORK INCLUDED This section covers the materials and procedures used in the construction and repair of sanitary sewer manholes. 1.02 RELATED WORK A. Section 2200 - Excavation, Backfilling, and Compacting. B. Section 3100 - Sanitary Sewer Pipelines. C. Section 3200 - Sanitary Sewer Service Lines. D. Section 3600 - Cast -in -Place Concrete. 1.03 QUALITY ASSURANCE Not Used. 1.04 SUBMITTALS A. Furnish Shop Drawings and Submittal Data for approval prior to the delivery of any pre -cast manhole sections. B. Submit for approval any materials not listed specifically below. 1.05 REFERENCES Not Used. 1.06 MANHOLE DIMENSIONS AND LAYOUT A. Construct all manholes in accordance with the Standard Manhole Details in Standard Detail Drawings. B. The required dimensions on manholes are: 1. Cone section height: 24 inches, minimum; 30 inches, maximum. 3300.doc 1 0396-1000 2. Throat section height: 12 inches, maximum. C. Locate the manhole so the centerlines of all pipelines entering and leaving pass through the center of the manhole. D. The following are minimum manhole diameters for sanitary sewers entering/exiting a manhole at the following range of angles: MANHOLE D][AMETERS Pipes Entering/Leaving Pipes Entering/Leaving at 0° - 45° Bend at 45° - 90° Bend Pipe Size 81t21h1 48" 48" 24" 4811 60" 27"-30 60" 60" 33"-36" 72"* 72" 1.07 PROTECTION A. In all cases, the Contractor is responsible for protecting public and private property; and, protecting any person or persons who might be injured as a result of the Contractor's work. B. All utilities shown on the plans may not represent the exact location; however, the Contractor is responsible for verifying these locations and contacting "Arkansas One Call System" before excavating. PART 2- PRODUCTS 2.01 WATER FOR MORTAR AND GROUT Water: Potable water free from injurious amounts of acids, alkalis, oils, sewage, vegetable matter, and dirt. 2.02 CEMENT Portland Cement, conforming to AASHTO M 85, Type I. 3300.doc 2 0396-1000 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I12.03 CAST -IN -PLACE MANHOLES II A. Construct with Class B concrete only as outlined in Section 3600 - Cast -In -Place Concrete. B. Reinforcement shall be as outlined in Section 3600 - Cast -in -Place Concrete. C. The frame for the lid shall be installed when the manhole is constructed. 2.04 PRECAST CONCRETE MANHOLES IIA. Conform to the latest requirements of ASTM C478. B. Never transport sections to the site until they have cured for at least ten (10) days. C. Mark each piece plainly with manhole numbers and date of manufacture so it can be fiinstalled in the proper location, as shown on the plans. D. Make sure factory -installed cutouts in the bottom section are appropriate for the pipe IIbeing laid. E. Pipe connections at manhole - Cutouts should be equipped with rubber boots to fl ensure a watertight connection. Material shall be equal to A-lok, Z-lok, or G3 Boot System, as manufactured by A-Lok Products, Inc. F. Joint Sealant - Flexible rubber sealant for joints in pre -cast manhole sections shall provide permanently flexible watertight joints, shall remain workable over a wide fl temperature range and shall not shrink, harden or oxidize upon aging. Material shall be equal to Forsheda Pipe Seal Corporation and shall meet ASTM C 443 and • ASTM C 361 requirements. 0 G. All manhole joints shall be sealed with an external joint wrap material. Material shall be equal to Bidco Butyl Wrap as manufactured by NPC. IiH. The frame for the lid shall be installed when cone section is cast. HI. All precast manhole sections shall be coated with two mop coats of coal tar epoxy, Kop Coat "Bitumastic Black Solution," Tnemec, "46-450 Heavy Tnemecol," or equal. Dry film thickness shall be a minimum of 14.0 mils per coat. Recoating Iishall be done in accordance with manufacturer's recommendations. II J. REJECTION OF PRECAST MANHOLE SECTIONS Precast reinforced concrete manholes, risers and tops shall be subject to rejection for failure to conform to any of the following specification requirements: II3300.doc 3 0396-1000 I 1 1. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint; 1 2. Defects that indicate imperfect proportioning, mixing and molding; 3. Surface defects indicating honeycombed or open texture; 1 4. Damaged ends, where such damagewould prevent making a satisfactory joint; 1 5. 6. Infiltration into manhole exceeding allowed limits; The internal diameter of the manhole section shall not vary more than one (1) percent from the nominal diameter; 7. Not clearly marked date of manufacturer, trade name, size designation part number, and ASTM number; 8. Having a deviation more than 1/4" from the straight edge at any point across the top of 'manhole cone section or riser ring; and/or 9. Having any visible steel bars along inside or outside surface of the manhole except for reinforcement stirrups or spacers used to position the 1 cage during manufacture. 2.07 MANHOLE DROP A. Drop on the outside of the manhole: Ductile iron pipe with mechanical joint fittings I as specified in Section 3000 — Pipe, Fittings, and Materials. 2.08 STANDARD MANHOLE RING AND COVER A. Cover must have the words FAYETTEVIILE ARKANSAS SANITARY SEWER and PERMIT REQUIRED CONFINED SPACE cast in the top. Also, include two closed pick holes in top side of cover. B. Minimum combined weights of the manhole ring and cover is 260 pounds. 1 Minimum cover weight is 120 pounds. Minimum ring weight is 140 pounds. C. All castings shall be cast with the approved foundry's name, manufacturing foundry I mark, part number, and production date in mm/dd/yy format. All castings shall be manufactured in the USA and shall be clearly marked "Made in USA." I 1 33o0.doc 4 0396-1000 i D. All castings: Free from porosity, blowholes, hard spots, shrinkage, distortion and other defects; smooth and well cleaned by sandblasting; manufactured true to pattern. E. Ring and cover dimensions: Refer to Standard Detail Drawings. Final casting dimensions may vary one-half the maximum shrinkage possessed by the metal or no more than ±1/16 inch per foot. ,I F. Lid , and ring bearing surface: smooth finish, non -rocking design or machined bearing surfaces to prevent rocking and rattling under traffic. G. Cast Iron: ASTM A 48, Class 35B. H. Ductile Iron: ASTM A 536, Grade 80-55-06. 2.09 WATERTIGHT MANHOLE RING AND COVER 11 A. Dimensions, casting quality, material: Same as Standard manhole ring and cover. B. Cover: machined with dovetail groove in cover for self sealing rubber gasket. 2.10 MANHOLE STEPS Manhole steps shall NOT be installed in any manholes. fl2.11 RUBBER WATERSTOP GASKETS � Waterstop gaskets shall be required at ALL manhole connections. Manhole seals shall be concrete manhole adapter by Femco, or approved equal " 2.12 MANHOLE GROUT Cementitious non -shrink grout for use in manholes shall be one specially formulated for stopping active infiltration and filling voids in manholes and similar locations. Grout mix shall provide a quick -setting, volume -stable, cementitious product suitable for patching the interior of manholes when mixed and applied according to the manufacturer's Nrecommendations. Grout mix shall be Strong Seal QSR, or equal. II 2.13 MANHOLE RISER RING Manhole riser rings shall be compatible with the size and type of manhole cover with which it will be used. 11 3300.doc 5 0396-1000 PART 3- EXECUTION 3.01 MANHOLES - GENERAL A. Perform excavation and prepare base area in accordance with Section 2000 - Excavation, Backfilling, and Compacting for Sanitary Sewer Pipelines. B. Never install base in a water filled excavation. C. Place base per the Standard Detail Drawings and Section 3600 - Cast -in -Place Concrete. Extend base a minimum of six inches beyond finished sides of manhole. D. Extend all pipes entirely through the manhole wall so that a joint occurs approximately six inches, but no greater than 12 inches, outside the manhole wall. E. After manhole is constructed, wait no less than 48 hours, then backfill per Section 2200 - Excavation, Backfilling, and Compacting. 3.02 CAST -IN -PLACE MANHOLES A. Dimension and layout: Per City of Fayetteville Detail Drawings and Tables. The top section or cone must be concentric with the barrel unless otherwise noted. B. The frame shall be set in accordance with City of Fayetteville Details. C. Install rubber waterstop gaskets in the walls around all pipes. D. Interior finish: Smooth, free of fins or sharp edges. E. Invert to be constructed in accordance with City of Fayetteville Details. F. Care should be taken to prevent the end of the pipe from deflecting, due to loads imposed by the weight of the concrete. G. Construction joints on manholes of excessive depth shall be connected with reinforcement approved by the Engineer. 3.03 PRECAST MANHOLES A. Dimension and layout: Per City of Fayetteville Detail Drawings. The top section or cone must be concentric with the barrel unless otherwise noted. B. The bottom section for pre -cast manholes shall be manufactured as an integral part of the manhole base slab. 3300.doc 6 0396-1000 1 1 1 1 1 1 1 1 1 1 1 1 1 C. Install remaining sections in a truly vertical plane. D. Fill space between pipe and periphery of cutout entirely with grout. E. Grout joints between sections inside and outside. F. Interior finish: smooth, free of fins or sharp edges. G. Invert to be constructed the same as a cast -in -place manhole. H. Grout and/or plug lifting holes for manholes. I. All manhole joints shall be sealed with an external joint wrap material. Material shall be equal to Bidco Butyl Wrap as manufactured by NPC. 3.04 DROP MANHOLES A. Install a drop manhole when the vertical difference between the pipe entering and leaving the manhole exceeds two (2) feet. B. Construct. manhole base, barrel, and top per the requirements for brick, cast -in - place, or pre -cast manholes. C. Construct drop of ductile iron pipe with mechanical joint fittings as per Standard Details. D. Encase the 90 -degree bend in Class A or B concrete as per Standard Details. E. Extend the ductile iron pipe a minimum- of five (5) feet beyond the manhole excavation before changing pipe materials. 3.05 MANHOLE FRAME AND COVER A. Set the manhole frame in Class A concrete as shown on the Standard Details as an integral part of the manhole construction. B. Set manhole frame and cover top level and to the elevation shown on the Drawings. In public rights -of -way, there set the ring and cover flush with pavements, sidewalks, or other paved surfaced areas. 3300.doc 7 0396-1000 3.06 MANHOLE INVERT A. Invert depth at the flow line: the same as the pipe diameter. B. In curved inverts, make curves with the longest possible radius to facilitate smooth flow. C. Invert shape: U-shaped. D. Invert materials and finish: Class B Concrete, smooth finish. E. Invert grade: Constant, smooth grade; no offsets. F. Bench: Slope grout upward from the edge of the invert to the manhole wall. G. Form a flow channel in the bench for any services stubbed into manhole. Form invert and finish per above. H. Cut the upper half of any pipe extending inside the manhole wall flush with the wall. Smooth rough edges with grout. 3.07 MANHOLE REPAIRS A. Make all repairs in accordance with these specifications. B. Use manhole grout in patching around new laps. C. Plaster all brickwork with mortar. 3.08 MANHOLE RISER RING A. Manhole riser rings may be used to raise manhole covers to grade. B. The throat section height shall not exceed 12 inches. The throat section shall be defined as the distance from the bottom of the integral cast manhole ring to the top of the manhole cover. END OF :SECTION 3300 3300.doc 8 0396-1000 II SECTION 3600 flCAST -IN -PLACE CONCRETE FOR SANITARY SEWERS II PART 1- GENERAL 1.01 WORK INCLUDED IIA. This section covers cast -in -place concrete materials, reinforcing steel, forms, and finishing in conjunction with sanitary sewer pipeline construction. IIB. Use Class A Concrete for bedding and encasement only. C. Use Class B Concrete in all manholes and other structures. 1.02 RELATED WORK IIA. Section 2200 - Excavation, Backfilling, and Compacting 0 B. Section 3100 - Sanitary Sewer Pipelines C. Section 3200 - Sanitary Sewer Service Lines D. Section 3300 - Manholes 0 1.03 QUALITY ASSURANCE I I Not used. 1.04 SUBMITTALS IiSubmit design, details, for field mix equipment and vendor name batched concrete. 1.05 REFERENCES Not used. H ii II •Il II 3600.doc 1 0396-1000 PART 2- PRODUCTS 2.01 CONCRETE A. Concrete: composed of Portland Cement; fine and coarse aggregate; water; and, an air entraining agent. Provide either Class A concrete or Class B concrete as described below. B. For Class B concrete use ready -mixed concrete; conform to ASTM C 94, latest edition; deliver and place within one hour after all materials have been placed in the mixing drum. C. For Class A concrete use ready -mixed or field mixed concrete. D. Proportion components, except water, by weight. Water may be measured by volume. One sack of Portland Cement consists of one cubic foot or 94 pounds. Proportion components to meet these requirements: 1. Class B Concrete: E. F 3600.doc a. Minimum sacks of cement per cubic yard: six (6) b. Slump range: 2-4 inches c. Minimum 28 day compressive strength: 4000 PSI d. Air Content: 4 - 7 percent 2. Class A Concrete: a. Minimum sacks of cement per cubic yard: five (5) b. Slump range: 2 -4 inches c. Minimum 28 day compressive strength: 3500 PSI d. Air Content: Not Applicable Cement: Portland Cement conforming to AASHTO M 85, Type I. Use Type III cement ( high early strength ) only if approved by the Engineer. Water: potable water free from injurious amounts of acids, alkalis, oils, sewage, vegetable matter and dirt. 2 0396-1000 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 II G. Air entraining agent: use in all Class B concrete; conform to AASHTO M 154; add to the mixing water in solution; proportion to provide four (4) to seven (7) percent air in the concrete. H. Fine aggregate: clean, hard, durable particles of natural sand free from injurious amounts of organic impurities; conform to the gradation requirements of AASHTO T 27. I. Coarse aggregate: clean, hard and durable crushed stone or washed gravel; reasonably well graded from course to fine; per AASHTO T 27. 11 2.02 REINFORCING STEEL A. Steel bars: deformed, conforming to ASTM A 615 or A 617. B. Steel wire: conform to ASTM A 82, Cold -Drawn Steel Wire for Concrete 11 Reinforcement. C. Wire mesh: conform to ASTM A 185; gauge and mesh per plans. I ID. Submit reinforcin steel bars sho drawin s fora roval. g P g PP IIE. All steel reinforcement: free from rust, scale, mortar, dirt, or other objectionable coatings. IiPART 3- EXECUTION IIA. Perform excavation per Section 2200 - Excavation, Backfilling, and Compacting. B. Build forms neat, square, and flat so concrete will have smooth finish when forms are pulled. Construct forms to provide finished concrete to dimensions shown on plans. C. Place reinforcing steel accurately in accordance with details shown on the plans and properly secure in position. I D. Vibrate all structural concrete as it is placed using internal vibrators capable of 1 transmitting vibration to the concrete at frequencies not less than 4,500 impulses per minute. Do not use form vibrators. Limit vibration to provide satisfactory IIconsolidation without causing segregation. Do not insert vibrator be more than six (6) inches into the lower courses previously vibrated. Use vibrators in a substantially vertical position; insert at uniformly spaced points no farther apart Ithan the visible effectiveness of the vibrator. I' 3600.doc 3 0396-1000 E. Vibration is not required in manhole bases and pipe encasements; consolidate concrete in these places with a tamping rod so a dense void free mass is formed. F. _ Allow concrete to cure for at least 48 hours before stripping forms. If concrete is in a structural member, do not remove forms until the concrete can withstand safely all superimposed loads. G. On all exposed surfaces, including the inside surface of manholes, remove all fins and projections so the surface is smooth. Cut out and fill with grout any honeycombed areas. Extensive honeycombing is not allowable. END OF SECTION 3600 I I 1 I 3600.doc 4 0396-1000 w SECTION 5000 PIPELINE CLEANING PART 1- GENERAL 1.01 WORK INCLUDED A. This Section covers the cleaning of sanitary sewer lines. 1.02 RELATED WORK A. Standard Detail Drawings B. Section 3100 - Sanitary Sewer Pipelines C. Section 3200 - Sanitary Sewer Service Lines D. Section 3300 - Manholes E. Section 5100 - Pipeline Television Inspection 1.03 SUBMITTALS The Contractor shall submit for approval manufacturer's brochures and specifications for his proposed cleaning equipment. The equipment and methods selected for cleaning shall be approved by the Engineer. 5000.doc I 0396-1000 U PART 2- PRODUCTS 2.01 EQUIPMENT I A. Equipment selected for cleaning shall be of a type generally recognized by the trade for the purpose being used and that has proved satisfactory. The equipment f shall be capable of removing all roots, dirt, grease, rock and other deleterious material and obstructions from the sewer lines and manholes that would prevent efficient use of the inspection equipment. 1. Hydraulic cleaning equipment shall be of a movable dam type and shall be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. Sewer cleaning balls or other such equipment which cannot be collapsed instantly will not be considered acceptable cleaning equipment. The moveable dam shall be of the same diameter as the pipe being cleaned and shall provide a flexible scraper around the outer periphery to insure total removal of grease. If a - line segment is found to be completely stopped up or plugged or heavily intruded with roots, then a mechanical root cutter shall be used. I 2. High velocity hydro -cleaning equipment shall be truck mounted for ease of operation. The equipment shall have minimum of 600 feet of 1 inch I.D. high pressure hose with a selection of two or more high velocity nozzles. The nozzles shall have a capacity of 60 GPM at a minimum working pressure of 1000 pounds per square inch (psi). The nozzles shall be capable of producing a scouring action from 15 degrees to 45 degrees in all size lines designated to be cleaned. Equipment shall also have a high velocity gun for washing and scouring manhole walls and floor. The equipment shall carry its own water tank capable of holding corrosive or caustic cleaning or sanitizing chemicals, auxiliary engines, pump and a hydraulically driven hose reel. All controls shall be located so that equipment can be operated above ground with minimal interference to traffic and/or danger to the operator. 3. Mechanical cleaning equipment shall be used to remove heavy accumulations of silt, sludge, etc.., and roots. Bucket machines shall be operated in pairs with each machine powered by an engine with a minimum of 16 horsepower (HP) to ensure sufficient pulling power. Machines shall be capable of operating at least two speeds to match job conditions. Sufficient accessories and tools shall be furnished to accomplish the required cleaning in a complete and efficient manner. 4. Power rodding machines shall be of a continuous rod type, capable of holding a minimum of 1000 feet of rod. The rod shall be specifically 1 5000.doc 2 0396-1000 1 H II treated steel. The machine shall have a positive rod drive and produce a 2000 pound rod pull. To insure safe operation, the machine shall have a fully enclosed body and an automatic safety throw -out clutch. 5. Cleaning equipment shall be provided that includes an air conveying vacuum system to provide for the simultaneous removal of the debris flushed to the manhole. 6. A temporary debris catcher, as approved by the Engineer, shall be used in the downstream manhole. See Standard Detail Drawings. 2.02 PERSONNEL Contractor personnel shall be thoroughly familiar with all phases of sewer line cleaning to insure satisfactory end results without causing damage to the sewer lines or adjacent property. PART 3- EXECUTION a3.01 CLEANING EQUIPMENT A. Since the success of related work depends a great deal upon the cleanliness of the lines, the importance of the cleaning operation cannot be too strongly emphasized. The equipment selected for cleaning shall be capable of removing all dirt, grass, rocks and other deleterious materials from the sewer lines and manholes. Particular emphasis is placed on the removal of grease accumulations so that cracks and breaks can be observed during television inspection and so that joints can be isolated during testing and sealing operations. B. The Contractor shall make an inspection of the lines to be cleaned in order to determine the type of cleaning equipment that is required. It is anticipated that hydraulic cleaning will be adequate for most of the line segments. 3.02 CLEANING REQUIREMENTS A. Prior to inspection, the designated sewer lines, as shown on the project drawings, will be thoroughly cleaned as specified below: 1. The sewer lines shall be cleaned by using standard mechanically powered or hydraulically propelled cleaning tools or combinations thereof, such as nodding machines, boring machines, hydraulic balls, cones, ferrets, or other similar devices. 2. All roots, sludge, dirt, sand, rock, grease and other solid or semi -solid material resulting from the cleaning operations shall be removed at the 5000.doc 3 0396-1000 I downstream manhole without passing the material from section to section, which could cause stoppage of the lines or accumulation in the wet well and damage to pumping equipment. When cleaning equipment is used, a debris catch riser as shown in the standard details shall be used in the downstream manhole so that both solids and water shall be trapped. All solids or semi -solids resulting from the cleaning operations shall be removed from the site and disposed of at no additional cost to the Owner. It the responsibility of the Contractor to secure a legal dump site for the disposal of this material. 3. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. Whenever hydraulically propelled cleaning tools, which depend upon water pressure to provide their cleaning force or any tools which retard the flow of water in the sewer lines are used, precautions shall be taken to insure that the water pressure created does not cause any damage or flooding to public or private property being served by the manhole section involved. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed or used when there is a fire in the area. Before using any water from the City water supply system, the Contractor shall apply for and receive permission from the City of Fayetteville. The Contractor shall be responsible for the water meter and related charges for the set up, including the water usage bill. All expenses shall be considered incidental to cleaning. 4. UNDER NO CIRCUMSTANCES SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. I I END OF SECTION 5000 1 1 5000.doc 4 0396-1000 1 SECTION 5200 INSPECTION AND TESTING OF SANITARY SEWER PIPELINES, MANHOLES, AND SERVICE LINES PART 1- GENERAL 1.01 WORK INCLUDED This section covers the inspection and testing of pipelines, manholes, and service lines. Testing is required before final acceptance of pipelines and service lines by the City. 1.02 RELATED WORK A. Section 3000 - Pipe and Fittings B. Section 3100 - Sanitary Sewer Pipelines C. Section 3200 - Sanitary Sewer Service Lines D. Section 3300 - Manholes 1.03 SCOPE OF WORK All pipelines shall be inspected and tested before final acceptance. The methods to be used are as follows: A. New Gravity Sewer Pipelines 1. Visual inspection during installation and before backfill. 2 Low pressure air test. 3. Television inspection. 4. Mandrel test (Flexible pipes only) 5. Final Visual Inspection 6. Infiltrati on/exfil tration B. Manholes 1. Visual inspection during installation and before backfill. 2. Vacuum testing. 5200.doc 1 3. Exfiltration test. 4. Final Visual Inspection. C. Replacement Pipelines and Point Repairs 1. Visual inspection during installation, and before backfill. 2. Low pressure air test/exfiltration, infiltration. 3. Television inspection. 4. Mandrel test (Flexible pipes only). 5. Final Visual Inspection. D. Force Mains 1. Visual inspection during installation and before backfill. 2. Hydrostatic pressure test. E. Service Lines 1. Visual inspection during installation and before backfill. 2. Low pressure air test. 3. Exfiltration test. PART 2- PRODUCTS Not Used. 5200.doc 2 PART 3- EXECUTION 3.01 VISUAL INSPECTION DURING INSTALLATION AND BEFORE BACKFILL The Engineer will inspect pipelines, manholes, and service lines during all phases of construction. The level of inspection is at the discretion of the Engineer and will be based partly on the Contractors ability, experience, and past performance. All work not h, conforming to these specifications that is discovered during this inspection phase will be corrected by the Contractor. fl 3.02 PRESSURE TEST FOR GRAVITY SEWER PIPELINES A. The Contractor will perform pressure tests on all gravity sewer pipelines. B. Lines will not be accepted until they pass all required tests. C. Perform the tests in the presence of the City representative. Provide at least 24 E 1! hours notice before beginning testing. ft D. The primary test method is the Low Pressure Air Loss test for lines smaller than 24 inches in diameter. Under special conditions and when approved in advance -• by the Engineer the exfiltration/infiltration test procedure may be used. 3.03 LOW PRESSURE AIR LOSS PROCEDURE FOR GRAVITY SEWER mi*. PIPELINES A. Plug all pipe outlets with suitable test plugs. Brace each plug securely. II B. Pipe air supply to pipeline to be tested so that air supply may be shut off, pressure observed, and air pressure released from the pipe without entering the manhole. Install a valved branch in the supply line past the shut-off valve terminating in a 1/4" female pipe thread for installation of the test gauge. C. Add air slowly to portion of pipe under test until test gauge reads at least 4 psig, but less than 5 psig. ft D. Shut air supply valve and allow at least two minutes for internal pressure to stabilize. E. Determine time in seconds for pressure to fall 1 psig so that pressure at the end of time of the test is at least 2.5 psig. F. Compare observed time with minimum allowable times in the following chart for pass/fail determination. 11 I5200.doc 3 i TEST CHART FOR AIR TESTING SEWERS Leakage Testing of Sewers by Low Pressure Air Loss (Time Pressure Droo Method) Table 1 - Minimum Test Times in Minutes: Seconds for 1 psig drop (3.5 psig to 2.5 psig) Distance Between Manholes Nominal Pipe Diameter (inches) 6 8 10 12 15 18 21 24 100 5:40 7:34 9:26 11:20 14:10 17:00 19:50 22:47 150 5:40 7:34 9:26 11:20 14:10 19:13 26:10 34:11 200 5:40 7:34 9:26 11:24 17:48 25:38 34:54 45:34 250 5:40 7:34 9:53 14:15 22:15 32:03 43:37 56:58 300 5:40 7:36 11:52 17:0`+ 26:42 38:27 52:21 68:22 350 5:40 8:52 13:51 19:56 31:09 44:52 61:00 79:46 400 5:42 10:08 15:49 22:47 35:36 51:16 69:48 91:10 450 6:24 11:24 17:48 25:38 40:04 57:41 78:31 102:33 NOTE: Due to force resisted by plug restraints, testing of sewers larger than 24" is not recommended. r1 1 A 1 •1 G. Where groundwater level is above the crown of the pipe being tested, increase test pressure at the rate of 1 psi for every 2.5 feet of water above the crown. H. Air Testing Safety Requirements: I 1. Securely brace plugs used to close the sewer pipe for the air test; this is to prevent the unintentional release of a plug which can become a high velocity projectile. For example: four pounds (gauge) air pressure develops a force against the plug in a 12" diameter pipe of approximately 450 pounds; this force can propel a 12 -inch plug weighing 10 pounds to supersonic speeds. 2. Locate gauges, air piping manifolds, and valves at the top of the ground. I Entry by anyone into a manhole where a plugged pipe is under pressure is strictly prohibited. I 3. Do not use the air test on gravity sewer pipes larger than 24" in diameter because of the difficulty of adequately blocking the plugs. 5200.doc 4 1 3.04 WATER LOSS TEST PROCEDURE (USE ONLY IF APPROVED IN ADVANCE O BY THE ENGINEER) *" A. Perform the water test procedure to determine the quality of the sewer line against infiltration and exfiltration only when specifically approved by the Engineer. The Low Pressure Air Loss Test outlined above is the standard test procedure. Where approved, follow the procedure below. B. Infiltration Test: Minimum test time is 2 hours. The allowable pipeline leakage rate under exterior ground water pressures is: III I. For all pipe materials: 50 gallons (or less) per inch of nominal pipe diameter per mile of pipeline per 24 hours. Submit procedure to Engineer IIfor approval if this test is used, C. Exfiltration Test: This test will be used if the Engineer decides the ground water ' 1 table at the time of testing is too low to produce dependable results from the infiltration test. Minimum positive head shall be two (2) feet. This test will not be used if the Engineer decides the ground water table is too high. The allowable pipeline leakage rates are the same as stated for the Infiltration Test. Submit procedure to Engineer for approval if this test is used. 3.05 TELEVISION INSPECTION 11 The Contractor shall televise all newly installed sewer mains as follows: A. The Contractor shall clean all lines thoroughly prior to the start of televising. B. The Contractor shall televise each segment of pipe. C. The Contractor shall review the video for possible defects in material or workmanship. HD. The Contractor shall correct any defects discovered during the television inspection at the Contractor's expense. E. The Contractor shall deliver to the Engineer final video and logs after all defects have been repaired. 3.06 MANDREL TEST (FLEXIBLE PIPE ONLY) A. The maximum allowable pipe deflection is five (5) percent of the inside pipe diameter. t I5200.doc 5 I B. Any sewer pipe which fails the mandrel test prior to final acceptance will not be accepted by the City until the defects are corrected. C. All mandrel tests shall be performed by the Contractor while observed by City personnel. 3.07 SUPPLEMENTAL MANDREL TESTING A. The City may at any time after final acceptance perform supplemental mandrel I testing on pipelines constructed of flexible pipe material. These supplemental tests will be performed as detailed above with a maximum allowable long term deflection of five percent (5%). B. Any sewer pipe which fails the mandrel test prior to expiration of the maintenance bond will be corrected by the Contractor at the Contractor's expense. If the Contractor fails to correct these defects after a reasonable time, the City will correct the defects and file a claim with the bonding company. I 3.08 FINAL VISUAL INSPECTION A. Upon completion of the above tests the Engineer will perform a final visual inspection of pipelines and manholes. B. Apunch list of defects (including obvious running leaks) will be prepared and sent to the Contractor for correction at the Contractors' expense. LI NES INSPECTION FOR SERVICE A. All building sewer installations shall be inspected and approved by an authorized 1 City inspector. B. Backfill may only be placed on the completed portions of a building sewer I following inspection. No approval certificate shall be issued until all portions of a building sewer from the main connection to the building foundation have been inspected and approved by an authorized inspector. At the time of inspection, the pipe should be in place in the trench and "safed-up", but the top half of the pipe barrel exposed. No approval will be given, for building sewers all or a portion of which are covered at the time of inspection. C. All building sewers are subject to testing to insure water tightness. All tests must be performed in the presence of the Engineer. Tests may be either by: 1. Water Loss Test Procedure; or, 2. Low Pressure Air Loss Procedure. I 5200.doc 6 1 ii D. If, in the opinion of the Engineer, the line in question is properly installed and free from open joints and breaks, building sewers constructed entirely of cast iron soil pipe may be connected to the city sewer without testing. E. Water Loss Test Procedure 1. Plug the section of line to be tested at the lower end and fill section with water so that at least four (4) feet of head is obtained. 4 2 The maximum acceptable water loss while so filled is not more than 100 gallons per twenty-four hours per inch of pipe diameter per mile of pipe. This is approximately 3/16 gallon for a one hundred (100) foot long section of four (4) inch pipe tested thirty minutes. F. Low Pressure Air Loss Procedure 1 1. Plug securely both ends of the line to be tested. 2. Charge the line with air to a pressure of 4.5 psig. 3. Allow at least five minutes for the temperature in the pipe to stabilize. 4. Measure the time required for a one (1.0) psi drop in pressure. 5. The minimum time for a one psi loss is 28.5 x d seconds where d = the nominal diameter in inches of the pipe being tested. 3.10 PRESSURE TEST FOR FORCE MAINS A. Perform hydrostatic leakage tests for force mains by filling the force main with water and increasing the pressure to a testing pressure of 150% of the working pressure with a minimum of 100 psi. B. The duration of the leakage test shall be two hours or as specified by the Engineer. C. The force main will not be accepted until the actual leakage is equal to or less than the allowable. In addition, all obvious leaks shall be repaired. D. The allowable leakage rate per hour for ductile iron, PVC, or concrete pipe shall be calculated by the following formula: L=NDxP-5 7400 5200.doc 7 L = Allowable Leakage (gallons per hour) N = Number of Joints in Pipeline Tested D = Nominal Diameter (inches) P = Test Pressure (psi) 3.11 MANHOLE TESTING A. The Contractor shall vacuum test all new manholes constructed. B. The Contractor shall vacuum test all manholes that have been sealed (waterproofed). C. The Contractor shall vacuum test all manholes that have been epoxy lined. D. Manholes shall be tested in accordance with ASTM C 1244-93. Vacuum test shall not be performed earlier than 7 days after construction or installation. The Contractor shall provide all testing equipment, pump, hosing, seal, and other incidentals. Vacuum test head shall be positioned at the top of the casting (the surface on which the manhole cover rests, to include grade rings) in accordance with the equipment manufacturer's instructions. A vacuum of 10 -inches of mercury shall be drawn and the vacuum pump isolated by the shut-off valve on the test head connection. When valve is closed, time measurement shall commence, and the time required for vacuum drop to 9 -inches of mercury shall be observed and recorded. Manholes shall pass if the time for the vacuum reading to drop from 10 -inches of mercury to 9 -inches of mercury meets or exceeds the time values in seconds in the following table. Table I - Minimum Test Times for Various Manhole Diameters (seconds) Depth feet Diameter (inches) 30 33 36 42 48 54 60 66 72 <10 11 12 14 17 20 23 26 29 33 10 14 15 18 21 25 29 33 36 41 12 17 18 21 25 30 35 39 43 49 14 20 21 25 30 35 41 46 51 57 16 22 24 29 34 40 46 57 58 67 18 25 27 32 38 45 52 59 65 73 20 28 30 35 42 50 53 65 72 81 22 31 33 39 46 55 64 72 79 89 24 33 36 42 51 59 70 78 87 97 26 36 39 46 55 64 75 85 94 105 28 39 42 49 59 69 81 91 101 113 30 42 45 53 63 74 87 98 108 121 it I I 1 i 1 1 I I 1 I 1 5200.doc IN' E. Manholes showing greater than the allowable leakage shall be repaired and re- am& tested until a satisfactory leakage result is obtained. !I 5200.doc 9 (THIS PAGE INTENTIONALLY LEFT BLANK) I END OF SECTION 5200 I L I 1 1 I 1 I i a 5200.doc 10 1 FAYETTEVILLE STANDARD SPECIFICATIONS FOR WATER LINES Table of Contents Part A. General Requirements: 1. Requirements to Extend Water Service........................................................................1 2. Minimum Size of Water Lines.....................................................................................1 3. City Participation in Water line Costs............................................................... 4. Easements.....................................................................................................................2 5. Permits.......................................................................................................................... 3 6. Approval of Water Extension Plans.............................................................................3 7. Inspections and Testing Procedures..............................................................................3 8. Final Acceptance by the City........................................................................................ 5 9. Location of Water Lines............................................................................................... 5 10. Fire Hydrant Spacing and Placement...........................................................................5 11. Air Release Valves......................................................................................................6 12. Encasements................................................................................................................6 13. Planned Water Outages................................................................................................6 14. Water System Study.....................................................................................................6 15. Applicability................................................................................................................ 7 Part B. Materials II n 1. Pipe and Fittings........................................................................................................... 8 2. Polyethylene Encasement (Pipe Wrap).......................................................................10 3. Detectable Tape...........................................................................................................10 4. Backfill Materials.......................................................................................................10 5. Pipe Bedding Materials...............................................................................................11 6. Tracer Wire.................................................................................................................11 7. Concrete......................................................................................................................11 8. Steel Encasement Pipe................................................................................................11 9. Bolts............................................................................................................................12 10. Gate Valves................................................................................................................12 11. Butterfly Valves........:................................................................................................13 12. Valve Boxes...............................................................................................................14 13. Fire Hydrants.............................................................................................................14 14. Blow-offs...................................................................................................................15 15. Air Release Valves....................................................................................................15 16. Tapping Sleeves.........................................................................................................15 17. Service Connection Materials....................................................................................15 11 Table of Contents TOC-1 0396-1000 Part C, Construction Methods 1. Pipe Laying.................................................................................................................18 2. Pipe Trench, Excavation.............................................................................................23 3. Pipe Trench, Backfill..............................................................................................23 4. Meter Box Settings Installation.................................................................................24 5. Valve and Valve Box Installation...............................................................................25 6. Fire Hydrant Installation.............................................................................................26 7. Blow -Off Construction............................................................................................... 27 8. Clean-Up..................................................................................................................... 27 9. Pavement Repairs....................................................................................................... 30 10. Barricades, Guards, and Safety Provisions................................................................31 11. Maintenance of Traffic and Closing of Streets.......................................................... 31 Appendix A Water Shut Down and Boil Orders ............... Table of Contents TOC-2 ....................................................32 to 36 0396-1000 1 1 1 1 1 1 I I I 1 I. 1 I 1 11 FAYETTEVILLE STANDARD SPECIFICATIONS FOR WATER LINES Nib Part A General Requirements 1. Requirements to Extend Water Service: All new development of any kind shall be required to extend water services to that development at the owner's expense. Water service shall include providing adequate domestic water flows as well as fire protection with hydrants spaced in accordance with the local and state fire codes. On subdivision or large scale development water systems, water lines shall be extended through all the development to the property line so that future development(s) can tie on without disrupting the service to or property of any existing customers or owners. Dead end lines shall be avoided whenever possible. At the discretion of the City Engineer, water line extensions may be required off the development to loop with the existing water distribution system. Construction of such extensions shall be at the expense of the developer. At other locations easements may be required to facilitate future extension of lines to adjacent properties. The requirements to extend water service and provide lines adequate for both domestic and fire demands shall apply to all subdivisions regardless of whether they are inside the City Limits or not. �� Where subdivisions are outside the City Limits, the placement of fire hydrants shall be optional and in no case shall hydrants be installed outside the City unless a) a fire flow of at least 500 gallons per II minute can be obtained at the hydrant, and b) the residents being served by the hydrant have a contract for fire protection with the City of Fayetteville and/or with a Washington County Rural Fire Department having a mutual aid agreement with the Fayetteville Fire Department. 2. Minimum Size of Water Lines: II The minimum sized line that may be installed in connection with a subdivision is Six (6) inch. This is required even if the line is being extended from an existing line that is smaller than Six (6) inches. Two (2) inch lines may be approved for cul-de-sacs provided the line could not be reasonably I I extended in the future to provide service to adjacent property and where a larger line is not needed to provide either fire protection or adequate domestic flows. Eight (8) inch lines shall be required where needed to maintain or to create an Eight (8) inch water line grid at a spacing of about 114 of a mile in both the north -south and east -west direction. A spacing of less than 1/4 mile may by required to accommodate domestic or fire demands. Lines larger than eight (8) inches will be required as recommended by the latest Water System Study. The minimum line size requirement for the provision of fire protection shall be a looped 6 -inch line or, in the event of a dead end line, an 8 -inch. This minimum requirement shall apply regardless of the 11 Part A, General Requirements 1 0396-1000 1 theoretical flow capacities existing in the system. Even where a 6 -inch loop maybe attained, the City Engineer may require the installation of an 8 -inch line in certain locations where loops are long and where large developments are involved. Lines larger than 8 -inch may be required if they are needed to provide domestic and fire flow demands for a development. 3. CitParticipation in Water Line Costs: I In cases where the City desires to have a larger sized water 1 ine in place than is required under Part 1, Paragraph 2 of these Specifications, the City may enter into an agreement with the developer to provide for the construction of the larger sized line. In that event, the City shall be responsible for the difference in material and installation cost between I the size line required for the developer and the size line desired by the City. The City shall not be responsible for any engineering cost associated with the up -sizing unless the larger size line is more than 12 -inches in diameter. The City shall not participate in the cost of an 8 -inch or smaller line, except that the City may consider participating in the cost of smaller lines when a small number of customers are involved in a non -development situation. The cost involved in up -sizing shall be determined by the developer's engineer by the taking of bids, and shall be approved by the City Engineer and by the City Council and/or Mayor. 1 Pre-existing system hardware, (manholes, hydrants, valve boxes, etc.) are at their established grade. If a developer, home builder or home owner wants the grade to be changed, this must be done at the requester's expense. 4. Easements: For water lines that are up to 10 feet deep, easements shall be at least 20 feet in width with the water line in the center of the easement. For water lines that are greater than 10 feet deep, easements shall be 1 foot per foot of depth to the bottom of the pipe on each side of the water line. The easement may be designated specifically for water line purposes or it may a general utility easement. Lines sized 12 -inches through 18 -inches shall not be placed in easements of less than 25 feet. Lines larger than 18 -inches shall be placed in an easement of no loss than 30 feet. Wider easements may be required, depending on the specific circumstances involved. New developments that contain existing water lines must modify the existing easements as necessary to meet the above requirements for widths in relation to pipe location and size, including increasing the size of the easement if proposed fill will cause the depth of bury to exceed ten feet. Easements of a lesser width will be considered when adjacent to another easement or under other special circumstances. I Part A, General Requirements 2 0396-1000 1 I 5. Permits: All permits required to accomplish the work shall be the responsibility of the owner or engineer. Such permits may include but are not limited to permits for work within Highway Department RIW, railroad crossing permits, "Notice of Intent" for Erosion Control (Arkansas Department of Environmental Quality) Drainage Permit, Grading Permit, and a "No Charge" tapping permit for fire service lines. Work shall not be started without the appropriate permit(s) in place. 6. Approval of Water Extension Plans: Uj 1 Detailed plans and specifications shall be required for all extensions and shall be prepared by a professional engineer registered to do business in the State of Arkansas. The plans and specifications shall be first approved by the City Engineer and then shall be forwarded to the State Department of Health by the Engineer of Record for their approval. In no case shall any water line construction be allowed before the City has written approval from the State Health Department. Private lines constructed for fire prevention purposes which have no metering device or backflow prevention device at the point of tie-in to the City main shall be treated as a public line and be subject to these specifications as far as engineering, construction techniques, materials, testing, and inspections are concerned. After a final inspection and acceptance of the work, the line shall be owned and maintained by the owner of the property it serves. No construction of any kind may begin without an erosion control plan on file with the City in accordance with the City's Excavation and Grading Ordinance. The erosion control measures (straw bales, silt dams, silt ponds, etc.) must be in place in the field prior to construction. For projects that require a permit, it is the responsibility of the contractor to have on file with the Arkansas Department of Environmental Quality a "Notice of Intent". Written notice of the intent to begin construction must be given to the City no less than three (3) days nor more than ten (10) days prior to the construction start date. A pre -construction conference involving the Engineer of Record, Contractor, and the City is required prior to beginning construction. 7. Inspections and Testing Procedures: All field tests required for a project shall be witnessed by the City in the presence of the Engineer of Record or his authorized representative and the Contractor. The City representative shall be one of the Public Works Construction Inspectors. The City requires a 24 hour working day notice on all tests. Calls to the City for the purpose of setting test times shall be made by no later than 10:00 AM for test on the following work day. Part A, General Requirements 3 0396-1000 Ij be Tests delayed by weather or other factors will be rescheduled on the same basis. If a test cannot reasonably scheduled so that a representative of the City can be present, the Engineer of Record will witness the test and certify to the City the results. In no case shall a test be made without the presence of the Engineer of Record and the Contractor. It is the responsibility of the Engineer of Record and/or the Contractor to coordinate the scheduling of tests with the City and with the other parties involved. The tests generally associated with water line construction are: # a) The pressure testing of tapping sleeve installations b) The pressure testing of lines after installation I c) The bacteriological (Bac-T) testing d) Fire Hydrant testing I e) Trace Wire continuity testing f) Meter Tail leakage testing Generally, no Contractor or Engineer of.Record involvement is required in the taking of samples for the Bac-T test except that the Contractor is responsible for the proper flushing of the line prior to samples being taken by the City. However, the City may require the presence of the Contractor or Engineer of Record when questions have been raised as to the methodology or techniques used in the sampling process. - - Bac-T samples are sent to the State Department of Health for testing. Results obtained by the City shall be forwarded to the Engineer of Record either by fax or by mail immediately upon receipt by the City. Lines failing the Bac-T tests shall be re -sampled as soon as practicable. If a line fails two (2) consecutive Bac-T tests, the line must be re -chlorinated before Bac-T samples can be taken again. The City shall not be responsible for rescheduling Bac-T tests. The fire hydrant test shall consist of checking the operation of the fire hydrant valve and flowing the fire hydrant. This shall be done after the pressure test has been completed. The fire hydrant valve shall be left in the open position during the test and after the test is completed. All equipment, materials, and labor required for testing shall be furnished by the Contractor at his expense. I Part A, General Requirements 4 0396-1000 1 8. Final Acceptance by the City: The City will be deemed to have accepted water lines and appurtenances for ownership upon completion of the following. Acceptable Final Inspection by the following: (a) a representative of the City Engineer's Office, (b) a representative of the Fayetteville Water and Sewer Maintenance Department, (c) the Engineer of Record, and (d) the Contractor. Acceptable walk-through by the Meter Foreman for location, grade, and condition of water meter settings Construction Cost is received by the City Two sets of Record Drawings are received by the City Engineer of Record Certification is received by the City Letter of Acceptance is granted by the City Once the City accepts the project for ownership, the Owner shall be responsible for the provision to the City of a two (2) year maintenance bond for 100 percent of the construction cost which shall cover defects in materials and workmanship. A walk-through shall be performed at the end of the two year period and all deficiencies corrected prior to release of the bond. City maintenance shall begin after expiration of the Two (2) year Maintenance Bond. No water meter shall be set until all final acceptance requirements are met and the line is accepted in writing by the City. 9. Location of Water Lines: Water lines shall be placed on public streets either in the right of way or in an easement adjacent to the street right of way except that lines can go between lots when there is no other reasonable way to access a line or provide for future service. In no case shall lines intended for individual services be placed in the rear of lots or along back property lines. In all rural settings except those in cleaned yards, when valve boxes, bends, air release valves, blow - offs, meter boxes and other similar hardware are installed in an easement location, water system marker signs shall be installed so that the items may be more easily found. The marker signs shall be blue, with a reflective blue and white label. The signs shall be anchored in a 6" diameter or 6" square, 4" thick, concrete pad which shall be installed at or below ground level. 10. Fire Hydrant SQacing and Placement: Fire hydrants for single family dwellings and duplexes shall be installed so that (1) the distance between two consecutive fire hydrants does not exceed 800 feet, and (2) no lot is more than 400 feet from a fire hydrant. Fire, hydrants for apartment complexes, commercial structures, and industrial structures shall be installed so that the distance between two consecutive fire hydrants does not Part A, General Requirements 5 0396-1000 I exceed 600 feet; provided the Fire Chief shall have the authority to require additional fire hydrants upon a determination that such additional fire hydrants are necessary to provide adequate fire protection (as outlined in Appendix A, Criteria for Required Fire Hydrants). I 11. Air Release Valves: Air release valves may be required on uphill, dead-end lines or on other specific applications at the q P P Pp discretion of the City Engineer or Water/Sewer Maintenance Superintendent. 12. Encasements Water lines under culverts, creeks, retaining walls, or other difficult and/or dangerous to maintain I areas shall be encased in a smooth steel encasement pipe. The encasement shall be sealed on the ends with rubber end caps. The encasement shall not be filled with sand. Encasements shall be installed with three spacers per joint such that the spacers are equally spaced along the length of the pipe as is outlined in Part B Section 8 of these specifications. Where encasements are greater than 25 feet in length, self -restraining gaskets or bell restraints shall I be used for all joints inside the encasement pipe and for the first joint in each direction outside the encasement pipe. I 13. Planned Water Outages I Under no circumstances shall water be shut off to any active service in the course of new construction without written permission from the Water/Sewer Maintenance Superintendent. If water is to be shut off for any reason, there shall be a preconstruction meeting prior to the shut off. The shut off shall be performed as described in Appendix B, AWater Shut Down and Boil Orders for Contractor Work, including all appropriate notifications. 14. Water System Stud The City's latest Water System Study shall be the primary basis for decisions made in regard to required line sizes, water line locations, location of water pump stations, water tank sizes and location, and any other matter relating to the water distribution system. The City Engineer shall have the discretion to alter these requirements. 1� 1 Part A, General Requirements 6 0396-1000 1 1 15. Applicability: These regulations and requirements contained in Part A of these Standard Specifications shall be applicable to all land or parcels of land being developed for commercial, industrial, or residential use. The material and construction specifications contained in Parts B and C shall be applicable to all water line construction under the control of the City of Fayetteville. Part A, General Requirements 7 0396-1000 1 FAYETTEVILLE STANDARD SPECIFICATIONS FOR WATER LINES Part B. Materials 1. PIPE AND FITTINGS: Allowable pipe Polyvinyl e materials shall be Pol in l Chloride (PVC) and Ductile Iron. Other pipe materials will be considered on a case by case basis. Such materials must be approved by the American Waterworks Association to be considered. Materials for mains larger than 24" shall be determined on a case by case basis. All pipe shall be designed for a working pressure of at least 200 psi except that for large pipe (30" in size or larger) the design working pressure shall be as called for by formal design. In no case shall the design working pressure be less than 150 psi. For pipe smaller than 24", the allowable pipe sizes are 2, 4, 6, 8, 12, and 18 inches. Polyvinyl Chloride Pipe - PVC pipe less than 4 inches in size shall be manufactured in accordance I with ASTM D-2241 and be SDR 13.5. PVC pipe 4 inches through 12 inches in size shall be manufactured in accordance with AWWA C900, latest revision, and shall be DR 14. PVC pipe larger than 12 inches in size shall be manufactured in accordance with AWWA C905, latest revision. The plastic material used in making the pipe shall be clean, virgin, Cell Classification 12454-B PVC compound conforming to ASTM Resin Specification D-1784, latest revision. Clean, Teworked material generated from the manufacturer's own production shall be acceptable as long as the pipe produced meets all the requirements of the Specifications. Nominal laying length shall be 20 feet. Joints for plastic pipe less than 4 -inches in size shall conform to ASTM Specification D-3139, latest revision. 1 Joints for plastic pipe 4 -inches and larger shall conform to AWWA C-900, latest revision. Fittings for PVC pipe less than 4 -inches in size shall comply with ASTM Specification D-3139 g PP PY P latest revision, Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. Fittings for PVC pipe 4 -inches and larger shall conform to the specifications given for ductile iron pipe. Ductile Iron Pipe - Ductile Iron Pipe shall conform to the requirements of "Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids," AWWA Standard C 1511A21.51, latest revision, and shall be designed to withstand compacted earth loadings as applied according to the conditions set out on the Plans with an AASHTO HS -20 truck live load. The external loading shall be based on a soil density of 120 pounds per cubic foot and Type 3 standard laying conditions. Ductile iron pipe shall be designed in accordance with the requirements of "Thickness Design of PartB —Materials 8 0396-1000 I 1 Ductile Iron Pipe", ANSI/AWWA C150/A21.50, latest revision. Joints and joint materials for ductile iron pipe shall conform to ANSI/AWWA C111/A21.11, latest revision. All ductile iron fittings shall conform to the requirements of ANSI/AWWA C153/A21.53, latest revision, for Ductile Iron Compact Fittings. Ductile iron fittings shall be coated with a 6-8 mil thickness of fusion bonded epoxy applied to the interior and exterior of each fitting. The coating shall comply with the requirements of ANSUAWWA C550 and C116/A21.16. Restrained joint pipe and fittings shall be ductile iron pipe manufactured in accord with applicable sections of ANSI/AWWA Cl 5 1/A2 1.51 and ANSI/AWWA Cl 10/A2 1.10. All restrained joint pipe shall be TR Flex, as manufactured by U. S. Pipe, Flex -Ring joint as manufactured by American Ductile Iron Pipe, or equal. Swivel joint fittings shall have a retainer lip and swivel rotatable gland for positive restraint without tie rods. Restraint joints shall be used where testing will be done against closed valves, etc. Flanged pipe and fittings shall be in accordance with the requirements for Flanged Ductile Iron Pipe with Threaded Flanges, ANSI/AWWA C115/A21.15, latest revision. Bolts and gaskets shall meet the requirements of ANSUAWWA C111/A21.11, latest revision, for Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. All ductile iron pipe and ductile iron pipe fittings shall have a standard thickness cement mortar lining in conformance to ANSI/AWWA C104/A21.4. All ductile iron pipe shall have a bituminous exterior coating unless otherwise specified. Exposed pipe may be required to have a factory prime coat consisting of one coat of Kop-Coat 240 Gold Primer, Kop-Coat 622 LCF Primer, or approved equal. The bituminous coating shall be approximately 1 mil thick and shall be factory applied to the outside of all pipe and fittings. The finished coating shall be continuous, smooth, neither brittle when exposed to the cold nor sticky when exposed to the sun, and shall be strongly adherent to the pipe or fitting. Joint lubricant shall be provided by the pipe manufacturer, and applied as per the manufacturer's recommendations. Galvanized Steel Pipe and Fittings - Galvanized pipe and fittings shall be allowed for non -buried service only: Threaded fitting pipe for blow -offs shall be unlined Schedule 80 steel pipe and shall conform with the requirements of ASTM A120-82, latest revision, and shall be galvanized in accordance with ASTM Specification A90-81, latest revision. Fittings for galvanized steel pipe shall be of cast iron, of standard design and dimensions, and be of uniform style and pattern. Fittings for galvanized steel pipe shall be galvanized in accordance with ASTM Specification A90-81, latest revision. IPartB—Materials 9 0396-1000 II I I Galvanized pipe, services, fittings, adapters and other hardware are prohibited under any circumstances involving City -owned lines and appurtenances. If no brass fitting is available, stainless steel shall be used. - 2. Polyethylene Encasement (Pipe Wrap): 1 Polyethylene encasement shall be in conformance to ANSI/AWWA C105, latest revision. The polyethylene film shall have a minimum nominal thickness of .008 -inch (8 mils), and shall be provided in either flat tube or sheet form. 3. Detectable Tape: Detectable tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness of 0.35 mils solid aluminum foil encased in a protective inert jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils and the width shall not be less than 2 inches with a medium unit weight of 2 1/2 poundsll inch x 1000 feet. The tape shall be color coded and imprinted with the message as follows: I Type of Utility Color Code Legend Water Safety Precaution Blue Caution, Buried Water line Below I 4. Backfill Materials: Allowable backfill material shall be: (1) Class 7 Aggregate Base Course as specified in Table 303-1, page 161, in section 303 p pg AGGREGATE BASE COURSE, of the "Standard Specifications for HIGHWAY CONSTRUCTION," Edition of 1993, published, by the Arkansas State Highway and Transportation Department. (2) Sand. Sand shall consist of clean, hard, durable uncoated grains free from lumps, clay I and organic materials. All (100%) of "sand" shall pass a no. 8 sieve. - (4) Red Clay Gravel or "Hillside" as approved by the City Engineer 1 (5) Native materials where the Class 7 materials is not required and where suitable (not to be used as bedding material.) Under no circumstances shall the backfill material contain rocks or clods larger than twelve (12) inches in any dimension. I PartB—Materials 10 0396-1000 11 THIS MATERIAL IS TO BE PLACED ABOVE THE BEDDING MATERIALS AS DEFINED IN PART B OF THESE SPECIFICATIONS, PARAGRAPH 5. 5. Pipe Bedding Materials: Pipe bedding materials shall be: a) The by-product of McClinton -Anchor's rock crushing operation commonly known as grit, or equal b) Class 8 Base (AHTD Specification) c) Materials meeting either ASTM D448 Size #67 or ASTM D2774 In no case shall the maximum dimension of rock exceed 1.0 inches. 6. Tracer Wire: Tracer wire shall be 14 gauge coated copper for underground burial. 7. Concrete: Concrete for use as reaction backing or below -ground encasement shall contain a minimum of five bags of cement per cubic yard of concrete and reach a minimum 28 day compressive strength of 3,000 psi, 8. Steel Encasement Pipe: Encasement pipe for water mains shall be smooth steel and shall be sized as follows: Water Minimum Encasement Minimum Wall ASTM/AWWA Main Size Pipe Size Thickness Specification (inches) (inches) (inches) 4 - 6 12 0.250 ASTM A 53 8 16 0.250 AWWA C 102 12-16 24 0.250 18 30 0.312 20-24 36 0.312 Encasement pipe to be used for water line installations shall not have been used for any conveyance purpose in the past. Neither concrete nor corrugated metal pipe shall be permitted for water line encasements. Encasement spacers shall stainless steel manufactured by APS or approved equal. Wood shall I1PartB—Materials 11 0396-1000 1 not be used as encasement spacers. Three spacers shall be installed per joint such that the spacers are equally spaced along the length of the pipe. Pipe joints within encasement shall be restrained with EBAA Iron Series 1500 for C900 PVC pipe and Series 2800 for C905 PVC Pipe or approved equal. Encasement end seals are required for all water line encasements and shall either be APS Model AC or J -Four pull -on seals or approved equal. 9. Bolts - All bolts for fittings shall be class 308 stainless steel. 10. Gate Valves: I Gate valves shall be used for pipe up through 10 -inches in size. Gate valves shall be resilient seated type, non -rising stem gate valves, in conformance with the requirements of AWWA C509, latest revision, for Resilient Seated Gate Valves, 3 Through 12 NPS, for Water and Sewage Systems. All gate valves shall have a maximum working pressure of 250 psi. All gate valves shall be epoxy coated, and shall be Mueller A2360-20 for in -line applications, and Mueller A2360-16 for tapping applications, or approved equals. All gate valves shall have class 308 stainless steel bolts. All gate valves shall have O-ring stem seals. The O-ring stem seal shall be so designed that the seal above the stem collar can be replaced with the valve under pressure in the full -open position. Gate valves shall have standard mechanical joint ends unless otherwise indicated on the Plans. I Tapping valve ends shall be flanged by MI. Buried gate valves shall be designed for operation with a nominal 2 inch square operating nut. I The standard direction of opening shall be open left as viewed from the top. Handwheels for gate valves shall be in conformance to AWWA C509. The interior and exterior of the valve body and bonnet shall have factory applied fusion bonded epoxy coating meeting AWWA C550 latest revision. The valve shall be tested in accordance with AWWA C509, latest revision. f 11. Butterfly Valves: Butterfly valves shall be used for all pipe 12 -inches and larger except that 12" tapping valves shall be gate valves. Butterfly valves shall be Class 250B in conformance with the requirements of AWWA C504, latest revision, for Rubber Seated Butterfly Valves. All butterfly valves shall be groundhog type, Part B— Materials 12 0396-1000 I 11 Mueller B5227 or approved equal. All butterfly valves shall have class 308 stainless steel bolts. PP 9 The valve body shall be constructed of cast iron ASTM A-126, Class B, and shall have integrally cast mechanical joint ends unless alternate valve ends are indicated on the Plans. Body thickness shall be in strict accordance with AWWA C504, latest revision, Class 250B. All butterfly valves shall be of the tight closing, synthetic rubber -seat type, as follows. 1) Valves 20 inches (nominal diameter) and smaller shall have bonded seats which are simultaneously molded in, vulcanized and bonded to the body. Seat bond must withstand 75 pounds pull under test procedure ASTM D429, Method B. 2) On valves 24 inches and larger, all seats shall be of a synthetic rubber compound. 'I Seats shall be retained in the valve body by mechanical means without retaining rings, segments, screws or hardware of any kind in the flow stream. Seats shall be a full 360E without interruption and have a plurality of grooves mating with a 1 spherical disc edge seating surface. Valve seats shall be field adjustable around the full 360E circumference and replaceable without dismantling operator, disc or shaft and without removing the valve from the line. Valve discs shall be as follows. 1) Valves 12 inches through 20 inches nominal diameter: Valve discs shall be constructed of alloy cast iron ASTM A-126, Class B. 2) Valves 24 inches nominal diameter: Valve discs shall be cast iron with a stainless steel seating edge. 3) Valves 30 inches through 48 inches nominal diameter: Valve discs shall be ductile iron with a stainless steel seating edge. The valve shaft shall be constructed of stainless steel and the bearings shall be corrosion IIresistant and self-lubricating. The valves shall be equipped with a totally enclosed type operator, II fully gasketed and grease packed, suitable for direct burial. The operator shall be designed for operation with a nominal 2 inch square operating nut for use with a T -wrench. Operators shall be iidesigned to open with a counterclockwise rotation of the operator nut. All valves shall have factory applied fusion bonded epoxy coating meeting AWWA C550 latest revision. The valve shall be hydrostatically tested at 250 psi for leakage in accordance with AWWA C504, latest revision. IIPart$ —Materials 13 0396-1000 I a Where valves are specifically shown and detailed on the plans to be painted, the valves shall be delivered to the job site factory blasted, cleaned and primed with one coat of Kop-Coat 340 Gold Primer or Kop-Coat 622 LCF Primer, or approved equal. - 12. Valve Boxes: I Valve boxes that are less than 4 feet to the operating nut at finished grade shall be Tyler 6850 Series or approved equal, and shall be of correct length to match the bury of the main without extensions. For valve boxes that are 4 feet and greater to the operating nut at finished grade, the box I shall be the American Flow Control trench adapter type, in the correct length to match the bury of the main without extensions, and shall include the American Flow Control Self -Centering Alignment Ring. Valve boxes installed on 2" lines shall be Tyler 6500 Series or approved equal, notched for protection of the water line, with a concrete pad poured below the valve for added support of the valve and box. The valve box and appurtenances shall include a base and a top section with a drop lid. The lid and valve box top shall be ductile iron, shall be marked with the word WATER, and shall be factory painted blue. All lids shall have a concrete pad with a minimum of 18 inches square or round dimension as appropriate. This shall be for both paved and unpaved applications. All valve boxes shall be installed in a vertical orientation and shall be compatible with the gate or butterfly valves for which they are provided and shall be manufactured for use in roadways. 13. Fire Hydrants: All fire hydrants shall be dry barrel hydrants in conformance with AWWA C502, latest I revision, for Dry Barrel Fire Hydrants, and shall be designed for a working pressure of 250 pounds per square inch gauge. Fire hydrants shall be three-way hydrants. Approved fire hydrants are Mueller Centurion hydrants, Catalog No. A-423 or Waterous 5 114" WB67-90. Hydrants shall be color coded as specified in Section C, then painted white above the ground line with reflective paint (Axon 1460 or equal). Paint for the color coding shall be approved by the City prior to application. The hydrant shall have a 6 inch mechanical joint inlet in conformance to the dimensions I shown in ANSVAWWA C110/A21.10, latest revision. Three-way hydrants shall have a 5-1/4 inch valve opening. I Part B —Materials 14 0396-1000 1 Li All fire hydrants shall be equipped with a two-piece barrel having a break -a -way flange at Y � PP p the ground line and shall be designed for a 48 -inch bury. Extensions shall be Mueller A-320 or approved equal, with no more than one extension allowed per hydrant. Fire hydrants shall be installed with a 24" diameter or 24" x 24" square, 6" thick concrete pad around the base of the hydrant six inches below the bottom of the break -away flange. Hydrants shall be equipped with two 2-1/2 inch hose nozzles and one 4-1/2 inch pumper nozzle. The operating nut shall be a nominal 1-1/2 inch pentagon, National Standard operating nut designed to open left (counterclockwise). Fire hydrants shall be equipped with a safety stem coupling and flange which are intended to fail upon vehicle impact without damage to the stem or main valve. 14. Blow -offs: Blow -offs shall be Mainguard #77 hydrants or approved equal. 15. Air Release Valves: Air release valves shall be ValMatic Model 15A or approved equal. 16. Tapping Sleeves: 11 Tapping sleeves shall be designed for 200 psi and shall be JCM Type 432 for pipe four (4) inches through twelve (12) inches and JCM 412 for pipe greater than twelve (12) inches, or approved equal. Tapping sleeves shall be vinyl coated. 17. Service Connection Materials: jI Service lines serving single meter sets shall be at least 3/4" if copper, and at least 1" if polyethylene. Service lines serving double meter sets shall be at least 1" (copper or polyethylene). Larger diameters may be required if deemed necessary by the City Engineer. IIPart B - Materials 15 0396-1000 11 1 In areas where it is determined by the City Engineer that installation of irrigation systems is likely, service lines that cross roads and serve double meter sets shall be 2" services ending in a 2" x 1" x 1" x 1" splitter. The middle leg of the splitter shall feed the double meter set, with the other two legs containing a ball valve, and being intended to serve future irrigation meters. The meter box shall be no greater than two feet from the splitter. All Copper service lines shall havepolyethylene encasement. PP Materials for standard residential meter sets I 3/4" Poly Wrapped Copper Pipe ......................................Type or 1" SDR9 Polyethylene Pipe Type K soft copper 3/4" or 1" Corporation Stop .............................................Mueller Mueller B-25008 3/4" or 1" U Branch, 7.5" width ...................................... 518" x 3/4" x 12" meter yoke ........................................... Mueller H-15363 Mueller H -2404R 3/4" Tail Piece, 6' long ..................................................... Mueller H-14222 18" Cast Iron Flat Meter Lid ............................................Western diameter 24" deep SDR51 PVC Meter Box Western Iron C-109 18" x Materials for 1" meter sets 1" Poly Wrapped Copper Pipe .........................................Type Type K soft copper or 1" SDR9 Polyethylene Pipe ................................. I Main Diameter x 1" Saddle ............................................. Romac 101N 1" Corporation Stop ......................................................... Mueller B-25008 1" Ball Valve................................................................... Mueller B-25146 I 1" Meter Yoke................................................................. Mueller B -2404R 1" Tail Piece, 6' long........................................................ I" Compression End ........................................................ Mueller H-14227 24" diameter x 24" deep SDR51 PVC Meter Box........... 24" Cast Iron Flat Meter Lid ............................................Western Western Iron 111 Materials for 2" meter sets I Main Diameter x 2" Saddle ............................................. Romac lO1N 2" SDR9 Polyethylene Pipe ............................................. 2" Ball Valve................................................................... James Jones J-1900 2" x 24" Brass Nipple ...................................................... 2" Meter Set..................................................................... Ford VVB77-15HD-11-77 2" Male Iron Pipe x CTS Q nut .......................................Ford Ford C84-77 2" Close Brass Nipple...................................................... 2" Tail Piece, 6' long........................................................ 36" Diameter x 30" deep SDR9 Drisco Meter Box ......... Part B —Materials 16 0396-1000 36" Square Meter Lid ................................................... Tapping saddles shall be Romac JOIN for C900 PVC and Ductile Iron and Mueller H1300 for ASTM 2241 PVC. If polyethylene pipe is chosen for the service line, Ford model CT553 inserts or approved equal are required. Connections on service lines shall be made with brass compression fittings (Mueller H 15403 or approved equal). Sweated or flared attachments are not acceptable. PartB -Materials 17 0396-1000 I STANDARD SPECIFICATIONS FOR WATER LINES Part C. Construction Methods a 1. PIPE LAYING: All water pipe shall be laid and tested in strict accordance with the manufacturer's recommendations. For ductile iron pipe, ANSIIAWWA C600-99 or latest revision shall apply. For PVC pipe, either AWWA C605-94 or ASTM D-2774 or the latest revisions thereof shall apply. A ten (10) foot separation shall be maintained between water lines and sewer lines where I 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 inches of separation must be maintained between the outside of the two pipes in addition to the preceding encasement requirement. Exceptions to this must be approved in writing by the Arkansas Department of Health. I 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 1 conformance to those recommendations. Pipe, regardless of type, shall be laid on 6 inches of bedding material (see Part B, I Paragraph 5) and shall be covered to a depth of 6" over the top of the pipe with the same material. The bedding shall be hand tamped in the ditch prior to pipe installation and shall be hand tamped around and over the pipe. Reaction backing shall be installed at all points of unbalanced pressure. Required area of undisturbed soil for backing purposes shall be calculated based on the bearing strength of the soil (2000 pounds/ ft2 maximum allowable unless proven otherwise by soil tests) and on a working pressure of 200 psi. Calculations shall take into account pressures due to water hammer. Sufficient concrete shall be used to properly transfer load from the fitting to the undisturbed soil in a uniform manner and without exceeding the strength of the concrete. The fitting shall be wrapped with 8 mil polyethylene prior to pouring the concrete. Concrete shall not extend over or around the fitting joints. All bends, tees, etc. shall remain open until inspected by the City. - The transition from 6 -inch pipe to 2 -inch pipe shall be by means of a tapped 2 -inch plug. All valves, bends, hydrant shoes and fittings (including in -line valves) shall have Part C, Construction Methods :18 0396-1000 1 Megalug style retainerglands or approved equal. Valves, bends, reducers and other hardware g g Y PP q I Inear 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. ' 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 IIstainless steel. Fire hydrant valves shall be positively connected to the water main. If the hydrant leg is I Igreater than 50 feet, an additional valve shall be placed near the hydrant, between five and ten feet from the hydrant. Like all valves, this valve shall be retained. II 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. I' Where ductile iron pipe being e is laid; polyethylene encasement shall be installed in I I accordance with ANSI/AWWA C105, latest revision, for either Method A, B or C installation. The encasement shall be provided for all fittings and all other buried iron appurtenances. The encasement shall be protected from prolonged exposure to sunlight to prevent deterioration of the �' polyethylene film. All ductile iron, brass, cast iron or stainless steel pipe, fittings and/or adapters shall have polyethylene encasement. �I 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 I' and the top of any pipe line: A trace wire shall be laid adjacent in all trenches and shall be looped around the pipe at least once per joint and connected to all valves and fittings. The trace wire shall provide a continuous electrical circuit, and shall have splices that are 3M DBY-6 connectors or approved equal. At valves and meter box settings, the trace wire shall be brought up into the valve or meter box as indicated in the standard details such that the water line can be traced from the meter/valve box. A tracing test shall be required prior to final acceptance. I' Maximum pipe cover shall be 60 inches under normal conditions. Cover greater than 60 inches shall be allowed for short distances where required by field conditions. No hydrants shall ' be allowed where lines are greater than 60 inches deep. Minimum pipe cover shall be 36 inches. Cover shall be measured from the top of the pipe barrel and shall be further defined as: I a) Land Level Normal to the Direction of the Pipeline: Cover shall be measured from the top of the barrel of the pipe to the top of the existing natural ground surface. Part C, Construction Methods 19 0396-1,000 'I 1 I b) Cut Sections: Cover shall be required and shall be measured from the top of the pipe barrel to the planned grade. c) Fill Sections: Cover shall be measured from the top of the pipe barrel to the natural ground surface underlying the fill unless fill material is placed and properly compacted I prior to laying the water line. d) Along and Under Streets: The Cover along streets shall be measured either from I natural ground or the curb elevation, whichever results in the lowest absolute elevation of the pipe. Cover under streets shall be measured from the top of the subgrade. Minimum depth for service lines from the main to the meter box shall be 30 inches below the curb line. Copper service lines shall be wrapped with polyethylene. i Calls for valves to be operated must be arranged prior to 10:00 a.m. one business day previous to the desired date of operation. I After completion of construction of all water lines or sections thereof, the Contractor shall flush, test and disinfect the new water lines and in accordance with the Engineer of Record's plan as described below. a) Flushing The Contractor shall fill and flush the newly constructed lines and visually check all combination air release and vacuum valves, blow -off valve assemblies, line valves, and fire hydrants to assure proper operation. Reasonable amounts of water for flushing, testing and disinfecting water lines will be supplied by the City. The work shall be coordinated to ensure that it will not be carried on during periods of high water usage. Water valves or other appurtenances on the existing I water system, new tapping valves, or valves or appurtenances that have been accepted by the City, shall only be operated by, or under the direct personal supervision of, the City of Fayetteville Water & Sewer Maintenance Division. Specific permission shall be obtained from the City Water & Sewer Maintenance Superintendent for any other persons to operate City valves or appurtenances. The Engineer of Record shall develop a flushing plan to ensure that all lines are properly flushed. The plan should specify the sequence in which valves and hydrants are to be opened and the duration thereof; ensuring complete flushing and protecting the City=s water system from construction contaminated water. The volume to be flushed shall be no less than three but no more than five times the volume of the main to be flushed, and 0 shall be metered through a fire hydrant meter. The flow shall be such that a flushing velocity of not less than 2.5 feet per second and preferably 3.5 feet per second or greater is attained. I Part C, Construction Methods 20 0396-1000 b) Hydrostatic Testing: All pipe shall be tested as set out in AWWA C600, latest revision. Tests will be conducted only after the line is completed, including all taps and meter settings as required and the backfill completed. These tests shall be performed by the Contractor in the presence of the City Inspectors and the Engineer of Record. The Contractor shall furnish all necessary pressure gauges, meters, and pumps and make all taps and connections. Each valved section of pipe shall be slowly filled with water and the specified test pressure shall be applied by means of a pump connected to the pipe in a manner satisfactory to the Engineer. Before applying the test pressure, all air shall be expelled from the pipe by permanent taps or corporation cocks where necessary. Test pressure shall be either 150 percent of the static pressure or 200 psi, whichever is ' I greater. The developer shall provide all pumps or other equipment necessary to maintain the test pressure within 5 psi at the test point for a period of two hours. Fire hydrant valves shall be open during the pressure test. If c) Leakage_ The leakage test shall be conducted concurrently with the pressure test. Leakage shall be defined as the quantity of water that must be supplied into the newly laid II pipe, or any valved section thereof, to maintain pressure within 5 psi of the above specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. The pipe e for water ip e shall be within the limits set out in AWWA C600, latest ' I revision. No pipe installation will be accepted until the leakage is less than the number of gallons per hour as determined by the formula: L = allowable leakage, in gallons per hour; S = length of pipe tested in feet; D = nominal diameter of the pipe, in inches; and P = average test pressure (psi). Should any test of pipe laid disclose leakage greater than that specified, the leak(s) shall II be located and repaired and the line shall be re -tested. All visible leaks shall be repaired regardless of the amount of leakage. II 11 Part C, Construction Methods 21 0396-1000 I A minimum of 10 percent of meter tails shall be tested for leakage as deemed appropriate by the City Inspector or Engineer of Record. The test shall be conducted by the Contractor in the presence of the City Inspectors and the Engineer of Record prior to final inspection. The procedure for the test shall be as follows. Select the meter tails to be tested Install a balI valve at the end of the meter tail 1. Install a jumper in the meter yoke Open the meter yoke valve Visually inspect for leaks Close the meter yoke valve Remove the jumper from the meter yoke Remove the ball valve from the end of the meter tail All leaks shall be located and repaired, and the test repeated. If leaks are found, the City Inspector, City Engineer or Engineer of Record may require an additional number of meter tails to be tested. d) Disinfection: After successful pressure testing, the line(s) shall be flushed at a velocity equal to or greater than 2.5 feet per second. The line shall then be disinfected in accordance with AWWA C651, latest revision, for Disinfecting Water Mains, continuous feed method, except that the placing of hypochlorite granules into the main during construction will not be permitted. I, The contractor shall take great care when flushing the line to assure proper drainage is available to prevent harm at any adjacent downstream location. 1 Disposal of the disinfecting water shall be in a manner that will protect the public and the receiving waters from harmful concentrations of chlorine. Such disposal shall be in U accordance with all applicable EPA and ADEQ regulations. After disinfection is complete, the Contractor shall then flush the disinfecting solution 1 from the lines, and the treated water lines will then be placed into service. Bacteriological samples shall be taken by City personnel only. Samples shall be taken on two consecutive days and shall be taken only on Monday, Tuesday, or Wednesday. Before a line is placed in service, two consecutive series of samples which are not collected on the same day and are taken no more than 14 days apart must show that the water is bacteriologically safe for drinking purposes. Water lines that dead end shall have a blow -off assembly located on the last joint of pipe as shown on the water line detail sheet. The last joint shall be blocked. Valves on dead end lines shall be placed on the next to last joint if possible and shall be restrained. 1 Part C, Construction Methods :22 0396-1000 1 112. Pipe Trench, Excavation: The trench shall be excavated to at least 6 inches below the grade necessary to provide the minimum cover required. 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. ' 1 Where the bottom of the trench at subgrade is found to be unstable or to include ashes, cinders, any type of refuse, vegetable or other organic materials, or large pieces of fragments of inorganic material which in the judgment of the Engineer should be removed, the trench shall be excavated and such material removed to the width and depth ordered by the Engineer. Before the pipe is laid the subgrade shall be made by backflling with bedding material I I(Part B, Paragraph 5) in 6 inch uncompacted layers. The layers shall then be hand or machine tamped so as to provide a uniform and continuous bearing and support for the pipe at all points along the pipe length. The sides of any excavation, when deemed necessary or as required by State or Federal regulation, shall be properly supported with bracing, shoring or sheeting as the need may be. Such bracing and shoring shall be withdrawn as the work progresses. In case the excavation is close enough to buildings or other foundations as to endanger their stability by the removing of such bracing, then they shall be made secure and left in place, and the water line trench backfilled II and thoroughly tamped with the bracing in place. The Contractor shall provide sufficient pumps and other necessary equipment to keep the trench free of water which may accumulate. If the bottom of the trench becomes soft and muddy, the Contractor shall remove all such soft material and replace it with bedding materials approved I Iin Part B of these specifications. Under no conditions shall pipe be laid in a trench that has not been properly dewatered. IThe length of trench that may be opened ahead of the pipe laying operation shall be determined by field conditions. The contractor is responsible for the proper restoration of open trenches damaged by the weather or by other means. If, because of such trench damage, a II 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. 11 3. Pie Trench Backfill: After the pipe bedding has been placed (including up through 6" above the pipe), the II trench, excavated areas around valves, fittings, fire hydrants, and other appurtenances shall be backfilled with excavated material free from rock larger than 6 inches within 18" of the top of the I I bedding and 8" in diameter thereafter. In no case shall rock material from blasting operations be allowed in the trench. 11 Part C, Construction Methods 23 0396-1000 I All pipeline trench backfill shall be placed in layers of appropriate thickness and compacted using a mechanical, hydraulically -powered vibratory trench compactor or other equivalent equipment. Heavy compaction equipment shall not be used closer than 2 feet to the top of the pipe. Any backfill failing to meet the compaction requirements set out below shall be replaced and/or recompacted to meet the compaction specifications. All trench backfill (except paved under exce t or driving surface areas as detailed below) shall be compacted to 90 percent (minimum) of that of the adjacent undisturbed soil. Unless specifically noted on the Plans, no density testing will be required to prove compliance with the 90 percent density requirement. In areas where the trench is parallel to or crosses any paved area or driving surface 1 including streets, parking lots, future or planned streets, or driveways, the backfill shall be crushed stone as specified in Section 300 CRUSHED STONE BASE (AHTD Class 7). The Crushed stone trench backfill (aggregate base course, Class 7) shall be placed in 6 to 8 inch lifts and compacted to 95 percent modified Proctor density (ASTM D1557-78). Red clay gravel or "hillside" may be used as a backfill material in areas described in the 1 above paragraph when specifically approved by the City Engineer and compacted in 6 to 8 inch lifts to 95 percent of standard proctor. 1 One density test per crossing shall be required. Where the trench runs parallel to the driving or paved surface one density test shall be required per 500 feet or portion thereof. An additional test will be made for each test failure at approximately 100 feet either side of failing test. In areas to be topsoiled, the density of the backfill material shall be tested at a depth of 12 to 18 inches below the finished grade prior to the placement of the topsoil. In open fields and other areas where deemed appropriate, the trench ma be overfilled and Pmay allowed to settle prior to final surface replacement. Trenches may be flooded to promote settlement in areas where it is deemed appropriate. 4. Installation of Meter Box Settings: Meter box settings shall be located at the street right of way or easement line. Double meter boxes shall be placed on the property line between the two lots to be served. The final grade at the meter box location shall be determined by the Engineer of Record and the meter box shall be placed at that grade. Final grade should take into account probable future installation of topsoil and/or sod. Up to the time of final acceptance by the City, it shall be the responsibility of the Owner to make whatever adjustments to meter boxes that might be• necessary. After final acceptance by the City any adjustment of meter boxes needed will be handled in accordance with existing or future City Ordinances that may govern the situation. Part C, Construction Methods 24 0396-1000 1 No meters shall be set by the City until the meter box is adjusted to the proper grade. Any boxes falling in driveways or sidewalks shall be relocated at the expense of the developer or lot owner. It shall be the responsibility of the Engineer of Record to place meter box locations on the Record Drawings and to mark them in the field. The Record Drawings shall indicate from where each lot is to receive water service. 5. Valve and Valve Box Installation: Gate and butterfly valves shall be installed in accordance with AWWA C605, latest revision, and with either AWWA C504 or AWWA C509, as applicable, latest revisions, the manufacturer's recommendations, and these Specifications. Prior to installation, all valves shall be visually inspected for defects, and any foreign material in the valve interior removed. I Special attention shall be given when installing butterfly valves on AWWA C900 or C905 PVC pipe. Due to the thickness of this pipe, it must be trimmed where it enters the valve so that the valve gate can either fully open (if installed in the closed position) or close (if IIinstalled in the open position). A valve box as specified shall be provided for each valve used in a buried service I� application. The valve box shall be installed so as not to transmit shock or stress to the valve. The valve box shall be centered and plumb over the operating nut of the valve with the box cover flush with the surface of the finished surface. The valve box shall be backfilled evenly around its perimeter with select material. The backfill material shall be tamped so that the ground will not settle after placement of the concrete collar. Ii All valve box lids shall have a concrete collar placed around them. The collar shall be 18 inch square centered on the valve box lid and shall be 6 inches thick cast -in -place, except that on I Iflat surfaces a round precast collar may be used. The top of the pad shall be flush with the top of the box and the surrounding ground or roadway surface. Valve box collars shall not be constructed until every item of cleanup has been completed. Where valves are in paved areas, the specified street repair may be substituted for the concrete collar. Tracer wire shall be installed along the outside of the valve box to a point near the top of the box, where a hole will be drilled and the tracer wire inserted into the box. 1' 6, Fire Hydrant Installation: Prior to installation, all hydrants shall be inspected for direction of opening, cleanliness of inlet elbow, handling damage, and cracks. Part C, Construction Methods 25 0396-1000 I Li All hydrants shall stand plumb within a tolerance of 1/8 inch horizontally in 12 inches vertically. The nozzles shall be parallel with, or at right angles to, the street with the pumper 1 nozzle facing the curb. Hydrants shall be set to established, grade with the nozzle centerline at least 18 inches above the ground. When hydrants are placed beyond the curb, the hydrant barrel shall be set so that no portion of the pumper or hose nozzle cap will be less than 12 inches nor more than 18 inches from the outside face of the curb. When set in the lawn space between the curb and the sidewalk, or between the sidewalk and the property line, no portion of the hydrant or nozzle cap shall be within 6 inches of the sidewalk. i Each hydrant shall be connected to the main with a 6 inch ductile iron pipe branch and an independent 6 inch gate valve. The 6 inch gate valve shall be positively restrained to the main by use of either a retaining lip and swivel gland for positive restraint without tie rods or by a flanged connection. Any change in grade needed to properly place the hydrant shall be accomplished by the use of an "S" fitting. I Drainage shall be provided at the base of the hydrant by placing coarse gravel or crushed stone mixed with sand from the top of the reaction backing to at least 6 inches above the waste opening in the hydrant, and to a distance 3 feet around the elbow. No drainage system shall be connected to a sewer. The bowl of each hydrant shall be braced against unexcavated earth at the end of the Y g trench with concrete reaction backing. IN NO CASE SHALL THE CONCRETE BACKING BLOCK OR IMPEDE FLOW FROM THE FIRE HYDRANT DRAIN PORTS. I All fire hydrants shall be tested by the contractor and/or engineer in accordance with Chapter 4 of AWWA Manual M17, latest revision. The contractor and/or engineer shall also 1 perform flow testing of new fire hydrants in accordance with Chapter 6 of AWWA Manual M17, latest revision, and shall paint the hydrant bonnets and nozzle caps according to the following table: LI I I I Part C, Construction Methods 26 0396-1000 1 I Color Flow Under Fire Conditions Light Blue ' > 1500 gpm Light Green 1000 - 1499 gpm Orange 500 - 999 gpm Red < 500 gpm Fire hydrant flow testing shall be coordinated with the Water and Sewer Maintenance Division. Upon completion of flow testing, the engineer shall provide to the City Water and Sewer Maintenance Division a completed AFire Hydrant Information Sheet. 7. Blow -Off Construction: The location of the blow -offs shall generally be as detailed. The exact location as well as the orientation and length of the piping shall be determined in the field to ascertain that the vertical riser extends above natural grade. 8. Clean -Up: These specifications shallapply in all cases unless the landowner involved indicates to the City a willingness to waive them. However, no waiver will relieve the contractor from the requirement to refill sunken ditchlines as necessary and to control erosion from the cut areas by seeding and mulching until grass is established. Also, no waiver will relieve the contractor from the requirement to leave the site neat and free from construction debris of all kinds. Any such waiver must be submitted in writing to the City and approved by the City Engineer. There are generally three classifications of cleanup for water line construction: Class I Cleanup. ' Areas of construction within lawns, gardens, or other well -kept areas, including street rights of way that are kept as lawns by adjacent landowners. Class II Cleanup. Areas of construction within fields, meadows and street rights of way which are mowed or cultivated (gardens excepted). Class III Cleanu . Areas of construction that are heavily brushed or wooded, steep rocky slopes, or other areas where it is not practical for the area to be cultivated. The method of cleanup for each of the classes defined above shall be as set out below. a) Class I Cleanup - Lawns, Gardens, Etc. The trench shall be backfilled in accordance with these Specifications. After the topsoil has been replaced to the same depth as 11 Part C, Construction Methods 27 0396-1000 I adjacent undisturbed areas over the damaged areas, the Contractor shall proceed immediately to hand rake the entire construction area to remove all rock 1/2 inch or larger in diameter. Debris of every type shall be removed and all damaged tree limbs shall be pruned. After the area has been raked and accepted, it shall be seeded at the rate of 0.15 pounds per 100 square feet, using the following seed mixture (percent weight): Lawn Fescue 40% Blue Grass 30% Rye Grass (Annual) 30% 1 During or after seeding is complete, all areas shall be covered with 10-20-10 fertilizer at the rate of 250 pounds per acre, or approximately one-half pound per 100 square feet. No watering will be required. However, after seeding and fertilization the entire area shall be rolled with a roller of sufficient size and weight to achieve a smooth finished surface prior to mulching. Straw mulch consisting of good grade clean straw, free of weeds or seed shall be placed over seeded areas and shall be uniformly spread so as to provide a thickness of approximately 2 inches when first spread. Where the existing ground cover does not contain any of the grasses as set out in the seed mixture above (Bermuda grass, Zoysia, etc.), the Contractor shall be responsible for cutting, removing stockpiling and saving the existing sod on the job site. After constructing the water line and backfilling the trench, the sod shall be replaced to a condition equal to or better than that prior to construction. In the event that insufficient sod has been stored, or sod has been lost or destroyed, the Contractor shall be responsible for providing and installing new solid sod of the existing type to complete the cleanup. b) Class II Cleanup - Fields, Meadows, Etc. The trench shall be backfilled in accordance 1 with the Pipe Specifications. After the backfill is completed and the surface over the trench left slightly rounded, the area shall be machine raked to remove all rock to a condition equal to the existing surface on the better side of the adjacent existing right of way. All excess excavated material shall be removed from the site, including excess material 1 which has accumulated around fence posts, trees, mailboxes, etc. All areas which have been disturbed, such as that caused by equipment tracks, shall be carefully backfilled and repaired as though it were a part of the actual trench excavation. Seeding and fertilizing of these areas is required using the seed mixture and application rates set out below (percent expressed in terms of weight). I Field Fescue 40% Rye Grass (Annual) 40% White Clover (Common) 2.0% Part C, Construction Methods 28 0396-1000 After the area has been accepted, it shall be seeded at the rate of 0.15 pounds per 100 square feet. During or after seeding is complete, all areas shall be covered with 10-20-10 fertilizer at the rate of 250 pounds per acre, or about one-half pound per 100 square feet. No watering will be required. However, after seeding and fertilization the entire area shall be rolled with a roller of sufficient size and weight to achieve a smooth finished surface prior to mulching. Where the existing field grass is Bermuda, or other type not specified above, the Contractor shall place such topsoil as required, and shall seed with the existing type grass so that an equivalent ground cover will be provided. I I Straw mulch consisting of good grade clean straw, free of weeds or seed shall be placed over seeded areas and shall be uniformly spread so as to provide a thickness of approximately 2 inches when first spread. 11 c) Class III Cleanup - Steep. Wooded or Rocky Areas. The trench shall be backfilled in accordance with the Pipe Specifications. After the trench backfill is complete, all I Idamaged brush of every type shall be cut just below ground surface and all damaged limbs shall be trimmed. All brush and debris shall be disposed of by the Contractor and the entire area shall be machine raked so that the area of construction is in a condition IIequal to the existing surface on the better side of the existing adjacent right of way. The area of the trench line shall then be seeded and fertilized at the rate of 0.15 pounds• 0 per 100 square feet using the same seed mixture, fertilizer and application rates as set out under Class II cleanup, except that tall fescue (Kentucky 31) shall be used in place of field fescue. Straw mulch consisting of good grade clean straw, free of weeds or seed shall be placed over seeded areas and shall be uniformly spread so as to provide a thickness of approximately 2 inches when first spread. d) All Areas. All work within the construction area shall be cleaned to the satisfaction of the Owner. In general, all rocks, trash or rubbish of any nature shall be removed from the site of the work. IIDuring construction, the Contractor shall at all times keep work areas in a clean, neat and workmanlike condition. Excess pipe, excavation, brush and materials of construction ' I shall be removed and disposed of as the work progresses. In built-up areas, including lawns, the job site shall be cleaned up immediately behind construction. Streets and driveways blocked by excess materials after basic construction is completed will not be II tolerated. If the trench should settle while the Contractor is still on the job or within two (2) years of the project completion date, the Contractor shall make the required repairs at no additional cost to the Owner in accordance with the continuing responsibility provisions Part C, Construction Methods 29 0396-1000 I of these Specifications. Failure of Contractor to make necessary repairs during the one year period will be cause for Owner to make or contract for such repairs and invoice the Contractor for all costs. e) Restoration of Damaged Surfaces and Property. Where any pavement, trees, shrubbery, fences, poles or other property and surface structures have been damaged, removed or disturbed by the Contractor, whether deliberately or through failure to carry 1 out the requirements of the contract documents, state laws, municipal ordinances, or through failure to employ usual and reasonable safeguards, such property and surface structures shall be replaced or repaired at the expense of the Contractor. f) Access after Construction. Unless otherwise directed, all areas shall be graded after. construction so as to be accessible by four wheel drive vehicle. These clean-up specifications shall apply to on -site subdivision construction as well as off -site construction of water lines. The fact that the installation of other utilities and/or house building activities may damage such erosion control measures shall not exempt the developer from this requirement. 1 9. Pavement Repairs: All pavements which have been removed or damaged shall be repaired in accordance with these Specifications depending upon the type of pavement existing prior to construction. a. Asphaltic Pavement Repair. The existing pavement shall be saw -cut and removed to a point 18 inches beyond the trench line limits, and brought to grade 9 inches below the top of the existing pavement. Six inches of 3000 psi concrete shall be 1 placed and allowed to cure. This area shall then be resurfaced by applying asphaltic cement prime coat at the rate of 0.25 gallons/square yard, followed by a minimum of 3 inches of hot -mixed, hot -laid asphaltic concrete, laid to an elevation matching the existing finished grade. The hot -mixed, hot -laid asphalt shall be compacted to 92 percent of theoretical density. One nuclear densimeter test per asphaltic patch or repair shall be performed. The asphaltic pavement repair shall be deemed acceptable by the Engineer upon a passing nuclear densimeter test at a location as directed by the Engineer. The cost of determining the compacted density shall be at the expense of the Contractor. Any unacceptable patch or repair shall be replaced and/or recompacted and retested I at the Contractor's expense. b. Concrete Pavement Repair. 1 The existing pavement shall be saw -cut and removed to a point 18 inches beyond the trench line limits, and brought to grade 9 inches below the top of the existing pavement. Concrete (4200 psi) shall be placed to match the existing surface. Joint sealer shall be placed in the area between the Part C, Construction Methods 30 0396-1000 1 11 repaired surface and the original surface. p c. Unpaved Driving Surface Repair. After the trench has been backfilled as set out elsewhere in these Specifications, the surface shall be brought to the existing grade with additional crushed stone base. Where special paving surfaces exist, such as natural gravel, washed gravel, exposed I I aggregate, or other such special materials, then the final surfaces shall be replaced in kind except where specifically noted otherwise. 10. Barricades Guards and Safety Provisions: To protect persons from injury and to avoid property damage, adequate barricades, construction signs, warning lights and guards as required shall be placed and maintained during the progress of the construction work and until it is safe for traffic to use the highway. All material piles, equipment and pipe which may serve as obstructions to traffic shall be enclosed by It fences or barricades and shall be protected by proper lights when the visibility is poor. Execution of all necessary safety precautions is the sole responsibility of the Contractor. 11. Maintenance of Traffic and Closing of Streets: The Contractor shall carry on the work in a manner which will cause the least interruption II to traffic, and may close to through travel not more than two consecutive blocks, including the cross street intersected. Where traffic must cross open trenches, the Contractor shall provide IIsuitable bridges at street intersections and driveways. The Contractor shall post suitable signs indicating that a street is closed and necessary detour signs for a proper maintenance of traffic. Three (3) days written notice to the Mayor's office is required prior to the closing of any street. Also, it will be the contractor's responsibility to notify all emergency units (fire, police, EMS, etc.) prior to the closing or partial closing of a II street. The closing of State Highways shall require approval of both the City and the State I Highway and Transportation Department. 11 Part C, Construction Methods 31 0396-1000 Li APPENDIX A Water Shut Down and Boil Orders FAYETTEVILE *E CRY O' FAYMEVI AZ, A 4XA 5AS DEPARTMENTAL CORRESM ENC1 To: Jim Beavers, City Engineer From David Jurgen, Water/Sewer Date: 13 March, 2000 Re: Water Shut Down and Boil Orders For Caftractor'Work Updated 13 March 2000 The Arkansas Department of Health has changed its boil order policy. This memo, .and the attached notices to customers, reflect the des in that policy. These outline the updated procedures to be followed any time a contractor must shut down water to any curromers serviced by the Fayetteville water system. Most of the changes are in the attachments and in the sampling procedures the Water/Sewer Department must follow; there are no changes in the contractor's procedures. Ibis policy should go into effect invnediately. You can easily tell if the form being used is the updated form. These all have the following line ter the bottom ofthr notice: Let up fl )M h, 2944. are oiselrsa If this line is not present, the notice is obsolete and should be discarded. Fast, shutting down water to any customers for a planned job shall be avoided whenever possible. All possible efforts must be made to keep water (lowing to al]i customers. if the shut down involves hospitals, health facilities, schools, food service establishrndlts, day care centers, industries,- chicken houses, homes with special needs, and other water -critical facilities (as determined by the City), temporary water ser'v'ice must be provided at the contractor's or dcvcloper's expense. In the event that -water must be shut offto a customer, each customer shall be notified no later than 72 hours (or three working days, whichever is longer), in advance with a form provided by the Water and Sewer Maintenance Superintendent. copy of this form is attached. The contractor is responsible to hand out these advance notices to each customer who will be out of service after specific coordination with the Water and Sewer Maintenance Department. Notices shall be dbtrt'buted to the custoaaera only after it is completely filled out, including the address list, and submitted to and approved by the WaterlSewer Department. The City reserves the right to establish the day and time for the water shutdown. This may include, but is not limed to, requiring that the shut-downtake place at the time ofmininnutausage for the customers, and will frequently be late night and/or weekend work. Any -costs incurred will be borne by the contractor. Whets possible, we would lake to have the work performed no later in the week than Wednesday, so we Mn have the bong order results back in the same week as the work is perfrnrred. Appendix A 32 0396-1000 I I I I I I I I I I I 11 Steps of the process are as follows: I. Identify the potential need to shut down the water_ 2. Coordinate with the Water/Sewer Department to identify exactly what addresses will be � I hnpacted and what valves must be operated. Jointly ensure that all of these valves are in proper working order. �I 3. Meet with the following to ensure all parties are involved and fully aware of the project and what is involved. This meeting will normally be held at the City Engineers offiee at lust 4 working days prior to the shut dowm The following must attend: the designing engineer (or his repre tative) the II contractor, the Citys engineering inspector, and a representative of the Water/Sever DeparlmenL The designing engimccr or contractor must bring with them the list of addresses to be affected. They must also have detailed playas for the work to be performed mid plans for any temporary water services to be II provided. Coordination must be made with each critical water user prior to this meeting. Points of contact (manes and icephonc numbers) for each must be on the list. 4. Deliver the notices to the WatcriScwcr Department, with the address list. Corfu that the information. is approved. This must be done prior to distributing the notices to the customer& II5. Hand out notices to the ,customers three working days in advance. Each individual address that is notified musst be written down, and a copy of the list .must be delivered to the Water and Sever Department no later than two working hours prior the noiice be listriated. This list should exactly match the list idcntificd in advance, per paragraph 3; above. If apartmt err or other multi -dwelling structures arc involved, notice must be delivered to each individual residence. Legally, notices can not be put in mailboxes. • 6. Confirm with both F.ri ` and WaterdSc er no later than 10:OO a:m. the day prior to the gig work being performed to confirm hwet on and valve operation, [Engi r#Contractor]. •• 7. Perform the work. S. Notify Water/Sewer when finished with job. so they c take water samples for the boil order. 9. Issue boil order releases when sample results are returned. The Wate-r/Sewer.Departmext will I. issue the releas�s. In some cases, the Water/Se Department may require the contractor provide personnel to assist in banding, out the notices. I have attached two separate notices which may have to be distributed. The first is for water pressure reduction, when no boil order will be required. The second is when a boil order will be required.. The decision of which is required will be made in the meeting at Engineering (step 3). ,ay rpdaled 1] 2Ap, Pc oil1knsse of of c. '! Appendix A II 33 0396-1000 FAYETTEVILLE 1 THE COY O FAY MLLE, ARKAPGJLS WATER SYSTERI NQT,I, L'F .`C4?J C'�1�S'I'QMElCt PRCAUIIONARY BOIL WATER NOTICE DATE: Due to scheduled water system maintetisece in your area, the oontre.ctor listed below, under supervision of the engineer listed below, must slain thtr water off toyour business or .residence. If you naod to draw up water for use please do so before this time. The water will be offal folbws: DATE TURNED OFF (apprt,� imatc): TIME TURNED OFF (approximate): TIME TURNED ON (approximate): Once your water has lbeen turned back on, the Arkansas Dcpartrlrcnt of Heald. (ADH) requite the City of Faycttcvil le Water and Sewer Dt paiim It issuo this precautionary boil water native~ The ADH reconunends that water being used for drinking.and cooking be heated to a rolling bail for at list one minute. ice cubes farmed while this boil order is in effect should be discarded and only boiled water used for making ice. Water used for baUiing should net be a problem, ahhwgl small children should be supervised to ensuro they do cwt in.gc t the water. In addittam to or in lieu ofboiling the water, you may want to use bottled water from a ,reputable sauce, This boil order will be in effect until the water has been td anti approved by the Arkanss Depar1iDt -of Health laboratory, The resaults should be, known in. S to 7 days 'Yore mill be -notified v;a letter on your floor as soon as the Watt 1Scwcr Dcpaffincre receives this approval ,from file State Health Dqertment Again. this bowl order is a precautionary :requft l The chang of contamination in your water are slight, but for your safety and to meet State reuIations this precautionaiy boil order h�Ls been issued for your resirlleoec or business. If you have any questions, please call one of the following: Engi r, cagwy 1 coo Nt.. Contractor md c4.aa Nv= Thank you for your:cc and consideration. Watrrr & M intenance Superintendent 575.8356 Lett ipt t d 13 Mi*. 2000. Previews e4iono oft obeelela Appendix A 1 I I C I I H P1 C I I I 1 1 DJ CD011.CO t't ?D U 34 0396-1000 1 .1 II FAYETTEVILLE II MME CO OF FAYEnE'VILLE, AAKAP A IIWATER SY. E TO THE CUSTOM]. WATER PRESSURE REDUCTION II DATE:_________ Due to scheduled water system maintenance i your area, the contractor listed below, under supervision of the engineer listed below, must significantly reduce the water pressure in the area serving your bus Tess or residence. The water pressure will be reduced at the followintg time: II DATE TURNED DOWN. --� TIME TURNED DOWN (approximate): _ _ IITIME TURD BACK ON (approximate): I The pressure will probably be reduced such that you will not have water available in your residence or business. We are attempting to make the rcpa in this way so as to avoid having to put your home or business on a precaution► boil order. IAs this is simply a temporary redaction in pressure arid, if the work goes as planned, there will be no 1 1 requircrncrt for the City to issue a precautionaiy boil order. Your inter will be perfectly safe to drink as soon as full pressure is restored= `I If the repair does not work as we expect an a boil order becomes necesuy, you will be notified, in writing, when we the r for the boil order is identified. If you need to draw up water for use, please do so byre the time we will be reducing pressure. If you have any questions, pleas call one of the following_ Engineer: Co■pk'o►xt ct rrcirr,� Contractor: comp Md Contid WMM Thank you for your patience and co ration II DAVID ENS Water/Sewer Maintenance Superintendent I 575-8386 E.tr utd 13M 2DUG. r force iliaeaMc a ken. II Appendix A 35 t QJ s r gp�r I E5 Wds) W_ater8ewer Public Notification Address List LeaderfConlr rIEng new Oat. Disbrlbutad: "f lu Boll sal #order CaAiont reduction issued i lessa faet4�r ,�,y,� oiai Handed Out_ cirde Addresses •1. 5 2. o. ', 3. 7. 4. 8. 29. 30. 7. 31. 32. 9. 33. 11. 3. 12. 3& 13. 37. 14. 38. 15. 39. ie. so. 17, 1- 2. 19. 43, 44. 1. 445. 22 48. 23. 7. - 24 18. ^ WFs7 va IQ (wore oauig ummauma rauar oe aaacnea m m4 fcorm, This form must be subcsllkted immediately upon completion to tl oW Ber/ServerMalrrtenance D iston, phone S78.8388,fax 443-1815. W1712064 Appendix A 36 0396-1000 City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements Mayor's Approval City Council Meeting Date Agenda Items Only Sid Norbash Submitted By Engineering Development Services Division Department action Kequirea: Approval of Change Order #1 to the construction contract with LaRue Contractor, Inc. A no cost change orderfor construction of Mount Sequoyah Water and Sewer Improvements. No Cost Cost of this request 5400.5700.5815.00 Account Number 01023.20 Project Number Budgeted Item / 2. 997,628.00 Mt. Sequoyah W&S Improvements Category I Project Budget Program Category 1 Project Name $ - Water & Wastewater Funds Used to Date $ 997,628.00 Remaining Balance Budget Adjustment Attached I Date City Attorney ` bate( Q . Finance and Internal Services Director Date f of St ate Ilr�--- M or ate Program 1 Project Category Name Water / Sewer Fund Name Previous Ordinance or Resolution # 43-09 Original Contract Date: 2/17/2009 Original Contract Number: 2080 Received in City E R D Clerk's Office I'HT Received in Mayor's Office Revised January 15, 2009 Item Requiring Mayor's Approval To: Mayor Lioneld Jordan Thru: Jeremy Pate, Director of Development Services Chris Brown, City Engineer From: Sid Norbash, Staff Engineer Date: 5-29-2009 Subject: Change Order No.1 for Mt. Sequoyah W/S Improvements Project RECOMMENDATION Staff recommends approval. BACKGROUND This is a budgeted project under construction. In the past City has experienced ground settlement at Mt. Sequoyah Gardens Park. This settlement is due to two under ground concrete tanks that were not completely filled -in. ' DISCUSSION Staff has worked out an agreement with the contractor to use the excavated dirt from this project to fill these tanks at no cost to the City. Only to add 14 calendar days to the contract time, to allow for the demolition of the top of the tanks. BUDGET IMPACT This is a no cost Change Order. SN/sn Attachment: 7aya'e'tl�ille Change Order No. To Contractor; LaRue Contractor, Inc. The Contract is changed as follows: CHANGE ORDER Bid Number 09-12 Contract Title Mount Sequoyah Water and Sewer Improvements Date of Issuance May 19, 2009 Contract Date: February 17, 2009 (1) The City of Fayetteville is in need of filling in two underground concrete tanks (two clarifiers left from the old water treatement site) located at Mt. Sequoyah Gardens Park. The fill material will be excavated soil and rocks, asphalt, and small broken pieces of concrete from the Mt. Sequoyah project area. The Contractor is in need of a close location to dispose of excavated material. ----------------------------------------......____--•-------------------------------------_-_------------------------------------------------------------- (2) The Contractor will obtain a grading permit from the City of Fayetteville Engineering Division, and comply with the rules and requirements of this permit. The Contractor will install silt fences around the affected areas as required by the permit. ------------------------------------------------------------------------------------------------------------------------------------------------------ (3) The Contractor will scarify and stock pile and preserve existing topsoil on the site and place it back at a minimum thickness of 2" at all affected areas. If additional topsoil is needed, the Contractor will supply acceptable quality topsoil to complete the task at no extra charge to the City of Fayetteville. ----------------------------------------------------------------------------------------------------------------------------------------------------------- (4) All fill dirt shall be placed in uniform layers not exceeding 8 inches in loose thickness and compaced by mechanical tampers or rollers to 98% of maximum density as determined by ASTM D1557. Fill material shall not consist of any particles larger than 6 inches in any dimension. (5) When the concrete tanks are filled, the area to the west and south of these tanks will also be available to receive fill materials. ----------------------------_____------------------------------------_----------------_- .--------------------------------------------------_.-.----------- (6) The site of the existing brick structure (old pump station) will aso be available to receive fill materials. ------------------� .-.__----_-__-_-__-------------------------------------------_-_--------------------------------------__------------------------------- (7) The Engineer and City of Fayetteville will provide necessary guidance for establishing the guidelines for finished slopes. (8) At the completion of filling and compaction, the Contractor will seed, straw, and water the entire affected area. The seed to be used shall be buffalo grass which will be provided by the City of Fayetteville. Not valid until signed by the Owner The original Contract Price was .............$ 947,628.99 ............................................................................................................................... Net change by previously authorized change orders ............. $0.00 ............................................................................................................................... The Contract Price prior to this Change Order was $ 947,628.99 The Contract Price will be increased by $0.00 The new Contract Price including this Change Order remain the Same and will be __ $ 947,628.99 The Contract Time(s) will increase Required date of Competion as of the date of this Change Order therefore is: Substantial Completion Final Completion c4RVER, C\ BY DATE LaR Contractor, I B DA E 14 calendar days ...................._...................................................,................ 17 -Sep -09 1.9 -Oct -09 Cit f Fayette ille BY z"'l��o r TE aye ei�I, 1e Change Order No. To Contractor: LaRue Contractor, Inc. The Contract is changed as follows: CHANGE ORDER Bid Number 09-12 Contract Title Mount Sequoyah Water and Sewer Improvements Date of Issuance May 19, 2009 Contract Date: February 17, 2009 (I) The City of Fayetteville is in need of filling in two underground concrete tanks (two clarifiers left from the old water treatement site) located at Mt. Sequoyah Gardens Park. The fill material will be excavated soil and rocks, asphalt, and small broken pieces of concrete from the Mt. Sequoyah project area. The Contractor is in need of a close location to dispose of excavated material. ---------------------------------------------------------------------------------------------------------------------------------------------------------- (2) The Contractor will obtain a grading permit from the City of Fayetteville Engineering Division, and comply with the rules and requirements of this permit. The Contractor will install silt fences around the affected areas as required by the permit. ---_-----------------------------------------------------------------------------------------------------------------....--------------------------------- (3) The Contractor will scarify and stock pile and preserve existing topsoil on the site and place it back at a minimum thickness of 2" at all affected areas. If additional topsoil is needed, the Contractor will supply acceptable quality topsoil to complete the task at no extra charge to the City of Fayetteville. ---------------------------------------------------------.--------_--------------------------------------------------------- --_----------.------------- (4) All fill dirt shall be placed in uniform layers not exceeding 8 inches in loose thickness and compaced by mechanical tampers or rollers to 98% of maximum density as determined by ASTM Dl 557. Fill material shall not consist of any particles larger than 6 inches in any dimension. (5) When the concrete tanks are filled, the area to the west and south of these tanks will also be available to receive fill materials. ------------------------- __----_---------------------------._....-_---------------------------_-------------------------------------------------------- (6) The site of the existing brick structure (old pump station) will aso be available to receive fill materials. (7) The Engineer and City of Fayetteville will provide necessary guidance for establishing the guidelines for finished slopes. (8) At the completion of filling and compaction, the Contractor will seed, straw, and water the entire affected area. The seed to be used shall be buffalo grass which will be provided by the City of Faye€teville. ----_------------------------------------------------------------------------------------------------------------•»__..-.---------------------------------- Owner The original Contract Price was Net change by previously authorized change orders The Contract Price prior to this Change Order was The Contract Price will be increased by The new Contract Price including this Change Order remain the The Contract Time(s) will increase Required date of Competion as of the date of this Change Order therefore is: Substantial Completion Final Completion and will be 947 $ 947,628.99 14 calendar days ......................................................................................... 17 -Sep -09 19 -Oct -09 rGARVER, L\ City o ayetteville flA 13Y DATE BY oY DATE Rue C tractor, I DATE CHANGE ORDER aye evi le Bid Number 09-12 A fl KA N 5 AS Contract Title Mount Sequoyah Water and Sewer Improvements Change Order No. 1 Date of Issuance May 19, 2009 To Contractor: LaRue Contractor, Inc. Contract Date: February 17, 2009 The Contract is changed as follows: (1) The City of Fayetteville is in need of filling in two underground concrete tanks (two clarifiers left from the old water treatement site) located at Mt. Sequoyah Gardens Park. The fill material will be excavated soil and rocks, asphalt, and small broken pieces of concrete from the Mt. Sequoyah project area. The Contractor is in need of a close location to dispose of excavated material. --------------------------------------------------------------------------------------_--_._----------------------------------------------------------- (2) The Contractor will obtain a grading permit from the City of Fayetteville Engineering Division, and comply with the rules and requirements of this permit. The Contractor will install silt fences around the affected areas as required by the permit. --------------------------------------------------------------------------------------------------------------------------------------------------------- (3) The Contractor will scarify and stock pile and preserve existing topsoil on the site and place it back at a minimum thickness of 2" at all affected areas. If additional topsoil is needed, the Contractor will supply acceptable quality topsoil to complete the task at no extra charge to the City of Fayetteville. ---------------------------------------------------------------------_--------------------------- -- _---------------------------------------------------- (4) All fill dirt shall be placed in uniform layers not exceeding 8 inches in loose thickness and compaced by mechanical tampers or rollers to 98% of maximum density as determined by ASTM D1557. Fill material shall not consist of any particles larger than 6 inches in any dimension. (5) When the concrete tanks are filled, the area to the west and south of these tanks will also be available to receive fill materials. ----_--___-_•__----------------------------------------_ _ -- ------------------------------------_---------------------------------------------- (6) The site of the existing brick structure (old pump station) will aso be available to receive fill materials. ---____--------___------------------------------------------- ------ _-_---------------------__---__..------------------------------------------- (7) The Engineer and City of Fayetteville will provide necessary guidance for establishing the guidelines for finished slopes. -----------------------------------__---__._-------------------------------------_----_ ----------------------------------___-------------------------- (8) At the completion of filling and compaction, the Contractor will seed, straw, and water the entire affected area. The seed to be used shall be buffalo grass which will be provided by the City of Fayetteville. Not valid until signed by the Owner The original Contract Price was $ 947,628.99 Net change by previously authorized change orders The Contract Price prior to this Change Order was The Contract Price will be increased by .............. The new Contract Price including this Change Order remain the Same and will be The Contract Time(s) will increase Required date of Competion as of the date of this Change Order therefore is: Substantial Completion Final Completion RVER, L } - tl 947 $ 947,628.99 14 calendar days ........................................................... ................................................................................... 17 -Sep -09 19 -Oct -09 City of yettevilIe � 1 $ to r AT City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements Mayor's Approval City Council Meeting Date -NIA Agenda Items Only David Jurgens Submitted By Water & Sewer Division Action Utilities Department val of Change Order #2 to the construction contract with LaRue Contractor, Inc. A cost reduction chan and 48 additional contract days for construction of Mount Sequoyah Water and Sewer Improvements. ($10,027.17) Cost of this request 5400.5600.5808.00 Account Number 01023.1 Project Number Budgeted Item $ 50,000.00 Mt Sequoyah W&S Improvements Category / Project Budget $ Funds Used to Date $ 50,000.00 Remaining Balance Budget Adjustment Attached 0 Program Category 1 Project Name Water & Wastewater Program I Project Category Name Water 1 Sewer Fund Name ZW Q'3 Previous Ordinance or Resolution # Date Original Contract Date: Original Contract Number. rty Attomey Date 43-09 2/17/2009 2080 _fLL 1O _ �3� ENTEAE0 �ilVx. Finance and Internal Services Director Date Received in City Clers Office Chief of S Date Received in ENTERED Mayor's Office b ,�3�• Ma � e Revised January 15, Item Reciuiring Mayor's Approval To: Mayor Lioneld Jordan Thru: Don Marr, Chief of Staff David Jurgens, Utilities Director t From: Sid Norbash, Staff Engineer +�"a Date: October 13, 2009 Subject: (1) Change Order No.2 for Mt. Sequoyah W/S Improvements Project / Construction Contract (2) Related Engineering Contract Amendment # 2 RECOMMENDATION Staff recommends approval. BACKGROUND This is a budgeted project under construction. In the past Change Order #1 has been executed. This Change Order did not change the cost of the contract but did add 14 calendar days to the time of the contract. There were two under ground concrete tanks at Mt. Sequoyah Garden Parks that needed to be filled -in. Staff worked out an agreement with the contractor to use the excavated dirt from this project to fill these tanks at no cost to the City. This change order added 14 calendar days to the contract time, to allow for the demolition of the top of the tanks. DISCUSSION The circumstances in the field determined that it was not necessary to construct one segment of the water lines designated as Line "D". Also not to be constructed was Sewer Line "1" (300 feet) and three manholes. At this time Staff recommended to construct a much needed 8" water line in this project area to extend from Dogwood Ln. to Lafayette St. to allow the Water & Sewer Division to construct a 2" water line in place of the existing inadequate and leaky 1 1/4" galvanized line. This line serves 10 residences, which have extremely low water pressure. Because of weather related delays, unexpected changes in the field, and addition of 225 feet of 8" water line to the contract, 48 additional days are being added to the contract time. For more information please refer to attached Change Order #2 to the construction contract. Although Change Order #2 decreases the contract amount by $10,027.17, because of the addition of 48 extra days the Engineering Contract is being amended to adjust for the cost of daily inspections and other services. This addition is in the amount of $35,000, which is an average daily inspection of 4 hours per day. (Please see attached Engineering Contract Amendment #2 for details). BUDGET IMPACT This is a reduction of $10,027.17 to the construction contract, however, it does affect the Engineering fees for the construction management because additional days are granted to the contractor for construction of the added water line. A separate Engineering Contract Amendment is attached for approval as well. This Amendment will increase the cost by $35,000. Council has approved a project contingency of $50,000, which has not been used at all. Net affect of the change is a project cost increase of $24,972.83 DJ/sn Attachment: 2 i a e evl e ARKANSAS Change Order No. To Contractor: LaRue Contractor, Inc. The Contract is changed as follows: CHANGE ORDER Bid Number 09-12 Contract Title Mount Sequoyah Water and Sewer Improvements Date of Issuance September 23, 2009 Contract Date: February 17, 2009 1. Omit installation of water line "D" because it was verified by the Contractor that it was previously installed by others. 2. Revise the connection of proposed water line "A" to the existing water line at the intersection of East Texas Way and South Skyline Drive as directed by the Engineer as required to abandon a portion of an existing water line. The existing water line was approximately 20 feet further east than expected, under an existing gravity sewer, and parallel to the existing gravity sewer. The revised connections will abandon the existing water line that is a health risk because of its proximity to the existing gravity sewer, Install a two 8" gate valves on an existing water line at the locations as directed by the Engineer to avoid significant water line shut downs to customers when abandoning existing water lines. ----------------------------------------------------------------------------------------------------------------------------------------7-------------- 3. Omit installation of sanitary sewer line "I" because it was verified that it was prevously relocated by others. The existing sanitary sewer was prevouly believed to be under an existing house. The existing water line will still be abandoned and the water service line switchovers will be required as shown on the sewer line "I" construction drawing. 4. Extend the water line along Dogwood Lane to Lafayette Street as shown on enclosed revised sheet number ii. 5. An additional 48 calandar days will be added to the contract time for the additional work associated with the items above and delays due to abnormal rainfall amounts in May, July, and August. Bid Item No. Bid Item Description Previous Estimated Quantity Unit of Measure Contract Unit Price Revised Estimated Quantity Revised Unit Price Original Estimated Cost Revised Estimated Cost 5 8" PVC C-900 DR -14 Water Line 6,020 LF $42.75 6,300 $42.75 $257,355.00 $269,325.00 13 8" Gate Valve 10 EA $985.89 11 $985.89 $9,858.90 $10,844.79 14 2" Ball Valve I EA 5395.46 2 5395.46 $395.46 S790.92 19 Water Service Line 2,900 LF $30.98 3,000 S30.98 $89,842.00 $92,940.00 20 Water Meter Setting 50 EA $429.56 53 $429.56 $21,478.00 $22,766.68 22 Ductile Iron Fittings for Water Line 5,300 LB $9.10 5,500 $9.10 • $48,230.00 $50,050.00 28 8" PVC SDR-26 Gravity Sewer Pipe 300 LF $57.16 0 $57.16 $17,148.00 $0.00 29 4' ID Sanitary Sewer Manhole, 0' to 6' Depth 3 EA $1,321.05 0 $1,321.05 $3,963.15 $0.00 30 4' ID Sanitary Sewer Manhole Additional Depth, Over 6' Depth 20 VF $185.02 0 $185.02 $3,700.40 50.00 31 Concrete Anchor for Gravity Sewer Line 2 EA $1,086.25 0 $1,086.25 $2,172.50 $0.00 32 Undercut and Backfill for Sanitary Sewer 10 CY $22.44 0 $22.44 $224.40 $0.00 33 4" Sanitary Sewer Service Line 100 LF $31.80 0 $31.80 $3,180.00 $0.00 34 4" Sewer Service Tap 5 EA $159.00 0 $159.00 $795.00 $0.00 35 Connect to Existing Sanitary Sewer Manhole 1 EA $454.50 0 $454.50 $454.50 $0.00 36 Demolish Existing Manhole 2 EA $204.50 0 $204.50 $409.00 $0.00 37 Rock Excavation for Sewer Line 25 CY $210.85 0 $210.85 $5,271.25 $0.00 1 of 2 Tayv0Mee-;ii1ey..,... Change Order No. To Contractor: LaRue Contractor, Inc. The Contract is changed as follows: CHANGE ORDER Bid Number 09-12 Contract Title Mount Sequoyah Water and Sewer Improvements Date of Issuance September 23, 2009 Contract Date: February _I 7, 2009 70 Pavement repairs and compacted backfill for Water Line "D" investigation 0 LS $0.00 1 $2,200.00 $0.00 $2,200.00 71 Additional compacted backfill for 0 LS $0.00 1 $533.00 $0.00 $533.00 Water Line "A" extra work 72 8" Gate Valve Installation on an 0 EA $0.00 2 $2,500.00 $0.00 $5,000.00 Existing Water Line including all Materials and Labor Summation or Cost $464,477.56 $454,450.39 Net Cost for this Change Order ($10,027.17) Not valid until signed by the Owner The original Contract Price was $ 947,628.99 ............................................................................................................................................ Net change by previously authorized change orders $0.00 The Contract Price prior to this Change Order was ... . ......... $947,628.99 ............................................................................................................... The Contract Price will be decrease by ($10,027.17) ........................................................................................................................................ The new Contract Price including this Change Order will be ------ $ 937,601.82 The Contract Time(s) will increase 48 calendar days Required date of Completion as of the date of this Change Order therefore is: Substantial Completion (212 Calandar Days) Final Completion (242 Calandar Days) e Contracto 7/i4r BY DATE City of F etteville 9 McL r ATE ATTEST SON R SMITH, CITY CLERK DATE 4 -Nov -09 4 -Dec -09 2 of 2 c\tt JL3O rSCA,,),,L.ARUCON-01 DAME ACORD„, CERTIFICATE OF LIABILITY INSURANCE °A10/1/200D 9 PRODUCER (501) 664-7705 Ramsey Krug & Lensing, a division of Farrell pSOuth Insurance Services P.O. Box 251510 Little Rock, AR 72225 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED LaRue Contractor, Inc. 1385 Tennyson Loop Harrison, AR 72601 INSURER A: National Fire Ins. Co Hartford INSURER a: Continental Insurance Company INSURER c: Cincinnati Casualty Company 8665 INSURERa.Transportation Insurance Company 0494 INSURER E: Cr1VFRAr;FS THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR OD I TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE IWAVD/YYI POUCY EXPIRATION DATE )PAVDD/YY) UMn5 GENERAL LIABILITY EACH OCCURRENCE S 1,000,00 PREMISE$ Ea ocarence $ 100,00 A X X COMMERCIAL GENERAL LIABILITY £06409104O 1011/2009 1 W ULU I0 CLAIMS MADE OCCUR MED EXP (Any one person) $ 10,00 X Includes Contractual PERSONAL S ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEML AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG S 2,000,00 POLICY X PRO- LOC B X AUTOMOBILE X LIABILITY ANY AUTO 2064091085 10/1/2009 101112010 COMBINED SINGLE LIMIT (Ea student) = 1,000,00 BODILY INJURY ( person) ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per abdderd) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S OTHER THAN EA ACC $ ANY AUTO S AUTO ONLY: AGG EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ 3,000,00 C X X OCCUR ❑CLAIMS MADE 2064091121 101112009 1011/2010 AGGREGATE $ 3,000,00 a S jJ DEDUCTIBLE S X RETENTION S 10,000 WORKERS COMPENSATION AND X WC LIMIT EFR TORY LIMITS ER E.L. EACH ACCIDENT S 1,000,00 D EMPLOYERS' LIABILITY ANY PROPRIETOPJPARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? 264090986 10/1/2009 10/1/2010 E.L. DISEASE -EA EMPLOYE $ 1,000,00 II yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT S 1,000,00 OTHER C Commercial Umbrella XS1169814 312/2009 11/1612009 3,000,00 A Installation/Builders Risk 2064091040 101112009 10/1/2010 special Form $1,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS) VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Mount Sequoyah Water and Sower Improvements. Certificate Holder, Owner and Engineer are named as additional insured under the general liability and coverage shall be considered primary and non contributory. Cancellation will be issued and sent by certified mail CERTIFICATE HOLDER - CANCELLATION City of Fayetteville, Arkansas SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER W1UXX th MAIL 30 DAYS WRITTEN 113 W. Mountain Street NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT l li %XK) SHALL Fayetteville, AR 72701- IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Q ACORD 25 (2001108) ACORD CORPORATION 1988 LARUCON-01 DAME Wil1s1; f.1:kI 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. ACORD 25 (2001105) City of Fayetteville. Staff Review Form :omments: City Council Agenda Items and Contracts, Leases or Agreements Mayor's Approval City Council Meeting Date Agenda Items Only Sid Norbash Engineering Development Services Submitted By Division Department Action Kequirea: Approval of the Reconciliation & Final Change Orderto the construction contract with LaRue Contractor, Inc. A Reduction in cost in the amount of -$84,626.27 for construction of Mount Sequoyah Water and Sewer Improvements Project. Reduction of $84,626.27 Cost of this request 5400.5700.5815.00 Account Number 01023.20 Project Number Budgeted Item xx $ 937,601.00 Category / Project Budget $ 852,975.00 Funds Used to Date $ 84,626.00 Remaining Balance Budget Adjustment Attached Mt. Sequoyah W&S Improvements Program Category / Project Name Water & Wastewater Program / Project Category Name Water I Sewer Fund Name Lc_.. ( P 10 Previous Ordinance or Resolution # 43-09 Date Original Contract Date: 2/17/2009 q/q l l 0 Original Contract Number: 2080 Date & Finance and Internal Services Director Date tedO -f Received in City Clerk's Office • Date Received in (t.j) Mayors Office ail e Revised January 15, 2009 ri ARKAN CITY COUNCIL AGENDA MEMO To: Mayor Jordan Thru: Chris Brown, Jeremy Pate, David Jurgens From: Sid Norbash, Staff Engineer Date: April 14, 2010 THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENT CORRESPONDENCE Subject: Mt. Sequoyah Water & Sewer Improvements Project — Final Reconciliation Change Order PROPOSAL: During the course of the construction there were some additions and some deletions to this contract. The end result was a reduction in the amount of the contract. The Staff requests: Approval of Final Reconciliation Change Order to the construction contract with La Rue Contractor, Inc. for a decrease in the amount of -$84,626.27, resulting in the in the reduced contract amount, of $852,975.55. For more information please refer to the attached change order. RECOMMENDATION: Approval of the Final & Reconciliation Change Order. BUDGET IMPACT: Threre is a cost saving impact on the budget, since this is an $84,626.27 reduction in the amount of the contract. CHANGE ORDER evlle ARKAMTiAI Bid Number 09-12 Contract Title Mount Sequoyah Water and Sewer Improvements Change Order No. 3 Date of Issuance February 17, 2010 To Contractor: LaRue Contractor, Inc. Contract Date: February 17, 2009 The Contract is changed as follows: 1. Reconcile the estimated quantities to actual quantities. 2. Provide additional topsoil at multiple locations. 3. Provide sod at the intersection of Summit Avenue and Fletcher Avenue. 4. Provide additional excavation and Class 7 backfill at locations where the trench depths were required to be deeper than expected. 5. Provide fire hydrant extensions at unanticipated locations. Bid Item No. Bid Item Description Previous Estimated Quantity Unit of Measure Contract Unit Price Revised Estimated Quantity Revised Unit Price Previous Estimated Cost Revised Estimated Cost 5 8" PVC C-900 DR -14 Water Line 6,300 LF $42.75 6,104 $42.75 $269,325.00 $260,946.00 6 6" PVC C-900 DR -14 Water Line 60 LF $40.30 32 $40.30 $2,418.00 $1,289.60 7 4" PVC C-900 DR -14 Water Line 20 LF $38.72 40 $38.72 $774.40 $1,548.80 8 2" Polyethylene Water Line 20 LF $38.31 8 $38.31 $766.20 $306.48 9 l6" Steel Encasement by Open Cut 100 LF $60.91 168 $60.91 $6,091.00 $10,232.88 10 8"x8" Tapping Sleeve and Valve 7 EA $2,341.96 8 $2,341.96 $16,393.72 $18,735.68 11 6"x6" Tapping Sleeve and Valve 3 EA $2,156.66 2 $2,156.66 $6,469.98 $4,313.32 12 4"x4" Tapping Sleeve and Valve I EA $I,455,79 2 $1,455.79 $1,455.79 $2,911.58 13 8" Gate Valve 11 EA $985.89 9 $985.89 $10,844.79 $8,873.01 16 Cut and Plug Existing 8" Water Line I EA $239.11 3 $239.11 $239.11 $717.33 17 Cut and Plug Existing 6" Water Line 4 EA $312.90 3 $312.90 $1,251.60 $938.70 18 Cut and Plug Existing 4" Water Line 2 EA $170.93 3 $170.93 $341.86 $512.79 19 Water Service Line 3,000 LF $30.98 2,591 $30.98 $92,940.00 $80,269.18 20 Water Meter Setting 53 EA $429.56 55 $429.56 $22,766.68 $23,625.80 21 Undercut and Backfill for Water Line 200 CY $22.44 250 $22.44 $4,488.00 $5,610.00 22 Ductile Iron Fittings for Water Line 5,500 LB $9.10 7,166 $9.10 $50,050.00 $65,210.60 23 Abandon Existing Water Valve 8 EA $47.25 6 $47.25 $378.00 $283.50 25 Rock Excavation for Water Line 500 CY $190.85 87 $190.85 $95,425.00 $16,603.95 38 Water Service Line 130 LF $30.98 96 $30.98 $4,027.40 $2,974.08 40 8" PVC SDR-26 Gravity Sewer Pipe 900 LF $67.16 885 $67.16 $60,444.00 $59,436.60 41 4" Sanitary Sewer Service Line 25 LF $31.80 184 $31.80 $795.00 $5,851.20 42 16" Steel Encasement By Open Cut 53 LF $60.91 131 $60.91 $3,228.23 $7,979.21 43 4' ID Sanitary Sewer Manhole, 0' to 6' Depth 9 EA $1,321.05 it $1,321.05 $11,889.45 $14,531.55 44 4' ID Sanitary Sewer Manhole Additional Depth, Over 6' Depth 20 VF $185.02 7.5 $185.02 $3,700.40 $1,387.65 45 Undercut and Backfill for Sanitary Sewer 10 CY $22.44 53 $22.44 $224.40 $1,189.32 46 Connect to Existing Sanitary Sewer Manhole 2 EA $454.50 1 $454.50 $909.00 $454.50 Mount Sequoyah Water and Sewer Improvements 1 of 2 Change Order 3 Bid Item No. Bid Item Description Previous Estimated Quantity Unit of Measure Contract Unit Price Revised Estimated Quantity Revised Unit Price Previous Estimated Cost Revised Estimated Cost 47 Rock Excavation for Sewer Line 75 CY $210.85 0 $210.85 $15,813.75 $0.00 48 8" PVC C-900 DR -14 Water Line 1,400 LF $42.73 1,338 $42.73 $59,822.00 $57,172.74 49 2" Polyethylene Water Line 5 LF $38.31 28 $38.31 $191.55 $1,072.68 50 16" Steel Encasement by Open Cut 20 LF $60.91 40 $60.91 $1,218.20 $2,436.40 51 8"xS" Tapping Sleeve and Valve 3 EA $2,341.96 1 $2,341.96 $7,025.88 $2,341.96 54 2" Bali Valve I EA $395.46 2 $395.46 $395.46 $790.92 58 Water Service Line 1,300 LF $30.98 1,710 $30.98 $40,274.00 $52,975.80 59 Water Meter Setting 20 EA $429.56 17 $429.56 $8,591.20 $7,302.52 60 Undercut and Backfill for Water Line 40 CY $22.44 0 $22.44 $897.60 $0.00 61 Ductile Iron Fittings for Water Line . 900 LB $9.10 586 $9.10 $8,190.00 $5,332.60 64 Rock Excavation for Water Line 150 CY $190.85 0 $190.85 $28,627.50 $0.00 67 4' ID Sanitary Sewer Manhole, 0' to 6' Depth 1 EA $1,321.05 0 $1,321.05 $1,321.05 $0.00 68 4" Sanitary Sewer Service Line 50 LF $31.80 0 $31.80 $1,590.00 $0.00 69 4" Sewer Service Tap I EA $159.00 0 $159.00 $159.00 $0.00 73 Additional Topsoil 0 LS, $0.00 1 $5,100.00 $0.00 $5,100.00 74 Solid Sod 0 LS $0.00 1 $380.00 $0.00 $380.00 75 Additional Trench Excavation and Class 7 Backfill 0 LS $0.00 1 $18,000.00 $0.00 $18,000.00 76 Fire Hydrant Extensions 0 LS $0.00 1 $7,489.00 $0.00 $7,489.00 Summation of Cost $841,754.20 $757,127.93 Net Cost for this Change Order ($84,626.27) Not valid until signed by the Owner The original Contract Price was $ 947 628.99_ Net change by previously authorized change orders.......................................................................................................................................... ($10,027.17} The Contract Price prior to this Change Order was................................................................................................................................................ $937,601.82 The Contract Price will be decrease by ($84,626.27 The new Contract Price including this Change Order will be ...................................................._�-.------------ $ 852,975.55 The Contract Time(s) will increase 0 calendar days Required date of Completion as of the date of this Change Order therefore is: Substantial Completion (212 Calendar Days) .......................................................................... 4 -Nov 09 Final Completion (242 Calendar Days) 4-I)ec-09 LL hho City of F etteville p,144 r, C, r4tr DATE Mount Sequoyah Water and Sewer Improvements 2 of 2 Change Order 3