Loading...
HomeMy WebLinkAbout86-12 RESOLUTIONRESOLUTION NO. 86-12 A RESOLUTION TO APPROVE A CONTRACT FOR RELOCATION OF WATER AND SEWER MAINS ALONG GARLAND AVENUE WITH THE LOW BIDDER, GOODWIN & GOODWIN, INC. IN THE AMOUNT OF $1,575,497.00 WITH A PROJECT CONTINGENCY OF $78,775.00 AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves a contract for relocation of water and sewer mains along Garland Avenue with the low bidder, Goodwin & Goodwin, Inc. in the amount of $1,575,497.00 with a project contingency of $78,775.00, approves a budget adjustment and authorizes Mayor Jordan to sign this attached contract. PASSED and APPROVED this 1st day of May, 2012. ATTEST: By: Ao,v1.54.b, NELD J AN, Mayor SONDRA E. SMITH, City Clerk/Treasurer David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 5/1/2012 City Council Meeting Date Agenda Items Only Utility Division Division Action Required: Utility Division Department A resolution to award a contract in the amount of $1,575,497.00 to Goodwin & Goodwin(bid 12-25) for the relocation of existing water and sewer lines on Garland Ave. from North to Janice Streeet. Also, to approve a project contingency of 5% ($78,775) and to approve a budget adjustment. AHTD will reimburse the City $101,990.00 upon completion of the project. $101,990 Federal Grants -Capital $815,529.00 Cont Sry & Contingency $736,753.00 Contract Services Cost of this request 5400.0940.4309.00 5400.5640.5845:00 5400.5740.531'7.00 51443 Account Number 06035.2250 Project Number 1,887,505.00 Category / Project Budget $ Garland Ave. W/S relocations Program Category / Project Name 132,281.00 Garland Ave. W & S Funds Used to Date Program / Project Category Name $ $ 1,755,224.00 W & S Revenue bonds Remaining Balance Fund Name Budgeted Item Budget Adjustment Attached Depart rt Dir l rrl. City Attorney or `Pt ► O (L Finance and Internal Services Director p<71 1 - Previous Ordinance or Resolution # Date +I Original Contract Date: Pt it0, /►!ti Original Contract Number: Date Date Date (// 7AV- Date Received ineity-I3—'l 2 P03: 24 RCVD Clerk's Office k-Ett Received in Mayor's Office Comments: Revised January 15, 2009 rEtville CITY COUNCIL AGENDA MEMO MEETING DATE OF MAY 1, 2012 THE CITY OF FAYETTEVILLE, ARKANSAS ARKANSAS www.accessfayetteville.org To: Fayetteville City Council Thru: Mayor Lioneld Jordan Don Marr, Chief of Staff From: David Jurgens, Utilities Director Water/Sewer Committee Date: April 13, 2012 Subject: Hwy. 112 (Garland Ave.) Water and Sewer Relocation Construction Contract- Goodwin & Goodwin RECOMMENDATION City Administration recommends awarding a contract to Goodwin & Goodwin, Inc., for $1,575,497 for construction of water and sewer improvements on Garland Avenue from North Street to Janice Street, approving of a 5% project contingency for $78,775, and approving the attached Budget Adjustment. BACKGROUND Relocation of existing water and sewer lines is required in preparation for the combined Arkansas Highway Department (AHTD) and City widening of Hwy. 112 (Garland Ave.) from North Street to Janice Street. The majority of the existing water and sewer lines in this section of roadway are located within the AHTD right of way (ROW), so the City will bear the majority of the expense to relocate these lines. DISCUSSION On April 11, 2012, the City received five construction bids shown below. Per the previously approved agreement, the AHTD will reimburse the City for 6.47% of the total project cost, $101,990, and the City to pay the remaining 93.53%, or $1,473,507. In general, the AHTD pays for relocating lines currently existing outside the existing ROW, and the City pays for lines that are currently inside the ROW and any increases in capacity. In this arrangement, the City designs, awards, and supervises construction of the utility relocation project, and will submit monthly requests f Contractor Bid Goodwin & Goodwin $ 1,575,497.00 Fochtman $ 1,682,997.50 Redford $ 1,743,820.00 T -G Excavating $ 1,811,111.00 B R McGinty $1,675,153,616.45 Engineer's Estimate $ 1,588,807.00 BUDGET IMPACT This project is funded from several sources, including water and sewer revenue bonds, water and sewer funds, and possibly transportation bond funds. The budget adjustment moves funds as appropriate to reflect the various funding sources. 11wy112 Goodwin Contract CC Memo Apr12 RESOLUTION NO. A RESOLUTION TO APPROVE A CONTRACT FOR RELOCATION OF WATER AND SEWER MAINS ALONG GARLAND AVENUE WITH THE LOW BIDDER, GOODWIN & GOODWIN, INC. IN THE AMOUNT OF $1,575,497.00 WITH A PROJECT CONTINGENCY OF $78,775.00 AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves a contract for relocation of water and sewer mains along Garland Avenue with the low bidder, Goodwin & Goodwin, Inc. in the amount of $1,575,497.00 with a project contingency of $78,775.00, approves a budget adjustment and authorizes Mayor Jordan to sign this attached contract. PASSED and APPROVED this 1St day of May, 2012. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer City Of Fayetteville - Purchase Order (P0)Request (Nota Ponceau Green All purchases under 52500 shall be used one P -Card unless rneaGlCsl•or 7:799 service related :(Gail x256 with questions) . Alt PO Request shah be scanned to the Purehasln0 040611: Purchesing@i:l..ieyetteville.arus . Requisition No.: Date: 4/1212012 P.O Number. Expected Delivery Date: Vendor #: 293 Vendor Name: Goodwin &Goodwin Mail Yes._ XX No: Address: 3503 Free Ferry Rd. Fob Point: Taxable Yes:_ No:_ Quotes Attached Yes:_. _ No: XX City: Fort Smith State: AR Zip Code: 72903 Ship to code: Division Head Approval 1 u_ fUfr. WYE Requester: Matt Casey Requesters Employee P. 2119 Extension: 429 Description quantity Unit of Issue Unit Cost Extended Cost Account Numbers Project/Subproject # Inventory # Fixed Asset # 1 2 3 4 5 s 7 8 9 10 Contract Services 1 101,990.00 5101,990.00 5400.5500.9319:90— 05035.2250 This is a grant 54°&'''e/ 50.00 Contract Services 1 736,754.00 5738,754.00 5400.5840.5844^00 5-1gG4 i'DD 09035.2250 Contract Services 1 736,753.00 5735,753.00 5400.5740.534510 06035.2250 $0.00 5 ]S,.o 50.00 $0.00 *0.00 $9.00 Shipping/Handling Lot 50.00 'pedal instructions: Subtotal: Tax: Total: 51,575.497.00 51,575,497.00 Approvals: Mayor: Finance Dispatch Deparlment Director. Budget Manager. Ulnas Manager: 4. . pVter Purchasing Manager: & Internal Services Director: Manager: II! IT Manager. {rf Y Other: Revised 112120t4 DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: Garland Ave. Water and Sewer Improvement Project Job 040489 (Utilities) STP -9142(22) Hwy. 112 Spur —North Route 112 Section 1 Washington County Contract No.: THIS AGREEMENT is dated as of the day of in the year 2012 by and between The City of Fayetteville, Arkansas and . (hereinafter called Contractor). ARTICLE 1- WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The construction of water and sewer main relocations for the widening of Garland Avenue (Highway 112) from North Street to Janice Avenue including approximately 5400 feet of water main from 2" to 24" in diameter, approximately 3020 feet of 8" sewer main, highway bores, fire hydrants, fittings, manholes and related facilities. The Contract includes work in AHTD Right-of-way , City of Fayetteville Right-of-way and in General Utility Easements. Refer to Section 00400 -Bid Form for quantities: ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division. City of Fayetteville Engineering Division assumes all duties and responsibilities, and has the rights and authority assigned to City of Fayetteville Engineering Division in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 00500 Agreement 00500 - 1 Project # 040489 DOCUMENT 00500 — AGREEMENT (continued) 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 1$0 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 210 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will 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 Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Seven 00500 Agreement 00500.2 Job # 040489 DOCUMENT 00500 — AGREEMENT (continued) Hundred Fifty Dollars ($750.00) 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 the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions estimated quantities are not guaranteed, and 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. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor 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 basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price 00500 Agreement 00500 - 3 Job # 040489 DOCUMENT 00500 — AGREEMENT (continued) Work based on the number of units completed) or, in the 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. 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 will be an amount equal to 100% of the Work Completed less 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 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 Contractor 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. 00500 Agreement 00500 - 4 Job # 040489 DOCUMENT 00500 -- AGREEMENT (continued) 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 of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor 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. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated 00500 Agreement 00500 - 5 Job # 040489 DOCUMENT 00500 — AGREEMENT (continued) in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor 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 furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor 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. Contractor has correlated the information known to Contractor, 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. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. 00500 Agreement 00500 - 6 Job # 040489 DOCUMENT 00500 — AGREEMENT (continued) J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor 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. Contractor's Bid. c. Documentation submitted by Contractor 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: Garland Ave. Water and Sewer Improvement Project 8. Addenda numbers one (1) to ), inclusive. 00500 Agreement 00500 - 7 Job 14 040489 DOCUMENT 00500 -- AGREEMENT (continued) 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written 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 Contractor 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. 00500 Agreement 00500 - 8 Job # 040489 DOCUMENT 00500 -- AGREEMENT (continued) 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 remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, 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. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§18-44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor and Engineer. Two 00500 Agreement 00500 - 9 Job # 040489 DOCUMENT 00500 -- AGREEMENT (continued) 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 Contractor or identified by Engineer on their behalf. This Agreement will be effective on , 20, which is the Effective Date of the Agreement. CONTRACTOR CITY OF FAYETTEVILLE By: By: Title: Title: (SEAL) (SEAL) Attest Attest Address for giving notices Address for giving notices 00500 Agreement 00500 - 10 Job # 040489 DOCUMENT 00500 — AGREEMENT (continued) License No. Agent for Service of process (If Contractor is a corporation, attach evidence of authority to sign.) (attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement) Approved As to Form: By: Attorney For: END OF DOCUMENT 00500 00500 Agreement 00500 - 11 Job # 040489 GARLAND AVE. WATER d SEWER IMPROVEMENTS - BID TAB - APRIL 11 7012 I."' Ny Oen Dear.' (hi 13uu0i09 148209 '4 ENimate R.R. MUMS. 143A. C00 8e00000 RedImd Cmmu529n T -G E533159237 0431 Price 27410.1 uu Prix- 9154 5(2 560.000.00 1601 Pr6.T 27418:1 0108 Prwe 17111191 1137 Prm 1.54 851 LAIR Priv 1661201 ACT 201 720530E19046142E3062611061 SAFETY 0Y30673 LS 1 010.04.00 60.000.00 52040040 31.607640 51647940 13,90.9 5300].0] 9739.9 32,50040 35.40.00 558940 2 11116.F241700002 01, LS 1 530.023.12 20.1[008) 3/0.000.00 fy.,31,1J9 822.370(2 3]3,310.73 513000.03 311800.00 510800.00 210.11(0.4 225.005.4 219.090.291 2 MCE1320T1ON 1,3 1 013.0.288 517.000.70 560.01687 3668048 513.190.50 233,399-30 540,00040 551-0940 515800.00 185.40.4 191.165.4 3.11,145-4 0 SITE P0EFA04111P4 45 1 511.00912 501,48.40 5110,40243 111605705 126.1117.17) 311-807.02 31340040 071.4080 510.0 080 110.012.00 195.000.00 135-900.00 3 24914 mm3 Pinns PAPE. c4Ass 36011111 m72L16.32669uP LP 165 512040 550,210.48 514262 547,90180 3215.69 5104.619.65 3110.00 167.9440 3200.00 597.000.00 5117.00 157.300091 6 47.967.8.1.633.650 52131 480E10wan LF 2555 35080 5127,110.00 1614 515641000 257.53 5146.109-15 543.50 1111.142 30 57009 5175,570,20 57590 0151,615.4 i .1741440114417. 9461.8i6v6,6120,4SS we 0834 wATFRIUN 1.2 1111 310.4 510280.00 155310 165.17080 133.28 562637290 53180 376.31290 36000 5112.35.27 5170.1( 1111712.011 8 f. 6434PVC,3.6. 8L6632300114411161116 WM • LF 201 130.00 15.030.00 334.00 16.03180 113.24 53916324 5,15-26 57,065.4 36002 112,260.12 950.00 512.060.9 9 24431 PVC. 61784136,614686316 WATER 166144 LF 776 31000 32.700.12 11322 31,06140 5181 32196.12 3134 51,170.4 190.0 511.9(0.12 516.12 111.340.10 19 4-14231160L0E11132E74E CLAM C10 WAIERSERIICERIRING 11' 2466 56.00 114.796.9 91.00 12219040 2.99 17.373.31 211.00 127.126,00 115.110 536.990.00 563) „_2112k00 11 240400 CLASS LIYOBUTIE4FLYVALVEW(SOX EA 2 17-040.4 51/80600 51.40.12 1169008.48 112720.94 21.448110 57.125.00 114250.90 56.0808-60 . W.000.935J0000.00 520 610.2) 02 1240((1 CLASS 251921l1900L8'424.VE 330602 EA 7 52500.02 017.7(57 52,020.27 119.600.02 05.205.44 522,,304 52.13102 610.917.4 52,40.4 $11.49.8 54.612.12 522,80.20 13 4111313 9431E VALVE 0710511( EA 10 21.502.60 515000.00 52.000.00 507.42042 11.051.43 512514.50 51,510.4 515,112.80 11.20080 512.09.12 32,48.00 533.120.48 94 94701690E 5�44.5'E 6R150 EA 1 11429,9 31.79003 51920.(2 51,500.0 31,209.15 51,919.13 51,962.4 116458 565040 5651.07 32220.12 13.49.40 15 9.414114 6431E VALVE Wein FA 5 56048 318980 2932.0 51,040.4 11.51 57.51 157342 2,39028 1720.40 2370.02 37430.00 53.200.20 14 piREEWAYFIREI1Y➢RRT41.122I LT WANVE E3. 11 52.530.4 327599 6459.9 549,500.4 321.20 055.16 53.91240 143.010.12 13.500.60 336.520.0) 33.000.20 59,(00.9 17 0001/40F161110.13 FIRE HYDRANT AND DELIVER T00NHER FA 7 5563.4 1360000 5602.0] 59200.4 510.35 576.74 171 0.00 55.250.4 1702.00 535130.00 5340.23 53.3)9.00 16 01221L08QWl70F 139287 EA 1 5 80.4 - 540.4 51,50].12 51,500.00 3131 14.51 11.566.02 11.365.60 52.000.00 02.0990 27.409,40 3200900 00 19.119131•3461161 TAPPV4G SLEEVE A41VALVE 114203 116 1 54.002.20 5189.4 26,012.05 16.54.112 231 53.56 10.101.00 56.6(0.20 56.0.5.02 362330.03 99,9.00 51.000.02 29_ 064921% 60201 TAPPING SLEEVE AND 04L3L96901( CA 6 22,59.9 51590040 2.40.20 22.601780 111.169.79 567.736.34 11.460.60 126.769.0 53.502.02 329,91090 3609-4 536.09.9 21 64NCR 161NCH 3'AP4008LEEYE3NDVAL3E910400 EA 4 22.24.00 11520940 02.300.02 519.248.48 2.112.91 512.041.65 53.640.60 52).3310.(0 52.542.0 3154940 25499 110,09.00 72 01-1NC1512441[ri 9E61139313N E1 2 21012.9 11444042 31912.12 111.94.00 51951.61 14.107.62 37.5(0.60 110.23004, 530,202,02 $3041040 5404940 311080312 23 24NC1PAYICHCC14482760 EA 4 11.000.12 6402048 5420.07 53.202.60 2727.31 512.905.64 51.034.02 51.236.9 5508.9 53,2463 514003 212.120.12 2 EPDXY CQA1LDWCTILE 1R041F1111109 111 3114 13.12 2177.50040 5091 255.00 516.207.19 51.02407.745.(0 56.75 5247.625.9 5103 3353463 5001 545.12 35 MALE 4 3613 9617131C, 007.173E7E 11102.PRE9922E REDUCER Y EA 4'1 51.112.20 144.420.20 5696.07 533.312.120 56.513.93 591.141.41 5091.9 516183.9 51,120.00 227.000.08 11.50641 131.20012 26 14S211461E7319E111616 COMPLETE 15 9L.PRE86ALE REDUCER T EA 2 51.612.00 2,21005 11.700.00 53.49.02 3054.95 22.951.0) 31.247.40 92,494.12 5912.8 01.610641 22314 55,000.03 27 000,LE METER 6E11893. C0.PLE1E INCL. 111618516L 1016171 :L61d EA 1 51.40600 111.270.4 5190080 93.69.9 6189216 517,557.14 21.440.12 511.920.48 51,027.05 54041.00 515340 320867.9 20 0044131EE7207144316ETE03E7910 EA 53 5302.00 515,9169 370042 51069.9 517535 596291.33 5721.00 319.7(.40 519.9 53.3063 95063 52650.9 20 12490(41501046. 14Na5OO1uyRA11v464693525620 EA 26 2150.9 53,99.4 535063 07.19.9 5599.00 511.2)1.43 309.133 (2360.05 3108x1.9 516.02003 545040 116.900.9 30 33900*048.E+ ITCH CORPCHSAIION STOP ANC TAP EA 15 5140.00 52.11280 3310.03 52.38.05 3011.21 3071983 519010 32.15040 19(.00 510.25007 5600.4 39.17.12 31 CINCH86084E, 3144N211 CORPORATION Era, .66.r TAF 3130. SA, 0.ra1 3730.42 8300.9 3451A1 531612 5143.12 5200.12,900.42 51.00400 23011.07 311.040 32 2417021003E0 wee. 50554405 LF 10 50(1290 042.002.00 0370-20 92430080 5624.12 545309,40 3463.6 3123.3080 31.5040 531 .59.9 535080 52430080 8 1440331 14416171 OLNY STEEL 00821 LF 40 3120510 24,45.0 51090 21,9.12 5135.11 24.924+10 510.43 51.020-00 5100.00 55.49.4 3300.4 5472000.4 34 143446022209113 61GA5H6 LF 430 951940 5243.000.0 0175350 1134.73640 9131.73 561.517.70 321080 516260080 326040 512740.4 210.4 50072990.4 35 104104 63.94E.T 01,112 31E8. 2.324.116 LF 191 99040 217 100.9 513590 527,630.9 557,96 512.31249 3112.20 327530.01 415680 (12.79.4 319.4 130100-4 )6 126530 BORED 61E0.170311]0 LF 60 34501 521.000.12 513000 30.0200 3344.33 518014.30 321080 5116940 1290.03 31589.00 5190.4 111.400.1 37 12111010 DWELT BURT 933361. 008113 LF 26 573.(20 31.164.02 5151.4 32.500321 5123.15 62,46580 2111-4 3224040 5120-4 55.412.40 1139.92 17,92.9 32 416C1 1BORED OA0NG LE 95 113.48 3550.05 593.60 15,52140 379.53 16,74305 50200 13.2704 113000 511.5(1.02 5160.48 512660.4 )9 4410CH D61ECT RAY CASING LF' 0 1747.90 40810 563.017 511.6! 90.4 114.4 50.03 0110.4 50,02 5170.4 50.9 00 611(2( ROPED (001110 14' 4118 145.00 372.9724 515.8 55^44000 713634.03 525.527,172.4 445-4 57720011 1504 500.09.12 532.65 5436[0.9 41 2.902229]00T BURN 0601210 LE 0 090.0) 52.95 500.12 10044 34.55 50.9 390.60 30.4 1200.4 30.02 573.02 5093 42 TREE PROTEO11GN FE I3 413 11' 519 53.9 55.50063 56.4 111,112.40 311332 5544,48.20 50.0 55.558.4 13.4 15350.9 51.12 51.300.12 43 CUT 6940866 E106ORC 84414(1+ WATER MAW EA 1 198.8 2.6210.00 51.803.05 11.960.8 31104 560.16 240.09 83.030.9 2.950.9 8512014 11.107.4 12 CAM 151240 :8.0481?j_ 32.400.05 53.200.00 3120111.9 512.48.20 33.39.9 44 CUT AM) CAP E1047W01?-4336 W20P211661 F 3 $00.20 52,500.03 51,4848 5959.9 515.36 45 CUT ANO CAP E10033116 6-19449WATER 0019 EA 17 5502.02 56105.9) 31.560.9 321663.9 313187 52,631.9 82.150.9 836.53080 1700.20 311,960.41 9600.27 311602.9 W 0810 6610 CAP 4101171904-INOIIWATER MAW EAit (05.72 4,20001 5767.61 122.663.30 3136-90 54,576.55 42,000.9 922.000.1 0600.20 04.4457.4 $400.26 511,271.53 47 CUT 6110 CAP 171131316 2-16M1 WATER MAW EA 4 5;190.43 51.024 550091 Si 603.80 312.52 190.08 5203102 54.08.00 517090 YNUW 5900.02 5069.9 58 4271J37 E5651300WATER 461 VF T. 611160F00S020F R 4 9623.9 $14100 53940 31.29.9 31,020.01 94813.64 828.9 550360 $1241.00 51940 541080 31.69.9 49 A1AN17O11E93TINC WATER2AL91 EA 34 529.9 5109.00 512540 34.258.9 50.40 514.90 5370,12 311.96505 1103.02 05:940 25063 11.74.9 50 15-19(11 PVCSEWEO 6451140426 LF 366 542.00 115,37202 3102008 516.176.9 01546265 35352079.4 15003 31}.9]1.9 397.9 33194240 114-67 530.000.9 11 641CH PVC 647.436541/ 600-21 LF 2935 53102 1112110.4 53640 518,140.12 512.25 3126.624.90 52+.63 317/10.9 515.9 9734.57510 19040 5299.599,03 217, j75P0.11800 006re4SERV/603CH 40, LF 27 523.12 6401.0 337200 594.00 521109 33247.43 326.9 5002.9 587.00 55,16010 500.00 5210133 31 864:446209215512430415E. 02114q3. 1 300 015.900.02 34140 021.2(.9 505.13 32336).26 520.00 316.960.9 5.9 61 560600.4 135.4 515.10612 It 4u02TER61A405RO 5100512Ll, u15110u151106 FEET DEEP 0A 23 333039 .1.4 05200 2494 0..501.35 840.99 :2 330.0.11.25 32.005.9 531.105.00 52. 8(.12 096.94.40 14.060,4 3924902 51 6.211.66.6.09E166.6.0LE DEfTN,9VE00 FEET OEEP VF 4 51308 57.100.20 27594 $4.500.20 5217.03 17.17982 3135.8 55370M 5150.00 56,19-02 2300.4 2102003 Sfi 001400EE10811101122101471.E FA 15 T 31.05257 515,48.60 300.00 313,0019 5105.32 36.03260 3121000 520.3012(2 3410.4 54.563.4 50DM 57300.07 57 RADOTE3397816AW91g9670166094r10[MADE 1-16 4 31600.9 5060.9 0840,0 212010 1531.01 32-124.22 5930.93 32A000 35040 6.79030 50312.93 6204.00 52 3E43E4596310F450.074119244 211191P00 EA. 1 0110.9 5324.0] 012400.4 50.04(.20 5145.02 56,20036 51.170.0 J�51,.94040 3600.9 14.230.00 40.62 55,093.4 39 SEWER 39109140c266r4(7T 12240'1195( 0A 39 33940 511.10.0 17017.4 92730500 1456.03 11942338 5910.9 333,49200 55940 11930.12 1550.60 119.54800 0) 14110111199,101 FTAP FOR SEVIER SERVICE E,5 1 540000 5041.4 11.(18.4 21800.21 1693.62 5095/2 302540 342540 2650,0 1020.9 56(0.60 56900 0I 448,1A1.16.1867i6f TAP 2016041408 1051114E 1,1 1 254040 559.9 11209.4 21488.00 1034.8 5141 A2 3300.9 4F040 264.00 1612.12 155060 5550.4 02 7(03 419517616 5224111 AT 11440401E WALL lA 3 330240 31,59.9 11.0314 358209 1397.03 51915.15 5230.00 51,200180 3130.4 1750.8 52(1100 51.0990 20 `a4 T]LPR4r4EWER TO EAMINa was Mil, cryo BALL 16 EA 2 51.1440 07.2D.9 51 .400A) 17.0164 1971.10 3124240 565040 11,39240 5000.00 51.612.12 2.592.60 53.600,0 44 181E676E666.7.367841 5Y 417 515040 361.0511.9 570.4 21.290.00 57.31 57.17057 35(040 540.230.4 37590 23.525.8 560.20 326.537.90 w ASPHALT SURFACE REALAGEILIMI 56 46 51540 52470.9 56590 37-99046 542,57 5592.02 990.4 14.140.00 160.00 52,700.12 560.20 52.700410 66 2.222436212 SURFACE 4E222ACE0E400 SW 220 530.1 02.000.072 563.60 514,583.00 543.45 18.56541 19780 21.30280 175.08 5107103.00 552.9 513,220.4 67 4544.0E1.1704E0043609'61 TOM 50 140481 52)39.52 525.8 34.252-02 89.70 531.4 125.00 11.250.00 31240 1601.00 ,66,92 U.,352.00 60 OSLO 1114A4854LT7E461706508'P6VE61@.1REP0•R 7074 50 550.00 54.51047 517.5.20 553750.4 563.21 55.194.50 522040 17,00140 216042 53,9.9 530.9 54.59.90 69 Race1x60500619 CY 10 33940 SITE- 5150.9 51,0924 526362 32.690.20 250.20 52000.02 3520.60 63,940 3512.9 5599.9 70 ERO6101]CONTROL 14 1 555,00.4 965.4240 903.90.8 145.105.112 235.160.21 525.18.22 27.160.4 57140.1 5058880 92590001 51980.12 510.120.12 71 40106'10400204501104 14 1 51300.40 1158242 34.000.8 50.80.2 34,419.44 56979.06 51.5(030 5/ .333277 51000.60 32,940 55,00040 0.00660 56 811E A4IOT040AP149 1-5 1 51.5(0.(0 11.58.00 52.02.9 55,4.4 94653.74 54.455.34 52500.20 51 .59.9 42.008.9 77.000.9 50.61.9 54.012.4 113(95L 031151I4T1113 2.0]522P303/C110174CU2'15 01558,897.00 51 ,575,497.00 S1.675,153,61d.45 01,682,997.50 01,743,820.00 01,811,111.00 1 [513,310.070 451.673.064,009.439 1804,2516.,501 10155,013009 40222,224.227 DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: Contract Name: GARLAND AVE. WATER AND SEWER IMPROVEMENT PROJECT Date: SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company W tf1 l GO - Name tv �r Address 051 - Qv Principal Office RyafI 5.0c1 w {'1 pora o partnership, individual, joint venture, other Arkansas State General Contractor's License Number 100/01091Z EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction for 3Z years and has performed work of the nature and magnitude of this Contract for ` years. Bidder has been in business under its present name for 3Z_ 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.)C �-r! VaA Fur s ba c- . e Th -a 5e Curs tw 37.51,Q 15 C o -,(1-r SAu cctf ,52c)J L t kt P Q(t 6 Cum 1N 3. Bidder has completed the following (list minimum of 3) contracts consisting of work 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 VAZorba. ,1C a cc j tet_ -,3 CAT/ ?ID__ tA. c- - 9-- CON/ a 4u 1) 6031C WANA COI 0 11) Master 00140 -Bidder Qualifications 00140 —1 Project #:040489 1 1 1 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): 1\l\fie � Su1)S O 05 rBZYakt 1027(11A -Ar 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: CcInT f , Imo( et,r Ar early IAQL I LqL CiCcEr 01-1- - GA-gt, 8. Bidder's Workmen's Compensation Experience Modifier Factor is: et °ay Master 00140 -Bidder Qualifications 00140.2 Project # 040489 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 fmancial 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. Mar cpA, l ei c. Other assets. C 1 M d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). 5 e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof tAZI R ti1/4dt i CC,-, nC4k If financial statement is not for identical organization named herein, explain relationship and fmancial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Jud ; t Creditors Where Docketed and Date Amount a. b. $ Master 00140 -Bidder Qualifications 00140.3 Project # 040489 DOCUMENT 00140 — BIDDER'S OUALIFICATION STATEMENT: (CONTINUED) Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: — i ( , 20 k?%. (OFFICIAL SEAL) Name of Organization: y,ocL- cU-' By Vail L- Title 1 Q(1t (J Q S (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 Master 00140 -Bidder Qualifications 00140-4 Project # 040489 DOCUMENT 00400 —BID FORM Contract Name: Garland Ave. Water and Sewer Improvement Project Job 040489 (Utilities) STP-9142(22) Hwy. 112 Spur — North Route 112 Section 1 Washington County Bid Number: BIDTO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: /} Bidder: i7rsnc w i c 4 ocl- - 5O5 trtcQ fi P�Q 1 ?z cs— p 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. N 0400 -Bid Form 00400— 1 Project # 040489 Broom . Hiler. Cla,* &Aso 5500 Euper Lane PO Box 3529 Ft. Smith, AR 72913 (479) 452-4000 www.bhca,com Bid Bond KNOW ALL MEN BY THF-SE PRESENTS, that we (Here insert full name and address or legal title of Contractor) Goodwin & Goodwin, Inc. 3503 Free Ferry Road Fort Smith, AR 72903 as Principal, hereinafter called the Principal, and (Hera insert fiat nnma and adilrecs Or legal title nf.Surty) Cincinnati Insurance Company P.O. Box 145496 Cincinnati, OH 45250-5496 a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called the Surety, are held and firmly bound unto /mere insert full name and address or legal title of Owner) City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID of which sum well and truly to be'lade, the said Princi Doha's ($ 5% ), for the payment. administrators, successors and assi and the said Surety, bind ourselves, our heirs, executors, ins, jointly and severally, firmly by these presents. WHEREAS, the Principai has submitted a bid for Garland Ave Water & Sewer Improvement Program, (Here assert full name, address and description o pra ect) Job 040489 (Utilities) STP-9142 (22) Hwy 112 Spur, North Route 112, Washington County NOW. THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in arrnrdanr.P with the teams 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 the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obEigatiott shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 19th day of April 2012 _ Goodwin iprt& odwin Inc. (Witness) ( ncl) r (Seal) cuceasJ (Surety) Cincinnatl Insuran a Company i 2Tith-) Beth Solomon, Attorney -in -Fact AA Document A310n - 970. Copyrightb 19S3 and 1970 by iha American Institute of ,Architects. THE CINCINNATI EhSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY KiVOW'ALL MEN BY'PHESE PRESENT'S: That THE CINCIIIINATT INS the Stale of Ohio, and aINSURANCE COMP rp having its principal office in the City of Fairfield, Ohio, does hereby constitute orapn arganized the laws of Marty C. Clark; Sam B. FliYler; Larry and appoint Scott R. Clark; Janice A. Butler; Scott Taylor; Be h Solomon and/or Sarh Day of Fort Smith, Arkansas and deliver on its behalf as Surety, and as its act and deed,its true and lawful Attorney(s)_iri Fact to si y and all bonds, policies, undertaiautg4 execute, seal Any such obligations in the United States;, up other like i meixts, as fellows: Twenty Million and No/100 Dollars This appvi uteri is made under and by authority of the following ($20,000, 000.00) at a meeting held in die principal office of the Company, resoIu#ion passed by the Board of Directors of said Company resolution is still in effect P Y: a quorum being present and voting, on the 6'h da P Y et y of December, I958, which °RESOLVED, that the president or any Vice President be hereby authvriz Fact of the Company to execute any and all bonds, �' and empowered to appoint A ey Cogethe, and may authorize policies, undertakings, or other like instruments on behalf of the 'without cause officer or any such Attorney -ire -Fact to affix the corporate seal; and may with or modify or revoke any 'such appointmm . or authority.. Any such writings so executed by Fact shall be binding upon the Company as if they had been duly executed and acknowledged officers of the Company.," such Attouneys_in- ged by the regularly elected Board of This Power ors of of AttComporney is signed and sealed by facsimile under and by the authority aay at a meeting duly called and held on the ?'" day of+ of the following Resolution adopted by the cemb i973. "RESOLVED that the signature of the President or a Vice President and the sDeal of the Company facsimile on any power of attorney granted, and the signature a of the S may be Company may be affixed by facsimile to any certificate of any such power a sis such Secretary awer of axed by such facsimile signature and seal shall be valid and binding on the Corn an . any and the seal of the and certified byny p certificate bearing certificate so executed and sealed shah, with respect to any bond or and such power so executed and sealed continue to be valid and binding on the Company.,, undertaking to which it is attached, IN WITNESS WHEEREOF, THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with, its corporate seal, duly attested by its Vice President this l0'' day of October, 2008. r?t CARPohkTE � ,I.,� SEALC INSURANCE COMPAy STATE OF OHIO COUNTY OF BUTLER ) ss: Vice Presi ere On this I 0 day of October, 2008, before me came the above -named Vice President of TIlE CIN COAeANy, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the the corporate seal of said Company CINNAI'I INSURANCg by the authority and P Y the corporate seal and the signature of the officer were duly affixed and subscribed to said tY direction of said and the atjon po preceding tinstrument a is ,61,E i a i t11lfth. instrument cc. ' w 4 MARK d. H LER, Attorney at Law NOTARY PUBLIC - STATE OF OHIO My commissian has no expiration 0, Assistant Secretary I, the undersigned Secretarydate. Section 147.03 O.R.C. a true and correct copy of the of THE CINCINNATI IRISURANGE COMP ttOrney is still in full force and effeOriginal Power of Attorney issued by said Company, and do hereby AIhereby certify that the above Y further certify that the said Power of GIVEN under my hand and seal of said Company at ,Fairfield, Ohio. s 11th day of April, 2012 �¢ lalkr i� WFtPO1tAT1: � I $1EaL � a3�t0 ' 400 (10/08) Secretary DOCUMENT 0400 -BID FORM Contract Name: Garland Ave. Water and Sewer Improvement Project Job 040489 (Utilities) STP-9142(22) Hwy. 112 Spur — North Route 112 Section 1 Washington County Bid Number: BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: } Bidder: c� 1 $1f\ GcYD hc. 53 0 -& Diur A1*a 3 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. 0400 -Bid Form 00400 —1 Project # 040489 Addendum #2 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 z-tZ u- 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 00400-2 Project # 040489 Addendum #2 DOCUMENT 00400 —BID FORM (continued) 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 E. 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. i. 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 00400-3 Project ## 040489 00400 -Bid Form Addendum #2 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. ARTICLE 4- BID PRICE Bidder will complete the Work in accordance with the Contract Documents for the following price(s):, ITEM EST. NO. DESCRIPTION UNIT TY UNIT PRICE TOTAL I Trench and Excavation Safety Systems LS 1 2 Traffic Control and Maintenance LS 1 L �� 3 Mobilization LS ItOj:scn 6ojxd (Max 5% of Total Bid) 4 Site Preparation LS I 5 24 -Inch Ductile Iron Pipe, Class 350 LI~ 4$5 a` with Double Polywrap 6 12 -Inch PVC, C-900, Class 200 DR -14 LF 2555 Water Main• 8 -Inch PVC, C-900, Class 200 DR -14 Water Main LF 1882 35 8 6 -Inch PVC, C-900, Class 200 DR -14 Water Main LF' 201 � — -34 9 2 -Inch PVC, SDR-13.5, Class 315 LF 278 onWater Main SocA 10 1 -Inch Polyethylene Class 200 Water Service Tubing LF 2466 00 r` } [� 4 t /____ l J 11 24 -Inch Class 250B Butterfly Valve EA 2 O0O - W/Box 12 12 -Inch Class 250B Butterfly Valve W/Box EA 7 �U� 1.9, XOO 00400 -Bid Form 00400-4 Project # 040489 Addendum #2 DOCUMENT 00400 -BID FORM (continued) ITEM EST. NO. DESCRIPTION UNIT_QTY UNIT PRICE TOTAL 13 8 -Inch Gate Valve W/Box EA 10 [9C30 ""' � (3, X00 14 6 -Inch Gate Valve W/Box EA i 5o� 15 2 -Inch Gate Valve W/Box EA 5 16 Three Way Fire Hydrant Assembly W/ Valve EA 11° Soo L9r 500 17 Remove Existing Fire Hydrant and Deliver to Owner EA 7 (. 01 14 18 2 -Inch Blowoff Assembly EA I vSoo I acO 19 12 -Inch x 12 -Inch Tapping Sleeve & EA 1 - Valve W/Box (Q. at0 (,bba 20 8 -Inch x 8 -Inch Tapping Sleeve & Valve W/Box EA 6 . (Q10C) 3 OO 8k 1 j kQO 21 6 -Inch x 6 -Inch Tapping Sleeve & Valve W/Box EA 6 ,zoC 6 9 �. o o 22 24 -Inch x 24 -Inch Connection EA 2 23 2 -Inch x 2 -Inch Connection EA 4 b0 32,o o 24 Epoxy Coated Ductile Iron Fittings LB 35,500 I 3i55 Single Meter Setting, Complete, 25 Including Pressure Reducer and Plumber Connection to Existing EA 37 — ��� D Building Service I -Inch Meter Setting, Complete, 26 Including Pressure Reducer and Plumber Connection to Existing EA 2 Iy00 3 ® Buildin Service Double Meter Setting, Complete, 27 Including Pressure Reducer and Plumber Connection to Existing EA 8 t lvo '9 O . Building Service 28 Remove Existing Meter Setting EA 53 �06 29 12 -Inch Saddle, 1 -Inch Corporation Stop and Tap EA 26 9 O 00400 -Bid Form 00400 — 5 Project # 040489 Addendum 92 DOCUMENT 00400 -BID FORM (continued) ITEM EST. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL 30 8 -Inch Saddle, 1 -Inch Corporation Stop and Tap EA 15 MD D50 31 2 -Inch Saddle, 3/4 -Inch Corporation Stop Tap EA 2 1500 and 32 24 -Inch Bored Steel Casing LF 70 oc 33 24 -Inch Direct Bury Steel Casing LF 40 0ol acj 34 16 -Inch Bored Steel Casing LF 490 t 1 5 O 35 16 -Inch Direct Bury Steel Casing LF 196 j 75' — l IS o 36 12 -Inch Bored Steel Casing LF 60 (5Q 37 12 -Inch Direct Bury Steel Casing LF 20 38 4 -Inch Bored Casing LF 85 39 4 -Inch Direct Bury Casing LF 0 3� 40 2 -Inch Bored Casing LF 1 600 35��' 5 41 2 -Inch Direct. Bury Casing LF 0 o" �z$' 42 Tree Protection Fencing LF 1860 ____________ t 43 Cut and Cap Existing 24 -Inch Water Main EA 4 1� 44 Cut and Cap Existing 12 -Inch Water Main EA 3 45 Cut and Cap Existing 8 -Inch Water Main EA 17 ka0z) ao114 46 Cut and Cap Existing 6 -Inch Water Main EA 14 (� Q ar 47 Cut and Cap Existing 2 -Inch Water Main EA 4 48 Adjust Existing Water Valve to Finished Grade EA 4 00400 -Bid Form 00400-6 Project # 040489 Addendum #2 DOCUMENT 00400 -BID FORM (continued) ITEM EST. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL 49 Abandon Existing Water Valve LF 34 ( �a 50 12 -Inch PVC Sewer Main, SDR-26 LF 366 51 8 -Inch PVC Sewer Main, SDR-26 LF 2995 Q 0 cQ 52 6 -Inch PVC Sewer Main, SDR-26 LF 27 53 4 -Inch PVC Sewer Service, SCH 40 LF 1348 a 54 4 -Foot Diameter Standard Manhole, Up to 6 Feet Deep EA 23 �� 55 Extra Manhole Depth, Over 6 Feet VF 34 Ob Deep 56 Remove Existing Manhole EA 15 pt "` 57 Adjust Existing Manhole to Finished EA 4 Grade 58 Sewer Service Connection on 12" PVC EA 8 1 1boo 59 Sewer Service Connection on 8" PVC EA 39 ('l oO -� 60 6 -Inch Manhole Tap for Sewer Service EA l pyJ ( 61 4 -Inch Manhole Tap for Sewer Service EA I } �� 62 Plug Existing Sewer at Manhole Wall EA 5 Connect 12 -Inch or 8 -Inch Sewer to 63 Existing Manhole, Core Drill Manhole EA 2'° - Wall 64 Street Repair, T -Patch SY 447 0 65 Asphalt Surface Repair SY 46 9 9 66 Concrete Surface Repair SY 220 1 q 1,2, o 00400 -Bid Form 00400-7 Project # 040489 Addendum #2 DOCUMENT 00400 —BID FORM (continued) ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 67 Gravel Driveway Repair TON 50 2S 1 2.O 68 Cold Mix Asphalt Temporary Pavement Repair TON 50 �.J 69 Rock Excavation CY 10 70 Erosion Control LS I 71 AudioNideo Recordings LS I 72 Site Photographs LS 1 TOTAL AMOUNT BID $ I 5'1,i 1 fl ARTICLE 5- CONTRACT TIMES 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. ARTICLE 6 - BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a certified or bank cashier's check or a Bid Bond and in the amount of p o c 1'Ut� C t jk1 I 4 ` 5a' ►c Dollars ($ ). B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. 00400 -Bid Form 00400-8 Project # 040489 Addendum #2 DOCUMENT 00400 —BID FORM (continued) ARTICLE 7- COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: B31yan Phone No.2 _OS FAX No. fl) 9 53 ARTICLE $ - 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 `- t — 1 i -- , 20LL Arkansas State Contractor License No. c9b04.l"�-- If Bidder is: An Individual Name (type or printed): By: (SEAL) (Individual's Signature) Doing business as: Business address: Phone No.: FAX No.: 00400 -Bid Form 00400-9 Project # 040489 Addendum #2 DOCUMENT 00400 -BID FORM (continued) A Partnership Partnership Name: (SEAL) (Signature of general partner — attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: FAX No.: A Corporation 11 Corporation Name:a'O U --r% �4 GtA W (SEAL) State of Incorporation: k11 ≤ Type (General Business, Professional, Service, Limited Liability): �uzu��e By: Signature — attach evidence of authority to sign) Name (type or printed): kc wt Title: ec\ 4€T (CORPORATE SEAL) Attest: ,:--- �- -- (Signature of Corporate Secretary) . Business address: ` -" Phone No.: J2 = Z5/ -73 f FAX No.: f7 78 7S$3 END OF DOCUMENT 00400 00400 -Bid Form 00400- 10 Project # 040489 Addendum #2 City of Fayetteville, Arkansas Budget Adjustment Form V11.0310 Budget Year Division: Utilities Director Request Date Adjustment Number Department• Utilities Director 2012 4/12/2012 BUDGET ADJUSTMENT DESCRIPTION 1 JUSTIFICATION Contract for Garland Avenue Water & Sewer Improvements will be awarded to Goodwin & Goodwin with a bid of $1,575,497.00 --Pylljet-f AHTD will reimburse the City $101,990.00 upon completion of the project. 0. ce 1irector Date Date Date x'13. 2,o Date ate ate Prepared By: ehutchens Reference: Budget & Research Use Only Type: A B C E P General Ledger Date 6/7/2011 Posted to General Ledger Initial Date Checked 1 Verified Initial Date TOTAL BUDGET ADJUSTMENT 101,990 101,990 Increase / (Decrease) Project.Sub Account Name Account Number Expense Revenue Number Federal Grants -Capital 5400.0940.4309.00 101,990 06035 . 2250 Sear - Contract services 5400.5600.5300 101,990 06035 . 2250 5 808 **ADD**Contract services 5400.5640.53-'1.5.00 827,136 06035 2250 $815 **ADD**Contract services 5400.5740.x{-00 827,136 06035 2250 Sewer improvements 5400.5740.5815.00 (1,654,272) . - 09018 0902 J:EXCELIGarland\Water Sewer\BA WS Relo Garland revised 04232012.xls I of 2 City of Fayetteville, Arkansas V11.0310 Budget Adjustment Form Budget Year Division: ities Director Request Date Adjustment Number 2012 Department: Util ies Director 4/12/2012 BUDGET ADJUSTMENT DESCRIP%ONJUSTIFICATION Contract for Garland Avenue Wateer improvements will be awarded to Go win&Goodwin with a bid of $1,575,497.00 AHTD will reimburse the City $101upon completion of the project. By: B Departrrjnt Financ 4 Chie M or lector Dire for irector j .tall Date \ 'L Date / - iG- 20 j �D;at/e r/r /ate Z Date / Budget & Research Use Only Type: A B C D eneral Ledger Date Post d to General Ledger Initial Checke J Verified Initial E P Date Date T9/AL BUDGET ADJUSTMENT 101,990 101,990 Increase I (Decrease) Project.Sub Account Name Account Number pense Revenue Number Federal Grants -Capital 5400.0940.4309.00 101,990 06035 . 2250 Contract serviceI 5400.5600.5_ B 10 990 06035 . 2250 I�y **ADD**Contract ervices 5400.5640.5315.00 736,?4 06035 2250 -<g1' b **ADD**Contr ct services 5400.5740.56349-00 736,75 06035 2250 Sewer i rovements 5400.5740.5815.00 (1,473,507) - 09018 0902 J:IEXCEL\Garland\Water Sewer\BA WS Reio Garland 04102012.xls I of 2 N Project Manual vll1e3 ARKANSAS Engineering Division 113 West Mountain Street Fayetteville, Arkansas 72701 Garland Avenue Water & Sewer • Improvement Project Job 040489 (Utilities) STP-9142(22) Hwy. 112 Spur — North Route 112 Section 1 Washington County BID # 12-25 Date: May 2012 THE CITY OF FAYETfEVILLE, ARKANSAS ENGINEERING DIVISION 125 West Mountain Fayetteville. AR 72701 Phone (479} 444-3443 PRE -BID MEETING GARLAND AVENUE WATER AND SEWER IMPROVEMENT PROJECT Job 040489 (Utilities) STP-9142(22) Hwy. 112 Spur — North Route 112 Section 1 Washington County BID # 12-25 Bid Submittal: Fayetteville City Hall, Room 326, prior to 2:00 p.m., Wednesday April 11, 2012 Labor Rates: Arkansas Wager Rates are not applicable. Buy American: Not Required.' Foreign fittings that meet the specified Standards will be accepted. Contract Completion Time: 180 Calendar Days Liquidated Damages: $750 per day Pre -Bid Meeting Is Nonbinding: Items listed in this agenda and discussed at the Pre -Bid meeting are for information only and are not a change to the Contract Documents. Other Topics Raised at the Pre -Bid Meeting: In many areas, the proposed encasement pipes do not extend the full width of the street improvements. For most of this project length the waterline is located just inside the new AHTD ROW instead of behind the ROW in the utility easement. Because of this, there will be places where the encasement will need to be stopped short to allow for the necessary fittings to transition vertically under the proposed storm sewer back up to the waterline grade. Where possible, the encasement should be extended just behind the curb line or the storm sewer. How will trench undercut be paid. for? Addendum#1 will have a revised measurement and payment for Bid Items # 5-10 and #50-53. The items will be revised by removing the exception of undercut from the excavation paid for by the bid items. These items will cover the costs Telecommunications Device for the Deaf TDD (479} 521-1316 113 West Mountain- Fayeteville, RR 72701 THE CITYOF EAYE11ViLLE, ARKANSAS associated with trench undercut and backfll. How will backfill of the rock excavation be paid for? Section 01271 Measurement and Payment for Water and Sewer Item #69 Rock Excavation states that the 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. There is no bid item for 2" HDPE Encasement. The plans call out 2" and 4 HDPE Encasement by directional bore. The measurement and payment for Items# 38-41 do not indicate the material type. The bidform calls out 2" and 4" steel encasement, Addendum #I will revise the bidform to remove steel from the description. The encasement pipe can be steel, P VC or HDPE. Will Pipeline Markers be required on this project? Section 3000 2.1 8 B states that sewer line pipeline markers -shall be installed beside all manholes that are located in easements and backyards. Manholes in front yards and in streets do not require markers. The manholes for this project are located in the front yards along and/or within the AHTD ROW. Pipeline markers will not be required. For trench excavations for water and sewer lines, the maximum trench width is limited to 36". How can we meet OSHA standards? Section 2300 3.07 spec f es that the trench width in paved areas shall not exceed 36" without written approval by the Engineer. This is an effort to avoid payment for unnecessary pavement repair. When trench widths are required to be wider to meet OSHA standards, the engineer may approve additional pavement removal. Will equipment and material storage be allowed within the AHTD ROW during construction? It will be the contractors responsibility to coordinate locations, whether onsite or offsite, for staging and storage of equipment and materials. Typically this is not allowed within the AHTD ROW. The standard details and the standard waterline specifications have different requirements for concrete. The detail for Thrust Blocking on Sheet W17 of the plans call for a minimum of 3,000 psi concrete. This detail has been revised in Addendum #1 to call out Class Telecommunications Device For the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR72701 THE CITY OF FAYETTEVILLE, ARKANSAS ENGINEERING DMISION 125 West Mountain Fayetteville, AR 72701 Phone (479) 444-3443 ADDENDUM NO. 1 APRIL 2, 2012 GARLAND AVENUE WATER AND SEWER IMPROVEMENT PROJECT Job 040489 (Utilities) STP-9142(22) Hwy. 112 Spur — North Route 112 Section 1 Washington County BID # 12-25 4/2/2012 To All Plan Holders of Record: The Plans and Specifications for ibis Project are revised as follows: 1. Pre -Bid Meeting Topics: The topics discussed at the Pre -Bid Meeting are attached. A copy of the Attendance Roster is also attached. These topics are revisions to the Plans and Specifications as follows: a. Section 01271, Measurement and Payment for Water and Sewer is revised for Bid Items # 5-10 to exclude the exemption for trench undercut. The description should be as follows: 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 along the pipe. Payment will be full compensation for all excavation, dewatering, backfill (including backfill under roadways and parking lots), acquisition and transportation of additional backfill materials, rip rap and filter fabric for bank restoration, tracer wire, detectable tape, joint restraints, clean outs, connections to existing pipes, all fittings except for ductile iron fittings,, 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 rock -excavation authorized by the Engineer which will be paid for under a separate pay item. b. Section 01271, Measurement and Payment for Water and Sewer is revised for Bid Items # 50-53 to exclude the exemption for trench undercut. The description should be as follows: Telecommunications Device for the Deaf TOO (479) 521-1316 113 West Mountain - Fayetteville., AR 727)'1 .TH aTv OF FAYETrEVIL.LE, ARKANSAS 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 along the pipe. Payment will be full compensation for all excavation, dewatering, backfill (including backfill under roadways and parking lots), acquisition and transportation of additional backfill materials, rip rap and filter fabric for bank restoration, tracer wire, detectable tape, joint restraints, clean outs, connections to existing pipes, all fittings except for ductile iron fittings, 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 rock excavation authorized by the Engineer which will be paid for under a separate pay item. c. Section 0400, Bid Form has been revised. The word "steel" has been removed from the description of bid items # 38-41. The revised bid form is attached. d. Plan Sheets #12 and #13 have been revised to correct a printing error on the ground profiles. e. Plan Sheet # 16 has been revised as follows: i. Single Meter Setting detail has been revised to remove the note indicating that the pressure reducing regulator, ball valve and box are by owners. These items are included in the bid item for the meter setting. ii. Single Meter Setting detail has been revised to add specifications for the Pressure Regulator and the Regulator Box. f. Plan Sheet # 17 has been revised as follows: i. Thrust Blocking Detail note #1 has been changed to specify Class A Concrete. ii. Steel Casing Detail has been revised to specify Megalug 1500 Split Serrated Restraint Harness for the restrained joints as manufactured by EBAA Iron Inc., or equal. This Addendum No. I consists of three pages of written documentation and five attachments. Except as amended by this addendum, the requirements of the project as set forth in the original bid documents shall remain in effect. Tetecommunications Device for the Deaf KID (479) 521-1316 113 West Mountain - Fayettevitie, AR 72701 THE CITY OF FAYETTEVILLE, ARKANSAS This addendum includes a revised bid form that shall be used by all bidders. Failure to use the appropriate bid form shall result in bid rejection. This addendum must be acknowledged in the space provided on the Bid Form. Matt Casey, Attachment: Revised Bid Form Section 0400 Revised Measurement and Payment for Water and Sewer Section 01271 Revised Plan Sheets 12, 13, 16, and 17 Pre Bid Topics Pre Bid Meeting Attendance Roster Date: - Bidder: w � t Received By: �LU.4 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 THE CITY OF FAYETTEVILLE, ARKANSAS ENGINEERING D1Vt$ION 135 West Mountain Fayetteville, AR 72701 Phone (4741444-3443 ADDENDUM NO.2 APRIL 5, 2012 GARLAND AVENUE WATER AND SEWER IMPROVEMENT PROJECT Job 040489 (Utilities) STP-9142(22) Hwy. 112 Spur — North Route 112 Section 1 Washington County BID if 12-25 To All Plan Holders of Record: The Plans and Specifications for this Project are revised as follows: 1. Section 01271, Measurement and Payment for Water and Sewer is revised for Bid Items # 32-41 to clarify the pay limits for the bored steel encasement. The description should be as follows: Work completed under this item shall be measured and paid for per linear foot (LF) of encasement pipe, of the size specified, method installed as shown on the plans, or as directed by the Owner or Engineer, and accepted by the City. The pay limits, for the 12" -24" Bored Steel Casing have been based on boring the previous ROW limits for the roadway as shown on the plans. Payment shall be full compensation for all encasement pipe, spacers, end seals, weld shields, sleeves for carrier pipe, excavation, and for all other materials, equipment, tools, labor, and incidentals necessary to complete the work. 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 wider separate pay items. 2. Section 0400, Bid Form has been revised for Bid Items # 32-41 to adjust the quantities to match the revisions to the Measurement and Payment for these items. The new bid form is attached to. this addendum. 3. Plan sheets # 3-9 have been revised to adjust some of the encasement lengths. These needed to be extended further to get past the AHTD ROW or their improvements. The revised sheets are attached. This Addendum No. 2 consists of two pages of written documentation and three attachments. Except as amended by this addendum, the requirements of the project as set forth in the original bid documents shall remain in effect. Telecommunications Device for the Deaf TDD(479)521-1316 113WestMountain- Fayetteville,AR72701 THE CITY OF FAYEUEVILLE, ARKANSAS This addendum includes a revised bid form that shall be used by all bidders. Failure to use the appropriate bid form shall result in bid rejection. This addendum must be acknowledged in the space provided on the Bid Form. Matt Casey, . Attachment: Revised Bid Form Section 0400 Revised Measurement and Payment for Water and Sewer Section 01271 Revised Plan Sheets 3,4,5,6,7,8 and 9 Date: 1 K) — \t Bidder: ( wir, 4 o vier - ilC Received B 'fl TelecommunicationsDevice for the Deaf T DD (479) 521-1316 113 West Mountain - i=ayetteville, AR 72701 Protect Manual IF Engineering Division 113 West Mountain Street Fayetteville, Arkansas 72701 Garland Avenue Water & Sewer Improvement Project Job 040489 (Utilities) STP-9142(22) Hwy. 112 Spur — North Route 112 Section 1 Washington County BID # 12-25 Date: 3/19/12 TABLE OF CONTENTS Contract Title GARLAND AVE. WATER AND SEWER IMPROVEMENT PROJECT CONTRACT DOCUMENTS INTRODUCTORY INFORMATION 00010 TABLE OF CONTENTS 00010-1 of 3 00100 BID SOLICITATION 00120 INVITATION TO BID 00120-1 of 3 00140 BIDDER'S QUALIFICATION STATEMENT 00140-1 of 4 00200 INSTRUCTIONS TO BIDDERS 00200-1 of 11 00400 BID FORMS AND SUPPLEMENTS 00400 BID FORM 00400-1 of 19 00410 BID BOND 00410-1 of 2 00430 LIST OF SUBCONTRACTORS 00430-1 of 1 00500 AGREEMENT FORM 00500 AGREEMENT FORM 00500-1 of 10 00550 NOTICE TO PROCEED 00550-1 of 2 00600 BONDS AND CERTIFICATES 00610 PERFORMANCE BOND 00610-1 of 3 00611 LABOR AND MATERIAL PAYMENT BOND 00611-1 of 4 00700 CONTRACT GENERAL CONDITIONS 00700-1 of 55 DIVISION 1- GENERAL REQUIREMENTS 01110 SUMMARY OF WORK 01110-1 of 3 01250 CONTRACT MODIFICATION PROCEDURES 01250-1 of 2 01270 UNIT PRICES 01270-1 of 2 01271 MEASUREMENT AND PAYMENT FOR WATER 01271-1 of 12 IMPROVEMENTS 01290 PAYMENT PROCEDURES 01290-1 of 2 01320 PROJECT MEETINGS, SCHEDULES, AND REPORTS 01320-1 of 2 01321 SCHEDULE 01321-1 of 1 01325 CONSTRUCTION PHOTOGRAPHS 01325-1 of 5 01420 DEFINITIONS AND STANDARDS 01420-1 of 3 01530 BARRIERS AND TEMPORARY CONTROLS 01530-1 of 6 01560 TEMPORARY UTILITIES AND FACILITIES 01560-1 of 7 02444 FENCING 02444-1 of 4 00010 Table of Contents 00010- 1 Project # 040489 TECHNICAL SPECIFICATIONS WATER SYSTEM SPECIFICATIONS SECTION WL-1 TRENCH SAFETY SECTION WL-2 EROSION AND SEDIMENT CONTROL SECTION WL-3 SITE PREPARATION PART A, GENERAL PROVISIONS PART B, MATERIALS PART C, CONSTRUCTION METHODS APPENDIX A, WATER SHUT DOWN AND BOIL ORDERS SEWER SYSTEM SPECIFICATIONS 1000 GENERAL REQUIREMENTS AND PROCEDURES 2000 TRENCH SAFETY 2100 EROSION AND SEDIMENT CONTROL 2200 SITE PREPARATION 2300 EXCAVATION, BACKFILLING, AND COMPACTING 3000 PIPE, FITTINGS, AND MATERIALS 3100 SANITARY SEWER PIPELINES 3200 SANITARY SEWER SERVICE LINES (PRIVATE LATERALS) 3300 MANHOLES 3400 UTILITY LINE BORES 3600 CAST -IN -PLACE CONCRETE 5000 PIPELINE CLEANING 5100 PIPELINE TELEVISION INSPECTION 5200 INSPECTION AND TESTING OF SANITARY SEWER PIPELINES, MANHOLES, AND SERVICE LINES 6000 PAVEMENT REPAIR 6100 LAWN AND GRASS RESTORATION END OF DOCUMENT I 18 00010 Table of Contents 00010- 2 Project # 040489 DOCUMENT 00120 - INVITATION TO BID Contract Name: GARLAND AVE. WATER AND SEWER IMPROVEMENT PROJECT City of Fayetteville Bid Number 12-25 Advertising Dates: Wednesday, March 21 and March 28 The Contract includes, but is not limited to, The construction of water and sewer main relocations for the widening of Garland Avenue (Highway 112) from North Street to Janice Avenue including approximately 5400 feet of water main from 2" to 24" in diameter, approximately 3020 feet of 8" sewer main, highway bores, fire hydrants, fittings, manholes and related facilities. Sealed bids will be received by the City of Fayetteville, Arkansas (the Owner) until Wednesday, April 11, 2012 before 2:00.00 PM, local time. Bids received after this time will not be accepted. Bids will be opened and publicly read aloud immediately after specified closing time. All interested parties are invited to attend. Bids will be received at the following location: Purchasing Agent's Office (Room 306) at City Hall 113 West Mountain Street Fayetteville, Arkansas 72701 A non -mandatory pre -bid meeting will be held on Friday, March 30, 2012 at 10:00 AM in City Hall, Room 326, 113 W. Mountain, Fayetteville, AR 72701. All interested parties are strongly encouraged to attend. Copies of the Bid Documents may be obtained for bidding purposes from the City of Fayetteville Purchasing Division by calling 479-575-8220 or e -mailing aforen(aici.fayetteville.ar.us. NO partial sets will be issued. No half size set will be sold or issued prior to bid opening. 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. Master 00120 -Invitation to Bid 00120— 1 Project # 040489 DOCUMENT 00120 - INVITATION TO BID (continued) Bid security in the form of a certified or bank cashier's check or a Bid Bond in the amount of five percent (5%) shall accompany each Bid in accordance with the Instructions to Bidders. After a contract has been awarded, a one hundred percent (100%) performance and payment bond shall be provided to the City after being file marked at the Washington County Circuit Clerk's Office. The Bid shall be conditioned upon compliance with all applicable labor related requirements including the regulations and stipulations concerning equal employment opportunity, minority manpower utilization, affirmative action requirements, and minimum wage rates. Arkansas Department of Labor Prevailing Wage Rates does not apply to this project. The City reserves the right to reject any or all Bids and to waive irregularities therein, and all Bidders shall agree that such rejection shall be without liability on the part of the City 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 City because of such rejections. The filing of any Bid in response to this invitation shall constitute an agreement of the Bidder to these conditions. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. City of Fayetteville, Owner By: Andrea Foren Rasco, CPPB, CPPO Title: Purchasing Agent END OF DOCUMENT 00120 Master 00120 -Invitation to Bid 00120 - 2 Job # 040489 DOCUMENT 00140 -- BIDDER'S QUALIFICATiON STATEMENT: Contract Name: GARLAND AVE. WATER AND SEWER IMPROVEMENT PROJECT Date: SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company GZcdw j, -Z4 G Ico ? Name -b0r Address �I Principal Officel4-yar1 C W i'�-- <: rporatto partnership, individual, joint venture, other Arkansas State General Contractor's License Number EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction for 3Z years and has peiiormed work of the nature and magnitude of this Contract for Z years. Bidder has been in business under its present name for 3 Z years. 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer I architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) C ' (av\ 6uat +.j PV -5e -5e :Jtsh2 s 77pcS Cc -trtSht {,xLA+�bi Mtt{ Cum —f 3. Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, 's owner, name of owner contact, engineer / architect, name of engineer/architect RA oe\ cC 21 Cti� Master 00140 -Bidder Qualifications 00140-1 Project.#.040489:: A 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: I____________________ 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): I i3 (Aovs 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: C -Tit JiCIYV\ - a� ( .0 vv`1 O+ 3)90- 8. Bidder's Workmen's Compensation Experience Modifier Factor is: 6 �� Is Master 00140 -Bidder Qualifications 00140 —2 Project # 040489 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. QUA- d��1 c_ Other assets. dam- j A l 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). f Name of firm preparing financial statement and date thereof: iA-i.r V, i W c - 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: Jud t Creditors a. b. Where Docketed and Date Amount Master 00140 -Bidder Qualifications 00140-3 Project # 040489 I DOCUMENT 00140 -- BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: 4 L I , 20 (OFFICIAL SEAL) D - Name of Organization: C'XOcL c!L- - ByV&� 1t-';- Tit1i≥�'\1J P1 (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 IMaster 00144 Bidder Qualifications 00140-4 Project #040489 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. Instructions to Bidders. c. Bid Form. d. 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. Master 00200 -Instructions to Bidders 00200-1 Project # 040489 DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) 1.03 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 may be requested to submit financial statement and other information relating to experience and financial responsibility after bids are received and before awarding a contract.. 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. For Federal -Aid Projects, Bidders are not required to be licensed in the State of Arkansas at the time of bid. A Contractor's license must be secured by the successful bidder before contracts are executed. E. For all other projects, 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. 1.04 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 Master 00200 -Instructions to Bidders 00200-2 Project # 040489 DOCUMENT 00200 -- INSTRUCTIONS TO BIDDERS: (continued) concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise, which may affect cost, progress, per£ornxance, 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, 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 prepared. D. Access to the Site: I. 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 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 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 verify and make their own arrangements with such property owners for any access needed in connection with the preparation of Bids. E. 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. 1.05 INTERPRETATIONS. MODIFICATIONS, AND ADDENDA: 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. Master 00200 -Instructions to Bidders 00200-3 Project # 040489 DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) 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: A prebid conference will not be held. 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 portions of their contract to qualified, small, minority, and women business enterprises. B. The Arkansas Department of Labor, by letter dated March 19, 2012 has determined that the Arkansas Prevailing Wage Law shall not be construed to apply. A copy of this letter is included within these Contract Documents. ARTICLE 2- BASIS OF BIDDING 2.01 SPECIFIED EQUIPMENT AND MATERIALS: A. Substitutions will be considered only after the Effective Date of the Agreement and as set forth in the GENERAL CONDITIONS and SECTION 01631. 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 and incorporated in the Work shall be included in the Bid price. Master 00200 -Instructions to Bidders 00200-4 Project # 040489 DOCUMENT 00200 --- INSTRUCTIONS TO BIDDERS: (continued) D. Tests, inspections, and related activities called for throughout the Bid Documents are 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. 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: A. 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. B. Provisions for liquidated damages, if any, are as set forth in the Agreement. ARTICLE 3- BIDDING PROCEDURE 3.01 PREPARATION OF BID: A. One set of bound documents 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. Forms shall not be removed from the bound document. 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 authorized to bind the Bidder. Master 00200 -Instructions to Bidders 00200-5 Project # 040489 DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) 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: I. 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 SUBMITTED 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 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. Master 00200 -Instructions to Bidders 00200-6 Project # 040489 DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) 3.05 FORMS TO BE SUBMITTED: A. The following forms shall be completed and submitted with the Bid:. 1. DOCUMENT 00400 BID FORM 2. Bid Security as certified check, bank cashier's check, or Bid Bond (DOCUMENT 00410) 3. . DOCUMENT 00.430, 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 A3 10, 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 Effective Date of the Agreement and the required surety Bonds furnished, or the 9151 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 (Not required for Federal Aid Projects). C. If the Bid is sent by mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "Sealed Bid Enclosed" on the face thereof. Master 00200 -Instructions to Bidders 00200-7 Project # 040489 DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) 3.08 MODIFICATION OR WITHDRAWAL OF BIDS: 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: 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 to meet any other pertinent standard or criteria established by Owner. Owner also 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 these conditions. 5.02 EVALUATION OF BIDS: A. 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 Master 00200 -Instructions to Bidders 00200-8 Project # 040489 DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) 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 to 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. 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 Bidsnotify the Successful Bidder of acceptance of his Bid (indicating which, if any, Alternate Bids have been accepted). 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. Master 00200 -Instructions to Bidders 00200-9 Project # 040489 DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) 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 Master 00200 -Instructions to Bidders 00200 -10 Project # 040489 DOCUMENT 0400 -BID FORM Contract Name: Garland Ave. Water and Sewer Improvement Project Job 040489 (Utilities) STP-9142(22) Hwy. 112 Spur — North Route 112 Section 1 Washington County Bid Number: BID TO: . Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: �O \Jtin guoA v4 s tA 7*n) 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. 0400 -Bid Form 00400 —1 Project #040489 Addendum #2 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 2. Date l.4 _Z- lZ I t- s- Iz. & 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 00400-2 Project # 040489 Addendum #2 DOCUMENT 00400 —BID FORM (continued) 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 00400-3 Project # 040489 Addendum #2 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. ARTICLE 4- BID PRICE Bidder will complete the Work in accordance with the Contract Documents for the following price(s):. ITEM EST. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL I Trench and Excavation Safety Systems LS 1 0" 2 Traffic Control and Maintenance LS 1, 3 Mobilization LS 1 (Max 5% of Total Bid) 4 Site Preparation LS 1 5 24 -Inch Ductile Iron Pipe, Class 350 LF 485 with Double Polywrap ______ ______ (in Lj 6 12 -Inch PVC, C-900, Class 200 DR -14 LF 2555 ____________ ?` Water Main 7 8 -Inch PVC, C-900, Class 200 DR- 14 Water Main LF 1882 35 8 6 -Inch PVC, C-900, Class 200 DR -I4 LF 201'4 .� — Water Main _______ 9 2 -Inch PVC, SDR -13.5, Class 315 LF _______ 278 -_•3 oc Water Main Soc4 10 i-Inch Polyethylene Class 200 Water Service Tubing LF 2466 9100 19 4 I I 24 -Inch Class 250B Butterfly Valve W/Box EA 2 �q� Q Fd�.�' 12 12 -Inch Class 250B Butterfly Valve W/Box EA 7 {{�� 9, Goo Cad® 00400 -Bid Form 00400-4 Project # 040489 Addendum #2 DOCUMENT 00400 BID FORM (continued) ITEM EST. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL 13 8 -Inch Gate Valve W/Box EA 10 "" 14 6 -Inch Gate Valve W/Box EA 1 t5d6 1 i 5oo 15 2 -Inch Gate Valve W/Box EA 5 16 Three Way Fire Hydrant Assembly W/ Valve EA 11 H. 5o0 �� �: o 17 Remove Existing Fire Hydrant and Deliver to Owner EA 7 0o 142 Q� 18 2 -Inch Blowoff Assembly EA I (.5�o .5 19 12 -Inch x 12 -Inch Tapping Sleeve & Valve W/Box EA I (Q O oO t, a?ao 20 8 -Inch x 8 -Inch Tapping Sleeve & Valve W/Box EA 6 p° 21 6 -Inch x 6 -Inch Tapping Sleeve & Valve WIBox EA 6 320 0 a s g a 22 24 -Inch x 24 -Inch Connection EA 2 23 2 -Inch x 2 -Inch Connection EA 4 S 32.o O 24 Epoxy Coated Ductile Iron Fittings LB 35,500 g 4 i�°a Single Meter Setting, Complete, 25 Including Pressure Reducer and EA 37 �� Plumber Connection to Existing J Building Service I -Inch Meter Setting, Complete, 26 Including Pressure Reducer and EA 2 &400 Plumber Connection to Existing Building Service Double Meter Setting, Complete, 27 Including Pressure Reducer and Plumber Connection to Existing EA 8 I ZVO '9 O Buildin Service 28 Remove Existing Meter Setting EA 53 ary o '- 29 12 -inch Saddle, 1 -Inch Corporation Stop and Tap EA 26 9 00400 -Bid Form 00400 —5 Project # 040489 Addendum #2 DOCUMENT 00400 —BID FORM (continued) ITEM EST. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL 30 8 -Inch Saddle, I -Inch Corporation Stop and Tap EA 15 15D D D " O� 31 2 -Inch Saddle, 3/4 -Inch Corporation Stop Tap EA 2 r}�� and 32 24 -Inch Bored Steel Casing LF 70 33 24 -Inch Direct Bury Steel Casing LF 40 OCR 0OQ 34 16 -Inch Bored Steel Casing LF 490 ZL 35 16 -Inch Direct Bury Steel Casing LF 190 \ 35 - a i o 36 12 -Inch Bored Steel Casing LF 60 150 . q a oO 37 12 -Inch Direct Bury Steel Casing LF 20 a5a'- t� 38 4 -Inch Bored Casing LF 85 39. 4 -Inch Direct Bury Casing LF 0 315 40 2 -Inch Bored Casing LF 1600 ' 41 2 -Inch Direct Bury Casing LF 0 d" 42 Tree Protection Fencing LF 1860 r w 43 Cut and Cap Existing 24 -Inch Water Main EA 4 1 y�� 1 U -Ld, 44 Cut and Cap Existing I2 -Inch Water Main EA 3 t \5OcD 45 Cut and Cap Existing 8 -Inch Water Mainol�� EA 17 46 Cut and Cap Existing 6 -Inch Water Main EA I4 R bb 1a (D�o 47 Cut and Cap Existing 2 -Inch Water Main EA 4 48 Adjust Existing Water Valve to Finished Grade EA 4 3a p r �� b 00400 -Bid Form 00400-6 Project #040489 Addendum #2 DOCUMENT 00400 -BID FORM (continued) ITEM EST. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL 49 Abandon Existing Water Valve LF 34 J j� 50 12 -Inch PVC Sewer Main, SDR-26 LF 366 5l 8 -Inch PVC Sewer Main, SDR-26 LF 2995 y t o 1 v 52 6 -Inch PVC Sewer Main, SDR-26 LF 27 o0 53 4 -Inch PVC Sewer Service, SCH 40 LF 1348 ?�.. 54 4 -Foot Diameter Standard Manhole, Up to 6 Feet Deep , EA 23 _ 9 � 55 Extra Manhole Depth, Over 6 Feet VF 34 p Deep 56 Remove Existing Manhole EA 15 Cx CJJ t c o 1 57 Adjust Existing Manhole to Finished EA 4 3 Grade 58 Sewer Service Connection on 12" PVC EA 8 I�oo F 59 Sewer Service Connection on 8" PVC EA 39 9� yy__ �a 60 6 -Inch Manhole Tap for Sewer Service EA 1 000 0 O 61 4 -Inch Manhole Tap for Sewer Service EA I f 000 0 62 Plug Existing Sewer at Manhole Wall EA 5 l0� Connect 12 -Inch or 8 -Inch Sewer to 63 Existing Manhole, Core Drill Manhole EA 2 Wall 64 Street Repair, T -Patch SY 447 0'D_, 65 Asphalt Surface Repair SY 46 9 66 Concrete Surface Repair SY 220 ( ` ' '7>tO 00400 -Bid Form 00400-7 Project # 040489 Addendum #2 DOCUMENT 00400 —BID FORM (continued) ITEM EST. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL 67 Gravel Driveway Repair TON 50 r a.. c 68 Cold Mix Asphalt Temporary TON 50 115 Pavement Repair 69 Rock Excavation CY 10 70 Erosion Control LS 1 71 Audio/Video Recordings LS I 4Oo� v� 72 Site Photographs LS 1 vc7 TOTAL AMOUNT BID $I 91 1� ARTICLE 5- CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the eyent of failure to complete the Work within the times specified in the Agreement. ARTICLE 6- BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a certified or bank Cashier's check or a„ p Bid Bond and in the amount of a c MI C- ki C l rA Dollars ($ L(� ). B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. 00400 -Bid Form 00400-8 Project # 040489 Addendum #2 DOCUMENT 00400 -BID FORM (continued) ARTICLE 7- COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: zgy&) x -Lt � fr,AC-7�050 Email.• iE 4 ltd L2 AI Phone No&3l FAX No. � ` 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 4 -- -- , 201L Arkansas State Contractor License No. JDPA 9to41�-- If Bidder is: An Individual Name (type or printed): By: (SEAL) (IndividuaI's Signature) Doing business as: Business address: Phone No.: FAX No.: 00400 -Bid Form 00400-9 Project # 040489 Addendum #2 DOCUMENT 00400 —BID FORM (continued) A Partnership Partnership Name: (SEAL) (Signature of general partner — attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: FAX No.: A Corporation 11 Corporation Name:a O'OA'- " 4 GcG t t'1 (SEAL) State of Incorporation: _S Type (General Business, Professional, Service, Limited Liability): By: (Signature —attach evidence of authority to sign) Name (type or printed):0-2.6ZAwIn Title: ' 4QPT (CORPORATE SEAL) Attest: (Signature of of Corporate Secretary) Business address: 3I /—i--AQ Q 5J LEI S L 4 O3 Phone No.: f- b5/ -7d/ FAX No.: Y7 78?63 63 END OF DOCUMENT 00400 00400 -Bid Form 00400— 10 Project#0404S9 040489 Addendum #2 Bonoc Brown • Hiller • Carle &Assodates 5500 Euper Lane PO Box 352.9 Ft. Smith, AR 72913 {479) 452-4000 www.bhca.com Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we (Here insert fult name and address or legal title of Contractor) Goodwin & Goodwin, Inc. 3503 Free Ferry Road Fort Smith, AR 72903 as Principal, hereinafter called the Principal, and (Th re rncart fall. name and adddrass nr legal title of Surety) Cincinnati Insurance Company P.O. Box 145496 Cincinnati, OH 45250-5496 a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called the Surety, arc held and firmly bound unto tHere insert full name and address or legal title of Owner) City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 as Obligee, hereinafter called the Obligee, in the suns of FIVE PERCENT OF THE TOTAL AMOUNT BID Dollars ($ 5% ), for thO 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 Garland Ave Water & Sewer Improvement Program, (Here insert duIl name, address and description of project) Job 040489 (Utilities) STP-9142 (22) Hwy 912 Spur, North Route 112, Washington County NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in acrnrdanee with the terms of such bid, and give such bond or bonds as maybe 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 the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 11th (Witness) day of April 2012 Goodwin & odwin Inc. ( ncipaI) r (Seal) e) Ci cinnati Insurance Corn nanv (Surety). Title) (.Seal.) Beth Solortton ,Attorney -in -Fact ALA Document A310+'e -1970. Copyright® 1963 and 1970 by The Amedcan lnsVtute of Architects. THE CI CINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE Pprinci N That TIE CINCINNATI INSURANCE COMPANY, a corporation organized under the laws of the State of Ohio, and having its principal l office iii the City of Fairfield, Ohio, does hereby constitute and appoint Marty C. Clark; Sam B. Hiller; Larry R. Clark; Scott R. Clark; Janice A. Butler; Scott Taylor; Beth Solomon and/or Sarah Day of Fort Smith, Arkansas its true and lawful Attorney(s)-in-Fact to sign, execute, seat and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows Any such obligations in the United States, up to Twenty Million and No/100 Dollars ($20,000,000.00). This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the P day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys -in- Pact of the Company to execute any and all bonds, policies, undertaItings, or other like instruments on behalf o£ the Corporation, and may authorize any officer or any such Attorney -in -Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority. Any such writings so executed by such A tto Fact shall be binding upon the Company as if they bad been duly executed and acknowledged the re mays -in officers of the Company,"by gularly elected This Power of Board of Directors of the Attorney at a meeting duly called and held on thile under e 70 day of ecd by the emember, 1973. of the following Resolution adopted by the "RESOLVED, that the signature of the President or a Vice President and the seat of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary or Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking ₹o which it is attached, continue to be valid and binding on the Company.- INWITNESS WHEREOF, THE CINCTNNA1' INSURANCE COMPANY has caused these presents to be sealed with its corporate' seal, duly attested by its Vice President this day of October, 2008. a coaearr�tr T lE C INSURANCE COMPANY SEAL STATE OF OHIO ) ss: Vice Presiders COUNTY OF BUI LER ) On this 10ffi day of October, 2008, before me came the above -named Vice President of THE CINCINNATi INSURANCE COMPANY, to me personally Known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporation T7L /4- MARtf J. HULLER, Attorney at Law NOTARY PUBLIC - STATE OF OHIO My commission has no expiration date. Section 147.03 O Ft.C. 1, the undersigned Secretary or Assistant Secretary of TEE CINCINNATI INSURANCE COMPANI; hereby certify that the above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect GIVEN under my hand and seal of said Company at Fairfield, Ohio. this 11th day of April, 2012 aT� CORPORAtE � �r 5EAL Secretary Sala BN-1005 (10108) DOCUMENT 00410 - BID BOND KNOW ALL MEN BY THESE PRESENTS: that we as Principal, hereinafter called the Principal, and 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: Garland Ave. Water and Sewer Improvement Project Job 040489 (Utilities) STP-9142(22) Hwy. 112 Spur — North Route 112 Section 1 Washington County 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 Master 00410 -Bid Bond 00410— 1 Project # 040489 DOCUMENT 00410 — BID BOND (continued) to exceed the penalty hereof between the amount specified in said Bid and such larger amount for 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 day of 20 PRINCIPAL (CORPORATE SEAL) By SURETY By ATTORNEY -IN -FACT (CORPORATE SEAL) (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF DOCUMENT 00410 Master 00410 -Bid Bond 00410 --2 Project # 040489 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: Garland Ave. Water and Sewer Improvement Project Job 040489 (Utilities) STP-9142(22) Hwy. 112 Spur — North Route 112 Section 1 Washington County Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Clearing/Demolition SWPPP/Erosion Control Water line Sewer line Other (designate) Subcontractor's Name and Address NOTE: This form must be submitted in accordance with the Instructions to Bidders. Bidder's Signature END OF DOCUMENT 00430 Expected Percentage or Value Master 00430 -List of Subcontractors 00430 —1 Project # 040489 DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: Garland Ave. Water and Sewer Improvement Project Job 040489 (Utilities) STP-9142(22) Hwy. 112 Spur — North Route 112 Section 1 Washington County Contract No.: 12-25 THIS AGREEMENT is dated as of the % day of in the year 2012 by and between The City of Fayetteville, Arkansas and Goodwin & Go dwin Inc.. (hereinafter called Contractor). ARTICLE 1- WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The construction of water and sewer main relocations for the widening of Garland Avenue (Highway 112) from North Street to Janice Avenue including approximately 5400 feet of water main from 2" to 24" in diameter, approximately 3020 feet of 8" sewer main, highway bores, fire hydrants, fittings, manholes and related facilities. The Contract includes work in AHTD Right-of-way , City of Fayetteville Right-of-way and in General Utility Easements. Refer to Section 00400 -Bid Form for quantities: ARTICLE 2- ENGINEER 2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division. City of Fayetteville Engineering Division assumes all duties and responsibilities, and has the; rights and authority assigned to City of Fayetteville Engineering Division in the' Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 00500 Agreement 00500 - 1 Project # 040489 DOCUMENT 00500 — AGREEMENT (continued) 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 180 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 210 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will 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 Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Seven 00500 Agreement 00500 - 2 Job # 040489 DOCUMENT 00500 — AGREEMENT (continued) Hundred Fifty Dollars ($750.00) 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 the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions estimated quantities are not guaranteed, and 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. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. ARTICLE 5- PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor 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 basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price 00500 Agreement 00500-3 Job#040489 040489 DOCUMENT 00500 — AGREEMENT (continued) Work based on the number of units completed) or, in the 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. 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 will be an amount equal to 100% of the Work Completed less 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 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 Contractor 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. 00500 Agreement 00500 -4 Job # 040489 DOCUMENT 00500 — AGREEMENT (continued) 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 of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6- CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor 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. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated 00500 Agreement 00500 - 5 Job # 040489 DOCUMENT 00500 — AGREEMENT (continued) in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor 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 furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor 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. Contractor has correlated the information known to Contractor, 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. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. 00500 Agreement 00500 - 6 Job # 040489 DOCUMENT 00500 — AGREEMENT (continued) J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7- CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor 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. Contractor's Bid. c. Documentation submitted by Contractor 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: Garland Ave. Water and Sewer. Improvement Project 8. Addenda numbers one (1) to two( 2), inclusive. 00500 Agreement 00500 - 7 ' Job # 040489 DOCUMENT 00500 — AGREEMENT (continued) 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written 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 Contractor 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. 00500 Agreement 00500 - 8 Sob # 040489 DOCUMENT 00500 -- AGREEMENT (continued) 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 remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, 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. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§18-44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. 00500 Agreement 00500-9 Job 040489 DOCUMENT 00500 — AGREEMENT (continued) IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor 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 Contractor or identified by Engineer on their behalf. This Agreement will be effective on / ` —, 2O2., which is the Effective Date of the Agreement. CONTRACTOR: Goodwin & Goodwin, Inc. By: Brun Goodwin Title: President (SEAL) Attest • I D Title: Mayor (SEAL) FAYETTEVILLE: 00500 Agreement 00500 - 10 Job # 040489 DOCUMENT 00500 — AGREEMENT (continued) Address for giving notices Address for giving notices 3503 Free Ferry Rd. 113 W. Mountain St. Ft. Smith, AR 72903 Fayetteville. AR 72701 License No. Z (attach evidence of authority to Agent for Service of process (If Contractor is a corporation, attach evidence of authority to sign.) sign and resolution or other documents authorizing execution of Agreement) Approved As Form: By: Attorney For: �k-7vl few r` END OF DOCUMENT 00500 00500 Agreement 00500 - 11 Job # 040489 DOCUMENT 00550 - NOTICE TO PROCEED TO: (Contractor) PART I - Contract Name/Title: Garland Ave. Water and Sewer Improvement Project Job 040489 (Utilities) STP-9142(22) Hwy. 112 Spur — North Route 112 Section 1 Washington County Contract No: 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: 1. Preliminary construction progress schedule. 2. Preliminary schedule of Submittals. 3. Satisfactory evidence of insurance in accordance with the requirements of the General Conditions. 4. Temporary erosion control requireiments as specified. 5. 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 Master 00550 -Notice To Proceed 00550-1 PROJECT # 040489 DOCUMENT 00550 - NOTICE TO PROCEED: (continued) • -iC ]�+1�1�77 a Title ACCEPTANCE OF NOTICE TO PROCEED CONTRACTOR By Title Date , 20 Copy to Engineer (Use Certified Mail, Return Receipt Requested) END OF DOCUMENT 00550 Master 00550 -Notice To Proceed 00550-2 PROJECT # 040489 Bond No: B0358831 DOCUMENT 00610 — PERFORMANCE BOND; KNOW ALL MEN BY THESE PRESENTS: that Goodwin & Goodwin Inc. 3503 Free Ferry Rd. Ft. Smith. AR 72903 as Principal, hereinafter called Contractor, and Cincinnati Insurance Company P. O. Box 145496 Cincinnati, OH 45250-5496 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 $1 575 497.00, 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 Garland Ave. Water and Sewer Improvements Project 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: A. Complete the Contract in accordance with its terms and conditions, or Master 00610 -Performance Bond.doc 00610— 1 Project # 040489 DOCUMENT 00610 -- 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 QAJLL By: Bryan Goodwin President (CORPORATE SEAL) Master 00610 -Performance Bond.doc 00610 —2 Project # 040489 DOCUMENT 00610 — PERFORMANCE BOND: (continued) SURETY Cincinnati Insurance Company By Beth Solomon Attorney -In -Fact ATTORNEY -IN -FACT Beth Solomon (This Bond shall be accompanied with Attorney -in Fact's authority from Surety) COUNTERSIGNED: Resident Agent State of Arkansas By Elizabeth A Solomon (CORPORATE SEAL) Approved as to Form: Attorney for END OF DOCUMENT 00610 Master 00610 -Performance Bond.doc 00610-3 Project # 040489 THE CINCINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY' THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY; a corporation organized -under the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Marty C. Clark; Sam B. Hiller; Larry R. Clark; Scott R. Clark; Janice A. Butler; Scott Taylor; Beth Solomon and/or Sarah Day of Fort Smith, Arkansas its true and lawful Attorney(s)-in-Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligationsin the United States, up to Twenty Million and No/100 Dollars ($20,000,000.00). This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 6"' day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys -in - Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney -in -Fact to affix the corporate seal; and may with or without cause modify or revoke any -such appointment or authority. Any such writings so executed by such Attorneys -in - Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 7day of December, 1973. "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary or Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate beating such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President this 10th day of October, 2008. air a THE ci cINt 4i INSURANCE COMPANY r SEAL . - pHla Vice Preside STATE OF OHIO )ss: COUNTY OF BUTLER ) On this l0" day of October, 2008, before me came the above -named Vice President of THE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporation. i4 MARK J. H LLER, Attorney at Law NOTARY PUBLIC - STATE OF OHIO My commission has no expiration date. Section 147.03 O.R.G. I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. this GIVEN under my hand and seal of said Company at Fairfield, Ohio. day of SEAL aHsD BN-1005 (10108) Secretary Bond No: B0358831 DOCUMENT 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. KNOW ALL MEN BY THESE PRESENTS: that Goodwin & Goodwin, Inc. 3503 Free Ferry Rd. Ft. Smith, AR 72903 as Principal, hereinafter called Contractor, and Cincinnati Insurance Company P. O. Box 145496 Cincinnati, OH 45250-5496 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 $1,575,497.00, 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 Garland Ave. Water and Sewer Improvements Project 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: Master 00611 -Labor & Matl Payment Bond.doc 00611 — I Project # 040489 DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) 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 maybe 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: 1. 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 did 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 materials were furnished, or for whom the work or labor was done 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 place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process maybe served in the state in which the aforesaid Project is located, save that such service need not be made by a public officer. 2. After the expiration of one year following the date on which Contractor ceased Work on the Contract, it being understood, however, that if any limitation embodied in 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 permitted by such Law. Master 00611 -Labor & Matl Payment Bond.doc 00611 -2 Project # 040489 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_. CTOR By : Bryan an Goodwin President SURETY Cincinnati Insurance Company Beth Solomon Attorney -In -Fact (CORPORATE SEAL) COUNTERSIGNED: Resident Agent State of Arkansas Elizabeth A Solomon Master 00611 -Labor & Mad Payment Bond.doc 00611— 3 Project #040489 DOCUMENT 00611-- LABOR AND MATERIAL PAYMENT BOND: (continued) ATTORNEY -IN -FACT Beth Solomon (This Bond shall be accompanied with Attorney -in -Fact's authority from. Surety) (CORPORATE SEAL) Approved as to For is Attorney for END OF DOCUMENT 00611 Master 00611 -Labor & Mat! Payment Bond.doc 00611-4 Project # 040489 THE CINCINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL NIEN BY THESE PRESENTS: That TTdE CINCINNATI INSURANCE COMPANY, a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Marty C. Clark; Sam B. Hiller; Larry R. Clark; Scott R. Clark; Janice A. Butler; Scott Taylor; Beth Solomon and/or Sarah Day of Fort Smith, Arkansas its true and lawful Attorney(s)-in-Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligations in the United States, up to Twenty Million and No/100 Dollars ($20,000,000.00). This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 6'' day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and. empowered to appoint Attorneys -in - Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney -in -Fact to affix the corporate seal; and may with or without cause modify or revoke any -such appointment or authority. Any such writings so executed by such Attorneys -in - Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 7's' day of December; 1973. "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary or Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President this 10th day of October, 2008. � "�, �9 TIlE INSURANCE COMPANY fS �BPGRhTE � 5Eo 4 ORtfl V ce Presiden STATE OF OHIO ) ss: COUNTY OF BUTLER ) On this 10th day of October, 2008, before me came the above -named Vice President of THE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporation. MARK J. H LLER, Attorney at Law NOTARY PUBLIC - STATE OF OHIO My commission has no expiration date. Section 147.03 O.R.C. I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. GIVEN under my hand and seal of said Company at Fairfield, Ohio. this day of 491I1bR1�Tf S E !� L Secretary BN-1006 (10108) OP ID: SK 4WI W CERTIFICATE OF LIABILITY INSURANCE DATE 05//077/72/12 0 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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). PRODUCER 479-452-4000 NAAME: Sarah K Day Brown -Hiller -Clark & Assoc. 479.484-5785 5500 Euper Lane P. O. Box 3529 PHONE 479-878.5049 arc No): 4798184 880 NCN E E-MAIL ADDRESS: saranday@bhca.com Fort Smith, AR 72913-3529 Marty C. Clark PRODUCER GOODW-3 CUSTOMER ID #: INSURERiSI AFFORDING COVERAGE NAIC # INSURED Goodwin & Goodwin, Inc. INSURER A: Cincinnati Insurance Company 10677 3503 Free Ferry Road INSURER B :Cincinnati Casualty Company 10677 Fort Smith, AR 72903 INSURER C INSURER D i INSURER E: INSURER F: r_nVFRAf.FC CFRTIFICATF NUMBER- REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IL7R TYPE OF INSURANCE %Ds L SUER POLICY NUMBER MMMID Y EFF PMMLDDY EXP LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS-MADEjj OCCUR X IncContractual X X CPPp874683 08/06/11 08106!12 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES fEe occurrence $ 500,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 Liability GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO LOC PRODUCTS- COMP/OP AGO $ 2,000,000 $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS X X CPA0874683 08/06/11 08106/12 COMBINED SINGLE LIMIT $ '1,000,001 X BODILY INJURY (Per person) BODILi 114J S BODILY INJURY (Per acadent) $ PROPERTY DAMAGE (Perac ident) $ X X $ A X UMBRELLA LIAB EXCESS LIAR X OCCUR CLAIMS -MADE X X CPP0874683 08106111 osra6112 EACH OCCURRENCE $ 5,000,00 AGGREGATE $ 5,000,00 X DEDUCTIBLE RETENTION $ 0 $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA X C2102042 08/06111 00/06112 XI WC STATU- I 10TH - I TORY T ER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT 3 500,000 DESCRIPTION OF OPERATIONS (LOCATIONS! VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project: Garland Ave Water and Sewer Iutrovement Project Job#040489 Additional Insured Clause in favor of Certificate Holder when required by written contract applies to General Liability policy, Auto Liability, and Umbrella_ Waiver of Subrogation in favor of certificate holder when required by written contract applies to General Liability, Auto liability rcoricir%ATc we%! r1PQ CAN(`FI I ATId1N SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fayetteville 113 West Mountain Street AUTHORIZED REPRESENTATIVE Fayetteville, AR 72701 07 1986-2009 ACOR0 CUKPUKATIUN. An ngnts reserved. ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD DOCUMENT 00700 - GENERAL CONDITIONS: TABLE OF CONTENTS ARTICLE 1- DEFINITIONS AND TERMINOLOGY.......................................................1 1.01 CONTRACT DOCUMENTS:............................................................................................ 1 1.02 DEFINITIONS- .................................................................................................................. 1 1.03 TERMINOLOGY- .............................................................................................................. 5 ARTICLE 2- PRELIMINARY MATTERS..........................................................................5 2.01 DELIVERY OF BONDS:................................................................................................... 5 2.02 COPIES OF DOCUMENTS:.............................................................................................. 5 2.03 COMMENCEMENT OF CONTRACT TIMES; NOTICE TO PROCEED :..................... 5 2.04 STARTING THE PROJECT:............................................................................................. 6 2.05 BEFORE STARTING CONSTRUCTION:....................................................................... 6 2.06 PRECONSTRUCTION CONFERENCE:.......................................................................... 6 2.07 FINALIZING SCHEDULES:............................................................................................. 6 ARTICLE 3- CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE...............6 3.01 INTENT:............................................................................................................................. 6 3.02 AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS : .......................... 8 3.03 OWNERSHIP AND REUSE OF DOCUMENTS:............................................................. 8 ARTICLE 4- AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCEPOINTS...................................................................................8 4.01 AVAILABILITY OF LANDS:........................................................................................... 8 4.02 UNFORESEEN SUBSURFACE CONDITIONS -------------------------------------------------------------8 4.03 PHYSICAL CONDITIONS - UNDERGROUND FACILITIES :...................................... 9 4.04 REFERENCE POINTS:...................................................................................................10 4.05 ASBESTOS, PCBS, PETROLEUM, HAZARDOUS WASTE, OR RADIOACTIVE MATERIAL:.....................................................................................................................10 ARTICLE 5 - BONDS AND INSURANCE.........................................................................11 5.01 PERFORMANCE AND OTHER BONDS:..................................................................... 11 5.02 INSURANCE:.................................................................................................................. 12 Master 00700 -General Conditions 00700 TOC— 1 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) TABLE OF CONTENTS (continued) ARTICLE 6- CONTRACTOR'S RESPONSIBILITIES..................................................17 6.01 SUPERVISION AND SUPERINTENDENCE:............................................................... 17 6.02 LABOR, EQUIPMENT, AND MATERIALS :.............................. ........................18 6.03 ADJUSTING PROGRESS SCHEDULE:........................................................................ 18 6.04 SUBSTITUTES OR "OR -EQUAL" ITEMS:................................................................... 19 6.05 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS.......................20 6.06 PATENT FEES AND ROYALTIES:............................................................................... 21 6.07 PERMITS:........................................................................................................................ 22 6.08 LAWS AND REGULATIONS:.......................................................................................22 6.09 TAXES:............................................................................................................................ 22 6.10 USE OF PREMISES:........................................................................................................ 22 6.11 RECORD DOCUMENTS:............................................................................................... 23 6.12 SAFETY AND PROTECTION:....................................................................................... 23 6.13 EMERGENCIES:............................................................................................................. 24 6.14 SUBMITTALS................................................................................................................. 24 6.15 CONTINUING THE WORK- .......................................................................................... 25 6.16 INDEMNIFICATION- ..................................................................................................... 25 ARTICLE 7- OTHER WORK.............................................................................................26 7.01 RELATED WORK AT SITE- .......................................................................................... 26 7.02 COORDINATION:........................................................................................................... 27 ARTICLE 8- OWNER'S RESPONSIBILITIES................................................................27 8.01 COMMUNICATIONS:.................................................................................................... 27 8.02 CHANGE OF ENGINEER:............................................................................................. 27 8.03 REQUIRED DATA- ......................................................................................................... 27 8.04 LANDS AND EASEMENTS:.......................................................................................... 27 8.05 INSURANCE- .................................................................................................................. 27 8.06 CHANGE ORDERS:........................................................................................................ 27 8.07 INSPECTIONS AND TESTS:......................................................................................... 27 8.08 STOPPING THE WORK- ................................................................................................ 28 8.09 LIMITATIONS ON OWNER'S RESPONSIBILITIES:..................................................28 Master 00700 -General Conditions 00700 TOC— 2 Project # 040489 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. Master 00700 -General Conditions 00700-2 Project # 040489 DOCUMENT 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. 30. "Project" - 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. 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 thereto. 39. "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. Master 00700 -General Conditions 00700-3 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS, (continued) 41. "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. 42. "Supplementary Conditions" — part of the Contract Documents which amends and/or supplements these General Conditions. 43. "Supplier" - a manufacturer, fabricator, supplier, distributor, material man, or vendor. 44. "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. 45. "Unit Price Work" - Work to be paid on the basis of Unit Prices. 46. "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. 47. "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 10.01 B. 48. "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. 49. "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. Master 00700 -General Conditions 00700-4 Project # 040489 DOCUMENT 00700— GENERAL CONDITIONS: (continued) 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: 1. 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 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. 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 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: 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. Master 00700 -General Conditions 00700-5 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 2.04 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. 2.05 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, not before Contractor starts the Work at the Site, Contractor shall submit items as noted in Document 00550 — Notice to Proceed (and as specified) to Engineer for review. 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). 2.06 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. 2.07 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 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. ARTICLE 3- CONTRACT DOCUMENTS: INTENT AMENDING, REUSE 3.01 INTENT: A. The Contract Documents comprise the entire agreement between Owner and Contractor concerning the Work. The Contract Documents are complementary; what Master 00700 -General Conditions 00700 —6 Project # 040489 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 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. 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, 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 authority to undertake responsibility contrary to the provisions of the Contract Documents. 3. Clarifications and interpretations of the Contract Documents shall be issued 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. 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. Master 00700 -General Conditions 00700-7 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 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 10.01 D). B. As indicated in Paragraphs 11.01B 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. 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. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 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 Master 00700 -General Conditions 0070O-8 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 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. 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. Master 00700 -General Conditions 00700 — 9 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 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. 4.05 ASBESTOS, PCBS, PETROLEUM, HAZARDOUS WASTE, OR RADIOACTIVE MATERIAL: 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 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 Master 00700 -General Conditions 00700— 10 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 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 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 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 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 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 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 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 named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds 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. Master 00700 -General Conditions 00700 — 11 Project # 040489 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 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. I. 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: 1. 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 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) Master 00700 -General Conditions 00700— 12 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 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 (I) 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. I .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,; 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; 7. 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; 8. 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; 9. include Independent Contractors Protective Liability coverage; and Master 00700 -General Conditions 00700 —13 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 10. with respect to the Commercial General Liability policy, the maximum deductible allowed shall be $5, 000. 11. 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 5.02A 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. C. 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. D. Property Insurance: I. 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 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 Master 00700 -General Conditions . 00700— 14 Project # 040489 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) malicious mischief, earthquake, collapse, debris removal, demolition 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); 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 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 fmal 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 other additional insured to whom a certificate of insurance has been issued; and h. have a deductible amount of $ 10,000. 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. 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. Master 00700 -General Conditions 00700— 15 Project # 040489 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 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. 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 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 Master 00700 -General Conditions 00700 —16 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 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: 1. 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 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. ARTICLE 6- CONTRACTOR'S RESPONSIBILITIES 6.01 SUPERVISION AND SUPERINTENDENCE: A. Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in. accordance with the Contract Documents. Contractor shall be solely responsible for 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. Master 00700 -General Conditions 00700 — 17 Project # 040489 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 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, E UIPMENT, 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 completion of the Work. C. 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 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. 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 Master 00700 -General Conditions 00700 — 18 Project # 040489 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.04 SUBSTITUTES OR "OR -E UAL" 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 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 below. l . "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 sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an "or -equal" item, in which case review and approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For purposes of this Paragraph 6.04A. 1, a proposed item of Equipment or Material will be considered functionally equal to an item so named 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 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 Master 00700 -General Conditions 00700— 19 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 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 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 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. Master 00700 -General Conditions 00700 —20 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 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 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 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 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. 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 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 Master 00700 -General Conditions 00700-21 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) Documents, and shall defend all such claims in connection with any alleged infringement of such rights. 6.07 PERMITS: 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 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 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 Master 00700 -General Conditions 00700— 22 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 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. B. Receipt and acceptance of record documents will be a prerequisite for final payment on the Contract. 6.12 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 Master 00700 -General Conditions 00700 —23 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS (continued) 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. 6.13 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 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. Master 00700 -General Conditions 00700 —24 Project # 040489 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 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. 6.15 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. 6.16 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: 1. Is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom, and 2. Is caused in whole or in part by any negligent act or omission of Contractor, any Subcontractor, any 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. Master 00700 -General Conditions 00700 —25 Project # 040489 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 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: I. 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 be recovered and included in the Contract Price, and any indemnity attributable to the negligence of any indemnified party shall be limited to such insurance. 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 Master 00700 -General Conditions 00700-26 Project # 040489 DOCUMENT 00700 — GENERAL CONDITIONS: (Continued) 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. 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 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 REQUIRED DATA: A. Owner shall furnish the data required of Owner under the Contract Documents promptly and shall make payments to Contractor promptly after they are due as provided in Paragraphs I4.04A 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. Master 00700 -General Conditions 00700-27 Project # 040489 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 8.08 STOPPING THE WORK: A. In connection with Owner's right to stop Work or suspend Work, see 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: 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. 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. 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. Master 00700 -General Conditions 00700-28 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 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 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. 9.07 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. 9.08 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 matters 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. Master 00700 -General Conditions 00700-29 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 9.09 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 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 Master 00700 -General Conditions 00700 —30 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 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. F. 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. 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. 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. 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 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 10.01 A, 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; Master 00700 -General Conditions 00700-31 Project # 040489 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 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 the progress schedule as provided in Paragraph 6.15. E. 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 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. 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 11.01 B. 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. 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 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). Master 00700 -General Conditions 00700 —32 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 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 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 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, 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 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. 3. 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 Documents insofar as applicable. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. 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. Master 00700 -General Conditions 00700-33 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS (continued) c. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, 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. d. Sales, consumer, use, or similar taxes related to the Work, and for which Contractor is liable, imposed by Laws and Regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages 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 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. 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.I 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. Master 00700 -General Conditions 00700-34 Project # 040489 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 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. 11.03 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.I and 11.02A.2, the Contractor's Fee shall be 10%(negotiable with Owner); b. For costs incurred under Paragraph 11.02A.3, the Contractor's Fee 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 11.02A. I 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.5 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: A. Not applicable. Master 00700 -General Conditions 00700— 35 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 11.05 UNIT PRICE WORK: A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the 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 Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. 11.06 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. Master 00700 -General Conditions 00700 —36 Project # 040489 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 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. 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 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. Master 00700 -General Conditions 00700 — 37 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 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. ARTICLE 13 - WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 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, may be rejected, corrected or accepted as provided in this Article 13. B. 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 in accordance with the Law. C. 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 ail 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: 1. for inspections, tests, or approvals covered by Paragraphs 13.03C and 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 Master 00700 -General Conditions 00700-38 Project # 040489 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 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. 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 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 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. Master 00700 -General Conditions 00700-39 . Project # 040489 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. 13.09 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 Master 00700 -General Conditions 00700-40 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. 13.10 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. 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 15'n 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 Master 00700 -General Conditions 00700-41 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 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. D. 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, 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 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. B. 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 Master 00700 -General Conditions 00700 —42 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 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 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 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, 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. Master 00700 -General Conditions 00700 —43 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 14.05 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. 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. 14.06 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 Master 00700 -General Conditions 00700-44 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 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 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. 14.07 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. 14.08 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 Master 00700 -General Conditions 00700-45 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) - 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. 14.09 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 final 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 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 Master 00700 -General Conditions 00700 —46 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) Completion, nor any payment by Owner to Contractor under the Contract 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 inaccordance 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 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 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 Master 00700 -General Conditions 00700-47 Project # 040489 DOCUMENT 00700 -- GENERAL CONDITIONS: (continued) 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 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 any further payment 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 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 Master 00700 -General Conditions 00700 —48 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 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; 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: 1. 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. 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 16.01 A or 16.01 B, 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 to Paragraph 16.01E shall review the claim and make a decision on the claim. E. 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 16.01A 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. Master 00700 -General Conditions 00700-49 Project # 040489 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) ARTICLE 17 - MISCELLANEOUS 17.01 GIVING NOTICE: A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 COMPUTATION OF TIME: A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the Law of the applicable jurisdiction, such day will be omitted from the computation. B. A calendar day of 24 hours measured from midnight to the next midnight shall constitute a day. 17.03 CLAIMS CUMULATIVE REMEDIES: 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 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. 17.04 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contactor shall do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.) Only legally Master 00700 -General Conditions 00700-50 Project # 040489 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) authorized photocopying costs pursuant to the FOJA may be assessed for this compliance. END OF DOCUMENT 00700 Master 00700 -General Conditions 00700-51 Project # 040489 DIVISION I - GENERAL REQUIREMENTS 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: Garland Ave. Water and Sewer Improvement Project 2. Location: Fayetteville, Arkansas. C. Engineer: The Contract Documents were prepared by City of Fayetteville Engineering Division 1.02 PROJECT DESCRIPTION: The Contract includes, but is not limited to, the construction of water and sewer main relocations for the widening of Garland Avenue (Highway 112) from North Street to Janice Avenue including approximately 5400 feet of water main from 2" to 24" in diameter, approximately 3020 feet of 8" sewer main, highway bores, fire hydrants, fittings, manholes and related facilities 1.03 WORK BY OTHERS: A. Work Under Other Contracts: None. (FILL IN AS REQD) B. Work by Owner: None. C. Other Activities: None 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. Master 01110 -Summary of Work 01110— 1 Project #040489 SECTION 01110 — SUMMARY OF WORK (continued) 1.06 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. 1.07 PREORDERED EQUIPMENT AND MATERIALS: None. 1.08 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. 1.09 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 of Contractor and approval of Owner. 1.10 LIST OF DRAWINGS (AND SCHEDULES): A. Contract Drawings: 1. Each sheet of the Contract Drawings bears the following general title: Garland Ave. Water and Sewer Relocations 2. Individual sheet numbers and titles are as stated on SHEET INDEX. B. Reference Drawings: 1. Reference Drawings included with the set of Contract Drawings are as stated on SHEET INDEX. 1.11 SCHEDULE OF OWNER -SUPPLIED EQUIPMENT AND MATERIALS: None. Master 01110 -Summary of Work 01110-2 Project # 040489 SECTION 01110 - SUMMARY OF WORK (continued) PART 2 - PRODUCTS - NOT APPLICABLE. PART 3- EXECUTION -- NOT APPLICABLE. END OF SECTION 01110 Master 01110 -Summary of Work 01110-3 Project # 040489 SECTION 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: 1. 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. d. 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. Master 01250 Contract Modification Procedures 01250- 1 Project # 040489 SECTON 01250- CONTRACT MODIFICATION PROCEDURES (continued) g. Include an updated Contractor's Construction Schedule that indicates the 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 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 Master 01250 Contract Modification Procedures 01.250-2 Job # 040489 SECTION 01270 - UNIT PRICES PART1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Submission procedures. 2. Changes of Contract Sum. 3. Description of Unit Prices. B. Related Sections: 1. DOCUMENT 00400- BID FORM. 2. DOCUMENT 00500 -AGREEMENT. 3. DOCUMENT 00700 - GENERAL CONDITIONS.. 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. 1.03 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. I . 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. f. Loading, hauling, and disposing of rejected Products. Master 01270 -Unit Prices 01270-1 Job # 040489 SECTION 01270 — UNIT PRICES (continued) 1.04 DESCRIPTION OF UNIT PRICES Measurement and Payment of specific items shall be as specified in each applicable section of the TECHNICAL SPECIFICATIONS. PART 2- PART 2 -PRODUCTS NOT USED PART 3- PART 3- EXECUTION NOT USED END OF SECTION 01270 Master 01270 -Unit Prices 01270-2 Project # 040489 SECTION 01271— MEASUREMENT AND PAYMENT FOR WATER AND SEWER -- Addendum 2 PART 1- GENERAL 1.1 SUMMARY A. This section includes delineation of measurement and payment criteria applicable to unit price work related to water and sewer, 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 QUANTITIES SPECIFIED A. Quantities and measurements indicated in the Bid Form are for bidding and contract purposes only. Quantities and measurements supplied or placed in the Work and verified by 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, 01271— Measurement and Payment 01271-1 Project #040489 Bid 12-25, Addendum 1 SECTION 01271— MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. B. Final payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities accepted by 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. 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. 3. Products not completely unloaded from the transporting vehicle. 4. Products placed beyond the lines, levels or boundaries of the required Work. 5. Products remaining on hand after completion of the Work. 6. Loading, hauling and disposing of rejected Products. 7. Work performed beyond the specified limits unless authorized by the Engineer. 1.8 BID ITEMS Trench and Excavation Safety System The work required by this item will be paid for at the lump sum (LS) price bid for Trench and Excavation Safety System 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 for all water and sanitary sewer facilities 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. 01271 - Measurement and Payment 01271-2 Project #040489 Addendum #2 SECTION 01271— MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) 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 for all water and sanitary sewer facilities. 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, detours, barriers, traffic safety devices, flag persons, temporary surfaces, barricades, coordination with transit systems and all other materials, labor, and incidentals necessary to perform the work. 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. The amount of this bid item shall not exceed 5% of the total bid price. 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 for all water and sanitary sewer facilities. 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 any spot digging to verify existing utility locations, and any spot digging required at proposed connection and intersection locations. 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. 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. Site Preparation The work required by this item will be paid for at the lump sum (LS) price bid for Site Preparation shown in the Unit Price Schedule for the item listed above. This item shall consist of excavation, grading, cutting and removal of trees, shrubs and underbrush and the removal of any debris existing above natural ground surface and within street right-of-way and the utility easements. See Section 2200. For this project, all trees shall be removed from the utility easements along the project regardless of whether they are affected by the water and sewer improvements in the plans unless otherwise noted on the plans or in this contract. 01271 - Measurement and Payment 01271-3 Project #040489 Addendum #2 SECTION 01271— MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) 5 24" Ductile Iron Pipe, Class 350 with Double Polywrap 6 12" PVC C-900, Class 200 DR -14 Water Main 7 8" PVC C-900, Class 200 DR -14 Water Main 8 6" PVC C-900, Class 200 DR -14 Water Main 9 2" PVC, SDR-13.5, Class 315 Water Main 10 1" Polyethylene Class 200 Water Service Tubing 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 along the pipe. Payment will be full compensation for all excavation, dewatering, backfill (including backfill under roadways and parking lots), acquisition and transportation of additional backfill materials, rip rap and filter fabric for bank restoration, tracer wire, detectable tape, joint restraints, clean outs, connections to existing pipes, all fittings except for ductile iron fittings, 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 rock excavation authorized by the Engineer which will be paid for under a separate pay item. 11 24" Class 250B Butterfly Valve w/box 12 12" Class 250B Butterfly Valve w/box 13 8" Gate Valve w/box 14 6" Gate Valve w/box 15 2" Gate Valve w/box 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. 16 Three Way Fire Hydrant Assembly w/valve 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 01271 - Measurement and Payment 01271-4 Project #040489 Addendum #2 SECTION 01271— MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) 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. 17 Remove Existing Fire Hydrant and Deliver to Owner Work completed under this item shall be measured and paid for per each (EA) existing 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 and valve, delivering the hydrant with fittings and valve to the Owner, and all other materials, equipment, tools, labor and incidentals necessary to complete the task. 18 2" Blowoff Assembly Work completed under this item shall be measured and paid for by each (EA) 2" Blowoff Assembly as specified on the plans, or as directed by the Owner or Engineer, installed and accepted by the City. Payment shall be full compensation for furnishing and/or installing the blowoff assembly, to include, a 2" post flushing hydrant with 2-1/2" iron NSFT discharge with cap and chain, an upper barrel with traffic breakaway union, a lower barrel with brass shoe, automatic weep hole, and 2" brass valve, #77 blowoff hydrant manufactured by the Kupferle Foundry Company, and all other equipment, tools, labor, and incidentals necessary to complete the work. 19 12"x12" Tapping Sleeve and Valve w/box 20 8" x8" Tapping Sleeve and Valve w/box 21 6"x6" Tapping Sleeve and Valve w/box 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 furnishing and/or installing the tapping sleeve and valve with valve box and lid, valve nut extension with set screw, the water 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. 22 24" x 24" Connection The work required by this item will be paid for by each (EA) 24" x 24" Connection as shown in the Unit Price Schedule for the item listed above. Payment shall be full compensation for furnishing and/or installing the cross, 01271 - Measurement and Payment 01271-5 Project #040489 Addendum #2 SECTION 01271 MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) tee, reducers, swivel adapters, "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. 23 2" x 2" Connection The work required by this item will be paid for by each (EA) 2" x 2" Connection as shown in the Unit Price Schedule for the item listed above. Payment shall be full compensation for furnishing and/or installing the fittings, 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. 24 Epoxy Coated Ductile Iron Fittings The work required by the above listed items will be paid for at the price bid per pound (LBS) 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 (LBS) of fittings not including restraint glands properly installed and accepted by the Engineer. No measurement will be made for restraint glands. Payment will be full compensation for fittings, swivel adapters, mechanical joint glands, "Mega -Lug" type restrained joint glands, thrust blocking, polywrap, and all other materials, equipment, tools, labor, and incidentals necessary to complete the installation of the fittings. 25 Single Meter Setting, Complete 26 1" Meter Setting Complete 27 Double 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, pressure reducer, fittings, and all equipment, tools, labor, and other materials necessary for completing the work. Payment for water service lines will be made under a separate item. 28 Remove Existing Meter Setting Work completed under this item shall be measured and paid for by each (EA) existing water meter setting removed. Payment shall include removal of the existing meter box, and yoke, abandoning the old water service connection, 01271 - Measurement and Payment 01271-6 Project #040489 Addendum #2 SECTION 01271— MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) 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 water service lines will be made under a separate item. 29 12" Saddle, 1" Corporation Stop and Tap 30 8" Saddle, 1" Corporation Stop and Tap 31 2" Saddle, 3/4" Corporation Stop and Tap Work completed under this item shall be measured and paid for by each (EA) Saddle, corporation stop and tap installed complete, tested, and accepted by the City. Payment shall be full compensation for the service saddle, corporation stop, fittings, and all equipment, tools, labor, removal , and other materials necessary for completing the work. 32 24" Bored Steel Casing 33 24" Direct Bury Steel Casing 34 16" Bored Steel Casing 35 16" Direct Bury Steel Casing 36 12" Bored Steel Casing 37 12" Direct Bury Steel Casing 38 4" Bored Casing 39 4" Direct Bury Casing 40 2" Bored Casing 41 2" Direct Bury Casing Work completed under this item shall be measured and paid for per linear foot (LF) of encasement pipe, of the size specified, method installed as shown on the plans, or as directed by the Owner or Engineer, and accepted by the City. The pay limits for the 12" -24" Bored Steel Casing have been based on boring the previous ROW limits for the roadway as shown on the plans. Payment shall be full compensation for all encasement pipe, spacers, end seals, weld shields, sleeves for carrier pipe, excavation, and for all other materials, equipment, tools, labor, and incidentals necessary to complete the work. 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. 42 Tree Protection Fencing Work completed under this item shall be measured and paid for per linear foot (LF) of tree protection fencing, 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 tree protection fencing, and for all other materials, equipment, tools, labor, and incidentals necessary to complete the work. 01271 - Measurement and Payment 01271-7 Project #040489 Addendum #2 SECTION 01271— MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) 43 Cut and Cap Existing 24" Water Line 44 Cut and Cap Existing 12" Water Line 45 Cut and Cap Existing 8" Water Line 46 Cut and Cap Existing 6" Water Line 47 Cut and Cap Existing 2" 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, installed and accepted. Payment shall be full compensation for 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. 48 Adjust Existing. Valve Box to Finished Grade Work completed under this item will be measured and paid for per each (EA) existing valve box adjusted to finished grade. Existing is defined as those items that exist prior to commencement of construction, and are to remain in service in the same location. This item shall consist of adjusting the water valve box with lid to finished grade locations shown on the plans, or as directed by the Owner or Engineer, and accepted by the City. Payment shall include all tracer wire, valve nut extension with set screw, valve box extension, excavation, backfill, pavement repairs, testing, and all other materials, equipment, tools, labor and incidentals necessary to complete the task. 49 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, backfilling, concrete, and all other materials, equipment, tools, labor and incidentals necessary to complete the task. 50 12" PVC Sewer Main, SDR-26 51 8" PVC Sewer Main, SDR-26 52 6" PVC Sewer Service, SCH-40 53 4" PVC Sewer Service, SCH-40 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 01271 - Measurement and Payment 01271-8 Project #040489 Addendum #2 SECTION 41271— MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) 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 along the pipe. Payment will be full compensation for all bypass pumping, excavation, dewatering, backfill (including backfill under roadways and parking lots), acquisition and transportation of additional backfill materials, rip rap and filter fabric for bank restoration, tracer wire, detectable tape, joint restraints, clean outs, connections to existing pipes, all fittings except for ductile iron fittings, 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 rock excavation authorized by the Engineer which will be paid for under a separate pay item. 54 4' Diameter Standard Manhole, Up to 6' Deep The work required by this item will be paid for at the price bid per each (EA) 4' Diameter Standard Manhole up to 6' deep as shown in the Unit Price Schedule. These items shall consist of installing either a new manhole or rebuilding a portion of the manhole of the size and type specified at the locations shown on the plans or as directed by the Engineer. 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, removal and disposal of existing manhole, 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, 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. 55 Extra Manhole Depth, Over 6' Deep Payment for extra manhole depth over 6' shall be by the vertical foot (VF) for 4 ft diameter manhole as shown in the Unit Price Schedule. Payment shall be made in 1 ft. increments based on rounding off to the nearest foot the actual measured depth from the invert up to the top of the ring and subtracting the 6 ft height included in the cost per each manhole. 56 Remove Existing Manhole The work completed under this item will be measured and paid for at the price bid per each (EA) existing manhole removed. Payment shall be 01271 - Measurement and Payment 01271.9 Project #040489 Addendum #2 SECTION 01271— MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) considered full compensation for all materials, labor, and incidentals necessary to perform the work 57 Adjust Existing Manhole to Finished Grade The work required by this item will be measured and paid for at the price bid per each (EA) of the above listed items adjusted to finished grade as shown in the Unit Price Schedule as shown on the plans or as directed by the Engineer. Payment will be full compensation for all concrete, collars, joint wrap, frame and lid, raincatcher, adjustment rings, disposal of removed sections, exterior coatings, excavation, backfill, and incidentals necessary to perform the work. 58 Sewer Service Connection on 12" PVC 59 ewer Service Connection on 8" PVC The work completed under this item will be measured and paid for at the price bid per each (EA) sewer service tap. This item shall consist of connecting the 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. 60 6" Manhole Tap for Sewer Service 61 4" Manhole Tap for Sewer Service The work completed under this item will be measured and paid for at the price bid per each (EA) sewer service manhole tap. This item shall consist of connecting the sewer service line to the manholes 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 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. 62 Plug Existing Sewer at Manhole Wall The work completed under this item will be measured and paid for at the price bid per each (EA) Permanent Sanitary Sewer Plug installed at an existing manhole. Payment shall be considered full compensation for all materials, labor, and incidentals necessary to perform the work 01271 - Measurement and Payment 01271-10 Project #040489 Addendum #2 SECTION 01271— MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) 63 Connect 12" or 8" Sewer to Existing Manhole, Core Drill Manhole Wall The work required by this item will be paid for at the price bid per each (EA) Connection of Sanitary Sewer to an 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. Any method other than core drilling 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 all temporary plugging, bypass pumping, concrete, grout, concrete manhole adapter, 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. 64 Street Repair, T -Patch 65 Asphalt Surface Replacement 66 Concrete Surface Replacement The work required by the above listed items will be paid for at the price bid per square yard (SY) as shown in the Unit Price Schedule. The measurement will be considered the width of the excavator's bucket plus two feet multiplied by the length of the trench. Payment shall be considered full compensation for all materials, labor, and incidentals necessary to perform the work 67 Granular Fill for Driveway Repair Granular Fill (Class 7 Base) used for driveways and other authorized areas will be paid for at the price bid per ton (TN) as shown in the Unit Price Schedule. Quantities for payment purposes shall be the actual number of tons used, based on truck weights and trip tickets signed by the Engineer. Trip tickets shall be presented to the Engineer for his signature on the day that the material is delivered. 68 Cold Mix Asphalt Temporary Pavement Repair Cold Mix Asphalt used for temporary pavement repairs on roadways, driveways and parking areas will be paid for at the price bid per ton (TN) as shown in the Unit Price Schedule. Quantities for payment purposes shall be the actual number of tons used, based on truck weights and trip tickets signed by the Engineer. Trip tickets shall be presented to the Engineer for his signature on the day that the material is delivered 01271 - Measurement and Payment 01271-11 Project #040489 Addendum #2 SECTION 01271— MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) 69 Rock Excavation 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. The rock shall be excavated to provide minimum 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 tthe 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 required clearances 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. 70 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 for installation of water and sanitary sewer facilities. 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 01271 - Measurement and Payment 01271-12 Project #040489 Addendum #2 SECTION 01271— MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) 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. 71 Audio/Video Recordings 72 Site Photographs Payment for site photographs and audio/video tape recordings shall be made at the applicable unit prices as shown in the Unit Price Schedule. Payment for "before" photographs and video recordings shall be made at 50 percent of the bid price upon receipt by the Owner of an acceptable set of photo graphs and tapes. The balance of this payment item shall be made at project completion, upon receipt by the Owner of an acceptable set of "after" photographs and video recordings. PART 2- PRODUCTS Not Used PART 3- EXECUTION Not Used END OF SECTION 01271 01271 - Measurement and Payment 01271-13 Project #040489 Addendum #2 SECTION 01290 - PAYMENT PROCEDURES PART 1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Schedule of values. 2. Applications for payment. B. Related Sections: 1. DOCUMENT 00700 -GENERAL CONDTIONS. 1.02 APPLICATIONS FOR PAYMENT A. Format: Document 01290.01 supported by Document 01290.02 or other approved format. 1. Owner will provide Contractor an electronic copy of Documents 01290.01 and 01290.02. B. Payment Period: As specified under DOCUMENT 00700 - GENERAL CONDITONS Article 14. C. Preparation of Applications: 1. Present required information in typewritten form. 2. Execute application by signature of authorized officer of Contractor's firm. 3. 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. 4. Round off dollar values to nearest dollar. 5. Complete every entry on form. 6. Indicate each authorized Change Order as separate items on continuation sheet. a. List by appropriate Change Order Number. 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. Master 01290 Payment Procedures 01290- 1 Project # 040489 SECTION 01290 — PAYMENT PROCEDURES (continued) 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 PART 3- EXECUTION NOT USED END OF SECTION 01290 01290 Payment Procedures 01290- 2 Job # 040489 SECTION 01320 - PROJECT MEETINGS, SCHEDULES, AND REPORTS PART1- 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 GENERAL CONDITIONS C. Related Work Specified Elsewhere: 1. For Schedules: SECTION 01321. 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 Suppliers. 3. Meeting Agenda: a. Construction schedules. b. Critical Work sequencing. c. Designation of responsible personnel. d. Project coordination. e. Procedures and Processing of: (1) Field decisions. (2) Substitutions. (3) Submittals. (4) Change Orders. (5) Applications for Payment. (6) Proposal Requests. (7) Contract Closeout. (8) Requests for Interpretation. (9) Field Orders. (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. j. Temporary utilities. Master 01320 -Project Mtgs Sched & Reports 01320— 1 Project # 040489 SECTION 01320 - PROJECT MEETINGS, SCHEDULES, AND REPORTS (continued) 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 monthly meetings, or at other intervals as 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 Master 01320 -Project Mtgs Sched & Reports 01320-2 Job # 040489 SECTION 01321 —SCHEDULE PART 1- GENERAL 1.01 SUMMARY A. This Section includes procedural requirements for preparation, submittal, and updating of Contractor's construction progress schedules. B. Related Work: I. Documents affecting work of this Section include, but are not limited to: General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 2. Section 01290 — Payment Procedures. 3. Section 01320 — Project Meetings, Schedules, and Reports. 1.02 FORMAT A. Prepare Schedules as a Gantt chart with separate bar for each major portion of Work or operation, identifying first work day of each week. B. Sequence of Listings: The chronological order of the start of each item of Work. C. Scale and Spacing: To provide space for notations and revisions. D. Sheet Size: Minimum multiples of 8-1/2 x 11 inches. 1.03 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. The schedule shall clearly indicate the sequence of construction for the various items that involve either existing and/or potentially relocated utilities. This schedule shall have the least negative impact on the adjacent property owners and provide an orderly sequence that will produce the least disruptive action for utilities and their customers. B. Identify work of separate stages and other logically grouped activities. C. Provide sub -schedules to define critical portions of the entire Schedule. D. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the cut-off date for each monthly pay estimate. 1.04 SUBMITTALS A. Submit a finalized construction progress schedule within fifteen (15) days after date of Notice of Award or at least seven (7) days prior to the pre -construction conference, Master 01321- Schedule 01321-1 Project # 040489 SECTION 01321 —SCHEDULE (c©ntinull whichever occurs first. After review, resubmit required revised data within ten (10) days. B. Submit monthly revisions with each pay estimate in the number of opaque reproductions that Engineer requires, plus two copies, which will be retained by Engineer. 1.05 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.06 DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART 2 .. PRODUCTS: NOT APPLICABLE PART 3- EXECUTION: NOT APPLICABLE END OF SECTION 01321 Master 01321- Schedule 01321-2 Project # 040489 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 PART 3 -- this Section. 1.03 OUALITY 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. PART 2- PRODUCTS 2.01 PHOTOGRAPHIC REQUIREMENTS: Specified in PART 3, this Section. PART 3- EXECUTION 3.01 PROGRESS SITE PHOTOGRAPHS: A. 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. Master 01325-Constr Photos 01325 —1 Project # 040489 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 3.0 megapixels. b. Submit images that have same aspect ratio as the sensor, uncropped. E. Print Negatives: 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. H. Deliver prints and electronic media files to Engineer. I. Deliver photographic negatives to Engineer. 3.02 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. Master 01325-Constr Photos 01325— 2 Project # 040489 SECTION 01325— CONSTRUCTION PHOTOGRAPHS (continued) B. All required equipment, accessories, materials, and labor for the timely production of this documentation shall be an-anged/fumished through Contractor. 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. C. Zone of Influence: Unless otherwise indicated by Engineer or Owner, the area 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. D. 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 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. 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. Master 01325-Constr Photos 01325-3 Project # 040489 SECTION 01325 — CONSTRUCTION PHOTOGRAPHS (continued) 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. E. 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. 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 Master 01325-Constr Photos 01325 —4 Project # 040489 SECTION 01420 - DEFINITIONS AND STANDARDS PART 11- 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 two (2) major divisions of CONTRACT DOCUMENTS and TECHNICAL 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 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. Master 01420 -Definitions & Standards 01420— 1 Project # 040489 SECTION 01420 - DEFINITIONS AND STANDARDS (continued) 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: 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. 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. 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. Master 01420 -Definitions & Standards 01420-2 Project # 040489 SECTION 01420 - DEFINITIONS AND STANDARDS (continued) 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 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 Master 01420 -Definitions & Standards 01420-3 Project # 040489 SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS PART1- GENERAL 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. 8. 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: 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. 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 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 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. b. Gas. c. Sanitary sewers. Master 01530 -Barriers & Temp Controls 01530— 1 Project # 040489 SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS (continued) 4. 5. 6 3.02 BARRIERS: d. Storm drains. e. Pipeline companies. f. Telephone. g. Electric. h. Municipal streets. i. State highways. j. City engineer. k. Fire. 1. Police. Operation of valves or other appurtenances on existing utilities, when required, shall be by or under the direct supervision of the owning utility. 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. The applicable requirements specified for protection of the Work shall also apply to the protection of existing property of others. Before acceptance of the Work by Owner, restore all property affected by Contractor's operations to the original or better condition. 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. 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. Master 01530 -Barriers & Temp Controls 01530-2 Project #040489 SECTION 0130 — TEMPORARY BARRIERS AND CONTROLS (continued) c. Prevent dumping of refuse or chemically injurious materials or liquids. d. 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. 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: 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. Master 01530 -Barriers & Temp Controls 01530— 3 Project # 040489 SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS (continued) 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: A. New Temporary On -Site Roads and Parking Areas: 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. 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. c. 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. Master 01530 -Barriers & Temp Controls 01530-4 Project #040489 SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS (continued) 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. 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. 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. 8. 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. Master 01530 -Barriers & Temp Controls 01530-5 Project #040489 SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS (continued) 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. al l Till -1`O LIJ 1! Master 01530 -Barriers & Temp Controls 01530 —6 Project # 040489 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. 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 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 established for commencement of the Work. 1.04 QUALITY 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. B. Standards: 1. Comply with NFPA 10 and 241, and ANSI A10 Series standards "Temporary Electrical Facilities." Master 01560 -Temp Utilities & Facilities 01560— 1 Project # 040489 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 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. PART2- PRODUCTS 2.01 MATERIALS AND EQUIPMENT: 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. B. Water: Provide potable water approved by local health 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. 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. Master 01560 -Temp Utilities & Facilities 01560-2 Project # 040489 SECTION 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. 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 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. 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. 3.02 TEMPORARY ELECTRICITY AND LIGHTING: 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. Master 01560 -Temp Utilities & Facilities 01560-3 Project # 040489 SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES (continued) 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: 1. 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. 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. Master 01560 -Temp Utilities & Facilities 01560-4 Project # 040489 SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES (continued) 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: 1. 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. 3.04 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. 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. Master 01560 -Temp Utilities & Facilities 01560-5 Project # 040489 SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES (continued) 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. 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 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. 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. Master 01 560 -Temp Utilities & Facilities 01560— 6 Project # 040489 SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES (continued) 3.08 TEMPORARY FIRE PROTECTION: 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 Master 01560 -Temp Utilities & Facilities 01560-7 Project #040489 SECTION 02444 - FENCING PART 1- GENERAL 1.01 SCOPE A. Any damage to any existing chain link fencing shall be repaired in accordance with this section. B. Any damage to any other existing fencing shall be made with materials specified in this section. 1.02 GENERAL A. Like items of materials provided hereunder shall be the end products of one manufacture in order to achieve standardization for appearance, maintenance, and replacement. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with, Division 1, GENERAL REQUIREMENTS 1.04 REFERENCE STANDARDS A. Specification of Metallic -Coated Steel Chain Link Fence Fabric, published by Chain Link Fence Manufactures Institute, Washington, DC 20036 PART 2- MATERIALS 2.01 GENERAL A. The use of a manufactures name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. Produces of other manufactures will be considered in accordance with the General Conditions. B. New materials and products of recognized, reputable manufactures shall be used. Rerolled, or regalvanized materials are not acceptable C. All materials shall be hot -dip galvanized after fabrication. Posts and oter appurtenances shall have a minimum zinc coating of 1.2 ounces per square food of surface. D. Aluminum -coated fabric and wire may be substituted for the galvanized fabric and wire. Aluminum coating shall be not less than 0.40 ounce per square food, complying with ASTM A 491, class II 02444 -Fencing 02444 —1 Project # 040489 SECTION 02444 --- FENCING 2.02 FABRIC A. Chain link fence fabric, six foot in height, woven of No9 gauge wire in 2 inch diamond -mesh pattern, salvages, twisted and barbed, galvanized after weaving with 1.2 ounce zinc coating conforming to ASTM A 392. B. Replacement fabric shall match the height of the original fence fabric. 2.03 POSTS A. Federal Specification RR -F-191, fence, posts, gates, and accessories, except as hereinafter modified. Standards lengths for setting in ground or in concrete as required for conditions shown. 2.04 LINE POSTS A. Use galvanized 2 % -inch outside diameter, Schedule 40 steel pipe, weight 3.65 pounds per linear foot. 2.05 END, CORNER ANGLE AND PULL POSTS A. For end, corner, angle, and pull posts, use 2.875 -inch outside diameter standard weight steel pipe, weight 5.79 pounds per linear foot. 2.06 POST TOPS A. Post tops shall be pressed steel, or malleable iron, designed as a weathertight closure cap for tubular posts. Provide one cap for each post, unless equal protection is afforded by combination post top cap and barbed wire supporting arm where barbed wire is required. Where top rail is used, provide tops to permit passage of top rail. 2.07 TENSION WIRE A. Tension wire shall be zinc -or aluminum -coated coil spring steel wire not less than No. 7 -gauge (0.177 inch in diameter). Provide tie clips of manufacturer's standard as approved for attaching the wire to the fabric, at intervals not exceeding 24 inches. 2.08 STRETCHER BARS A. Stretcher bars shall be one-piece lengths equal to full height of fabric with a minimum cross-section of 3/16 inch by 3/4 inch. Provide one stretcher bar for each gate and end post and two for each corner and pull post. 2.09 STRETCHER BAR BANDS 02444 -Fencing 02444 —2 Project # 040489 SECTION 02444 — FENCING A. Bar bands shall be heavy -pressed steel, spaced not over 15 inches on center to secure stretcher bars to tubular end, corner, pull, and gate posts. 2.10 TOP RAIL A. Not less than 18 -foot long tubular street, 1 5/8 -inch outside diameter, weight 2.27 pounds per linear foot. Couplings to be outside -sleeve type and at least 6 inches long. Provide springs at one coupling in five to permit expansion in rail as recommended by the manufacturer. Top rail to extend through line post tops to form continuous brace from end to end of each stretch of fence. 2.11 BRACES A. Brace pipe shall be of the same material as the top rail and shall be installed midway between the top rail and extend fro the terminal post to the first adjacent line post. Braces shall be securely fastened to the posts by heavy -pressed steel and malleable fittings, then securely trussed from line post to base of terminal post with a 3/8 -inch truss rod and tightener. 2.12 FITTINGS A. Malleable steel, cast iron, or pressed steel, as required. Fittings to include extension arms for barbed wire, stretcher bars and clamps, clips, tension rods, brace rods, hardware, fabric bands and fastenings, and all accessories. Provide 45 -degree bracket type supports to accommodate three strands of barbed wire. 2.13 BARBED WIRE A. Four -point pattern with two strands of No. 12 Y2 gauge wire, and 1 -inch barbs 5 inches apart. Zinc -coated barbed wire shall conform to ASTM A 121; aluminum -coated barbed wire to ASTM A 585. 2.14 CONCRETE A. Materials as specified in Section 3600, CAST IN PLACE CONCRETE. Proportions shall be 1:2:4. Compressive strength shall not be less than 2,000 psi at 28 days. 2.15 FARM FENCE POSTS A. Repair farm fences utilizing "T" type steel posts with equivalent steel posts. B. Utilize 4 -inch minimum diameter pressure treated posts to repair existing fences utilizing wood posts. If existing posts are larger diameter, replace with equally sized new pressure treated posts PART 3- EXECUTION 02444 -Fencing 02444-3 Project # 040489 SECTION 02444 — FENCING 3.01 INSTALLATION A. Installation of fencing shall meet the requirements of ASTM F 567. B. Erect fencing in straight lines between angle points by skilled mechanics experienced in this type of construction. Erect in accordance with the manufacturer's recommendations as approved with these Specifications. Post holes shall be a minimum depth of 3 feet below finished grade. Holes for line posts shall be 9 inches in diameter. Holes for gate, corner and pull posts shall be 16 inches in diameter. Space posts not more than 10 feet on centers and in true lines. Set posts plumb and posts to a depth of 2 feet 10 inches. Fill remainder of hole with concrete to extend around the posts to a point 2 inches above finished grade. The top surface shall have a crown watershed finish. After concrete has set, install accessories. Fasten chain link fabric to end posts with stretcher bars and clamps and to line posts and top rail with wire or bands at approximately 14 - inch centers and 24 -inch centers, respectively. The top rail of the fence shall be at the top of fabric. Install three strands of barbed wire on the brackets, tighten, and secure at each bracket. Brace gate posts diagonally to adjacent line posts to ensure stability. Hang gates and adjust all hardware so that gates operate satisfactorily from open or closed position. C. Repair/replace farm or lawn fencing with new posts as specified spaced on l Oft maximum centers. Use the specified barbed wire for barbed wire fences. Repair woven wire fences with equivalent galvanized woven wire. 3.02 CLEANUP A. Upon completion of the fence installation, clean up all waste material resulting form the operation. 3.03 PAYMENT A. No separate payment will be made for any fence replacement and /or repairs that may be required to existing fence during the pipe laying process. 02444 -Fencing 02444 —4 Project # 040489 WATER LINE SPECIFICATIONS Table of Contents Part A, General Requirements: 1. Inspections and Testing Procedures..............................................................................1 2. Final Acceptance by the City........................................................................................2 3. Easements and Deeds....................................................................................................2 4. Record Drawings..........................................................................................................3 5. Protection of Water Supplies........................................................................................3 6. Existing Utility Structures and Facilities ........................... 7. Water Mains Crossing Drainage Ways.........................................................................4 8. Planned Water Outages.................................................................................................4 Part B. Materials 1. Pipe and Fittings...........................................................................................................6 2. Polyethylene Encasement (Pipe Wrap).........................................................................8 3. Marker Tape..................................................................................................................8 4. Backfill Materials.........................................................................................................8 5. Pipe Bedding Materials.................................................................................................9 6. Tracer Wire...................................................................................................................9 7. Concrete.............................................................................. .....9 ..................................... 8. Steel Encasement Pipe................................................................................................10 9. Mechanical Joint Retainer Glands..............................................................................10 10. Bolts...........................................................................................................................11 11. Gate Valves................................................................................................................11 12. Butterfly Valves.........................................................................................................11 13. Valve Boxes...............................................................................................................13 14. Fire Hydrants.............................................................................................................13 15. Blow-offs...................................................................................................................14 16. Air Release Valves.....................................................................................................14 17. Tapping Sleeves ..................... .................................................................................... 14 18. Service Connection Materials....................................................................................14 Part C, Construction Methods 1. Pipe Laying....................................................................................... 2. Pipe Trench, Excavation................................................................... 3. Pipe Trench, Backfill........................................................................ 4. Meter Box Settings Installation....................................................... 5. Valve and Valve Box Installation..................................................... 6. Fire Hydrant Installation................................................................... 7. Blow -Off Construction..................................................................... 8. Clean-Up........................................................................................... .........................16 .........................21 .........................21 .........................22 .........................23 .........................24 ....................25 .........................25 9. Pavement Repairs........................................................................................................27 10. Barricades, Guards, and Safety Provisions................................................................27 11. Maintenance of Traffic and Closing of Streets..........................................................27 Appendix A Water Shut Down and Boil Orders for Contractor Work SPECIFICATIONS FOR WATER LINES Part A, General Requirements 1. 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. Tests delayed by weather or other factors will be rescheduled on the same basis. If a test cannot be reasonably scheduled so that a representative of the City can be present, the Engineer of Record will witness the test and certify to the Citytheresults. 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 c) The bacteriological (Bac-T) testing d) Fire Hydrant testing 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 email, fax, or by mail immediately upon receipt by the City. Part A, General 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. 2. 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, a representative of the Fayetteville Water and Sewer Maintenance Department, the Engineer of Record, and the Contractor agreeing the work has been performed in accordance with the approved plans. (b) Acceptable walk-through by the Meter Foreman for location, grade, and condition of water meter settings (c) Unit Price Construction Cost is received and Approved by the City (d) One set of Record Drawings and PDF are received by the City (e) Engineer of Record Certification is received by the City (f) Letter of Acceptance is granted by the City Once the City accepts the project for ownership, the Contractor 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. 3. Easements and Deeds: Water mains shall be constructed within the public right-of-way or recorded water or utility easements. Easement boundaries shall be shown on the plans and specifications in relation to the location of the proposed utility. All water mains shall be centered in the easement. For those water mains constructed in the public right-of-way, the easement shall extend the distance outside the right-of-way necessary to provide Part A, General 2 the required easement width. Water mains not centered and deviate more than 2 ft from the proposed alignment and is less than 8 ft from the easement perimeter shall be re-laid or additional easement provided by the contractor a minimum of equal to 10 ft. on each side of the main. 4. Record Drawings Water main drawings submitted as record ("as -built") drawings shall have the following items surveyed after construction and shown on the drawings: 1. Valve Boxes, location, rim and nut elevation (indicate length of extension) 2. Pipe material, fittings, diameter, and deviation of elevations 3. Lateral connections. Lateral measurements shall be indicated by their distance from the nearest valve, property corner, or other above ground permanent marker. 4. Location of tap and meter box for service lines. The above items shall be over-layed on the original design file. Areas of deviation of horizontal alignment 2 ft or greater must be identified in relation to easements and/or right of way. These deviations shall be brought to the attention to the City Engineer in the form of a letter and exhibits. The City Engineer will determine whether it is necessary to relay the water main or require the contractor to provide additional water easements for the incorrect alignment. All sheets shall have the phrase "as -built" or "record drawing" boldly printed on them with the as constructed date, and shall be stamped and signed by a professional engineer registered in the State of Arkansas. Record drawings shall be submitted in hard copy, .dwg electronic format, and .pdf electronic format. Datum Requirements 1. Horizontal Datum: NAD83 (1986) Arkansas State Plane, North Zone, US foot (Grid System). 2. Vertical Datum: NAVD88 (feet) Tolerances 1. Horizontal: +/- 0.5 feet 2. Vertical: +/- 0.05 feet 5. Protection of Water Supplies There shall be no physical connections between a public or private water supply system and a sanitary sewer or appurtenances thereto which would permit the passage of any polluted water into the potable supply. Water mains shall be laid at least ten (10) feet horizontally from any existing or proposed sanitary sewer main. The distance shall be measured edge to edge. In cases where it is not practical to maintain a ten (10) foot separation, the appropriate reviewing agency may allow deviation on a case -by -case basis if supported by data from the design engineer. Such deviation may allow installation of the water main closer to a sewer main provided that the water main is in a separate trench or on an undisturbed earth shelf located to one side of the sewer, and at an elevation Part A, General 3 so the bottom of the water main is at least 18 -inches above the top of the sewer. Water Mains installed above a sanitary sewer main must have a clear distance between pipes of at least eighteen (18) inches. The water line shall be installed such that a joint of pipe is centered along the sewer line and the joints are as far as possible from the sewer line. 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 (20) feet of watertight encasement pipe, centered over the point of crossing. Crossings that are not perpendicular will require more than twenty (20) feet of encasement. The encasement shall extend a minimum of ten (10) feet perpendicular from the outside edges of the line that is not being encased. The ends of the encasement pipe shall be sealed watertight. 6. Existing Utility Structures and Facilities The drawings shall show the location of overhead and underground utility lines and existing water lines according to the best information presented and available. Drawings shall be submitted to the utilities and shall have indicated to the best of their records the locations of their facilities and the route of the proposed water main. 7. Water Mains Crossing Drainage Ways Water mains shall be encased in steel encasement pipe wherever the water main crosses under, through, or over a drainage way (i.e. creeks, rivers, streams, concrete channels, etc.). Wherever applicable, the water main crossing the drainage way shall be pressure tested to assure 100 percent water tightness prior to backfilling. Water main crossing under all concrete storm drains, or any storm drain 30 -inch diameter and larger, or all storm drains with multiple pipe runs, shall be encased a minimum of 5 feet either side of the storm drain. End Seals shall be used on all encasement pipes. 8. Planned Water Outages 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, Water Shut Down and Boil Orders for Contractor Work, including all appropriate notifications. Part A, General 4 SPECIFICATIONS FOR WATER LINES Part B, Materials 1. PIPE AND FITTINGS: Allowable pipe materials shall be Polyvinyl 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 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, reworked material generated from the manufacturer's own production shall be acceptable as long as the pipe produced meets all the requirements of the Specifications. Nominal laying length shall be 20 feet. Joints for plastic pipe less than 4 -inches in size shall conform to ASTM Specification D-3139, latest revision. 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 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 151/A21.51, latest revision, and shall be designed to withstand compacted earth loadings as applied according to the conditions set out on the Plans with an AASHTO HS -20 truck live load. The external loading shall be based on a soil density of 120 pounds per cubic foot and Type 3 standard laying conditions. Part B, Materials Ductile iron pipe shall be designed in accordance with the requirements of "Thickness Design of Ductile Iron Pipe", ANSI/AWWA CI50/A21.50, latest revision. Joints and joint materials for ductile iron pipe shall conform to ANSVAWWA Cl 11/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. All fittings shall be fusion -bonded epoxy coated inside and outside in accordance with ANSUAWWA C116/A21.16. Restrained joint pipe and fittings shall be ductile iron pipe manufactured in accord with applicable sections ofANSI/AWWA Cl 51/A21.51 and ANSI/AWWA Cl 10/A21.10. All restrained joint pipe shall be TR Flex, as manufactured by U. S. Pipe, Flex -Ring joint as manufactured by American Ductile Iron Pipe, or 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 ANSI/AWWA CI I I/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 I 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 A90-8 1, 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 A90-8 1, latest revision. Part B, Materials 6 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): Polyethylene encasement shall be in conformance to ANSI/AWWA Cl 05, latest revision. The virgin linear low -density polyethylene film shall have a minimum normal thickness of .008 inches (8 mils), and shall be provided in either flat tube or sheet form. The color shall be black with nominal 2% carbon black UV inhibitor and printed prior the AWWA C105 standard. All buried iron pipe and fittings shall be double wrapped. 3. Marker Tape: Non-metallic water marking tape shall be warning tape as manufactured by Rhino Marking and Protection Systems, Harris Industries, Inc., or approved equal. Tape shall have a minimum thickness of 4 mils and manufactured with heavy metal -free polyethylene tape 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 3 -inches. Standard rolls shall be 1000' length. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Legend Water Safety Precaution Blue Caution, Buried Water line Below 4. Backfill Materials: Allowable backfill material shall be: Class 7 Aggregate Base Course as specified in Table 303-1, page 186, in section 303 AGGREGATE BASE COURSE, of the "Standard Specifications for HIGHWAY CONSTRUCTION," Edition of 1996, published by the Arkansas State Highway and Transportation Department. Sand shall consist of clean, hard, durable uncoated grains free from lumps, clay and organic materials. All (100%) of "sand" shall pass a no. 8 sieve. Red Clay Gravel or "Hillside" as approved by the City Engineer Part B, Materials 7 Native materials, where the Class 7 materials is not required and where, suitable. Under no circumstances shall the backfill material contain rocks or clods larger than twelve (12) inches in any dimension. THIS MATERIAL IS TO BE PLACED ABOVE THE BEDDING MATERIALS AS DEFINED IN PART B OF THESE SPECIFICATIONS, PARAGRAPH 5. 5. Pipe Bedding Materials: Allowable pipe bedding materials shall be: The by-product of McClinton -Anchor's rock crushing operation commonly known as grit, or equal Class 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 edition. Material shall meet the grading requirements of ASTM C 33, gradation 67, commonly 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. 6. Tracer Wire: Tracer wire shall be 12 -gauge, solid coated copper or coated copper clad steel for underground burial. Jacket color shall be BLUE, and made of High Density Polyethylene (HDPE) or High Molecular Weight Polyethylene (HMWPE) designed for direct burial. Connectors shall be used for all splices or repairs. Connectors shall be moisture displacement style as manufactured by 3M DBR, or equal. A locate or conductivity test shall be performed prior to signing off on the project. 7. Concrete: Concrete for use as reaction backing or below -ground encasement shall be Class A per Section 3600 CAST -IN -PLACE CONCRETE. Part B, Materials 8 8. Steel Encasement Pipe: The encasement pipe shall be capable of supporting all traffic and earth loads. The Contractor shall submit design calculations supporting the selection of the encasement pipe thickness used. 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 0.2500 ASTM A 53 8 16 0.3125' AWWA C 102 1? -16 24 0.4375 " 18 30 0.5000 20-24 36 0.5625 36 48 0.6250 " " 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. Casing Spacers shall be stainless steel, Cascade Model CCS as manufactured by Cascade Waterworks Mfg. Co., or approved equal. Wood shall not be used as encasement spacers. Three spacers shall be installed per joint such that the spacers are equally spaced along the length of the pipe. Casing End Seals shall be of a synthetic material that is designed for the specific application. Shall be secured to the encasement pipe and the carrier pipe with stainless steel bands, Cascade Model CCES, or approved equal. All direct buried encasement pipe shall be double wrapped with polyethylene encasement. All encasement installed by jack and bore shall be protected with sacrificial cathodic protection. 9. Mechanical Joint Retainer Glands: Restraint devices for mechanical joint fittings and appurtenances for nominal pipe sizes 3 inch through 48 inch shall consist of multiple gripping wedges incorporated into a follower gland meeting the applicable requirements of ANSI/AWWA C110/A21.10. All joints shall be mechanically restrained. Mechanical joint retainer glands shall be made from ductile iron and shall be designed for a working pressure of at least 350 -psi for 3 -inch through 16 -inch pipe and at least 250 -psi for 18 -inch through 48 -inch pipe. The retainer gland shall be MEGALUG mechanical joint restraint with MEGA -BOND coating system for corrosion resistance and manufacturing traceability as manufactured by EBAA Iron, Inc., or equal. Part B, Materials 9 10. Bolts: All bolts for fittings shall be class 316 stainless steel. 11. Gate Valves: Gate valves shall be used for pipe up through 10 -inches in size. Gate valves shall be resilient seated type, non -rising stem gate valves, in conformance with the requirements of AWWA C509, latest revision, for Resilient Seated Gate Valves, 3 Through 12 NPS, for Water and Sewage Systems. All gate valves shall be designed for a minimum of 200 psi working pressure. All gate valves shall be epoxy coated, and shall be Mueller A2360-20 for in -line applications, and Mueller A2360-16 for tapping applications, or approved equals. All gate valves shall have class 316 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. Tapping valve ends shall be flanged by MJ. Buried gate valves shall be designed for operation with a nominal 2 inch square operating nut. The standard direction of opening shall be open left as viewed from the top. Handwheels for gate valves shall be in conformance to AWWA C509. 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. 12. Butterfly Valves: Butterfly valves shall be used for all pipe 12 -inches and larger except that 12" tapping valves shall be gate valves. If the static pressure, based on full tanks, is greater than 90 psi, then a 12" butterfly valve shall be placed in -line behind the tapping valve, and in all circumstances before any other connections to the main and within 10' of the tapping valve. 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, Mueller B5227 or approved equal. All butterfly valves shall have class 316 stainless steel bolts. The valve body shall be constructed of cast iron ASTM A-126, Class B, and shall have integrally Part B, Materials 10 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. 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 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 resistant and self-lubricating. The valves shall be equipped with a totally enclosed type operator, fully gasketed and grease packed, suitable for direct burial. The operator shall be designed for operation with a nominal 2 inch square operating nut for use with a T -wrench. Operators shall be designed to open with a counterclockwise rotation of the operator nut. All valves shall have factory applied 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. 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. Part B, Materials 11 13. Valve Boxes: 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. 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. 14. Fire Hydrants: All fire hydrants shall be dry barrel hydrants in conformance with AWWA C502, latest revision, for Dry Barrel Fire Hydrants, and shall be designed for a working pressure of 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 1/4" 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 shown in ANSI/AWWA C110/A21.10, latest revision. Three-way hydrants shall have a 5-1/4 inch valve openmg. All fire hydrants shall be equipped with a two-piece barrel having a break -a -way flange at 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 Part B, Materials 12 upon vehicle impact without damage to the stem or main valve. 15. Blow -offs: Blow -offs shall be Mainguard #77 hydrants or approved equal. The Blow -Off Assembly shall include main line valve and restraints per detail. 16. Air Release Valves: Air release valves shall be ValMatic Model 15A or approved equal. 17. Tapping Sleeves: 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. If the static pressure, based on full tanks, is greater than 90 psi, then a 12" butterfly valve shall be placed in -line behind the tapping valve, and in all circumstances before any other connections to the main and within 10' of the tapping valve. 18. Service Connection Materials: Service lines serving single or double meter sets shall be at least 1" polyethylene. Larger diameters may be required if deemed necessary by the City Engineer. In areas where it is determined by the City Engineer that installation of irrigation systems is likely, service lines that cross roads and serve double meter sets shall be 2" services ending in a 2" x 1" x 1" x 1 " splitter. 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. Materials for standard residential meter sets 1" SDR9 Polyethylene Pipe 3/4" or 1" Corporation Stop ................................... 3/4" or 1" U Branch, 7.5" width ............................. 5/8" x 3/4" x 12" meter yoke ................................. 3/4" Tail Piece, 6' long..................................................... 18" Cast Iron Flat Meter Lid............................................ 18" diameter x 24" deep SDR51 PVC Meter Box Materials for 1" meter sets Mueller B-25008 Mueller H-15363 Mueller H -2404R Mueller H-14222 Western Iron C- 109 Part B, Materials 13 1" SDR9 Polyethylene Pipe ............................................. Main Diameter x 1" Saddle.............................................. 1" Corporation Stop ......................................................... 1" Ball VaIve.................................................................... 1" Meter Yoke.................................................................. 1" Tail Piece, 6' long........................................................ 1" Compression End ........................................................ 24" diameter x 24" deep SDR51 PVC Meter Box........... 24" Cast Iron Flat Meter Lid............................................ Materials for 2" meter sets Main Diameter x 2" Saddle.............................................. 2" SDR9 Polyethylene Pipe ............................................. 2" Ball Valve.................................................................... 2" x 24" Brass Nipple ...................................................... 2" Meter Set..................................................................... 2" Male Iron Pipe x CTS Q nut........................................ 2" Close Brass Nipple...................................................... 2" Tail Piece, 6' long........................................................ 36" Diameter x 30" deep SDR9 Drisco Meter Box ......... 36" Square Meter Lid....................................................... Romac 101N Mueller B-25008 Mueller B-25146 Mueller B -2404R Mueller H-14227 Western Iron 111 Romac 101N James Jones J-1900 Ford VVB77- 1 5HD- 11-77 Ford C84-77 Tapping saddles shall be Romac 101N for C900 PVC and Ductile Iron and Mueller H1300 for ASTM 2241 PVC. Ford model CT553 inserts or approved equal are required for polyethylene service line. Connections on service lines shall be made with brass compression fittings (Mueller H 15403 or approved equal). Sweated or flared attachments are not acceptable. Part B, Materials 14 SPECIFICATIONS FOR WATER LINES Part C, Construction Methods 1. PIPE LAYING: All water pipe shall be laid and tested in strict accordance with the manufacturer's recommendations. For ductile iron pipe, ANSI/AWWA C600-99 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 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. Care shall be taken not to exceed the manufacturer's recommendations on the degree of deflection allowed per joint of pipe. A pipe bend shall be installed where necessary to maintain conformance to those recommendations. Pipe, regardless of type, shall be laid on 6 inches of bedding material (see Part B, 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 double 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. Part C, Construction Methods 15 All valves, bends, hydrant shoes and fittings (including in -line valves) shall have Megalug style retainer glands or approved equal. Valves, bends, reducers and other hardware near bends shall be positively bolted, all -threaded, or mechanically joined to each other. Bolted includes single and double flanged adapters (such as Foster Adapters or Swivel Adapters) which provide a solid bolted or mechanical joint type connection. For all -thread attachments, eye -bolt style attachments are not acceptable. Romac Ductile Lug style attachments or approved equal shall be used. All -threads shall be made of 316 stainless steel. Fire hydrant valves shall be positively connected to the water main. If the hydrant leg is greater than 20 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 restrained. Ninety degree (9a) 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. Where ductile iron pipe is being laid, polyethylene encasement shall be installed in accordance with ANSI/AWWA C105, latest revision, for either Method A, B or C installation. The encasement shall be provided for all fittings and all other buried iron appurtenances. The encasement shall be protected from prolonged exposure to sunlight to prevent deterioration of the polyethylene film. All ductile iron, brass, cast iron or stainless steel pipe, fittings and/or adapters shall have polyethylene encasement. Pipe marking tape shall be provided in all trenches for water line construction. Installation shall be per manufacturer's recommendations and shall be 18 inches above pipe line. A trace wire shall be installed six (6) inches above the top of pipe in all trenches shall be 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. 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: a) Land Level Normal to the Direction of the Pi eU line: 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 16 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: Fill must be installed first and properly compacted. Cover shall be measured from the top of the pipe barrel to the planned grade. d) Along Streets: The Cover along streets shall be measured either from natural ground (if no grading is proposed) or the curb elevation (based on grading plan). e) Under Streets: The cover under streets shall be measured from the top of the subgrade. Cover under streets may be determined by existing drainage structures, whichever results in the lowest absolute elevation of the pipe. Minimum depth for service lines under the subgrade of roadway is 36 inches and 24 inches to the meter box. Contractor shall not operate any live water valves. Calls to the water department for valves to be operated must be arranged prior to 10:00 a.m. one business day previous to the desired date of operation. 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 in the presence of the City Inspectors and the Engineer of Record. 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 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. Part C, Construction Methods 17 The Engineer of Record shall develop a flushing plan to ensure that all lines are properly flushed. The plan should specify the sequence in which valves and hydrants are to be opened and the duration thereof, ensuring complete flushing and protecting the City's water system from construction contaminated water. The volume to be flushed shall be no less than three but no more than five times the volume of the main to be flushed, and shall be metered through a fire hydrant meter. The flow shall be such that a flushing velocity of not less than 2.5 feet per second and preferably 3.5 feet per second or greater is attained. 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 tested at 150 percent (%) of the static pressure, minimum 200 psi, not to exceed 250 psi. The contractor shall provide all pumps or other equipment necessary to maintain the test pressure within 5 psi at the test point for a period of two hours. Fire hydrant valves shall be open during the pressure test. cl Leakage: The leakage test shall be conducted concurrently with the pressure test. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain pressure within 5 psi of the above specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. The leakage for water pipe shall be within the limits set out in AWWA C605-05, latest revision. No pipe installation will be accepted until the leakage is less than the number of gallons per hour as determined by the formula: _ LDI 148,000 L = allowable leakage, in gallons per hour; S = length of pipe tested in feet; D W 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 be located and repaired and the line shall be re -tested. All visible leaks shall be repaired regardless of the amount of leakage. A minimum of 10 percent of meter tails shall be tested for leakage as deemed appropriate by Part C, Construction Methods 18 the City Inspector or Engineer of Record. The test shall be conducted by the Contractor in the presence of the City Inspectors and the Engineer of Record prior to final inspection. The procedure for the test shall be as follows. 1. Select the meter tails to be tested 2. Install a ball valve at the end of the meter tail 3. Install a jumper in the meter yoke 4. Open the meter yoke valve 5. Visually inspect for leaks 6. Close the meter yoke valve 7. Remove the jumper from the meter yoke 8. 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 C65 1, latest revision, for Disinfecting Water Mains, continuous feed method, except that the placing of hypochlorite granules into the main during construction will not be permitted. The contractor shall take great care when flushing the line to assure proper drainage is available to prevent harm at any adjacent downstream location. Disposal of the disinfecting water shall be in a manner that will protect the public and the receiving waters from harmful concentrations of chlorine. Such disposal shall be in accordance with all applicable EPA and ADEQ regulations. After disinfection is complete, the Contractor shall then flush the disinfecting solution from the lines, and the treated water lines will then be placed into service. Bacteriological samples shall be taken by City personnel, only. Samples shall be taken on two consecutive days and shall be taken only on Monday, Tuesday, or Wednesday. 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 bacteriological 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. 2. Pipe Trench, Excavation: Part C, Construction Methods 19 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. Where the bottom of the trench at subgrade is found to be unstable or to include ashes, cinders, any type of refuse, vegetable or other organic materials, or large pieces of fragments of inorganic material which in the judgment of the Engineer should be removed, the trench shall be excavated and such material removed to the width and depth ordered by the Engineer. Before the pipe is laid the subgrade shall be made by backfilling with bedding material (Part B, Paragraph 5) in 6 inch un-compacted 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 and thoroughly tamped with the bracing in place. The Contractor shall provide sufficient pumps and sediment bags and other necessary equipment to keep the trench free of water which may accumulate. If the bottom of the trench becomes soft and muddy, the Contractor shall remove all such soft material and replace it with bedding materials approved in Part B of these specifications. Under no conditions shall pipe be laid in a trench that has not been properly dewatered. The length of trench that may be opened ahead of the pipe laying operation shall be determined by field conditions. The contractor is responsible for the proper restoration of open trenches damaged by the weather or by other means. If, because of such trench damage, a different type of pipe bedding system is required to provide proper pipe support, the extra expense of such revised bedding shall be borne by the contractor at no cost to the City. 3. Pipe Trench, Backfill: After the pipe bedding has been placed (including up through 6" above the pipe), the trench, excavated areas around valves, fittings, fire hydrants, and other appurtenances shall be backfilled with excavated material free from rock larger than 6 inches within 18" of the top of the bedding and 8" in diameter thereafter. In no case shall rock material from blasting operations be allowed in the trench. All pipeline trench backfill shall be placed in layers of appropriate thickness and compacted Part C, Construction Methods 20 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 under paved or driving surface areas as detailed below) shall be compacted to 90 percent (minimum) of that of the adjacent undisturbed soil. Unless specifically noted on the Plans, no density testing will be required to prove compliance with the 90 percent density requirement. Contractor is responsible for any trench settlement discovered at fmal inspection. In areas where the trench is parallel to or crosses any paved area or driving surface including streets, parking lots, future or planned streets, or driveways, the backfill shall be crushed stone as specified in Section 300 CRUSHED STONE BASE of AHTD Standard Specifications. 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 above paragraph when specifically approved by the City Engineer and compacted in 6 to 8 inch lifts to 95 percent of standard proctor. One density test per crossing shall be required. Where the trench runs parallel to the driving or paved surface one density test shall be required per 500 feet or portion thereof An additional test will be made for each test failure at approximately 100 feet either side of failing test. In areas to be topsoiled, the density of the backfill material shall be tested .at a depth of 12 to 18 inches below the finished grade prior to the placement of the topsoil. In open fields and other areas where deemed appropriate, the trench may be overfilled and allowed to settle prior to final surface replacement. Trenches may be flooded to promote settlement in areas where it is deemed appropriate. 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 Contractor 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 21 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. 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 ate can either fully open (if installed in the closed position) or close (if installed in the open position). A valve box as specified shall be provided for each valve used in a buried service application. The valve box shall be installed so as not to transmit shock or stress to the valve. The valve box 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. All valve box lids shall have a concrete collar placed around them. The collar shall be 18 inch square centered on the valve box lid and shall be 6 inches thick cast -in -place, except that on flat surfaces a round precast collar may be used. The top of the pad shall be flush with the top of the box and the surrounding ground or roadway surface. 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 through the box. 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 22 All hydrants shall stand plumb within a tolerance of 1/8 inch horizontally in 12 inches vertically. The nozzles shall be parallel with, or at right angles to, the street with the pumper nozzle facing the curb. Hydrants shall be set to established grade with the nozzle centerline at least 18 inches but no more than 24 inches above the ground. Nozzle shall not line up with the valve in close proximity, rotate hydrant slightly as required. 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 24 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 12 inches of the sidewalk. Follow standard details when practical. 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. 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 trench with concrete reaction backing. IN NO CASE SHALL THE CONCRETE BACKING BLOCK OR IMPEDE FLOW FROM THE FIRE HYDRANT DRAIN PORTS. All fire hydrants shall be tested by the contractor and/or engineer in accordance with Chapter 4 of AWWA Manual M17, latest revision. The contractor and/or engineer shall also perform flow testing of new fire hydrants in accordance with Chapter 6 of AWWA Manual M17, latest revision, and shall paint the hydrant bonnets and nozzle caps according to the following table: Part C, Construction Methods 23 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 a Fire 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-Uy: These specifications shall apply in all cases. The contractor shall 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. The method of cleanup for each of the classes defined above shall be as set out below. a) Class I Cleanup — Right of way, Lawns, Gardens, Etc. The trench shall be backfilled in accordance with these Specifications. After the topsoil has been replaced to the same depth as adjacent undisturbed areas over the damaged areas, the Contractor shall proceed immediately to hand rake the entire construction area to remove all rock 1/2 inch or larger in diameter. Debris of every type shall be removed and all damaged tree limbs shall be pruned. After the area has been raked and accepted, it shall be re -vegetated per Section 6100 LAWN AND GRASS RESTORATION. Where the existing ground cover does not contain any of the grasses as set out in the specification section identified above, 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 with the Pipe Specifications. After the backfill is completed and the surface over the Part C, Construction Methods 24 trench left slightly rounded, the area shall be machine raked to remove all rock to a condition equal to the existing surface on the better side of the adjacent existing right of way. All excess excavated material shall be removed from the site, including excess material which has accumulated around fence posts, trees, mailboxes, etc. All areas which have been disturbed, such as that caused by equipment tracks, shall be carefully backfilled and repaired as though it were a part of the actual trench excavation. After the area has been accepted, it shall be re -vegetated per Section 6100 LAWN AND GRASS RESTORATION. c) Class III Cleanup - Steep. Wooded or Rocky Areas. The trench shall be backfilled in accordance with the Pipe Specifications. After the trench backfill is complete, all damaged brush of every type shall be cut just below ground surface and all damaged limbs shall be trimmed. All brush and debris shall be disposed of by the Contractor and the entire area shall be machine raked so that the area of construction is in a condition equal to the existing surface on the better side of the existing adjacent right of way. After the area has been accepted, it shall be re -vegetated per Section 6100 LAWN AND GRASS RESTORATION. d) All Areas. All work within the construction area shall be cleaned to the satisfaction of the Owner. In general, all rocks, trash or rubbish of any nature shall be removed from the site of the work. During construction, the Contractor shall at all times keep work areas in a clean, neat and workmanlike condition. Excess pipe, excavation, brush and materials of construction shall be removed and disposed of as the work progresses. In built-up areas, including lawns, the job site shall be cleaned up immediately behind construction. Streets and driveways blocked by excess materials after basic construction is completed will not be tolerated. If the trench should settle while the Contractor is still on the job or within two (2) years of the project completion date, the Contractor shall make the required repairs at no additional cost to the Owner in accordance with the continuing responsibility provisions of these Specifications. Failure of Contractor to make necessary repairs during the two year period will be cause for Owner to make or contract for such repairs and invoice the Contractor for all costs. e) Restoration of Damaged Surfaces and Property. Where any pavement, trees, shrubbery, fences, poles or other property and surface structures have been damaged, removed or disturbed by the Contractor, whether deliberately or through failure to carry out the requirements of the contract documents, state laws, municipal ordinances, or Part C, Construction Methods 25 through failure to employ usual and reasonable safeguards, such property and surface structures shall be replaced or repaired at the expense of the Contractor. 1) 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. 9. Pavement Repairs: All pavements which have been removed or damaged shall be repaired in accordance with Section 6000 PAVEMENT REPAIR depending upon the type of pavement existing prior to construction. Where special paving surfaces exist, such as natural gravel, washed gravel, exposed 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 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 to traffic, and may close to through travel not more than two consecutive blocks, including the cross street intersected. Where traffic must cross open trenches, the Contractor shall provide suitable bridges at street intersections and driveways. 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 street. The closing of State Highways shall require approval of both the City and the State Highway and Transportation Department. Part C, Construction Methods 26 APPENDIX A Water Shut Down and Boil Orders FAYETTEVILLE 'ort�eurrKaWM5 DEPARTS' To. Jim Beaty y I3ngiaocr Frem: David Jurgens, Water/Sewer Date: 13 March, 2000 Re Water Shut Dom and Boil Onfria For Contractor Work Updated 13 March 2000 The Arkansas Dc artni i of Health Ms cMsgcd its boil order polity: This memo, snd the a# nuts to OflIEJ5 te&ot the cMs in that policy. These outh the q to be follow eda t a. raetornu ;m drown vmte rta any eu mm s d by the yetteville water tem Most of the eyes are in the attachments andin the semphog pro duets the Wsteiewer I pa at must thllow', there M ehatgcsh the contrames procedwies. TM pol ► shouldg to eft i ly. You caneasily tel iftbe (mm being used is the up€ ed form Thvsa aftalihiaw the following hoe neer the button► of the rote Lupfrd Iftlds liras is not preseri. the notice obt dete and should. be dscaide4. Firs t, sloth down waler to r customers for a pedjb sal be avoid wa r posszlk All possible its must be .mach to !cep watet wh' to all customers. `the t downi rl hospitals, heath tir , schools, ibod sendee bblt ts, day CfOcetis, �a l bones, homes with speCd1 girls., and other war- l lhcilities (as deter by be City), tenperaywa cc service mtistbcpivided .at the ce nttaclara or developer's er:,- In the event that wale;w be shirt off to a homer,each custom shall be notified no later tiii 72 low (or three workiug. days, whichever is kmger), in advance With a foray proms by the Water and ewet M�iteriance S€pedut 'dt, A oopy oftl J .rm is attached. itrn r is responsible to hand out lb adv notk= to each customer who will. be out Of serv' .aver 5jfr CQO io with the Water and Sorwetr Maw . Noti sh be d b uted to the castamers only ! IWed o$t,, ieeludhi the address list, and :subml to and approved by +a a�eritla„ the Wter/Se'i.Dtportnsc.nL The City reserves l matt to eshli. fir day arid tim. fcttht. water hutde. This may Made, but is nototlnnaiedto., req%1UI. that the slant down take plaC at the Lira Oflflhdnfl;.lit0g fbrthe our out, and will freqwafiy be e night aradlQr lr work Any costs it c'urret will he borue by the eDrttra tot When poseibie we would. life to have the work performed no isier ift the ale than' edraesda +, so we, OSil have the be ord.r results back in the same week as the work is firmed Appendix A 32 Steps ofthe process are as follows: 1; lil tjfy the potential need to shut down the water, F Coordinate with the Water/Sewer lent to ident1 ' exactly whst addresses will be iwterl and wr ut valves must be operated. Jointly eure dial all of these vats e in proper wotkirg fir. 3. Meet with thefbflowing to ensure all parties .am involved and fray awl ofthe project and w.het is involved This meetriig will ooh.be held at the City ngm of t least 4 wow da prior to the shut down, The following must attend> the destgnrng • engmecr (or i , the iontrac1or, the city's engineering inspector, and a representative oldie Water/Sewer The dctigniig cagier or contractor .must b wiffi them of to be afl Thy have detailed plyfor the work to be periba for autempe.r. Water5iS to be p5(J o n he made. with e'briticat water userprior to this points of tlepbcir for ea . ninat be on.l list� 4. Deliver the notices... .o the Water/Sewer Dc ent, with the list Con&tn thatthe b6 .on. is :approved. This be done prior to d't ting the notices to the customers. i Hand out notices to the ctomm t i day. in advance. Each individual a ,flo ss that is notifie ,must be written' down, aM a. copy o' List: he to the Water and E..epart no later than two w orl prior the tioea heir wed. 'lam list sloukd exactly teh the list. identified in advance,, per penigrab3, acv. If apartments or other strr ttne arc involve4 notice must h delivered, to each indIIVbJal msdcttce JAgallyMica can. not be putt haniailbxes. ... Corthmiwnh kith Euglu cring and wattaiSewN.mo late than 1 � a.ni. the day prior the work being perbrn<l to cotes mspection and valve ° m [Engioeerfrontractorl. 9. Notij Waler/Sewerwhen finished With job, catilake w ter samples for the boil off, 9. Issue boil. order releases when merle t` h r Water/Sewer Depailuiert will. the. rele , In sotre .cases the Water/Sewer may rehire the .contractor provide per nel to assist in l idit out the notices. I lave attache .two gate notices winch may hare to be distributed, The f is for water Iessui re ion, when no boil order wM be required. The send its when a boil ,nder wW be re.iuired. The decision of which is mired will be made inthe met g at Engi ' (step 3). Appendix A 33 JU1I4'j I P P UHF CtrY o MYO W#tt , AAHA5 SAN PI A1)T'I[ON , y BOIL WATER NOTICE rii I to scheikd water ma`ntaninyon arm I ntractor listed baton,. *md' supervision ofthcesi� hetnd halo mast siut the water c+ffto your truss or resld e, If you need to draw up water % use please before thiethnrwbeoffibws DATE O (a h I TU OFF icX TThIEON (a ; Onto your water .bas Urr IJ • Kansas ofHesalth (ADJI) requin adeCifFayctievilk Water and Sewer Depa1meat assue.tlu precauttonwy boll water notine The ADH re n ter bet for &k kir mrncl w agboiltleastoneminste. kcsthestoinedwbdcthjs boilorderis in effect be dim aed only boded war ed for malting :ine. Water ua€ d for bathing ` should rA* be a problen althuupji emaH thskkeiithoukl: be uperviseil to art they dc not hWA the water. In ad&ttoa to or in Beat oboihng the water, you may want to use bottled water from a rye m r e: This lam order will be in pct until the watt bee been tented and eppoved by the Ara,. l i t of Health bboratoty Tile .rases old I� in to 7 days. You wrrill be via w door as a as the Water . receives apptwai from ICt Stale Ise a Apin, this boil, mar a �' p tje Ttof in your water aie aiigtat; but for your sa and In a, State a . - this pttvtioniny boil order has been issued for yom business. If yuu have any q , please call one of the falkwwwing Contractora Lepdl 13 mmk 2000. %WS 0*n ma 1 1T�I9 "CrP09 RIN; 7 Appendix A 34 FAYETTEVILLE TH cwt Of AYUS 1� .IkRr WATERSYiTjjjCEIO THE CLOTO. ER WATER ?R1LSSUR REDIJCTI Y Y.' :AY ' �' �a ' 1 �4 � �. �°.Y -: Y 1i I �Y 3 �� 4 f -A - ;r, � '►� s, s ¢ MME TURNED BACK Oi.1 e): probably be re4u.. such that you 11 it lc water availaNe it your 1' 'kmcc or business. We are 2ttemptmg to makc thc rqrnns in this way o as to .mid hang to put your bormor business on a preeautjo. boil orter. As this is sin1y a temporary tedtctin ii pressure iff von€ goes as plaxnrad, there wif be no `rcqWiemCi1tfor the City to issue .a preesutionary boil orders Your water wili be pertct1y safe to drink as soon as ff tb repafr DiosIt work ss 'wr a and a bJtder �ney, u' fl l iriting, wben we the need ibrt boitonter is !Ie4. If you need to jjy. up water for use p e do so befbre the time will be rrdnc. ire. Jf you iveany questi. call one Of the %wrng; ................... hd Contactor em v*gyw4 t " DA DJ ROEt S atertSewer Mintenan. Supe�ntent 5 x75-3$6 13M%G. Pr.am Appendix A 35 r PL b is NOiftctionj4ress List Lededcomctdnjne ............. . Dab Drlbui oord.r ` Id Hand 0Ug.. R*ieMe 1. e!r d resss o. tf 32. 33. 11. 1 2. 38 a 37. .............. . 1s. D 17. i_ 44 1. QQ 17. AC*P Of the obi$g 4itdbtid dbiaUihd th thb€ i arni b sit b upon ccnnpfetlon to theW urMIntnan CWIonW phone a1ax413.13I5. LWkL Appendix A 36 SECTION 1000 GENERAL REQUIREMENTS AND PROCEDURES PART 1- GENERAL 1.01 WORK INCLUDED A. These Specifications for sanitary sewer design and construction are provided to outline the City of Fayetteville's procedures and minimum criteria for the design and construction of sanitary sewers within the City of Fayetteville, Farmington, Greenland, and all other areas which contribute flows to the City of Fayetteville sewage system. Throughout this document, the name City of Fayetteville shall apply for all entities in the City of Fayetteville Sewer Service area. B. The City Engineer's office is responsible for the issuance of construction permits for the installation of all sanitary sewer facilities constructed in the City of Fayetteville. Sanitary sewer facilities shall be designed and constructed in accordance with these Specifications. C. These Specifications set forth the minimum criteria for the design and all work in connection with the construction of sanitary sewers within the jurisdiction of the City of Fayetteville including the entire sewerage system and its appurtenances from the point of connection with the building plumbing to the discharge terminus of the treatment plants' outfalls. The City Municipal Code and all Ordinances of the City of Fayetteville shall be considered a part of these Standards; and all drawings, profiles, cut sheets, easement documents, and specifications shall conform to the standards and requirements herein established. Addenda and/or revisions to these Specifications may be issued periodically and will be distributed and made available to the public and contractors at the offices of the City Engineer. Users of this text are urged to review the latest revisions or editions to these Specifications to apprise themselves of any changes/revisions. D. Where the requirements of another jurisdictional authority having influence on work outside the purview of the City of Fayetteville are greater than that provided by these Specifications, the work shall conform to the greater requirement of that respective jurisdictional authority. E. The Owners of the project shall be responsible for procuring all necessary permits and licenses, paying all charges and fees, acquiring and recording all easements and giving all notices necessary and incidental to the work. F. All construction projects shall conform to these Specifications for acceptance by the City of Fayetteville. All construction drawings and specifications must be approved by the City of Fayetteville before construction begins. Full time construction observation services shall be provided by the Engineer of I000.doc record. Final acceptance testing will be coordinated with the City. The City of Fayetteville shall be given a minimum of forty-eight (48) hours notice prior to the commencement of construction for observation purposes. Notice shall be given no later than 10:00 a.m. the day prior to the activity requiring observation. G. These Specifications are provided with the intent of reducing project document assembly and agency review, and to provide for the highest quality construction methods and materials. H. The Specifications are a result of gathering information on the most current and applicable materials and test data available from sources such as ASTM, AWWA, AASHTO, etc. As new materials and techniques become available and acceptable, the Specifications may be revised and upgraded. I. These Specifications are written in imperative and abbreviated form. The imperative language is directed at the Contractor, unless specifically noted otherwise. Incomplete sentences shall be completed by inserting "shall", "the Contractor shall", "shall be", and similar mandatory phrases by inference in the same manner as they are applied to notes on the 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, all indicated requirements shall be performed whether stated imperatively or otherwise. J. Questions and comments concerning theses Specifications should be directed to the City Engineers Office, Administration Building, 125 W. Mountain St., Fayetteville, Arkansas, 72701 (479) 575-8206. 1.02 DEFINITIONS A. City — The City of Fayetteville. B. Engineer — The Engineer of record for the Owner or City C. Owner — Any Individual, partnership, firm, corporation or other entity who, as property owner, is initiating the work. D. Provide -- Furnish and install, complete in place, operating, tested and approved. E. Products — The materials, systems, and equipment provided by the Contractor. 1000.doc 2 1.03 SUBMITTALS A. Initial submittal for review shall be in PDF format. B. Five hard copies, and one PDF copy of submittal documents must be sent to the Engineer. C. Construction procedures other than those outlined in this specification shall be submitted for approval of the City of Fayetteville. D. Complete specifications covering any unusual or special construction procedures shall be submitted for approval and approval must be received prior to beginning any construction operations. E. A minimum review time of two (2) weeks shall be required on all submittals. 1000.doc (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 1000 1000.doc SECTION 2000 TRENCH SAFETY 170:;16M"DI0O MI 1.01 WORK INCLUDED A. The Contractor and the Owner are responsible for the ensuring that safe working conditions exist and safety procedures are being followed at the work site. The Contractor is responsible to notify OSHA of the commencement of all sewer construction. B. If the Contractor is working for any public body (state agency, county, municipality, school district, or other local tax unit or improvement district), they shall be responsible for notifying the Arkansas Department of Labor Safety Division, (501) 682-9091 when sanitary sewer construction jobs are to begin. A copy of a letter or reporting form shall be sent to the City of Fayetteville Engineering Division. C. Regarding Trench Safety Systems, the Contractor shall design, install, and maintain a "Trench Safety System" in strict compliance with OSHA (Occupational Safety and Health Administration) Part 1926 of the Code of Federal Regulations and all other applicable federal, state, and local requirements. 2000.doc (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 2000 2000.doc SECTION 2100 EROSION AND SEDIMENT CONTROL PART 1— GENERAL 1.01 WORK INCLUDED A. The Contractor shall accomplish temporary and permanent erosion protection related to grubbing, grading, excavation, paving, and other work as directed by the Engineer and as shown on the approved drawings. An erosion control plan shall be submitted to the Engineer prior to the commencement of construction. B. The Contractor is responsible for implementing Best Management Practices (BMPs) during construction activities, (including, but not limited to, sediment and erosion control structures) and achievement of final stabilization upon completion of construction activities. C. The Contractor shall be responsible for implementing all applicable requirements of the ADEQ General , Stormwater Permit for Construction Activity, the Spill Prevention Control and Countermeasures Plan (SPCCP), as required by USEPA, local Municipal Separate Storm Sewer requirements, and all other environmental regulatory requirements that are associated with the construction activities that they are contracted to perform. The Contractor is responsible for managing all materials, equipment, and activities at the work site in a manner that is in compliance with local, State, and Federal environmental regulations. PART 2 —PRODUCTS Not used PART 3— EXECUTION 3.0 TEMPORARY EROSION CONTROL The Contractor shall construct temporary berms, dikes, dams, ditching or sediment basins, and maintain such control features until permanent erosion control features are placed all in accordance with the City or State "Erosion Control Standards". 2100.doc 3.01 SILT FENCES A. Silt Fences: In areas where silt fencing is required, Contractor shall use the following installation specifications: 1) Posts for silt fences shall be 2 -inch diameter pine, 2 -inch diameter oak, or 1.33-lb/linear ft. steel with a minimum length of 3 feet.' 2) Contractor shall use silt fence geotextile fabric specifications, in accordance with Section 625 of the Arkansas 2003 Standard Specifications for Highway Construction: Type 3 or Type 4. Only those fabric types specified for use as silt fence by the manufacturer shall be used. 3) Filter fabric shall be stretched and securely fastened to the fence with wire fasteners, staples, or preformed clips. 4) Fabric shall be attached to "upgradient" side of posts to prevent stormwater flow from tearing fabric from posts. 5) All silt fences shall be installed at level grade following contours. Both ends of each fence section shall be extended at least 8 feet upslope at 45 degrees to the main fence alignment to allow for pooling of water and prevent stormwater runoff from flowing around end of silt fence. 6) Ends of a silt fence shall be tied into the landscape to prevent flow around the end of the fence before the pool reaches design level. Contractor shall provide stabilized outlets to protect the fence system and release storm flows that exceed the design storm. At fabric ends, both ends shall be overlapped a minimum of 6 inches, folded, and secured to the fence. The fabric toe should be placed in the bottom of the trench, backfilled, and compacted. 7) Contractor shall be responsible for maintenance of silt fences. Silt accumulations shall be removed before they reach 1/3 of the silt fence height. Silt fences shall be replaced, as necessary, should they fail to achieve adequate sedimentation control. 8) Contractor shall ensure that the depth of impounded water does not exceed 1.5 feet at any point along the silt fence. 9) The design life of a synthetic silt fence should be approximately 6 months. 2100.doc 2 10) The slope length is the distance from the fence to the drainage divide or the nearest upslope channel. The maximum slope length above silt fence shall not exceed the following dimensions: Maximum Slope Length (ft) Above Fence Slope — Percent 18»Inch High Fence 30 -Inch High Fence 2 (or Less) 150 500 5 100 250 10 50 150 15 35 100 20 25 70 25 20 55 30 15 45 35 15 40 40 15 35 45 10 30 50 10 25 11) "Super" silt fence with chain -link fencing or 2 -inch by 4 -inch wire backing shall be used to control runoff from small disturbed areas where the maximum slope lengths for standard 18 -inch or 30 -inch silt fence cannot be met and sufficient room for construction of sediment traps or basins does not exist. 12) "Super" silt fence shall not be used in areas where rock or rocky soils prevent the full and uniform anchoring of the fence or proper installation of the fence posts. It shall be used only where access exists or can be made for the construction equipment required to install and remove the fencing. 13) Wire reinforcement for "super" silt fence shall be a minimum 14 gauge and a maximum mesh spacing of 4 inches. 14) The maximum slope length above any "super" silt fence should not exceed the following dimensions: Slope Percent Maximum Slope Length (It) 2 (or less) 1,000 5 500 10 300 20 200 30 100 40 75 50 50 15) Poles for "super" silt fence shall be 2.5 -inch diameter galvanized or aluminum posts, or 4 feet long steel "T -posts", set at 6 -feet maximum spacing. Poles 2100.doc 3 shall be driven a minimum 18 inches below the ground surface and extend a minimum of 30 inches above the ground surface. 16) The "super" silt fence shall be entrenched into an 8 -inch deep trench and the disturbance on the downslope side shall be minimized. The bottom of the trench should be at level grade. Maximum deviation from level grade should be 5 percent, and not extend for more than 50 feet, where practicable. 17) "Super" silt fence shall be installed at level grade. Both ends of each fence section shall be extended at least 8 feet upslope at 45 degrees to the main fence alignment to allow for pooling of water. 18) Silt fence shall be installed so as to serve a 10 -year peak storm event. A 10 - year, 24 -hour peak storm event equates to approximately 5 inches of rainfall, resulting in 2.3 inches to 4.9 inches of runoff 19) Silt accumulations shall be removed before they reach 113 of the silt fence height. 3.02 STRAW BALE CHECK DAMS A. According to the EPA BMP Manual, the use of hay bales in concentrated flow areas is not recommended as a best management practice_ B. Contractor shall use straw bale check dams only where the following conditions apply: 1) Where contributing area is approximately 1/2 acre, or less. 2) Where there is not concentration of water in a channel above the barrier. 3) Where length of slope above the barrier is less than 100 feet. 4) Where straw bales are used in conjunction with silt fence. C. Straw bales shall not be used on high silt producing areas, above high -risk areas, where water concentrates, or where there would be a possibility of a washout. D. Straw bales shall not be used in excess of a three-month time period. If construction continues beyond this time period, the existing straw bales shall be replaced with new bales. 2100.doc 4 E. Contractor shall install straw bales to the following specifications: 1) Anchors shall be No. 5 reinforcing bars, 2 inch x 2 inch oak stakes, or steel pickets. 2) A trench shall be excavated along the areas where straw bales will be used to a depth of 4 inches and to the width of one straw bale. The straw bales then shall be placed in the trench with excavated material placed on upgradient side of the check dam and compacted. 3) Straw bales shall be anchored with a minimum of 2 stakes or rebars per bale, driven into the underlying soil, making sure that the binding wire or twine is facing the sides and not touching the soil. The first stake into each bale shall be driven toward the previously laid bale to force them together. 4) Spacing between the bales shall be tightly chinked with loose straw and overlapped with an additional straw bale. 5) Ends of a check dam shall be angled outward and upgradient to prevent flow around the end of the check dam before the pool reaches design level. 6) After straw bales are in place the excavated soil shall be backfilled against the upslope side of the straw bales to a height of 4 inches after compacting. 7) Straw bales shall be routinely inspected to determine if any repairs or replacements to the straw bales are needed. If it is determined that the straw bales need to be repaired or replaced, the work will occur immediately. Silt accumulations shall be removed before they reach 1/3 the barrier height. 3.03 WATTLES A. Wattles are a sediment and stormwater velocity control device. They are tubes of straw, rice straw, or coconut husk encased in ultraviolet (UV) degradable plastic netting or 100% biodegradable burlap material. Wattles help stabilize slopes by breaking up the length, and by slowing and spreading overland water flow. B. Wattles may be suitable along the toe, top, face, and at grade breaks of exposed and erodible slopes to shorten slope length and spread runoff as sheet flow; at the end of a downward slope where it transitions to a steeper slope; along sidewalks and curbs to prevent sediment from washing into gutters; around storm drains and drop inlets; down -slope of exposed soil areas; and around temporary material spoil and stockpiles, such as topsoil and for streambank (sensitive area) protection. 2100.doc C. Contractor shall install wattles to the following specifications: 1) Installation of wattles begins by constructing a shallow trench, 2 to 4 inches deep, and shaped to accept the wattle, along the contour of the slope. All debris (rocks and clods) that would prevent close contact between the wattle and soil should be removed. The wattle is placed in the trench, and excavated material from the trench is packed tightly along the base of the wattle, on the uphill side. The wattle should be secured with 1 -inch by 1 -inch wooden stakes. The stakes should be placed at a 4 -foot spacing and driven in perpendicular to the slope through the center of the wattle leaving less than 2 inches of stake exposed above the wattle. The terminating ends of each wattle installation should be turned uphill a minimum of 6 inches to prevent runoff from flowing around the ends of the wattle. 2) Flat ground application. Install along sidewalks and behind curbs, fitting tightly against the concrete before backfilling, then backfill the wattle to create a trench. 3) Storm drain inlet protection. Wattles placed along the back of curb should be offset, as required to go around structures such as curb intakes that project behind the back of curb. At these locations, the wattle should be placed behind the structure (not over it) and shaped to direct water around either side of the structure to prevent ponding. At area intake locations, a shallow trench should be constructed 1 to 2 feet away from the edge of the intake. The wattle should be placed in the trench and firmly staked in place. 4) Slope application. Wattles should be installed on the contour from the bottom of the slope upward. 5) Materials. Wattles can be made from straw, rice straw, coconut husk, or other approved material. The netting consists of biodegradable burlap or ultraviolet (W) degradable plastic netting. Straw should be Certified Weed Free Forage, by a manufacturer whose principle business is wattle manufacturing. Coir (coconut fiber) can be in bristle and mattress form, and should be obtained from freshwater cured coconut husk. 6) Application. Wattles are available in a variety of diameters ranging from 9 inches to 20 inches. The most common sizes are 9 and 12 -inch wattles. The allowable spacing for these diameters shall be, as follows: Slope Spacing Intervals (It) 9" Diameter 12" Diameter <4:1 20 40 2:1 to 4:1 15 30 2:1 or greater 10 20 2S OO.doc 6 7) For soft, loamy soils, the spacing interval should be decreased. For hard, rocky soils, the spacing interval may be increased. 8) For highly erosive soils, and for slopes 2:1 or greater, an additional row of wooden stakes should be provided on the downhill side of the wattle. 9) Maintenance. Repair or replace split, torn, unraveling or slumping wattles. If the wattle is used as a sediment capture device, or as an erosion control device to maintain sheet flows, sediment that accumulates in the wattle must be periodically removed when accumulation reaches one-half the designated sediment storage depth, usually one-half the distance between the top of the fiber roll and the adjacent ground in order to maintain effectiveness. If wattles are used for reduction of slope length, sediment removal should not be required as long as the system continues to control the grade. Additional sediment control practices are required to be used in conjunction with this type of application. 3.04 PIT/TRENCH DEWATERING A. Water removed from open pits and/or trenches shall have silt removed prior to leaving the immediate site of construction. Silt shall be removed by natural vegetation, a straw bale trench dewatering inlet device, settling pond, filter bag, a rock/geotextile fabric sediment trap/basin, or other appropriate sediment control measure. Water filtered through a basin shall not violate any water quality standard and shall have efficient sediment/silt removal prior to discharging to a waterbody. B. Contractor shall be responsible for providing adequate number of pumps for prompt and efficient dewatering. Ends of discharge hoses shall be provided with flow dispersion and filtration devices to prevent scouring of surface soils, discharge of turbid water, and/or washout of stream banks. Discharges from dewatering activities shall not be conveyed into or upon any roadside ditch, curb and gutter, street or publicly used thoroughfare. C. The direct discharge of silty/muddy water to a stream is strictly prohibited. D. The direct discharge of silty/muddy water off of the project site is strictly prohibited. E. The direct discharge across areas of equipment access points and/or construction haul roads is strictly prohibited. F. Contractor is solely responsible for adequate maintenance of dewatering filtration and sedimentation structures to assure they are working in an efficient manner. 2100.doc 7 3A5 OTHER CONTROLS A. A dedicated concrete truck wash out area shall be maintained to include adequate containment to prevent runoff of concrete truck wash water. Concrete truck drivers shall be notified to use wash out area. B. Contractor shall follow the appropriate waste storage and disposal practices, as per applicable environmental regulatory requirements. Solid waste dumpsters/roll-offs, or other appropriate waste receptacles will be maintained and used at the site. Good housekeeping practices will preclude trash, construction wastes, and debris to be dumped or scattered on the construction site. There shall be no open burning of any waste material. No solid materials, including building materials, shall be discharged to waters of the State. C. No liquid waste chemicals, fuels, and/or oils are to be leaked or spilled on ground surfaces. Bulk storage of liquid chemical wastes will be provided with secondary containment with a capacity sufficient to contain the volume of the largest container within the secondary containment. All waste materials shall be stored in a manner to prevent releases and should be disposed of by a qualified waste disposal firm at an acceptable waste disposal facility. Records of the disposal of all solid, hazardous, non -hazardous, and liquid wastes are to be maintained by the Contractor. Contractor shall notify the Engineer of any spills or leaks that occur in spite of the preventive measures taken. Contractor will prepare a report of any spills or leaks in accordance with the reporting and recordkeeping measures described in the BMPs. No contaminants from fuel storage areas, hazardous waste storage and truck wash areas shall be discharged to waters of the State. These areas should not be located near a water body, if there is a water body on or near the project. D. Contractor shall maintain compliance with applicable State and/or local sanitary sewer, septic system, and waste disposal regulations. E. Used and/or waste oil generated from equipment maintenance is exempt from the hazardous waste rules, as long as it is transported offsite to be recycled/reused. Contractor shall be responsible for disposal of waste oils, fuels, and fluids at a recycling/reuse facility and shall provide written documentation of the final waste disposal method and facility location, including EPA identification number of transporter and disposal facility to the Engineer. F. Off -site vehicle tracking of sediments and the generation of dust must be minimized. Measures such as stone at construction access points, parking areas, and unpaved roads that carry significant amounts of traffic (e.g. more than 25 vehicles per day), providing entrance wash racks or stations for trucks, and/or street sweeping shall be implemented where appropriate. Application of water to construction haul roads should be done, as appropriate, to control dust generation. Application of excessive levels of water that create mud should be avoided. 2100.doc 3.06 PERMANENT EROSION CONTROL A. The Contractor shall incorporate permanent erosion control features into the project at the earliest practicable time as the construction progresses all in accordance with the City or State "Erosion Control Standards", and the following as necessary: 1. EROSION CONTROL FABRIC a. The fabrics shall act to block the force of rain and act as a mulch. b. The mat shall be clean and weed free using biodegradable materials that will not leave a residue. c. The application of the specific seed, lime, and fertilizer shall be applied immediately before laying the fabric. d. The fabric shall be laid according to the manufacturer's recommendations and as approved by the City. 2. RIPRAP a. Riprap shall be placed where indicated on the approved plans and in accordance with the State of Arkansas Highway Standards. b. The type of riprap required shall be indicated on the approved plans and as directed and approved by the City. 3. SEED/SOD a. Seed mixtures and mulched seeding shall be placed as early as practicable to keep the area of bare soil exposed at any one time by construction operations to a minimum. b. Sod shall be placed as shown on the approved Drawings and as directed by the City. c. Seed and sod shall be placed according to Section 6100. 4. GABIONS (STONE FILLED) a. Gabion materials shall be non -corrosive, high strength polyethylene, or galvanized steel. b. Stone fill material shall be placed in the gabion by hand. The stone shall be hard durable rock not less than three (3) inches. 21 OO.doc 9 c. The gabion shall be constructed, installed, and filled as recommended by the manufacturer and as directed by the City. 3.07 APPROVED ALTERNATIVES A. The Contractor may use alternate permanent erosion control protection methods only with written authorization from the City. END OF SECTION 2100 2100.doc 10 SECTION 2200 SITE PREPARATION PART 1- GENERAL 1.01 WORK INCLUDED A. Excavation, grading, cutting and removal of trees, shrubs and underbrush, and the removal of any debris existing above natural ground surface and within the cleared area necessary to permit the construction of the improvements. 1.02 RELATED WORK A. Section 3100 - 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 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 the Arkansas One Call System before excavating. PART 2- MATERIALS Not used PART 3- EXECUTION 3.01 GENERAL A. The Contractor will be required to submit a plan to build access roads/trails for approval by the Engineer. 2200.doc 1 B. It shall be the responsibility of each bidder to examine the site carefully and make his own calculations as to costs to be incurred by reason of the requirements of this section. C. Trees, shrubs, underbrush and debris removed from the improvement right of way shall be disposed of by the Contractor in a manner approved by the City. 3.02 SITE PREPARATION A. Clear areas necessary for performance of the work and confine operations to that area provided through easements, licenses, agreements and rights -of -way. Entrance upon any lands outside of that area provided by easements, licenses, agreements or public rights -of -way, shall be at the Contractor's sole liability. B. Do not occupy any portion of the project site prior to the date established in the Notice to Proceed without prior approval of the Owner. C. Contractor shall be aware of certain requirements by individual property owners as stipulated in easement documents pertaining to the project. D. Remove, relocate, reconstruct or work around natural obstructions, existing facilities and improvements encountered during site preparation as herein specified. Take care while performing site preparation work adjacent to facilities intended to remain in place. Promptly repair damage to existing facilities. Dispose of waste materials in a satisfactory manner off the work site. E. Protect, move, or brace public and private utilities as required by the affected utility. F. Maintain mailboxes in the manner that the Postal Service requires to prevent, interruption of mail delivery. G. Site preparation includes the removal of trees, shrubs, brush, crops, and other vegetation within the limits of the easements (right-of-way), or as may be provided for in licenses, permits and agreements. 1. Trees and Shrubbery Al! trees and shrubs located within the utility easements and the area of work within the AHTD right of way shall be removed unless otherwise noted on the plans or in the attached side letters. This removal shall be done throughout the job at one time to provide a clear corridor for all of the utility relocations necessary for this highway project. All trees 10" in diameter and greater shall be removed with root ball attached and have a minimum trunk length of 15' attached. The entire length of the main stem of the trees should remain intact. All limbs shall be removed. The root 2200.aoc 2 wads can be compressed or crushed to facilitate transport. The trunk and the root ball shall be delivered to the WCRC as directed by the owner. Delivery location will be no more than 15 miles from the project location. 2. Small Plants and Flowers a. At least two weeks prior to the start of construction, notify property owners of the proposed starting date so that the property owners can remove any small plants or flowers. 4. Protection of Existing Facilities a. The Contractor shall notify all property owners in the immediate vicinity of the construction area that may be affected by the construction activities a minimum of 24 -hours before starting work in that area. The notification shall include a description of the work, work hours, and a 24 -hour contact name and number for the contractor. b. Fences interfering with construction, and located within public rights -of -way or as may be allowed for in permits or agreements, may be removed only if the opening is provided with a temporary gate which will be maintained in a closed position except to permit passage of equipment. and vehicles, unless otherwise herein specified. Fences within temporary construction easements may be removed provided that temporary fencing is installed in such a manner as to serve the purpose of the fencing removed. Fencing removed shall be restored to the condition existing prior to construction unless otherwise specified. The Contractor is solely liable for the straying of any animals protected or corralled or other damage caused by any fence so removed. d. Driveways and driveway approaches removed or damaged during construction shall be restored to the original condition or better condition prior to construction. Make every reasonable effort to protect private sewer facilities. Private sewer facilities may not be shown on the Plans. f. Preserve property corners, pins and markers. In the event any• property corners, pins, or markers are removed by the Contractor, such property points shall be replaced at the Contractor's expense and shall be re -set by competent surveyors properly licensed to do such work. In the event such points are section corners or Federal 2200.doc 3 land corners, they shall be referenced and filed with the appropriate authority. g. Where existing utilities and service lines are encountered, notify the owner thereof at least 48 hours (not including weekends and/or holidays) in advance of performing any work in the vicinity. h. Excavate, install pipeline and backfill in the vicinity of such utilities in the manner required by the respective owner and, if requested, under his direct supervision. The Contractor shall be responsible for damages to a public or private utility that may occur as the result of the construction. i. Protect, move, or brace public and private utilities as required by the affected utility. j. Make a reasonable effort to ascertain the existence of obstructions and locate obstructions by digging in advance of machine excavation where definite information is not available as to their exact location. Where such facilities are unexpectedly encountered and damaged, notify responsible officials and other affected parties and arrange for the prompt repair and restoration of service. END OF SECTION 2200 2200.doc 4 SECTION 2300 EXCAVATION, BACKFILLING, AND COMPACTING PART 1- GENERAL 1.01 WORK INCLUDED A. Excavation, backfihIing, 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 D. Section 6000 - Pavement Repair E. Section 6100 - Lawns & Grasses 1.03 QUALITY ASSURANCE A. One moisture/density relationship test (AASHTO T-99 with Note 7, or AASHTO T-180 with Note 8) shall be taken at the beginning of the project, and one additional moisture/density relationship test shall be taken for every 5,000 cubic yards of imported material. ASTM testing methods for moisture/density relationships may not be used for embankment and subgrade materials. B. Determine the field density of backfill in accordance with AASHTO Designation T-147. C. A minimum of one density test per 500 lineal feet of pipe or portion thereof when the pipe is located in the street or under the curb and gutter. 1.04 REFERENCES Not Used. 2300.doc 1 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. 1.07 SEDIMENT CONTROL The Contractor shall be responsible for all sediment control in accordance with Section 2100 — Erosion and Sediment Conrol. PART 2- PRODUCTS 2.01 EMBEDMENT MATERIALS - GENERAL A. Embedment materials are restricted to materials as described below. 2300.doc 2 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. 2.02 CLASS I EMBEDMENT MATERIAL Class I embedment material shall be in accordance with ASTM D 2487, latest edition and shall conform to class 1 embedment materials in accordance with ASTM D 2321, latest edition. Material shall meet the grading requirements of ASTM C 33, gradation 67, commonly 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. 2.03 SELECT NATIVE BACKFILL MATERIAL Select native material shall be good earth, sand, or gravel that is free from large rocks or hard lumpy materials. Never use materials of perishable, frozen, spongy or otherwise unsuitable nature as select material. 2.04 FLOWABLE FILL MATERIAL Flowable fill material for select backfill across streets, roads, and driveways shall be Flowable Select Material conforming to the Standard Specifications of the Arkansas Highway & Transportation Department, latest edition. 2.05 RIPRAP Riprap material for bank stabilization and erosion control shall conform to the Standard Specifications of the Arkansas Highway & Transportation Department, latest edition. Riprap shall be designed by an Engineer for the application, including area, size, and depth of placement. 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 necessary to be carried below or beyond that which is 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. 2300.doc 3 D. Dewater all excavations before any construction is undertaken in accordance with Section 2100 of these specifications. E. Install pipe only in dry trenches. Place concrete upon dry, firm foundation material only. 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 permission of the owner of the property. A copy of the written permission must be forwarded to the Engineer along with any permits as may be required by the governing authority, city or county. Grading permits are required for any disposal within the City of Fayetteville city limits. 3.03 SEWER FLOW CONTROL A. Plugging or Blocking: A sewer line plug shall be inserted into the line upstream 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. 2300.doc 4 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. 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. 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 TRENCH DEWATERING A. Dewater all trenches, in accordance with Section 2100, 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. 2300.doc 5 4. Keep all dewatering equipment in continuous operation until backfill is completed. C. Pump, pipe, and drain all water resulting from dewatering operations into a properly designed dewatering structure or device in accordance with Section 2100. 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. 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; 2. Provide suitable means for constructing the sewer line; 3. To maintain the trench free from slides or cave-ins; 4. And, to protect public or private property, including existing utilities, buildings, streets, or other structures that are close to the trench. B. Follow all governing OSHA safety regulations. 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 24 -inches above the outside top of the pipe shall not be exceeded unless specifically authorized by the Engineer. 2300.doc 6 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. The pavement shall be repaired in accordance with Section 60O0 — Pavement Repair. Contractor is responsible for damage to paved areas by construction equipment outside the limits of trench excavation. 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 200O — 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. 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 2300.doc 7 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. 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 in unpaved areas. 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. 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. Tracer wire shall be installed six (6) inches above the top of pipe. D. Compact all bedding material to a minimum density of 80% standard proctor as outlined in AASHTO T-99. 2300.doc 8 E. Install pipe in accordance with Section 3100 - Sanitary Sewer Pipelines. 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 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. 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. Tracer wire shall be installed six (6) inches above the top of pipe. 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, unless approved by the City of Fayetteville. F. Install pipe in accordance with Section 3100 - Sanitary Sewer Pipelines. G. Backfill and compact the excavation. 3.12 MANHOLE EXCAVATION A. 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. 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. 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. 2300.doc 9 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 thirty-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. 2300.doc 10 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. B. Leave at least (12) inches between the outer surface of miscellaneous structures and the excavation or shoring. 3.16 RIPRAP A. The slope shall be properly prepared to receive riprap and shall include all necessary excavation and backfiIl 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 CLAY OR CONCRETE DAM A. Bentonite clay dams or concrete dams shall be constructed at each connection location of new sewer pipe to the existing sewer system. Dams are to be constructed to control the migration of groundwater from the new sewer trench to the exiting sewer sewer system. Dams shall be constructed in the sewer trench, outside the limits of excavation for manholes. Hand excavate a minimum of six inches around the outside of the sanitary sewer and a minimum of six inches into the trench wall along the pipe. The hand excavated void around the pipe shall be filled with bentonite clay pellets or concrete and a form shall be used to hold the clay pellets or concrete in place. The form may be left in place after backfilling and restoration. 2300.doc 11 (THIS PAGE INTENTI0NALL LEFT BLANK) END OF SECTION 2300 2300.doc 12 SECTION 3000 PIPE, FITTINGS, AND MATERIALS PART 1- GENERAL 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 RELATED WORK A. Section 3100 - 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. 1.04 REFERENCES Not Used. 3000.doc 1 PART2-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 bedded as required for larger PVC pipe. C. Fittings for service lines shall be: 1. SCH 40 PVC with joints same as water main pipe. 2.03 CLEANOUTS A. Cleanouts shall be Two -Way Memphis Code, SCH 40 PVC with screw type plug. B. Cleanouts under asphalt or concrete shall be hub and spigot cast iron soil pipe and fittings manufactured by Tyler Pipe in accordance with ASTM A 74 and ASTM C 564 standards. 1. Two -Way Memphis Code Cleanout 2. Riser — 4" hub and spigot 3. 2-20 Extension Cleanout — 8" length 4. 3-1/2" Type S Plain Countersunk Brass Plug 3000.doc 2 2.03 POLYETHYLENE ENCASEMENT (PIPE WRAP) A. Polyethylene encasement shall be in conformance to ANSI/AWWA C105, latest revision. The virgin linear low -density polyethylene film shall have a minimum normal thickness of .008 inches (8 mils), and shall be provided in either flat tube or sheet form. B. The color shall be black with nominal 2% carbon black UV inhibitor and printed per the AWWA C105 standard. C. All buried iron pipe and fittings shall be double wrapped. 2.04 INTERIOR EPDXY LINING FOR DUCTILE IRON PIPE AND FITTINGS A. A 40 mil nominal dry film thickness 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. B. All cut ends shall be immediately repaired with a field epoxy touch-up kit. 2.05 DUCTILE IRON PIPE FOR GRAVITY MAINS A. Minimum wall thickness: Thickness Class 50 or 51 according to ANSI/AWWA- C l 50/A 21.50: Thickness Design of Ductile Iron Pipe B. Gravity Sanitary Sewer ASTM A 746: Ductile Iron Pipe Gravity Sewer Pipe C. A 40 mil nominal dry film thickness 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. All cut ends shall be immediately repaired with a field epoxy touch-up kit. D. Joint connections, pipe and fittings: 1. Push on and mechanical rubber gasket joints: ANSI/AWWA C1 I I/A2 1.11. 2. Flanged: ANSI/AWWA Cl 15/A21.15, ANSI B16.1. 3. Grooved and shouldered ANSI/AWWA C606. 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 3000.doc 3 conspicuously painted in white on the outside of each joint of pipe and each fitting after the exterior coating has hardened. F. Corrosion Control 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 2.06 DUCTILE IRON FITTINGS A. All ductile iron fittings shall conform to the requirements of ANSI/AWWA Cl 53121.53, latest revision, for Ductile Iron Compact Fittings. All fittings shall be fusion -bonded epoxy coated inside and outside in accordance with ANSI/AWWA C116/A21.16. 2.07 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. 2.08 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. 3000.doc 4 2.09 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 1/2 inch as shown in the Standard Detail Drawings. 2.10 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. 2.11 SERVICE 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 SCH 40 PVC service line pipe as specified herein. 2.12 MECHANICAL JOINT RETAINER GLANDS A. Restraint devices for mechanical joint fittings and appurtenances for nominal pipe sizes 3 inch through 48 inch shall consist of multiple gripping wedges incorporated into a follower gland meeting the applicable requirements of ANSI/AWWA C11 0/A21.10. B. Mechanical joint retainer glands shall be made from ductile iron and shall be designed for a working pressure of at least 350 -psi for 3 -inch through 16 -inch pipe and at least 250 -psi for 18 -inch through 48 -inch pipe. The retainer gland shall be MEGALUG mechanical joint restraint with MEGA -BOND coating system for corrosion resistance and manufacturing traceability as manufactured by EBAA Iron, Inc., or equal. 3a0a.doc 5 2.13 BOLTS A. All bolts for valves, fittings, and restraints shall be 316 stainless steel. 2.14 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 Engineer shall submit a design fatigue analysis to determine which material will be used. 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 modification to be adding manholes. 1. POLYVINYL CHLORIDE (PVC) FORCE MAIN (12" and smaller) a. Pipes: PVC force main pipe shall conform to ASTM Specification D-2241, Standard Specification for Polyvinyl Chloride (PVC) Plastic Pipe (SDR PR). The material used shall conform to ASTM Specification D-1784, Standard Specification of Rigid Polyvinyl Chloride and Chlorinated Polyvinyl Chloride compounds, Class 12454-B (PVC 1120). The minimum DR rating acceptable shall be DR 14. AWWA C900 for PVC Pressure Pipe All plastic pipe and couplings shall bear identification markings in 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 the proper location to allow field checking of the correct setting 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 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. 3000.doc 6 The lubricant shall have not deteriorating effects on the gasket or the pipe. The lubricant containers shall be labeled with manufacturer's name. Gaskets shall meet all applicable requirements of ANSI Standard A-21.11. c. 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 fusion -bonded epoxy coated inside and outside in accordance with ANSI/AWWA C116/A21.16. 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. Gate valves, ANSUAWWA C509, (up to 10 -inch) or full -port plug valves, ANSI/AWWA C517, (12 -inch and larger) shall be installed along its length, not to exceed 1000' unless a variance is approved by the City for long force mains, and shall be marked sewer. An empty valve box shall be installed in the vicinity of the discharge manhole and at fittings that cause a change in direction where the tracer wire can be brought to grade for a point of connection to aid in tracing the force main_ The valve box shall be marked sewer. A 2 -inch SCH-40 PVC pipe shall be installed in the empty valve box. The pipe shall have a pipe marker label affixed and further labeled "No Valve, Tracer Wire Only." 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. f. Installation: The installation shall conform to the requirements of the manufacturer, the AWWA Standard and as indicated on the drawings and specified herein. g. 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. 3000.doc 7 h. Certification: The Contractor shall upon request furnish the Department with manufacturer's certification stating that the pipe supplied meets or exceeds all requirements of the applicable ASTM standards and these Standards. 2. DUCTILE IRON FORCE MAIN PIPE a. Material: Ductile Iron Pipe in diameters from six (6) 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 fusion -bonded epoxy coated inside and outside in accordance with ANSI/AWWA C116/A21.16. c. 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. U. Gate valves, ANSI/AWWA C509, (up to 10 -inch) or full -port plug valves, ANSI/AWWA C517, (12 -inch and larger) shall be installed along its length, not to exceed 1000' unless a variance is approved by the City for long force mains, and shall be marked sewer. An empty valve box shall be installed in the vicinity of the discharge manhole and at fittings that cause a change in direction where the tracer wire can be brought to grade for a point of connection to aid in tracing the force main. The valve box shall be marked sewer. A 2 -inch SCH-40 PVC pipe shall be installed in the empty valve box. The pipe shall have a pipe marker label affixed and further labeled "No Valve, Tracer Wire OnIy." 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. 3000.doc e. Joints: Mechanical joints, slip or flanged joints shall be provided. Mechanical joints and accessories shall conform to AWWA Standard C-111, ANSI A-21.11. The bolts and nuts shall be 316 stainless steel. Push -on joints with rubber O-ring gaskets shall comply with 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. f. 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. g. Certification: The Contractor shall upon request furnish the City 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. 2.15 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 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.Z. 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. 3000.doc 9 2.16 TRACER WIRE A. Tracer wire shall be 12 -gauge, solid coated copper or coated copper clad steel for underground burial. B. Jacket color shall be GREEN, and made of High Density Polyethylene (HDPE) or High Molecular Weight Polyethylene (HMWPE) designed for direct burial. C. Connectors shall be used for all splices or repairs. Connectors shall be moisture displacement style as manufactured by 3M DER, or equal. D. A locate or conductivity test shall be performed prior to signing off on the project. 2.17 WARNING TAPE A. Non-metallic sanitary sewer marking tape shall be warning tape as manufactured by Rhino Marking and Protection Systems, Harris Industries, Inc., or approved equal. B. Tape shall have a minimum thickness of 4 mils and manufactured with heavy metal - free polyethylene tape 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 3 -inches. Standard rolls shall be 1000' length. C. The tape shall be color coded Safety Green and imprinted with the following message: Caution — Buried Sewer Line Below 2.18 PIPELINE MARKERS A. Sewer pipeline markers shall be TriView Marking System by Rhino Marking and Protection Systems, Carsonite International Dual -Sided Utility Marker (CIB-380), or approved equal. All markers shall be installed according to the manufacturer's recommendations. The uppermost portion of the Carsonite marker shall be made of Visibility Enhancer (CVE-360), or approved equal and must be bolted to the utility marker. TriView markers do not require visibility enhancers. The utility marker shall read as follows: "CAUTION, SEWER PIPELINE", "City of Fayetteville", and "Before Digging Call 1-800-482-8998". The label shall also include the official City Logo and be green in color with white lettering. Sewer line pipeline markers shall be installed beside all valve boxes used for tracing the force main. Concrete shall be placed 6 -inches around and 1 -foot deep around the base of each Carsonite marker. B. Sewer line pipeline markers shall be installed beside all manholes that are located in easements and backyards. Manholes located in front yards and in streets do not require markers. 3000.doc 10 C. Sewer line pipeline markers shall be installed along sewer force mains at valves and at significant fittings that cause a change in direction. PART 3- EXECUTION 3.01 INSTALLATION A. Sanitary Sewer Pipelines: Refer to Section 3100 B. Sanitary Sewer Service Lines: Refer to Section 3200 3000.doc 11 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 3000 3000.doc 12 SECTION 3100 SANITARY SEWER PIPELINES 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 2300 - 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. G. Section 6000 - Pavement Repair Section. 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 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 2300 - Excavation, Backfilling, and Compacting. 2.02 PIPE, FITTINGS, AND MATERIALS Refer to Section 3000 — Pipe, Fittings, and Materials. 2.03 MANHOLES, MANHOLE FRAMES, AND COVERS Refer to Section 3300 - Manholes. 2.04 CONCRETE Refer to Section 3600 - Cast -in -place Concrete. 3100.doc 2 PART 3- EXECUTION 3.01 EXCAVATION - GENERAL A. Perform excavation and prepare bedding in accordance with Section 2300 - 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 SHALLOW 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 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 PIERS 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. 3. Not over 16 feet center to center on grades 50 percent and over. 3100.doc 3 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 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. Cut pipe in a neat and workmanlike manner without damage to pipe or pipe lining when trimming joint length. C. Lay all pipe with the bell upstream. D. 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. 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 plug at the end of each day's Work or when discontinuing pipe installation for an appreciable period. 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, sufficientlywarm the gasket or joint material so as to facilitate making a proper joint. 3100.doc 4 TRACER WIRE Tracer wire shall be installed on all buried sewer pipelines. This includes gravity sewer mains, sewer force mains, and gravity sewer laterals. 2. Tracer wire shall be installed 6 -inches above the top of the pipe. 3. Tracer wire shall be CAD welded to the cast iron manhole frame. MARKER TAPE Marker tape shall be installed on all buried sewer pipelines. This includes gravity sewer mains, sewer force mains, and gravity sewer laterals. 3.07 PIPE 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 Clean the bell and spigot end of the pipes prior to jointing thoroughly with a brush. Exercise particular care to clean the gasket seat. 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. 3100.doc 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 bolts are as follows: Diameter Range of Torque Length of Wrench Inches Foot Pounds Inches 5/8 40-60 8 3/4 60-90 10 1 70-100 12 1-1/4 90-120 14 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 A 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 "A" concrete under each wye branch to prevent cracking or twisting under earth loads. F. Mark wyes for future connections using detectable tape, tracer wire, and 1/2" x 4' rebar or fence tee -post. G. Terminate wyes for future connections in a bell suitable for connection of a four -inch SCH-40 PVC service line. Securely plug all wyes and service stubs for future connections. 3100.doc 6 H. For Service Wye Details, see the Standard Detail Drawings. 3.09 CLEANOUTS 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 BACKFILLING 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 A concrete per Section 3600 -Cast -in -place Concrete. B. Before backfilling, install concrete anchor collars in accordance with the details at the location and interval and shown on the Drawings. Use Class B 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 trench per Section 2300 -Excavation, Backfilling, and Compacting. D. Test the pipeline per Section 5200 -Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines. E. Repair all pavements per Section 6000 -Pavement Repair. F. Repair all incidental damage to buildings, structures, utilities, pavements, landscaping, etc. G. Repair sodded and grass areas to original condition. 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 system 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. 3100.doc 7 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. Connection to an existing manhole shall be made by core drilling. A concrete manhole adapter shall be installed on the sewer pipe, and the annular space grouted in accordance to Section 3300 — Manholes. E. Connect new pipelines to existing manholes in a neat, workmanlike manner, to ensure a watertight connection. 3.12 GRAVITY SEWER PIPELINE INSTALLATION — LIVE SEWER PIPELINES AND POINT REPAIRS A. Install sewer pipeline and point repairs as detailed above for new pipelines with the following exceptions: 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. 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. Mandrel testing may be required. 6. Service line pressure testing is not required. 7. A temporary debris catcher, as shown in the Standard Detail Drawings, shall be used in the downstream manhole. 3100.doc 8 3.13 GRAVITY SEWER PIPELINE INSTALLATION - AERIAL CROSSINGS A. Construct piers as shown on Drawings. B. Install encasement pipe on piers to grade. 3.14 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. The force main shall have tape marked sewer wrapped around the pipe with complete revolutions not to exceed 6'. Tape marked sewer shall also be installed in the trench 18" above the top of the sewer force main. C. Remove all dirt and other foreign matter from the inside of pipe and fittings before 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. D. 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. E. Cut pipe in a neat and workmanlike manner without damage to pipe or pipe lining when trimming joint length. F. Install pipe with bell ends facing in the direction of laying. Face bells upgrade on lines on an appreciable slope. G. 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. H. 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. I. All force mains shall be equipped with a Pig Launch & Retrieval System. Refer to Standard Details. J. Sewer line pipeline markers shall be installed beside all manholes and valve boxes that are located in easements and backyards. Manholes and valve boxes located in front yards and in streets do not require markers. 3100.doc 9 K Test the pipeline per Section 5200 -Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines. L. After the pipeline is installed and visually inspected by the Engineer, backfill the trench per Section 2300 -Excavation, Backfilling, and Compacting. Repair all pavements per Section 6000 -Pavement Repair. Repair all incidental damage to buildings, structures, utilities, pavements, landscaping, etc. M. Repair sodded and grass areas to original condition. 3.15 WATERLINE CROSSINGS A. Sewer lines installed 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 shall be sealed watertight. Refer to Section 3400 — Utility Line Bores for end seals. 3.16 STORM SEWER CROSSINGS A. All sewer lines crossing under all concrete storm drains, or any storm drain 30 - inch diameter and larger, or all storm drains with multiple pipe runs, shall be encased a minimum of 5 feet either side of the storm drain. END OF SECTION 3100 3100.doc 10 SECTION 3200 SANITARY SEWER SERVICE LINES (PRIVATE LATERALS) PART I- 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 RELATED WORK A. Standard Detail Drawings B. Section 1000 - General Requirements and Procedures C. Section 2300 - Excavation, Backfilling, and Compacting D. Section 3000 — Pipe, Fittings, and Materials E. Section 3100 - Sanitary Sewer Pipelines F. Section 3300 - Manholes G. Section 3600 - Cast -In -Place Concrete H. Section 5200 - Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines I. Section 6000 - Pavement Repair 1.03 DEFINITIONS 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 3200.doc 1 service line begins at the connection to the city sanitary sewer and ends at the building foundation. 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. 3200.doc 2 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. 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 715 — Backwater Valves 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 2300 - 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 FRAMES, AND COVERS A. Refer to Section 3300 - Manholes 3200.doc 3 2.05 CONCRETE A. Refer to Section 3600 - Cast -In -Place Concrete PART 3- EXECUTION 3.01 EXCAVATION A. Perform excavation and prepare bedding in accordance with Section 2300 - Excavation, Backfilling, and Compacting. B. Never lay pipe in a water filled trench. C. Excavate for bells so that the entire barrel of the pipe will be uniformly supported before placing pipe in the trench. 3.02 PIERS A. Install concrete piers as indicated on the plans in accordance with Section 3600 - Cast -In -Place Concrete. B. Use only steel encasement iron pipe on piers. 3.03 PIPE INSTALLATION 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. D. Lower pipe carefully into the trench so the spigot and bell will not become contaminated. 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"/LF). 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. 3200.doc 4 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. 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 I. 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. D. Mechanical Joints Connection Procedure 1. Clean thoroughly the spigot end of pipe, the bell of fitting, 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. 3200.doc 5 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 bell. 4. Make the joints tight by turning the nuts with a wrench - first partially. 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 wrench lengths for stainless steel bolts are shown in Section 3100 - 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 A 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. Manhole taps are only permitted on end -of -line manholes. 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. 3200.doc 6 4. Manhole taps are considered as part of the service line and are subject to inspection. 3.06 BACKFILLING 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 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 "B" 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 2300 - 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 REPLACEMENT/REPAIRS 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. D. Repair damaged portion in accordance with these specifications. E. If reinforced flexible rubber couplings are required, be sure to encase them in Class A Concrete as shown in the Standard Details. F. Contact the City of Fayetteville to arrange for inspection of service line repair. 3200.doc 7 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 3200.doc 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. L02 RELATED WORK A. Section 2300 - Excavation, Backllling, and Compacting. B. Section 3100 - Sanitary Sewer Pipelines. C. Section 3200 - Sanitary Sewer Service Lines. D. Section 3600 - Cast -in -Place Concrete. 1.03 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; 36 inches, maximum. 2. Throat section height: 18 inches, maximum. 3300.doc I 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 DIAMETERS Pipes Entering/Leaving Pipes Entering/Leaving at 0° - 45° Bend at 45° - 90° Bend Pipe Size 8"-21" 48" 48" 24" 48" 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 2.03 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 recommendations. Grout mix shall be Strong Seal QSR, or equal. 2.04 CAST -IN -PLACE MANHOLES 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 cover shall be installed when the manhole is constructed. 2.05 PRECAST CONCRETE MANHOLES A. Conform to the latest requirements of ASTM C478. B. Never transport sections to the site until they have achieved a minimum strength of 3,200 psi (80% of 4,000 psi design) as determined by a concrete cylinder test for the concrete batch. C. Mark each piece plainly with manhole numbers and date of manufacture so it can be installed in the proper location, as shown on the plans. D. Make sure factory -installed cutouts in the bottom section are appropriate for the pipe being laid. E. Pipe connections at manhole - Cutouts should be equipped with rubber boots to ensure a watertight connection. Material shall be equal to A-Lok compression connector or A-Lok 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 temperature range and shall not shrink, harden or oxidize upon aging. Material shall be equal to RFS Prelubricated Gaskets by Press -Seal Gasket Corporation and shall meet ASTM C 443 and ASTM C 1619 (Classes C and E) requirements. G. No supplemental joint sealant material is permitted. H. All manhole joints shall be sealed with a 6 -inch wide butyl external joint wrap material. Material shall be equal to Bidco Butyl Wrap as manufactured by NPC or Infi-Shield® Gator Wrap by Sealing Systems, Inc. The external joint wrap material must be approved by the City of Fayetteville. 3300.doc I. The frame for the cover shall be installed after the cone section is installed in the field. Joint surfaces between the frame, adjustments, and cone section shall be free of dirt, stones, debris, and voids to ensure a watertight seal. Place a flexible butyl gasket joint material, E -Z STIK as manufactured by Press - Seal Gasket Corporation, or equal to ASTM C 990, Section 6.2 Butyl Rubber Sealants, minimum 1/2 inch thick, in two concentric rings along the inside and outside edge of each joint. Position the butt joint for each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. 2. All grade adjustments, the exterior surfaces of the frame base, and four inches below the top of the manhole cone shall be cleaned with a wire brush and then waterproofed with trowelable bitumastic gasket material, Trowelable EZ-STIK #3 as manufactured by Press -Seal Gasket Corporation, or equal, in accordance with the manufacturer's specifications. A protective polyethylene cover shall be placed over the waterproofing material when backfilling, following sealing of the frame to the manhole. Trowelable bitumastic gasket material is not required if no grade adjustment rings are used. 3. When grade adjustment rings are placed on the manhole structure to obtain proper grade, no more than 18 vertical inches from the top of the frame to the top of the manhole cone may be used. All precast manhole sections shall have the exterior coated with two mop coats of coal tar epoxy, Kop Coat "Bitumastic Black Solution," Tnemec, "46-450 Heavy Tnemecol," Carboline "Bitumastic 300M," or equal. Dry film thickness shall be a minimum of 14.0 mils per coat. Recoating shall be done in accordance with manufacturer's recommendations. K. 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: 1. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint; 2. Defects that indicate imperfect proportioning, mixing and molding; Surface defects indicating honeycombed or open texture; 4. Damaged ends, where such damage would prevent making a satisfactory joint; 3300.doc 4 5. Infiltration into manhole exceeding allowed limits; 6. 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 cage during manufacture. 2.06 CORROSION PROTECTION A. Manholes located on 15 -inch and larger sewer lines shall be epoxy coated on the interior. B. Manholes on sewer lines within 100 feet of a 15 -inch and larger sewer line shall be epoxy coated on the interior. C. The products shall only be applied by personnel thoroughly familiar with handling of the coating material, and in accordance with the manufacturer's specifications, recommendations and requirements. 1. Raven Ultra High -Build Epoxy Coating, designated as Raven 405, with an average thickness of 100 mils and a minimum thickness of 80 mils. 2. Warren Environmental Systems, designated as S-301, with an average thickness of 100 mils and a minimum thickness of 80 mils. 3. All epoxies shall meet the following minimum requirements: Flexural Strength ASTM D790 6,000 psi Compressive Strength ASTM D695 8,000 psi. Tensile Strength ASTM D638 4,000 psi Tensile Elongation ASTM D638 4% Adhesion ASTM D4541 Concrete Substrate Failure D. Any damage to an epoxy system on existing manholes shall be repaired by the City at the expense of the contractor. 3300.doc 5 2.07 MANHOLE DROP A. Drop on the outside of the manhole: Concrete encased PVC pipe and fittings as specified in Section 3000 — Pipe, Fittings, and Materials. 2.08 STANDARD MANHOLE FRAME AND COVER A. Cover must have the words FAYETTEVILLE 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 frame and cover is 260 pounds. Minimum cover weight is 120 pounds. Minimum frame weight is 140 pounds. C. All castings shall be cast with the approved foundry's name, manufacturing foundry 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." 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. Frame 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. F. Cover and frame 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 HINGED AND GASKETED MANHOLE FRAME AND COVER A. Manhole frame shall be cast or ductile iron. Manhole cover shall be ductile iron. Seal shall be by replaceable t -gasket. B. Cover must have the words FAYETTEVILLE ARKANSAS SANITARY SEWER and PERMIT REQUIRED CONFINED SPACE cast in the top. Also, include one pickbar in top side of cover. C. Hinged and gasketed manhole frame and cover shall open to 120°, remove at 120°, and have a safety stop at 90°. 3300.doc 6 D. All castings shall be cast with the approved foundry's name, manufacturing foundry mark, part number, and production date in min/dd/yy format. All castings shall be manufactured in the USA and shall be clearly marked "Made in USA." E. All castings: Free from porosity, blowholes, hard spots, shrinkage, distortion and other defects; smooth and well cleaned by sandblasting; manufactured true to pattern. F. Frame 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. G. Cover and frame bearing surface: smooth finish, non -rocking design or machined bearing surfaces to prevent rocking and rattling under traffic. H. Cast Iron: ASTM A 48, Class 35B. I. Ductile Iron: ASTM A 536, Grade 80-55-06. Frame shall be anchored to the manhole cone per standard detail. 2.10 MANHOLE STEPS Manhole steps shall NOT be installed in any manholes. 2.11 RUBBER WATERSTOP GASKETS Waterstop gaskets shall be required at ALL manhole connections. Manhole seals shall be concrete manhole adapter by Fernco, A-Lok, or approved equal. 2.12 MANHOLE RISER RING Manhole riser rings shall be compatible with the size and type of manhole cover with which it will be used. 2.13 RAIN STOPPERS (MANHOLE INSERT) Rain stoppers shall be installed in ALL manholes that are not gasketed. A. Polyethylene Insert 1. The manhole insert shall be of corrosion -proof high density polyethylene that meets or exceeds the requirements of ASTM D1248, Category 5, Type III with a minimum impact brittleness temperature of -180°F. 3300.doc 7 2. The minimum thickness of the manhole insert shall be 3/16". 3. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum 1" wide woven polypropylene or nylon webbing, with the ends treated to prevent unraveling, Stainless steel hardware shall be used to securely attach strap to the insert. 4. The manhole insert shall have one or more vent holes or valves to release gases and allow water inflow at a rate no greater than 5 gallons per 24 hours. The valve shall be installed by the manufacturer at the factory. 5. There shall be a minimum 5 -year warranty on all parts of the insert. 6. The insert shall have proof of durability in traffic impact loads and shall have an Engineer certified proof test passing H-20 loading. B. Stainless Steel 1. Stainless steel inserts shall be installed at locations with pipe size diameters of outfalls 15 inches or greater and as directed by the Engineer. 2. The manhole insert shall be as manufactured by Inflow Systems, Inc., Largo, Florida or approved equal. 3. Insert shall be 304 stainless steel. PART 3- EXECUTION 3.01 MANHOLES - GENERAL A. Perform excavation and prepare base area in accordance with Section 2300 - Excavation, Backfilling, and Compacting. 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 no closer than 24 inches outside the manhole wall. E. Pipe installed for future extensions shall have one full joint of pipe installed. F. After manhole is constructed, wait no less than 48 hours, then backfill per Section 2200 - Excavation, Backfilling, and Compacting. 3300.doc 8 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. The bench wall shall be formed to the crown of the inlet and outlet pipes to form a "U" as shown in the Standard 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. C. Install remaining sections in a truly vertical plane. D. Fill space between pipe and periphery of cutout on the interior of the manhole with non -shrink grout from the bottom of the invert to the spring line of the sewer pipe (1/2 pipe depth). E. Grout joints between sections, interior only. F. Interior finish: smooth, free of fins or sharp edges. G. Invert to be constructed in accordance with City of Fayetteville Details. The bench wall shall be formed to the crown of the inlet and outlet pipes to form a "U" as shown in the Standard Details. H. Grout and/or plug lifting holes for manholes. I. All manhole joints shall be sealed with an external joint wrap material. 3300.doc 9 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 cast -in -place or pre- cast manholes. C. Construct drop of PVC pipe and fittings per Standard Details. D. Encase the pipe and fittings in Class A or B concrete as per Standard Details. 3.05 MANHOLE FRAME AND COVER A. Set the manhole frame in Class B 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, set the ring and cover flush with pavements, sidewalks, or other paved surfaced areas. 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 and the insertion of cleaning and televising equipment. C. Invert shape: U-shaped, full depth to crown of pipe. 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. 3300.doc 10 3.07 MANHOLE REPAIRS A. Make all repairs in accordance with these specifications. B. Use manhole grout in patching around new taps. 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 18 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. 3300.doc 11 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 3300 3300.doc 12 SECTION 3400 UTILITY LINE BORES PART 1- GENERAL 1.01 WORK INCLUDED A. Provide encasement pipe jacked through bored tunnel for crossing of utility pipe lines under roadways where shown in the Contract Documents. B. Pulling or jacking carrier pipe through encasement pipe. C. Providing synthetic end seals at ends of encasement pipe. 1.02 RELATED WORK Section 3100 - Sanitary Sewer Pipelines 1.03 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM A139 Specification for Electric -Fusion (Arc) - Welded Steel Pipe (sizes 4" and over). 2. ASTM A21 1 Specifications for Spiral -welded Steel or Iron Pipe. B. American Welding Society (AWS): 1. AWS D1.1 Structural Welding Code. 3400.doc 1 PART2-PRODUCTS 2.01 MATERIALS A. Encasement pipe: Smooth wall steel pipe conforming to ASTM A139 (Grade B), ASTM A211, or AWWA C202 (Grade B), with ends prepared for welded joints. B. Welding materials: Type required for materials being welded and conforming to applicable AWS Specifications. C. Sand: Clean, industrial sand, concrete sand, masonry sand, or other type approved by Engineer. D. Grout: Cementitious grout shall consist of a preblend of lightweight aggregate, cement, fly ash and admix to prevent segregation and promote expansion upon setting. Loose bulk density for the dry mix materials shall be 30 to 35 pounds per cubic foot. Grout shall equal or exceed Strong -Seal Grout 250 - Product Code 2133 and shall be packaged in 2 cubic foot bags. E. Flowable Fill: Flowable fill shall conform to Section 206 — Flowable Select Material of the Arkansas State Highway and Transportation Department's Standard Specifications for Highway Construction, latest edition. F. Casing Spacers: Shall be stainless steel, Cascade Model CCS as manufactured by Cascade Waterworks Mfg. Co., or approved equal. G. Casing End Seals; Shall be of a synthetic material that is designed for the specific application. Shall be secured to the encasement pipe and the carrier pipe with stainless steel bands, Cascade Model CCES, or approved equal. 2.02 MINIMUM THICKNESS A. The encasement pipe shall be capable of supporting all traffic and earth loads. The Contractor shall submit design calculations supporting the selection of the encasement pipe thickness used. B. Minimum thickness for encasement shall be as follows: Diameter of Casing Pipe Minimum Thickness 12" OR LESS .2500" OVER 12"— 18" 3125" OVER 18" — 22" .3750" OVER 22" — 28" .4375" OVER 28" — 34" .5000" OVER 34" — 42" .5625" OVER 42" — 48" .6250" 3400.doc 2 B. When boring under railroad right-of-way, minimum thickness shall be determined by railroad standards. PART 3.. EXECUTION 3.01 EXCAVATION A. Highway Bore: Do not set up equipment or begin excavating pit on state highway without permission of Arkansas Highway and Transportation Department District Engineer or his authorized representative. B. Railroad Bore: Do not set up equipment or begin excavating pit on or near railroad property without permission of the respective railroad company. C. Highway and railroad permits will be obtained by the City. Contractor shall coordinate with City on obtaining Right-of-way permit from railroad and shall conform to all requirements there in. 3.02 INSTALLATION, ENCASEMENT PIPE A. General: Install encasement pipe at grade and alignment shown on Drawing. Allow for height of casement spacers when establishing grade for gravity line encasement pipe. Refer to Standard Details. B. Bores: 1. Excavate pits and trenches required at each side of crossing to minimum width and length necessary for boring and jacking operation and carrier pipe installation. 2. Carefully set steel guide rails in pit to attain specified grade and alignment. 3. Keep pit pumped free of standing water. Maintain pit bottom to provide stable base for rails and equipment and firm footing for workmen. Granular material used in bottom of pit will not be paid for as "Additional Trench Bedding". 4. Provide temporary sheeting and bracing as necessary to prevent earth slides. 5. Bore tunnel and simultaneously jack encasement pipe forward one section at a time. Connect sections by full penetration butt welding performed in accordance with AWS D1.1. 6. ' Remove excavated soil from boring operation as it enters pit and dispose of it offsite. 3400.doc 3 7. Voids between the encasement pipe and the surrounding soil shall be pressure filled with grout. 3.03 INSTALLATION, CARRIER PIPE A. Joint pipe as specified in Section 3100 - Sanitary Sewer Pipelines. Pull or jack carrier pipe through encasement pipe. Do not allow cables or jacks to be in direct contact with carrier pipe while pulling or jacking pipe. Use timber or padded steel member. B. A minimum of two casing spacers shall be installed on 13 -foot. pipe joints. A minimum of three casing spacers shall be installed on 20 -foot pipe joints. One casing spacer shall be installed at the "stop line" of the spigot end of the pipe. C. All carrier pipe installed through the encasement shall be fully restrained. Over - belling of the carrier pipe shall be prevented. 3.04 BACKFILL A. Prior to backfill, seal ends of encasement pipe with and end seal as shown in the Standard Details. B. Use material excavated from pit. C. Backfill against ends of encasement pipe. D. Backfill pit and carrier pipe in same manner as specified in Section 3100 - Sanitary Sewer Pipelines. 3.05 CLEANUP Clean up ground surface around work area in same manner as specified for line work in Section 2300 - Excavation, Backfilling and Compacting. END OF SECTION 3400 3400.doc 4 SECTION 3600 CAST -IN -PLACE CONCRETE PART 1- GENERAL 1.01 WORK INCLUDED A. This section covers cast -in -place concrete materials, reinforcing steel, forms, and finishing in conjunction with sanitary sewer pipeline construction. B. Use Class B Concrete in all manholes and other structures. C. Use Class A Concrete for bedding and blocking only. 1.02 RELATED WORK A. Section 2300 - Excavation, Backfilling, and Compacting B. Section 3100 - Sanitary Sewer Pipelines C. Section 3200 - Sanitary Sewer Service Lines D. Section 3300 - Manholes E. Section 600O - Pavement Repair 1.03 QUALITY ASSURANCE Not used. 1.04 SUBMITTALS Submit mix design, equipment details, and vendor name for field batched concrete. 1.05 REFERENCES Not used. 3600.doc 1 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 A and 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. 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 A Concrete: a. Minimum sacks of cement per cubic yard: five and one half (5.5) b. Maximum net water content per 94 lb. bag of cement: 6.5 gallons c. Slump range: 1 - 4 inches d. Minimum 28 day compressive strength: 3,500 PSI e. Air Content: 4 - 7 percent 2. Class B Concrete: a. Minimum sacks of cement per cubic yard: six and one half (6.5) b. Maximum net water content per 94 lb. bag of cement: 6.5 gallons c. Slump range: 1 - 4 inches d. Minimum 28 day compressive strength: 4,000 PSI e. Air Content: 4 - 7 ,D. Cement: Portland Cement conforming to AASHTO M 85, Type I. Use Type III cement ( high early strength) only if approved by the Engineer. E. Fly ash: Fly ash may be used as a partial cement replacement not exceeding 20% by weight of the cement when approved by the City. When fly ash is used, the total weight of both cement and fly ash will be used in design calculations. 3600.doc 2 F. Water: potable water free from injurious amounts of acids, alkalis, oils, sewage, vegetable matter and dirt. G. - Air entraining agent: use in all Class A and Class B concrete as required; conform to AASHTO M 154; add to the mixing water in solution; proportionto 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 AASHTOT27. 27. 1. Coarse aggregate: clean, hard and durable crushed stone or washed gravel; reasonably well graded from course to fine; per AASHTO T 27. 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 Reinforcement. C. Wire mesh: conform to ASTM A 185; gauge and mesh per plans. D. Submit reinforcing steel bars shop drawings for approval. E. All steel reinforcement: free from rust, scale, mortar, dirt, or other objectionable coatings. PART 3- EXECUTION A. Perform excavation per Section 2300 - 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. D. Vibrate all structural concrete as it is placed using internal vibrators capable of 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 consolidation without causing segregation. Do not insert vibrator more than six (6) inches into the lower courses previously vibrated. Use vibrators in a 3600.doc 3 substantially vertical position; insert at uniformly spaced points no farther apart than the visible effectiveness of the vibrator. E. 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. F. 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 3600.doc 4 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 PART 2- PRODUCTS 2.01 EQUIPMENT 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 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. 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 treated steel. The machine shall have a positive rod drive and produce a 5000.doc 2 200O pound rod pull. To insure safe operation, the machine shall have a fully enclosed body and an automatic safety throw -out clutch. 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 3.01 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: The sewer lines shall be cleaned by using standard mechanically powered or hydraulically propelled cleaning tools or combinations thereof, such as rodding 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 downstream manhole without passing the material from section to section, which could cause stoppage of the lines or accumulation in the wet well 5000.doc 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. 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. END OF SECTION 5000 50004oc 4 SECTION 5100 PIPELINE TELEVISION INSPECTION PART 1- GENERAL 1.01 WORK INCLUDED A. All new sewer lines constructed shall be inspected via internal television inspection. B. This section covers the television inspection of sanitary sewer lines. I. The inspection of each line shall be by a television (TV) camera especially designed to accurately show the condition of the lines from the interior and with. the ability to pinpoint the locations of line faults and necessary repairs. 2. A sewer line joint means the junction of two adjacent lengths of sewer pipe, and a fault is any crack too small to warrant pipe replacement. The term "manhole section" as used in these specifications shall mean the length of pipe connecting two manholes. 1.02 RELATED WORK A. Section 3100 - Sanitary Sewer Pipelines B. Section 3200 - Sanitary Sewer Service Lines C. Section 5000 - Pipeline Cleaning 1.03 SUBMITTALS The Contractor shall submit for approval manufacturer's brochures and specifications for proposed TV equipment. 5100.doc I 1.04 INSPECTION A. Immediately upon cleaning the sewer line in one location, it shall be televised to determine the condition of the line and location of existing service connections, etc. B. The sewer lines shall be visually inspected by TV camera. The section being inspected shall be suitably isolated from the remainder of the sewer line as necessary. C. The camera shall be moved through the line in either direction at a uniform slow rate not to exceed 60 feet per minute, by means of cable winches, or similar mechanisms. Under no circumstances shall the camera be tethered to a hydraulically propelled or high -velocity jet cleaning device while the cleaning device is on. D. The camera shall stop at each service connection and provide a view up the service line. E. Telephone, or similar suitable means of communications, shall be set up between the two winches, the pumping unit and the monitor control. F. Under certain conditions, it may be impossible for inspection equipment to pass through a manhole section due to damaged pipe or other obstructions not correctable by internal methods. In such cases, the Engineer will be notified. G. TV inspection will be done one manhole section at a time and the flow in the section being inspected will be suitably controlled. Sewer flow will not exceed those shown below as measured in the manhole: 6" - 10" Pipe 1 inch 12" - 14" Pipe 2 inches 14" - 24" Pipe 3 inches Over 24" Pipe 4 inches H. The Contractor will make all provisions for pumping or bypassing the flow around the manhole section and the cost shall be incidental to TV inspection. Contractor shall not be allowed to float the camera unless permitted by the Engineer. I. It is possible that some sections of the sewer line cannot be televised; therefore, house or building connection lines will have to be located on the ground by the Contractor. All cost for locating these service lines shall be included in the cost bid for house or building service line reconnection. 51 oo.doc 2 PART2-PRODUCTS 2.01 TELEVISION INSPECTION EQUIPMENT A. The television camera and monitoring equipment shall be specifically designed and constructed to perform the work as specified. The camera shall be operative in conditions of 100% humidity and/or under water. The camera shall be small enough to pass through a 6 inch diameter sewer and shall be waterproof with a self contained lighting system capable of producing enough light to produce clear, bright, sharp pictures on the monitor. The lighting and camera quality shall be suitable to allow a clear, in focus picture of a minimum of 6 linear feet of the entire inside periphery of the sewer pipe. Picture quality and definition shall be to the satisfaction of Engineer; otherwise, the equipment shall be removed from the line without pay. B. The monitor shall be located within a temperature controlled television unit that will accommodate three people to watch the sewer line inspection. The monitor will have a 12 -inch minimum viewing screen. The Engineer will have access to view the television monitor at all times. PART 3- EXECUTION 3.01 TELEVISION INSPECTION BY THE CONTRACTOR A. The Contractor shall furnish video media of the lines televised to the Engineer for review and comments, which may require up to thirty (30) calendar days from the date submittal to the City. The video media shall be DVD format. Each video media shall be permanently labeled with the following information furnished: Project Job Number 2. Manhole to Manhole Designation Name of Contractor 4. Date Televised B. The following information shall be recorded and visible onscreen for 10 seconds immediately before the start of televising each line segment: Project Job Number 2. Manhole to Manhole Designation (Number, Pipe Material, Size of Line, and Direction of Televising) Name of Contractor 51 oo.doc 4. Date Televised 5. Street and or Easement Location 6. Drawing Sheet Number C. A continuous uninterrupted recording of distance from the insertion manhole shall be visible at the lower left corner of the screen at all times during inspection. D. The following information shall be provided in hard copy to accompany each tape: 1. Project Job Number 2. Name of Contractor 3. Date Televised 4. Street or Other Location 5. Upstream Manhole Designation 6. Downstream Manhole Designation 7. Pipe Material 8. Pipe Diameter 9. Direction of Televising (Downstream or Upstream) 10. Continuous Time Log Designating Start and Finish of Each Line Segment Televised. Time shall begin at 0hr 0min Osec at the beginning of each tape. 11. Location of Service Connections E. Media will become the property of the City. If the video is of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor will be required to retelevise and provide a good video of the line at no additional cost to the City. END OF SECTION 5100 5100.doc 4 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, Fittings, and Materials 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 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. Infiltration/exfiltration 7. Tracer wire continuity test. 5200.doc 1 B. Manholes 1. Visual inspection during installation and before backfill. 2. Vacuum testing. 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. 1.04 DELIVERABLES A. The Engineer shall provide a complete and comprehensive testing report summary complete with all inspection and testing dates and results. PART 2- PRODUCTS Not Used. 5200.doc 2 PART 3- EXECUTION 3.01 VISUAL INSPECTION DURING INSTALLATION AND BEFORE BACKFILL The Engineer shall be responsible for inspecting pipelines, manholes, and service lines during all phases of construction. The Engineer shall provide full time inspection services. All work not conforming to these specifications that is discovered during this inspection phase will be corrected by the Contractor. 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 48 hours notice before beginning testing. D. The primary test method is the Low Pressure Air Loss test. 3.03 LOW PRESSURE AIR LOSS PROCEDURE FOR GRAVITY SEWER PIPELINES A. Plug all pipe outlets with suitable test plugs. Brace each plug securely. 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. D. Shut air supply valve and allow at least two minutes for internal pressure to stabilize. E. The pressure shall then be decreased to 3.5 psig. F. Upon reaching 3.5 psig, the time in minutes.seconds for the pressure to fall 1 psig so that pressure at the end of time of the test is at least 2.5 psig shall be observed. G. Compare observed time with minimum allowable times in the following chart for pass/fail determination. 5200.doc 3 TEST CHART FOR AIR TESTING SEWERS Leakage Testing of Sewers by Low Pressure Air Loss (Time Pressure Drop Method) Table I - Minimum Test Times in Minutes.Seconds for 1_pjg drop (3.5 psig to 2.5 psig) Distance Between Manholes Nominal Pi a Diameter (inches) 8 10 12 15 18 21 24 30 36 42 100 7.33 9.26 11.20 14.10 17.00 19.49 22.47 35.36 51.17 69.48 150 7.33 9.26 11.20 14.10 17.00 26.1 34.11 53.25 76.55 104.42 200 7.33 9.26 11.23 17.48 25.38 34.54 45.35 71.13 102.34 139.36 250 7.33 9.53 14.14 22.15 32.03 43.37 56.59 89.02 128.12 174.3 300 7.35 11.52 17.05 26.42 38.27 52.21 68.22 106.5 153.51 209.24 350 8.51 13.51 19.56 31.09 44.52 61.04 79.46 124.39 179.29 244.19 400 10.07 15.49 22.47 35.36 51.17 69.48 91.10 142.27 205.08 279.13 450 11.23 17.48 25.38 40.04 57.41 78.31 102.34 160.16 230.47 314.07 500 12.39 19.47 28.29 44.31 64.06 87.15 113.58 178.04 256.25 349.01 550 13.55 21.45 31.20 48.58 70.31 95.58 125.21 195.52 282.04 383.55 600 15.11 23.44 34.11 53.25 76.55 104.42 136.45 213.41 307.42 418.49 H. Where groundwater level is above the crown of the pipe being tested, increase test pressure at the rate of I psi for every 2.5 feet of water above the crown. 1. Air Testing Safety Requirements: 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. Entry by anyone into a manhole where a plugged pipe is under pressure is strictly prohibited. 3.04 TELEVISION INSPECTION The Contractor shall televise all newly installed sewer mains as follows: A. Television inspection shall be performed no less than 30 -days after the pipe has been backfilled. Inspection shall be performed after mandrel testing, if applicable. 5200.doc 4 B. The Contractor shall clean all lines thoroughly prior to the start of televising. C. Prior to performing the video test, a 5 gallons of clean water per 100 feet of sewer line shall be poured down the sewer main in order to highlight low spots. D. The Contractor shall televise each segment of pipe. E. The Contractor shall review the video for possible defects in material or workmanship. F. The Contractor shall correct any defects discovered during the television inspection at the Contractor's expense. G. The Contractor shall deliver to the Engineer fmal video and logs after all defects have been repaired. 3.05 MANDREL TEST (FLEXIBLE PIPE ONLY) A. Mandrel testing shall be performed no less than 30 -days after the pipe has been backfilled. B. The maximum allowable pipe deflection is five (5) percent of the inside pipe diameter. C. Any sewer pipe which fails the mandrel test prior to final acceptance will not be accepted by the City until the defects are corrected. D. All mandrel tests shall be performed by the Contractor while observed by City personnel. 3.06 SUPPLEMENTAL MANDREL TESTING A. The City may at any time after final acceptance perform supplemental mandrel 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. 5200.doc 5 3.07 FINAL VISUAL INSPECTION A. Upon completion of the above tests the Engineer will perform a final visual inspection of pipelines and manholes. B. A punch list of defects (including obvious running leaks) will be prepared and sent to the Contractor for correction at the Contractors' expense. 3.08 INSPECTION FOR SERVICE LINES A. All building sewer installations shall be inspected and approved by an authorized City inspector. B. Backfill may only be placed on the completed portions of a building sewer 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: Water Loss Test Procedure; or, 2. Low Pressure Air Loss Procedure. 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 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. 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. 5200.doc 6 F. Low Pressure Air Loss Procedure e , 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- 7400 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. Precast manholes shall be vacuum tested prior to backfill. C. The Contractor shall vacuum test all manholes that have been sealed (waterproofed). 5200.doc 7 D. The Contractor shall vacuum test all manholes that have been epoxy lined. E. Manholes shall be tested in accordance with ASTM C 1244, latest edition. Vacuum test shall not be performed earlier than 7 days after construction for cast in place manholes. 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 2 - 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 F. Manholes showing greater than the allowable leakage shall be repaired and re- tested until a satisfactory leakage result is obtained. END OF SECTION 5200 5200.doc SECTION 6000 PAVEMENT REPAIR PART 1- GENERAL 1.01 WORK INCLUDED This section covers the materials and procedures used in the repair of roads, streets, or other public rights -of -way where a sewer line or structure is proposed. 1.02 RELATED WORK Section 2300 - Excavation, Backfilling and Compacting. 1.03 REGULATIONS AND STANDARDS A. All permanent repairs of streets, roads, or other public rights -of -way shall comply with the requirements shown on the Standard Detail Drawings and Tables. The Contractor is responsible for following the requirements of all local Ordinances, Regulations, or Codes governing the repairs to roads, streets, or other public rights of way. In particular: 1. Repair of State Highways: per requirements of the Arkansas State Highway Commission. 2. Repair of county roads: per requirements of the County Roads Department. 3. Repair of City of Fayetteville streets, sidewalks, and driveways: per the requirements of the City of Fayetteville 4. Permit for street cut and repairs shall be furnished by the Contractor. B. Temporary Repairs: Per requirements of the governmental agency having jurisdiction and these specifications. Must provide a minimum of a cold mix temporary patch. 1.04 TESTING, OBSERVATION, AND INSPECTION REQUIREMENTS A. Testing and inspection is required for pavement repairs in accordance with all local Ordinances, Regulations, or Codes governing the repairs. The inspection of street repairs shall be coordinated with the City of Fayetteville to ensure compliance with all applicable standards. 6000.cloc 1 B. The Engineer shall provide a Construction Observer that will be on -site during the construction of pavement repairs. C. The Contractor shall provide an on -site representative that is qualified and experienced in job superintendence. If the Contractor's representative is not on - site, the Engineer may order all work be stopped until such time as the Contractor's superintendent returns to the job site. D. The Contractor shall provide at least 24 hours of advance notice for any concrete or asphalt placement. Unless otherwise specified, the Contractor shall provide, at its expense, an independent quality assurance/quality control (QA/QC) laboratory to accomplish quality assurance testing. All testing will be scheduled with the QA/QC lab by the Contractor and coordinated with the Engineer. E. The Contractor shall provide or make available samples of all material as required by these specifications as well as any other materials deemed necessary by the Engineer. PART 2 - PRODUCTS 2.01 MATERIALS Per the applicable standards referenced above. PART 3- EXECUTION 3.01 ASPHALT PAVEMENT REPAIRS A. Asphalt pavement shall be replaced in accordance with details shown on the Drawings and all materials shall be furnished and installed in accordance with the Arkansas Highway and Transportation Department "Standard Specifications for Highway Construction." Before replacing paved surfacing, the existing pavement shall be cut, sawed, or trimmed along straight and vertical lines. The condition of the backfill and base course material, with special regard to the degree of compaction, may be checked and approved by the City of Fayetteville before any surfacing is replaced. B. All street repairs shall require a "tee" patch, a minimum of 2' wider than the trench width in accordance with the Standard Details. C. Trenches shall be backiilled with Class 7 base material compacted to 95% Modified Proctor Density. 6000.doc 2 D. Before placement of new surface material, all excess material shall be removed to a minimum depth of nine (9) inches. A minimum of six (6) inches of 3,500 psi. concrete shall be placed within three (3) inches of the street surface. Before placing asphalt, the concrete and sides of the cut shall be primed with MC -30 at the rate of 0.3 gallon per square yard. E. , Minimum thickness of asphalt surface replacement shall be three (3) inches, unless shown otherwise. Hot mix asphalt material shall be delivered to the site in covered vehicles, at 275 deg -F (minimum), and immediately spread to a thickness to match adjacent surfaces after rolling. Compaction shall be by steel -wheel roller to a smooth, uniform surface matching adjacent surfaces. E. Any settlement or failure of surface replacement shall be repaired or replaced by the Contractor. G. All pavement repairs shall be in accordance with the Standard Details. H. All pavement markings shall be restored to new conditions per the requirements of the governmental agency having jurisdiction. 3.02 CONCRETE PAVEMENT REPAIRS A. Concrete pavement shall be replaced in accordance with details shown on the Drawings and all materials shall be furnished and installed in accordance with the Arkansas Highway and Transportation Department "Standard Specifications for Highway Construction." Before replacing paved surfacing, the existing pavement shall be cut, sawed, or trimmed along straight and vertical lines. The condition of the backfill and base course material, with special regard to the degree of compaction, may be checked and approved by the City of Fayetteville before any surfacing is replaced. B. All street repairs shall require a "tee" patch, a minimum of 2wider than the trench width in accordance with the Standard Details. C. Trenches shall be backfilled with Class 7 base material compacted to 95% Modified Proctor Density. D. Before placement of concrete street material, all excess material shall be removed to a minimum depth of eight (8) inches. A minimum of eight (8) inches of 4,000 psi concrete shall be placed to match the line and grade of existing street surface. E. Paved walkways disturbed or damaged in the process of construction shall be replaced in kind. Walkway shall be replaced to same width and thickness as original but in no case less than 4 -inches thick. Joint system in replacement shall be at same style and interval as that in the undisturbed walkway. 6000.doc F. Paved driveways disturbed or damaged in the process of construction shall be replaced in kind. Driveway shall be replaced to same width and thickness as original but in no case less than 4 -inches thick. Joint system in replacement shall be at same style and interval as that in the undisturbed driveway. G. All pavement repairs shall be in accordance with the Standard Details. H. All pavement markings shall be restored to new conditions per the requirements of the governmental agency having jurisdiction. 3.03 GRAVEL SURFACING A. Trenches shall be backfilled with Class 7 base material compacted to 95% Modified Proctor Density. B. Gravel surfacing shall be replaced to at least the compacted thickness of the original surface. All excavated material shall be removed from gravel surfaces affected by construction and sufficient new gravel material shall be placed to restore the original surfaced area. Minimum gravel thickness shall be three (3) inches. C. Gravel material for placement of "gravel" surfaced areas, shall be Class 7 material conforming to the Standard Specifications of the Arkansas Highway & Transportation Department, latest edition, and compacted to 95% Modified Proctor Density. 3.04 TEMPORARY SURFACING A. Comply with the requirements stated above or as otherwise approved to adequately maintain traffic and proper drainage. 3.05 TRAFFIC CONTROL A. Whenever traffic flow restrictions of any kind are anticipated, the Contractor will be required to contact the City of Fayetteville to be given permission to obstruct traffic flow. B. Street closing permits must be obtained from proper government agencies. C. Construction signs shall be placed immediately adjacent to the Work, at such locations as traffic demands. D. Contractor will be required to submit a barricade plan to City of Fayetteville and the Engineer. END OF SECTION 6000 6000.doc 4 SECTION 6100 LAWN AND GRASS RESTORATION PART 1- GENERAL 1.01 WORK INCLUDED A. This Section covers the replacement of sod in lawns disturbed by the construction. B. Consists of furnishing and applying fertilizer, seed, mulch cover, asphalt and water at all locations disturbed by the construction. C. Maintenance service. 1.02 RELATED WORK Section 2300 - Excavation, Backfilling, and Compacting 1.03 SCOPE OF WORK A. This Section covers the furnishing and placing of sod to form solid mats on areas shown on the Plans or seed and mulch areas disturbed by the Contractor. B. It covers the furnishing and applying of water. C. It covers the furnishing and placing of four (4) inches of topsoil on areas. D. It covers the furnishing and placing of fertilizer. E. All work shall be in accordance with details shown on the Drawings and within these Specifications. F. The Contractor is responsible for following the requirements of all local Ordinances, Regulations, or Codes governing re -vegetation and slope stabilization, 1.04 WARRANTY A. Provide one year warranty from date of final acceptance. B. Replace areas found dead, or not in a healthy growing condition. 610fl.doc I PART 2- PRODUCTS 2.01 TOPSOIL Topsoil shall be reasonably free from subsoil, clay, lumps, brush, objectionable weeds and/or other litter and shall be free from roots and toxic substances or other material or substances that might be harmful to plant growth or be a hindrance to grading, planting and maintenance operations. 2.02 FERTILIZER Fertilizer shall be a standard commercial product complying with State and Federal laws and with the requirements issued by proper authorities. A. Fertilizer shall be delivered to the site in the manufacturer's original container, on which shall be plainly marked the manufacturer's name and the guaranteed chemical analysis. B. Except as noted in the following sentence, fertilizer shall contain not less than the percentages by weight of ingredients as follows: Nitrogen - 13 percent Phosphorus, P205 - 13 percent Potash, K2 - 13 percent Other 1:1:1 ratio fertilizers may be used, provided the available plant food remains the same as herein specified. C. All fertilizer shall be solid and shall be in a condition which will permit proper distribution. 2.03 SOD Solid sod shall be cut from well established viable Bermuda, Zoysia or St. Augustine grass. Sod type shall match that established in the disturbed areas. 2.04 SEED A. Contractor shall apply seed mixture appropriate for the season and disturbed area. B. Contractor shall apply a mixture of various annuals and perennials to provide overlapping times of seasonal peak vegetative cover. Seeding shall only be done just prior to the vegetation's peak season for best results. Seeding shall be used when there is sufficient time in the season to ensure adequate vegetation establishment and erosion control. C. To optimize soil stabilization, Contractor shall utilize a nurse crop of quick 6100.doc 2 growing annuals within a mix of perennials appropriate for the season. The nurse crop germinates and grows rapidly, holding the soil until the slower -growing perennial seedlings become established. Permanent vegetation shall not be considered established until a ground cover of perennial vegetation is achieved that is uniform and mature enough to survive and be of sufficient density to preclude erosion. D. Contractor shall conduct seeding activities to achieve stabilization that are generally congruent with the following schedule: Dormant Cold Season Temporary Stabilization (November 1— February 28) Seeding at this time of the year typically does not produce successful results, as cold temperatures inhibit seed germination. Contractor shall be responsible for achieving temporary stabilization via mulching, erosion control blankets, matting, compost, and/or other appropriate structural/nonstructural methods for temporary stabilization until seasonal weather conditions become more conducive to establishment of permanent perennial vegetative cover. Fertilizers shall be added at this time in preparation for seeding. Contractor shall be responsible for achieving temporary stabilization at all areas that are unstable and subject to erosion. Contractor shall apply temporary seeding, as follows: Dormant Cool Season Temporary Cover Crop Seed Mix (November 1— February_ 28) � G f yp�� �t'x���a,� _ r�`:3} { f H'' { �uap A IG 3 2 y ,�, ��'�Tt ') � '';���if ? 4{� S�igiU�4Rate. Y't 'x' . "} {.' t✓ '. x-43, ��? 1 +si?7� 1°° Y4 !�" ��c �. Life �i Winter rye Secale cereale) cool season annual 75 lb/ac Perennial R e rass Lolium erenne cool season perennial 75 lb/ac Pre Warm Season (Sprint) Seeding (March 1— May 31) As the growing season approaches, Contractor shall apply a mix of quick germinating cool season species combined with warm season species listed below. The cool season species will serve to hold the soil until warmer weather arrives stimulating the warm season species to germinate. Pre Warm Season (Spring) Seed Mix (March 1 —May 31) Plant ecs5 5 { t { ro with Season/ life_Cycle �r�oT+-: .. SeedingRate /...-» Oats Avena sativa cool season annual 20 lb/ac Perennial Ryegrass rass (Lolium perenne) cool season perennial 20 lb/ac White clover Tri olium re ens * cool season perennial 20 lb/ac Korean Kobe les edeza (Kummerowia stipulacea) * warm season annual 201b/ac Bermuda (Cynodon dactylon) warm season perennial 30 lbs/ac Bahiagrass Pas alum no£atum warm season perennial 30 lbs/ac Weeping love grass Era rostis curvula) warm season perennial 30 lbs/ac *All legume seed must be properly inoculated with appropriate inoculant. 6100.doc 3 Warm Season Seeding (June 1— August 31) In the midst of the growing season, Contractor shall apply a mix of warm season annuals and perennials, as follows: Warm Season Seed Mix (June 1— August 31) a £ Plant Species Growth Season/ Seeding Rate Sudan grass (Sorghum bicolor warm season annual 20 lb/ac Alyce clover Al sitar us ovali olius warm season annual 20 lb/ac Brown -top millet (Panicum ramosum) warm season annual 20 lb/ac Bermuda (Cynodon dac Ian warm season perennial 25 lbs/ac Bahiagrass Pas alum notatum) warm season perennial 25 lbs/ac Weeping love grass (Eragrostis curvula) warm season perennial 25 lbs/ac Buffalo grass (Bouteloua dac loides warm season perennial 25 lbs/ac Late Season Seeding (September 1— October 31) During late summer to early fall, Contractor shall apply the following mix: Late Season Seed Mix (September 1— October 31) S Species.. p t'K"'d -t'.^x J'CY`ar` -' t j tGroth . GrowthSeason/ � � ! Y { LifeCycler k ' r..,s Oats (Avena sativa) cool season annual 30 lb/ac Winter rye (Secale cereale cool season annual 30 lb/ac White clover Tri olium re ens * cool season perennial 25 lb/ac Perennial Ryegrass rass (Lolium perenne) cool season perennial 50 lb/ac Virginia wildrye El mus virginicus,l cool season perennial 25 lb/ac *All legume seed must be properly inoculated with appropriate inoculant. E. Contractor has option of adding warm season perennials to Late Season Seed Mix (September 1 — October 31) and/or Dormant Cool Season Temporary Cover Crop Seed Mix (November 1 — February 28) or seeding with warm season perennials during other seeding periods. This is to be determined on a site -specific basis. Contractor shall confer with City of Fayetteville prior to seeding activities to determine specific seed mix. F. Contractor shall submit all labels/tags from seed bags and seed purchase invoices to the City of Fayetteville. 2.05 MULCH A. Mulching shall be used in conjunction with both temporary and permanent seeding practices to enhance their success by providing erosion protection prior to the onset of vegetative growth. Straw mulching shall be of oat, wheat, or rice straw mulch. Hay mulch shall be prairie grass, Bermuda grass, or other hay as approved. Mulch shall be dry and reasonably free from Johnson grass or other noxious weeds, and shall not be excessively brittle or in an advanced state of decomposition. All material will be inspected and approved prior to use. 6100.doc 4 B. Mulching shall be spread in a uniform continuous blanket, at a rate of 1 to 3 tons 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. Care shall be taken to remove all wire and/or twine from baled hay/straw when the control structures are removed from the site. Mulch shall be anchored in the soil to a depth of two to three inches to form a soil -binding mulch to prevent loss or bunching, or held in place with a tackifier. 2.06 WATER A. Water shall be free from any substances, in solution or in suspension, which would inhibit the rapid growth of grass. PART 3- EXECUTION 3.01 FERTILIZER APPLICATION A. Fertilizers shall be applied at appropriate agronomic rate. If necessary to achieve final stabilization, fertilizer shall be applied at a minimum rate of 250 pounds per acre (0.58 pounds per square foot) in advance of tilling/seedbed preparation operations. When soil samples are not practical, fertilizer shall consist of 13-13- 13 (nitrogen, phosphorus, and potassium content). The fertilizer distributor box shall be equipped with baffle plates to prevent downward movement of fertilizer when operating on a slope. 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. 3.02 SEEDING A. Areas to be seeded shall be dressed to natural shape. B. The Contractor shall obtain an approved topsoil from any available source and place uniformly on the designated areas and spread evenly to a minimum thickness of four (4) inches. Irregularities in the surface shall be corrected so as to prevent formation of depressions where water will stand. TOPSOIL SHALL NOT BE PLACED WHEN THE SUBGRADE IS FROZEN, EXCESSIVELY WET, OR IN A CONDITION DETRIMENTAL TO THE PROPOSED PLANTING AND PROPER GRADING. C. Broadcast sowing of seed may be accomplished by hand seeders or by approved poser equipment. Either method shall result in uniform distribution and no work shall be performed during high winds. The area seeded shall be lightly firmed with a cultipacker immediately after broadcast. 6100.doc 5 D. The contractor shall water and maintain seeded areas from time of completion until final acceptance of the project. E. The contractor shall be responsible for establishing ground cover on all disturbed areas. Repeated seeding shall be required if necessary throughout the warranty period. 3.03 SOD PLACEMENT A. In this paragraph, "Solid Sod" is interchangeable with the word "sod." B. Solid sod or topsoil shall not be placed until all other items of work are complete. C. Prior to placing the sod and topsoil in the areas designated, the ground surface shall be cleared of materials that might hinder proper grading, tillage, or subsequent maintenance operations such as stumps, stones, roots, cable, wire, grade stakes, etc., and brought to four (4) inches below the finished grade. The areas shall then be thoroughly tilled to a depth of at least two (2) inches by plowing, disking, harrowing or other acceptable means. D. The Contractor shall then obtain an approved topsoil from any available source and place uniformly on the designated areas and spread evenly to a minimum thickness of four (4) inches. Irregularities in the surface shall be corrected so as to prevent formation of depressions where water will stand. TOPSOIL SHALL NOT BE PLACED WHEN THE SUBGRADE IS FROZEN, EXCESSIVELY WET, OR IN A CONDITION DETRIMENTAL TO THE PROPOSED PLANTING AND PROPER GRADING. E. After the topsoil has been spread and graded, the surface shall be cleared of stones, stumps or other objects that might hinder planting or maintenance preparations. Paved areas over which hauling operations are conducted shall be kept clean. F. Where any portion of the surface becomes gullied or otherwise damaged, the affected areas shall be repaired to the aforementioned condition. G. Areas to be sodded shall be shaped in such manner that they will, after placement of sod, conform to the typical sections. 61 00.doc 6 DOCUMENT 00610 — PERFORMANCE BOND: KNOW ALL MEN BY' THESE PRESENTS: that . e a ,• Goodwin & Goodwin, Inc. 3503 Free Ferry Rd. Ft. Smith, AR 72903 as Principal, hereinafter called Contractor, and Cincinnati Insurance Comany P. O. Box 145496 Cincinnati, OH.45250-5496 as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 .. " '--.-.--.-------------- Bond No: B0358831 ����IlfllllllU®��lllllwu�11�4�i11U��� I Doc ID: 014852930011 Type: LIE Kind: PERFORMANCE BOND Recorded: 06/22/2012 at 10:10:43 AM Fee Amt: $65.00 Paae I of 11 washinaton County. AR Bette Stamps Circuit Clerk FileB03i-000002 17 0' as Obligee, hereinafter called Owner, in the amount of $1,575,497.00, 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 Garland Ave. Water and Sewer Improvements Project which contract is by reference made .arHier ... is hereinafter referred to as the Contract. • %ptl t,ORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall y 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: A. Complete the Contract in accordance with its terms and conditions, or Master 00610 -Performance Bond,doc , 00610— 1 Project # 040489 ti -5, DOCUMENT 00610 -- 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 maybe 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 ` 20J. CONT TOR (CORPORATE SEAL) By: B oodwin President Master 00610 -Performance Bond.doc 00610-2 Project 4 040489 DOCUMENT 00610 -- PERFORMANCE BOND: (cont hued) SURETY COUNTERSIGNED: Resident Agent k Cincinn ti Insura ce Company :a!`!]1I�•H•I Attorney -In -Fact ATTO»-iN-FACT Beth Solomon (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) (CORPORA 9!/.:.)•; , . ;i Approved as to Form: Attorney for END OF DOCUMENT 00610 Master 00610 -Performance Sond.doc 00610-3 Project#} 040489 .. . . I. V . 1 �. - L . . _ *; ;;�•' - � r TIRE CINCINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY, a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Marty C. Clark; Sam B. Killer; Larry R. Clark; Scott R. Clark; Janice A. Butler; Scott Taylor; Beth Solomon and/or Sarah Day of Fort Smith, Arkansas its trite and lawful Attorney(s)-in-Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deedany and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligations in'the United States, up to Twenty Million and No/100 Dollars ($20,000,000.00). This appointment is suede under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present ad voting, on the 6" day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys -in - Fact of the Company to e:cecute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and mtiy authorize any ollicer or any such Attorney -in -Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority. Any such writings so executed by such Attorneys -in - Fact shall be biding upon the Company as it they had been duly executed and acknowledged by the regularly elected officers of the Company?' 1'his Power of Attorney Le signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 7i° day of December, 1.973. "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile oil any power of attoniuy granted, and the signaturee of the Secretary or Assistant Secretary and the seal of the Company may be rf xed by facsimile to any certificate of any such power and any such power of certificate hearing such facsimile signature and seal stout] be valid and binding oil the Company. Any such power so executed and sealed and certified by evrtilcatte so executed and scaled shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company," ' IN WITH) S WItIRECIF, TUT, CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President this IQ" day of October, 2448. T1TE Cl .IN ' 'fl INSURANCI" COMPANY cQ) —_ ,C' , V1Ce lreil Cn STATE OF OHIO ) ss COUNTY OF BUTLER On this l0day of October, 2048, before me tame the above -tinned Vivo President of THE CINCINNATI rSURANCE COMPANY, to me personally known to be the otlicer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said irstrurnent by the authority and direction of said corporation. rS N4ARK J. ti LLER, Attorney at Law NOTARY PUBLIC • STATE OF OHIO , „ My commtaalon pas no exptraUcn data. Section 147.03 O.R.C. I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above is a true aid correct copy of the Original Power of Attorney issued by said Company, and do hereby firrfher certify that the said Power of Attorney is still in full force and effect. GIVEN under my hand and seal of said Company at Fairfield, Ohio. this 1st day of May, 2012. �T OaaPoign 3EAL J I3N-10051,IMIR) U �CGiCSp1•y Bond No: B0358831 DOCUMENT 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. KNOW ALL MEN BY THESE PRESENTS: that Goodwin & Goodwin, Inc. 3503 Free Ferry Rd. Ft. Smith. AR 72903 as Principal, hereinafter called Contractor, and Cincinnati Insurance Company P. O. Box 145496 Cincinnati, OH 45250-5496 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 1 575497.00, 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 i • 20„1y entered into a contract with Owner for Garland Ave. Water and Sewer Improvements Project 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: Master 00611 -Labor & Matl Payment Bond.doc 00611 —1 Project #f 040489 DOCUMENT 00611-- LABOR AND,MATERIAL PAYMENT BOND: (continued) 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: 1: 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 did 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 materials were furnished, or for whom the work or labor was done 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 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. 2. After the expiration of one year following the date on which Contractor ceased Work on the Contract, it being understood, however, that if any limitation embodied in 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 permitted by such Law. .. Master 00611 -Labor & Matl Payment Bond.doc 00611 —2 Project # 040489 JM00611— LABOR AND MATERIAL PA7?MENT BONA:. (continued) Other than in a state court of competent jurisdiction in and farthechunty 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.anmount of this Bond shall be reduced byand 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 a 1. day of 20 CONTRA R (CORPORATE SEAL) .••. L&A By: o Y President Cincinnati Insurance Company LILJEU- Beth Solomon Attorney -In -Fact Elizabeth A Solomon M COUNTERSIGNED: Resident Agent Master 00611 -Labor & Mail Payment Bond.doc 00611 _3 Project # 040489 DOCUMENT 00611 —LABOR AND MATERIAL PAYMENT BOND: (continued) ATTORNEY -IN -FACT (CORPORATE SEAL) Beth Solomon _ 1111 (This Bond shall be accompanied with Attorney -in Fact's authority from Surety) { Approved as to Form:'. Attorney for END OF DOCUMENT 00611 Master 00611 -Labor & Mat! Payment Bond.doc 0061 1 -4 Project # 040489 THE CINCINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENFS: That THE CINCINNATIf INSURANCE COMPANY, a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield. Ohio, does hereby constitute and appoint Marty C. Clark; Sam B. Hiller; Larry R. Clark; Scott R. Clark; Janice A. Butler; Scott Taylor; Beth Solomon and/or Sarah Day of Fort Smith, Arkansas its true and lawful Attornoy(s)-in-Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligations in the United States, up to Twenty Million and No/100 Dollars (420,000,000.00) This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 6day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any \ice president be hereby authorized, and empowered ;o appoint Attorneys -in - Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments an behalf of the Corporation, and may autliorixe any ollicer or any such Attorney -in -Pact to affix the corporate sea]; and may with or without cause modify or revoke any such appointment or authority. Any such writings so executed by such Attorneys -in - Fact shall be hittding, upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." Tlii.i Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 7`" day of December, 1973. "RESOLVED. that the signature of the President or a Vice president and the scal of the Company may be affixed by facsimile on any power of attorney granted, and the. signature of the Secretary or Assistant Secretary and the seal of the Company may he affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and ace[ shall be valid and binding on the Cornpanry. Any such power so executed and sealed and certified by certificate so executed and scaled shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." IN WITNESS R71IERT?UF, THE Cl.NCINNAII INSURANCE COAlPANY has caused t}tc:te presents Lu be sealed with its corporate seal, duly attested by its Vice President this 10'° day of October, 2008. o TITS Cl. ` .IN ' TI INSURANCE COMPANY -00KreRirr � SEAL Vlee ['real C1t STATE OF 01134 ) ss: COUNTY OF BUTLER On this 10day of October, 2008, before me came the above -named Woo President of TIE CINCINNATI ENSURANCh COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly efi'txed and subscribed to said irstrument by the authority and direction of said corporation. /' 17jt MARK J. H LLER, Attorney at Law 0If NOTARY PUBLIC - STATE OF OPI]O 4y .� My Commisalon has no expiration 44rT d1r ��rs� date. Section 147.e3 O.R.C. 1, the undersigned Secretary or Assistant Secretary of THE CINCINNATL INSURANCE COMPANY, hereby certify that the above is a true and correct copy of the Original Power ol'Attomey issued by said Company, and do hereby further certify 11tat the said Power of Attorney is still in full fore and effect. GIVlN under my hand and seal of said Company at Fairfield, Ohio. this 1st day of May, 2012. O0,(OS!E-A BN-1005 (10/OR) Sccrc�tary OP ID: SK A CERTIFICATE OF LIABILITY INSURANCE ' 05/07 ""' 05/07/12 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER: THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policylies) must be endorsed. 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 endorsements . PRODUCER 479-452.4000 Brown.Hiller-Clark & Assoc. 8500 Euper Lane 479.484 5185 P. O. Box 3529 Fort Smith, AR 72913-3628 Marty C. Clark CONTACT Sarah K Day NANE PHONE .479-878-5041 IAIC No : 479478-1880 ADDRESS: saranday@bhca.com - OOIJCEN CUSTONER 1O1: GOODW 3 INSURERISI AFFORDING COVERAGE NAICC INSURED Goodwin & Goodwin, Inc. 3503 Free Ferry Road Fort Smith, AR 72903 INSURER A: Cincinnati Insurance Company 10677 INSURER B:Cincinnati Casualty Company 10677 INSURER C INSURER o INSURER E INSURER F : CAUFRAPFS f_FPT1EIf_ATF IJIIMRrO- RFUIcInu III IMRFo- THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE S POUCYNUMBER LI1MDDIYYYY1 IMUID0tv'YYYlLIMITS A GENERAL UAB0JTY X COMMERCIAL GENERAL UA&UTY CLAIMS -MADE FK OCCUR X Incl Contractual X X CPP0874683 08106111 08106112 EACH OCCURRENCE S 1,000,00 L PREMISES lEa ocoinencel S 500,00 MED EXP (Any one person) S 110,00 PERSONAL S ADV INJURY $ 1,000,40 Liability GENERAL AGGREGATE $ 2,000,000 GENT. AGGREGATE LIMIT APPUES PER: POLICY [iiT°riLOC PRODUCTS - COMPIOP AGG $ 2,000,00 $ A ALI -OMOBLE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS 1UREO AUTOS NON -OWNED AUTOS X X CPA0874683 08/06/11 08/06/12 COMBINED SINGLE LIMIT S 1,000,00 X BODILY INJURY (Per person) 5 BODILY INJURY (Per accident) 5 PROPERTY DAMAGE (Per accident) S X X $ $ A X UMBRELLA UAB EXCESS LIA0 i_? OCCUR CLAIMS -MADE X X CPP0874683 08106111 08!06112 EACH OCCURRENCE S 5,000,00 AGGREGATE S 5,000,000 DEDUCTIBLE RETENTION 5 O S X '- S B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ` ANY PROPRIETORIPARTNERIEXECUTTVE YIN OFFICERIMEMBER EXCLUDED? (Mandatory In NH) If yea, deaclbe under DESCRIPTION OF OPERATIONS below N I A X C2102042 06106/11 08106112 X I WC STATU- DTI -4 E.L. EACH ACCIDENT s 500,00 E.L DISEASE - EA EMPLOYEE I 500,00 E.L. DISEASE - POLICY LIMIT S 500,00 ______________ ____________j ____ ____ _________________ DESCRIPTION OF OPERATIONS ILOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, it more apace Is rqutred) Project: Garland Ave Water and Sewer Imnrovement Project Job#040489 dth.tional Insured Clause in favor of certificate Holder when required by written contract applies to General Liability policy, Auto Liability, and Umbrella. Waiver of Subrogation in favor of certificate holder when required by written contract applies to General Liability, Auto liability rFRTIFICATF FIAT 11FD d'Auf cl I ATlf%u SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fayetteville - ACCORDANCE WITH THE POLICY PROVISIONS. 113 West Mountain Street AUTHORREDREPRESFJJTATNE M r L> Fayetteville, AR 72701 (U1958-2OOB AGUIW GOI*'URATION. All rights rese ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD