Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
03-17 RESOLUTION
113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 03-17 File Number: 2016-0645 BID NO. 16-64 BENCHMARK CONSTRUCTION OF NWA, INC.: A RESOLUTION TO AWARD BID NO. 16-64 AND AUTHORIZE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $485,058.00 FOR THE CONSTRUCTION OF INFRASTRUCTURE AND LAND DEVELOPMENT NECESSARY FOR INSTALLATION OF THE FIRE DEPARTMENT TRAINING FACILITY, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $72,758.70 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid No. 16-64 and authorized Mayor Jordan to sign a contract with Benchmark Construction of NWA, Inc. in the amount of $485,058.00 for the construction of infrastructure, including a concrete driveway and building pad, and land development necessary for installation of the Fire Department Training Facility, and further approves a project contingency in the amount of $72,758.70. 17 f [4=fZ.dC t.0 * A Sondra E. Smith, City C SftR�'i17�T er dewxi g � � r F11YE[TEVII I i �4 1 Page 1 Printed on 114117 City of Fayetteville, Arkansas ,. Text File File Number: 2016-0645 Agenda Date: 1/3/2017 Version: 1 In Control: City Council Meeting Agenda Number: A. 4 BID NO. 16-64 BENCHMARK CONSTRUCTION OF NWA, INC.: 113 West Mountain Street Fayetteville. AR 72701 (479) 575-8323 Status: Passed File Type: Resolution A RESOLUTION TO AWARD BID NO. 16-64 AND AUTHORIZE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $485,058.00 FOR THE CONSTRUCTION OF INFRASTRUCTURE AND LAND DEVELOPMENT NECESSARY FOR INSTALLATION OF THE FIRE DEPARTMENT TRAINING FACILITY, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $72,758.70 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid No. 16-64 and authorized Mayor Jordan to sign a contract with Benchmark Construction of NWA, Inc. in the amount of $485,058.00 for the construction of infrastructure, including a concrete driveway and building pad, and land development necessary for installation of the Fire Department Training Facility, and further approves a project contingency in the amount of $72,758.70. City of Fayetteville, Arkansas Page 1 Printed on 11412017 David Dayringer Submitted By City of Fayetteville Staff Review Form 2016-0645 Legistar File ID 1/3/2017 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 12/15/2016 Submitted Date Action Recommendation: Fire / Fire Department Division / Department Approval of a resolution awarding Bid 16-64 for the infrastructure and building work at the Fayetteville Fire Department Training Grounds from the vendor Benchmark Construction in the amount of $485,058.00 plus approval of a project contingency of 15% in the amount of $72,758.70. Budget Impact: 4470.300.8300-5804.00 Account Number 17001.1 Project Number Sales Tax Capital Fund Fire Training Grounds Project Title Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Budget Adjustment Attached? No Item Cost Budget Adjustment $ 747,000.00 $ 747,000.00 $ 557,816.70 Remaining Budget $ 189,183.30 V20140710 Previous Ordinance or Resolution # 37-15 Original Contract Number: Approval Date: Comments: This project is to develop the 14.2 acres of land designated for Fire Department usage by Council Resolution No, 37-15. This project will include development of the training grounds for confined space entry, emergency vehicle driving, structural collapse, live burns, and hazardous materials training exercises, as well as swift water rescue training because of its proximity to the White River. CITY OF T ft ayft Ile ARKANSAS MEETING OF JANUARY 3, 2017 TO: Mayor Jordan and City Council FROM: David Dayringer, Fire Chief DATE: December 15, 2016 CITY COUNCIL AGENDA MEMO SUBJECT: Approval of a resolution awarding Bid 16-64 for the infrastructure and building work at the Fayetteville Fire Department Training Grounds from the vendor Benchmark Construction in the amount of $485,058.00 plus approval of a project contingency of 15% in the amount of $72,758.70. RECOMMENDATION: Approval of a resolution awarding Bid 16-64 for the infrastructure and building work at the Fayetteville Fire Department Training Grounds from the vendor Benchmark Construction in the amount of $485,058.00 plus approval of a project contingency of 15% in the amount of $72,758.70. BACKGROUND: The Department of Homeland Security (DHS) Federal_ Emergency Management Agency's (FEMA) Grant Programs Directorate implements and administers the Assistance to Firefighters (AFG) Grants. The Fayetteville Fire Department was awarded an AFG Grant to purchase a fire mobile training simulator unit. This purchase of a Fire Mobile Training Simulator Unit utilizing 90% grant funds and the city's 10% match will provide firefighters live fire training as well as ventilation, forcible entry, standpipe, rappelling, confined space, and self-contained breathing apparatus (SCBA) skills. The infrastructure work that is detailed in Bid 16-64 will allow for the necessary pad, driveway, and associated land development to receive and properly implement the AFG funded mobile training simulator unit. DISCUSSION: This project is to develop the 14.2 acres of land designated for Fire Department usage by Council Resolution No. 37-15. $747,000 from Capital Improvement Project #03019 Fire Apparatus Replacements was moved into a new fire training grounds capital project to help provide the funding for infrastructure needed for the fire mobile training simulator that was awarded to the Fire Department as part of the FEMA grant. This grant was for purposes of funding the simulator only, additional funds are required to see the project completed. BUDGET/STAFF IMPACT: The funds for this purchase are budgeted and available in Project #17001.1 Fire Training Grounds Attachments: Final Bid Tabulation Sheet, Contract, and Bid Purchasing Documents Mailing Address: 113 W Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF MCITY OF FAYETTEVILLE, ARKANSAS Bid 16-64, Construction - Fire Department Training Site Tay7e4ql' Certification of Funds: $747,000 OFFICIAL BID TABULATION Max Bid Award Limit: $933,750 _ BID OPENING: 12/13/2016; 2:00 PM Benchmark Construction of N WA, Arco Excavation and Paving, Inc. Inc. 'EM ESTIMATED UNIT UNIT O, DESCRIPTION UNIT QUANTITY PRICE GM01INT I uir, ennninrr 1 ) Mobilization (Not to exceed 5%of total bid l5id IS 1 $ 22,000.00 $ 22,000.00 $ 6,800.00 $ 6,800.00 2 Insurance & Bonding LS 1 $ 11,500.00 S 11,500.00 $ 9,200.00 9,200.00 3 4 Trench & Excavation Safety Systems Clearing, Grubbing, & Demo LS 1 $ 1,200.00 5 1,200,00 $ 300.00 $ 300.00 LS 1 $ 17,530.00 $ 17,530.00 $ 3,200.00 $ 3,200.00 5 (Unclassified Excavation (Plan Quantity) CY 4,300 $ 11.30 $ 48,590.00 $ 10.45 $ 44,935.00 6 • Select Embankment (Plan Quantity) CY 3,800 S 15.20 S 57,760.001 $ 13.92 $' 52,896,00 '7 Subgrade Preparation Plan Quantity) SY I 4,8D0 1.25 S 6,000.00 $ 2.32 $ 11.136.00 8 4" Topsoil SY 2,300 $ 3.15 S 7,245.00 S 4.74 $ 10,902.00 9 iRUndercutand Stone Backfill Cy 100 $ 58.00 $ 5,80aw $ 18.90 $ 11990.00 10 18" RCP Under Pavement Class IV LF 20 $ 83.00 $ 1,660.00 $ 53.00 S 1,060.00 11 18" RCP Class III LF 140 $ 56.20 $ 7,868.00 $ 44.00 $ 6,160.00 12 24" RCP Class III LF 50 S 77.50 $ 3,875.00 $ 55.00 $ 2,750.00 13 18" RCP FES EA 1 5 660.00 $ 660.00 $ 660.00 $ 660.00 14 24" RCP FES EA 2 $ 1,380.00 S 2,760.00 $ 800.00 $ 1,600.00 .15 Detention Pond Outfall Structure EA 1 $ 3,995.00 $ 3,995.00 $ 3175.00 $ 3,175.00 16 Rlp Rap with Filter Blanket (1' depth) Sy 15 $ 19.25 $ 288.75 $ 85.00 $ 1,275.00 17 IT'Aggregate Base Course (Class 7) SY 4,800 $ 10.20 5 48,960.00 $ 10.38 $ 49 824.00 18 Seedlng and Mulch Sy 2,300 $ 0.50 $ 1,150.00 $ 0.60 $ 1,380.00 19 Solid Sod Sy LS 1,200 1 $ S 4.50 12,420.00 $ $ 5,400.01) 12,420.00 S $ 2.67 3,560.00 5 3,204.00 $ 3,560.00 20 (Erosion Control 21 Tree Protection Fencing LF 350 $ 5.75 $ 2,012.50 S 3.48 $ 1,218.00 22 6" Thick Wire Reinforced Concrete SY 3,415 $ 48.00 $ 163,920.00 S 47.00 5 160,505.00 23 b" Thick Concrete (Driveway) SY 1,165 :> 45.00 $ 52,425.00 $ 51.00 S 59,415.00 24 2' Diameter Reinforced Concrete Pler VF 432 $ 59.00 $ 25,488.00 $ 71,00 30,672.00 .25 Detention Pond LS 1 $ 5,500.00 $ 5,500.00 $ 1400.D0 $ 1,400.00 '26 'Water QualityFeature Bioretentlon Basin ( ) LS 1 $ 4,090.00 $ 4,090.00 $ 2,760.00 $ 2,760,00 27 Water Quality Feature (Bioretention Forebav) LS 1 $ 6,495.00 $ 6,495.00 $ 3,300.00 $ 3,300.00 :28 Platanus Occldentalls (sycamore) FA 12 $ 250.00 $ 3,000.00 $ 221.00 $ 2,652.00 29 Quercus Rubra Red Oak?EA 12 S 250.00 S 3,000.00 S 221.00 $ 2,652.00 30 Ater Saccharum (Sugar Ma le) EA 12 $ 250.00 $ 3.0D0.0D $ 221.00 $ 2,652.00 31 2" Sch. 40 Electrical Conduit LF 175 $ 20.00 $ 3,500.00 5 11.00 S 1,925.00 *To be only used at the direction of the Engineer TOTAL'BASE BID $ 539,092.25 $ 485,058.00 ,,.Is"!'r-mg,rpiea ..(fur.,. CERTIFIED A. Rennie, Pur t sin anager loft FM CITY OF City of Fayetteville, AR Contract for: Bid 16-64, Construction — Fire Department Training Site 7ay4 t--Ile Vendor: Benchmark Construction of NWA, Inc. AKANSAS This contract executed this day of , 2017, between the City of Fayetteville, Arkansas, and Benchmark Construction Of NWA, Inc. In consider on of the mutual covenants contained herein, the parties agree as follows: 1. Benchmark Construction Of NWA, Inc. at its own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per Bid 16-64 as stated in Benchmark Construction Of NWA, Inc. bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid 16-64, all included herein as if spelled out word for word. 2. The City of Fayetteville shall pay Benchmark Construction Of NWA, Inc. for completion of each project based on unit prices indicated in Benchmark Construction Of NWA, Inc. bid proposal. Payments will be made after approval and acceptance of work and submission of invoice Payments will be made approximately 30 days after receipt of invoice. The City of Fayetteville reserves the right to request receipts for materials purchased for the City of Fayetteville from suppliers, subcontractors, or other sources. 3. The Contract documents which comprise the contract between the City of Fayetteville and Benchmark Construction Of NWA, Inc. consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 16-64 with the specifications and conditions typed thereon, B. Benchmark Construction Of NWA, Inc. bid proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4, These Contract documents constitute the entire agreement between the City of Fayetteville and Benchmark Construction Of NWA, Inc. and may be modified only by a duly executed written instrument signed by the City of Fayetteville and Benchmark Construction Of NWA, Inc, 5. Benchmark Construction Of NWA, Inc. shall not assign its duties under the terms of this agreement. 6. Benchmark Construction Of NWA, Inc. agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, against any and all claims for property damage, personal injury or death, arising from Benchmark Construction Of NWA, Inc. performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 7. Benchmark Construction Of NWA Inc. shall furnish a certificate of insurance addressed to the City of City of Fayetteville, AR Bid 16-64, Construction — Fabric Storage Building - Contract Page 1 of 3 Benchmark Cojc.-kructioi, of iiw,A lnc. shall furnish a certificate of insurance addressed to the City of Fayetteville, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance, In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, Benchmark Construction Of �IWA, IF c shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. The premiums for all insurance and the bond required herein shall be paid by Benchmark Coin:Artiction OJ WAWA, lnc 1. yyuri.s'o7s�r'r ��. c_,tinl{3en; �1ipi1 Statutory Amount 2, Compreheri w,,e General & Automobile Insurance $500,000 for each person injured. 3. 8adily lWury Liability $1,000,000 for each accident, 4. Property Dinidge Liability $1,000,000 aggregate. 8. Benchmark Construction Of NWA, Inc. shall furnish proof of licensure as required by all local and -state agencies. this contract may be terminated by the City of Fayetteville or Benchmark Coir=.lrrF,;.tion Of NWA� lnc. with 30 calendar days written notice. 10. This Project shall be completed within Specified dates within Section A. and B. as outlined in 00500 of Bid 16-64 from Notice to Proceed. 1L i 1oe(1(_Il1) of Inf-�i i,ial.run Ak.l.: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, 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 photo coping costs pursuant to the FOIA may be assessed for this compliance. ]2.,.�.oj—,?r-L] fice 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 Fayetteville City Council in advance of the change in scope, cost or fees. 13 m'i;cilcticm Legal jurisdiction to resolve any disputes shall be Washington County, Arkansas with Arkansas law applying to the case. City of Fap;,tteville, AIR Bid :16-64, Construction - rabric storage, Buiioi ig - Contract Page, 2 of 3 14. llThe City will not agree to be forced to mediate or arbitrate any dispute 1S Interest charges for late payments by the City The City of Fayetteville does NOT agree to any interest or penalty for "untimely" payments, The City will pay all invoices within 30 calendar days of accepted invoice, WITNESS OUR HANDS THIS 3 DAY Of� 201 Benchmark Construction Of NWA, Inc Signature Printed Contractor Name & Title �" '4 4T,::-I f-3ture) Company Secretary (Pr�d Nerve) Susines Arid; , •, 3 3 3 LAMIT pro Lo9k, s-T—c. A r4,-V1C74 ✓a ttr+G, 09oe 7-2 7V3 City, State & 7ip Code Date Signed 4-2 - 14 - 46 ATTEST: (SgnoCtrrI F111/4 , Sondra E. Smith, City, Treasurer, FAYE7TEVIL E &`� Date Signed DOCUMENT 0400 —BID k'DILM Contract Name: Fire Department Training Facility Bid Number: 16-64, Fire Department Training Facility BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 rw FROM: Bidder:_w/1�C !►: L A �t ARTICLE I - 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 — Addendum #1 00400 — 1 I DOCUMENT 00400 —DID FORM (continued) ARTICLE 3 BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and al I 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. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, 00400-Bid Form — Addendum # 1 00400 — 2 Q DOCI MENT 00400 -131D T+C?i•tM (continued) 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. R 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. 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 terns 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 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 00400-Bid Form -Addendum # 1 00400 - 3 DOCUMENT 00400 —RID FORM (continued) 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. h RTICLE 4 - RID PRICE: Bidders are required to provide pricing for all line items, including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejection. The City intends to award Iltis contract to the lowest qualified responsive; responsible bidder based on the total base bid as long as the base bid aunuunt falls within the amount of funds certified for the project plus 25%. In the event no bid falls within the amount of funds certified for the project, plus 25%, the City will utilize the deductive alternates in order to further evaluate bids until a bid received falls within the amount certified, plus 25%. In the event all deductive alternates are subtracted from the total base bid and no bid falls within the amount certified, plus 25%, all bids shall be rejected and become confidential. In no case shall the amount bid for the item of "mobilization" exceed 5% of the total contract amount for all items listed in the proposal or bid. Should the amount entered into the proposal or bid for this item exceed 5%, the bid shall be rejected. Bidder shall complete the Work in accordance with the Contract Documents for the following price(s): BID SCHEDULE 1 ITEM EST. UNIT NO. SPEC. DESCRIPTION UNIT `I'Y PRICE TOTAL I 511 Mobilization (Not to exceed 5% of total bid) LS I 2#12Trench nsurance and Bonding LS 1 3 & Excavation Safety Systems LS I 4 learing, Grubbing & Demo LS I 00400-Bid Form — Addendum #1 00400 — 4 DOCUMENT I1a400 —BID FORM (continued) BID SCHEDULE I ITEM NO. SPEC. DESCRIPTION UNIT EST, QTY UNIT PRICE TOTAL 5 202 Unclassified Excavation (Plan Quantity) CY 4300 �(s 6 202 Select Embankment (Plan Quantity) CY 3800 7 203 Subgrade Preparation (Plan Quantity) SY 4800 3.� 8 204 4" Topsoil SY 2300 rJe� 9 205 *Undercut and Stone BackfiII CY 100 r t D i 10 301 18" RCP Under Pavement Class IV LF 20 11 301 18" RCP Class III LF 140 12 301 24" RCP Class III LF 50 13 301 18" RCP FES EA 1 14 301 24" RCP FES EA 2 15 302 Detention Pond Outfall Structure EA I 16 306 Rip Rap with Filter Blanket (I I depth) SY 15 f .2 irk 17 401 8" Aggregate Base Course (Class 7) SY 4800 18 505 Seeding and Mulch SY 2300 ( D 19 505 Solid Sod SY 120067 20 509 Erosion Control LS I 21 517 Tree Protection Fencing LF 350 601 _ 22 602 6" Thick Wire Reinforced Concrete SY 3415 704 �7 00400-Bid Form — Addendum #1 00400 — 5 DOCUMENT 00400 —BID FORM (continued) BID SCHEDULE 1 ITEM EST, UNIT NO. SPEC. DESCRIPTION UNIT TY PRICE TOTAL 503 23 — - 601 705 6" Thick Concrete (Driveway) SY 1165 f , L `T 1 601 _ _ 2' Diameter Reinforced Concrete Pier 24 VF 432 „� &17 25 701 Detention Pond LS 1 26 702 Water Quality Feature (Bioretention Basin) LS 27 702 Water Quality Feature (Bioretention LS 1 Forebay) 28 703 Platanus Occidentalis (Sycamore) EA 12 29 703 Quercus Rubra (Red Oak) EA 12 -11 r. 30 703 Acer Saccharum (Sugar Maple) EA 12 a 31 707 2" Sch. 40 Electrical Conduit LF 175 To be only used at the direction of the Engineer TOTAL AMOUNT BID $ b 00400-Bid Form — Addendum #1 00400 — 6 DOCUMENT 00400 --BID FORM (continued) DEDUCTIVE ALTERNATE The following is being requested to be offered as an alternate to the bid as a deduction. This alternate will result in the removal of the 6" Thick Concrete Driveway. DEDUCTIVE ALTERNATE #1 ITEM EST. UNIT NO. SPEC. DESCRIPTION UNIT QTY PRICE TOTAL 23 601 6" Thick Concrete (Driveway) SY -1165 q-7 / TOTAL AMOUNT BID (ALTERNATE 41) $ q _, a3 °� 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. ARTICLEE 6 - BID CONTFNT 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,�_f,(�_ _... _ Dollars B. A tabulation of Subcontractors and other persons and ofganizations required to be identified in this Bid. 00400-B id Form — Addendum # 1 00400 — 7 DOCUMENT 00400 --BID FORM (continued) ARTICLE7- COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: Email. _6&L ek (n t A)E7 PhoneNo. 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 20,16 Arkansas State Contractor License No.t.I Tax ID No. 71- 7,j DUNS No. 1-7_--5(eI-- YA5_ CAGE No. If Bidder is: 00400-Bid Form — Addendum #1 00400 — 8 I DOCUMENT 00400 -BID FORM (continued) An Individual Name (type or printed): By' __ __ Doing business ,i _ Business address: Phone No.: A E'arU� Partnership Name: By: (individual's Signature) (Signature of general Name (type or printed): Business address: Phone No.: AX No.: (SEAL) evidence of authority to sign) FAX 00400-Bid Form — Addendum #1 00400 — 9 DOCUMENT 00400 —13ID FORM (continued) A C:orpoiVion or_LLC Corporation Naine:,rJr.tr+QGt �/tt,LT1T1 (SEAL,) p N' T a R)—. A7Z State of incorporation: Typ eneral Busines. Professional, Service, Limited Liability): .s, (Signature - attach evidence of authority to sign) Name (type or printed):._- Title: (=,F___. - (CORPORATE SEAL) IwAttest: 4L a-,j (Signature of Co rate Secretary) �Q Business address: 353 ` Phone No.: / / 0?5/ `� J�Ir!o FAX No.:�� END OF DOCUMENT 00400 00400-Bid Form - Addendum #1 00400 - 10 14 1 N S U R A N C E More Than Promise 5500 Euper Lane PO Box 3529 Ft. Smith, AR 72913 (479) 452-4000 www.bhca.com Bid Bond KNOW ALL MEN BY TRE4F_ PRESENTS. that we (Here insert full name and address or legal title of Contractor) Benchmark Construction of NWA, Inc. 333 West Poplar, Ste A Fayetteville, AR 72703 ae Principal, hereinafter called the Principal, and (Hero,. insert fiAll name and addre..es nr legal trtle af.SarPty) Westfield Insurance Company P. O. Box 5001 Westfield Center, OH 44251-5001 a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called the Surety, arc held and firmly bound unto /Here insert full name and address orlegal title of om3ner) 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 Dollars ($ 5% ), fur the payntenL of which cum well and truly to be mode, the said Principal and the said Suroty, bind oureolver, our heirs, executors, administrators. successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Fire Department Training Facility (Here insert full name, address and descripr(on of project) NOW, THEREIFORE, if the Obligee shall accept the bid of the Principal And the Principal shall enler into a Contract with the Ohligec in sannrdAnrr with the rerrns of such bid, and give juch bond or bonds es may be tpcciGed in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt paYmcnt 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 P rin6pal shall pay to the Obligcc the difference not to exceed the penalty hUWf betweCn 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 ibis obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 13th day of December 2016 Benchmark Construction of NWA, Inc. ( rtneipal) (Sea[j (Title) Wes "eld Insurance Company�_� -0 it (SPni} Elizabeth A. Solomon , Attorney -In -Fact A 0oCUment A31 Olu —1970. Co +Upyrlght m 1963 and 1970 by The American Inslllute of Amhltacts. LEIS . .,MER OF ATTORNEY SUPERC£DES ANY PREVIOUS POWZR SEARING THIS SAME POWER # AND ISSUED PRIOR TO SSM7113, FOR ANY PERSON OR PERSONS NAMED BELOW. POWER NO- 0320052 OAF Pow er General WestfieldWestfieldInsurance Co. Pow of Attorney Westfield National Insurance Co, Ohio Farmers Insurance Co, CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, herelnetter referred to Individually as a 'Company' and collectf}Anly as -Companies,' duly organized and existing under the laws of the State of Ohio, and having Its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute anti appoint SAM S. HILLER, CARRY R. CLARK JANICE A. BUTLER, SCOTT R. CLARK LVLR1Y C. CLARK VICCI L- HILLER, SHAHNON C. SCHMIDLY, ELIZABETH A- SOLOISON, SARAH iC DAY, JOINTLY OR SOIERALLY . of FORT SMITH and State of AR Its true and lawful Attorneys) -in -Fact, with Tull power and authority hereby Conferred In Its name,. place and stead, to execute, acknowledge and deliver airy and all hands, recogntzances, undet'Uldrigs, or other instrarnants or contracts of suretyshlp- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - . LIRAITATION: THIS POWER OF ATTORNEY CANNOT Be USED TO EXECUTE NOTE GVARANTE1 MORTGAGE DEFICIENCY. MORTGAGE NAAMTE OR BANK DEPOSITORY BONDS, anti to bind any or thaComparilts thereby as rally and to the same exoenit as If such bonds were signed by She President sealed with the corporate Real of the applicable Company and duty attested by Its Secretary, hereby ratifying and confirming all that tho said Attorney(s)-In-Fact May do In the premises. Said appo)ntment Is made under and by authority of the following resoILMon adopted by the Board of Directors of each of the WESTFELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY. 'Be It Resolved, that the Presldent; any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall tie and Is hereby vested with full power and autnOrtty to appoint any one or more suitable persons as Aitorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following ,provisions: The Attorney -in -Fact. maybe given full power and authority for and In the name or and on behalf of the Company, to execute; acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or Indemnity and other Conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such Instruments so executed by any such Attorney -In -Fact shall be as binding -upon the Company as Ir signed by the President and sealed and attested by the Corporate Secretary."' 'tie It Furthvr Resolved, That the; signature of any such designated person and the seal of the Company heretofore or hereafter amxed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certtiRrate bearing racstmile signatures or facsimile seal shalt he valid and binding upon the Company with respect W any Mond or undertaking to Which It Is attached," (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY. WESTFIELD NATIONAL INSURANCE: COMPANY and OIglO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Hado" Surety treader and Senior Emecutive and Maly corporate seals to be hereto affixed this A71h day of M" A.D, W13 . Corp orate ' ONAt '' au,.n Seals �1d �•-.' p ,• r �U% � WESTFIELD INSURANCE COMPANY Aftlxed r wQ q�+'� M,,+ WESTFIELD NATIONAL INSURANCE COMPANY z" , OHIO FARMERS INSURANCE COMPANY SEAL •°4n r Yak,: 1848 • Z2 A BY State of Ohio •,'f'"''+n4yw•'"`i4+! r an""'•N Deiinis P. Baas, National Surety Leader and County of Medina ss.: Senior Executive On this 17th day of MAY A.D., 2R13 , before me personally calve Dern#is F. Saus to me known, who, being by me duty sworn, did depose and say, that he resides In Wooster, Ohio; that he is National Surely Leader and Senior ExecutWia or wESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described In and Which executed the above instrument; that ha knows the seals of said Companies; that the seats affixed to sold Instrument are such corporate seals: that they were so affixed by order of the Boards of 01re�ors of sold Companies; and Mat he signed his name thereto by h der. Notarial Seal L. �'� Aftlxed i' 2 wrrrl C Wllllam J. Kahelin, A rney at Law, Notary Public State of Ohio kip > o My Commfssion Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: ± 4 1, Frank A. Carrina, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing Is a true and correct copy of a Power of Attorney, executed by said Companies, which is :;till in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. fn Witness Whcreof, I have hereunto set my hand and afflxed the seals of said Companies at Westfield Center, Ohio, this 13th day of December, 201681,pj. Ali SEAL EAL y�'f�, Fn� Frank A. Carrin©, Secretary Arkansas Secretary of State http://www.sos.arkansas.gov/corps/search—corps.php?DETAIL=l 8261&... ARKANSAS SEC RE ARY OF S` NIT -AI �9 Search Incorporations, Cooperatives, Banks and Insurance Companies ViinrCr Fr11Zf10)y VSE52Q LLC Member information is now confidential per Act 865 of 2007 Use your browser's back button to return to the Search Results Ruin Raw Search For service of process contact the 5ecre1a1y or 5t,)t1Q;j OHIL e, Corporation Name BENCHMARK CONSTRUCTION OF NWA, INC. Fictitious Names BENCHMARK CONSTRUCTION OF NWA Filing # 1100032984 Filing Type For Profit Corporation Filed under Act Dom Bus Corp; 576 of 1965 Status Good Standing Principal Address Reg. Agent STEVE SMITH Agent Address 333 W POPLAR FAYETTEVILLE, AR 72703 Date Filed 06/08/1976 Officers SEE FILE, Incorporator/Organizer MICHAEL V. MAULDIN CPA.PA, Tax Preparer ROGER ROSS , President STEVE SMITH , Secretary Foreign Name N/A Foreign Address State of Origin N/A purch88_8 Cerfllote of Good pay Ranchise Tax_ for this camoration 5j%ndln9 ror a,ts Enitty 1 of 1 12/13/2016 3:58 PM I CITY OF Fay e evi le ARKANSAS City of Fayetteville, Arkansas Purchasing Division — Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 16-64, Construction — Fire Department Training Site DEADLINE: Tuesday, December 13, 2016 before 2:00 PM, local time, Room 306 PRE -BID MEETNG: Wednesday, November 30, 2016 at 10:00 am, E. Borick Drive DELIVERY LOCATION: Room 306 — 113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Les McGaugh, Purchasing Agent, Imcgaughefayetteyille--ar.gov DATE OF ISSUE AND ADVERTISEMENT: Wednesday Nov. 23, 2016 and Nov. 30, 2016 INVITATION TO BID Bid 16-64, Construction — Fire Department Training Site No late bids shall be accepted. Bids shall be submitted in sealed envelopes. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. NOTICE TO ALL BIDDERS: All vendors intending on bidding SHALL register as a plan holder by notifying Les McGaugh, via e-mail at Imcgaugh@fayette.ville-ar.gov. When registering as a plan holder, vendors shall submit primary contact information including name of contractor, primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED. Interested parties are responsible for printing. All bids will be distributed electronically from the City of Fayetteville Purchasing Division. Receiving electronic links from the City of Fayetteville, AR automatically registers you as a plan holder. E-MAILED BID PACKAGE INCLUDES LINKS TO THE FOLLOWING FILES: FILE #1: PROJECT MANUAL: 295 total pages FILE #2: PROJECT DRAWINGS: 14 total pages *Additional files added as addendums are issued. Addendums will be directly e-mailed to all listed plan holders and posted on the City's website, - *PLAN HOLDER LISTINGS & ADDENDUMS WILL BE POSTED AT http://bids.fayetteville-ar.gov Bidder shall assume all responsibility for receiving updates and any addenda issued to this project by monitoring htti).//bid's.foyetteville-or.gpv. Failure to acknowledge addenda issued as instructed could result in bid rejection. Telecommunications Device for the Deaf TDD (479)521-1316 113 West Mountain - Fayetteville, AR 72701 THIS PAGE INTENTIONALLY LEFT BLANK Telocommunications Device for the Deaf TDD(479)521-1316 113 West Mountain -Fayetteville, AR 72701 Project Manual CITY OF VP Pvle ARKANSAS Engineering Division 113 West Mountain Street Fayetteville, Arkansas 72701 FIDE DEPARTMENT TRAINING FACILITY BID # 16-64 Date: November 2016 N a L N tLa m 7 O a r O Y a \ w O a' 10 Y a 0 m vw v N � m 21 w � o o a 3 m T r: „ Q _ d 00 d O a CD O O w w m Z- O N .n-1 vi t It Ln C: w LU .0 N tko N C O 'O m tYiL OCL = r{ a N 3 Q 0 0 w c O > L � u Y m a O m LL cu LJ N C m U. m M .0 O m . I-- > ' o _ •w C w Y ^� W ' C 4 m C T w a LU ci 0� O 0 N 0 N 0 N a O N rl to CD n O CD n^- O CD a ri r`4 p N N p N 0 C) 0 0 N .--I O O N r c-I N 4-0 m O O N N^ N N c) O �--� O O (D O cD +--! O N O N N N � O'O N� ti w w al al N ll� -rz c p LL w w w w N' m m m m C '~ N E E E > > > E E u E 7 m 7 7 7 C (TO Q p" >>> O o o cwi u u u w u m m m m 3 w 7= 0 Z 0 Z 0 Z Z Z > Z w 0 a, 0 0 w u v m � Q T Q> > •> v C C a >; T >, >, >_ >' >, O? m m>: m -d m V o m0m m a) m-0-0-0 ,, a) a am a>-0C 'D 7 u aVJ 7 LL m C •yry N O +' O -0 U U a1 w w ll N 7 a) LL 7 N ~ a E �^ c N c ^ F F 7 fl. m ~ cu aw+ O C C 4 c0 m 7 E c CL z w C QJ > 'm CU w — Y m LL - 7 w O a C O m E Y w >, 0 O L V T a ` 41 7 a C y N V ea to O C O m w O a) a m O w w u E 7 L a > 'v w (U m a) c E o C 'ut ^ c-i 7 d .c _0 C 0 O �, 0 uY 0 + L Y O Z 'O ON O N V1 -p m w L a+ Ql O m C _w o_ 0 w o o0 to W ,> C 7 U- E 7 d O O '—� > O m -O m a N '^ u v U '^ -0 C m N- on m H O U -00 pwp -O w ci N GO E m- 7 w '. w }, w -O O O_ N U � •Ip F C m QEl - a ° (u w 3 °1 a= o '^ F Z LL vw 'u v E E v aj 'u o 'u 'u 'u Q .� ocn a o ° p Y E 7 C 7 > -O W o W o - -, C 7 'y+ m m C 7 C 7 C 7 w O a m C w O Y m w C LL W C O U 'O m U� U U U u 0 7- u a w C 'O •(Yj �O a1 a1 O N .�, 9 J ro —_ Y -0-0 c Y J>+ Y a-+ O u O Q m w CO �"i z Q Q l/') Q Q d L.L V U m U U C, Z U Q a z Ln Q G 0 Q CITY OF Tay4 —Ile ARKANSAS TABLE OF CONTENTS LAKE FAYETTEVILLE TRAILHEAD PARKING LOT CONTRACT DOCUMENTS INTRODUCTORY INFORMATION 00010 TABLE OF CONTENTS 00010-1 of 3 00100 BID SOLICITATION 00120 INVITATION TO BID 00120-1 of 1 00140 BIDDER'S QUALIFICATION STATEMENT 00140-1 of 4 00200 INSTRUCTIONS TO BIDDERS 00200-1 of 10 PREVAILING WAGE DETERMINATION 1 of 1 00400 BID FORMS AND SUPPLEMENTS 00400 BID FORM 00400-1 of 9 00410 BID BOND 00410-1 of 2 00430 -LIST OF SUBCONTRACTORS 00430-1 of 1 00500- AGREEMENT FORM 00500 AGREEMENT FORM 00500-1 of 11 00550 NOTICE TO PROCEED 00550-1 of 2 00600 BONDS AND CERTIFICATES 00610 PERFORMANCE BOND 00610-1 of 00611 LABOR AND MATERIAL PAYMENT BOND 0061 1-1 of 4 00700 CONTRACT GENERAL CONDITIONS 00700-1 of 51 DIVISION 1 - GENERAL REQUIREMENTS 01 110 SUMMARY OF WORK 011 10-1 of 3 01250 CONTRACT MODIFICATION PROCEDURES 01250-1 of 2 01270 UNIT PRICES 01270-1 of 2 01290 PAYMENT PROCEDURES 01290-1 of 01320 PROJECT MEETINGS, SCHEDULES, AND REPORTS 01320-1 of 2 01321 SCHEDULE 01321-1 of 2 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 TECHNICAL SPECIFICATIONS CITY OF FAYETTEVILLE STANDARD SPECIFICATIONS FOR STREET AND DRAINAGE CONSTRUCTION 00010 Table of Contents 00010- 1 DOCUMENT 00120 — INVITATION TO BID Contract Name: FIRE DEPARTMENT TRAINING FACILITY City of Fayetteville Bid Number: 16-64, Construction — Fire Department Training Facility Advertising Dates: 11/23/16 & 11/30/16 The City of Fayetteville, AR (City) is accepting sealed bids from properly licensed professionals for the construction of a 150' x 200' concrete pad and approximately 550 L.F. of concrete driveway. The prcject will include the installation of bioretention basin, detention pond with outfall structure, culvert, and drainage pipe. The project will also include earthwork and stormwater pollution prevention. Sealed bids shall be submitted in a sealed envelope or package labeled Bid 16-64. All bids shall be received by Tuesday, December 13 2016 before 2:00 PM Ideal time to the City of Fayetteville, Purchasing Division — Room 306, Attention: Andrea Foren Rennie, 113 W Mountain, Fayetteville, Arkansas 72701. All bids will be opened and read aloud immediately following the deadline. Late bids will not be accepted. A non -mandatary, pre -bid conference will be held on Wednesday, November 30 2016 at 2:00 PM, local tune at the City of Fayetteville Administration Building, City Hall, Room 326 at 113 W. Mountain St, Fayetteville, AR 72701. All interested parties are strongly encouraged to attend. Bidding documents and plans shall be obtained from the City of Fayetteville -Purchasing Division electronically. Any questions concerning the bidding process should be addressed to Les McGaugh, at hncUbh rt.fayettevillc;-ar.g_tav or by calling (479) 575-8220. No partial sets will be issued. 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. All vendors intending on bidding shall register as a plan holder. When registering as a plan holder, vendors shall submit primary contact information. All bids shall be accompanied by a cashier's check, from a bank located in the State of Arkansas, or a corporate bid bond. in an amount not less than five percent (5%) of the total maximum bid price payable without recourse to the City. Corporate bid bonds shall be from a reliable surety company and all bid bonds shall serve as a guarantee that (lie Bidder will enter into a contract and execute performance and payment bonds within ten (10) days after notice of award of contract. Bid guarantees shall be made payable to the City of Fayetteville, AR. Bidders shall have a valid Arkansas Contractor License at time of bid. The successful bidder shall furnish a performance and payment bond upon the form provided in the amount of one hundred percent (100%) of the contract price from an approved surety company holding a permit frorn the State of Arkansas to act as surety, or other surety or sureties acceptable to the City, and file marked by the Washington County Circuit Clerk's Office is required with a contract awarded amount of $20,000.00 or more. 00 1 20-Invitation to Bid 001201 DOCUMENT 00120 — INVITATION TO 1311) (continued) 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 (ADL) Prevailing Wage Rates apply to this project. The awarded Contractor shall submit a "Statement of Intent to Pay Prevailing Wages" form to the ADL within 30 days of the Notice to Proceed. 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. AR (Owner) By: Les McGaugh Title: Purchasing Agent 00120-Invitation to Bid 00120 - 2 DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: Contract Name: FIRE DEPARTMENT TRAINING FACILITY Date: SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company Name Address Principal Office Corporation, partnership, individual, joint venture, other Arkansas State General Contractor's License Number EXPERIENCE STATEMENT I. Bidder has been engaged as a General Contractor in construction for 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 years. 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) 3. Bidder has completed the following (list minimum of 3) contracts consisting of work 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 00140-Bidder Qualifications 00140 — 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.) Has Bidder ever failed to complete any project? If so, state when, where, and why. 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): 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: Bidder's Workmen's Compensation Experience Modifier Factor is: 00140-Bidder Qualifications 00140 — 2 I DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) FINANCIAL STATEMENT Bidder possesses adequate financial resources as indicated by the following: 1. Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount r.w Lei 00140-Bidder Qualifications 00140 — 3 a, DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: CONTINUED Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: .20 (OFFICIAL SEAL) Name of Organization: RIM Title (If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed.) END OF DOCUMENT 00140 00140-Bidder Qualifications 00140-4 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. J. 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. J. 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. 00200-Instructions to Bidders 00200 — 1 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) 1.03 t U;ALIFICATION OF BIDDERS: A. Prequal i fi cation 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 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 could 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: I . To thoroughly examine the Contract Documents and other related data identified in the Bid Documents (including "technical data" referred to below). 2. To visit the Site to become familiar with and satisfy Bidder as to the general, local, and Site conditions that may in any manner affect cost, progress, and performance of the Work. 3. To consider federal, state, and local laws, ordinances, rules, and regulations that may in any manner affect cost, progress, performance, and furnishing of the Work. 4. To study and carefully correlate Bidder's knowledge and observations with the Contract Documents and such other related data. 5. To promptly notify Engineer of all conflicts, errors, ambiguities, or discrepancies which Bidder has discovered in or between the Contract Documents and such other related documents. B. Before submitting a Bid, each Bidder shall be responsible to obtain such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise, which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, 00200-Instructions to Bidders 00200 — 2 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) 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: 1. On request, Owner will provide each Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as each Bidder deems necessary for submission of his Bid. Bidder shall fill all holes, clean up, and restore the Site to its former conditions upon completion of 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 shal I 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. C. It is the intent for the city not to issue any Addenda within the last 7 days before the date of opening Bids. However, an addendum that affects the time, date or location 00200-Instructions to Bidders 00200 — 3 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) 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 non -mandatory, pre -bid conference will be held on Wednesday. November 30, 2016 at 2:000 PM, local time at the City of Fayetteville Administration Building, City Hall, Room 326 at 113 W. Mountain St, Fayetteville, AR 72701. All interested parties are strongly encouraged to attend 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 November 4, 2016 has determined that the Arkansas Prevailing Wage Law shall 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. 00200-Instructions to Bidders 00200 — 4 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) 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. 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. 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. 00200-Instructions to Bidders 00200 — 5 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) F. A power of attorney shall accompany the signature of anyone not otherwise authorized to bind the Bidder. G. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. H. The address to which communications regarding the Bids are to be directed shall be shown. 3.02 METHOD OF BIDDING: A. Bids will be received on a Unit Prices basis as set forth in the Bid Form. B. Firm Bids are required. C. Schedule of Unit Prices: 1. The Bidder shall complete the "Schedule of Unit Prices" included in the Bid (and shall accept all fixed Unit Prices listed therein.) 2. The total Bid price will be determined as the sum of the products of the estimated quantity of each item and the Unit Price set forth in the "Schedule of Unit Prices." The final Contract Price shall be subject to adjustment according to final measured, used, or delivered quantities, and the Unit Prices set forth in the "Schedule of Unit Prices" will apply to such final quantities except that if quantities vary more than 25 percent above or below estimated quantities, Unit Prices will be subject to change by Change Order. 3.03 SUBCONTRACTORS INFORMATION 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. 00200-Instructions to Bidders 00200 — 6 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) 3.04 MANUFACTURERS SUBMITTED WITH BID: Not applicable. 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 bank cashier's check, or Bid Bond (DOCUMENT 00410) 3. DOCUMENT 00430, LIST OF SUBCONTRACTORS 3.06 BID SECURITY: A, Each Bid shall be accompanied by Bid security, payable to Owner, of the amount stipulated in the Invitation to Bid. B. The required security shall be in the form of a bank cashier's check or a Bid Bond on the form prescribed by the AIA, Document A310, or on similar form attached. C. Bid Bond shall be executed by a surety meeting the requirements set forth for "Surety Bonds" in the GENERAL CONDITIONS. D. Bid security of the Successful Bidder will be retained until Bidder has executed the Agreement and furnished the required surety Bonds as set forth in the GENERAL CONDITIONS, whereupon Bid security will be returned. If the Successful Bidder fails to execute the Agreement and furnish the surety Bonds within 15 days after the date of Notice of Award, Owner may annul the Notice of Award, and Bid security of that Bidder will be forfeited to Owner. E. The Bid security of any Bidder whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of 10 days after the Effective Date of the Agreement and the required surety Bonds furnished, or the 91 S` 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. 00200-Instructions to Bidders 00200 — 7 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 0111:NING 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 00200-Instructions to Bidders 00200 — 8 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 Bids notify 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. 00200-Instructions to Bidders 00200 — 9 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 00200-Instructions to Bidders 00200 —10 ASA HUTCHINSON STATE OF ARKANSAS LEON JONES, JR. GOVERNOR l`R DIRECTOR ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DIVISION 10421 WEST MARKHAM . LITTLE ROCK, AR 72205-2190 Phone: 501-682-4536 Fax: 501-682-4506 TRS: 800-285-1131 November 4, 2016 Matt Casey City of Fayetteville 113 West Mountain Fayetteville, AR 72701 Re: FIRE TRAINING FACILITY FAYETTEVILLE, ARKANSAS WASHINGTON COUNTY Dear Mr. Casey In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 16-254 establishing the minimum wage rates to be paid on the above -referenced project. These rates were established pursuant to the Arkansas Prevailing Wage Law, Ark, Code Ann. §§ 22-9-301 to 22-9-315 and the administrative -regulations promulgated thereunder. If the work is subject to the Arkansas Prevailing Wage Law, every specification shall include minimum prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark. Code Ann. § 22-9-308 (b) (2). Also, the public body awarding the contract shall cause to be inserted in the contract a stipulation to the effect that not less than the prevailing hourly rate of wages shall -be paid to all workers performing work under the contract. Ark. Code Ann. § 22-9-308 (c). Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. Ark. Code Ann. § 22-9-309 (a). Also enclosed is a "Statement of Intent to Pay Prevailing Wages" form that should be put in your specifications along with the wage determination. The General/Prime Contractor is responsible for getting this form filled out and returned to this office within 30 days of the Notice to Proceed for this project. office. When you issue the Notice to Proceed for this project, please send a copy of the notice to my If you have any questions, please call me at (501) 682-4536 or fax (501) 682-4506. Sincerely, p Lorna K. Smith Prevailing Wage Division Enclosures S Arkansas Department of Labor Prevailing Wage Determination Date: 11/4/2016 Determination #: 16-254 Expires: 5/4/2017 Project: Fire Training Facility Site: City: Fayetteville, Arkansas Project County: Washington Survey#: 716-AH05 COUNTY(S) Group Washington 5 CLASSIFICATION Basic Hourly Rate Fringe Benefits Bricklayer/Pointer, Cleaner, Caulker, Stone Mason $11.45 $1.92 Carpenter ' $16.75 Concrete Finisher/Cement Mason $15.45 Electrician/Alarm Installer $21.30 $7.81 Ironworker (Including Reinforcing Work) $16.30 Laborer $13.00 Pipelayer $11.80 $2.61 Asphalt Paving Machine $19.85 $1.80 Backhoe - Rubber Tired (1 yard or less) $14.70 $4.90 Bulldozer, finish $14.60 Bulldozer, rough $16.30 Crane, Derrick, Dragline, Shovel & Backhoe, 1.5 yards or less $14.90 Crane, Derrick, Dragline, Shovel & Backhoe, over 1.5 yards $14.90 Distributor $11.45 $1.92 End Dump (Dump Truck) $14.15 Front End Loader, finish $13.70 Front End Loader, rough $14.35 $0.59 Mechanic $14.70 Roller $14.30 $1.40 Scraper $11.45 $1.92 Motor Patrol $11.45 $1.92 Asphalt Screed Operator $19.20 $2.35 Excavator/Trackhoe $18.75 Asphalt Raker $15.45 $1.55 Truck Driver (Excludes Dump Truck) $17.20 Welders -receive rate prescribed for craft performing operation to which welding is incidental. Certified 7/1/2016 Classifications that are required, but not listed above, must be requested in writing from the Arkansas Department of Labor, Prevailing Wage Division. Please call (501) 682-4536 for a request form. 11/4/2016 11:06 AM Page 1 of 1 STATEMENT OF INTENT TO PAY PREVAILING WAGES PROJECT: FIRE TRAINING FACILITY FAYETTEVILLE, ARKANSAS WASHINGTON COUNTY This is to certify that we, the following listed contractors, are aware of the wage requirements of the Arkansas Prevailing Wage Law and by signature below indicate our intent to pay no less than the rates established by Arkansas Prevailing Wage Determination Number 16-254 for work performed on the above noted public project. I understand that contractors who violate prevailing wage laws, i.e., incorrect classification/scope of work of workers, improper payments of prevailing wages, etc., are subject to fines and will be required to pay back wages due to workers. Signature and Title Business Name Address Phone# of Business Official General/Prime Contractor Electrical Subcontractor Mechanical Subcontractor Plumbing Subcontractor Roofing/ Sheet Metal Subcontractor THE GENERALIPRIME CONTRACTOR IS RESPONSIBLE FOR GETTING THIS FORM FILLED OUT AND RETURNING IT TO THE ARKANSAS DEPARTMENT OF LABOR WITHIN 30 DAYS OF THE NOTICE TO PROCEED FOR THIS PROJECT. RETURN COMPLETED FORM TO THE ARKANSAS DEPARTMENT OF LABOR, PREVAILING WAGE DIVISION, 10421 W. MARKHAM, LITTLE ROCK, ARKANSAS, 72205. e DOCUMENT 0400 —BID FORM Contract Name: Fire Department Training Facility Bid Number: 16-64, Fire Department Training Facility BID TO: Owner: The City of Fayetteville, Arkansas 1 13 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: ARTICLE I - 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 I DOCUMENT 00400 —BID FORM (continued) ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D, Bidder has carefully studied all: (1) reports of explorations an&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. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, 00400-Bid Form 00400 — 2 DOCUMENT 00400 —BID FORM (continued) 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 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 00400-Bid Form 00400 — 3 DOCUMENT 00400 —BID FORM (continued) 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 Bidders are required to provide pricing for all line items, including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejection. The City intends to award this contract to the lowest qualified responsive responsible bidder based on the total base bid as long as the base bid amount falls within the amount of funds certified for the project plus 25%. In the event no bid falls within the amount of funds certified for the project, plus 25%, the City will utilize the deductive alternates in order to further evaluate bids until a bid received falls within the amount certified, plus 25%. In the event all deductive alternates are subtracted from the total base bid and no bid falls within the amount certified, plus 25%, all bids shall be rejected and become confidential. In no case shall the amount bid for the item of "mobilization" exceed 5% of the total contract amount for all items listed in the proposal or bid. Should the amount entered into the proposal or bid for this item exceed 5%, the bid shall be rejected. Bidder shall complete the Work in accordance with the Contract Documents for the following price(s): BID SCHEDULE I ITEM NO. SPEC. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 1 511 Mobilization (Not to exceed 5% of total bid) LS 1 2 Insurance and Bonding LS 1 3 112 Trench & Excavation Safety Systems LS 1 4 201 Clearing, Grubbing & Demo LS 1 00400-Bid Form 00400 — 4 DOCUMENT 00400 ---BID FORM (continued) BID SCHEDULE 1 ITEM NO. SPEC. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 5 202 Unclassified Excavation (Plan Quantity) CY 4300 6 202 Select Embankment (Plan Quantity) CY 3800 7 203 Subgrade Preparation (Plan Quantity) SY 4800 8 204 4" Topsoil SY 2300 9 205 *Undercut and Stone Backfill CY 100 10 301 18" RCP Under Pavement Class IV LF 20 11 301 18" RCP Class III LF 140 12 301 24" RCP Class ]]I LF 50 13 301 18" RCP FES EA I 14 301 24" RCP FES EA 2 15 302' Detention Pond Outfall Structure EA 1 16 306 Rip Rap with Filter Blanket (1' depth) SY 15 17 401 8" Aggregate Base Course (Class 7) SY 4800 18 505 Seeding and Mulch SY 2300 19 505 Solid Sod SY 1200 20 509 Erosion Control LS 1 21 517 Tree Protection Fencing LF 350 22 601 602 704 6" Thick Wire Reinforced Concrete SY 3415 00400-Bid Form 00400 — 5 DOCUMENT 00400 -BID FORM (continued) BID SCHEDULE 1 ITEM EST. UNIT NO. SPEC. DESCRIPTION UNIT QTY PRICE TOTAL 503 23 601 6" Thick Concrete (Driveway) SY 1165 705 24 701 2' Diameter Reinforced Concrete Pier VF 104 25 701 Detention Pond LS 1 26 702 Water Quality Feature (Bioretention Basin) LS 1 27 702 Water Quality Feature (Bioretention LS 1 Forebay) 28 703 Platanus Occidentalis (Sycamore) EA 12 29 703 Quercus Rubra (Red Oak) EA 12 30 703 Acer Saccharum (Sugar Maple) EA 12 31 707 2" Sch. 40 Electrical Conduit LF 175 *To be only used at the direction of the Engineer TOTAL AMOUNT BID $ 00400-Bid Form 00400 — 6 DOCUMENT 00400 —BID FORM (continued) DEDUCTIVE ALTERNATE The following is being requested to be offered as an alternate to the bid as a deduction. This alternate will result in the removal of the 6" Thick Concrete Driveway. DEDUCTIVE ALTERNATE #1 ITEM NO. SPEC. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 23 601 6" Thick Concrete (Driveway) SY -1165 TOTAL AMOUNT BID (ALTERNATE # 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 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 Dollars ($ ). B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. 00400-Bid Form 00400 — 7 I DOCUMENT 00400 —BID FORM (continued) ARTICLE 7 - COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: Email. Phone No. 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 Arkansas State Contractor License No. Tax ID No. ................................ DUNS No. CAGE No. If Bidder is: 00400-Bid Form 00400 — 8 .20 I DOCUMENT 00400 -BID FORM (continued) An Individual Name (type or printed): (Individual's Signature) Doing business as: Business address: Phone No.: FAX No.: A Partnershit� Partnership Name: M. (Signature of general partner — attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: FAX No.: 00400-Bid Form 00400 — 9 DOCUMENT 00400 --BID FORM (continued) A Cowration or LLC Corporation Name: State of Incorporation: J SEAL) Type (General Business, Professional, Service, Limited Liability): M. (Signature — attach evidence of authority to sign) Name (type or printed): Title: Attest: Business address: Phone No.: (CORPORATE SEAL) (Signature of Corporate Secretary) FAX No.: END OF DOCUMENT 00400 00400-Bid Form 00400-410 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 1 l3 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: Fire Department Training Facility NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for 00410-Bid Bond 00410 — l DOCUMENT 00410 — BID BOND (continued) which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this day of 20 PRINCIPAL (CORPORATE SEAL) By SURETY By ATTORNEY-IN-I=ACT (CORPORATE SEAL) (This Bond shall be accompanied with Attorney-in-Fact's authority from Surety) END OF DOCUMENT 00410 00410-Bid Bond 00410-2 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: Fire Department Training Facility Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Clearing/Demolition SWPPP/Erosion Control Asphalt Concrete Landscaping Material Testing Other (designate) Subcontractor's Name and Address NOTE: This form shall be submitted with the sealed bid. Bidder's Signature END OF DOCUMENT 00430 00430-List of Subcontractors 00430-1 Expected Percentage or Value I DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: Fire Department Training Facility Contract No.: 16-64, Fire Department Training Facility THIS AGREEMENT is dated as of the between The City of Fayetteville, Arkansas and Contractor). ARTICLE I - WORK day of in the year 2016 by and (hereinafter called 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 a 150' x 200' concrete pad and approximately 550 L.F. of concrete driveway. The project will include the installation of a bioretention basin,_ detention pond with outfall structure, culvert, and drainage pipe. The project will also in include earthwork and stormwater pollution prevention. Any use of a third party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits shall be waived. The Contract includes work in 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 00500 Agreement 00500- 1 I [}C CUNilENT 0(1S00 — AGREEMENT (continued) 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. 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 shall be Substantially Completed within 80 calendar days after the date when the Contract Times commence to run on January 17, 2017, and final completion and ready for final payment in accordance with the GENERAL CONDITIONS within 120 calendar days after the date when the Contract Times commence to run. B. As a condition of the contract, Substantial Completion shall include the concrete piers, concrete pad, and the driveway being completed, cured and ready for installation of the Mobile Fire Training Structure on the fixed completion date of April 7, 2017. Additional days will not be considered. 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 00500 Agreement 00500 - 2 e DOCUMENT 00500 — AGREEMENT (continued) damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville One Thousand Five Hundred Dollars ($1,500.00) 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 Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and 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. 00500 Agreement 00500-3 I! DOCUMENT 00500 -- AGREEMENT (continued) 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 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 00500 Agreement 00500-4 0 DOCUMENT 00500 — AGREEMENT (continued) 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. 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 - C-ONTRACTOR'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. 00500 Agreement 00500-5 V DOCUMENT 00500 -- AGREEMENT_(continued) 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 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 00500 Agreement 00500-6 I DOCUMENT 00500 — AGREEMENT (continued) 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. 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. 00500 Agreement 00500-7 I DOCUMENT 00504 — AGREEMENT {continued) 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: ,Fire Department Training Faclitx. 8. Addenda numbers one (1) to two (2), inclusive. 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. 00500 Agreement 00500 - 8 DOCUMENT 00500 — AGREEMENT (continued) 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. 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 00500 Agreement 00500-9 111 DOCUMENT 00500 — AGREEMENT (continued) 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 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: Lioneld Jordan Title: Attest Title: Mayor (SEAL) (SEAL) Attest 00500 Agreement 00500- 10 DOCUMENT 00500_-- AGREEMENT (continued) Address for giving notices License No. Agent for Service of process (If Contractor is a corporation, attach evidence of authority to sign.) Address for giving notices 113 W. Mountain St. Fa etteviIle AR 72701 _.. .............. (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 I DOCUMENT 00550 — NOTICE TO PROCEED TO: (Contractor) Contract Name/Title: FIRE DEPARTMENT TRAINING FACILITY Contract No: 16-64, Fire Department Training Facility Owner: City of Fayetteville, Arkansas You are notified that the Contract Time(s) under the above Contract will commence to run on Tuesday, January 17, 2017. 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 April 7, 2017 and May 18, 2017, 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: l . 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. 00550 Notice to Proceed 00550-1 DOCUMENT 00551) - NOTICE TO PROCEED: (continued) You are required to return an acknowledgement copy of this Notice to Proceed to the Owner. Dated this: ACCEPTANCE OF NOTICE TO PROCEED Copy to Engineer (Use Certified Mail, Return Receipt Requested) OWNER By Matt Case Title Engincerinp, Design Manager CONTRACTOR By Title Date 20 END OF DOCUMENT 00550 00550 Notice to Proceed 00550-2 I DOCUMENT 00610 — PERFORMANCE BOND: KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and as Surety, hereinafter Balled 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 $ , 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 Fire Department Training Facility 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: 00610 Performance Bond 00610-1 DOCUMENT 00610 — PERFORMANCE BOND: (continued) A. Complete the Contract in accordance with its terms and conditions, or 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 00610 Performance Bond 00610 — 2 (CORPORATE SEAL) DOCUMENT 00610 — PERFORMANCE BOND: (continued) SURETY COUNTERSIGNED: Resident Agent State of Arkansas By By ATTORNEY -IN -FACT (This Bond shall be accompanied with Attorney-in-Fact's authority from Surety) (CORPORATE SEAL) Approved as to Form: Attorney for END OF DOCUMENT 00610 00610 Performance Bond 00610-3 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 as Principal, hereinafter called Contractor, and 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 $ 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 Dire Dermrtineut "T'rainina Facility which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 00611-Labor & Matl Payment Bond 00611 — 1 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. 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. 0061 ] -Labor & Mat] Payment Bond 00611 — 2 I DOCUMENT 00611 — LABOR AND MATERIAL PAYMENT BOND: (continued) 3. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. D. The amount of this Bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this Bond. Signed and sealed this day of 20 CONTRACTOR (CORPORATE SEAL) SURETY COUNTERSIGNED: Resident Agent State of Arkansas RIM 00611-Labor & Matl Payment Bond 00611 — 3 DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) ATTORNEY -IN -FACT (CORPORATE SEAL) (This Bond shall be accompanied with Attorney-in-Fact's authority from Surety) Approved as to Form: Attorney for END OF DOCUMENT 00611 00611-Labor & Matl Payment Bond 00611 — 4 DOCUMENT 00700 — GENERAL CONDITIONS: TABLE OF CONTENTS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY.......................................................1 1.01 CONTRACT DOCUMENTS: ..................................... .................... 1 1.02 DEFINITIONS: ................................................................... ............................................ _ I 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: ................... 11 ........ ........................................... ........................................... 6 3.02 AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS:........................... 8 3.03 OWNERSHIP AND REUSE OF DOCUMENTS: ........ ............................... .................... 8 ARTICLE 4 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS...................................................................................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 00700 General Conditions 00700 TOC— 1 S 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 ARTICLE7 - 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 00700 General Conditions 00700 TOC— 2 n DOCUMENT 00700 — GENERAL CONDITIONS. (continued) TABLE OF CONTENTS (continued) ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION .............................28 9.01 OWNER'S REPRESENTATIVE: .................................................................................... 28 9.02 VISITS TO SITE: ............................................................................................................ 28 9.03 PROJECT REPRESENTATION:..................................................................................... 28 9.04 CLARIFICATIONS AND INTERPRETATIONS: .......................................................... 29 9.05 AUTHORIZED VARIATIONS IN WORK: ............... .................................................... 29 9.06 REJECTING DEFECTIVE WORK: ................................................................................ 29 9.07 SUBMITTALS, CHANGE ORDERS; AND PAYMENTS: ............................................ 29 9.08 DETERMINATIONS FOR UNIT PRICES; .................................. 9.09 DECISIONS ON DISPUTES:...............................................•.......................................... 30 9.10 LIMITATIONS ON ENGINEER'S RESPONSIBILITIES: ............................................ 30 ARTICLE 10 - CHANGES IN THE WORK.........................................................................31 10.01 GENERAL: ....................................................................................................................... 31 ARTICLE 11 - CHANGE OF CONTRACT PRICE............................................................32 11.01 GENERAL: .............. .........................................................................................................32 11.02 COST OF THE WORK .. ^^ 11.03 CONTRACTOR'S FEE: ............. :.... 11.04 CASH ALLOWANCES: 11.05 UNIT PRICE WORK: ...................................................................................................... 36 11.06 RIGHT OF AUDIT: ...................... . . . ............................................................................... 36 ARTICLE 12 - CHANGE OF CONTRACT TIMES............................................................36 12.01 GENERAL: ....................................................................................................................... 36 ARTICLE 13 - WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK..............................................................................•.............................38 13.01 WARRANTY AND GUARANTEE :.......................................,...,.... ..................... .......... 38 13.02 ACCESS TO THE WORK:.............................................................................................. 38 11 -) TESTS AND INSPECTIONS:.........................................................................................38 13.04 DEFECTIVE WORK 13.05 UNCOVERING WORK: ..... ............................................................................... .............39 00700 General Conditions 00700 TOC— 3 I DOCUMENT 00700 — GENERAL CONDITIONS: (continued) TABLE OF CONTENTS (continued) 13.06 OWNER MAY STOP THE WORK: ................................................................................ 40 13.07 CORRECTION OR REMOVAL OF DEFECTIVE WORK: .......... .......... . .................... 40 13.08 TWO-YEAR WARRANTY AND CORRECTION PERIOD: ........................................ 40 13.09 ACCEPTANCE OF DEFECTIVE WORK:..............................._..................................... 40 13.10 OWNER MAY CORRECT -DEFECTIVE WORK: ................................. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION ........................41 14.01 SCHEDULE OF VALUES:.............................................................................................. 41 14.02 APPLICATION FOR PROGRESS PAYMENT: ............................................................. 41 14.03 CONTRACTOR'S WARRANTY OF TITLE: ............................... ....... ......................... 42 14.04 REVIEW OF APPLICATION FOR PROGRESS PAYMENT: ...................................... 42 14.05 SUBSTANTIAL COMPLETION : ...... ............................................................................. 44 14.06 PARTIAL UTILIZATION: ........................ ............................ ........................................ 44 14.07 FINAL INSPECTION: .............................................................................................. 45 14.08 FINAL APPLICATION FOR PAYMENT: .................. .......... .................. ............... 45 14.09 FINAL PAYMENT AND ACCEPTANCE: .................................................................... 46 14.10 CONTRACTOR'S CONTINUING OBLIGATION: ...................... ................................. 46 14.11 WAIVER OF CLAIMS: The making and acceptance_ of final payment will constitute:. 47 14.12 INTEREST: NOT APPLICABLE................................................................................... 47 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION...................................47 15.01 OWNER MAY SUSPEND WORK: ................................................................................ 47 15.02 OWNER MAY TERMINATE: ............................................................................ 47 15.03 CONTRACTOR MAY STOP WORK OR TERMINATE: ........................ .................... 48 ARTICLE 16 - RESOLUTION OF DISPUTES....................................................................49 16.01 RESOLUTION OF CLAIMS AND DISPUTES.............................................................. 49 ARTICLE 17 - MISCELLANEOUS......................................................................................50 17.01 GIVING NOTICE: ............................................................................................. ............. 50 17.02 COMPUTATION OF TIME:........................................................................................... 50 17.03 CLAIMS, CUMULATIVE REMEDIES: ......................................................................... 50 00700 General Conditions 00700 TOC— 4 DOCUMENT 00700 — GENERAL. CONDITIONS: This document is based upon Engineers Joint Contract Documents Committee "Standard General Conditions of the Construction Contract," with modifications. ARTICLE I - DEFINITIONS AND TERMINOLOGY 1.01 CONTRACT DOCUMENTS: 1. The Contract Documents establish the rights and obligations of the parties and shall consist of the documents listed in DOCUMENT 00500, AGREEMENT. B. Reports and drawings of subsurface and physical conditions and approved Submittals by Contractor are not Contract Documents. C. Only printed or hard copies of items listed in subparagraph 1.01 A are Contract Documents. Files in electronic media format of text, data, graphics, and the like that may be furnished by Owner to Contractor are not Contract Documents. 1.02 DEFINITIONS: A. Wherever used in these General Conditions or elsewhere in the Contract Documents, the following terms have the meanings indicated below, which are applicable to both the singular and plural thereof- 1. "Addenda" - written or graphic changes or interpretations of the Contract Documents issued by Owner prior to the opening of Bids. 2. "Agreement" - the written agreement between Owner and Contractor covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 3. "Application for Payment" - the form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress and final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. "Asbestos" - any material that contains more than 1 % asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. "Bid" - the formal offer of the Bidder submitted on the prescribed Bid Form together with the required Bid security and all information submitted with the Bid that pertains to performance of the Work. 6. "Bidder" - any person, firm, or corporation submitting a Bid for the Work or their duly authorized representatives. 7. "Change Order" - a written document signed by Owner and Engineer authorizing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued on or after execution of the Agreement. 8. "Contract Drawings" - drawings and other data designated as Contract Drawings prepared by Engineer for this Contract which show the character and scope of the Work to be performed and are referred to in the Contract Documents. 9. "Contract Price" - the total monies payable to Contractor under the Contract Documents as stated in the Agreement. 00700-General Conditions 00700 — 1 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 chafdered municipal corporation , with which the Contractor has entered into the Agreement and for whom the Work is to be provided. 00700 General Conditions 00700 TOC-2 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. 00700 General Conditions 00700 TOC— 3 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 10.01B. 48. "Written Amendment" - a written amerfdment 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. 00700 General Conditions 00700 TOC— 4 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 "provi-de." 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 T1K4FS; 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. 00700 General Conditions 00700 TOC— 5 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 00700 General Conditions 00700 TOC— 6 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. 00700 General Conditions 00700 TOC— 7 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 10.01D). B. As indicated in Paragraphs 11.0113 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 00700 General Conditions 00700 TOC— 8 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 1 1 and 12. 00700 General Conditions 00700 TOC— 9 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 I 1 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 00700 General Conditions 00700 TOC— 10 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 unti I 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. 007.00 General Conditions 00700 TOC— 11 DOCUMENT 00700 —GENERAL CON I)I'I'IONS: (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. 1. If the surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of Paragraph 5.01A, Contractor shall within five days thereafter substitute another Bond and surety, both of which must be acceptable to Owner. 5.02 INSURANCE: A. Contractor's Liability Insurance: 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) 00700 General Conditions 00700 TOC— 12 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 (1) Any one loss or accident $1,000,000 B. The policies of insurance so required by paragraph 5.02A to be purchased and maintained shall: 1. with respect to insurance required by Paragraphs 5.02A. l .c through 5.02A.1.g inclusive, include as additional insureds by endorsement (subject to customary exclusion in respect of professional liability) Owner, Engineer, and Engineer's Consultants, and include coverage for the respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability specified in Paragraph 5.02A.2 or required by Laws and Regulations, whichever is greater; 3. with respect to insurance required by paragraphs 5.02A ] .c through 5.02A ] .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 00700 General Conditions 00700 TOC— 13 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: 1. Contractor shall purchase and maintain property insurance upon the Work at the Site in the amount of the full insurable value thereof (subject to such 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 00700 General Conditions 00700 TOC— 14 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 final payment (or the Owner assumes beneficial occupancy and agrees to provide insurance coverage for the facilities so occupied) is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with 30 days' written notice to each 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 boi ter 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: l . 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. 00700 General Conditions 00700 TOC— 15 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 00700 General Conditions 00700 TOC— 16 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. 1. 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. 00700 General Conditions 00700 TOC— 17 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, EQUIPMENT, AND MATERIALS: A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. Except in connection with the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the Site shall be performed during regular working hours, and Contractor will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holiday without Engineer's written consent. B. Unless otherwise specified in the General Requirements, Contractor shall furnish and assume full responsibility for all Equipment and Materials, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up, and 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 9.1 OC and 9.1 OD. 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 SCHEDU 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 00700 General Conditions 00700 TOC— 18 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.04 SUBSTITUTES OR "OR -EQUAL" ITEMS: A. Whenever an item of Equipment or Material is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or 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. 1. "Or -Equal" Items: If in Engineer's sole discretion an item of Equipment or Material proposed by Contractor is functionally equal to that named and 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 if: a. In the exercise of reasonable judgment Engineer determines that: (i) it is at least equal in quality, durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the function imposed by the design concept of the completed Project as a functioning whole, and; b. Contractor certifies that: (i) there is no increase in cost to 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 00700 General Conditions 00700 TOC— 19 DOCUMENT 00700 — GENERALS 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 6.0413 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. 00700 General Conditions 00700 TOC— 20 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 00700 General Conditions 00700 TOC— 21 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. Fees for permits issued by the City will be waived. 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 00700 General Conditions 00700 TOC— 22 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) and other professionals, and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against Owner or Engineer to the extent based on a claim arising out of Contractor's perforinance 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 00700 General Conditions 00700 TOC— 23 DOCUMENT 00700 — GENERAL CONDITIONS. (continued) in Paragraph 6.12A.2 or 6.12A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor). Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 14.09A that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). C. Contractor shall designate a responsible representative at the Site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner and Engineer. 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. 00700 General Conditions 00700 TOC— 24 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. 00700 General Conditions 00700 TOC— 25 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- 1. The preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs, or specifications. 2. The giving of or the failure to give communications by Engineer, their agents, or employees provided such giving or failure to give is the primary cause of injury or damage. D. If necessary for enforcement of any indemnification and hold harmless requirement herein, or if applicable law requires the Contractor to obtain specified limits of insurance to insure any indemnity obligation; then Contractor shall obtain such applicable coverage with minimum limits not less than any specified in Paragraph 5.0213 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 00700 General Conditions 00700 TOC— 26 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 R.E U I RED 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 14.04A and 14.09A. 8.04 LANDS AND EASEMENTS: A. Owner's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.04. 8.05 INSURANCE: A. Owner's responsibilities in respect of purchasing and maintaining insurance are set forth in Paragraph 5.02. 8.06 CHANGE ORDERS: A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.01. 8.07 INSPECTIONS AND TESTS: A. Owner's responsibility in respect of certain inspections, tests and approvals is set forth in Paragraph 13.03B. 00700 General Conditions 00700 TOC— 27 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. 00700 General Conditions 00700 TOC-28 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 13.0513, 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, CI..IANGE 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 UNVI' 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. 00700 General Conditions 00700 TOC— 29 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 9.1 OC or 9.1 OD. 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 00700 General Conditions 00700 TOC— 30 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 hily 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 l l 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 perforated 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 10.01A, are required because of acceptance of defective Work under Paragraph l 3.09 or correcting defective Work under Paragraph 13.10, or are agreed to by the parties; 00700 General Conditions 00700 TOC— 31 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 I 1 - 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 1 1.05A through 1 1.05C, 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. J. 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 1 1.03B). 00700 General Conditions 00700 TOC— 32 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 shal I 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. 00700 General Conditions 00700 TOC— 33 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. 00700 General Conditions 00700 TOC— 34 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 1 1.02A. 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.1 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.1 through A.3 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee often 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 1 1.02A or 1 1.02B, Contractor will submit in form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.04 CASH ALLOWANCES: A. Not applicable. 00700 General Conditions 00700 TOC— 35 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 1 1 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. 00700 General Conditions 00700 TOC— 36 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. I 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 shal I 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. 00700 General Conditions 00700 TOC— 37 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 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 all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel. B. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: l . 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 13.0513 shall be paid as provided in said Paragraph 13.0513; and J. 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 00700 General Conditions 00700 TOC— 38 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 I 1 and 12. 00700 General Conditions 00700 TOC— 39 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 I imited 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 00700 General Conditions 00700 TOC— 40 DOCUMENT 00700 — GENERAL CONDIT[ONS: (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 consequentia],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"' 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 00700 General Conditions 00700 TOC— 41 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 9.09, and to any other qualifications stated in the recommendation); and that Contractor is entitled to payment of the amount 00700 General Conditions 00700 TOC— 42 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 arnount 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. 00700 General Conditions 00700 TOC— 43 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 00700 General Conditions 00700 TOC— 44 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 wi I I be accomplished prior to compliance with the requirements of Paragraph 5.021 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 00700 General Conditions 00700 TOC— 45 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 00700 General Conditions 00700 TOC— 46 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 in accordance with the Contract Documents (except as provided in Paragraph 14.11). 14.11 WAIVER OF CLAIMS: The making and acceptance of final payment will constitute: A. A waiver of all claims by Owner against Contractor, except claims arising from unsettled Liens, from defective work appearing after final inspection pursuant to Paragraph 14.07, or from failure to comply with the Contract Documents or the terms of any special guarantees specified therein; however, it will not constitute a waiver by Owner of any rights in respect of Contractor's continuing obligations under the Contract Documents; and B. A waiver of all claims by Contractor against Owner other than those previously made in writing and still unsettled. 14.12 INTEREST: NOT APPLICABLE. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15.01 OWNER MAY SUSPEND WORK: A. Owner may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than 90 days by notice in writing to Contractor, and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to any suspension if Contractor makes an approved claim therefor as provided in Articles 1 I 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 00700 General Conditions 00700 TOC-47 DOCUMENT 00700 —GENERA 1. 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 00700 General Conditions 00700 TOC— 48 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. 00700 General Conditions 00700 TOC— 49 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 REMEDI_ES: 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 00700 General Conditions 00700 TOC— 50 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. END OF DOCUMENT 00700 00700 General Conditions 00700 TOC— 51 I DIVISION 1 - GENERAL REOUIREMENTS SECTION 01110 — SI MMARY 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: Fire Department Training Facility 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 a 150' x 200' concrete pad and approximately 550 L.F. of concrete driveway. The project will include the installation -of a bioretention basin, detention pond with outfall structure, culvert, and drainage pipe. The project will also include earthwork and stormwater pollution prevention. 1.03 WORK BY OTHERS: A. Work Under Other Contracts: None. (FILL IN AS READ) 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. 01110-Summary of Work 01110 — 1 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 shal I be held to a minimum length of time anti 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: Fire Department Training Facility 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. 01110-Summary of Work 01110 — Z SECTION 01110 SUMMARY OF WORK (continued) PART 2 - PRODUCTS — NOT APPLICABLE. PART 3 - EXECUTION — NOT APPLICABLE. END OF SECTION 01110 01110-Summary of Work 01110 — 3 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. 01250 Contract Modification Procedures 01250- 1 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 01250 Contract Modification Procedures 01250-2 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. 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. 1. Engineer will verify measurements and quantities. a. Contractor shall assist Engineer by providing necessary equipment, workers, and survey personnel as the Engineer requires. 2. Final payment for Work governed by Unit Prices will be made on the basis of the actual measurements and quantities accepted by the Engineer multiplied by the Unit Price for Work which is incorporated in or made necessary by the Work. 3. Payment will not be made for any of the following: a. Products wasted or disposed of in a manner unacceptable to Engineer. b. Products which Engineer determines as unacceptable before or after installation. c. Product not completely unloaded from the transporting vehicle. d. Products installed beyond the lines and levels of the required Work. e. Products not installed after completion of Work. f. Loading, hauling, and disposing of rejected Products. 01270-Unit Prices 01270- 1 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 01270-Unit Prices 01270-2 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 007.00 — 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 mechanic's 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. 01290 Payment Procedures 01290- 1 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. 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 SECTION 01320 — PROJECT MEETINGS, SCHEDULES, AND REPORTS PART 1- 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. 01320-Project Mtgs Sched & Reports 01320 — 1 SECTION 01320 — PROJECT MEETINGS, SCHEDULES, AND REPORT'S (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 01320-Project Mtgs Sched & Reports 01320-2 11 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, 01321- Schedule 01321-1 SECTION 111321 —SCHEDULE continued 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 01321- Schedule 01321-2 SECTION 01420 — DEFINITIONS AND STANDAIII)S PART1- GENERAL 1.01 SUMMARY: A. Definitions: 1. Basic contract definitions used in the Contract Documents are defined in the GENERAL CONDITIONS. Definitions and explanations are not necessarily either complete or exclusive, but are general for the Work. 2. General Requirements are the provisions or requirements of DIVISION 1 Sections, and which apply to the entire Work of the Contract. B. Related Information Specified Elsewhere: Specification standards and associations applicable to the Work are specified in each Section. 1.02 SPECIFICATION FORMAT AND CONTENT EXPLANATIONS: A. Specification Format: The Specifications are organized into 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. 01420-Definitions & Standards 01420 —1 Project # 040642 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. 01420-Definitions & Standards 01420 — 2 SECTION 01420 — DEFINITIONS AND STANDARDS (continued) 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 01420-Definitions & Standards 01420-3 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 WORD 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. 0 1 530-Barriers & Temp Controls 01530 — 1 SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS (continued) d. Storm drains. e. Pipeline companies. f. Telephone. g. Electric. h. Municipal streets. i. State highways. j. City engineer. k. Fire. 1. Police. 3. Operation of valves or other appurtenances on existing utilities, when required, shall be by or under the direct supervision of the owning utility. 4. Where fences are to be breached on private property, the owners thereof shall be contacted and arrangements made to ensure proper protection of any livestock or other property thus exposed. 5. The applicable requirements specified for protection of the Work shall also apply to the protection of existing property of others. 6. Before acceptance of the Work by Owner, restore all property affected by Contractor's operations to the original or better condition. 3.02 BARRIERS: 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. 01530-Barriers & Temp Controls 01530 — 2 SECTION 01530 — TEMPORARY BARRIERS AND CON'r ROLS (continued) c. Prevent dumping of refuse or chemically injurious materials or liquids. d. Prevent puddling or continuous running water. Carefully supervise excavating, grading and filling, and subsequent construction operations to prevent damage. 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. 01530-Barriers & Temp Controls 01530 — 3 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. J. 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. 0 1 530-Barriers & Temp Controls 01530 — 4 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: l . 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. 9.1 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. 0 1 530-Barriers & Temp Controls 01530 — 5 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. END OF SECTION 01530 01530-Barriers & Temp Controls 01530-6 SECTION 01560 — TEMPORARY UTILITIES AND FACILITIES PART 1- 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." 01560-Temp Utilities & Facilities 01560 — 1 SECTION 01560 — TEMPORARY UTILITIES AND FACILMTLES (continued) 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. PART 2- 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. 01560-Temp Utilities & Facilities 01560 — 2 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. 01560-Temp Utilities & Facilities 01560 — 3 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. 01560-Temp Utilities & Facilities 01560 — 4 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. 01560-Temp Utilities & Facilities 01560 — 5 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 DRAINA 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. 01560-Temp Utilities & Facilities 01560 —6 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: l . Complete each fire protection facility at earliest reasonable date, place into operation, and make ready for emergency- use. 2. Instruct personnel at Site on availability and proper use. 3.09 INSTALLATION AND REMOVAL: A. Relocation: Relocate construction aids as required by progress of construction, storage limitations, or Work requirements and to accommodate requirements of Owner and other contractors at the Site. B. Removal: Remove temporary materials, equipment, and services when construction needs can be met and allowed by use of permanent construction, or at completion of the Project. C. Repair: Clean and repair damage caused by installation or by use of temporary facilities. 1. Remove foundations and underground installations for construction aids. 2. Grade the areas of the Site affected by temporary installations to required elevations and clean the area. END OF SECTION 01560 01560-Temp Utilities & Facilities 01560-7 CITY OF CITY OF FAYETTEVILLE, ARKANSAS 7ay y INVITATION TO BID At1le ANSAS Bid 16-64, Construction — Fire Department Training Facility The City of Fayetteville is accepting bids from properly licensed firms for the construction of a fire training site for the Fayetteville Fire Department. Questions should be addressed to Les McGaugh, Purchasing Agent at Imcgauth@fayetteville-ar_gov or by calling (479) 575-8220. All bids shall be submitted in a sealed envelope or package labeled with the project name and/or description. All bids shall be received by Tuesday, December 13, 2016 before 2:00 PM, local time at the City of Fayetteville, Purchasing Division address listed below. A public bid opening will be conducted shortly after the deadline at City Hall. No late bids shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids. City of Fayetteville Purchasing Division — Room 306 113 West Mountain Street Fayetteville, AR 72701 A non -mandatory Pre -Bid meeting will be held Wednesday, November 30, 2016 at 10:00 am at the end of E. Borick Drive in Fayetteville, AR. All interested parties are encouraged to attend. Bidding documents and plans shall be obtained by the City of Fayetteville Purchasing Division electronically. No partial sets shall be issued. Plans may also be reviewed only at the Fayetteville Purchasing Division. Addendums and updated plan holder listings will be posted on the City's website at http://fayetteville-ar.goy/bids All vendors intending on bidding SHALL register as a plan holder by notifying Les McGaugh, via e-mail. When registering as a plan holder, vendors shall submit primary contact information including name of contractor, primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED. Each bid shall be accompanied by a cashier's check from a bank doing business in the State of Arkansas or a corporate bid bond in an amount not less than five (5) percent of the amount bid. A one hundred percent (100%) performance and payment bond is required with the contract awarded and shall be file marked by the Washington County Circuit Clerk's Office upon receipt to the City. A State of Arkansas Contractor's License is required for all bid and license shall be valid at the time of bid deadline. Attention is called to the fact that the minimum prevailing wage rates for each craft or type of worker and the prevailing wage rate for overtime work as determined by the Arkansas Department of Labor applies to a contract award of $75,000 or more. 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. The City of Fayetteville reserves the right to waive irregularities, reject bids, and postpone the award of any Contract for a period of time which shall not exceed beyond sixty (60) days from the bid opening date. CITY OF FAYETTEVILLE, ARKANSAS By: Les McGaugh Purchasing Agent Ad dates: 11/23/16 and 11/30/2016 IT'S OF Tave rdlile A R K A N S A S STANDARD SPECIFICATIONS FOR STREET AND DRAINAGE CONSTRUCTION City of Fayetteville DIVISION 100. GENERAL PROVISIONS .............................................. 5 Section 101. Definitions and Terms.......................................................................5 Section 102. Not Used ........................... Section 103. Not Used.........................................................................................15 Section 104. Scope of Work............................................,....,...............................15 Section 105.' Control of Work..............................................................................16 Section 106. Control of Material..........................................................................26 Section 107. Quality Control Requirements..........................................................29 Section 108. Legal Relations and Responsibility to the Public .............................34 Section 109. Prosecution and Progress................................................................41 Section 110. Measurement and Payment............................................................48 Section 111. Roadway Construction Control........................................................51 Section 112. Trench and Excavation Safety Systems .................................... .---- .53 DIVISION 200. EARTHWORK.............................................................. 55 Section 201. Clearing, Grubbing, and Demolition................................................55 Section 202. Excavation and Embankment......................................................... 56 Section 203. Subgrade Preparation.....................................................................62 Section 204. Select Grading and Topsoil...... .......... ....... ........................... ... 63 Section 205. Undercut and Stone Backfill............................................................65 DIVISION 300. STORM DRAINAGE .................................................... 68 Section 301. Storm Drainage Pipe ............. Section 302. Drop Inlets and Junction Boxes .................................... .................. 71 Section 303. Concrete Box Culverts....................................................................73 Section304. Vacant.............................................................................................75 ST-2 V Standard Street and Drainage Specifications Section 305. Open Channels.............................................................................. 75 Section 306. Filter Blanket and Riprap................................_.............................. 77 Section 307. Flowable Select Material ............................. ............................... 79 DIVISION 400. BASE AND PAVING...................................................81 Section 401. Aggregate Base Course ................................................. .. 81 Section 402. Prime and Tack Coats ................ .............................. ............ .......... 82 Section 403. Asphalt Concrete Hot Mix.... ............................................ ....... - .... . 84 Section 404. Asphalt Concrete Hot Mix Base Course ......................................... 91 Section 405. Asphalt Concrete Patching for Maintenance of Traffic .................... 93 Section 406. Asphalt Concrete Hot Mix Patching of Existing Roadway ............... 94 DIVISION 500. MISCELLANEOUS CONSTRUCTION .........................96 Section 501. Concrete Curb and Gutter.............................................................. 96 Section 502. Concrete Sidewalks........................................................................ 97 Section 503. Driveway Construction or Reconstruction ...................................... 99 Section 504. Headwalls and Retaining Walls .................................................... 101 Section 505. Seeding and Sodding................................................................... 102 Section 506. Mailboxes..................................................................................... 107 Section 507. Pavement Markings...................................................................... 109 Section 508. Street Signs.................................................................................. 111 Section 509. Erosion Control............................................................................. 113 Section 510. Traffic Control and Maintenance ............. :........................... ........ . 116 -Section 511. Mobilization.................................................................................. 119 Section512. Fences.......................................................................................... 120 Section 513. Handicap Ramps.......................................................................... 125 Section 514. Project Signs.............................................................................. 126 ST-3 I City of Fayetteville Section 515. Handrail........................................................................................127 Section 516. Cold Milling Asphalt Pavement...... ... ............................................128 Section 517. Tree Protection Fencing................................................................129 DIVISION 600. MATERIALS............................................................. 131 Section 601. Cast -in -Place Concrete ........................ ................................. ,.._...131 Section 602. Reinforcing Steel............................................................_.....,.....,145 DIVISION 700. SPECIAL PROVISIONS ........................................... 149 Section 701. Detention Pond.............................................................................149 Section 702, Water Quality Feature (Bioretention)............................................149 Section 703. Landscaping Trees.......................................................................151 Section 704. 6" Thick Reinforced Concrete .............. .......................................... 152 Section 705. 6" Thick Concrete Driveway ........................ ................ _................. 152 Section 706. 2' Diameter Reinforced Concrete Pier..........................................153 ST-4 Standard Street and Drainage Specifications DIVISION 100. GENERAL PROVISIONS Section 101. Definitions and Terms 101.01 Abbreviations and Definitions. Whenever the following abbreviations are used in these specifications or on the plans, they are to be construed the same as the respective expressions represented: (a) Industry Abbreviations. ACI American Concrete Institute' AASHTO American Association of State Highway and Transportation Officials ADPCE Arkansas Department of Pollution Control and Ecology AGC Associated General Contractors of America AHTD Arkansas State Highway and Transportation Department AIA American Institute of Architects AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute ARA American Railway Association AREA American Railway Engineering Association ARTBA American Road and Transportation Builders Association ASCE American Society of Civil Engineers ASTM American Society for Testing and Materials ATSSA American Traffic -Safety Service Association AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Works Association CoE U.S. Army Corps of Engineers CRSI Concrete Reinforcing Steel Institute FHWA Federal Highway Administration FSS Federal Specifications and Standards, General ITE Institute of Traffic Engineers MIL Military Specifications MUTCD Manual on Uniform Traffic Control Devices for Streets and Highways NEMA National Electrical Manufacturers Association OSHA Occupational Safety and Health Administration SAE Society of Automotive Engineers SSPC Steel Structures Painting Council UL Underwriter's Laboratory USC United States Code iqI �i City of Fayetteville (b) Contract Abbreviations for Construction Work AC Asphalt Cement ACHM Asphalt Concrete Hot Mix ACTD Actuated ADJ Adjusted AGG Aggregate(s) ALUM Aluminum APPL Application APPR Approach ASPH Asphalt ASSY Assembly AST Asphalt Surface Treatment AUTO Automatic BIND Binder BIT Bituminous BLDG Building(s) BLDG Building(s) BLKT Blanket BNG(S) Bearing(s) BR Bridge(s) BST Bituminous Surface Treatment C & G Curb and Gutter CA Corrugated Aluminum cc cubic centimeter(s) CD Compacted Depth CEM Cement CL Class CLVT(S) Culvert(s) CM Corrugated Metal CMBN Combination CNTL Control, Controller COMP Compaction, CONC Concrete Controller CONST Construction CONT Continuous, CORR Corrugated Continuously CR Crushed CRS Course(s) CS Corrugated Steel CTD Coated CU,cu Cubic DBL Double DI Drop Inlet(s) DWY(S) Driveway(s) EMUL Emulsified EWK Earthwork EXC Excavation EXP Expansion F & I Furnish and Install FDN Foundation FES Flared End Section(s) FNC Fence(s) FURN Furnish, Furnishing GA Gage, Gauge GALV Galvanized GR Grade, Graded GRVL Gravel ha hectare(s) HI High Intensity HM Hot Mix HMA Hot Mix Asphalt HMAS Hot Mix Asphalt Stabilized INST Install, Installing, Installation j joule(s) kg kilogram(s) kL kilometer(s) km/h kilometers_ per hour KPa kilopascal(s) L liter(s) LAB Laboratory m meter(s) mm millimeter(s) MA Mineral Aggregate MAINT Maintenance MATL Material(s) MES Mitered End Section(s) MET Metal MG 1000 Gallons MIN Mineral MOB Mobilization MOD Modified MPa MegaPascal(s) ST-6 M Standard Street and Drainage Specifications MRK Marking(s) msta metric station mton 1000 kilograms NO Number(s) NON MET Non -Metallic NON REINF Non -Reinforced NPDES National Pollutant Discharge Elimination System OCT Octagonal OFF Office Pa Pascal(s) PC Portland Cement PIL Piles, Piling PM Plant Mixed ppm parts per million PRCST Precast PRFMD Preformed PROC Process, Processing PVC Polyvinylchloride PVMT Pavements(s) PVNG Paving QPL Qualified Products List QUAD Quadruple QUINT Quintuple R & D Removal and Disposal RC Reinforced Concrete RDWY Roadway(s) RECOMP Recompact(ed), RECON Reconstruct(ed) Recompaction REFL Reflectorized REHAB Rehabilitate, Rehabilitation RELOC Relocate, Relocation REMV Removal, Removing, RELP Replace, Replacing Removed RESTOR Restoration RESTEEL Reinforcing Steel RMC Rigid Metallic Conduit RNMC Rigid Non -Metallic Conduit SCAR Scarify, Scarifying SGNL(S) Signal(s) SHLD(S) Shoulder(s) SPEC Special sq Square Sta Station (100 feet) STAB Stabilized, Stabilization STKPL Stockpile, Stockpiling STL Steel STN Stone STR(S) Structure(s) STRL Structural SURF Surface, Surfacing SWPPP Storm Water Pollution SYS System, Systems Prevention Plan TEMP Temporary TERM Terminal THERMPL Thermoplastic TMBR Timber TRAF Traffic TRPL Triple TRMT Treatment TRTD Treated TY Type UNCL Unclassified UNTRTD Untreated UT Uniform Thickness VAR Variable VEH Vehicle(s) µm micrometer ( 1 x 10-6m ) ST-7 City of Fayetteville (C) Definitions. Whenever in these specifications or in other contract documents the following terms, or pronouns in place of them, are used, the intent and meaning shall be interpreted as follows: Addenda. Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the bidding documents or the Contract Documents. Advertisement. The public announcement, as required by law, inviting bids for work to be performed or materials to be furnished. AHTD Standard Specifications. The Standard Specifications for HIGHWAY CONSTRUCTION Arkansas State Highway and Transportation Department, Edition of 2003 or latest version, unless version date indicated otherwise. Agreement. The written agreement between Owner and Contractor covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. The terms Agreement and Contract are used interchangeably. Award. The acceptance by the City of a proposal. Bid. The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. The terms Bid and Proposal are used interchangeably. Bid Bond. The security furnished with a bid to guarantee that the bidder will enter into the Contract if the bid is accepted. Bidder. An individual, partnership, corporation or joint venture submitting a bid for the advertised work. (The terms "Bidder" and "Contractor" are frequently used synonymously.) Bid Proposal Form. The approved form on which the Owner requires bids to be prepared and submitted for the work. Business Day. Any calendar day except Saturdays, Sundays, and City recognized holidays. If a holiday falls on Saturday or Sunday, the observed day shall be the Friday preceding the Saturday or the Monday following the Sunday. Calendar Day. Any day shown on the calendar, beginning and ending at midnight. If a day is not identified by any other modifier, it shall be considered a calendar day. Change Order. A written order issued by the Owner to the Contractor, covering changes in the plans or quantities or both, within the scope of the Contract and establishing the basis of payment and time adjustments for the work affected by the changes. City. The City of Fayetteville, Arkansas, including authorized representatives. City Engineer. An Engineer employed by the City responsible for construction administration and inspection of projects for which the City is the Owner. ST-8 3 Standard Street and Drainage Specifications Construction Field Change. A written order issued by the Owner covering minor changes in the work, but which does not involve a change in the Contract Price or the Contract Time. Construction Observer. The Engineer's or City's designated personnel appointed to observe the Work. Multiple construction observers may be designated. Contract. The written agreement between the City and the Contractor setting forth the obligations of the parties thereunder, including, but not limited to, the performance of the work, the furnishing of labor and materials, and the basis of payment. (The Contract includes the contract form; the contract schedule of prices; the payment and performance bonds; specifications, supplemental specification, and special provisions; general and detailed plans; and any change orders and agreements that are required to complete the construction of the work in an acceptable manner, including authorized extensions thereof, all of which constitute one instrument.) Contract Documents. The Contract Documents includes the executed Agreement; Addenda (which pertain to the Contract Documents); Advertisement for Bids; Information for Bidders, Contractor's Bid (including documentation accompanying the Bid and any Post -Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement; List of proposed Subcontractors; the Bonds; the Specifications; Special Provisions, Supplementary Conditions, Certificates of Insurance; the Plans (Drawings) as the same are more specifically identified in the Agreement; together with all written modifications, Change Orders and Engineer's written interpretations and clarifications issued on or after the Effective Date of the Agreement. Approved Shop drawings and the reports and drawings of subsurface and physical conditions are not Contract Documents. Only printed or hard copies of the items listed in this paragraph are Contract Documents. Files in electronic media format of text, data, graphics and the like that may be furnished by Owner to Contractor are not Contract Documents. Contract Item (Pay Item). A specifically described unit of work for which a price is provided in the Contract. Contract Time. The number of working days allowed for completion of the Contract. If a fixed date of completion is shown in the proposal, the Contract shall be completed by that calendar date. Contractor. The individual, partnership, corporation, or any combination thereof, or joint venture contraction with the City for the prescribed work. (The terms "Contractor" and "Bidder" are frequently used synonymously.) Culvert. Any structure not classified as- a bridge that provides an opening under the roadway. Defective. An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents or does not meet the requirements of any inspection, test or approval referred to in the Contract Documents, or has been damaged prior to final payment. ST-9 City of Fayetteville Effective Date of 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. Engineer. The Engineer of record, acting directly or through duly authorized representatives, whose engineering seal appears on the plans and specifications. Equipment. All machinery and equipment, together with the necessary supplies for upkeep and maintenance, and tools and apparatus necessary for the proper construction and acceptable completion of the work. Extra Work. An item of work not provided for in the Contract as awarded but found essential to the satisfactory completion of the Contract within its intended scope. Extra Work Order. A change order concerning the performance of work or furnishing of materials involving extra work. (Such extra work may be performed at agreed prices or on a force account basis as provided elsewhere in these specifications.) Holidays. The City observes the following legal holidays: New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day and the following day, Christmas Eve, December 24; and Christmas Day, December 25. If a holiday falls on Saturday or Sunday, the observed day shall be the Friday preceding the Saturday or the Monday following the Sunday. Incidental item. Work shown on the plans but for which there is no bid item included. This work shall not be paid for separately; rather the cost of the work is considered to be included in the contract amount bid for the project. Laboratory. The Quality Control Testing Laboratory of the City or any other testing laboratory that may be designated by the City. Materials. Any substances specified for use in the construction of the project and its appurtenances. Milestone. A principal event specified'in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work for which liquidated damages may or may not apply. Notice of Award. The written notice by Owner to the apparent successful Bidder stating that upon timely compliance by the apparent successful Bidder with the conditions listed therein, Owner will sign and deliver the Agreement. Notice to Contractors. The advertisement for proposals for all work or materials on which bids are required indicating with reasonable accuracy the quantity and location of the work to be done, or the character and quantity of the materials to be furnished; and the time and place of the opening of proposals. ST-10 Standard Street and Drainage Specifications Notice to Proceed. A written notice given by Owner to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform his obligation under the Contract Documents. Notice to Proceed is also referred to as Work Order. Observer. See Construction Observer. Owner. The City of Fayetteville, Arkansas, and/or the duly authorized agent of the City of Fayetteville, Arkansas, with whom Contractor has entered in the Agreement and for whom the Work is to be performed. Pavement Structure. The combination of subbase, base course, and surface course placed on a subgrade to support the traffic load and distribute it to the roadbed. Payment Bond. The approved form of security, executed by the Contractor and his/her Surety or Sureties, guaranteeing the payment of all legal debts of the Contractor pertaining to the construction of the project. Performance Bond. The approved form of security, executed by the Contractor and his/her Surety or Sureties, guaranteeing complete performance of the Contract and all supplemental agreements thereto. Plans. The approved plans, profiles, typical cross -sections, working drawing, and supplemental drawings, or exact reproductions thereof, which show the location, character, dimensions, and detai Is of the work to be done. (The Title Sheet of the plans is provided for general information only and is not to be taken as an all-inclusive description of the work. Other work and/or locations may be -included in the Project as described by the plans, specifications, supplemental specifications, and special provisions.) The term Drawings and Plans are used interchangeably. - Profile Grade. Unless otherwise shown on the plans, the trace of a, vertical plane intersecting the top surface of the proposed wearing surface, usually along the longitudinal centerline of the roadbed. (Profile grade means either the elevation or gradient of such trace according to the context.) Project. The specific section of the highway together with all appurtenances and construction to be performed thereon under the Contract. Proposal. The offer of a bidder, on the prescribed form, to perform the work and to furnish the labor and materials at the unit prices quoted. Proposal Form. The approved form on which the City requires bids to be prepared and submitted for the work. Proposal Guaranty. The security furnished with a bid to guarantee that the bidder will enter into the Contract if the bid is accepted. ST-11 City of Fayetteville Prospective Bidder. An individual, partnership, corporation, or joint venture who has requested and been issued a proposal form from the City. Qualified Products List. A list of products that are approved for use in Highway Contracts with the Arkansas State Highway and Transportation Department. The QPL is maintained by AHTD. Registered Professional Engineer. An Engineer registered in the State of Arkansas by the Arkansas State Board of Registration for Professional Engineers and Land Surveyors. All details, drawings, calculations, and reports submitted by the registrant as required by these specifications shall be certified, signed, and stamped with the seal or facsimile thereof as authorized by the Board. Registered Professional Land Surveyor. A Land Surveyor registered in the State of Arkansas by the Arkansas State Board of Registration for Professional Engineers and Land Surveyors. All details, drawings, calculations, and reports submitted by the registrant as required by these specifications shall be certified, signed, and stamped with the seal or facsimile thereof as authorized by the Board. Registered Scale Mechanic. A person registered with the Arkansas Bureau of Standards, Division of Weights and Measures, as being qualified by training and experience to make adjustments and repairs to commercial scales and performs such work as a skilled trade. Right -of -Way. A general term denoting land, property, or interest therein, acquired for or devoted to highway purposes. Road. A general term denoting a public way for purposes of vehicular travel, including the entire area within the right — of— way. Roadbed. The graded portion of a highway within top and side slopes, prepared as a foundation for the pavement structure and shoulders. Roadside. A general term denoting the area adjoining the outer edge of the roadway. (Extensive areas between the roadways of a divided highway may also be considered roadside.) Roadway. The portion of a highway within limits of construction, or as defined in other sections. Shop Drawings. All drawings, diagrams, illustration, schedules and other data which are specifically prepared by Contractor, Subcontractor, manufacturer, fabricator, supplier or distributor to illustrate some portion of the Work. Shoulder. The portion of the roadway constructed primarily for the use of pedestrians. Sidewalk. That portion of the roadway constructed primarily for the use of pedestrians ST-12 Standard Street and Drainage Specifications Sieve. U.S.A. Standard Series, as defined in AASHTO M 92. Percent passing or retained is by weight. Special Provisions. Additions and revisions to the standard and supplemental specifications covering conditions peculiar to an individual project. Specifications. A general term applied to all directions, provisions, and requirements pertaining to performance of the work. Standard Specifications. This printed book of Standard Specifications for Street and Drainage Construction. Unless otherwise noted, the Edition in effect on the date of advertisement. Station. A station when used as a definition or term of measurement will be 100 linear feet measured horizontally. Street. A general term denoting a public way for purposes of vehicular travel, including the entire area within the right — of — way. Structures. Bridges, culverts, catch basins, drop inlets, retaining walls, cribbing, manholes, endwalls, buildings, sewers, service pipes, underdrains, foundation drains, and other features that may be encountered in the work and not otherwise classed herein. Subcontractor. An individual, firm, or corporation to whom the Contractor sublets part of the work. Subgrade. The top surface of a roadbed upon which the pavement structure and shoulders are constructed. Substantial Completion. A condition upon which the work has progressed to the point that it can be utilized for the purposes intended; as evidenced by a Certificate issued by the Engineer under the authority of the City. If no such certificate is issued, Substantial Completion shall be when the work is complete and ready for final payment. Substantial Completion Date. The time at which the Work has progressed to the point where, in the opinion of the Owner, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can to utilized for the purposes for which it was intended without further disruption to the public or occupants of the facility. Substructure. All of that part -of the structure below the bearings of simple and continuous spans, skewbacks of arches and tops of footings of rigid frames, together with the backwalls, wingwalls, and wing protection railings. Superintendent. The Contractor's authorized representative in responsible charge of the work, present at the work site at all times during the progress to supervise and direct ST-13 I City of Fayetteville construction, to receive and fulfill instructions from the Owner's representative, and to accept orders for changed and extra work. Superstructure. The entire structure except the substructure. Supplemental Agreement. A written negotiated agreement constituting a modification of the originally executed Contract and covering the performance of work beyond its general scope. (The items of work contained therein will be included in an approved Change Order.) Supplemental Specifications. Revisions to the Standard Specifications that are adopted subsequent to issuance of the printed book of Standard Specifications. Surety. The company, other than the Contractor, executing a bond furnished by the Contractor. Titles (Or Headings). The titles or headings of the sections and subsections herein are intended for convenience of reference and shall not be considered as having any bearing on their interpretation. Ton. 2000 pounds. Traveled Way. The portion of the roadway for the movement of vehicles, exclusive of shoulders and auxiliary lanes. Unit Price Work. Work to be paid for on the basis of unit prices. Work. The furnishing of all materials, labor, equipment, tools, and incidentals necessary or convenient to the successful completion of the project and the carrying out of the duties and obligations imposed by the Contract. Working Day. A calendar day during which normal construction operations could proceed; normally excludes Saturdays, Sundays, and City recognized holidays. Working Drawings. Stress sheets, shop drawings, erection plans, falsework plans, framework plans, cofferdam plans, or any other supplementary plans or similar data that the Contractor is required to submit to the Engineer for informational and record purposes or for approval. Work Order. Written notice from the Engineer directing the Contractor to begin prosecution of the work. 101.02 Specification Language. To avoid cumbersome and confusing repetition of expressions in these specifications, it is provided that whenever anything is, or is to be, done, if, as, when, or where "contemplated, required, determined, directed, specified, authorized, ordered, given, designated, indicated, considered necessary, deemed necessary, permitted, reserved, suspended, established, approval, approved, disapproved, acceptable, unacceptable, ST-14 Standard Street and Drainage Specifications suitable, accepted, satisfactory, unsatisfactory, sufficient, insufficient, rejected, or condemned," it shall be understood as if the expression were followed by the words "by the Engineer/City Engineer" or "to the Engineer/City Engineer". Section 102. Not Used Section 103. Not Used Section 104. Scope of Work 104.01 Intent of Contract. The intent of the Contract is to provide for the construction and completion in every detail of the work described. The Contractor shall furnish all labor, materials, equipment, tools, transportation, and . supplies required to complete the work according to the plans, specifications, and terms of the Contract. 104.02 Alteration of Plans or Character of Work. (a) General. The City shall have the right to increase or decrease the extent of the work or to change the location, gradient, or the dimensions of any part of the work, provided that the length of the improvement is not increased or decreased in excess of 25% of the contract length, or that the quantities of work to be done or the materials to be furnished are not increased or decreased in money value in excess of 25% of the total Contract. Such changes shall not be considered as a waiver of any conditions of the Contract nor invalidate any of the provisions thereof. The Contractor shall perform the work as increased or decreased within the qualifying limits named and no allowance will be made for anticipated profits on increases or decreases so incurred. If changes in the work require an adjustment in unit prices already established, or if additional work for which unit prices have not already been established by the contract is necessary, the contract price shall be adjusted according to the General Conditions of the Contract and this Section. If additional work is performed before an adjustment is made in the contract, the additional work will be paid for at unit prices already established for similar work, if such additional work is deemed necessary by the Engineer/City Engineer. If the Contractor performs additional work without authorization from the City and without an agreed Contract adjustment for such work, no payment for such additional work.will be made. (b) Significant Changes in the Character of Work. The City reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and ST-15 City of Fayetteville alterations shall not invalidate the Contract nor release the Surety, and the Contractor agrees to perform the work as altered. If the alterations or changes in quantities significantly change the character of the work under the Contract, whether or not changed by any such different quantities or alterations, an adjustment, excluding loss of anticipated profits, will be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the Contractor in such amount as the Engineer/City Engineer may determine to be fair and equitable. If the alterations or changes in quantities do not significantly change the character of the work to be performed under the Contract, the altered work will be paid for as provided elsewhere in the Contract. The term "significant change" shall be construed to apply only to the following circumstances: When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction or When a major item of work is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any adjustment due to an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. A major item of work is defined as any bid item for which the original contract value is more than 10 percent of the total original contract value. 104.03 If and Where Directed Items. The plans and the proposal may specify one or more items to be incorporated into the project "if and where directed" by the Engineer/City Engineer. The Engineer/City Engineer shall have discretion in determining whether and to what extent such items will be incorporated into the project. The Engineer/City Engineer may order incorporation of such items at any location within the project and at any time during the work. These items may or may not be located on the plans. The estimated quantities set out in the proposal for such items are presented solely for the purpose of obtaining a representative bid price. The actual quantities employed may be only a fraction of, or many times the estimated quantities. The Contractor shall make no claim for additional compensation because of any increase, decrease, or elimination of such items. Section 105. Control of Work 105.01 Authority and Direction. (a) Direction and Control by the Contractor. (1) General. The detailed manner and method of performing the work shall be under the direction and control of, and by, the Contractor, but all work performed shall at all times be subject to the observation of the Engineer/City Engineer or his authorized representative to ST-16 S Standard Street and Drainage Specifications ascertain its conformance with the Contract Documents. The Contractor shall furnish all reasonable aid and assistance required by the Engineer for the proper observation and examination of the work and all parts thereof. The Engineer and Owner are not responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs incident thereto. The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations of all trades, Subcontractors, or materialmen engaged upon this Contract. He shall be prepared to guarantee to each of his Subcontractors the locations and measurements which they may require for the fitting of their work to all surrounding work. Observers may be appointed by the Engineer or Owner. Observers shall have no authority to permit any deviation from the Plans and Specifications except on written order from the Engineer/City Engineer and the Contractor will be liable for any deviation except on such written order. Observers shall have authority, subject to the final decision of the Engineer/City Engineer, to condemn and reject any defective work and to suspend the work when it is not being performed properly. The observer shall in no case act as superintendent or foreman or perform other duties for the Contractor, nor interfere with the management of the work by the latter. Any advice which the observer may give the Contractor shall in no way be construed as binding to the Engineer/City Engineer or Owner in any way or releasing the Contractor from fulfilling all of the terms of the Contract. Any defective work may be rejected by the Engineer/City Engineer at any time before final acceptance of the work, even though the same may have been previously overlooked and estimated for payment and payment therefore made by the Owner. (2) Accident Prevention. The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of his prosecution of the work. The safety provisions of applicable laws and building and construction codes, including applicable parts of the Arkansas Department of Labor Safety Code, shall be observed. The Contractor shall take or cause to be taken such safety and health measures, additional to those herein required, as he may deem necessary or desirable. Machinery, equipment, and all hazards shall be guarded in accordance with the safety provisions of the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, Inc., to the extent that such provisions are not in conflict with applicable local laws. The Contractor shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the Contract. The Contractor shall promptly furnish the Owner with reports concerning these matters. The Contractor shall indemnify and save harmless the Owner, and the Engineer, from any claims for damages resulting from personal injury and/or death suffered or alleged to have been suffered by any person as a result of any work conducted under this Contract. ST-17 Q City of Fayetteville (b) Authority of the Engineer. As the direct representative of the Owner, the Engineer has immediate charge of the engineering details of each construction project; is responsible for the general administration of the Project; and has the authority to reject unacceptable material or work and to suspend any work that is being improperly performed. The Owner, with input from the Engineer, will decide all questions that may arise as to the quality and acceptability of materials furnished and work performed and as to the rate of progress of the work; all questions that may arise as to the interpretation of the plans and specifications; and all questions as to the acceptable fulfillment of the Contract by the Contractor. The Engineer, with concurrence by Owner, will have the authority to suspend the work wholly or in part due to the failure of the Contractor to correct conditions unsafe for the workers or the general public; for failure to carry out provisions of the Contract; for failure to carry out orders; for such periods as deemed necessary due to unsuitable weather; for conditions considered unsuitable for the prosecution of the Work; or for any other condition or reason deemed to be in the public interest. Any unresolved disputes arising under the Contract shall be submitted by the Contractor in writing to the Engineer. Disputes claiming additional compensation shall contain the information set forth in Subsection 109.10 "Claims for Adjustment and Disputes." The Engineer shall render a written decision within 60 calendar days of receipt of the Contractor's letter and information. Should a dispute not be resolved by the written decision of the Engineer, subsequent appeal by the Contractor shall be submitted in writing within 60 calendar days of the decision of the Engineer, and shall be addressed directly to the Owner: 105.02 Plans and Submittals. (a) Plans. Plans will show lines, grades, details of all structures, typical cross sections, and a summary of items appearing on the proposal. Work may be provided for on the Plans that is not located within the limits of the project as shown on the plan sheets. Work of this nature may include but is not limited to removal of existing items, obliteration, grading, base and surfacing, transitions, etc., and is considered a part of the project. The Plans will be supplemented by such working drawings or sketches issued by the Engineer as are necessary to adequately control the Work. (b) Submittals. Shop drawings, mix designs, vendor data, testing reports, certifications, calculations and working drawings for structures shall be furnished by the Contractor as required herewith. They shall consist of such data and detailed plans as may be required to adequately control the work and are not included on the plans furnished by the Owner. They shall include stress sheets, shop drawings, erection plans, falsework plans, cofferdam plans, or any other supplementary plans or similar data required of the Contractor. Where calculations, plans or design are a requirement of any submittal, such shall be prepared and sealed by a Professional Engineer competent in the applicable field of practice and Licensed in the State of Arkansas. ST-18 I Standard Street and Drainage Specifications All submittals shall be submitted to the Engineer for informational and record purposes or for approval as specified for the item of work involved. Contractor shall, in writing, call Engineer's attention to any deviation that the Submittal may have from the requirements of the Contract Documents. The Contractor should anticipate a review period of 15 - 30 calendar days from receipt by the Engineer of submittals. The review of submittals by the Engineer will be limited to checking for general agreement with the plans and specifications, and shall in no way relieve the Contractor of responsibility for errors and omissions contained therein, nor shall such review or approval operate to waive or modify any provisions contained in the Specifications or Drawings. It is mutually agreed that the Contractor shall be responsible for agreement of dimensions and details as well as conformity of its submittal with the Contract plans and specifications. (1) Where a Shop Drawing or sample is required by the Specifications, no related work shall commence until the submittal has been reviewed and approved by Engineer. Any Shop Drawings submitted without the Contractor's stamp of approval will not be considered and will be returned to him for proper resubmission. If any Drawings show variations from the requirements of the Contract because of standard shop practice or other reason, the Contractor shall make specific mention of such variation in his letter of transmittal in order that, if acceptable, suitable action may be taken for proper adjustment of Contract price and/or time; otherwise, the Contractor will not be relieved of the responsibility for executing the work in accordance with the Contract even though the Drawings have been reviewed. The review of Shop Drawings by the Engineer shall be considered an accommodation to the Contractor to assist him in the execution of the Contract. The Engineer's review of such Drawings shall not relieve the Contractor of his responsibility to perform the work in strict accordance with the Plans and Specifications, and approved changes. If the Shop Drawing is in accordance with the Contract or involves only a minor adjustment in the interest of the Owner not involving a change in Contract price or time, the Engineer shall so stamp the Drawing and shall contain in substance the following: "Corrections or comments made on the shop drawings during this review do not relieve Contractor from compliance with requirements of the drawings and specifications. This check is only for review of general conformance with the design concept of the project and general compliance with the information given in the contract documents. The Contractor is responsible for: confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of - construction; coordinating his work with that of all other trades; and performing his work in a safe and satisfactory manner". (2) The Contractor shall submit all material, product, or equipment samples, descriptions, certificates, affidavits, etc., as called for in the Contract Documents or required by the Engineer, promptly after award of the Contract and acceptance of the Contractor's bond. No such material or equipment shall be manufactured or delivered to the site, except at the Contractor's own risk, until the required samples or certificates have been approved in writing by the Engineer. Any delay in the work caused by late or improper submission of samples or certificates for approval ST-19 City of Fayetteville shall not be considered just cause for an extension of the Contract time. Submit four (4) copies of data for Engineer's review. Each sample submitted by the Contractor shall carry a label giving the name of the Contractor, the project for which it is intended, and the name of the producer. The accompanying certificate or letter from the Contractor shall state that the sample complies with Contract requirements, shall give the name and brand of the product, its place of origin, the name and address of the producer, and all specifications or other detailed information which will assist the Engineer in passing upon the acceptability of the sample promptly. It shall also include the statement that all materials or equipment furnished for use in the project will comply with the samples and/or certified statements. Approval of any materials shall be general only and shall not constitute a waiver of the Owner's right to demand full compliance with Contract requirements. After actual deliveries, the Engineer will have such check tests made as he deems necessary in each instance and may reject materials and equipment and accessories for cause, even though such materials and articles have been given general approval. If materials, equipment or accessories which fail to meet check tests have been incorporated in the work, the Engineer will have the right to cause their removal and replacement by proper materials or to demand and secure such reparation by the Contractor as is equitable, at the Contractor's expense. Except as otherwise specifically stated in the Contract, the costs of sampling and testing will be divided as follows: (a) The Contractor shall furnish .without extra cost, including packing and delivery charges, all samples required for testing purposes, except those samples taken on the project by the Engineer; (b) The Contractor shall assume all costs of re -testing materials which fail to meet Contract requirements; (c) The Contractor shall assume all costs of testing materials offered in substitution for those found deficient. The contract price will include the cost of furnishing all required working drawings, record drawings and other submittals. 105.03 Conformity with Plans and Specifications. All work performed and all materials furnished shall be in reasonably close conformity with the lines, grades, cross sections, dimensions, and material requirements, including tolerances, shown on the plans or indicated in the specifications. Unless otherwise specified, in the event the materials or the finished product in which the materials are used is not within reasonably close conformity with the plans and specifications but reasonably acceptable work has been produced, the Engineer/City Engineer shall determine if the work shall be accepted and remain in place. If the work is accepted, the Engineer/City Engineer will document the basis of acceptance by Contract modification that will provide for an appropriate adjustment in the contract cost for such work or materials. ST-20 Standard Street and Drainage Specifications In the event the materials or the finished product in which the materials are used or the work performed is found not to be in reasonably close conformity with the plans and specifications and have resulted in an inferior or unsatisfactory product, the work or materials shall be removed and replaced or otherwise corrected at no cost to the City. 105.04 Coordination of Plans, Specifications, and Special Conditions. These Specifications including General Provisions and Technical Specifications, the Plans, Supplementary Conditions, Special Provisions and all other supplementary documents are essential parts of the Contract, and a requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations of all trades, Subcontractors, or materialmen engaged upon this Contract. He shall be prepared to guarantee to each of his Subcontractors the locations and measurements which they may require for the fitting of their work to all surrounding work. In addition, the Specifications include references to the Arkansas Highway and Transportation Department's Standard Specifications for Highway Construction Edition_ of 1996 and 2003 (AHTD Standard Specifications). The portions of the AHTD Standard Specifications, which are referenced in these specifications, are hereby incorporated by reference. All work shall conform to applicable sections of the City of Fayetteville Code of Ordinances and to the City of Fayetteville Minimum Street Standards. In case of discrepancy, the most stringent requirements will apply. The City of Fayetteville Code of Ordinances and Minimum Street Standards are hereby incorporated by reference. The Contractor shall not take advantage of any apparent error or omission on the plans or in the Contract Documents. The party discovering such error or omission shall notify the other party when the discovery is made. The Engineer will then make such corrections and interpretations as may be deemed necessary for fulfilling the intent of the plans and specifications. 105.05 Cooperation by Contractor. The Contractor will be supplied with a minimum of two sets of approved plans and Contracts, one set of which shall be kept available on the project at all times. The Contractor shall give the work the attention necessary to facilitate the progress thereof and shall cooperate fully with the Engineer/City Engineer, inspectors, and other Contractors. The Contractor shall have on the project at all times an agent who is a competent superintendent capable of reading and thoroughly understanding the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall be satisfactory to the Owner and the Engineer, on the work at all times during working hours with full authority to supervise and direct the work and who shall be the Contractor's agent responsible for the faithful discharge of the Contractor's obligations under the Contract. During ST-21 City of Fayetteville working hours, the Contractor's superintendent shall be equipped with a mobile phone or other communication device suitable to the Engineer for contact by the Engineer or Owner. The superintendent shall receive instructions from the Engineer/City Engineer and shall have full authority to execute orders or directions of the Engineer/City Engineer without delay and to promptly supply such materials, labor, equipment, tools, and incidentals as may be required. Such superintendent shall be furnished regardless of the amount of work sublet. The Owner shall have the authority to require the Contractor to remove from the work any incompetent or insubordinate superintendent. 105.06 Coordination and Cooperation Between Contractors. The Owner reserves the right at any time to contract for and perform other or additional work on or near the work covered by the Contract. When separate contracts are let adjacent to or within the limits of any one project, the work of each Contractor shall be conducted so as not to interfere with or hinder the progress or completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other. It is understood and agreed that the Contractor considered in the bid the status of the existing Contract or Contracts at the time of bidding and will arrange to coordinate and schedule the work jointly with the other affected Contractors in order to complete the work within the time allowed in the Contract. If, through acts of neglect or through failure to comply with any applicable Government regulations by the Contractor, any other Contractor or any Subcontractor shall suffer loss or damage on the work, the Contractor shall settle with such other Contractor or Subcontractor by agreement or arbitration, if such other Contractor or Subcontractor will so settle. If such other Contractor or Subcontractor shall assert any claim against the Owner on account of any damage alleged to have been so sustained, the Owner will notify this Contractor, who shall defend at his own expense any suit based upon such claim, and, if any judgment or claims against the Owner shall be allowed, the Contractor shall pay or satisfy such judgment or claim and pay all costs and expenses in connection therewith. Contractors involved shall assume all liability, financial or otherwise, in connection with their own Contracts and shall protect and save harmless the City of Fayetteville from any and all damages or claims that may arise because of inconvenience, delay, or loss experienced because of the presence and operations of other Contractors working within the limits of the same project. Contractors shall arrange their work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project, and shall join their work with that of the others in an acceptable manner, and shall perform it in proper sequence with that of the others. 105.07 Cooperation with Utilities. The Plans indicate various utility items, some of which are to be relocated or adjusted by the utility owner, and others that are to be relocated ST-22 Standard Street and Drainage Specifications or adjusted by the Contractor. The City will notify all known utility companies, all known pipe line owners, or other known parties affected, and endeavor to have all necessary adjustments of the public or private utility fixtures, pipe lines, and other appurtenances within or adjacent to the limits of construction made before construction begins. Water lines, gas lines, wire lines, service connections, water and gas meter boxes, water and gas valve boxes, light standards, cableways, signals, and all other utility appurtenances within the limits of the proposed construction that are to be relocated or adjusted are to be moved by the owners of such facilities except as otherwise provided for in the Contract or as noted on the plans. The Contractor shall consider in the bid all of the permanent and temporary utility facilities and appurtenances in their present, relocated, or proposed positions. No additional monetary compensation will be allowed for any delays, inconveniences, or damages sustained due to any interference from the utilities or appurtenances or from the operations of relocating them. It is the Contractor's responsibility to have all utility lines located before construction begins. Any costs incurred due to damaged utility lines shall be borne by the Contractor with no exceptions. All work in this contract shall be in accordance with the Arkansas Underground Facilities Damage Prevention Act. The Contractor shall abide by the most current edition of this Act. 105.08 Inspection and Observation of Work. All materials and each part or detail of the Work shall be subject to inspection by the Owner. All materials _and each part or detail of the Work shall be subject to observation by the Engineer. The Engineer and Owner and their designated representatives shall be provided acceptable access to all parts of the Work and shall be furnished with such information and assistance by the Contractor as is necessary to for the Engineer's observation and/or the Owner's observation and inspection. Neither observations by Engineer/City Engineer nor inspection, tests or approvals by others shall relieve Contractor from his obligation to perform the work in accordance with the Contract Documents. The Contractor shall notify the Engineer sufficiently in advance of backfilling or concealing any facilities to permit proper observation. If the facilities are concealed without approval or consent of the Engineer, the Contractor shall uncover for observation and recover such facilities all at his own expense, when so requested by the Engineer. Observation of materials and appurtenances to be incorporated in the Improvements embraced in this Contract may be made at the place of production, manufacture or shipment, whenever the quantity justifies it, and such observation and acceptance, unless otherwise stated in. the Technical Specifications, shall be final, except as regards (1) latent defects, (2) departures from specific requirements of the Contract, (3) damage or loss in transit, or (4) fraud or such gross mistakes as amount to fraud. Subject to the requirements contained in the preceding sentence, the observation of materials as a whole or in part will be made at the project site. ST-23 City of Fayetteville All condemned or rejected work shall be promptly taken out and replaced by satisfactory work. Should the Contractor fail or refuse to comply with the instructions in this respect, the Owner may, upon certification by the Engineer, withhold payment, proceed to terminate the Contract, or perform work as provided herein. When requested by the Engineer/City Engineer at any time before acceptance of the Work, the Contractor shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering or removing and the replacing of the covering or making good of the parts removed will be paid for as extra work. Should the work so exposed or examined prove unacceptable, the uncovering or removing and the replacing of the covering or making good of the parts removed shall be at the Contractor's expense. Any work performed or materials used without inspection by the Engineer/City Engineer may be ordered exposed, and/or removed and replaced, at no cost to the Owner unless the Engineer/City Engineer or inspector failed to inspect after having been given reasonable notice that the work was to be performed. When any unit of government, political subdivision, railroad corporation, or other agency is to pay a portion of the cost of the Work covered by the Contract, its respective representatives shall have the right to inspect the Work. Such inspection shall in no sense make any unit of government, political subdivision, railroad -corporation, or other agency a party to the Contract, and shall in no way interfere with the rights of either party thereunder. 105.09 Removal of Unacceptable or Unauthorized Work. All work that does not comply with the requirements of the Contract will be considered unacceptable. Unacceptable work, whether the result of poor workmanship, use of unacceptable materials, damage through carelessness, negligence, or any other cause, found to exist before the final acceptance of the Work, or during the warranty period specified in Subsection 109.18 "Warranty and Guarantee", shall be removed and replaced in an acceptable manner at no cost to the Owner. Work performed contrary to any instructions of the Engineer/City Engineer; work performed beyond the lines shown on the'plans or as established, except as herein specified; or any extra work performed without authority will be considered as unauthorized and will not be paid for under the provisions of the Contract. Work so performed may be ordered removed or replaced at no cost to the Owner. Should the Contractor fail to comply with any order of the Engineer/City Engineer, the Engineer/City Engineer will have the authority to cause unauthorized work to be removed and unacceptable work to be corrected or removed and replaced and to deduct the costs from any moneys due or to become due the Contractor. 105.10 Authorized Changes. All changes to the Plans performed in the field shall be reviewed, approved and authorized by the Owner prior to proceeding with the work. Any ST-24 Standard Street and Drainage Specifications changes to the Plans without authorization may result in removal of such item at the Contractor's expense and/or nonpayment for the work, at the discretion of the Owner. Verbal authorized changes to the Plans in the field will not be considered for additional quantities or compensation, unless they are followed by written documentation within 24 hours. Any authorized changes to the Plans which are approved by the Owner for additional compensation shall be in written form indicating all items of work involved and the cost for each item, and will be submitted to the Owner prior to proceeding with the work involved. 105.11 Substitution of Materials and Equipment. If the Contractor desires to use a material, method or type of equipment other than those specified in the Contract, authority from the Engineer/City Engineer to do so must be requested. The request shall be in writing and shall include a full description of the materials, methods and equipment proposed to be used and an explanation of the reasons for desiring to make the change. Prior to proposing any substitute material, method or type of equipment, the Contractor shall satisfy itself that the material, method or type of equipment proposed is, in fact, equal to that specified, that such material or type of equipment will fit into the space allocated, that such material or type. of equipment affords comparable ease of operations, maintenance and service, that the appearance, longevity and that by reason of cost savings, reduced construction time, or similar demonstrable benefit, the substitution material, method or type of equipment will be in Owner's interest. The burden of proof of equality of a proposed substitution for a specified material, method or type of equipment shall be upon the Contractor. Contractor shall support its request in writing with sufficient test data and other means to permit the Owner to make a fair and equitable decision on the merits of the proposal. Contractor shall submit drawings, samples, data and certificates for proposed substitute materials. Any material or type of equipment by a manufacturer other than those specified or brand name or model number or of generic species other than those specified will be considered a substitution. The Owner will be the sole judge of whether or not the substitution is equal in quality, utility and economy to that specified. Approval of a substitution shall not relieve the Contractor from responsibility for compliance with all requirements of the Contract. Contractor shall bear the expense for any changes in the parts of the Work caused by any substitutions. Substitutions will not be permitted in those instances where the product is intended to accommodate artistic design, specific function or economy of maintenance. No change will be made in basis of payment for -the construction items involved nor in contract time as a result of an authorized change in methods or equipment under these provisions. 105.12 Construction Layout. The Engineer/City Engineer will establish a limited number of control points and associated benchmarks for the contractor's use in establishing lines, grades, profiles, structures, and other associated items of work. In general, the control ST-25 City of Fayetteville points will be located approximately 500 feet apart along the project. All other construction staking will be the responsibility of the Contractor. The Contractor shall provide a sufficient workforce skilled in construction layout to establish all lines, slopes, profiles, and structure locations necessary to construct the project according to the plans. When section 111, "Roadway Construction Control" is included in the proposal then the Contractor shall comply with the requirements and provisions of such. 105.13 Maintenance During Construction. The Contractor shall maintain the work during construction and until the project is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces, to the end that the roadway or structures are kept in satisfactory condition at all times. The Contractor shall be responsible for the maintenance of existing drainage ditches and channels within the right-of-way limits, including construction easements if any, from the date all work is begun on the project to the date of its final acceptance. This is not a requirement that the Contractor improve existing drainage ditches and channels, except as shown on the plans or directed by the Engineer/City Engineer. The Contractor shall maintain waterways in such condition that damage to the work or to abutting property will not result from the Contractor's operations. Obstruction of natural flow in waterways by stockpiling or storing materials, or by placement of equipment or supplies without provision for adequate bypassing of such natural flow, will not be permitted. Collections of sediment or debris that prohibits or inhibits normal function of drainage facilities shall be removed promptly. All costs of maintenance work during construction and before the project is accepted will not be paid for separately, but full compensation therefore will be considered included in the contract unit prices bid for the various items in the Contract. If the Contractor, at any time, fails to comply with the provisions of this subsection, the City will immediately notify the Contractor of such noncompliance. If the Contractor fails to remedy unsatisfactory maintenance within 24 hours after receipt of such notice, the City may immediately proceed to maintain the project and the entire cost of this maintenance will be deducted from moneys due or to become due the Contractor on the Contract. All roadway cuts shall be temporarily or permanently repaired in accordance with Section 405, "Asphalt Concrete Patching for Maintenance of Traffic" within 24 hours of the completion of trench backfill for the work, or segment of work, which required the excavation and/or cut. Section 106. Control of Material 106.01 Quality Requirements. The materials used in the work shall meet all quality requirements of the Contract. Quality control, to insure that materials and workmanship, prior to and after, being incorporated into the work meets the requirements of the Contract, is the sole responsibility of the Contractor. Testing required for Contractor's quality control, ST-26 I Standard Street and Drainage Specifications certificates of compliance, mix designs and manufacturing of materials, and as needed for Contractor's operations shall be provided by the Contractor and the costs therefore will not be paid separately but full compensation will be considered included in the contract unit prices bid for associated items. All Quality Assurance testing, to insure that the materials and workmanship as a final product meets the requirements of the Contract, will be accomplished and paid for by the Owner. The costs for any retesting required in areas failing to meet the specified requirements shall be paid for by the Contractor. The materials furnished and used shall be new, except as may be provided elsewhere in these specifications, on the plans or in the Special Conditions. The materials shall be manufactured, handled, and used in a workmanlike manner to ensure completed work in accordance with the plans and specifications. . 106.02 Sources of Supply. To expedite the inspection and testing of materials, the Contractor shall notify the Engineer/City Engineer of proposed sources of materials before delivery. The Contractor shall furnish without charge such samples as may be required. Inspection and tests may be performed by. the Engineer or Owner's designated testing firm, but it is understood that such inspections and tests, if made at any point other than the point of incorporation in the work, in no way shall be considered as a guarantee of acceptance of such materials nor of continued acceptance of material presumed to be similar to that upon which inspections and tests have been made. The Contractor shall assume full responsibility for ordering materials of the quality and quantity required and for the delivered costs of such materials. Materials needed in the work shall be furnished by the Contractor unless otherwise stated in the Contract. 106.03 Samples, Tests, and Cited Specifications. All materials will be inspected and tested by the supplier or Contractor as required by these specifications before incorporation in the Work. Work in which untested materials are used without the approval or written permission of the Engineer/City Engineer shall be treated as provided in Subsection 105.09 "Removal of Unacceptable or Unauthorized Work." Whenever a reference is made in the specifications to a Federal Specification, or to a specification or test designation of the American Association of State Highway and Transportation Officials, the American Society for Testing and Materials, American Water Works Association, or any other recognized national organization, it shall mean the year of adoption or latest revision of the specification or test designation in effect on the day the advertisement for bids is dated. When a specific reference is made to a dated specification or test designation, the revision in effect on that date shall apply. When requested, the Contractor shall furnish a complete certified statement of the origin, composition, and/or manufacture of materials that are to be used in the Work. 106.04 Certification of Compliance. The Engineer/City Engineer may permit use of certain materials or assemblies prior to sampling and testing if accompanied by a Certificates ST-27 City of Fayetteville of Compliance stating that such materials or assemblies fully comply with the requirements of the Contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the Project must be accompanied by a Certificate of Compliance and clearly identified. Materials or assemblies used on the basis of Certificates of Compliance may be sampled and tested and if found not in conformity with Contract requirement will be subject to rejection whether in place or not. The form and distribution of Certificates of Compliance shall be as approved by the Engineer/City Engineer. 106.05 Plant Inspection. The Engineer/City Engineer may undertake the observation of materials at the source. In the event plant observation is undertaken the following conditions shall be met: • The Engineer/City Engineer shall have the cooperation and assistance of the Contractor and of the producers of materials for the Work. • The Engineer/City Engineer shall have full entry at all times to such parts of the plant as may concern the manufacture or production of the materials being furnished. Adequate safety measures shall be provided and maintained. It is understood that the Engineer/City Engineer reserves the right to retest all materials prior to incorporation into the Work which have been tested and accepted at the source of supply after the sample have been delivered and to reject all materials which, when retested, do not meet the requirements of these specifications or contract documents. 106.06 Storage of Materials. Materials shall be so stored as to assure the preservation of their quality and fitness for the work and in accordance with requirements of the Specifications; or if not covered in the Specifications, in accordance with the manufacturer's recommendations. Stored materials, even though approved before storage, may again be inspected before their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. Portions of the right-of-way not required for public travel may be used for storage purposes and for the placing of the Contractor's plant and equipment, if approved by the Engineer, but any additional space required therefore must be provided by the Contractor, and at no cost to the Owner. Private property shall not be used for storage purposes without written permission of the owner or lessee, and if requested by the Engineer, copies of such written permission shall be furnished. All storage sites shall be restored to their original condition by Contractor at his expense. Construction materials may not be stored in the roadway for more than five (5) days after unloading. 106.07 Handling Materials. All materials shall be handled in such manner as to preserve their quality and fitness for the work. Aggregates shall be transported from the storage site to the Work in tightly covered vehicles so constructed as to prevent loss or segregation of materials after loading and measuring so that there may be no inconsistencies in the ST-28 Standard Street and Drainage Specifications quantities of materials intended for incorporation in the Work as loaded and the quantities as actually received at the place of operations. 106.08 Unacceptable Material. All materials not conforming to the requirements of the specifications at the time they are used shall be considered as unacceptable and all such materials will be rejected and shall be removed immediately from the site of the work unless otherwise instructed by the Engineer/City Engineer. No rejected material, the defects of which have been corrected, shall be used until approval has been given. 106.09 Owner -Furnished Material. The Contractor shall furnish all materials required to complete the Work, except those specified to be furnished by the Owner. Material furnished by the Owner will be delivered or made available to the Contractor at the points specified in the Special Provisions. The cost of handling and placing all materials after they are delivered to the Contractor will not be paid for separately, but full compensation therefore will be considered included in the contract unit price(s) bid for the item(s) with which they are used. The Contractor will be held responsible for all material delivered by the Owner through this arrangement. Deductions will be made from any moneys due the Contractor to make good any shortages and deficiencies, from any cause whatsoever; for any damage that may occur after such delivery; and for any demurrage charges. 106.10 Salvaged Materials. All salvaged materials in reusable condition, including pavement millings, water and drainage -pipe, valves, fittings and other items, remain the property of the City of Fayetteville. Contractor shall deliver items to location directed by Engineer/City Engineer or designated in specifications. Items not considered of value shall be disposed of by the Contractor at his expense. 106.11 Automatically Controlled Equipment. Whenever a breakdown or malfunction of the automatic controls occurs on scales, scale printers, batch plants, or mixing plants, the equipment may be operated manually or by other methods for a period not to exceed two working days, provided that such alternate methods of operation produce results otherwise meeting the Specifications. Section 107. Quality Control Requirements 107.01 Description. This section shall set forth the requirements for Quality Control, including material testing and submittal requirements. 107.02 Submittal Requirements. Submittals shall comply with subsection 105.02, "Plans and Submittals" and the following: ST-29 A City of Fayetteville All submittals required by the contract shall be submitted and approved before associated work is begun. Sufficient copies shall be submitted for the Engineer to retain two copies, the City to receive two copies and the Contractor to receive a minimum of one approved copy. The following submittals are required: 1) Project Schedule 2) Concrete Mix Design(s) 3) Asphalt Mix Design(s) 4) Concrete Pipe Certifications 5) Precast Box Culvert Shop Drawings and Hydraulic Design 6) Listings of Project Personnel and Contact Phone Numbers 7) Traffic Control Plan 8) Striping Material 9) Reinforcing Steel Fabrication Drawings 10) Signal Equipment 11) Other Submittals as requested by the Engineer/City Engineer The Engineer/City Engineer will review all submittals promptly and notify the contractor of their approval or denial. The contractor shall have approved submittals before beginning any associated work. Any work accomplished before approved submittals are received is subject to rejection and removal from the job at the contractor's expense. 107.03 Material Submittals. As a minimum, the following material submittals will be required: 1) Samples of on -site soils, if these soils are to be used as fill in the roadway. The Engineer/City Engineer will determine the number of samples to be taken. 2) Samples of soils to be used as borrow material. 3) Samples of material to be used as aggregate base under the roadway. One sample will be required initially. Additional samples will be taken during placement of aggregate base if deemed necessary by the Engineer/City Engineer. 4) Samples of material to be used as topsoil. Alternatively, the Engineer/City Engineer will inspect the site from which the topsoil is to be taken to determine its acceptability. All material samples shall be taken in the presence of a representative ST-30 Standard Street and Drainage Specifications from the Quality Assurance (QA)/Quality Control (QC) Laboratory. Other submittals may be required as determined by the Engineer/City Engineer. 107.04 Testing, Observation and Inspection Requirements (a) Field Observations and Inspections. The Construction Observer will be on -site during all work which is to be paid for under the contract. The contractor shall provide one person as its on -site representative to receive instructions from the Engineer/City Engineer. This person shall be qualified and experienced in job superintendence. The Contractor's representative shall be on -site during all work that is to be paid for under the contract. If the Contractor's representative is not on -site, the Engineer/City Engineer may order all work be stopped until such time as the contractor's superintendent returns to the job site. The Contractor shall provide at least 24 hours of advance notice for any concrete placement. Unless otherwise specified, the City will 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 and the Contractor by the City or Engineer. 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/City Engineer. (b) Testing Requirements. The Contractor shall inform the Construction Observer at least 24 hours in advance of any required testing. The following is the minimum sampling and testing frequency required: 1) Cross Drain Backfill: minimum of one density test per layer of material placed per pipe or box culvert location. 2) Storm drain/utility pipe backfill: 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. 3) Embankment: minimum of one density test per layer per 500 lineal feet of roadway or portion thereof. 4) Subgrade: minimum of one density test per 500 feet of roadway with a minimum of three density tests per project, and one sieve analysis and plasticity index test per project per material type for subgrade soil classification. 5) Imported Embankment and Subgrade Materials. (1) 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 5000 cubic yards of imported material. ASTM testing methods for ST-31 City of Fayetteville moisture/density relationships may not be used for embankment and subgrade materials. (2) For every 20 density tests performed in accordance with the testing frequency for subgrade and embankments, a one -point moisture/density test shall be taken per AASHTO T 272. 6) Aggregate base course: minimum of one density test and one depth measurement (depth sounding) per 500 lineal feet of roadway, with a minimum of three density tests and three depth measurements per project; minimum of one gradation test per project. 7) Asphalt Concrete Hot Mix. Testing shall be as specified in Section 403. Core holes shall be filled with non -shrink grout mix by the Contractor. All holes shall be protected from traffic until the grout has cured. 8) Concrete for Drainage Structures and Sewer Manholes. A minimum of one set of three concrete cylinders per day's concrete placement will be required for drop inlets, junction boxes, and manholes. Other placements will be sampled at the rate of 1 set of cylinders per 30 cubic yards of concrete placed. Slump and air entrainment tests will be conducted at the time of cylinder preparation. One cylinder will be broken at seven days and the other two will be broken at 28 days. 9) Concrete for Curb and Gutter. A minimum of one set of three concrete cylinders per 500 lineal feet of curb and gutter or portion thereof. One e cylinder will be broken at seven days and the other two will be broken at 28 days. 10) Concrete Pavement. A minimum of one set of three concrete cylinders per 500 lineal feet of pavement or portion thereof, with a minimum of one set per project. The set shall be broken in seven and 28 days as described above. Also, one core and depth measurement per 500 lineal feet of complete pavement with a minimum of one per project. Core holes shall be filled with non -shrink grout mix. All holes shall be protected from traffic until the grout has cured. (c) Provisions for Acceptance of Nonspecification Materials. This section provides for corrective actions to be taken when test results indicate nonspecification materials or workmanship have been incorporated into the project. Any penalties, which are assessed, will be deducted from the contract price. 1) Density for Embankment, Subgrade, Pipe Backfill, and Crushed Stone Base Course: Recompact until the minimum density is obtained. 2) Depth of Crushed Stone Base Course: The depth of the crushed stone base shall be within plus or minus one-half inch (±'/2") of the required depth. If the deficient depth is greater than one-half inch (%2"), additional material shall be added to reach the required depth. This material shall be incorporated into the existing material by the use of rippers or other equipment extending a minimum of 3 inches into the existing material. ST-32 I Standard Street and Drainage Specifications 3) Depth and Density of ACHM Binder and Surface: Depth and density requirements shall be as specified in Section 403 "Asphalt Concrete Hot Mix" of these specifications. 4) Surface Tolerance of ACHM Surface: Surface tolerance of ACHM Surface shall be as specified in Section 403 "Asphalt Concrete Hot Mix" of these specifications. 5) Concrete Strength: The average 28-day compressive strength of the two cylinders of a set shall be at least the required strength of the concrete specified. If the average strength is lower, the following penalties will be assessed: % of Minimum Strength % Reduction in Contract Price 92-100 10 85-92 25 Below 85% Remove and Replace 6) Concrete Pavement Depth: The concrete pavement depths shall be within plus or minus three -eighths inch (± 3/8") of the required depth plus any additional depth required as -a result of a deficient subbase depth. The average of all depth measurements shall not be less than the required depth, and any depth in excess of plus three -eighths inch (± 3/8") will not be used in computing the average depth. If the average depth is less than the required depth, the following penalties shall be assessed: Deficient Depth % Reduction in Contract Price Reg. depth to l /8 inch l 1 /8 inch to 1 /4 inch _ 3 1/4 inch to 3/8 inch 7 3/8 inch to 1/2 inch 15 1/2 inch to 5/8 inch 25 5/8 inch to 3/4 inch 40 More than 3/4 inch Remove and Replace 7) Concrete Pavement Surface: The finished pavement surface shall have a maximum deviation of '/4" when tested with a 10' straight edge parallel to the flow of traffic. Pavement cross slope shall vary by no more than 1/8" in 10' when tested with a straightedge. Grinding shall be performed, if necessary, to remove any deviations in excess of/4". The grinding equipment shall be power driven and specifically designed to smooth and texture portland cement concrete by means of diamond blades. Areas that have been ground shall be re -grooved by grooving in accordance with subsection 601.16 for Class 7 surface finish, to provide a uniform texture equal in roughness to the surrounding pavement. ST-33 I City of Fayetteville In addition to these requirements, if any individual test falls below the minimum requirements, the area represented by this test shall be assessed the appropriate penalty under the applicable section above. 107.05 Testing and Material Specification. These Specifications reference AASHTO Standards for testing and material. Unless specifically stated otherwise, the corresponding ASTM Standard will be allowed in lieu of the AASHTO Standard. Section 108. Legal Relations and Responsibility to the Public 108.01 General. The Contractor shall keep fully informed of all Federal and State laws, all local laws, ordinances, and regulations, and all orders and decrees of ,bodies or tribunals having any jurisdiction or authority which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. Further, the Contractor shall at all times observe and comply with all such laws, ordinances, regulations, quarantines, orders, and decrees; and shall protect and indemnify the City and its representatives against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by the Contractor or the Contractor's employees. All work pertaining to Electrical, Plumbing, and/or Building Crafts shall be performed in strict accordance with governing Federal, State, City, and Local Codes and Ordinances, with particular attention to the current editions of the Arkansas State Plumbing Code and the National Electrical Code as adopted by the National Fire Protection Association. The Contractor shall comply with applicable Federal, State, and local laws governing safety, health, and sanitation. The Contractor shall provide safeguards, safety devices, and protective equipment and take any other action necessary to protect the life and health of employees on the project and the safety of the public and to protect property in connection with the performance of the work covered by the Contract. Unless specified elsewhere in these specifications, the work involved or the delay or cost incident to compliance with these regulations will not be paid for separately, but full compensation therefore will be considered included in the contract unit prices bid for the various items ofthe'Contract. 108.02 Hazardous Substance. If the release of a suspect hazardous substance has occurred, the Contractor shall notify the Engineer/City Engineer. This will not relieve the Contractor or responsible parties of the obligation to notify other appropriate agencies and will not relieve responsible parties of any liability. Commonly used materials which could be potentially hazardous substances if they are spilled or enter waterbodies are: asphalt materials, concrete, cement, paint, solvents, petroleum products, fertilizers, concrete curing compound, lime, linseed oil, asphalt additives, and concrete additives. This list is not all inclusive. ST-34 Standard Street and Drainage Specifications Notification should be made if, at any time, there is an indication of a spill. Indicators could be: Leaking or empty containers, surface staining, chemical odors, vegetation damage, etc. • Oil, grease or petrochemical substances, which produce residue, coat the banks and/or bottoms of a waterbody, or produce a visible, colored film on the surface. Distinctly visible solids, scum, or foam of a persistent nature, or slime, bottom deposits, or sludge banks in a waterbody. 108.03 Permits, Licenses, and Taxes. Unless specified otherwise in these Specifications, the Contractor shall procure all permits and licenses, pay all charges, fees and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. These costs will not be paid for directly, but will be considered included in the contract unit prices bid for the various items of the Contract. The Owner will obtain any railroad and Arkansas Highway and Transportation Department permits when required. The Contractor shall obtain and pay for all permits, design fees and related costs resulting from a request by the Contractor to substitute materials or designs for those shown on the drawings or specified in these specifications. 108.04 Patented Devices, Materials, and Process. Contractors employing any design, device, material, or process covered by- letters of patent or copyright shall provide for such use by suitable legal agreement with the patentee or owner. Contractors and their Sureties shall indemnify and save harmless the Owner, any affected third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material, or process, or any trademark or copyright, and shall indemnify the City of Fayetteville for any costs, legal expenses, and damages that it may incur by reason of any infringement, at any time during the prosecution of or after the completion of the work. 108.05 Restoration of Surfaces Opened by Permit. The right to construct or reconstruct any utility service in the highway or street, or to grant permits for such work, at any time, is hereby expressly reserved by the City of Fayetteville or the proper authorities of the political entity in whose jurisdiction the work is done and the Contractor shall not be entitled to any damages either for the digging up of the street or for any delay occasioned thereby. - Any individual, firm, or corporation wishing to make an opening in the roadway must secure a permit from the proper authority. The Contractor shall allow parties bearing such permits, and only those parties, to make openings in the roadway. When ordered by the Owner, the Contractor shall make in an acceptable manner all necessary surface repairs due to such ST-35 I City of Fayetteville openings and such necessary work will be paid for as extra work, or as provided in these specifications, and will be subject to the same conditions as original work performed. 108.06 Sanitary Provisions. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of the employees as may be necessary to comply with the requirements of the State and local Boards of Health, or of other bodies or tribunals having jurisdiction. Drinking water shall be provided from an approved source, so piped or transported as to keep it safe and fresh and served from single service containers or satisfactory types of sanitary drinking stands or fountains. All such facilities and services shall be furnished in strict accordance with existing and governing health regulations. 108.07 Public Safety and Convenience. The Contractor's work shall at all times be conducted so as. to assure the least possible obstruction to traffic. The safety and convenience of the general public and the residents along the street and the protection of persons and property shall be provided for by the Contractor as specified by these Specifications and as directed by the Owner. All roadway cuts shall be temporarily or permanently repaired in accordance with Section 405, "Asphalt Concrete Patching For Maintenance of Traffic" within 24 hours of the completion of trench backfill for the work, or segment of work, which required the excavation and/or cut. The Contractor shall be responsible for providing a fence to control livestock and pets in areas where existing fencing is altered under the Contract. The City may elect to include temporary fencing as a pay item under subsection 512, "Fences" of these Specifications. If temporary fencing is not included as a pay item within the proposal, then temporary fencing that is suitable for the required use shall be supplied, shall be a subsidiary item, and no - separate payment shall be made for this temporary fencing.. Additionally, if temporary fencing is not included as a pay item within the proposal then permanent fence if included within the plans and/or the proposal may be constructed initially, or in lieu of temporary fencing. The Contractor shall not create a public nuisance while performing the various operations of the work. Excessive noise between the hours of 10 P.M. and 6 A.M., dust from haul roads, County roads, or State roads, and mud tracked onto City, County or State roads or streets by equipment may be considered by the City to be a public nuisance. The Contractor will be responsible for maintaining U.S. mailboxes within the project limits in such a manner that the public may receive continuous mail service according to U.S. Postal Service regulations. Unless otherwise provided, upon completion of the project, mailboxes will be replaced as near as practicable to their original location. - 108.08 Railway Provisions. All work on railroad property shall be accomplished in strict compliance with the plans, these specifications, and such Special Provisions as are appropriate to the Contract. If the work near the railway requires a permit, the Contractor shall be responsible for acquiring this permit and adhering to the permit requirements. ST-36 Standard Street and Drainage Specifications All work to be performed by the Contractor in construction on the railroad right-of-way shall be performed at such times and in such manner as not to unnecessarily interfere with the movement of trains or traffic upon the track of the Railway Company. The Contractor shall use all care and precaution to avoid accidents, damage, or unnecessary delay or interference with the Railway Company's trains or other property. Plans for all sheeting or cofferdams for foundation work adjacent to operated track, and plans of falsework, staging, protective sheeting, or other temporary construction near the operated track shall be approved by the Railway Company. The Contractor shall construct the work according to the approved plans. 108.09 Work Within Regulated Floodways. All work within regulated floodways shall be accomplished within the requirements of all permits issued by the Federal Emergency Management Agency (FEMA), Corps of Engineers (COE), The State of Arkansas, the City, or other applicable agencies, and with Section 110 of the AHTD Standards "Protection of Water Quality and Wetlands." (a) Responsibility for FEMA Permit. Within regulatory floodways all permanent and temporary fills/structures must be in accordance with FEMA and local governmental requirements. The Owner obtains all required permits and/or variances for essential work in the regulated floodway before the Contract is awarded. The Owner will apply for Contractor requested variances which it determines are necessary. The Contractor should be aware that requested temporary fills/structures may not be approved or may require mitigation. (b) Corps of Engineers Section 404 Permit Requirements. Placement of temporary fills/structures within a regulatory floodway may also require alteration of the existing COE 404 Permit. (c) Compensation and Extension of Contract Time. The Contractor will not be granted additional compensation or contract time due to requested floodway variances that are considered by the Engineer/City Engineer to be for the convenience of the Contractor. If, however, due to no fault of the Contractor, a floodway variance is deemed by the Engineer/City Engineer to be necessary, additional contract time and/or compensation may be considered according to the provisions of Subsection 109.10 "Claims for Adjustment and Disputes." All permits issued to the Contractor by the U.S. Army Corps of Engineers, or other applicable agencies, for the convenience of the Contractor in accomplishing the Work, shall be complied with in full and the Project will not be accepted until the permittor has accepted the work covered by permit. The Contractor will be responsible for obtaining a release from the permittor before acceptance. 108.10 Use of Explosives. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall comply with all laws and ordinances regarding the use of explosives; further, the Contractor shall be responsible for all damage resulting from the use of explosives. ST-37 City of Fayetteville All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the City and in accordance with the Occupational Safety and Health Act of 1970, and the Safety and Health Regulations for Construction promulgated thereunder, but not closer than 1,000' from the road or from any building or camping area or place of human occupancy. The Contractor shall notify the Fire Marshal of any explosive storage sites. The Contractor shall notify each public utility company having structures in proximity to the site of the work of any intention to use explosives. Such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. 108.11 Protection and Restoration of Property and Landscape. The Contractor shall be responsible for the preservation of all public and private property and shall protect carefully from disturbance or damage all land monuments and property marks until the Engineer/City Engineer has witnessed or otherwise referenced their location, and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character: 1) during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in the manner or method of executing the work, or 2) at any time, due to defective work or materials, and said responsibility will not be released until the project has been completed and accepted. - Property shall include but not be limited to street and roadway signs, right-of-way monuments, roadway lighting, traffic signal equipment, and any conduits and wiring. Should it become evident that any item, such as listed above, is in conflict with the proposed work, the Contractor will notify the Engineer/City Engineer so that proper steps can be taken to adjust, remove, or otherwise eliminate the conflict. Trees located outside of the easements or as indicated on the plans shall be retained and protected. Any roots 2" or larger in diameter are to be clean cut with a hand saw where they conflict with excavation work. When or where any direct or indirect damage or injury is done to public or private property by or as a result of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non -execution thereof, the Contractor shall restore, or bear the expense of restoring, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise restoring as may be directed, or shall make good such damage or injury in an acceptable manner. Failure to do so within a period of time deemed reasonable by the Owner shall constitute noncompliance, and the City may cause the entire cost of the restoration to be deducted from moneys due or to become due the Contractor on the Contract. ST-38 Standard Street and Drainage Specifications 108.12 Load Restrictions. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads being maintained for the traveling public. A special permit will not relieve the Contractor of liability for damage that may result from construction equipment operations. The operation of equipment of such weight or so loaded as to cause damage to structures or the roadway or to any other type of construction will not be permitted. When hauling materials over the base or surface courses under construction, the Contractor shall limit the hauling as necessary to prevent damage. No loads will be permitted on bases, pavements, or structures before the expiration of the specified curing period controlling such operations. The Contractor shall be responsible for repair of all damage resulting from construction operations. No separate payment will be made for such repairs. 108.13 Opening Section of Roadway to Traffic. Whenever any roadway, or portion thereof, is in an acceptable condition for travel, it shall be opened to traffic, as may be directed, and such opening shall not be held to be in any way an acceptance of the roadway, or any part of it, or as a waiver of any of the provisions of these specifications and the Contract. Necessary repairs or renewals made on any section of the roadway opened to travel under instructions from the Engineer/City Engineer, due to defective material or work, or to natural causes, other than normal wear and tear, pending completion and acceptance of the roadway, shall be performed at no cost to the Owner. If the Contractor is dilatory in completing shoulders, drainage structures, or other features of the work, the Engineer may give notification in writing and establish therein a reasonable period of time in which the work should be completed. If the Contractor is dilatory or fails to make a reasonable effort toward completion in this period of time, the Engineer/City Engineer may take action as provided in subsection 105.01 "Authority of the Engineer." On such sections that are so ordered to be opened, the Contractor shall conduct the remaining construction operations so as to cause the least obstruction to traffic and shall not receive any added compensation due to the added cost of the work by reason of opening such section to traffic. 108.14 Contractor's Responsibility for Work. Until final acceptance of the project by the City, the Contractor shall have the charge and care thereof and shall take every precaution against injury, theft, or damage to any part thereof by the action of the elements or from any other cause, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries, thefts, or damages to any portion of the work occasioned by any of the above causes before final acceptance, and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God, of the public enemy, or of governmental authorities. In case of suspension of work from any cause whatever, the Contractor shall be responsible for the project and shall take such precautions as may be necessary to prevent damage to the project, provide for normal drainage and maintenance of the traveled way, and shall erect any necessary temporary structures, signs, or other facilities. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing ST-39 City of Fayetteville condition all living material in newly established plantings, seedings, and soddings furnished under the Contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. The protection of the work shall be accomplished at no cost to the City. In case of errors or negligence on the part of the Contractor, any expenses incurred by the City for engineering, observation, inspection, testing, design, or evaluation relative to correction of the work will be assessed against the Contractor. 108.15 Contractor's Responsibility for Utility Facilities and Services. At points where the Contractor's operations are adjacent to railroad or utility facilities, damage to which may result in loss or inconvenience, work shall not begin until all arrangements necessary for the protection thereof have been made. The Contractor shall cooperate with the owners of any utility facilities in their removal and rearrangement operations so that these operations may progress in a reasonable manner, that duplication of rearrangement work may be reduced to a minimum, and that services rendered by those parties will not be unnecessarily interrupted. In the event of interruption of utility services, as a result of accidental breakage or as a result of being exposed or unsupported, the Contractor shall promptly notify the proper authority and shall cooperate with the said authority in the restoration of service. If utility service is interrupted, repair work shall be continuous until the service is restored. No work shall be undertaken around fire hydrants until provisions for continued service have been approved by the Owner. 108.16 Furnishing Right -of -Way. The City will be responsible for the securing of all necessary rights of way in -advance of construction within the limits indicated on the plans. Acquisition of right-of-way by the City does not include areas required by the Contractor for material sources (borrow, gravel, topsoil, sod, etc.), plant sites, equipment storage, stockpiles, disposal of waste or excess material, or any other areas required for the proper prosecution of the work. The Contractor is responsible for obtaining, at no cost to the City, areas outside the right-of-way required for such purposes and shall, at the City's request, furnish copies of agreements with the property owners. The Contractor may, with the approval of the City, use areas within the right-of-way that are outside the construction limits for these purposes. Erosion control, prevention of water pollution, and restoration of all such areas, both inside and outside the right-of-way, shall be performed by the Contractor according to the specifications and at no cost to the City. 108.17 Personal Liability of Public Officials. In carrying out any of the provisions of these specifications, or in exercising any power or authority granted to them by or within the scope of the Contract, there shall be no liability upon the City or its authorized representatives, either personally or as officials of the City, it being understood that in ' all such matters they act solely as agents or representatives of the City of Fayetteville. ST-40 Standard Street and Drainage Specifications 108.18 No Waiver of Legal Rights. Final acceptance according to Subsection 109.15(b) "Final Acceptance" shall not preclude the City from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the City be precluded from recovering from the Contractor or the Surety, or both, such overpayment as it may sustain, or by failure on the part of the Contractor to fulfill obligations under the Contract. A waiver on the part of the City of any breach of any part of the Contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the Contract, shall be liable to the City for any or all of the following: fraud or such gross mistakes as may amount to fraud, the City's rights under any warranty or guaranty, or any latent defects in the work. Section 109. Prosecution and Progress 109.01 Subletting of Contract. The Contractor will be permitted to sublet a portion of the Contract, except that work amounting to not less than 40% of the total Contract amount must be -performed -by the Contractor's organization. If the Bidder intends to sublet any portion of the Work, the Bidder shall furnish a list of subcontractors as a material part of his sealed proposal on the form provided, listing the description of work to be performed by each subcontractor. The experience, past performance, and ability of each proposed Subcontractor will be considered in the evaluation of bids. Upon request, the bidder shall furnish experience statements, with reference to any requested Subcontractor, prior to Notice of Award. If there being no objection in writing by the Owner to the listed subcontractors prior to the award of the Contract, the subcontractors will be deemed acceptable to the Owner. If bidder does not intend to sublet any part of the work, he shall insert the word "NONE" on the form provided. The Contractor shall not sublet, sell, transfer, assign, or otherwise dispose of the contract or any portion thereof, of his right, title, or interest therein, without prior written consent of the Owner and of the surety. The Contractor shall not remove and/or substitute the listed subcontractors without prior written consent of the Owner. Consent to sublet, assign, or otherwise dispose of any portion of the contract shall not be construed to relieve the Contractor of his liability under the contract and bonds. The Contractor shall perform with his own organization, unless otherwise authorized by the Special Conditions, work amounting to not less than 40% of the total Contract amount. No subcontractor shall further subcontract any portion of the work without the written consent of the Contractor and acknowledgement of the Owner. The Owner will not recognize any subcontractor on -the Work as a party to the contract. Nothing contained in any subcontract shall create any contractual relation between the subcontractor and the Owner. The Contractor will be held responsible for the progress of the subletted work in accordance with the contract progress required. 109.02 Prosecution and Progress. Contractor shall be responsible for planning, scheduling and reporting the progress of the work to ensure timely completion of the ST-41 City of Fayetteville Contract. For Contracts under $2 million, or where specified in the Special Conditions, the following schedule requirements shall apply: Prior to or at the Preconstruction Conference, the Contractor shall submit two copies of his proposed schedule of operations for acceptance by the Engineer/City Engineer. The proposed Schedule shall be a bar chart or schematic (arrow) diagram showing the work stages and operations for all major activities required by the Contract, including the starting and completion of date of each part, and shall include dates of any proposed road closure, and any significant or required milestone events. Unless approved by the Engineer/City Engineer, activities shown on the Schedule shall not exceed 15 working days in length. The Schedule shall be of sufficient detail to allow day-to-day monitoring of Contractor's progress. For Contracts over $2 million, the following Critical Path Schedule requirements shall apply: Prior to or at the Preconstruction Conference, the Contractor shall submit a preliminary network analysis system defining the Contractor's planned operations during the first sixty calendar days after the date of the Notice to Proceed. The Contractor's general approach to the remainder of the Project shall be indicated. Within 30 calendar days of the Notice To Proceed, the Contractor shall submit a complete network analysis system, consisting of logic diagrams, computer mathematical analysis, calendar, and narration, to cover the Contractor's anticipated time schedule for the complete Project. As a minimum, the network analysis system shall include the following features: 1) Shall be time -scaled in calendar days with activities plotted on their early start and finish dates. Unless approved by the Engineer/City Engineer, activities shown on the Schedule shall not exceed 30 working days in length. 2) Network diagram shall show the order and interdependence of activities and the proposed sequence in which the work is to be accomplished as planned by the Contractor in coordination with all subcontractors. The sequence and logic shall be clear. The critical path activities shall be prominently distinguished. 3) Network diagram shall show for each activity the preceding and following activity, activity description, the total float, and the duration of the activity. 4) Activities shown shall include, in addition to construction activities, such tasks as submittal review and delivery times for long -lead time items, franchise utility work, subcontractor work, and owner -furnished equipment delivery. The Contractor shall submit monthly updated Schedules with their pay estimate requests. The Contractor shall indicate on such updated Schedule actual construction progress, extra work added to Contract, and any proposed changes to the operation sequence. If the progress of the Work is significantly behind schedule, the updated Schedule shall also reflect any revised operation sequence, changes in equipment, labor forces, or working shifts, or other pertinent factors by which insufficient progress will be made up to allow the Contract completion within the time set forth in the Contract, including time extensions granted to date. All submitted schedules and updated schedules shall be reviewed and accepted by the Engineer/City Engineer. If after review, the Engineer/City Engineer determines that the ST-42 I Standard Street and Drainage Specifications schedule is not acceptable per the requirements listed above, the Contractor shall make adjustments and resubmit the schedule within 30 calendar days. Failure of the Contractor to submit an acceptable Schedule or monthly updated Schedule as required will be grounds for Owner to withhold an additional ten percent on the monthly progress payments, in addition to the normal retention, until Contractor is in compliance. Additional money withheld will be paid, upon compliance, in the next scheduled monthly estimate. Acceptance of Contractor's schedules by Engineer/City Engineer shall not be construed as relieving Contractor of the obligation to complete the Work within the Contract Time; or as granting, rejecting, or in any other way acting on Contractor's requests for adjustments to the date for completing Contract Work, or claims for additional compensation. Such requests shall be processed in strict compliance with other relevant provisions of the Contract. No measurement or direct payment will be made for Contractor costs relating to preparation and submission of schedules, updates and revisions thereto, the cost being considered as included in the prices paid for Contract items. Contractor shall carry on the work and maintain the progress schedule during all disputes or claims with Engineer/City Engineer. No work shall be delayed or postponed pending resolution of any disputes or claims, except as Contractor and the Owner may otherwise agree in writing. Float time is not for the exclusive use or benefit of either the Owner or Contractor. Extension of time for performance may be granted, as allowed in subsection 109.08, for delays caused solely by action or inaction by the Owner to the extent that equitable time adjustment for the activity affected exceeds the total float of the project, or where an impact on the contract completion date can be shown. 109.03 Limitations of Operations. Contractor shall abide by the City ordinance of allowing work between 7:00 AM and 11:00 PM, Monday through Saturday and Sunday between 9:00 AM and 11:00 PM. The Contractor shall conduct the work at all times in such a manner and in such sequence as will assure the least interference with traffic and utility services. Due regard shall be given to the location of detours, bypasses, and to the provisions for handling traffic and utility services. No work shall be opened up to the prejudice or detriment of work already started. The Engineer/City Engineer may require the Contractor to finish a section on which work is in progress before work is started on any additional sections if the opening of such section is essential to public convenience. For roadway overlay projects and drainage projects, each individual street or section of drainage must be completed, including all site restoration, within 45 days of the start of work operations within that street or section, unless otherwise authorized by the Engineer/City Engineer. Except in connection with the safety or protection of persons or the work or property at the site, and except as otherwise indicated in the Contract Documents, all work that requires inspection shall be performed during City of Fayetteville regular working hours, and Contractor will not permit overtime work or the performance of work on Saturday, Sunday, or any legal holiday as designated in Subsection 101(c) "Definitions" without Engineer/City ST-43 I City of Fayetteville Engineer's written consent. Contractor to submit a written request to the Engineer/City Engineer for non -regular working hours 48 hours in advance of the start of such work. 109.04 Character of Workers, Methods, and Equipment. The Contractor shall at all times provide sufficient materials, equipment, and labor to guarantee the completion of the Project according to the Plans and Specifications within the contract time. The Contractor shall, advance the Work so that the available time is appropriately utilized in order to complete the Work within the contract time. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform all work properly and satisfactorily. Any person employed by the Contractor or by any subcontractor who, in the opinion of the Engineer, does not perform work in a proper and skillful manner, or is intemperate, belligerent or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without the approval of the Engineer. Should the Contractor fail to remove such person or persons as required above, or fail to furnish suitable and sufficient personnel for the proper prosecution of the Work, the Owner may suspend the work by written notice and withhold moneys due until such orders are complied with. All equipment that is proposed to be used on the Work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the project shall be such that no injury to the roadway, adjacent property, or other facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the construction are not prescribed in the Contract, the Contractor is free to use any methods or equipment that are demonstrated to the satisfaction of the Engineer as being capable of accomplishing the Contract work in conformity with the requirements of the Contract. When the Contract specifies that the construction be performed by using certain methods and/or equipment, such methods and/or equipment shall be used unless others are authorized by the Engineer in accordance with Subsection 105.11 "Substitution of Materials and Equipment." 109.05 Determination of Contract Time. (a) General. The time allowed for the completion of the Work included in the Contract will be stated in the Proposal and Contract, and will be known as the "Contract Time". The contract time will be specified as a fixed completion date or as calendar days. ST-44 Standard Street and Drainage Specifications The Contractor shall take into consideration all normal conditions considered unfavorable to the normal progress of the Work and place a sufficient work force and equipment on the project to ensure completion of the Work within the contract time. The Engineer/City Engineer will determine the date upon which the Contract is substantially complete and time assessment will cease. In the event cleanup is necessary or items found at the final inspection are to be corrected, the Contractor shall complete this work in a timely manner or the Engineer/City Engineer will resume time charges. (b) Fixed Completion Date. When the contract time is specified as a fixed date, it will be the date on which all work on the project shall be substantially complete. (e) Calendar Day. Calendar day contract time includes delays for normal weather -related events,_ such as rain, snow, and freezing temperatures that may affect the progress of the construction in the following amounts on a per -month basis as hereinafter set out. Only weather -related delays in excess of these amounts will be considered for time extensions, if requested by the Contractor. Days Included in Contract Times for Normal Weather -Related Events are: (On A Monthly Basis) Month Normal Weather -Related Events January 11 February 9 March 8 A ril 8 May 8 June 8 July 7 August 7 September 7 October 7 November 7 December 8 No changes in contract times will be allowed for any reason without a request in writing from the contractor. This request shall include reasons for the request with supporting documentation as proof of extraordinary delays beyond the contractor's control. Normal rainfall amounts and soil conditions will not be considered as reasons for extensions of time, nor will workload of the Contractor. The request must be submitted for to the Engineer/City Engineer within 5 days of the end of the month to be considered. No compensation will be made for monetary damages due to weather delay(s). (d) Working Day. Only when the contract time is specified in working days, the provisions of Section 109.08(d) shall apply. Time will be assessed for each day on which, in the judgment of the Engineer/City Engineer and subject to the limitations below, conditions allow the Contractor to effectively utilize 60% of normal forces and equipment to prosecute the work required at that time, for at least ST-45 City of Fayetteville 60% of the Contractor's normal working hours, regardless of whether the Contractor actually works. The Engineer/City Engineer will not assess a working day when conditions exist beyond the control and without the fault of the Contractor that prevent the utilization of forces and equipment as defined above. Also, for the purpose of assessment of working days, inaccessibility to a portion of the work due to utility conflict or utility work, either of which prevents utilization of forces and equipment as defined above, will be considered as an adverse working condition for the time exceeding that specified in the Contract for the utility adjustment. The ability of vendors, suppliers, and subcontractors to provide materials and/or services is considered within the Contractor's control for the purpose of assessment of working days. Time from December 21 through January 15, inclusive, will not be assessed against the contract time. Saturdays and City recognized holidays, other than those designated above, which may be declared by the City for certain special or unusual circumstances, will be optional to the Contractor as working days, and time will not be assessed unless work is performed that requires inspection. If work is performed, contract time assessment will be based upon the same conditions as a normal working day. Contract time will not be assessed during a full suspension of the work as ordered by the Engineer/City Engineer. During a partial suspension of the work -as ordered by the Engineer/City Engineer, the contract time will be assessed in direct proportion to the ratio of the money value of°the items not suspended to the total contract amount. Each pay estimate will state the each working day charged during the preceding period and the total number of working days charged to date. If the Contractor disagrees with the working days charged by the Engineer/City Engineer, then the Contractor shall, within 10 calendar days of signing the pay estimate, give the Engineer/City Engineer written notice of such disagreement and the reasons therefore. If the Contractor does not provide written notice within 10 calendar days of signing the pay estimate, no subsequent request for review will be considered. 109.06 Rights in and Use of Materials Found on the Work. The Contractor, with the approval of the Engineer, may use on the Project such stone, gravel, sand, or other material, determined suitable by the Engineer, as may be found in the planned excavation and will be paid both for the excavation of such materials at the corresponding contract unit price and for the pay item for which the excavated material is used. However, the Contractor shall replace with other acceptable material- at no cost to the Owner all of that portion of the excavation material so removed and used that was needed for use in the embankments, backhlls, approaches, or otherwise. No charge for the material so used will be made against the Contractor. The Contractor shall not excavate or remove any material from within the roadway location that is not within the grading limits, as indicated by the slope and grade lines, without written authorization from the Engineer. ST-46 Standard Street and Drainage Specifications Planned excavation, for the purposes of this subsection, is defined as all excavation shown on the plans and/or as changed by the Engineer for any purpose other than obtaining additional material lying within the planned typical sections and slopes. Planned excavation also includes any excavation made beyond the ends of the Project for the purpose of blending the new construction into the existing roadway. Unless otherwise provided, any material from any existing structures designated salvageable that is to remain the property of the owner, may be used temporarily by the Contractor in the erection of the new structure. Such material shall not be cut or otherwise damaged. Material thus used and subsequently cut or damaged by the Contractor's action or inaction shall be replaced in kind with new material of like dimension at no cost to the Owner. 109.07 Final Clean Up. Upon completion of the Work and before acceptance and final payment will be made, the Contractor shall remove from the right-of-way, from any temporary plant sites, and from any temporary equipment and material storage sites, all construction equipment, falsework, discarded material, rubbish, debris, temporary structures, footings, and all surplus material. The Contractor shall restore in an acceptable manner all property, both public and private, that has been damaged during the prosecution of the work and shall leave the waterways unobstructed and the roadway in a neat and presentable condition throughout the length of the work under contract. No burning will be permitted on City of Fayetteville property, right-of-way, or easement without an approved burn permit issued by the City of Fayetteville Fire Department and concurred with by the Engineer. It is the Contractor's responsibility to determine prior to _ bidding whether or not a burn permit will be approved and issued. When perishable material is burned, it shall be under the constant care of a competent watcher. Burning shall be accomplished at such times and in such manner that the surrounding vegetation, adjacent property, or anything designated to remain on the right-of-way will not- be jeopardized. Contractor shall cease all burning when meteorological conditions are unsuitable for burning operations. Materials and debris that cannot be burned shall be removed from the right-of- way and disposed of at locations off the project. Contractor shall have proposed dump sites for waste material approved by the City of Fayetteville prior to disposition of any waste onto these sites. The materials, labor, equipment, and expense of the final cleaning up of the Project will not be paid for separately, but full compensation therefore will be considered included in the contract unit prices bid for the various items in the Contract. 109.08 Failure to Complete Work on Time. Time is an essential element of the Contract and it is important that the Work be pressed vigorously to completion. The cost to the Owner of the administration of the Contract, including engineering, inspection, and supervision, will be increased as the time occupied in the Work is lengthened. The public is subject to detriment and inconvenience when full use cannot be made of the Project. The Owner shall be entitled to recover from the Contractor all ascertainable damages arising from the delay in completion. Said damages shall include, without limitation, all engineering, ST-47 I City of Fayetteville inspection, supervision, and legal expenses directly incurred by the Owner because of such delay. Additionally, Contractor agrees that the Owner and/or public will suffer other damage or financial loss if the Work is not completed on time or within any time extensions allowed in accordance with the Contract Documents. Contractor and Owner agree that proof of the exact amount of any such damage or loss is difficult to determine. Accordingly, Contractor agrees to pay the sums stated in the proposal and Contract as liquidated damages and not as penalty for each calendar day or part thereof that the Work remains uncompleted after the contract time has expired. Should the amount otherwise due the Contractor be less than the amount of such damages provided above, the Contractor and the Surety shall be liable to the Owner for such deficiency. Permitting the Contractor to continue and finish the Work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a waiver on the part of the Owner of any of its rights under the Contract. Section 110. Measurement and Payment 110.01 Measurement of Quantities. Work acceptably completed under the Contract will be measured by the Engineer/City Engineer according to United States Standard measures. Only actual quantities will be paid for unless otherwise specified. Unless otherwise specified, the following listed methods will be used: 1) For computing volumes of excavated materials specified for measurement by the cubic yard, the average end area method will be used. 2) Structures will be measured to the neat lines as shown on the plans or as finally constructed at the direction of the Engineer/City Engineer. 3) Items that are measured by the linear foot, such as pipe culverts, guardrail, underdrains, etc., will be measured parallel to the base or foundation upon which such structures are placed. 4) In determining the area for items bid on a square yard or acre basis, except as noted below, the longitudinal measurement will be made along the actual surface of the item and not horizontally, and transverse measurements shall conform to the dimensions shown on the plans or as directed by the Engineer/City Engineer. 5) In determining the area for all seeding and mulch coved items bid on an acre basis, when the area is a strip of varying width running approximately parallel to the centerline of the roadway, the longitudinal dimension will be measured horizontally and the transverse dimension will be measured parallel to the surface of the area ST-48 I Standard Street and Drainage Specifications seeded and/or mulched. For other areas of seeding and mulch cover items, all measurements will be made parallel to the surface of the area seeded and/or mulched. The area will be computed to the nearest 0.01 acre. 6) Materials that are specified for measurement by the ton shall be hauled in approved vehicles bearing a plainly legible identification number and weighed on accurate, approved scales furnished by the Contractor and inspected by a registered scale mechanic at least once a year and before their use after each move. Scales shall be located at the loading point or other approved location. 7) The scales shall be an automatic weighing system, with digital or springless dials, and equipped with an automatic ticket printer. An automatic ticket printer is defined as a device connected to the weighing system in such manner that it automatically detects the weight determined by the system. It shall store and recall the TARE weight when the operator enters the truck identification. It shall print the following information on the ticket: • Gross, Tare, and Net weights. + Identification of the truck. + Current date. • For asphalt mixtures, the time of loading or weighing. • A unique ticket number (may be preprinted on the tickets). The NET weight should be computed by the weighing system; however, it may be, computed manually -and keyed in for printing. When the net weight of the material is determined by batch weights, the scales used shall meet all applicable requirements specified for truck scales, including automatic ticket printing, except that the GROSS and TARE weights will not be required. The ticket shall accompany each load delivered to the project. In addition to the items shown above that must be printed by the ticket printer, the following information shall also be shown on each ticket: • Identification of the project. • Identification of the material being delivered, including mix design numbers for asphalt mixtures. The ton shall be the short ton of 2000 pounds. Vehicles used to haul materials measured by weight shall be weighed empty for each load, or shall be weighed daily or from time to time during the day as the Engineer may direct, to establish the tare weight of each load. The scales furnished shall be capable of weighing the entire loaded vehicle at one time. Deduction will be made for the weight of moisture in aggregates in excess of 5% of the oven -dry weight of the material. 8) A station when used as a definition or term of measurement will be 100 linear feet measured horizontally. 9) The term "lump sum" when used as an item of payment will mean complete payment for the work described in the Contract. ST-49 e City of Fayetteville 10) When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. 11) When mutually agreed, the plan quantity of any item may be taken as the Final Contract Quantity. Items to be paid at plan quantity shall be agreed upon in writing before work begins. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Of necessity the items described and shown as components are discussed in a general manner only, describing the major pieces of equipment- and/or materials. Any item and/or appurtenance not specifically mentioned shall be considered a portion of the bid item to which, in the opinion of the Engineer, its function .is most directly related. Failure to list all items and/or appurtenances does not relieve the Contractor from furnishing -all apparatus, devices, labor or materials of whatever nature required for a complete installation in accordance with the intent of the Drawings, approved Shop Drawings and these Specifications. The successful Contractor shall, as soon as possible after award of the Contract, submit a list itemizing the components of each lump -sum bid item and their respective costs to be used as an aid in the preparation of partial payments. 110.02 Scope of Payment. Payments to the Contractor will be made for the actual quantities of contract items completed and accepted according to the plans and specifications and if, upon completion of the construction, these actual quantities show either an increase or decrease from the quantities given in the proposal schedule, the contract unit prices will still prevail, except as provided in Subsection 110.03, "Payment and Compensation for Altered Quantities" below. The Contractor will receive and accept the compensation herein provided as full payment for furnishing all materials, labor, equipment, tools, and incidentals necessary to the completed work; for performing all work contemplated and embraced under the Contract; for all loss or damage arising out of the nature of the work, or from the action of the elements, or from any unforeseen difficulties or obstructions that may arise or be encountered during the prosecution of the work until its final acceptance by the City; for all risks of every description connected with the prosecution of the work; for all expenses incurred by, or in consequence of, the temporary suspension or discontinuance of the work as herein specified; for any infringement of patent, trade mark, or copyright; for all costs of permits, licenses, fees, and taxes; and for completing the work in an acceptable manner according to the plans and specifications. The payment of current or final estimate, or of retained percentage, shall in no degree prejudice or affect the obligation of the Contractor, at no cost to the City, to repair, correct, renew, or replace any defects or imperfections in the construction of the roadway and its appurtenances, or in the strength of or quality of materials used therein or ST-50 Q Standard Street and Drainage Specifications thereabouts, or relieve the Contractor from the payment of all damages due to such defects; provided such defects, imperfections, or damages shall be discovered on or before the final inspection or acceptance of the entire work. No retained percentage payable under the Contract, or any part thereof, shall become due and payable, if the City so elects, until the City is satisfied that the Contractor has fully settled or paid for all materials and equipment used in or upon the work, and for all labor done in connection therewith, and the City, if it so elects, may pay any or all such accounts wholly or in part and deduct the amount or amounts so paid from the final estimate. Any overpayments made to the Contractor or Surety, from whatever cause, are due and payable to the City upon receipt by the Contractor or Surety of a request setting forth the particulars, regardless of pending claims or intention of the Contractor or Surety to file a claim. 110.03 Payment and Compensation for Altered Quantities. When alterations in plans or quantities of work not requiring a change order are ordered and performed as provided in Subsection 104.02, "Alterations of Plans or Character of Work" or 104.03, "If and Where Directed Items" and when such alterations result in an increase or a decrease of the quantity of work to be performed, the Contractor shall accept payment in full at the contract unit prices for the actual quantities of work accomplished, except as provided in Subsection 104.02, "Alterations of Plans or Character of Work" or 104.03, "If and Where Directed Items", and no allowance will be made for anticipated profits, organization or overhead expense, or interest. Increased or decreased work involving change orders will be paid for as- stipulated in such change orders. Section 111. Roadway Construction Control 111.01 Description. When this item is included in the proposal, it shall consist of furnishing and maintaining all lines, grades, and measurements necessary for the proper execution of the roadway work under the Contract, all according to the plans and specifications. 111.02 Materials. The Contractor shall furnish all stakes, templates, straightedges, surveying equipment, and other devices necessary for establishing, setting, checking, marking, and maintaining points, lines, grades, and layout of the work called for on the plans and in the specifications. 111.03 Construction Requirements. (a) City Responsibilities. The Engineer/City Engineer will establish the benchmarks and horizontal control points referenced on the plans, certified correct by the Engineer, and furnish the data to the Contractor at the beginning of work. ST-51 City of Fayetteville Any additional information provided by the Engineer shall be verified by the Contractor before use and the Contractor shall accept full responsibility for any costs incurred as the result of the use of such additional information. Any checking performed by the Engineer/City Engineer will not relieve the Contractor of the responsibility for the final results. The City will be responsible for taking all measurements to establish both current estimate and final estimate pay quantities, including any horizontal and vertical control points necessary to complete such measurements. When making these measurements, the Engineer/City Engineer may use any points, stakes, lines, or elevations that have been set by the Contractor. (b) Contractor Requirements. Roadway Construction Control shall include use by the Contractor of the plans and the vertical and horizontal control points established by the City as described above to perform all required construction surveying and layout. The Contractor shall make all necessary calculations and set all stakes including, but not limited to: centerline stakes; offset stakes; reference point stakes; additional bench marks as needed; slope stakes; pavement lines; curb lines; grade stakes; roadway drainage; pipe culverts; box culverts; underdrains; clearing and grubbing limits; guardrail; fence; blue tops for subgrade, subbase, and base courses; and any other points, lines, or elevations deemed necessary for proper control of the work. On projects that include an ACHM overlay and/or Asphalt Surface Treatment, the Contractor shall mark the stationing by setting a stake at least every 200 feet along the roadway. These stakes shall be placed on the shoulder or slope so that they will not interfere with the construction operations, but will be usable for determining locations along the roadway. On projects with widening sections where a grade line is not shown on the plans, the Contractor shall profile the existing pavement at the centerline and edges of pavement. This profile data shall be furnished to the Engineer/City Engineer for use in the establishment of the finished grade line. This finished grade line will be furnished to the Contractor for use in computing and setting all grades required to construct the finished roadway section. The Contractor shall be responsible for joining the work to contiguous roadways and/or bridges in an acceptable manner. This shall include making minor adjustments to the plan grade and/or typical section as necessary to construct a smooth transition from the new work to match the existing roadway. The Contractor shall provide sufficient qualified personnel to complete the work accurately. The supervision of the Contractor's surveying and personnel shall be the responsibility of the Contractor, and any errors resulting from the operations of such personnel shall be adjusted or corrected by the Contractor at no cost to the City. The Contractor shall maintain adequate survey notes as the work progresses and make them available to the Engineer/City Engineer on request. Copies of survey notes designated by the Engineer/City Engineer shall be provided for the City's permanent project records. The Contractor shall be responsible for the accuracy and uniformity of the construction stakes, lines, grades, and layouts. Any errors in the work constructed due to errors in the ST-52 Standard Street and Drainage Specifications Contractor's Roadway Construction Control shall be adjusted or corrected by the Contractor at no cost to the City. 111.04 Method of Measurement. Roadway Construction Control will be measured as a complete unit. 111.05 Basis of Payment. Work completed and accepted and measured as provided above will be paid for at the contract lump sum price bid for Roadway Construction Control, which price shall be full compensation for furnishing and maintaining all necessary lines, grades, and measurements; and for furnishing all engineering personnel, equipment, materials, tools, and incidentals necessary to complete the work. No adjustments in the lump sum price bid will be made for Roadway Construction Control required due to normal increases or decreases in Contract quantities. However, if the amount of Roadway Construction Control required is increased or decreased in connection with a Change Order, compensation will be adjusted accordingly. Partial payments for Roadway Construction Control will be made in proportion to the amount of work accomplished on this item. No additional payment will be. made for re - staking needed to maintain the control. Payment will be made under: Pay Item Pay Unit Roadway Construction Control LS Section 112. Trench and Excavation Safety Systems 112.01 Description. This item covers trench and excavation safety systems required for constructing improvements that necessitate open excavations on the project. All work under this item shall be in accordance with the current edition of the "Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System, 29 CFR 1926, Subpart P", a copy of which may be purchased from the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402. This document is hereby incorporated into the Specifications. 112.02 Notifications Required. The Contractor, prior to beginning any excavation, shall notify the State Department of Labor (Safety Division) that work is commencing on a project with excavations greater than five feet. The contractor shall notify all Utility Companies and Owners in accordance with OSHA Administration 29 CFR 1926.651(b)(2) for the purpose of locating utilities and underground installations. ST-53 City of Fayetteville 112.03 Existing Structures and Utilities. Where the trench or excavation endangers the stability of a building, wall, street, highway, utilities or other installation, the Contractor shall provide support systems such as shoring, bracing, or underpinning to ensure the stability of such structure or utility. The Contractor may elect to remove and replace or relocate such structures or utilities with the written approval of the owner of the structure or utility and the Engineer/City Engineer. 112.04 Method of Measurement. After award of the contact, the Contractor shall submit to the Engineer/City Engineer a breakdown of costs for work involved in the lump sum price bid for "Trench and Excavation Safety Systems" and shall, with each periodic payment request, submit a certification by the Contractor's "competent person" as defined in Subpart P 1926.650(b) that the Contractor has complied with the provisions of "Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System", 29 CFR 1926 Subpart P for work which payment is requested. 112.05 Basis of Payment. The work required by this item will be paid for at the lump sum price for "Trench and Excavation Safety Systems". Payment will be made under: Pay Item Pay Unit #3-Trench and Excavation Safety Systems LS ST-54 Standard Street and Drainage Specifications DIVISION 200. EARTHWORK Section 201. Clearing, Grubbing, and Demolition 201.01 Description. This work consists of clearing, grubbing, removing, and disposing of all vegetation, obstructions and debris within designated limits of the Right -of -Way and easement areas. Vegetation and objects designated to remain shall be preserved free from injury or damage. 201.02 Definitions. Clearing, Grubbing, and Demolition shall be defined as follows: Clearing shall consist of: cutting, removing, and disposing of trees, snags, stumps, shrubs, brush, limbs, and other vegetative growth. Clearing shall also include the preservation of trees, shrubs, and vegetative growth, which are not designated for removal. Grubbing shall consist of the removal and disposal of wood or root matter below the ground surface remaining after clearing and shall include stumps, trunks, roots, or root systems greater than 2 inches in diameter to a depth of two feet below the natural ground surface. Demolition shall consist of: removal and disposal of existing fences, drainage structures, abandoned pipelines or utilities, paving, curbs and gutters, which are not designated to remain. The work may also include demolishing and/or removing from the site building structures or portions thereof, which are more particularly described in the plans and Special Provisions, together with all appurtenances, including canopies, porches, and awnings. 201.03 Construction Requirements. All surface objects, trees, stumps, roots, and other protruding obstructions designated for removal shall be cleared and grubbed, including required mowing. Undisturbed and sound stumps and nonperishable solid objects located more than two feet below subgrade and slope of embankments may remain in -place. When authorized, stumps and nonperishable solid objects that are located more than 1 foot below the ground line may remain if they are located outside the construction limits of excavation and embankment areas. Trees and other vegetation to be preserved shall be carefully protected from abuse, marring, or damage during construction operations. Repair of damage to bark, limbs, or roots of trees or vegetation designated to remain shall be repaired by corrective pruning or other appropriate methods. Low hanging, unsound, or unsightly branches shall be removed from trees or shrubs designated to remain. Trees extending over the roadway shall be trimmed to provide a clear height of 18 feet about the pavement elevation. All trimming shall be accomplished with skilled workers and in accordance with good tree surgery practices. Parking and servicing equipment under branches of trees designated to remain is not allowed. Existing pipes, culverts, bridges, and other drainage structures shall be removed to the natural stream bottom and those parts outside the stream shall be removed to 1 foot below natural ground surface. Materials designated as City salvaged material shall be dismantled without ST-55 City of Fayetteville damage and stored at designated locations. All other structures shall be removed from the Right -of -Way. All concrete pavement, base course, sidewalks, curbs, gutters, buildings, foundations, slabs, ballast, gravel, bituminous material, and pavement materials shall be disposed of unless specifically stated otherwise in the Plans or by the Engineer/City Engineer. Moveable buildings to be demolished may be removed from the right of way intact if the contractor so elects. Concrete designated for use as rip rap shall be broken into pieces not to exceed 150 pounds and stockpiled at designated locations or promptly placed where specified on the project. Ballast, gravel, bituminous material, or other surfacing or pavement materials designated for salvage shall be stockpiled at designated locations without contaminating the material with dirt or foreign materials. Old concrete pavement, sidewalks, curbs, gutters, and similar structures to be left in place shall be sawed to a straight and true vertical line or removed to an existing joint as shown on the plans or as directed by the Engineer/City Engineer. In embankment areas, cavities resulting from removal of obstructions shall be backfilled and compacted with suitable material under Subsection 202.03. Disposal of material and debris shall be done under applicable Federal, State, County, and City laws, ordinances, and regulations. Perishable material if burned shall be under constant care of a watchman so the surrounding vegetation, adjacent property, and anything designated to remain is not jeopardized. Materials and debris may be disposed of by burial at locations acceptable to the City within the project limits, if at least 12 inches of cover material is provided and the area is graded, shaped, and seeded according to these specifications or otherwise restored to present a pleasing appearance. Said burial and restoration shall be at the Contractor's expense. 201.04 Measurement and Payment. No measurement of this item will be made. Payment will be made on a lump sum basis. Pay Item Pay Unit #4-Clearing, Grubbing, and Demolition LS Section 202. Excavation and Embankment 202.01 Description. This work consists of excavation, hauling, disposal, placement, consolidation and compaction of all materials encountered within the limits of the work that is not covered under another item. For purposes of this section, roadway shall be defined as all locations within l foot of the back of curbs and gutters that define the edges of public streets. ST-56 Standard Street and Drainage Specifications Excavation will be classified as one of the following: (a) Unclassified Excavation. Unclassified Excavation consists of the removal and disposal of all material of whatever character encountered in the work not covered under other items. This shall include removal of material in existing ditch lines along roadways to a depth of 1 foot below existing grade in the ditches. This shall also include stripping and excavation of existing material as required up to a depth of one (1) foot below existing grade in embankment areas. (b) Rock Excavation. Rock Excavation includes removal and disposal of rock material that by actual demonstration cannot be excavated with a Caterpillar Model No. 215D LC track - mounted hydraulic excavator equipped with two rippers or similarly approved equipment. Rock excavation also includes boulders one-half cubic yard or more in volume. (c) Undercut Excavation. Undercut excavation includes removal and disposal of material not suitable for use as embankment material that is below the proposed subgrade elevation and that is more than one foot (1') below existing ground within the roadway. Embankment will be classified as one of the following: (a) Select Embankment. Select Embankment includes all material placed within the limits of the proposed roadway within 24 inches of the top of subgrade elevation. Select Embankment material may include approved on -site or approved off -site material meeting the requirements of section 202.02 (c) below. (b) Embankment. Embankment includes material other than select embankment that is placed within the limits of construction to achieve planned grades: 202.02 Materials. (a) General. Samples of material to be used as embankment material shall be submitted for approval per the requirements of these specifications. All material shall meet the requirements The City of Fayetteville Code of Ordinances. (b) Stone backfill. Stone backfill shall be as defined and specified in subsection 205, Undercut and Stone Backfill. (c) Embankment. Embankment shall consist of soil, or a mixture of soil and stone or gravel or other acceptable material, reasonably free from sod, stumps, logs, roots or other perishable or deleterious matter, and shall be capable of forming a stable embankment when compacted. Material placed within 24 inches of the proposed top of subgrade elevation shall meet the following requirements. 1) Material classified by the AASHTO Soil Classification System as A-1, A-2, or A-3, having a maximum of 35 percent of the material passing the number 200 sieve, and having a CBR equal to or greater than 8. ST-57 I City of Fayetteville 2) Material not meeting the above requirements for AASHTO Classification and gradation, but having a CBR equal to or greater than 8 and a Liquid Limit and Plasticity Index of less than or equal to 40 and 15, respectively. 3) Material not meeting the above requirements for liquid limit and plasticity index may be used if chemically modified by the use of lime, fly ash, or cement. The type and amount of treatment shall be determined by a material testing lab approved by the City. The chemically modified soil must meet all requirements of Section 2 above. 202.03 Construction Requirements. (a) General. Excavations and embankments shall be finished to smooth and uniform surfaces. No excavation material shall be wasted without permission of the Engineer/City Engineer. Excavation and embankment operations shall be conducted without disturbing material outside the staked construction limits. Before beginning excavation, grading, and embankment operations, all necessary clearing, grubbing and top soil removal in that area shall be completed. Excess or unsuitable excavated material, including topsoil, .rock and boulders, shall be disposed of at locations acceptable to the Engineer/City Engineer. All approved surplus material shall be used to uniformly widen embankments and flatten slopes within the Right - of -Way. Rocks and boulders shall be covered with a minimum of one (1) foot of embankment material. Demolition of old_ roadways shall include filling of all ditches and grading to restore the original contour of the ground producing a pleasing appearance by forming natural, rounded slopes. Removal and disposal of pavements and base courses shall be performed under Section 201. (b) Rock Excavation. Material classified as rock shall be excavated to a minimum depth of 6 inches and a maximum depth of 12 inches below proposed subgrade within the limits of the roadbed. The excavation shall be backfilled and compacted with material designated in the Contract or approved by the Engineer/City Engineer. Rock excavation removed in excess of 12 inches below subgrade will not be measured and paid for. Rock excavation backfill of the depth in excess of 12 inches below proposed subgrade is at the Contractor's expense. Undrained pockets shall not be left in the rock surface. Depressions shall be drained. Bore holes shall be drilled along the slope line, maintaining the drill holes at the angle designated on the plans and ensuring that all drill holes are in the same plane. The diameter, spacing, and loading of presplit holes shall result in a neat break. The presplitting holes shall be drilled for the full depth of the ledge. The initial presplitting of a geological formation shall be accomplished utilizing a 100-foot test section. After drilling, loading, and shooting this test section, the material shall be removed to determine if the diameter, spacing, and loading of the presplit holes are adequate to give an acceptable backslope. If the results are determined to be acceptable, the presplitting may continue throughout the geological formation using those methods and procedures. If the presplitting is determined to be ST-58 I Standard Street and Drainage Specifications unsatisfactory, adjustments shall be made in the spacing, diameter and loading of the presplit holes utilizing another 100-foot test section. Presplitting holes shall be loaded with explosives as per the manufacturer's recommendations. The cost of presplitting shall be included in the unit bid price for rock excavation. (c) Undercut Excavation. If and where directed by the Engineer/City Engineer, unsuitable material encountered at the proposed subgrade elevation shall be removed to the depth specified or directed by the Engineer/City Engineer and backfilled and compacted with approved off -site material, in accordance with this section or in accordance with subsection 205, Stone Backfill as indicated or directed. Excavation operations shall be conducted so necessary measurements can be taken before replacing unsuitable material with approved backfill. No payment will be made for this item if: The contractor does not notify the Engineer/City Engineer of potential areas requiring undercut before excavating these areas. An area that was previously stable becomes unstable due to actions of the contractor. These causes include, but are not limited to, ponding of water and construction traffic. The Contractor does not allow the Engineer/City Engineer sufficient time to measure the undercut excavation volume before placing backfill material. In addition, no payment will be made to remove and replace any embankment material placed on unsuitable soil that subsequently requires removal and replacement. (d) Embankment Construction. Embankment construction includes the preparation of the areas where embankments are placed, placement and compaction of approved embankment material for replacement of unsuitable material, and placement and compaction of embankment material in all cavities and depressions within the roadway area. Rocks, broken concrete, and other solid materials shall not be placed in embankment areas where piling is to be placed or driven. Benching shall be required when embankment is placed on hillsides or against existing embankment with slopes that are steeper than 6-to-1 when measured at right angles to the roadway and shall be continuously benched in loose lifts not to exceed 12 inches. Benching shall be wide enough to permit the operations of placement and compaction equipment. All horizontal cuts shall begin at the intersection of the ground line and the vertical side of the previous bench. Existing slopes shall also be stepped to prevent wedging action of the embankment against structures. Excavation from benching shall be compacted with the new embankment material and the cost for benching and recompaction shall be included in the unit bid price for excavation. ST-59 City of Fayetteville When natural ground is within 4 feet of the subgrade, all sod and vegetable matter shall be removed from the surface where embankment is placed. The cleared surface shall be completely broken up by plowing, scarifying, or stepping to a minimum depth of 6 inches and shall then be compacted to the specified embankment density. Sod not requiring removal shall be thoroughly disked prior to embankment construction. Wherever a compacted road surface containing granular material lies within 3 feet of the subgrade, the old road surface shall be scarified to a minimum depth of 6 inches and compacted to the specified embankment density. If embankment can only be placed on one side of abutments, wing walls, piers, or culvert headwalls, compaction shall be accomplished without overturning of or placing excessive pressure against the structure. The fill adjacent to the end bent of a bridge shall not be placed higher than. the bottom of the backwall until the superstructure is in place. When embankment is placed on both sides of a concrete wall or box -type structure, the embankment shall be brought up equally on both sides of the structure. Embankment that is adjacent to structures or inaccessible to normal compaction equipment shall be placed in 4" loose lifts and compacted with mechanical equipment to 95% of maximum density as determined by AASHTO T99. Roadway embankment shall be placed in horizontal lifts not to exceed 8 inches (loose measurement) and compacted to the specified density before the next lift is placed. Spreading equipment shall be used to obtain uniform lift thickness prior to compaction. As the compaction progresses, leveling and manipulating shall be continuous to assure uniform density. Moisture content shall be increased or decreased as necessary to obtain the required density and stability. Construction equipment shall be routed uniformly over the entire embankment surface. When the excavated material consists predominantly of rock too large to be placed in 8-inch lifts, the material may be placed in thicknesses up to the average rock dimension not to exceed 3 feet. Each lift shall be leveled and smoothed by distribution of spalls and finer fragments of earth. Rock shall not be end dumped directly on the previously completed lift of embankment. Rock shall be dumped in the lift of embankment being constructed and pushed into place. The lifts shall not be constructed above an elevation 2 feet below the finished subgrade. A minimum of 2 feet of compacted embankment shall be placed over structures before rock is placed. (e) Moisture and Density Requirements. All lifts in embankment areas shall be compacted to not less than 95 percent of the maximum density. The moisture content of the material shall be uniformly increased or decreased to within 2% of optimum moisture content before compaction. Maximum density will be determined using AASHTO T99 (Standard Proctor). In -place field density measurements shall be determined using AASHTO T 191, T233 , or T 310. ST-60 Standard Street and Drainage Specifications Density requirements do not apply to portions of embankments constructed of materials such as rock that cannot be tested by approved testing methods. 202.04 Method of Measurement. (a) Undercut and Backfill will be measured by the cubic yard of material placed and compacted according to the specifications and as directed by the Engineer/City -Engineer. Measurements of the excavated area will be taken by the Engineer/City Engineer after excavation and before backfilling. The quantity of Undercut and Backfill will be measured as In Place quantities. Measurement for undercut will begin at subgrade elevation or one (1) foot below existing ground, whichever is lower. (b) Rock Excavation will be measured by the cubic yard of rock in place actually removed according to the specifications. Measurements taken after the rock is removed and before any associated backfilling will be used to calculate rock excavation quantities. (c) Unclassified Excavation will not be measured and the plan quantity will be considered the final quantity for purposes of final payment, unless changes to the original design are made. In such case, the revised quantity shall be agreed upon prior to beginning any work associated with the change. (d) Embankment and Select Embankment will not be measured and the plan quantity will be considered the final quantity for purposes of final payment, unless changes to the original design are made. In such case, the revised quantity shall be agreed upon prior to beginning any work associated with the change. 202.05 Basis of Payment. Quantities of earthwork completed, accepted and measured as provided above will be paid for at the Contract Price bid as follows: (a) Undercut Excavation shall be paid for at the Contract Price bid per cubic yard (CY) for Undercut and Backfill. Said price shall be full compensation for excavation, disposal, furnishing, hauling, placing, and compacting approved off -site material according to the plans and specifications. This price shall not include final compaction and finish grading to subgrade elevation. Final compaction and finish grading will be paid for under the item "Subgrade Preparation." (b) Rock excavation shall be paid for at the Contract Price bid per cubic yard (CY) for Rock Excavation. Said price shall be full compensation for rock removal and disposal to the lines and depths shown on the plans and according to these specifications, and for furnishing, hauling, placing, and compacting approved material in the excavated area as required. (c) All earthwork not paid for under other items will be paid for under the separate items (1) Unclassified Excavation or (2) Embankment as follows: (1) Excavation shall be paid for at the Contract Price bid per cubic yard (CY) for Excavation. Said price shall be full compensation for excavation, hauling off, and disposal ST-61 City of Fayetteville of all materials on the project that are not required for completion of the project; and any other excavation, grading or other miscellaneous earthwork items not included in other items of work. The plan quantity will be considered the final quantity for purposes of final payment, unless changes to the original design are made. (2) Embankment shall be paid for at the Contract Price bid per cubic yard (CY) for Embankment. Said price shall be full compensation for placement of materials on the jobsite, whether from on -site or off -site sources, to establish the lines and grades shown on the plans; placement of embankment as backfill for excavated areas to 1 foot below existing ground in roadway areas; and any other embankment, grading or other miscellaneous earthwork items not included in other items of work. The plan quantity will be considered the final quantity for purposes of final payment, unless changes to the original design are made. Pay Item NA -Undercut and Backfill NA -Rock Excavation 45-Unclassified Excavation #6-Select Embankment NA -Embankment Pay Unit CY CY CY (Plan Quantity) CY (Plan Quantity) CY (Plan Quantity) Section 203. Subgrade Preparation 203.01 Description. This work consists of preparing the subgrade for placement of the base course, curb and gutter, and asphalt courses. The intent of this specification is to provide a stable subgrade -consisting of approved material compacted as specified. 203.02 Materials. Materials not specified. 203.03 Construction Requirements. Material at subgrade will receive one or a combination of the following treatments as directed by the Engineer/City Engineer: (a) Unsuitable material will be excavated to a depth as directed by the Engineer/City Engineer, disposed of, and replaced with off -site material approved by the Engineer/City Engineer. This material shall be placed and compacted to conform to Subsection 202.03. (b) If the material is acceptable for use as subgrade material, the subgrade will be scarified to a depth of 8 inches and recompacted to conform to Subsection 202.03 of these Specifications. (e) In areas requiring fill to achieve subgrade elevation, the subgrade shall consist of approved on -site or off -site material meeting the requirements of Subsection 202.02 and compacted in accordance with Subsection 202.03 of these Specifications. The subgrade shall be shaped for its full width to the required grade and cross section. The finished subgrade shall not vary at any point by more than .02 foot from the prescribed elevation. ST-62 Standard Street and Drainage Specifications Finished sections damaged by construction operations shall be corrected by the contractor at no cost to the City. 203.04 Method of Measurement. Measurement for this item will be as follows: (a) Excavation and backfill of any areas of subgrade requiring undercut will be measured as specified in Section 202.04. (b) Subgrade Preparation will be measured by the square yard. Measurement will include all subgrade area including areas up to 1' behind proposed back of curbs or to the edge of the roadway pavement where curb is not specified. Measurement will include areas of undercut, areas that receive scarification and recompaction of existing acceptable material, and areas where fill material is required to achieve subgrade elevation. The plan quantity will be considered the final quantity for purposes of final payment, unless changes to the original design are made. In such case, the revised quantity shall be agreed upon prior to beginning any work associated with the change. (c) Fill material required to achieve subgrade elevation wili be measured as specified in Section 202.4. 203.05 Basis of Payment. Quantities of earthwork completed, accepted and measured as provided above will be paid for at the Contract Price bid as follows: (a) Undercut Excavation shall be paid for as stated in Section 202.5a. This price shall not include final compaction and finish grading to subgrade elevation. Final compaction and finish grading will be paid for under the item "Subgrade Preparation." (b) Subgrade preparation will be paid for at the Contract Price per square yard (SY) for Subgrade Preparation. Said price shall be full compensation for scarification (if required), compaction, and finish grading of subgrade areas. Pay Item Pay Unit V-Subgrade Preparation SY (Plan Quantity) Section 204. Select Grading and Topsoil 204.01 Description. This work consists of excavating, placing, and compacting material between the back of the roadway curb and the limits of the work. It also includes grading and placing topsoil in this area or other disturbed areas. ST-63 City of Fayetteville 204.02 Materials, (a) General. Material used for backfilling curbs and grading for sidewalk shall be free of trash, organics, and other deleterious materials. (b) Topsoil. Topsoil may be obtained from sources outside the right-of-way limits or from areas within the project limits that will be occupied by cuts and/or embankments. When topsoil is furnished from sources outside the right-of-way, the Contractor shall be responsible for locating and obtaining the material and for performing all work, including erosion control, prevention of water pollution, and restoration, according to the specifications. The cost of such work will be considered included in the contract unit price bid for Topsoil Furnished and Placed. At the request of the City, the Contractor shall furnish copies of agreements with the property owners. Topsoil shall be good quality, fertile, friable, surface soil and consist of loamy sand, sandy loam, clay loam, or sandy clay loam and shall be clean, rich, dark soil that contains adequate organic material. River sand will not be accepted as topsoil. Topsoil shall be reasonably free from subsoil, slag, weeds, grasses, roots, or stones greater than: • 1/4 inch for residential/commercial lawn areas, garden areas, or landscaped areas, or • 1 inch for all other areas.. Topsoil shall have a pH suitable for intended use areas. Topsoil shall be obtained only from naturally well -drained sites where topsoil occurs in depths greater than 4". Topsoil shall not be obtained from bogs, marshes or steep clayey slopes. Topsoil shall not be stripped, collected, or deposited while wet. In no case shall topsoil be excavated more than 12" from the original ground level. Brush and other vegetation that will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sods and herbaceous growth, such as grass and weeds, shall not be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. 204.03 Construction Requirements. (a) Curb Backfll and Grading. After curbs have set sufficiently, they shall be backfilled with approved material and graded so that no ponding will occur. Areas on which sidewalk or driveways are to be constructed shall be compacted to 90% of maximum density as measured by AASHTO T99 or ASTM D698 (Standard Proctor). Upon completion of the construction of sidewalks, driveways, and other items of construction within the construction limits, all areas to receive topsoil shall be excavated, graded, backfilled and compacted as necessary to remove all depressions, ridges, soft areas, waste concrete, and other items that will interfere with placement of the topsoil layer. All slopes shall be excavated to a maximum slope of 1 vertical foot in 3 horizontal feet unless otherwise noted in the plans or directed by the Engineer. ST-64 Standard Street and Drainage Specifications (b) Topsoil Placement. After the areas to receive topsoil have been prepared to the satisfaction of the Engineer/City Engineer, topsoil placement may begin. Topsoil shall be placed on all earth areas to a minimum depth of 4 inches unless shown otherwise on the plans or directed by the Engineer/City Engineer. Topsoil shall be graded to within 1 inch of finished elevation, and lightly compacted. Before placing seed all topsoiled areas shall be lightly scarified and raked to remove rocks, sticks, roots, and other undesirable materials as outlined in Section 204.02b. 204.04 Method of Measurement. (a) Curb Backfill and Grading. Backfilling of curbs and grading of areas between the back of curb and the construction limits will not be measured and is considered subsidiary to excavation and embankment items. (b) Topsoil. Topsoil furnished and placed will be measured by the square yard based on the location. Measurement will be made to the permanent street right-of-way or permanent easement or to the toe or top of slopes as shown on the plans. Areas outside these limits disturbed by the Contractor restored in accordance with these Specifications at no cost to the City. 204.05 Basis of Payment. Quantities completed, accepted, and measured as provided above will be paid for at the Contract Price bid as follows: (a) Topsoil will be paid for at the unit price bid per square yard (SY). Said price shall be full compensation for excavating, stockpiling, hauling, placing, grading, and all other labor, tools, and equipment to provide a layer of topsoil in accordance with the specifications. Pay Item Pay Unit #8-4" Topsoil Placement (Yard Areas) SY NA-4" Topsoil Placement (Other Areas) SY Section 205. Undercut and Stone Backfill 205.01 Description. This item shall consist of excavation and disposal of unsuitable materials and furnishing, hauling, placing, spreading, consolidating and compacting stone materials as specified at locations designated on the Plans or as designated by the Engineer/City Engineer. If and where directed by the Engineer/City Engineer, unsuitable material encountered at the proposed subgrade elevation shall be removed to the depth specified or directed by the Engineer/City Engineer and backfilled with Stone Backfill as further defined herein. 205.02 Materials. ST-65 City of Fayetteville a) Stone Backfill. Stone for Stone Backfill shall be hard, durable, crushed stone aggregate, as manufactured by local quarries, ranging in size from 11/2" (40mm) minimum to 6" (150mm) maximum. Stone Backfill shall not contain more than 5% by weight of shale, slate or other deleterious matter. The stone shall be uniformly graded and the amount passing the 11/2" (37.5 mm) sieve shall be not more than 10% by weight. b) Aggregate Base Course Cap. When backfilling with Stone Backfill to subgrade elevation, or to an elevation below subgrade when directed by the Engineer/City Engineer, the top 4" to 6" (100 mm to 150 mm) shall be material complying with subsection 401, "Aggregate Base Course" for Class 7 Aggregate Base Course. 205.03 Construction Requirements. (a) Excavation. Excavation operations shall be conducted so necessary measurements can be taken before replacing unsuitable material with approved backfill. (b) Stone Backfill. The area shall be excavated and the Stone Backfill shall be placed within the limits shown on the Plans or as designated by the Engineer/City Engineer. The excavated materials shall be disposed of by the Contractor in compliance with. these Specifications. The stone may be dumped into the areas undercut without regard to depth of layer. The stone shall be spread, shaped, and consolidated to the line and grade determined in the field by the Engineer to provide a firm and unyielding foundation for the subgrade and/or subbase course and/or base course. (c) Aggregate Base Course Cap. The Class 7 Aggregate Base Course Cap shall be compacted per the requirements of subsection 401, "Aggregate Base Course". 205.04 Method of Measurement. (a) Undercut and Stone Backfill will be measured by the ton of material placed and consolidated or compacted according to the specifications and as directed by the Engineer/City Engineer. Measurements of the excavated area will be taken by the Engineer/City Engineer after excavation and before backfilling. The quantity of Undercut and Backfill will be measured as In Place quantities. Measurement for undercut will begin at subgrade elevation or one (1) foot below existing ground, whichever is lower. (b) Aggregate Base Course Cap shall not be measured for separate payment but shall be measured and paid for as Stone Backfill. 205.05 Basis of Payment. (a) Undercut Excavation and Stone Backfill shall be paid for at the Contract Bid Price per ton for Undercut and Stone Backfill. Said price shall be full compensation for excavation and disposal of unsuitable material; for furnishing, hauling, placing, shaping and consolidating or compacting material according to the plans and specifications; and for all labor, equipment, tools, and incidentals necessary to complete the work. Excavation and backfill authorized by the Engineer/City Engineer that is in excess of the volume occupied by the Stone Backfill ST-66 F. Standard Street and Drainage Specifications will be measured and paid for under the appropriate subsections of these Specifications for the appropriate classifications of material. (b) No payment will be made for this item if - The contractor does not notify the Engineer/City Engineer of potential areas requiring undercut before excavating these areas. An area that was previously stable becomes unstable due to actions of the contractor. These causes include, but are not limited to, ponding of water and construction traffic. The Contractor does not allow the Engineer/City Engineer sufficient time to measure the undercut excavation volume before placing backfill material. In addition, no payment will be made to remove and replace any embankment material placed on unsuitable soil that subsequently requires removal and replacement. Pay Item Pay Unit #9-Undercut and Stone Backfill Toil ST-67 City of Fayetteville DIVISION 300. STORM DRAINAGE Section 301. Storm Drainage Pipe 301.01 Description. This work consists of the construction or reconstruction of pipe culverts, including excavation and backfill of storm sewer trenches. 301.02 Materials. All materials supplied under the requirements of this section shall meet the requirements of Section 606 of AHTD Specifications. All reinforced concrete pipe shall be Class III unless otherwise shown on the Plans or directed in the Specifications. Sizes and gauges of corrugated metal pipe shall be as shown on the plans. 301.03 Construction Requirements. (a) General. Unsuitable material excavated for storm sewer placement shall be disposed of under Subsection 202.03(a). Suitable surplus excavated material shall be used in the construction of embankments. Unsuitable excavated material below the designed bottom of pipe elevation shall be replaced and compacted using approved material. Rock, hardpan, and other unyielding material shall be excavated below the designed grade for a depth of 6 inches minimum and 8 inches maximum. This extra depth excavation shall be backfilled with approved bedding material. Trenches shall be excavated to a minimum width that allows for proper jointing of the pipe and compaction of backfill material under and around the pipe. The completed trench bottom shall be firm for its full length and width. (b) Bedding. All storm sewer pipe shall be bedded with a minimum of 4 inches of approved granular material. Bedding shall be placed to the required depth and shaped to conform to the bottom configuration of the pipe. (c) Laying Pipe. Pipe placement shall begin at the downstream end. Pipe shall be in contact with the shaped bedding throughout its full length. Bell or groove ends of concrete pipe and outside circumferential laps of flexible pipe shall be placed facing upstream. Flexible pipe shall be placed with longitudinal laps or seams at the sides. Paved or partially lined pipe shall be laid so the longitudinal centerline of the paved segment coincides with the flow line. Elliptical pipe shall be installed so the orientation of a vertical plane through the longitudinal axis of the conduit does not vary more than 5 degrees from the design orientation. Pipe that is not in true alignment or that shows settlement after placement shall be removed and re-laid at no cost to the City. (d) Joining Pipe. The method of joining pipe sections shall be such that the ends are fully entered and the inner surfaces are reasonably flush and even. Pipe protruding through structure walls shall be cut off flush with the inside face of wall and grouted. ST-68 Standard Street and Drainage Specifications All surfaces of the joint upon or against which joint seal gaskets may bear shall be smooth, free of spalls, cracks, fractures, and imperfections that would adversely affect the performance of the joint. A primer shall be applied if recommended by the manufacturer. When preformed rubber gasket is selected by the Contractor, the gasket shall be the sole element depended upon to make the joint flexible and watertight. The gasket shall be a continuous ring that fits snugly into the annular space between the overlapping surfaces of the assembled pipe joint to form a flexible watertight seal. The gasket shall not be stretched more than 30% of its original circumference when seated on the spigot or tongue end of the pipe. When bitumen/butyl plastic gasket is selected by the Contractor, the following procedure shall be used. The protective wrapping shall be removed from one side of the gasket. The gasket shall be pressed firmly to the vertical shoulder of the pipe joint, end to end continuing around the entire circumference of the joint. The remaining protective wrapping shall be removed and the pipe forced into connection until material fills the joint space. For either type of gasket used and to ensure an even and well filled joint, the final joining of the pipe shall be accomplished by either pushing or pulling, by approved mechanical means, each joint of the pipe as it is laid. In cold weather, when directed, the joint material shall be warmed in a hot water bath, or by other approved methods, to the extent required to keep the material pliable for placement without breaking or cracking. (e) Backfilling. The pipe shall be backfilled with bedding material in 4 inch compacted lifts to the springline. Pipe placed under roadways or driveways will then be backfilled with aggregate base material meeting the requirements of Section 401 placed in 4 inch lifts compacted to 95% of maximum density near optimum moisture as determined by AASHTO T180 or ASTM D1557. Flowable fill in accordance with these specifications may be used as an alternate to the aggregate base material. For the purpose of this section, roadway shall be defined as back of curb to back of curb. All other areas shall be backfilled with material free from lumps or clods placed in layers not to exceed 6" at or near optimum moisture content and compacted with mechanical equipment to 90% of the maximum density, as determined by AASHTO T 99 or ASTM D698, to the limits shown on the plans. Pipe damaged during construction operations shall be replaced at no cost to the City. When the existing material excavated for the pipe trench is declared by the Engineer/City Engineer as unsuitable for pipe backfill, this material shall be placed at other locations on the job and used to backfill behind curbs and/or placed on the fill slopes. If the Engineer/City Engineer determines that no suitable location exists on the job to utilize this material, the Engineer/City Engineer may approve the material to be wasted at an appropriate location outside the job limits. Material declared unsuitable for backfill shall be replaced with suitable material from roadway excavation and/or off -site sources. (f) Curtain walls for Flared End Sections. The foundation for curtain walls shall be prepared to the required depth. For cast -in -place curtain walls, the forming, placement of ST-69 City of Fayetteville reinforcing steel, and placement, finishing, and curing of concrete shall be according to the applicable requirements of subsections 601' "Cast -in -Place Concrete" and 602, "Reinforcing Steel". Precast curtain walls shall be installed according to the applicable requirements for laying concrete pipe. Curtain walls shall not be measured for separate payment but shall be included with and subsidiary to Flared End Sections. (g) Temporary Repairs for Roadway Cuts. All roadway cuts shall be temporarily or permanently repaired in accordance with Section 405, "Asphalt Concrete Patching For Maintenance of Traffic" within 24 hours of the completion of trench backfill for the work, or segment of work, which required the excavation and/or cut. 301.04 Method of Measurement. Storm drainage pipe of the type and size specified will be measured by the linear foot (LF) measured parallel to the flowline of the pipe. Where inlets, junction boxes, or other structures are included in lines of pipe, that length of pipe extending to and flush with the inside of the structure wall will be included for measurement but no other portion of the structure length or width will be so included. Whenever possible, the lengths shown on the plans may be adjusted by the Engineer/City Engineer to accommodate the pipe lengths available from the supplier that most nearly match the plan lengths. Flared end sections for pipe culverts will be measured by the unit and will include the curtain wall, complete in place. 301.05 Basis of Payment. Work completed, accepted, and measured as provided above will be paid for at the Contract Price bid as follows: (a) Pipe will- be paid for at the unit price per linear foot (LF) for each type and size of pipe and type of backfill specified; which price shall be full compensation for furnishing, hauling, and installing the pipe; for material including joint filler for concrete pipe and connection bands for metal pipe; for excavation and backfilling, including class 7 base as required, and for all other labor, tools, and equipment necessary to complete the work. (b) Flared End Sections (FES) will be paid for at the unit price per each (EA) for the type and size of the flared end section specified; which price shall be full compensation for furnishing, hauling, and installing the flared end sections; for material including joint filler for concrete pipe and connection bands for metal flared end sections; for curtain walls complete in place; for excavation and backfilling, including compacted backfill, and for all other labor, tools, and equipment necessary to complete the work. ST-70 Standard Street and Drainage Specifications Payment will be made under: Pay Item Pay Unit #10-18" RCP Under Pavement Class IV LF #11-18" RCP Class III LF #12-24" RCP Class III LF #13-18" RCP FES EA # 14-24" RCP FES EA Section 302. Drop Inlets and Junction Boxes 302.01 Description. This item shall consist of the construction of drop inlets, junction boxes, and drop inlet extensions with rings and covers or grates and frames. 302.02 Materials. (a) All concrete for this section shall conform to the requirements for Class A Concrete as provided in Section 601. (b) Reinforcing steel shall conform to the requirements of Section 602. (c) Steel for welded steel grates and frames shall conform to the requirements of ASTM A 36. - (d) Iron castings for rings and covers, grates and frames, and other appurtenances shall conform to the requirements of ASTM A 48, Class 30A. Bearing surfaces between rings and covers or grates and frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the perimeter area of contact. Castings shall be of the weight shown on the plans. Minimum weight of ring and lid shall be 275 pounds. The lid shall include the standard City of Fayetteville logo according to the Standard Details. (e) Precast concrete units of the type, size, and designation shown on the plans may not be used unless written permission is given by the City. Precast units shall be subject to the requirements of AASHTO M 199. Units so manufactured must be certified by a professional engineer registered in the State of Arkansas that they have been designed and manufactured according to AASHTO M199 and that they meet the requirements for HS20 loading. Joint materials shall conform to Subsection 301.02. (f) Curing Materials. Curing materials shall meet the requirements of Subsection 601.15. 302.03 Construction Requirements. Drop inlets, junction boxes, and drop inlet extensions shall be constructed with either reinforced or non -reinforced concrete, as shown on the plans. Concrete shall not be placed until the Engineer/City Engineer has inspected the forms and the placement of reinforcing steel and rings or frames. ST-71 City of Fayetteville Round monolithic drop inlets may have the floors cast monolithically with the walls. All other concrete floors shall be placed at least 24 hours before beginning construction of the walls. A longer period of time may be required if weather conditions make it necessary. When completed, the concrete shall be cured as specified in Subsection 601.15. Walls shall be constructed to form a tight joint with the floor and around the inlet and outlet pipes. Pipes shall be cut flush with the inside surfaces of the wall. Utility lines that are carried through the walls shall be protected in an approved manner to avoid damage. Faces of drop inlets and drop inlet extensions shall be placed as a part of the curb in order to preserve the proper alignment. Precast concrete drop inlets or junction boxes may be used only by special permission of the City. Inlet and extension tops and throats will be cast -in -place with no exceptions. Precast reinforced concrete drop inlet or junction box sections shall be carefully set with joints conforming to the requirements of Subsection 301.03(d). Metal rings or frames shall be set accurately to the finished elevations so that no subsequent adjustments will be necessary. They shall be set in a full mortar bed with firm bearing on the walls or securely fastened to the forms so that no movement will occur when concrete is placed around them. Welded steel grates and frames shall be welded with '/4" fillet welds, and painted in accordance with the plans. 302.04 Backfilling. Backfill around inlets and junction boxes shall be with approved material as defined in the following paragraphs.. Backfilling of inlets and junction boxes shall not begin until results of concrete cylinder tests demonstrate that concrete has reached 75% of specified strength. Backfill material shall be placed in layers not to exceed 4" in depth and shall be compacted to 95% of maximum density as measured by AASHTO T 99 for soil materials or by AASHTO T 180 for aggregate base materials. All structures or parts of structures that fall within the limits of the roadway (defined as centerline to 1' behind the backs of curbs) shall be backfilled with aggregate base material unless otherwise allowed in writing by the Engineer/City Engineer. Structures in other areas shall be backfilled with approved material provided from on -site or off -site areas. Structures shall be cleaned of any accumulation of silt, debris, or foreign matter of any kind, and shall be reasonably free of such accumulations at the time of final inspection. 302.05 Method of Measurement. Drop inlets, junction boxes, and drop inlet extensions will be measured by the unit. One drop inlet extension unit is measured at a 4' length. Each ST-72 I Standard Street and Drainage Specifications unit shall consist of the concrete frame, the ring and grate, and any pipe required to form the vertical portion of the drain including a standard elbow or tee. 302.06 Basis of Payment. Work completed and accepted and measured as provided above will be paid for at the contract unit price bid each for Drop Inlets, Drop Inlet Extensions, or Junction Boxes, of the size and type specified, which price shall be full compensation for constructing drop inlets, drop inlet extensions, or junction boxes; for furnishing, installing, and painting (if required), of rings and covers or grates and frames; for excavation and backfill; and for all materials, labor, tools, equipment, and incidentals necessary to complete the work. Payment will be made under: Pay Item Pay Unit # 15 -Detention Pond Outfall Structure EA Section 303. Concrete Box Culverts 303.01 Description. This work consists of constructing reinforced concrete box culverts, in accordance with the details shown on the plans, and to the lines, grades, and dimensions shown on the plans. This work also includes associated wingwalls and aprons at the ends of the box culvert. 303.02 Materials. Concrete for reinforced concrete box culverts shall be class B in accordance with Section 601 unless specified otherwise. Reinforcing steel shall be in accordance with Section 602. Precast concrete box culverts shall be subject to the requirements of AASHTO M 259-98 and AASHTO M 273-00. Units so manufactured must be designed and certified by a professional engineer registered in the State of Arkansas that the precast culvert(s) have been designed and manufactured according to AASHTO M 259- 988 and/or AASHTO M 273-00 for the site specific conditions and the requirements for minimum HS20 live load. 303.03 Construction Requirements. Concrete box culverts shall be constructed on firm, unyielding material. Unsuitable material found at the planned elevation of the box bottom shall be removed and replaced with material acceptable to the Engineer/City Engineer to provide an adequate foundation for construction of the box culvert. No concrete shall be placed before approval of the subgrade by the Engineer/City Engineer. Reinforcing steel and concrete for box culverts shall be provided and placed in accordance with Sections 601 and 602 and as detailed on the plans. All concrete shall be placed in the dry unless otherwise directed by the Engineer/City Engineer. Precast box culverts shall be placed in accordance with Section 301.03. Backfill material placed within the roadway limits (defined as centerline of roadway to F behind the back of curb) or under driveways and parking lots shall be AHTD Class 7 ST-73 I City of Fayetteville aggregate base material or gravelly clay material, generally known as "hillside". Aggregate base shall be placed in layers not to exceed 4" loose depth and shall be compacted to 95% of maximum density as determined by AASHTO T 180 or ASTM D1557. "Hillside" material shall be placed in layers not to exceed 8" loose depth and shall be compacted to 95% of maximum density as determined by AASHTO T 99 or ASTM D698. Backfill material placed in other areas shall be "hillside" material or other material that may be approved by the Engineer/City Engineer. Backfill in these areas shall be placed in layers not to exceed 8" loose depth and shall be compacted to 90% of maximum density as determined by AASHTO T 99 or ASTM D698. No backfill shall be placed against box culvert walls or on box culvert tops until the concrete has cured for 14 days and until test cylinders show that the minimum specified strength has been obtained. Backfill shall be placed and compacted on both sides of the box culvert simultaneously. 303.04 Method of Measurement. Measurement will be by one of the following methods as detailed below. The method to be used will be stated in the bid form. (a) Lump Sum Method. No measurement will be made for this item. Payment will be on a lump sum basis. (b) Unit Price Method. Concrete box culverts will be measured by the linear foot (LF) of box culvert constructed. Measurement will be taken at the centerline of the box culvert. Wingwalls, headwalls, and other appurtenances will not be'measured under this item but will be considered as a separate lump sum item. 303.05 Basis of Payment. (a) Lump Sum Method. Payment using this method will be on a lump sum basis. The lump sum price shall include all labor, materials, equipment, and incidentals necessary to completely construct each box culvert. Payment shall also include construction of all wingwalls, headwalls, and other appurtenances, as shown on the plans, excavation, backfill, and over excavation as necessary to provide a stable subgrade for box culvert construction. (b) Unit Price Method. Payment using this method will be made at the per linear foot price (LF) for box culvert completed, accepted and measured as provided above. The per lineal foot price shall include all labor, materials, equipment, and incidentals necessary to completely construct each box culvert. Payment shall also include excavation, backfill, and over excavation as necessary to provide a stable subgrade for box culvert construction. This per linear foot price shall not include construction of headwalls, wingwalls, and other appurtenances. They will be paid on a lump sum basis for each box culvert. Payment will be made under: ST-74 Pay Item Standard Street and Drainage Specifications Pay Unit NA -(Size) Cast -in -Place Concrete Box Culvert LS or LF NA -(Size) Precast Concrete Box Culvert LS or LF NA-Wingwalls & Appurtenances LS Section 304. Vacant Section 305. Open Channels 305.01 Description. This work consists of construction of open channels, including earthen and concrete channels. 305.02 Channel Excavation. Channels shall be excavated to the lines and grades shown on the plans. All constructed grades and slopes shall be within ± 0.1 feet of the plan grade. Ponding or standing water in the constructed channel will not be allowed. 305.03 Earthen Channel Finishes. Earthen channels shall receive a 4" minimum layer of topsoil meeting the requirements of Section 204. Topsoil shall be firmly compacted, then the surface scarified in preparation for seed or sod. All rocks and clods larger than 1 inch in diameter shall be removed before seeding or sodding operations begin. Seeding or sodding as specified on the plans shall be accomplished according to the requirements of Section 505. Erosion control fabric, if specified, shall be placed according to manufacturer's specifications. Fabric shall be of the type specified unless an alternate type is approved in writing by the City. The Contractor shall submit a sample of the alternate fabric type along with specifications before such approval is granted. 305.04 Concrete Ditch Paving. (a) Materials. Concrete for ditch paving shall be Class A concrete in accordance with section 601. (b) Construction Requirements. 1) Subgrade. The subgrade shall be excavated or filled to the required grade. Soft and yielding material shall be removed and replaced with suitable material and the entire subgrade shall be thoroughly compacted. 2) Forms. Forms shall be constructed of metal or wood, free from warp, and of sufficient strength to resist springing during the process of depositing concrete. They shall be securely staked, braced, set, and held firmly to the required line and grade. Forms shall be cleaned and oiled before concrete is placed against them. ST-75 City of Fayetteville 3) Placing and Finishing. The concrete shall be deposited in the forms upon a wetted subgrade to such depth that when it is compacted and finished, the flow line shall be at the required elevation and the sides at required widths, slopes, and thicknesses. The concrete shall be thoroughly compacted and the edges along the forms spaded to prevent honeycomb. The flow lines and sides shall be struck off with a straightedge and tamped sufficiently to flush mortar to the surface, after which it shall be finished with a wood float to a smooth and even surface. Edges shall be rounded with a `/4" edger. Transverse joints '/4" wide shall be tooled or sawed perpendicular to the flow line at intervals not greater than 15' measured longitudinally along the flow line. Joints shall continue across the bottom and up the slope to form a continuous joint. 3" diameter weepholes shall be spaced at 10' intervals along the channel. These weepholes shall be constructed in both channel walls a minimum of 6 inches and a maximum of 1 foot above the channel flowline. Weepholes will not be required if the channel wall is less than 1' tall. When completed, the concrete shall be cured as specified in Section 601. 4) Backfilling. Immediately after the forms have been removed, the spaces on each side of the paving shall be backfilled with suitable material and compacted with mechanical equipment. Solid sodding shall be placed in conjunction with backfill when provided on the plans. 5) Expansion Joints. When a section of ditch paving terminates at a drop inlet or other structure, a space not less than ''/2" wide shall be left between the end of the paving and the structure. This space shall be filled with joint filler conforming to the requirements of AASHTO M 213. Expansion joints shall also be placed between successive placements or as directed by the Engineer/City Engineer. 6) Placement on Slopes. Slope paving shall begin at the toe of the slope and be constructed to the lines and dimensions as shown on the plans or as directed. 7) Toewalls. Concrete toewalls shall be constructed at the ends of all paved channels that do not terminate at a concrete structure. Toewalls shall be a minimum of 8" thick and 3' deep below the flowline of the channel, and shall be placed monolithically with the concrete channel. 305.05 Method of Measurement. (a) Excavation for earthen or concrete channels shall be measured by the cubic yard (CY) of material removed. Quantities will be measured by cross sections taken before and after excavation operations. Payment for plan quantity of channel excavation will be made unless a change in the channel profile or cross section is made. (b) Concrete channels will be measured by the square yard (SY) of concrete placed. ST-76 Standard Street and Drainage Specifications (c) Erosion control fabric will be measured by the square yard (SY) of area covered by fabric. Overlaps, splices, and other additional fabric required for proper placement of fabric according to manufacturers' specifications will not be measured. 305.06 Basis of Payment. Work completed and accepted and measured as provided above will be paid for at the contract unit price per square yard for concrete channels and per square yard for erosion control fabric. Said price shall be full compensation for placement and finishing of concrete as specified, placement of erosion control fabric per manufacturer's specifications, and all other labor, equipment, and materials necessary for a complete installation of each item as detailed on the plans. Excavation will be paid on a CY basis. The plan quantity will be considered the final quantity for purposes of final payment, unless changes to the original design are made. Payment for excavation shall include excavation and removal of material as required, grading to proposed elevations, and all other items of work required to prepare proposed channel areas for concrete or topsoil as required. Topsoil, seeding, and sodding as specified or shown on the plans will be paid for under other items of work. Payment will be made under: Pay Item Pay Unit NA -Channel Excavation CY (Plan Quantity) NA -Concrete Channel Paving SY NA -Erosion Control Fabric SY Section 306. Filter Blanket and Riprap 306.01 Description. This item consists of a protective layer of riprap, including filter blanket. 306.02 Materials. Stone for riprap shall be from an approved source and shall consist of a durable material with a percent of wear not greater than 45 by the Los Angeles Abrasion Test (AASHTO T96). Riprap stone shall have angular or fractured faces, and shall not weigh less than 140 pounds per cubic foot. Riprap stone shall be well graded to produce a minimum of voids. The maximum size of each piece shall be no greater than 18" in any dimension, and approximately 50% of material shall consist of pieces weighing 35 pounds or more. Filter blanket material shall consist of crushed stone reasonably well graded from coarse to fine as approved by the Engineer/City Engineer, or shall be a synthetic geotextile filter fabric meeting the requirements of AASHTO M288 for Erosion Control Class A. ST-77 City of Fayetteville 306.03 Construction Requirements. (a) General. Prior to placing filter blanket and riprap, the slopes shall be shaped as shown on the plans. When rock or hard shale is encountered at the toe of the slope, the riprap shall be keyed into this material the depth of the riprap. Riprap shall be placed immediately following construction of the embankment in order to provide slope protection. (b) Filter Blanket. Granular filter blanket material shall be spread uniformly on the previously prepared and approved surface to the thickness and location shown on the plans. Placement of the material by methods that will cause segregation or cause damage to the surface will not be permitted. Compaction of filter blanket will not be required, but it shall be finished to present a reasonably even surface free from mounds or windrows. When fabric is used in lieu of granular material, it shall be placed directly on the prepared surface. Fabric sections may be placed vertically or horizontally on the slope. Adjacent fabric sections shall be joined by overlapping a minimum of 2' at the edges and pinning the overlapped strip with U-shaped wire pins, single shaped steel pins with metal disc heads, or similar fasteners. The fasteners shall be 6" or more in length and shall hold the fabric firmly in place. Fasteners shall be inserted through both strips of overlapped fabric at intervals of approximately 4' along the overlap. Additional pins shall be installed as necessary to prevent displacement of the fabric. Fabric shall be overlapped in the direction of water flow. The fabric shall be turned down and buried approximately 12" at the exterior limits. No construction equipment will be permitted directly on the fabric. (c) Dumped Riprap. Stone or broken concrete for dumped riprap shall be placed in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids and shall be constructed to the lines and grades shown on the plans or as directed by the Engineer/City Engineer. Unless otherwise specified, the minimum rip -rap depth shall be 18 inches. Material shall be placed in such a manner as to avoid displacing the underlying material. The larger pieces shall be well distributed throughout the entire mass and the finished riprap shall be free from objectionable pockets of small or large pieces. Hand placing, to a limited extent, may be required, but only to the extent necessary to secure the results specified above. Placing riprap by dumping into chutes or by similar methods likely to cause segregation of various sizes will not be permitted. Riprap stone shall not be deposited in a manner that will cause damage to the filter blanket. Any damage to fabric during placement of riprap shall be corrected by the Contractor at no cost to the City prior to proceeding with the work. Damaged fabric shall be repaired by placing a piece of fabric large enough to cover the damaged area, overlapping, and pinning in accordance with this section. 306.04 Measurement and Payment. Quantities of 18" thick rip -rap will be measured by the square yard (SY). Filter blanket will not be measured. ST-78 Standard Street and Drainage Specifications Payment for quantities of rip -rap completed and accepted and measured as provided above will be paid for at the unit contract price bid per square yard. Said price shall be full compensation for excavation and grading, placement of filter fabric, and placement of the rip -rap to the lines, grades, and depth specified. Payment will be made under: Pay Item Pay Unit # 16-Rip Rap SY Section 307. Flowable Select Material 307.01 Description. This item shall consist of the furnishing, mixing, and placing a flowable mixture of portland cement, fly ash, sand, and water for backfilling bridge abutments, pipe culverts, box culverts, structural plate pipe and arches, or other uses as approved by the Engineer/City Engineer. The material shall be placed in close conformity with the lines, grades, dimensions, and details shown on the plans or established by the Engineer. 307.02 Materials. The materials used in the flowable select material shall conform to the applicable requirements of Section 601. The portland cement, fly ash, and chemical admixtures shall be listed on the QPL. (a) Mix Design. The mix design will be prepared by the Contractor. The mixture will be proportioned to produce a flowable mixture without segregation. Material for one cubic yard, absolute volume, shall be as follows: Cement 80 - 100 lbs. Fly ash 220 - 300 lbs. Sand Variable to equal one cubic yard Water Approximately 65 gallons The minimum flow of the mixture shall be 8" as determined by the test method described herein. The unit weight shall be a minimum of 110 lbs./cubic foot. The mix design shall be accompanied by the following documentation: • A listing of the weights of all components of the proposed mix (water and admixtures may be measured by volume); + Certified test results for flow and unit weight. When unsatisfactory results or other conditions make it necessary, a new mix design will be established. ST-79 I City of Fayetteville (b) Sampling and Testing. Sampling and testing will be performed by the City. The flow test shall consist of filling a 3" diameter x 6" high open-ended cylinder to the top with the flowable material mixture. If necessary, the top of the mixture will be struck off level. The cylinder will then be pulled straight up and the flow will be measured by the approximate diameter of the mixture. There shall be no evidence of segregation in the mixture. The unit weight shall be determined according to AASHTO T 121, except that rodding and tapping shall not be done. 307.03 Construction Requirements. The Contractor shall provide sufficient supervision, labor, equipment, tools, and materials to assure proper production, delivery, and placement. When deemed necessary by the Engineer/City Engineer, the flowable select material shall be contained within the designated area by metal or wood forms that are sufficiently tight as to keep the loss of material to a minimum, or by other means as approved by the Engineer/City Engineer. The flowable select material shall be discharged from the mixer and conveyed into the space to be filled according to Section 601. The fill material shall be brought up uniformly to the fill line shown on the plans or as directed by the Engineer/City Engineer. Placing of other material over flowable select material may begin after the flowable select material has taken its initial set, is stable, and does not displace under equipment. 307.04 Method of Measurement. Flowable Select Material will be measured by the cubic yard. The quantities shown included in the proposal will be considered the final quantities and no further measurement will be made unless, in the opinion of the Engineer or upon evidence furnished by the Contractor, substantial variations exist between the planned quantities and actual quantities due to changes in alignment -or dimensions or to apparent errors. 307.05 Basis of Payment. Work completed, accepted, and measured as provided above will be paid for at the contract unit price bid per cubic yard for Flowable Select Material, which price shall be full compensation for designing the mix; for furnishing, mixing, and placing the material; and for all labor, equipment, tools, and incidentals necessary to complete the work. Payment will be made under: Pay Item Pay Unit NA-Flowable Select Material CY ST-80 Standard Street and Drainage Specifications DIVISION 400. BASE AND PAVING Section 401. Aggregate Base Course 401.01 Description. This work consists of preparing an aggregate base course on a prepared foundation. 401.02 Materials. Materials for aggregate base course shall meet the requirements of the AHTD Standard Specifications (2003) Section 303 for Class 7. 401.03 Construction Requirements. The base course material shall be placed on a completed and approved subgrade or existing base that has been bladed to substantially conform to the grade and cross section shown on the plans. The subgrade shall be prepared as specified in Section 203 and shall be free from an excess or deficiency of moisture at the time of placing base course material. The subgrade shall also comply, where applicable, with the requirements of other items that may be contained in the Contract that provide for the construction, reconstruction, or shaping of the subgrade or the reconstruction of the existing base course. Base course material shall not be placed on a frozen subgrade or subbase. The aggregate shall be placed on the subgrade or other base course material and spread uniformly to such depth and lines that when compacted it will have the thickness, width, and cross section shown on the plans. Unless otherwise specified or directed, base material shall extend full depth to P beyond the planned back of curb line. If the specified compacted depth of the -base course exceeds 8" the base shall be constructed in two or more layers of approximately equal thickness. The material shall be spread the same day that it is hauled. Spreading shall be performed in such a manner that no segregation of coarse and fine particles nor nests or hard areas caused by dumping the aggregate on the subgrade will exist. Care shall be taken to prevent mixing of subgrade or unspecified material with the base course material in the blading and spreading operation. When the base course is placed adjacent to an existing or newly constructed asphalt surface course or portland cement concrete pavement, the aggregate shall not be dumped or mixed on the pavement surface. Mechanical spreading equipment shall be used, if necessary, to place the base course on the subgrade. Each course shall be thoroughly mixed for the full depth of the course and shall be compacted by any satisfactory method that will produce the density specified. The aggregate shall be maintained substantially at optimum moisture during the mixing, spreading, and compacting operations. The specified grade and cross section shall be maintained by blading throughout the compaction operation. The material in each course shall be compacted to a density, not less than 98% of the maximum density determined in the laboratory by ST-81 City of Fayetteville AASHTO T 180 or ASTM D1557. The aggregate shall be compacted across the full width of application. The compacted base course shall be tested for depth and any deficiencies corrected by scarifying, placing additional material, mixing, reshaping, and recompacting to the specified density, as directed. The base course shall be shaped for its full width to the required grade and cross section. The finished base course layer shall not vary at any point by more than .02 foot from the prescribed elevation. The Contractor shall maintain the base course in a satisfactory condition until accepted. 401.04 Method of Measurement. Aggregate base course will be measured in square yards of material in place per the plans. Measurement will include areas up to 1' behind the backs of curbs if required on the plans. Aggregate base course placed beyond 1' behind the back of curbs will not be measured. 401.05 Basis of Payment. Work completed and accepted and measured as provided above will be paid for at the contract unit price bid per square yard for Aggregate Base Course, which price shall be full compensation for preparing the subgrade; .for furnishing material; for spreading; finishing, watering, manipulating, and compacting; and for all labor, equipment, tools, and incidentals necessary to complete the work. Pay Item Pay Unit #17-(8") Aggregate Base Course SY Section 402. Prime and Tack Coats 402.01 Description. This work consists of preparing and treating an existing surface with asphalt or emulsified petroleum products and, if required, blotter material. 402.02 Materials. (a) Asphalt. Asphalt cement shall meet the requirements of AASHTO M 20 or M 226. (b) Emulsified Asphalt. Emulsified asphalt shall meet the requirements of AASHTO M 140 or M 208. (c) Emulsified petroleum products. Emulsified petroleum products, "EPR-1 Prime" or approved equal, may be used as the Prime Coat when indicated on the Plans or approved by the Engineer/City Engineer. (d) Blotter Material. Aggregate for blotter material shall meet the requirements of AASHTO M 43 for size 10. ST-82 Standard Street and Drainage Specifications Asphalt will be conditionally accepted at the source. Blotter material may be accepted in the stockpile, at the source, or at the roadway prior to placement. 402.03 Construction Requirements. (a) Weather Limitations. Prime and tack coats shall not be applied on a wet surface, when the surface temperature is below 45 degrees F, or when weather conditions would prevent the proper construction of the prime or tack coat. (b) Equipment. The contractor shall provide equipment for heating the asphalt and uniformly applying the asphalt and blotter material. The distributor shall be capable of uniformly distributing prime and tack coats at even temperatures on variable surface widths at readily determined and controlled rates from 0.05 to 2.0 gallons per square yard. Distributor equipment shall include a tachometer, pressure gages, volume measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents. (c) Preparation of Surface. Surfaces to be primed shall be shaped to the required grade and section, free from all ruts, corrugations, segregated material, or other irregularities and uniformly compacted and broomed. Surfaces to receive tack coat shall be free of dirt, gravel, and other debris and shall be thoroughly washed and broomed to produce a clean and dry surface. (d) Application of Asphalt. Asphalt shall be applied by a pressure distributor in a uniform, continuous spread. When traffic is maintained, not more than '/2 the width of the section shall be treated in one application. Care shall be taken so the application of asphalt at the junctions of spreads is not in excess of the specified amount. Excess asphalt shall be squeegeed from the surface. Skipped areas or deficiencies shall be corrected. Building paper shall be placed over the end of the previous applications, and the joining application shall start on the building paper. Building paper used shall be removed and satisfactorily disposed of. When traffic is maintained, one-way traffic shall be permitted on the untreated portion of the roadbed. After the asphalt has been absorbed by the surface and will not pick up, traffic shall be transferred to the treated portion and the remaining width of the section shal I be primed. The quantities, rate of application, temperatures, and areas to be treated shall be approved before application of the prime or tack coat. (e) Emulsified petroleum products Emulsified petroleum products, "EPR-1 Prime" or approved equal, where indicated on the Plans or approved by the Engineer/City Engineer as the Prime Coat shall be installed per the Manufacturer's recommendations and as follows: Required Field Dilution Rate — 3 parts water to I part EPR-I PRIME (Note: Verification samples will be obtained prior to dilution); (b) Minimum required Application Rate — 0.30 gallons per square yard. ST-83 City of Fayetteville (f) Application of Blotter Material. If the prime coat fails to penetrate within the time specified and the roadway must be used by traffic, blotter material shall be spread in the quantities required to absorb any excess asphalt. (g) Prime Coats not required. Unless indicated or directed otherwise, prime coats will not be required when the initial asphalt course placed upon the aggregate is a minimum of 4 inches in thickness. 402.04 Measurement and Payment. Prime coat, when required, will be measured and paid for per square yard of material placed at the required application rate. Tack coat will not be measured and will be subsidiary to other items. Blotter material will not be measured but will be subsidiary to other items. Pay Item Pay Unit NA -Prime Coat SY Section 403. Asphalt Concrete Hot Mix 403.01 Description. This item consists of furnishing and placing asphalt concrete hot mix of the type specified on a prepared foundation. 403.02 Materials, Design, and Quality Control of Marshall Mixes (a) Materials. Materials for Asphalt Concrete Binder Course shall meet the requirements of Section 406 of the AHTD Standard Specifications Edition of 1996. Materials for Asphalt Concrete Surface Course shall meet the requirements of Section 407 of the AHTD Standard Specifications Edition of 1996, modified as follows: All surface courses serving as wearing courses in travel lanes and not covered with a friction course shall contain no more than 60% limestone aggregate in the course mineral aggregate fraction. If and where so indicated in the Plans and the Bid for Unit Price Contract, and where the surface course is installed by two or more lifts, then the surface course(s) which shall be installed beneath the final lift of the wearing course may be an all limestone course aggregate mix otherwise complying with Section 409 of the AHTD Standard Specifications Edition of 1996 and subject to the review and acceptance by the Engineer and Owner. (b) Design and Quality Control Requirements Design and quality control of Marshall mixes shall be as specified in Section 404 of the AHTD Standard Specifications Edition of 1996. (c) Materials and Equipment for Asphalt Concrete Plant Mix Courses Materials and equipment for asphalt concrete plant mix courses shall meet the requirements of Section 409 of the AHTD Standard Specifications Edition of2003. ST-84 Standard Street and Drainage Specifications 403.03 Materials, Design, and Quality Control of Superpave Mixes (a) Materials. Materials for Asphalt Concrete Binder Course shall meet the requirements of Section 406 of the AHTD Standard Specifications Edition of 2014. Materials for Asphalt Concrete Surface Course shall meet the requirements of Section 407 of the AHTD Standard Specifications Edition of 2014, modified as follows: All surface courses serving as wearing courses shall fully comply with Section 409 of the AHTD Standard Specifications Edition 2014. If and where so indicated in the Plans and the Bid for Unit Price Contract, and where the surface course is installed by two or more lifts, then the surface course(s) which shall be installed beneath the final lift of the wearing course may be an all limestone course aggregate mix otherwise complying with Section 409 of the AHTD Standard Specifications Edition 2014 and subject to. the review and acceptance by the Engineer and Owner. (b) Design and Quality Control Requirements. Design and quality control of Superpave mixes shall be as specified in Section 404 of the AHTD Standard Specifications Edition of 2014. (c) Materials and Equipment for Asphalt Concrete Plant Mix Courses. Materials and equipment for asphalt concrete plant mix courses shall meet the requirements of Section 409 of the AHTD Standard Specifications Edition of 2014, except for the requirements of Section 409.04(b) is at the contractor's option. If a material transfer device is used, the requirements of Section 409.04(b) shall apply. 403.04 Construction Requirements. (a) Description. The methods employed in performing the work shall be at the Contractor's option. When the production and/or placement of the material does not comply with the specifications, the Contractor shall make the changes necessary to bring the work into compliance. (b) Pre -Placement Conference. Unless waived by the Engineer, prior to the start of paving operations the Contractor shall conduct a Pre -Placement Conference involving the Contractor's personnel and the Engineer and City's personnel. The Contractor's proposed plant, delivery, laydown, compaction, and equipment shall be discussed and, if deemed necessary by the City, all the equipment inspected. The accepted mix designs and materials to be used shall be discussed. The proposed mixing and compaction temperatures, sampling and testing plan, haul route, rolling pattern, and other pertinent information shall be discussed. The Pre -Placement Conference and all items discussed shall be documented by the Contractor and furnished to the Engineer within ten calendar days after the Pre -Placement Conference. (c) Preparation of Mixture. The aggregates, mineral filler, and asphalt binder shall be measured separately and accurately mixed in the proper proportions according to the mix design. The aggregates shall be thoroughly coated and the mixture shall not show an excess or deficiency of asphalt binder, injury or damage due to burning or overheating, or an improper combination of aggregates. The continuous production of ACHM shall be within ST-85 City of Fayetteville plus or minus 25' F (14' C) of the mixing temperature shown on the approved mix design. Momentary temperature spikes shall be kept to a minimum. (d) Preparation of Base or Existing Surface. Newly constructed base courses or subgrade shall be prepared as set forth in the specification item covering such items. Prior to placing asphalt base, binder, or surface courses, all required corrections of the existing pavement or base, such as filling potholes, sags, and depressions, or alterations of the existing pavement crown, shall be made. Such corrections shall be accomplished by placing asphalt binder or surface course mixtures at the location and in a manner as directed by the Engineer/City Engineer. Asphalt material used for wedging or leveling courses, or for fillings holes, may be placed by hand, blade grader, or mechanical spreader methods. The mixture shall be featheredged to a smooth and even surface around the edges of these areas. Prior to arrival of the mixture on the work, the prepared surface shall be cleaned of all loose and foreign materials and primed or tack coated as specified. Excessive joint and crack filler shall be removed before application of the prime or tack coat. The mixture shall not be placed on a surface that shows evidence of free moisture. Contact surfaces of curbing, gutters, manholes, and other structures shall be painted with a thin coating of rapid curing cutback asphalt or emulsified asphalt. No direct compensation will be made for this work. If the earlier course has been contaminated with dirt or other foreign materials, or when the time lapse between courses is in excess of 72 hours, the earlier course shall be cleaned and given a tack coat prior to placing the succeeding course. If directed by the Engineer/City Engineer, a tack coat shall be used even though the lapsed time has been less than 72 hours. (e) Transporting. The mixture shall be transported from the mixing plant to the work in vehicles with clean tight beds. When the mixture is being hauled more than 15 miles or when the mixture is being placed between November 1 and April 1, the beds of the vehicles shall be covered with canvas or other suitable material to retard loss of heat. The cover shall extend over the sides and ends or the truck bed and shall be securely fastened. When the mixture is being hauled less than 15 miles the cover shall be stored on the truck at all times to be utilized when overtaken by sudden rains. No loads shall be sent so late in the day as to interfere with spreading and compacting the mixture during daylight hours unless adequate artificial lighting is provided. Sufficient haul vehicles and plant production rate shall be maintained to the project to provide a continuous operation on the roadway. Only non -petroleum release agents approved by the Engineer/City Engineer shall be used in haul trucks. ST-86 I Standard Street and Drainage Specifications (f) Spreading and Finishing. The mixture shall be placed on an approved surface, spread, and struck off to the line, grade, and elevation established. The mixture shall be placed only on a base that shows no evidence of free moisture, and only when weather conditions are suitable. The mixture from all types of plants should be delivered to the paver within the recommended compaction temperature range as shown on the approved job mix design. These recommended temperatures should be used in placing and compacting the material. In addition, surface and binder course mixtures shall not be placed on the roadway at a temperature lower than 250' F. The paver shall uniformly distribute and compact the mixture in front of the screed for the full width being paved. The screed or strike -off assembly shall effectively produce a finished surface of smooth and uniform texture without tearing, shoving, or gouging the mixture. The paver shall be operated at forward speeds consistent with satisfactory laying of the mixture. The speed of the paver shall be matched with the plant production rate and number of hauling units. Stop and go operation of the paver is to be avoided. The longitudinal joint in one -layer shall- offset that in the layer immediately below by approximately 6". In general, the joint in the top layer shall be at the centerline 'of the pavement if the asphalt is placed in 2 passes or less, or at lane lines if the asphalt is placed in more than 2 passes. (g) Rolling and Density Requirements and Joints. The mixture, after being spread, shall be thoroughly compacted by rolling as soon as it will bear the weight of the rollers without undue displacement. At the beginning of placement of each mix design, the Contractor shall establish an optimum rolling pattern that will achieve the specified density for the mix being placed. The Contractor may continue with paving operations while the optimum rolling pattern is being established. The established rolling pattern shall be used for compacting all mix placed unless a change in the job mix formula occurs or unacceptable results are obtained. Whenever a change in the job mix formula occurs, or when the compaction method or equipment is changed, or when unacceptable results are obtained, a new optimum rolling pattern shall be established. The number, weight, and type of rollers, and the optimum rolling pattern shall be such that the specified density and surface requirements are consistently attained while the mixture is in a workable condition. Final approval of the rollers and the rolling pattern will be based upon satisfactory performance and the ability to compact the mixture to the specified density and surface requirements. Rollers that produce excessive crushing of aggregate particles will not be permitted. When using vibratory rollers, the Contractor shall exercise due caution to prevent any deterioration of the material caused by excessive rolling or vibration. Vibratory rollers shall be operated in such a manner that overlap of adjacent passes shall be held to a minimum. Vibration shall not be used on courses less than 1 '/2 "thick. ST-87 City of Fayetteville Rolling shall start longitudinally at the low edge and proceed toward the higher portion of the mat. When paving in echelon or abutting the previously placed lane, the longitudinal joint shall be rolled first followed by the regular rolling procedure. Alternate passes of the roller shall be terminated at least 3' from any preceding stop. Rolling on superelevated curves shall progress from the low side. Rollers shall not be stopped perpendicular to the centerline of the traveled way. The speed of the roller shall be slow enough to avoid displacement of the hot mixture, and in no case more than 3 mph. The roller shall be operated in such a manner that no displacement of the mat will occur. Rolling shall proceed continuously until the required density is attained and all roller marks are eliminated, leaving the surface smooth and uniform and the required density attained. To prevent adhesion of the asphalt mixture to the rollers, the rollers shall be kept moist for the full width of the rollers, but excess water will not be permitted. Rollers shall not pass over the unprotected end of a freshly laid mixture. Transverse joints shall be formed by cutting back on the previous run to expose the full depth of the course. A brush coat of asphalt material shall be used on contact surfaces of transverse joints just before additional mixture is placed against the previously placed material. (h) Weather Limitations. Bituminous mixtures shall not be placed on any wet or frozen surface or when weather conditions otherwise prevent the proper handling and finishing of' the mixture. Bituminous mixtures may only be placed when either the ambient air temperature or the road surface temperature is equal to or greater than that shown in the table. Regardless of the temperatures herein specified, paving will not be allowed unless specific density, either by percent of field mold density or by rolling procedure, can be achieved before the bituminous mixture cools to 175 degrees Fahrenheit. Bituminous Placement Temperature Limitations: Paving Course Thickness (Inches) Min. Air Temperature (Degrees F.) 45 Min. Road Surface Temperature (Degrees F.) 45 Surface All Subsurface Less than 3 40 45 Subsurface 3 or more 30 35 403.05 Acceptance of Pavement and Adjustments in Payment. (a) Marshall Mixes. Acceptance of asphalt payment designed using the Marshall Method shall be according to Section 410.09 of the AHTD Standard Specifications Edition of 1996 except as modified herein. ST-88 Standard Street and Drainage Specifications (b) Superpave Mixes Acceptance of asphalt payment designed using Superpave Methods shall be according to Section 410.09 of the AHTD Standard Specifications Edition of 2014 except as modified herein. 403.06 Modifications and Augmentations of AHTD Standard Specifications. Modifications and augmentations of AHTD Standard Specifications detailed in this subsection apply to both the 1996 and 2014 Editions of the Standard Specifications. Samples for all properties except density, thickness, and the investigation of segregation shall be obtained from trucks at the plant. The contractor/testing agency shall clearly mark the load ticket of each sampled truck to indicate that the load has been sampled. The Contractor shall provide the straight -edge for use in pavement smoothness testing. Sublot sizes for density and depth measurements will be 500 tons, and lot sizes will be 3000 tons. Locations for cores to be taken for density and depth testing will be determined using AHTD Test Method #465. Compliance, price reduction, and rejection limits for density will be in accordance with Table 410-1 of the AHTD Standard Specifications. Calculations of price reductions will be in accordance with 410.09(d)(5) of the AHTD Standard Specifications. For asphalt that is outside the limits shown -as lot rejection limits but within the limits shown as sublot rejection limits in Table 410-1, the City shall determine if that mix shall be removed at the contractor's expense or left in place without pay to contractor. All asphalt that is outside the limits shown as sublot rejection limits shall be removed in accordance with this section. For small projects (less than 1500 tons total) price reduction amounts shall be reduced to 50% of the amounts specified in Section 410 of the AHTD Standard Specifications. Thickness of the finished asphalt will be monitored by measuring the thickness of the density cores taken. The average of all depth measurements shall not be less than the required depth shown on the plans. Depth of any core in excess of plus three -eighths inch (+ 3/8") will not be used in computing the average depth. If the average depth is less than the required depth, it will be corrected by overlaying with additional ACHM surface, or as directed by the Engineer/City Engineer. In addition, thickness of individual cores shall not be less than 3/8" less than the plan depth. The method for determining the limits of removal for density or depth is as follows: If a single core test falls outside of the limits shown as "Sublot Rejection Limits" in 410-1, two additional tests shall be run in close proximity (within three feet). If the average of these three tests is within the sublot rejection limits in Table 410-1, then this average shall become the value for the density of this sublot. If the average of the three tests is still outside of the sublot rejection limits, tests shall be run at 50-foot intervals in both directions until results are found that are within the sublot rejection limits. ST-89 City of Fayetteville All asphalt that is outside of the limits shown as sublot rejection limits as determined by the above method shall be removed and replaced. After replacement, a core shall be taken in the replacement asphalt and the density determined. The average of this density test and the two isolation tests shall become the density for the sublot. The contractor shall do all coring and testing for density and depth at no additional cost to the City. The City may require additional cores cut for verification of the contractor's test. Verification testing will be paid for by the City. When lots and sublot divisions for initial and final courses do not coincide, the Contractor may be required to take additional samples (full -depth) at his expense to determine asphalt thickness. Locations of such cores shall be approved by the Engineer. Section 410.10 of the AHTD Standard Specifications will not be used under this contract. 403.07 Method of Measurement. Measurement will be by one of the following methods as detailed below. The method to be used will be stated in the bid form. Asphalt concrete hot mix (ACHM) will be measured by either: (a) the ton, or (b) the square yard (SY) of material in place and as indicated on the Plans and the Bid for Unit Price Contract. Asphalt concrete hot mix (ACHM) where indicated to be measured by the ton will be substantiated by weight tickets, which shall be submitted to the City at the time of asphalt delivery. Deductions for asphalt placed in areas not designated in the plans and not directed by the Engineer/City Engineer or for asphalt placed at depths more than 1/8" over plan depth will be made at the discretion of the Engineer/City Engineer. Measurement of these deductions will be by a method deemed appropriate by the Engineer/City Engineer. Asphalt concrete hot mix (ACHM) where indicated to be measured by the square yard (SY) will be substantiated by surface area measurements of asphalt concrete hot mix in place. Deductions for asphalt placed in areas not designated in the plans and not directed by the Engineer/City Engineer will be made at the discretion of the Engineer/City Engineer. Measurement of these deductions will be by a method deemed appropriate by the Engineer/City Engineer. 403.08 Basis of Payment. Payment will be based upon the method of measurements and by one of the following methods as detailed below. Asphalt concrete hot mix will be paid for by either: (a) Per ton: at the contract unit price bid per ton of material placed in plan locations; said price shall include furnishing mix designs, furnishing material, for heating, mixing, ST-90 Standard Street and Drainage Specifications hauling, placing, rolling, finishing, and for all other labor, equipment, tools, and incidentals necessary to complete the work, or (b) Square yard (SY): at the contract unit price bid per (depth asphalt concrete hot mix) square yard (SY) of material placed in plan locations; said price shall include furnishing mix designs, furnishing material, for heating, mixing, hauling, placing, rolling, finishing, and for all other labor, equipment, tools, and incidentals necessary to complete the work, as indicated on the Plans and the Bid for Unit Price Contract. Payment will be made under: Pay Item Pay Unit NA -Asphalt Concrete Hot Mix Ton NA -Binder Course (ACHMBC) NA -Asphalt Concrete Hot Mix Ton NA -Surface Course (ACHMSC) OR Pay Item Pay Unit NA -(Depth) Asphalt Concrete Hot Mix SY Binder Course (ACHMBC) NA -(Depth) Asphalt Concrete Hot Mix SY Surface Course (ACHMSC) Section 404. Asphalt Concrete Hot Mix Base Course 404.01 Description. This item shall consist of a base course constructed on an accepted course according to these specifications and in substantial conformity with the lines, grades, and typical cross sections shown on the plans. 404.02 Materials. The materials and equipment shall comply with the requirements of Asphalt Concrete Hot Mix Base Course (Section 405 of the AHTD Standard Specifications). 404.03 Construction Requirements. Construction requirements shall comply with the requirements of Asphalt Concrete Hot Mix Base Course (Section 405 of the AHTD Standard Specifications). 404.04 Method of Measurement. Measurement will be by one of the following methods as detailed below. The method to be used will be stated in the bid form. Asphalt concrete hot mix base course will be measured by either: ST-91 City of Fayetteville (a) the ton, or (b) the square yard (SY) of material in place and as indicated on the Plans and the Bid for Unit Price Contract. Asphalt concrete hot mix base course where indicated to be measured by the ton will be substantiated by weight tickets, which shall be submitted to the City at the time of asphalt delivery. Deductions for asphalt placed in areas not designated in the plans and not directed by the Engineer/City Engineer or for asphalt placed at depths more than 1/8" over plan depth will be made at the discretion of the Engineer/City Engineer. Measurement of these deductions will be by a method deemed appropriate by the Engineer/City Engineer. Asphalt concrete hot mix base course where indicated to be measured by the square yard (SY) will be substantiated by surface area measurements of asphalt concrete hot mix in place. Deductions for asphalt placed in areas not designated in the plans and not directed by the Engineer/City Engineer will be made at the discretion of the Engineer/City Engineer. Measurement of these deductions will be by a method deemed appropriate by the Engineer/City Engineer. _ 404.05 Basis of Payment. Payment will be based upon the method of measurements and by one of the following methods as detailed below. Asphalt concrete hot mix base course will be paid for by either: - (a) Per ton: at the contract unit price bid per ton of material placed in plan locations; said price shall include furnishing mix designs, furnishing material, for heating, mixing, hauling, placing, rolling, finishing, and for all other labor, equipment, tools, and incidentals necessary to complete the work, or (b) Square yard (SY): at the contract unit price bid per (depth asphalt concrete hot mix) square yard (SY) of material placed in plan locations; said price shall include furnishing mix designs, furnishing material, for heating, mixing, hauling, placing, rolling, finishing, and for all other labor, equipment, tools, and incidentals necessary to complete the work, as indicated on the Plans and the Bid for Unit Price Contract. Payment will be made under: Pay Item Pay NA -Asphalt Concrete Hot Mix Ton Base Course K' ST-92 Pay Item Standard Street and Drainage Specifications Pay Unit NA -(Depth) Asphalt Concrete Hot Mix SY Base Course Section 405. Asphalt Concrete Patching for Maintenance of Traffic 405.01 Description. This item shall consist of an asphalt concrete material composed of mineral aggregate and asphalt binder for use in patching to maintain traffic including temporary repairs for roadway cuts. This item shall be placed for all roadway cuts unless directed otherwise by the Engineer/City Engineer. This item will be placed for other maintenance of traffic if and where directed on the plans or by the Engineer/City Engineer. 405.02 Materials and Composition. Materials and equipment shall conform to the requirements of ACHM Surface Course (Standard Specification Section 403) or Asphalt Concrete Cold Plant Mix (Section 411 of AHTD Standard Specifications). 405.03 Construction Requirements. Construction requirements shall conform, insofar as possible, to Section 406 and as follows: All roadway cuts shall be temporarily or permanently repaired within 24 hours of the completion of trench backfill for the work, or segment of work, which required the excavation and/or cut. Temporary roadway cut repairs shall be a minimum of two (2) inches and a maximum of three (3) inches of asphalt and shall comply with Specification Section 405 and 406. Permanent roadway cut repairs shall comply with the plans and specifications and as directed by the Engineer/City Engineer. Temporary roadway cut repairs shall be maintained by the contractor. Temporary roadway cut repairs shall be removed and disposed of by the Contractor as necessary during installation of permanent roadway cut repairs or new roadway construction. 405.04 Method of Measurement. Asphalt Concrete Patching for Maintenance of Traffic will be measured by the ton of mix placed as directed by the Engineer/City Engineer. In no case shall measurement of the Temporary Repairs for Roadway Cut extend beyond the pay limit shown on the details on the Plans. Temporary Repairs for Roadway Cut with depths less than two (2) inches and all depths greater than three (3) inches shall not be measured for payment. 405.05 Basis of Payment. Work completed and accepted and measured as provided above will be paid for at the contract unit price bid per ton for Asphalt Concrete Patching for Maintenance of Traffic, which price shall be full compensation for furnishing materials; for ST-93 Q City of Fayetteville heating, mixing, hauling, placing, and compacting; and for all labor, equipment, tools, and incidentals necessary to complete the work. No payment will be made for: Material placed without authorization of Engineer/City Engineer. Material placed beyond the pay limits shown on the detail for each type of pavement repair. Material placed to repair previously patched areas unless approved by the Engineer/City Engineer. Payment will be made under: Pay Item Pay Unit NA -Asphalt Concrete Patching for Ton Maintenance of Traffic Section 406. Asphalt Concrete Hot Mix Patching of Existing Roadway 406.01 Description. This item shall consist of patching the existing roadway using asphalt concrete material composed of mineral aggregate and asphalt binder. 406.02 Materials and Composition. Materials shall conform to the requirements of Section 402, Tack Coat and Section 403. 406.03 Construction Requirements. Unstable areas in existing roadways and shoulders, designated by the Engineer/City Engineer to be repaired, shall be removed to provide firm vertical sides and a firm, stable, bottom generally parallel with the existing surface. All loose or foreign material shall be removed from the hole. A tack coat of emulsified asphalt shall be applied to the sides of the hole. Asphalt Concrete Hot Mix Binder or Surface Course shall be placed in the hole in uniform layers, not to exceed 4 inches loose measurement. Compaction, satisfactory to the Engineer/City Engineer, shall be accomplished with a mechanical tamper or other approved methods. The finished surface shall be smooth and level with the surrounding surface. 406.04 Method of Measurement. Asphalt Concrete Hot Mix Patching of Existing Roadway will be measured by the ton of mix. 406.05 Basis of Payment. Work completed and accepted and measured as provided above, will be paid for at the contract unit price bid per ton for ACHM Patching of Existing Roadway, which price shall be full compensation for excavation of the existing roadway; for removal and disposal of excavated material; for compacting and tacking the excavated area; for furnishing materials; for heating, mixing, hauling, placing, and compacting the materials; and for all labor, equipment, tools, and incidentals necessary to complete the work. ST-94 Standard Street and Drainage Specifications Payment will be made under: Pay Item Pay Unit NA -Asphalt Concrete Hot Mix Patching of Ton Existing Roadway ST-95 City of Fayetteville DIVISION 500. MISCELLANEOUS CONSTRUCTION Section 501. Concrete Curb and Gutter 501.01 Description. This item shall consist of the construction of integral curb, concrete curb, or concrete combination curb and gutter according to these specifications and in conformity with the locations, lines, and grades shown on the plans or as directed. 501.02 Materials. The Concrete shall be Class A or B Concrete as provided in Section 601. The maximum allowable slump shall be 4 inches. When an extrusion machine is used, the Contractor may modify the concrete mix design, upon approval of the Engineer/City Engineer, to improve workability while maintaining the requirements for Class A or B Concrete. Material for joint filler shall comply with AASHTO M 213. 501.03 Construction Requirements. (a) Subgrade. The subgrade shall be shaped to the required depth below the finished surface, according to the dimensions shown on the plans, and shall be compacted to a firm, even surface. Where curb is to be placed as part of a street, the compaction requirements of the street shall apply to the subgrade and base course underneath the curb. (b) Placing and Finishing. 1) Integral Curb. After the concrete pavement has been struck off, the curb forms shall be clamped or otherwise securely fastened in place to the slab form and additional concrete for the curb shall then be deposited and thoroughly tamped. The concrete shall be placed within 30 minutes after the pavement slab has been finished and care shall be taken to secure monolithic construction. The concrete shall be spaded or vibrated sufficiently to eliminate voids and shall be tamped to bring the mortar to the surface. It shall then be finished.smooth and even with a wood float and given a Class 6 finish according to Section 601.16. The edges shall be rounded with an approved finishing tool to the radius shown on the plans. 2) Concrete Curb or Concrete Combination Curb and Gutter. The concrete shall be deposited in the forms upon wetted subgrade and vibrated and spaded until mortar entirely covers the surface, after which it shall be finished smooth and even by means of a wood float and given a Class 6 finish according to Section 601.16. Edges shall be rounded as shown on the plans while the concrete is still plastic. (c) Joints. Expansion joints for concrete curb or concrete combination of curb and gutter shall be installed at stationary structures such as catch basins, drop inlets, etc., and at ends of curb returns. Where curb and gutter is constructed adjacent to or on rigid pavements, the location and width of joints shall coincide with those in the pavement, where practicable. Expansion joints shall have a thickness of/2" and shall be filled with joint filler according to ST-96 Standard Street and Drainage Specifications Section 601.11 shaped to the cross section of the curb and constructed at right angles to the curb line. Contraction joints for concrete curb or concrete combination curb and gutter shall be 1/8" to 3/8" wide x 1 '/z" deep and shall be constructed at 15' intervals. They shall be constructed at right angles to the centerline and perpendicular to the surface of the curb and gutter. Where curb and gutter is constructed adjacent to or on rigid pavements, the location and width of joints shall coincide with those in the pavement, where practicable. Contraction joints shall be formed by sawing, unless otherwise specified, and filled according to the requirements for Joint Seals as specified in Section 601.11, or with a commercially available silicone product approved by the City. (d) Surface Tests. Before the concrete is given the final finishing, the surface of the gutter and the top of the curb shall be true to line and grade. The maximum variation in 10' shall not exceed 3/8". (e) Curing. When completed, the concrete shall be cured as specified in Section 601.15. (f) Backfilling. After the concrete has set sufficiently, the space behind the curb shall be refilled to the required elevation with suitable material, free from topsoil, leaves, twigs, or other organic material, trash, large rocks, or other deleterious materials. This material shall be firmly compacted to 90% of the material's maximum density as determined by AASHTO T99 or ASTM D698 by means of approved mechanical equipment and neatly graded. 501.04 Method of Measurement. Curbing will be measured by the linear foot (LF) along the face of the curb at the gutter line. Integral curb placed with concrete pavement will not be measured separately, but shall be included in the price bid for concrete pavement. Modified curbs across driveways and streets will be measured as curb. Curbs placed as part of commercial asphalt driveway construction will also be measured as curb. 501.05 Basis of Payment. Work completed and accepted and measured as provided above will be paid for at the contract unit price bid per linear foot (LF) for Concrete Curb or Concrete Curb and Gutter, which price shall be full compensation for furnishing materials, including joint filler; for forms; for mixing, placing, and finishing concrete; and for excavation and backfilling when not included in other items. Pay Item Pay Unit NA -Concrete Curb and Gutter LF NA -Concrete Curb LF Section 502. Concrete Sidewalks 502.01 Description. This item shall consist of the construction of concrete walks according to these specifications and in conformity with the dimensions, locations, lines, and grade shown on the plans or as directed. ST-97 City of Fayetteville 502.02 Materials. Concrete shall comply with the requirements for Class A or B Concrete as provided in Section 601. The maximum allowable slump shall be 4 inches. Aggregate base shall meet the requirements of Section 401. 502.03 Construction Requirements. (a) Subgrade. The subgrade shall be excavated or filled to the required grade. Unacceptable material shall be removed and replaced with suitable material, free from topsoil, leaves, twigs, or other organic material, trash, large rocks, or other deleterious materials, and the entire subgrade shall be thoroughly compacted with approved mechanical equipment to not less than 90% of the material's maximum density as determined by AASHTO T99 or ASTM D698. (b) Aggregate Base Course. Class 7 aggregate base meeting the requirements of Section 401 shall be installed on the approved subgrade to a minimum depth of 4 inches outside of driveway areas and a minimum depth of 6 inches across driveways, and compacted to 95% of Modified Proctor Density as determined by AASHTO T 180 or ASTM D1557. (c) Placing and Finishing. The concrete shall be deposited in the forms upon the wetted aggregate base to such depth that when it is compacted and finished, the top shall be at the required elevation. It shall be thoroughly consolidated and the edges along the forms spaded to prevent honeycomb. The top shall then be struck off with a straightedge and tamped or vibrated sufficiently to flush mortar to the surface, after which it shall be given a Class 6 finish according to Section 601.16. Edges shall be rounded with a'/4" radius, including edges at joints. Concrete thickness shall be 4 inches outside of driveway areas and 6 inches across driveways unless otherwise specified. Transverse joints in the walks shall be cut with a '/4" jointer at intervals not greater than the width of the walk being constructed, or as directed. This joint pattern shall be continuous through driveways. When completed, the concrete shall be cured as specified in Section 601.15. (d) Backfilling. After the forms have been removed, the spaces on each side of the walk shall be backfilled with suitable material, which shall be firmly compacted and neatly graded. Topsoil meeting the requirements of Section 204 shall be used when areas adjacent to the sidewalk are to be seeded or sodded. (e) Expansion Joints. A space not less than ''/z" wide shall be left between the sidewalks and adjacent structures, except that no space shall be left between the sides of the walks and adjacent curbs. This space shall be filled with approved joint filler complying with AASHTO M 213. 502.04 Method of Measurement. Concrete sidewalk of the specified thickness will be measured by the square yard (SY). ST-98 I Standard Street and Drainage Specifications 502.05 Basis of Payment. Work completed and accepted and measured as provided above will be paid for at the contract unit price bid per square yard (SY) for Concrete Sidewalks of the thickness specified, which price shall be full compensation for furnishing materials, including concrete, aggregate base, and joint filler; constructing the concrete sidewalk; for excavation and backfilling where not included in other contract items; and for all labor, equipment, tools, and incidentals necessary to complete the work. Payment will be made under: Pay Item Pay Unit NA-4" Thick Concrete Sidewalk SY NA-6" Thick Concrete Sidewalk SY Section 503. Driveway Construction or Reconstruction 503.01 Description. This work consists of reconstructing existing driveways or constructing new driveways with concrete, asphalt, aggregate base course, or other materials as shown on the Plans or as directed by the Engineer/City Engineer. 503.02 Materials. Concrete for driveway reconstruction shall be Class A or B according to the requirements of Section 601. Asphalt shall be Surface Course per the requirements of Section 403. Aggregate base course shall meet the requirements of Section 401. All other materials shall be as specified or as directed by the Engineer/City Engineer. 503.03 Construction Requirements. (a) General. Aprons and driveways shall be constructed in the locations, to the lines and grades, and of the material type shown on the Plans, or as directed by the Engineer/City Engineer. Construction of driveways with greater than 12% slope perpendicular to the street will not be allowed except as approved by the Engineer. Driveway widths shall match widths of existing driveways, with a minimum driveway width of 10' and a maximum width of 40' for commercial driveways and 24' for residential driveways. All driveways designated as commercial driveways shall be constructed with concrete curb and gutter along each side of the driveway. Driveways and aprons shall be constructed on a compacted subgrade consisting of material approved by the Engineer/City Engineer. (b) Driveway Removal. Existing driveways shall be removed to the locations shown on the plans or as directed by the Engineer to create a smooth transition from the roadway to the adjacent property. The back limit of the driveway shall be sawed if required to produce a neat line. ST-99 City of Fayetteville (c) Concrete Apron. Concrete apron shall be constructed on all driveways beginning at the back of curbs and extending to the front edge of the sidewalk. Concrete aprons shall be of a residential or commercial type as shown on the plans. The apron thickness shall be as shown on the Plans, but not less than six inches (6"). Mixing, placement, and finishing of concrete shall be as required in Section 601. Contraction joints shall be constructed so that slabs are no more than 15' in any dimension. One half -inch ('/z") expansion material meeting the requirements of Section 601.11 shall be placed between the backs of curbs and the apron. Joints shall be tooled or sawed at 10' intervals perpendicular to the street. These saw joints shall be filled with joint sealant meeting the requirements of Section 601.11. (d) Concrete Driveways. Concrete driveways shall be constructed where shown on the Plans or as directed by the Engineer/City Engineer. The driveway thickness shall be as shown on the Plans, but not less than six inches (6"). Mixing, placement, and finishing of concrete shall be as required in Section 601. Contraction joints shall be constructed so that slabs are no more than 15' in any dimension. When concrete driveways are constructed monolithically with concrete apron, a contraction joint shall be constructed at the interface between the apron and the driveway. All joints shall be sealed according to Section 601.11. (e) Asphalt Driveways. -Asphalt driveways shall consist of approved Surface Mix. Construction of asphalt driveways shall meet the requirements of Section 403. The thickness of the asphalt driveway section shall be as shown on the Plans, but in no case shall be less than 2" of asphalt constructed on 6" of aggregate base course. (1) Aggregate Base Driveways. All existing driveways constructed of soil or gravel shall be reconstructed with aggregate base meeting the requirements of Section 401. Placement of base material shall be according to the lines and grades shown on the plans or as directed by the Engineer/City Engineer. Thickness of base shall be as shown on the plans, but in no case shal I be less than 6". Compaction requirements are as specified in Section 401. 503.04 Method of Measurement. If specifically included as a pay item, Asphalt or concrete driveway removal shall be measured by the square yard (SY) from the existing roadway edge to the limits of the driveway removal. Removal of other driveways will not be measured. Concrete aprons and all driveways shall be measured by the square yard (SY). Curb constructed as part of concrete aprons or concrete driveways will be measured as driveway. Curb for asphalt driveways will not be measured as part of this item. 503.05 Basis of Payment. Work completed and measured as provided above will be paid for at the contract unit price bid per square yard for the various items. This price shall be full compensation for furnishing and placing materials, for excavation and subgrade preparation; for shaping and finishing; and for all labor, equipment, tools, and incidentals necessary to complete the work. ST-100 Standard Street and Drainage Specifications Payment will be made under: Pay Item Pay Unit NA -Concrete Driveway Aprons SY #23-6" Thick Concrete Driveway SY NA -Asphalt Driveway SY NA -Aggregate Base Course Driveway SY NA-Asphalt/Concrete Driveway Removal SY Section 504. Headwalls and Retaining Walls 504.01 Description. This item consists of constructing concrete headwalls and retaining walls at the locations and to the lines and grades shown on the plans. Modular Block retaining walls, and/or Mechanically Stabilized Earth retaining structures with facing, when so indicated in the plans or the proposal shall be specified in a Special Provision supplemental to these Standard Specifications. 504.02 Materials. Concrete shall meet the requirements of Section 601 for Class A or B for headwalls, and Class B for retaining walls. Reinforcing steel shall meet the requirements of Section 602. 504.03 Construction Requirements. The subgrade on which the footing is to be placed shall be prepared by excavating to the required grade and thoroughly compacting the existing material. If the existing material at the elevation of the bottom of the footing is soft and yielding, and the Engineer/City Engineer so directs, it shall be removed and replaced with suitable material according to Section 202. Reinforcing steel shall be placed as shown on the plans. Weepholes of the size shown on the plans shall be set in the forms before concrete is placed. Concrete shall be furnished, placed, finished, and cured according to the requirements of Section 601. 504.04 Method of Measurement. Concrete headwalls and concrete retaining walls will be measured by the cubic yard of concrete placed and accepted. Concrete, reinforcing steel, filter fabric, compacted drainage stone backfill; expansion joint materials, weep holes, weephole screens, compacted earth backfill and all other items indicated on the Plans or required for a complete headwall and/or retaining wall shall not be measured for separate payment but will be considered subsidiary to the items involved. Additional undercut excavation as required under footings will be measured by the cubic yard compacted in place. ST-101 City of Fayetteville 504.05 Basis of Payment. Work completed and accepted and measured as provided above will be paid for at the contract unit price bid per each for Concrete Headwalls and per linear foot for Concrete Retaining Walls. Said price shall be full compensation for furnishing all materials, including reinforcing steel; for structural excavation and compaction; for all forming and bracing; for mixing, transporting, placing, finishing, and curing; and for all equipment, tools, labor, and incidentals necessary to complete the work. Additional excavation and embankment under footings will be paid for at the unit price bid for Undercut Excavation. No payment for additional excavation will be made unless such excavation is directed by the Engineer/City Engineer. Payment will be made under: Pay Item Pay Unit NA -Concrete Headwalls EA NA -Concrete Retaining Walls LF NA -Modular Block Retaining Walls SF Section 505. Seeding and Sodding 505.01 Description. This item shall consist of furnishing and applying lime, fertilizer, seed, mulch cover, and water according to these Specifications at locations shown on the plans or as directed. The work under this item shall be accomplished as soon as practicable after the grading in an area has been completed in order to deter erosion of the roadway and siltation of streams. 505.02 Materials. (a) Lime. Lime shall be agricultural grade ground limestone or equivalent as approved by the City. (b) Fertilizer. Fertilizer shall be a commercial grade, uniform in composition, free flowing, and suitable for application with mechanical equipment. It shall be delivered to the site in labeled containers conforming to current Arkansas fertilizer laws and bearing the name, trademark, and warranty of the producer. (c) Seed. Except as modified herein, the seed shall comply with the current rules and regulations of the Arkansas State Plant Board and the germination test shall be valid on the date the seed is used. It shall have a minimum of 98% pure seed and 85% germination by weight, and shall contain no more than l % weed seeds. A combined total of 50 noxious weed seeds shall be the maximum amount allowed per pound of seed with the following exceptions: Johnson grass seed, wild onion seed, wild garlic seed, field bindweed seed, nut grass seed, sickle pod seed, sesbania seed, indigo seed, morning-glory seed, and cocklebur ST-102 Standard Street and Drainage Specifications seed will not be allowed in any amount. Seed shall be furnished in sealed, standard containers. Seed that has become wet, moldy, or otherwise damaged in transit or in storage will not be acceptable. Seed planted between June 16 and August 31 may require more water than that specified in Subsection 505.03 in order to survive. Therefore, watering shall continue after germination until growth is established. The seeding mixture may be altered if authorized or directed by the Engineer/City Engineer. The actual mix and varieties used shall be submitted to the City before seed is placed. Seed shall be provided at the following mix and rates: SEED TYPE LB/AC MARCH 15 — JUNE 15 Turf Fescue 250 Bermuda Grass (common) unhulled 10 Annual Rye 50 JUNE 15 — AUGUST 31 Turf Fescue 200 Bermuda Grass (common) hulled 5 Bermuda Grass (common) unhulled 10 AUGUST 31 — MARCH 15 Turf Fescue 250 Annual Rye 50 At the Contractor's option, annual rye only may be seeded at a minimum rate of 30 pounds per acre between the dates of October 31 to March 15. The Contractor shall return between the dates of March 15 and May 1 and reseed with the mix specified for the March 15 — June 15 time period. Preparation for reseeding shall be in accordance with Section 204. (d) Sod. Sod shall be composed of either field grown grass or approved nursery grown grass and shall consist of a densely rooted growth of grass substantially free from noxious weeds and undesirable grasses. Sod type shall be as specified on the plans. When sod is placed to repair damaged areas, the sod shall be of the same type and variety as the existing grass. The sod shall be sufficiently thick to secure a dense stand of live grass. The sod shall be live, fresh, and uninjured at the time of placing. It shall have a soil mat of sufficient thickness adhering firmly to the roots to withstand all necessary handling. It shall be placed as soon as possible after being cut and shall be kept moist from the time it is cut until it is placed in its final position. ST-103 City of Fayetteville The source of field grown sod shall be inspected and approved by the City before being cut for use in the work. After approval, the area from which the sod is to be harvested shall be closely mowed and raked as necessary to remove excessive top growth and debris. Approved devices, such as sod cutters, shall be used for cutting the sod and due care shall be exercised to retain the native soil intact. The sod shall be cut in uniform strips approximately 300 mm (12") in width and not less than 300 mm (12") in length, but not longer than can be conveniently handled and transported. (e) Mulch. Mulch cover shall consist of straw from threshed rice, oats, wheat, barley, or rye; of wood excelsior; or of hay obtained from various legumes or grasses, such as lespedeza, clover, vetch, soybeans, bermuda, carpet sedge, bahia, fescue, or other legumes or grasses; or a combination thereof. 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. (f) Tackifers. Tackifiers used in mulch anchoring shall be of such quality that the mulch cover will be bound together to form a cover mat that will stay intact under normal climactic conditions. All tackifiers used shall have prior approval or be listed on the AHTD Qualified Products List (QPL). The type and brand of tackifier to be used shall be submitted to the City for approval. (g) Water. Water shall be of irrigation quality and free of impurities that would be detrimental to plant growth. 505.03 Construction Requirements. (a) Seeding. Areas to be seeded shall be dressed to the shape and section shown on the plans. A 4" layer of topsoil, if required, shall be furnished, placed, and prepared as specified in Section 204. Fertilizer shall be applied at the rate of 800 pounds per acre of 10-20-10, or the equivalent amount of plant food. Fertilizer shall be uniformly incorporated into the soil alone or in conjunction with the required lime. If the Contractor so elects, the fertilizer may be combined with the seed in the hydro -seeding operation. Broadcast sowing may be accomplished by hand seeders or by approved power 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 broadcasting. If a hydro -seeder is used for seeding, fertilizer and seed may be incorporated into one operation but a maximum of 800 pounds of fertilizer shall be permitted for each 1500 gallons of water. If the Contractor so elects, the fertilizer may be applied during preparation of the seedbed. The area shall be lightly firmed with a cultipacker immediately before hydro - seeding. ST-104 Standard Street and Drainage Specifications Mulch cover shall be applied immediately after seeding and shall be spread uniformly over the entire area. If the Contractor so elects, an approved mulching machine may be used whereby the application of mulch cover and tackifier may be combined into one operation. Mulch shall be placed so that the ground is completely covered to a thickness of approximately 2 inches. Care shall be taken to prevent tackifier materials from discoloring or marking structures, pavements, utilities, or other plant growth. Removal of any objectionable discoloration shall be at no cost to the City. Immediately following or during the application of the mulch cover on seeded areas, the mulch shall be anchored by one of the following methods: Tracking or Roller Method. The mulch shall be effectively pressed into the soil using steel cleated track or cleated roller equipment. The anchoring shall be performed so that the grooves formed are perpendicular to the flow of water down backslopes and foreslopes. The equipment and method used shall produce acceptable results. Other Tackifiers. An approved tackifier shall be applied according to the rates recommended by the manufacturer. Asphalt tackifier will not be allowed. The method used shall be at the Contractor's option unless otherwise specified or directed. In lieu of separate application of tackifiers, the Contractor may use equipment that combines the application of mulch and tackifier into one operation. Application shall be at the specified rates. After application of the mulch cover, water shall be applied in sufficient quantity, as directed by the Engineer/City Engineer, to thoroughly moisten the soil to the depth of pulverization and then as necessary to germinate the seed. When directed by the Engineer/City Engineer, the Contractor shall apply water_ in an amount such that, in conjunction with any rainfall, the seeded and mulched areas will receive an amount equivalent to a minimum of 1" of water each week beginning the week after seeding and continuing for a minimum of three (3) weeks. Water applied at this rate will not be paid for separately but shall be considered subsidiary to seeding. if directed by the Engineer/City Engineer, additional water shall be applied to sustain grass growth. Failure to meet this requirement will result in a partial withholding and/or recovery of payments for the seeding and mulch cover. Additional work and materials required due to the Contractor's negligence in maintaining completed work or failure to water grass as directed shall be accomplished at no cost to the City. For all areas seeded, final acceptance will be delayed until an acceptable stand of grass of uniform color and density is established to the satisfaction of the City. Before final acceptance, the Contractor shall repair or replace any seeding or mulching that is defective or damaged. If the defect or damage is due to the Contractor's negligence, the work shall be done at no additional cost to the City. If the damage or defect is not the Contractor's fault, the work will be measured and paid for according to these Specifications. ST-105 I City of Fayetteville (b) Sod. Areas to be sodded shall be dressed to the shape and section shown on the plans and the top and bottom of slopes shall be rounded to a radius of approximately 3' unless otherwise directed. The finished slopes shall be prepared with 4" of topsoil meeting the requirements of Section 204. Water may be applied before, during, and after slope preparation, as directed by the Engineer/City Engineer, in order to maintain the desired moisture content in the soil. Immediately before placement of sod, fertilizer shall be broadcast at the rate of 250 pounds per acre of 10-20-10, or the equivalent amount of plant food, and incorporated into the top l" of soil. Sod shall be moist and shall be placed on a moist edrth bed. Sod strips shall be laid along contour lines, by hand, commencing at the base of the area to be sodded and working upward. The transverse joints of sod strips shall be broken, and the sod carefully laid to produce tight joints. At the top of slopes the sod shall be turned into the embankment slightly and a layer of earth placed over it and compacted to conduct surface water over and onto the sod. The sod shall be firmed, watered, and refirmed immediately after it is placed. The firming shall be accomplished by use of a lawn roller or approved tamper, with care being taken to avoid tearing end strips of sod. When sodding is completed, the sodded areas shall be cleared of loose sod, excess soil, or other foreign material; a thin application of topsoil shall be scattered over the sod as a top dressing; and the areas thoroughly moistened. Water shall be applied as necessary at the direction of the Engineer/City Engineer for a period of at least 3 weeks. The time required for application of water will not be included in the computation of contract -time for completion of the project provided all other work under the Contract has been completed. The Contractor shall maintain sodded areas from the time of completion until final acceptance of the project by the City. Additional work and materials required because of the Contractor's negligence in maintaining the work shall be accomplished at no cost to the City. 505.04 Method of Measurement. Seeding will be measured by the acre of actual area covered. Sod will be measured by the SY yard of actual area covered. Additional watering if so directed will be measured by thousands of gallons (MG) applied. 505.05 Basis of Payment. Seeding completed and accepted and measured as provided above will be paid for at the contract unit price bid per acre for Seeding, which price shall be full compensation for seedbed preparation; for furnishing and applying fertilizer, lime, seed, mulch, and tackifier; and for all labor, equipment, tools, and incidentals necessary to complete the work. Payments for seeding will be made according to the following schedule: 50 % On the first regularly scheduled estimate after the Seeding and Mulch Cover are completed. ST-106 Standard Street and Drainage Specifications 25% On the next regularly scheduled estimate, provided that the Engineer/City Engineer determines that the seeded and mulched areas have received at least the amount of water specified in Section 505.03 above. 25% On the succeeding regularly scheduled estimate, provided that the Engineer/City Engineer determines that a dense lawn of permanent grass has been established. Sodding completed and accepted and measured as provided above will be paid for at the contract unit price bid per square yard for Sodding, which price shall be full compensation for bed preparation; for furnishing and applying fertilizer, topsoil, and sod; and for all labor, equipment, tools, and incidentals necessary to complete the work. Additional watering above and beyond the I" per week for the first three weeks will be paid for at the unit price per thousand gallons (M.G) of water applied. This work will be paid for only when directed to by the Engineer/City Engineer. Any watering to be paid for under this item shall be conducted in the presence of the Engineer/City Engineer. Payment will be made under: Pay Item Pay Unit #18-Seeding and Mulching Acre #19-Solid Sod SY NA -Additional Watering MG Section 506. Mailboxes 506.01 Description. This item shall consist of furnishing and erecting mailbox posts and installing existing mailboxes on the new posts. When required, it shall also include furnishing and installing new mailboxes. It shall also include maintenance of existing mailboxes during construction to ensure uninterrupted mail service in the construction limits. 506.02 Materials. The mailbox post shall be either metal or coniferous wood. All mailbox posts placed under the contract shall be of the same type. Wood posts shall be 4"x 4" square and shall be pressure treated with creosote, pentachlorophenol or chromated copper arsenate. Metal posts shall be 2" in diameter and shall be galvanized. Mailbox support hardware, including shelf, platform and bracket shall be as shown on the plans. Anti -twist plate, clamps, spacers, nuts, bolts, and washers shall be galvanized steel. New mailboxes, when specified on the plans or directed by the Engineer/City Engineer, shall comply with the U.S. Postal Service and shall be the same size as the existing mailbox. 506.03 Construction Methods. Mailboxes shall be constructed in the same locations as the existing mailboxes. It is the Contractor's responsibility to note the locations of existing mailboxes before construction begins. The bottom of the box shall be set at an elevation 3'- ST-107 City of Fayetteville 6" above the roadway surface. The roadside face of the box shall be 6" from the face of the curb. Where a mailbox is located at a driveway entrance, it shall be placed on the far side of the driveway in the direction of the delivery route. Where a mailbox is located at an intersecting road, it shall be located a minimum of 100' beyond the center of the intersecting road in the direction of the delivery route. If requested by the local postmaster, height and placement of mailboxes may vary slightly as directed by the Engineer/City Engineer. No more than two mailboxes may be mounted on one post. Post spacing for multiple mailbox installations shall be a maximum of 36". The mailbox post shall be embedded a minimum of 24" into the ground. A metal post shall have an anti -twist plate that extends no more than 10" below the ground surface. The existing mailbox shall be separated from the existing post and attached to the new post. If the existing mailbox is damaged beyond repair by the Contractor, the mailbox shall be replaced at no cost to the City. If the existing mailbox cannot physically be removed from the existing post and re -used, the mailbox shall be replaced under the item Mailboxes. When a mailbox is replaced, the Contractor shall be responsible for placing identification markings on the new mail -box corresponding to the markings on the original mailbox. Unless otherwise specified, all existing mailbox supports shall be removed and replaced with new supports. If directed by the Engineer/City Engineer the existing mailbox shall be restored under the Contract Item Remove and Replace Mailboxes. If directed by the Engineer/City Engineer, the existing support and mailbox shall be removed and protected until _placement in its planned location. This work shall be paid for under the item Mailbox/Support Relocation. 506.04 Method of Measurement. Mailbox Supports, Mailboxes, Remove and Replace Mailboxes, and Mailbox/Support Relocation will be measured by the unit. 506.05 Basis of Payment. Work completed and accepted and measured as provided above will be paid for at the contract unit price bid per each for Mailbox Supports of the type specified, for Mailboxes, or for Remove and Replace Mailboxes, or for Mailbox/Support Relocation; which price shall be full compensation for furnishing all materials: for setting posts; for removing and reattaching existing mailboxes; and for all labor, equipment, tools, and incidentals necessary to complete the work. Payment will be made under: Pay Item Pay Unit NA -Mailbox Supports (single) EA NA -Mailbox Supports (double) EA NA -Mailboxes EA NA -Remove and Replace Mailboxes EA NA-Mailbox/Support Relocation EA ST-108 Standard Street and Drainage Specifications Section 507. Pavement Markings 507.01 Description. This item shall consist of furnishing and placing pavement markings, including words, arrows, and emblems, of the color, type and material specified, in accordance with these specifications and to the dimensions and at the locations shown on the plans or as directed. The markings are to be placed under existing traffic conditions. The work shall meet the requirements of the MUTCD except as modified by these specifications. 507.02 Materials. (a) Paint. Paint shall be a ready mixed white and yellow paint suitable for application on concrete and bituminous pavements. All paints used for this application shall be listed on the AHTD Qualified Products List (QPL). The manufacturer shall furnish a certification for each lot certifying that the materials supplied conform to all the requirements specified and stating that the material is formulated the same as the material tested for QPL listing. (b) Thermoplastic Material. Thermoplastic material used shall meet all requirements of Section 719.02 of the AHTD Standard Specifications. (c) Pavement Marking Tape. Pavement marking tape shall be a preformed tape conforming to Section 720.02 of the AHTD Standard Specifications for Type 5. 507.03 Construction Requirements. (a) General Requirements. All pavement markings shall be applied to clean, dry surfaces. If necessary, the Contractor shall clean the surface of the pavement to receive markings before beginning marking operations. Cleaning of the pavement is considered subsidiary to other items of work and will not be paid for separately. Pavement markings shall be placed at the locations shown on the plans, or as directed by the Engineer/City Engineer. All markings shall have well defined edges, shall be uniform in thickness, and shall be straight and true. No stripe shall be less than the specified width. Any corrections of variations in width or alignment of the stripes shall not be made abruptly. Markings that cannot be corrected to meet these requirements shall be removed at the Contractor's expense and will not be paid for. Removal of markings shall be performed in such a manner that no conflicting pavement marking will be left in place. Removal of the pavement marking by a means that will gouge the surface will not be permitted. (b) Reflectorized Paint. Reflectorized paint shall be applied at a minimum wet film thickness of 15 mils (a minimum of 16.5 gallons per mile of 4" line). The painted line shall be uniform in thickness and appearance across the width of the stripe. Glass beads shall be placed on the surface of the wet paint in the amount of not less than 6 pounds per gallon. ST-109 City of Fayetteville (c) Thermoplastic Markings. The thermoplastic compound shall be screed or ribbon extruded to the pavement surface unless a specific application method is specified. The thermoplastic material shall be dispensed at a temperature recommended by the manufacturer. The applicator shall include a cutoff device remotely controlled to provide clean, square stripe ends and to provide a method for applying skip lines. Beads applied to the surface of the completed stripe shall be applied by an automatic bead dispenser attached to the pavement marking equipment in such a manner that the beads are immediately dispensed upon the completed line. The bead dispenser shall be equipped with an automatic cutoff control, synchronized with the cutoff of the pavement marking equipment. Thermoplastic markings shall not be applied to the pavement surface when the pavement surface temperature is less than 50' F or when the pavement shows evidence of moisture. On pavements where no pavement markings exist or where the existing pavement markings are paint or thermoplastic and do not conflict with the proposed pavement markings, blasting with water or sand or a combination thereof will be required to remove any curing compound, oxidized paint or thermoplastic, or dirt to ensure a good bond. This blasting is considered surface preparation and will not be paid for separately. Conflicting pavement markings that exist shall be removed by blasting with water and/or sand or by grinding. This blasting or grinding is considered pavement marking removal. The thickness of all thermoplastic markings above the roadway surface shall be 90 mils (a minimum of 1584 pounds per mile of 4"-line). The minimum thickness will be measured in the center of the line. The minimum %" from the edges shall not be less than 75% of the thickness required in the center. Maximum thickness of markings is 3/16". On concrete pavements, paint pavement markings meeting the requirements of this section shall be applied as a primer for the thermoplastic markings, except where thermoplastic markings are to be applied over existing thermoplastic markings. Paint applied to concrete pavement solely as a primer will not be measured or paid for separately, but full compensation therefore will be considered included in the contract unit prices bid for the various items of Thermoplastic Pavement Markings. A primer other than paint may be used when recommended by the thermoplastic manufacturer. (d) Pavement Marking Tape. The placement of the pavement marking tape shall comply with the manufacturer's recommendations. Air temperature shall be a minimum of 60' F and rising or the road temperature shall be a minimum of 70' F before installation of marking tape will be allowed. The roadway surface shall be cleaned by the Contractor with high pressure air or by sweeping. The roadway shall then be marked where the pavement marking polymer is to be applied. ST-110 Standard Street and Drainage Specifications The polymer can then be applied by hand or with a manual or mechanical highway tape applicator designed for that purpose. Only butt splices will be allowed with no overlapping. After application, the tape shall be firmly tamped with a minimum 200 lb. Load or by slowly (2-3 mph) driving over the tape with a vehicle tire. The Contractor shall ensure that all edges are firmly adhered. 507.04 Method of Measurement and Basis of Payment. Pavement markings will be measured as follows: (a) Center lines, skip lines, lane lines, edge lines, crosswalk bars, and stop bars will be measured by the 1 inear foot (LF) of markings actually placed. (b) Words, arrows, and other symbols will be measured by the unit. (c) Pavement marking removal, when specified on the plans, will be measured by the square foot of marking actually removed. Work completed, accepted, and measured as provided above will be paid for at the contract price bid per linear foot for lines of widths specified, per each for symbols, and per square foot for pavement marking removal. Payment will be made under: Pay Item Pay Unit NA-" Pavement Marking (Thermoplastic) LF NA -Pavement Symbols (Thermoplastic) EA NA -Pavement Marking Removal SF Section 508. Street Signs 508.01 Description. This item shall consist of installing new signs and supports, and/or relocating existing signs, complete with posts, supports, and concrete bases, where required, according to these Specifications and to the dimensions and details and at the locations shown on the Plans or as directed by the Engineer/City Engineer. 508.02 Materials and Fabrication (a) Signs. Materials used in the fabrication of street signs shall comply with the latest edition of the AHTD Standard Specifications Section 723, AHTD Standard Drawings, and the MUTCD. Signs and equipment manufactured in accordance with the above mentioned specification will not be required to be submitted for approval. (b) Supports. Materials used for new and relocated street sign supports shall be U-section channel or galvanized steel pipe as indicated in the plans. ST-111 City of Fayetteville 508.03 Construction Requirements. The Contractor shall install new signs at the locations as shown in the plans or as directed by the Engineer/City Engineer. The Contractor will maintain existing signs during construction, and relocate the signs to permanent locations as shown in the plans or as directed by the Engineer/City Engineer. Should the sign or support become damaged during construction, the Contractor will furnish the replacement. Any sign not indicated to be relocated as shown on the plans, or as directed by the Engineer/City Engineer shall be salvaged and delivered to the City. Signs shall be erected at the specified location, plumb, and to the specified vertical and horizontal clearances. Roadside directional signs shall be erected at a minimum height of 7' above the pavement edge, measured to the bottom of the sign. If a secondary sign is mounted below the primary sign, the primary sign shall be erected a minimum of 8' above the pavement edge and the secondary sign a minimum of 5' above the pavement edge. Route markers, warning signs, and regulatory signs shall be erected a minimum height of 6' above the pavement edge. All heights measured to the bottom of the sign. The minimum horizontal clearance to any ground mounted sign shall be 2' beyond the edge of the roadway shoulder or unmountable curb face. Signs shall normally be erected so that the sign face is vertical and at 93' away from the center of the lane that the sign serves and away from the direction of travel. Where lanes divide, or on curves, sign faces shall be oriented so as to be most effective both day and night, and to avoid the possibility of specular reflection. Field drilling of holes in any part of the sign support structure shall be done only when specified on the plans or as directed by the Engineer. After sign installation is complete, the signs will be inspected at night by the Engineer. If specular reflection is apparent on any sign, its position shall be adjusted by the Contractor to eliminate this condition. 508.04 Method of Measurement. Signs that are relocated or installed new shall be measured by a complete unit in place (including required footings). No payment will be made for salvaged signs delivered to the City. 508.05 Basis of Payment. Work completed and accepted under this item and measured as provided above shall be paid for at the Contract unit price bid for each sign, which price shall be full compensation for the relocation, or erection of each sign, including support and footing; and for tools, equipment, and incidentals necessary to complete the work. Payment will be made under: ST-112 Pay Item Standard Street and Drainage Specifications Pay Unit NA -Street Sign Installation EA Section 509. Erosion Control 509.01 Description. This item shall consist of Temporary Erosion Control Measures to limit, control, and contain fill materials, soil erosion, sedimentation, and other wastes resulting from construction activities that could result in harm to private properties as well as public properties, streams and waterways. This item shall also include the requirement of the Contractor to implement and maintain the Stormwater Pollution Prevention Plan (SWP3/SWPPP) and to comply with all necessary approvals and permits. 509.02 Standards.. All work for this item shall comply with all Federal and State requirements including the Clean Water Act (33 U.S.C. 1251 et seq.), the National Pollutant Discharge Elimination System (NPDES), and the Arkansas Water and Air Pollution Control Act (Act 472 of 1949, as amended, Ark. Code Ann. 8-4-101 et seq.) and the regulations, orders or decrees issues pursuant thereto. All work for this item shall further comply with all Local and Municipal requirements including the City of Fayetteville Code Chapter 170, "STORMWATER MANAGEMENT, DRAINAGE, AND EROSION CONTROL" except as modified or augmented herein. 509.03 Application. The City will develop the SWP3 and will obtain the permit from the Arkansas Department of Environmental Quality (ADEQ) for discharge of stormwater from construction activities for the project. The requirements of this item shall apply to all construction activities under the Contract. The Contractor shall implement and maintain the SWP3 for all construction activities under the contract without regard to size of land area disturbance. The Contractor's operations on lands located off the right-of-way, such as borrow pits, plant sites, waste sites, or other facilities, may require compliance with this specification and/or NPDES permit, and may require that additional permits be obtained. Any such additional permits will be the responsibility of the Contractor. Determination may be based upon location, jurisdiction and area of land disturbance. ST-113 I City of Fayetteville 509.02 Responsibilities of the Contractor. (a) General. The Contractor shall comply with City of Fayetteville Code Chapter 170, except as modified or augmented herein. The Contractor shall comply with all applicable Federal, State, Local and Municipal regulations and requirements. The Contractor shall stabilize the land and comply with requirements of all permits issued for the project including any additions or revisions thereto. Upon completion of the construction activities, the Contractor shall file a Notice of Termination with the City. (b) NPDES Requirements. Construction activities that will disturb soil or remove vegetation on one (1) or more acres of land during the life of the construction project shall also comply with the applicable NPDES Permit requirements as administrated by ADEQ. Construction activities authorized under NPDES GENERAL PERMIT NO. ARR150000 with the ADEQ shall comply with Section 509.02. "Responsibilities of the Contractor" (a) General (above), and the following: The City will prepare and file the appropriate applications, information, Notice of Intent, SWP3 (SWPPP) and other information as required by NPDES GENERAL PERMIT NO. ARR150000 with the ADEQ. The Contractor shall comply with all NPDES Permit requirements, including, but not limited to, implementation, maintenance, and modification of the SWP3 as circumstances require, and documented inspections of erosion and sediment control systems. The City will submit to the Contractor one copy of the NPDES Permit and/or other correspondence received from ADEQ. The Contractor shall post this information on site in accordance with the NPDES Permit, and have the current SWP3, inspection logs, and other required information on site at all times and available for inspection by ADEQ, the City, or other regulatory agencies as applicable. The Contractor shall file the Notice of Termination with ADEQ when the site has been finally stabilized and all storm water discharges from construction activities authorized by the NPDES Permit are eliminated. ST-114 Standard Street and Drainage Specifications 509.03 Construction Methods Where temporary erosion control measures are shown on the plans and in the SWP3, such temporary erosion control measures are provided to the Contractor as minimum controls and guidance. The Contractor shall be responsible to incorporate and expand as necessary the temporary erosion control measures where shown in the plans in accordance with the approved SWP3. The Contractor shall modify the SWP3 as necessary in order to fully comply with the NPDES Permit. All work required due to the violation of provisions of Corps of Engineers (COE) Section 404 Permits, NPDES Permits, or other requirements of these specifications which results from Contractor negligence, carelessness, or failure to perform work as scheduled, shall be performed by the Contractor at no cost to the City. In addition, the Contractor will be assessed the amounts of any and all fines and penalties assessed against and costs incurred by the City which are the result of the Contractor's failure to comply with a COE Section 404 Permit or NPDES Permit. The City will not be responsible for any delays or costs due to the Contractor's failure to comply with the conditions of the COE Section 404 Permit or NPDES Permit. The Contractor will not be granted additional compensation or contract time due to loss of Permits for noncompliance. In the event that pollutant spills occur which are the result of the Contractor's actions or negligence, the cleanup shall be performed by the Contractor at no cost to the City. 509.04 Method of Measurement and Basis of Payment. No measurement of this item will be made. Temporary erosion control acceptably completed will be paid for at the contract lump sum price bid for "Erosion Control", which prices shall be full compensation for furnishing all materials, tools, equipment, labor, incidentals and all other items necessary to implement, maintain and complete the work. Payment for "Erosion Control" shall also include implementing, maintaining, and complying with the Stormwater Pollution Prevention Plan (SWP3/SWPPP); including design, inspections, fees, report preparation, housekeeping practices, cleaning, maintenance and all other actions necessary to execute the SWP3 (SWPPP). Periodic payments will be made under this item in proportion to the amount of work accomplished as determined by the Engineer/City Engineer. Deductions to this item will be made in the amount of any fines levied on the City by ADEQ or other regulatory agencies as a result of the failure by the Contractor to comply with the provisions of COE Section 404 or NPDES Permits. ST-115 City of Fayetteville Payment will be made under: Pay Item Pay Unit #20-Erosion Control 1,S Section 510. Traffic Control and Maintenance 510.01 Description. This work consists of furnishing, installing, and maintaining necessary traffic signs, barricades, lights, signals, cones, concrete barriers, pavement marking, and other traffic control devices and shall include flagging, pilot car operations, and other means for guidance of traffic through the work zone. The work shall be done according to the MUTCD, AHTD Standards, The Standard Specifications and the Contractor's approved Traffic Control plan. An approved Traffic Control plan provided by the Contractor shall be required before any construction begins. This item shall also include maintenance of roadway surface. This item shall also include the temporary relocation of traffic and street signs, the maintenance of the temporarily relocated signs through the construction of the project, and the permanent relocation of any sign relocated due to construction signage after the construction is complete. Permanent relocation of any salvaged signs shall consist of ftirnishing new sin post, new support hardware, and . new concrete bases, where required, in accordance with the dimensions and details shown in the Plans and at the locations shown in the Plans, or as directed by the Engineer. New sign posts shall comply with the Standard Specifications and Standard Drawings. (a) Contractor's Plan. Traffic Control or Maintenance of Traffic when shown in the Plans is provided to the Contractor as guidance. The Contractor shall prepare and submit for approval a detailed Traffic Control or Maintenance of Traffic Plan including adherence to the specified schedule of construction phases when so indicated in the Contract Documents to the Engineer and Owner. The Contractor's Traffic Control or Maintenance of Traffic Plan shall include and expand as necessary the Traffic Control or Maintenance of Traffic when indicated in the Plans and Specifications, and shall be complete with all proposed traffic control or traffic maintenance devices including proposed temporary roadway widening. The Contractor shall prepare and submit the detailed Maintenance of Traffic Plan to the Engineer and Owner 7 days prior to the preconstruction conference and in accordance with these Specifications. Upon approval of the Contractor's Maintenance of Traffic Plan by the Owner in writing, the Contractor shall supply the City Engineer, the Fire Chief and the Police Chief one (1) copy each for their files. Two (2) copies shall be supplied to the Engineer. The Contractor shall initiate and maintain all necessary labor and materials necessary to construct the project in a manner which will guarantee public safety with a minimum of inconvenience. Additional work, at no additional costs to the Owner, shall be performed by the ST-116 Standard Street and Drainage Specifications Contractor during construction as directed by the Owner or Engineer if necessary to insure the above standards. la Contractor ersonnel. The Contractor shall designate a traffic control supervisor to furnish continuous surveillance over traffic control operations. This supervisor shall be available at night and weekends to respond to calls involving traffic control. The name of the traffic control supervisor shall be provided at the preconstruction conference and to local police. The Contractor's personnel who are used to maintain traffic flow, such as flagmen or any other person, who verbally communicates with or gives directions to the motorized public, shall speak English fluently. (c) Driveways. Maintenance of driveways shall be as approved by the Engineer/City Engineer. Unless indicated otherwise, it shall be the Contractor's responsibility to maintain adequate access to private and commercial property at all times, except as required for construction across the driveway as approved by the Engineer. During the construction of driveways or at any time that a property owner cannot use his driveway, the Contractor shall notify the property owner (one week in advance, minimum) when the driveway will be closed and the approximate length of time that it will be closed. The intent of this section of the Specifications is to cause as little inconvenience as possible to private property owners. d Relocation and replacement of Traffic Suns and Pavement Striping. During the construction of the project, the temporary relocation of street signs and traffic control signs will be -performed by the Contractor. The Contractor shall maintain the signs at highly visible locations as near as practicable to the original locations. The latest edition of the Manual of Uniform Traffic Control Devices published by the Federal Highway Administration shall be used as a guide to the placement of signs during construction. Immediately after the construction of any part of the project reaches a stage of completion such that the relocation of the street signs and traffic control signs is no longer necessary, the Contractor shall permanently relocate the street signs and traffic control signs. Removing any construction signage must be approved by the Engineer. Street signs and traffic control signs shall be removed from such area of work as necessary to permit work on the project. Each sign shall be temporarily relocated in a secure manner by driving the sign into the ground with equipment approved by the Engineer, or otherwise installed as approved to prevent damage to underground utilities. Street signs no longer necessary shall be salvaged in good condition and restored to their original use or returned to the Owner if no longer needed. Existing striping shall be removed and new temporary stripes and other pavement markings shall be provided by the Contractor. Work shall be performed in accordance with SECTION 720 (for Type 4) — PERMANENT PAVEMENT MARKING TAPE of the Standard Specifications. Pavement markings not necessary to the phased construction patterns shall be ST-117 City of Fayetteville removed or obliterated with black paint, as approved by the Engineer. Striping shall be maintained and restored as necessary during construction. (e) Suspension of Work. If the Owner or the Engineer determines that provisions for safe traffic control are not being provided or maintained, the work will be suspended. In cases of serious or willful disregard for safety of the public or construction workers, the Owner will place the traffic control devices in proper condition and deduct the costs from monies due the Contractor. 510.02 Maintenance Requirements. Unless approved otherwise by the City, the road, while undergoing improvements, shall be kept open by the Contractor to all traffic. When so provided on the plans, or the Contractor's approved plan, the Contractor may bypass traffic over an approved detour route. The Contractor shall keep the portion of the project being used by public traffic, whether it is through or local traffic, in such condition that will permit the safe, continuous flow of two-way traffic at all times. When a part of the plans or when approved by the City, areas where the nature of the work restricts or prohibits two-way flow, one-way operation may be maintained by using flaggers or timed signalization. The Contractor shall also provide and maintain in a safe condition temporary approaches, crossings and intersections with trails, roads, streets, businesses, parking lots, residences, garages, farms, etc. As part of regular traffic maintenance, the Contractor shall remove all snow and ice accumulated on the traveled roadway. Exposed soil that becomes muddy due to rains or other precipitation shall be removed or covered with aggregate base material to the satisfaction of the City. Dust shall be controlled at all times. In the event that watering does not satisfactorily control the dust, other methods of dust control will be required. Necessary traffic control devices shall be properly placed and in operation before starting construction. When work of a progressive nature is involved, such as resurfacing, the appropriate traffic control devices shall be kept current and placed only in the areas of actual work activities. All traffic control devices shall meet the requirements of the AHTD Standard Specifications Section 604.02 and the most current version of the MUTCD. If the City determines that provisions for safe traffic control are not being provided or maintained, the work will be suspended. In cases of serious or willful disregard for safety of the public or construction workers, the City will place the traffic control devices in proper condition and deduct the costs from monies due the Contractor. Types of barricade supports or devices not specifically described in the MUTCD shall not be used. The methods used to control traffic for lane changes or other diversions shall meet the MUTCD and the traffic control plan. Portable changeable message signs meeting the requirements of Section 604 of the AHTD Standard Specifications shall be used if and where directed by the City. 510.03 Method of Measurement. Aggregate base for traffic maintenance, if specifically included as a bid item, will be measured by the ton of material placed for traffic control. No ST-118 Standard Street and Drainage Specifications payment will be made under this item unless base placement is specifically directed by the Engineer/City Engineer. No base so directed shall be placed without the Engineer/City Engineer or authorized representative present. The tonnage of material placed shall be substantiated by truck tickets delivered along with the base material and presented to the Engineer/City Engineer at the time of base placement. If an item for aggregate base for traffic control is not included, it shall be considered subsidiary to other items. When directed or approved for use by the City, portable changeable message signs meeting the requirements of Section 604 of the AHTD Standard Specifications will be measured for payment by the number of days each sign is required and authorized by the City. Payment for a full day will be made for any portion of a day that the panel or sign is used, but the measurement shall not exceed one per sign on any calendar day. No other traffic control items will be measured. 510.04 Basis of Payment. Payment for aggregate base for roadway maintenance as measured above will be made at the unit price bid per ton. All other traffic control and maintenance materials and activities will be paid for at the lump sum price bid for traffic control. Payment will be made under: - Pay. -Item Pay Unit NA -Traffic Control and Maintenance LS NA -Aggregate Base for Roadway Maintenance Ton NA -Portable Changeable Message Sign Day Section 511. Mobilization 511.01 Description. This item shall consist of preparatory work and operations, including those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site. This item shall also include other work and operations that must be performed, or for expenses incurred, before beginning work on the various Contract items on the project site. It shall also include pre -construction costs which are necessary direct costs to the project and are of a general nature rather than directly attributable to other pay items under the Contract. 511.02 Measurement and Payment. Mobilization will be measured as a complete unit and will be paid for at the contract lump sum price bid. In computing the allowable partial payments from the schedule below, the percentage of the original Contract earned will be based on all items exclusive of the item of Mobilization, and payment for this item at any of the listed stages of completion will be made on the basis of the percentage of the item allowed less all payments made. ST-119 City of Fayetteville PARTIAL PAYMENT SCHEDULE Percent of Original Contract Amount Earned Percent of Bid Price for Mobilization Allowed First Pay Estimate 25% 10% 50% 25% 100% This item will be paid for on regular estimates. Payments on percentages of the original Contract amount other than those set out above will not be considered. No adjustment in the amount bid for this item will be made for additional quantities or items of work required to satisfactorily complete the Contract. IN NO CASE SHALL THE AMOUNT BID FOR THE ITEM OF "MOBILIZATION" EXCEED 5% OF THE TOTAL CONTRACT AMOUNT FOR ALL OTHER ITEMS LISTED IN THE PROPOSAL. Should the amount entered into the proposal or bid for the item exceed 5%, the bid shall be rejected. Payment will be made under: Pay Item Pay Unit # 1-Mobilization LS Section 512. Fences 512.01 Description. This item shall consist of furnishing and erecting wire fence, chain link fence, wood privacy fence and gates according to the plans and these specifications, and in reasonably close conformity to the lines, grades, and alignment shown on the plans or as directed. 512.02 Materials. (a) General. All materials used shall be new and shall comply with the requirements for the class and type of material specified. Previously used materials will be allowed for temporary fencing. Concrete for setting posts shall comply with Section 601 for Class A Concrete. (b) Wire Fence. Wood posts and braces shall be pressure treated, seasoned, sound, and reasonably straight southern pine or Douglas Fir of the West Coast Region. The posts shall be round and free from excessive end splits. Before pressure treatment, the posts and braces shall have the bark removed, the knots trimmed flush, and the ends cut square. Posts that are to be driven shall have the small end tapered. Posts shall be treated by a standard empty cell or full cell process according to AWPA practice using creosote and retaining a minimum of 8 ST-120 S Standard Street and Drainage Specifications pounds per cubic foot of wood; or using pentachlorophenol, or chromated copper arsenate and retaining a minimum of 0.4 pounds per cubic foot of wood. Metal posts and braces shall be of good commercial quality iron or steel and may be tubular, T, U, Y, or other shape manufactured for use as fence posts or braces. Woven Wire Farm Fence shall be AASHTO Design Number 1047-6-11 AASHTO M 279 or ASTM A116, Class 3 galvanizing. Barbed wire shall be 12 '/2 gauge with 4-point barbs and shall comply with AASHTO M 280, Class 3 galvanizing. As an alternate to the barbed wire specified above, high tensile wire having the same galvanizing and breaking strength as Class 3, 12 '/2 gauge wire, and complying with the remaining requirements of AASHTO M 280 for a four -point barb may be used. The minimum gage of the high tensile barbed wire shall be as follows: Strand wire gage 15 '/z Barb wire gage 17 Staples used to attach the wire fencing to wood posts shall be galvanized 9 gage, 38 mm (1 '/z") in length. Steel line posts shall- be galvanized or painted and comply with AASHTO M 281. Tubular steel posts shall comply with Grade 1 or Grade 2 of AASHTO M 181, or an approved alternate of Grade 2. Hardware and fittings shall comply with ASTM F 626. Any miscellaneous hardware or fittings not mentioned in ASTM F 626 shall be galvanized according to the applicable requirements of AASHTO M 1 l 1 or M 232. (c) Chain Link Fence. Material for chain link fence shall comply with AASHTO M 181 Types I, Il, or II1. Steel members for posts, rails, expansion sleeves, and gate frames may be either Grade 1 or Grade 2. The shape, size, and length of posts and rails, and the height of fabric shall be as shown on the plans. Hardware and Fittings shall comply with ASTM F 626. Any miscellaneous hardware or fittings not mentioned shall be galvanized according to AASHTO M 11 1 or M 232. Tension wire shall be minimum 7 gauge. Aluminum alloy fabric shall be used only with aluminum posts. Aluminum coated steel fabric and galvanized steel fabric, Class C, shall be used only with Grade 1 or Grade 2 steel posts. Fence fabric shall be minimum 9-gauge wire for 6' fencing and 12-gauge wire for 4' fencing. ST-121 I City of Fayetteville Frames for gates shall be galvanized steel or aluminum of the type and length shown on the plans. Frames shall be Grade 1 or Grade 2. Welds shall be galvanized. Commercial gates may be used if they are equal to or better than the planned gates as determined and approved by the Engineer/City Engineer. The gate fabric shall be of the same type material and be in accordance with the same specifications as the adjoining fence. (d) Wood Privacy Fence All pine wood material shall be pressure treated with pentachlorophenol or chromated copper arsenate and shall retain a minimum of 0.4 pounds per cubic foot of wood. Cedar panels shall be reasonably straight and free from knots, warping, and other defects. (e) Temporary Fencing Materials for temporary fencing shall be appropriate for the use intended. 512.03 Construction Requirements. (a) General. The fence shall be erected parallel to the right-of-way line, or as directed. Unless otherwise specified, the fence shall be a minimum of 6" and a maximum of V behind the right-of-way line. The fence grade shall generally follow the ground contour, but shall present a uniform appearance. Minor grading along the fence line may be necessary to obtain the desired uniformity in fence grade. The fence alignment may be adjusted by the Engineer/City Engineer to preserve trees, land monuments, and property corner markers. (b) Wire Fence. Line posts and pull assemblies shall be spaced as shown on the plans. Wood corner, gate, and pull posts may be driven in place provided the driving does not damage the post; or they may be set in dug holes and set in concrete. Metal corner, gate, end, and pull posts shall be set in concrete. Wire shall not be stretched onto posts set in concrete until seven days after placement of posts. Posts shall be set plumb. The Contractor has the option of using wood or steel posts and braces unless otherwise specified, but shall use the same material on the entire project. Wood end, corner, and pull posts may be used with steel line posts. When solid rock is encountered, the posts, shall be set into the rock a minimum of 10" for line posts and 16" for end, corner, gate, and pull posts. The hole in the rock shall have a minimum cross section dimension I" greater than the post to be set. The posts shall be cut before setting to give the proper length above ground surface. The hole shall be filled with Concrete or a grout consisting of 1 part portland cement and 3 parts concrete sand. Wire tension braces for wood pull, end, and corner assemblies shall consist of a 9 gauge wire passed around the posts to form a double wire. The wire shall be fastened to each post and the ends fastened together to form a continuous wire. The wires shall then be twisted together until the wire is in tension. Where the new fence joins an existing fence, the two shall be attached in a satisfactory manner, with end posts being set as directed. Where the proposed fence intersects an ST-122 Standard Street and Drainage Specifications existing fence, the end post shall be set for the existing fence clear of the proposed fence line as shown on the plans. The wire of the existing fence shall be stapled to the end post. Pull post assemblies shall be placed at intervals of not more than 300' in straight alignment on level or uniformly sloping ground. Pull posts shall also be placed at all sharp vertical angle points in the line. Corner post assemblies shall be placed at all horizontal angle points of 15' or more in the fence. When the distance from a corner post to the next corner or pull post is less than 165', one approach span on the corner assembly may be omitted. End post assemblies at fence ends, gates, bridge abutments, and on banks of streams shall be erected in the same manner as corner construction. Extra length posts shall be provided for crossing small streams, ditches, ravines, or soft ground. Additional depth of set shall be secured in soft ground as directed. The wire shall be attached to the face of the post away from the street. The wire shall be attached to wood line posts with staples driven at right angles to the grain and at a slight downward angle to attain the best anchorage. The staples shall not be driven tightly against the wire but shall leave free space for adjustment in tension due to changes in temperature. Wire shall be attached to steel line posts with approved galvanized clips. All barbed wire and alternate line wires of woven fabric shall be fastened to each line post. Barbed wire and all line wires of woven fabric shall be fastened to end, corner, and pull posts by wrapping the wire around the posts and tying the wire back on itself with not less than 3 tightly wrapped twists. Splicing of barbed wire and woven wire shall be done according to the plans. Gates of the same width and material type shall be placed at locations of existing gates as shown on the plans. Gates may be re -used if they have not been damaged during the construction period. If existing gates are not in satisfactory conditions for reuse, they shall be replaced at no cost to the City. (c) Chain Link Fence. All posts shall be set in concrete as shown on the plans, plumb, and true to line and grade. Concrete shall comply with Section 601 for Class A and shall be thoroughly tamped around the posts. The posts shall be equally spaced in the line of fence not to exceed a spacing of 10 feet. The top of the footing shall be domed to drain water away from the post. Concrete in post footings shall be at least 7 days old before stretching and securing fabric to posts, bracing, or hanging gates. Top rails shall pass through post caps and shall be securely fastened to end, brace, pull, and corner posts. Joints in top rails shall be made with expansion sleeve couplings to provide a substantial connection and allow for expansion and contraction of the rail. Before the fence fabric is placed, the tension wire shall be placed at the proper location; stretched taut; securely anchored to each end, corner, or intermediate brace post; and satisfactorily fastened to each line post. The fence fabric shall be attached to the face of the post facing the street. ST-123 City of Fayetteville The end of the fabric shall be attached to the posts by means of a stretcher bar threaded through the end loops of the fabric and secured to the posts with clamps and bolts. The fabric shall be stretched to remove all slack with approved stretching equipment. The stretched fabric shall be secured to line posts, top rail, braces, and tension wire with specified fabric fasteners. Fabric fasteners shall be placed on line posts at not greater than 24" centers. Stretching operations shall be repeated at approximately every 100' for each run of fence. The use of trucks, tractors, and similar equipment will not be permitted in the stretching operation, except as anchors. Splicing of the fabric shall be done by interweaving a wire picket through each end loop of each piece of fabric in a manner that will neatly and securely fasten the lengths of fabric together. (d) Wood Privacy Fence Wood privacy fence shall be constructed at all locations where existing privacy fence is required to be removed, at other locations shown on the plans, or as directed by the Engineer/City Engineer. Wood privacy fence shall be constructed as shown on the plans or shall match the existing fence in materials and configuration as closely as possible. Materials and workmanship of wood privacy fences, including gates, shall be of the same or better quality as the existing fence. (e) Gates. Gates of the length and type of existing gates shall be constructed at the locations shown on the plans or as directed. (f) Temporary Fencing. Temporary fencing shall be installed as required to contain livestock, pets, and to maintain safety and security of adjacent properties. Fences shall be installed and maintained that their intended purpose is accomplished. 512.04 Method of Measurement. (a) Fence will be measured by the linear foot in place along the midpoint in height of the fence from outside to outside of the end posts. The lengths of gates will be excluded from this measurement. (b) Gates will be measured by the Linear Foot (c) Temporary fencing, if included as a bid item, will be measured by the linear foot (LF). if this item is not included as a pay item, temporary fencing will be considered subsidiary to other items and will not be measured. 512.05 Basis of Payment. Work completed and accepted and measured as provided above will be paid for as follows: Barbed Wire Fence will be paid for at the contract unit price bid per linear foot for Barbed Wire Fence. Barbed and Woven Wire Fence will be paid for at the unit contract price per linear foot for Woven and Barbed Wire Fence. Chain Link Fence will be paid for at the contract unit price bid per linear foot for Chain Link Fence of the height specified. Wood ST-124 Standard Street and Drainage Specifications Privacy Fence will be paid for at the contract unit price bid per linear foot for Wood Privacy Fence of the height specified. Gates will be paid for at the contract unit price bid per linear foot for Gates of the type and dimensions specified. Temporary fencing will be for at the contract price per linear foot for temporary fencing of appropriate materials and heights. The contract unit prices mentioned above shall be full compensation for clearing, grading, setting posts, erecting fence, and removing temporary fences; for excavation and backfill; for furnishing materials; and for all labor, equipment, tools, and incidentals necessary to complete the work. Payment will be made under: Pay Item Pay Unit NA -Barbed Wire Fence LF NA -Woven and Barbed Wire Fence LF NA -Woven Wire Fence LF NA -Chain Link Fence LF NA -Chain Link Gates LF NA -Wood Privacy Fence LF NA -Gates for Wood Privacy Fence LF NA -Temporary Fencing LF Section 513. Handicap Ramps 513.01 Description. This item shall consist of the construction of handicap ramps in accordance with these specifications and the Standard Drawings at the locations shown on the plans or as directed by the Engineer/City Engineer. 513.02 Materials. Concrete used shall meet the requirements for Class A or B Concrete as provided in Section 601. The maximum allowable slump shall be 4 inches. The maximum water -cement ratio for the mix selected shall not be exceeded. Cast -in -place detectable warning panels used shall be composed of a vitrified polymer composite material. The color of the panels shall conform to Federal Color No. 33538, and shall be homogeneous throughout the product. The panels shall be cast into the wet concrete. Surface applied products shall not be allowed. The cast -in -place detectable warning panels shall meet the size and spacing requirements shown in the plans. 513.03 Construction Requirements. When a ramp is to be constructed on an existing sidewalk, any items that are planned to be retained but are damaged during the removal or construction operations shall be repaired at no cost to the City. Handicap Ramps shall be constructed in accordance with Section 502 and the current City of Fayetteville Standard Drawings. Cast -in -place detectable warning panels shall be installed into the wet concrete per the manufacturer's specifications. ST-125 I City of Fayetteville 513.04 Method of Measurement. Cast -in -place detectable warning panels will be measured by the square foot. Concrete used in Handicap Ramps will be measured by the square yard. Limits of measurement will be as shown on the Plans. 513.05 Basis of Payment. Work completed and accepted and measured as provided above will be paid for at the contract unit price bid per square foot for Cast -in -Place Detectable Warning Panels and per square yard for Handicap Ramp Concrete of the type specified, which price shall be full compensation for excavation and backfilling; for furnishing materials including joint filler; for constructing the ramp, for furnishing and placing cast -in -place detectable warning panels; and for all equipment, tools, labor, and incidentals necessary to complete the work. Payment will be made under: Pay Item Pay Unit NA -Cast -in -Place Detectable Warning Panel SF NA -Handicap Access Ramp SY Section 514. Project Signs 514.01 Description. This item shall consist of installing new project signs and supports furnished by the Contractor as shown on the plans, or as directed by the Engineer/City Engineer. The layout of the sign must be submitted to the Engineer for approval prior to installation. 514.02 Materials and Sign Layout. The structure and frame of project signs shall be wood or metal and shall structurally adequate to support the sign. Rough hardware shall be galvanized or aluminum. The sign surface shall be constructed of minimum 3/4-inch thickness exterior grade plywood with medium density overlay. Panels shall be of size to minimize joints. Overall size shall be 4' x 8' unless otherwise specified. ST-126 Standard Street and Drainage Specifications Paint colors will be selected by Owner. Information Content shall be as follows: Project title, logo, and name of Owner as shown on Contract Documents. Names and titles of authorities. Name, title and address of Engineer. Name of prime Contractor and major Subcontractors. Any additional information requested by Owner. 514.03 Construction Requirements. The Contractor will furnish new project signs and supports and shall install the signs at the locations as shown in the plans or as directed by the Engineer/City Engineer. The Contractor will maintain the signs during construction. Should the sign or support become damaged during construction, the Contractor will furnish the replacement. The project signs shall be installed within two days after commencement of mobilization. Project si ns are to be removed following the announcement of the roject's Final Com 3letion by the Engineer/CityEngineer/City Engineer. Final 12ayinent will be withheld until project signs have been removed. 514.04 Method of Measurement and Basis of Payment. Projects signs will be measured on a per each basis. Payment will be made for each sign constructed and installed according to the Plans and Specifications in the locations designated by the City. The price bid for each sign will be full compensation for all construction, installation, and maintenance of the signs. Payment will be made under: Pay Item Pay Unit NA -Project Signs EA Section 515. Handrail 515.01 Description. This item shall consist of furnishing and erecting galvanized steel handrail on box culverts, headwalls, retaining walls, sidewalks, or steps, where shown on the Plans, or as directed by the Engineer/City Engineer, in accordance with the details shown on the Plans and with these specifications. 515.02 Materials. (a) General. All materials used shall be new and shall comply with the requirements for the class and type of material specified. ST-127 City of Fayetteville All handrail materials shall be galvanized, powder coated steel, coated at the rate of 2.0 ounces of zinc per square foot of surface coated,with a 3 mil dry film thickness of powder coating top coat suitable for exterior application. The powder coating color shall be selected by the owner from a color chart provided by the contractor. 515.03 Construction Requirements. (a) General. All welding shall be in accordance with current provisions of Specifications for Welded Highway and Railroad Bridges, American Welding Society. Welding shall be done by the shielded are method and shall be done only by certified welders. Welding rods shall be low hydrogen suitable for use with the metal being welded. Welds joining sections of handrail shall be ground smooth prior to touch up painting. All damaged coatings shall be repaired in accordance with paint manufacturer recommendations and to the satisfaction of the City Other galvanizing and painting methods may be used if approved by the Engineer/City Engineer. Prior to installation, the Contractor shall contact the Engineer/City Engineer for his inspection of the Handrail. 515.04 Method of Measurement. (a) Galvanized steel handrail will be measured by the linear foot, completed and accepted. 515.05 Basis of Payment. Work completed and accepted and measured as provided above will be paid for as follows: Steel handrail_ acceptably completed and measured as provided above, will be paid for at the contract unit price per linear foot bid for "Steel Handrail," which price shall be full compensation for furnishing and installing all materials, including sleeves with plates, grout; and for all equipment, tools, labor, and incidentals necessary to complete the work. Payment will be made under: Pay Item Pay Unit NA -Steel Handrail LF Section 516. Cold Milling Asphalt Pavement 516.01 Description. This item shall consist of cold milling the asphalt pavement at the locations designated on the plans or by the Engineer/City Engineer and removing the resulting material from the street right-of-way. Unless otherwise provided, the reclaimed pavement shall become the property of the Contractor. The pavement remaining after milling shall provide a surface suitable for maintaining traffic. ST-128 Standard Street and Drainage Specifications 516.02 Equipment. The Contractor shall provide self-propelled equipment with sufficient power, traction, and stability to maintain an accurate depth of cut and slope. The equipment shall be capable of accurately and automatically establishing profile grade along each edge of the machine by referencing from the existing pavement by means of a ski or matching shoe, or from and independent grade control and shall have an automatic system for controlling cross slope at a given rate. The milling machine shall have an effective means for preventing dust resulting from the operation from escaping into the air. Provision shall be made, either integrally with the milling machine, or by the use of additional equipment, to remove the material being cut from the surface of the roadway. 516.03 Construction Requirements. The existing pavement shall be cold milled to a minimum depth as shown on the plans. 516.04 Method of Measurement. Cold Milling Asphalt Pavement will be measured by the square yard (SY) of pavement milled to the depth specified. No separate payment will be made for repair or replacement of manholes, valve boxes, or other appurtenances which are located and identified in advance of the cold milling operation and which are damaged by the Contractor. 516.05 Basis of Payment. Work completed and accepted and measured as provided above will be paid for at the contract unit price bid per square yard for Cold Milling Asphalt Pavement, which price shall be full compensation for all work as prescribed herein, and for all labor, equipment, tools, and incidentals necessary to complete the work. Payment will be made under: Pay Item Pay Unit NA -Cold Milling Asphalt Pavement SY Section 517. Tree Protection Fencing 517.01 Description. This item shall consist of providing, installing, and maintaining tree protection fencing per the detail in the Drawings at all the locations indicated on the Drawings and/or as directed by the Engineer. 517.02 Materials. 517.03 Construction Requirements. Tree protection fencing shall be installed at locations shown on the Plans, or as directed by the Engineer prior to any construction operations within the vicinity. Fencing shall be installed in accordance with the details on the plans, and shall be maintained so that it provides adequate protection throughout the ST-129 S City of Fayetteville Project. Fencing shall be removed after all work has been completed or when directed by the Engineer. 517.04 Method of Measurement. Tree Protection Fencing shall be measured by the linear foot (LF) of Tree Protection Fencing actually installed. 517.05 Basis of Payment. Work completed and accepted and measured as provided above will be paid for at the contract unit price bid per Linear Foot for Tree Protection Fencing, which price shall be full compensation for providing, installing, maintaining, and removing tree protection fencing, and for all labor, equipment, tools, and incidentals necessary to complete the work. Payment will be made under: Pay Item Pav Unit #21-Tree Protection Fencing IS ST-130 Standard Street and Drainage Specifications DIVISION 600. MATERIALS Section 601. Cast -in -Place Concrete 601.01 Description. This item shall consist of concrete in pavements, culverts, and miscellaneous structures, prepared and constructed in accordance with these specifications and conforming to the lines, grades, dimensions, and designs shown on the plans. Concrete shall consist of approved portland cement, fine aggregate, coarse aggregate, water, and any approved chemical admixtures mixed in the proportions specified for the various classes of concrete. All concrete shall be from a supplier approved by the Arkansas State Highway and Transportation Department. 601.02 Materials. The materials used in concrete shall conform to the requirements of AHTD Standard Specifications Section 802.02. Coarse aggregate gradation shall conform to the requirements for Class A, S, S(AE), and Seal Concrete in Section 802.02. Admixtures shall be used to improve certain characteristics of the concrete when specified on the plans. They may also be used when requested by the Contractor and approved by the City. The Contractor's request shall be supported with the manufacturer's certified formulation of the proposed admixture and with sufficient evidence that the proposed admixture has given satisfactory results on other similar work. Permission to use the admixture may be withdrawn at any time by the City when satisfactory results are not being obtained. Admixtures shall be approved by the City. Admixtures shall be -compatible with each other, as advised by the manufacturer. The admixture dosage rate ranges as recommended by the manufacturer shall be used. Should the dosage rate for any admixture not yield desirable characteristics in the concrete, the dosage of admixture used shall be based on test results obtained by trial batches. Admixtures shall be added to the mixing water by means of a mechanical dispenser that will accurately meter the additive throughout the mix water cycle. The dispenser shall be constructed and connected so that the Engineer/City Engineer can readily determine the amount of admixture entering the mixing water. 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. Fly ash used in concrete shall meet the requirements of ASTM C 618, Class C or F. Mixing of Class C and Class F fly ashes will not be permitted. Use of fly ash shall be discontinued immediately, as directed by the Engineer/City Engineer, when such use is determined to be causing the production of concrete that does not meet Specifications. 601.03 Classes of Concrete. Two classes of concrete are provided for in these specifications. The appropriate class of concrete shall be used as specified below or where designated by the Engineer/City Engineer. ST-131 R City of Fayetteville The following requirements shall govern unless otherwise shown on the plans: Class A concrete shall be used in curb and gutter, sidewalks, drop inlets, junction boxes, and miscellaneous concrete items. Class B concrete shall be used in box culverts, bridges and concrete pavement. These classes of concrete shall not be used if concrete is to be placed underwater. Concrete to be placed under water shall meet AHTD Specifications for Seal Concrete. 601.04 Classification and Proportioning. The concrete mixture shall be proportioned to insure a workable and durable concrete, as specified in the following table: Characteristic Class A Class B Minimum Compressive Strength (psi at 28 days) 3500 4000 Minimum Cement Content ba s per co. d. 5.5 6.0 Maximum Net Water Content Per Bag (94 lb.) of Cement (Gallons) 6.5 5.5 Slump Ran e Inches) 1-4* 1-4* Air Content Range (%) 4-7 4-7 Maximum FIL Ash Content 20% 20% *Maximum slump shall be 2" when slip form paving methods are used. For all classes of concrete, the concrete materials shall be using the Absolute Volumes method in accordance with the requirements for the class specified. The Contractor shall submit a mix design meeting the requirements of these Specifications. Certification that all materials used in the concrete mix meet the requirements of these Specifications shall be included with the mix design. No concrete shall be placed until a mix design is approved by the City. Compressive strengths for all classes of concrete will be determined from test cylinders made in accordance with AASHTO T 23. If the strength required for the class of concrete being produced is not obtained with the minimum cement content specified, additional cement shall be used at no extra cost to the City. 601.05 Sampling and Testing. During the progress of work, concrete test specimens will be made by the City or its authorized representative in accordance with American Concrete Institute testing procedures. Sampling frequency will be as specified in Section 107. Slump will be determined using AASHTO T 119. Air content will be determined using AASHTO T 152. Compressive strength specimens will be made in accordance with AASHTO T 23 and tested in accordance with AASHTO T 22. ST-132 Standard Street and Drainage Specifications Specimens for determining when forms may be removed, when a structure may be put in service, or when concrete piling may be driven will be cured, as nearly as practicable, in the same manner as the concrete in the structure and in accordance with AASHTO T 23, 601.06 Measurement of Materials. Materials will be measured by weighing, except as otherwise specified or where other methods are specifically authorized by the Engineer/City Engineer. Aggregates shall be measured separately and accurately by weight. Measuring devices, shall be operated in a manner that will consistently weigh the cement within ± 1% and the individual aggregates within ± 2% of the required weight. Measuring devices shall be so designed and plainly marked that the weights can be accurately and conveniently verified for the quantities of each component actually being used. Cement in standard packages (sack) need not be weighed, but bulk cement shall be weighed. The mixing water shall be measured by weight or by volume. The water measuring device shall be accurate to within 1 %. When the aggregates contain more water than the quantity necessary to produce a saturated surface -dry condition, representative samples shall be taken and the moisture content determined for each kind of aggregate. 601.07 Mixing Concrete. Concrete shall be thoroughly mixed in a mixer of an approved size and type that will insure a uniform distribution of the materials throughout the mass. The concrete shall be _mixed only in the quantity required for immediate use. Concrete that has developed an initial set shall not be used. Re -tempering concrete will not be permitted. Mixers and agitators shall not be charged in excess of the manufacturer's rated capacity. Concrete shall be delivered and discharged from the truck mixer or agitator into the forms within P/z hours after the introduction of the mixing water to the cement. In hot weather, or under other conditions contributing to quick setting of the concrete, the maximum allowable time may be reduced by the Engineer/City Engineer. Each mixture shall be accompanied by a truck ticket issued at the batch plant. This ticket shall include the following information: Unique ticket number. Identification of the truck. Date and time of batch ing. Total weights and/or volumes of each component. Total volume of mix. Total quantity of water added after batching. Time of discharge. Plants and transit mix trucks shall be equipped with adequate water storage and a device for accurately measuring and controlling the amount of water used in each batch. Truck mixers shall be capable of combining the ingredients of the concrete into a thoroughly mixed and uniform mass, and of discharging the concrete within the specified range of ST-133 e City of Fayetteville consistency. The concrete shall be mixed not less than 70 nor more than 100 revolutions of the drum or blades at the rate of rotation specified by the manufacturer as the mixing speed. The pick-up and throw -over blades in the drum of all mixers shall be maintained in satisfactory condition to assure thoroughly mixed concrete. If additional mixing water is required to maintain the specified slump, approximately 20 revolutions of the mixer drum at mixing speed shall be required before discharge of any concrete. No additional water shall be added without approval of the Engineer/City Engineer. 601.08 Handling and Placing Concrete. (a) General. The Contractor shall provide sufficient supervision, manpower, equipment, tools, and materials and shall assure proper production, delivery, placement, and finishing of the concrete for each placement in accordance with the specifications. The time interval between batches of concrete in a continuous placement shall not exceed 20 minutes. The minimum placement rate shall be 20 cubic yards per hour in bridges, box culverts, and retaining walls. In preparation for the placing of concrete, construction debris and extraneous matter shall be removed from the interior of forms. Struts, stays, and braces, serving temporarily to hold the forms in correct shape and alignment pending the placing of concrete, shall be removed when the concrete placement has reached an elevation rendering their service unnecessary. (b) Conveying. Concrete shall be placed to avoid segregation of the materials and the displacement of the reinforcement. The use of long troughs, chutes, and pipes for conveying the concrete to the forms will be permitted only when authorized by the Engineer/City Engineer. In case an inferior quality of concrete is produced by the use of such conveyors, the Contractor shall cease the use of that conveyor until such corrections in procedure are made to insure work of the quality specified. Open troughs and chutes shall be of metal or metal lined. Where steep slopes are required, the chutes shall be equipped with baffles or be in short lengths that reverse the direction of movement. Aluminum chutes, troughs, and pipes shall not be used for depositing concrete. Chutes, troughs, and pipes shall be kept clean and free from coatings of hardened concrete by thoroughly flushing with water after each run. Water used for flushing shall be discharged clear of the structure. When placing operations involve dropping the concrete more than 5', it shall be deposited through approved pipes. Walls of 10" thickness or less may be placed without the use of pipes, provided the concrete can be placed without segregation. (c) Placing. Concrete shall be placed in horizontal layers not more than 18" thick except as hereinafter provided. When less than a complete layer is placed, it shall be terminated in a vertical bulkhead. Each layer shall be placed and consolidated before the preceding batch has taken initial set to prevent injury to the green concrete and avoid surfaces of separation ST-134 Standard Street and Drainage Specifications between the batches. Each layer shall be consolidated so as to avoid the formation of a construction joint with a preceding layer that has not taken initial set. Concrete in footings shall be placed in the dry unless natural conditions prohibit. In that case, concrete shall be placed in accordance with Subsection 601.10. In order to separate water from the concrete, it will be permissible to utilize polyethylene sheeting or tarpaulins to maintain a physical barrier between the water and the concrete. When the placing of concrete is temporarily discontinued, the concrete, after becoming firm enough to retain its form, shall be cleaned of laitance and other objectionable material to a sufficient depth to expose sound concrete. To avoid visible joints as far as possible upon exposed faces, the top surface of the concrete adjacent to the forms shall be smoothed with a trowel. Where.a "feather edge" might be produced at a construction joint, an inset form shall be used to produce an edge thickness of not less than 6 inches. Immediately following the discontinuance of placing concrete, accumulations of mortar splashed upon the reinforcing steel and the surfaces of forms should be removed. Dried mortar chips and dust shall not be puddled into the concrete. If the accumulations are not removed prior to the concrete becoming set, care shall be exercised not to damage or break the concrete -steel bond at or near the surface of the concrete while cleaning reinforcing steel. After initial set of the concrete, the forms shall not be jarred and no strain shall be placed on the ends of projecting reinforcing bars. Concrete in walls and top slabs of box culverts shall.not be placed less than 24 hours after the concrete in previous placements has set. Provision shall be made for bonding the walls to the bottom slab or footing and the top slab to the walls by means of roughened longitudinal keys. Before concrete is placed in the walls or top slabs, the bottom slab, footing, or walls shall be thoroughly cleaned of extraneous material. No horizontal construction joints will be allowed in any wall of a box culvert unless provided on the plans or approved by the Engineer/City Engineer. (d) Consolidating. All concrete, during and immediately after depositing, shall be thoroughly consolidated. This shall be accomplished by mechanical vibration subject to the following provisions: The vibration shall be internal unless special authorization of other methods is given by the Engineer/City Engineer. Vibrators shall be of a type and design approved by the Engineer/City Engineer. They shall be capable of transmitting vibration to the concrete at rated frequencies of not less than 4500 impulses per minute. The intensity of vibration shall be such as to visibly affect a mass of concrete over a radius of at least 18 inches. The Contractor shall provide a sufficient number of vibrators to properly compact each batch immediately after it is placed in the forms and shall have in reserve at all times sufficient ST-135 City of Fayetteville vibratory equipment to guard against shut down of the work because of the failure of the equipment in operation. Vibrators shall be manipulated to thoroughly work the concrete around the reinforcement and embedded fixtures and into the corners and angles of the forms. Vibration shall be applied at the point of deposit and in the area of freshly deposited concrete. The vibrators shall be inserted and withdrawn out of the concrete slowly. The vibration shall be of sufficient duration and intensity to thoroughly consolidate the concrete, but shall not be continued so as to cause segregation. Vibration shall not be continued at any one point to the extent that localized areas of grout are formed. Application of vibrators shall be at points uniformly spaced and not farther apart than twice the radius over which the vibration is visibly effective. Vibration shall not be applied directly or through the reinforcement to sections or layers of concrete that have hardened to the degree that the concrete ceases to be plastic under vibration. It shall not be used to make concrete flow in the forms over distances so great as to cause segregation, and vibrators shall not be used to transport concrete in the forms. Vibration shall be supplemented by such spading as is necessary to insure smooth surfaces and dense concrete along form surfaces and in corners and locations impossible to reach with the vibrators. These provisions shall apply to precast products except that, if approved by the Engineer/City Engineer, the manufacturer's methods of vibration may be used. 601.09 Pumping. Concrete may be placed by pumping. The equipment for pumping shall be arranged and operated so that no vibrations result that might damage freshly placed concrete. The Contractor will be permitted to furnish coarse aggregate for concrete that is to be pumped in a size smaller than that specified provided that a suitable mix can be produced that will conform to the requirements for the class specified. Where concrete is conveyed and placed by mechanically applied pressure, the equipment shall be adequate in capacity for the work. The operation of the pump shall be such that a continuous stream of concrete without air pockets is produced. When pumping is completed, the concrete remaining in the pipe, if it is to be used, shall be ejected in such a manner that there will be no contamination of the concrete or separation of the ingredients. Concrete for slump and air content requirements shall be obtained at the discharge end of the pipe. The use of aluminum pipe as a conveyance for the concrete will not be permitted. 601.10 Depositing Concrete Under Water. Concrete shall not be deposited in water except when shown on the plans or with the approval of the Engineer/City Engineer. No ST-136 Standard Street and Drainage Specifications concrete shall be placed underwater without an approved mix design which meets the AHTD requirements for Seal Concrete. The supply of concrete shall be maintained at the rate necessary to raise the elevation over the entire seal by a minimum of V per hour or an approved retarder shall be used as necessary for lesser placement rates. For parts of structures under water, seal concrete shall be placed continuously from start to finish. The surface of the concrete shall be kept as nearly horizontal as practicable. The Contractor shall provide equipment and personnel to sound the top of the seal in the presence of the Inspector in order to verify the location of the seal at all times. Previously placed seal concrete shall not have taken its initial set prior to the placement of adjacent concrete. Concrete shall be carefully placed by means of a tremie or other approved method. Still water shall be maintained at the point of deposit. Concrete shall be deposited in such a manner that the planned horizontal concrete flow shall be no more than 15 feet. A tremie shall consist of a tube having a diameter of not less than 10", constructed in sections having flanged couplings fitted with gaskets and an approved foot valve. The tremie shall be supported so as to permit rapid lowering when necessary to retard or stop the flow of concrete. The discharge end shall be closed at the start of the work so as to prevent water from entering the tube and shall be entirely sealed. The tremie tube shall be kept sufficiently full to prevent the loss of the concrete seal. When a batch is dumped into the tube, the flow of concrete shall be induced by slightly raising the discharged end, -always keeping it in the deposited concrete. If at any time the seal is lost, the tremie shall be raised, the discharge end closed for a new start, and then lowered into position with the discharge end in the previously deposited concrete. Aluminum tremies will not be permitted. Dewatering may proceed when the seal concrete has been allowed to cure for a minimum of 72 hours at a water temperature above 45 degrees F. All laitance or other unsatisfactory materials shall be removed from the exposed surfaces that are to support other structural loads. 601.11 Joints. (a) Construction joints. Construction joints shall be made only where located on plans or shown in the placement schedule, unless otherwise approved by the Engineer/City Engineer. The placing of concrete shall be carried continuously from joint to joint. The face edges of all joints that are exposed to view shall be carefully finished true to line and elevation. The surface of the hardened concrete shall be roughened in a manner that will not leave loosened particles of aggregates or damaged concrete at the surface. It shall be thoroughly cleaned of foreign matter and laitance and saturated with water. If not detailed on the plans, or in the case of emergency, construction joints shall be placed as directed by the Engineer/City Engineer. Shear keys or inclined reinforcement shall be used ST-137 City of Fayetteville where necessary to transmit shear or bond the two sections together. When shear keys or inclined reinforcement is not provided, the concrete shall be roughened as directed. (b) Expansion and Fixed Joints. Joints shall be constructed according to the details shown on the plans. 1) Open Joints. Open joints shall be placed in the locations shown on the plans and shall be constructed by the insertion and subsequent removal of a wood strip, metal plate, or other approved material. The insertion and removal of the template shall be accomplished without chipping or breaking the corners of the concrete. Reinforcement shall not extend across an open joint unless specified on the plans. 2) Filled Joints. Poured expansion joints shall be constructed similar to open joints. When premolded types are specified, the filler shall be in the correct position when the concrete on the second side of the joint is placed. An approved joint sealer meeting the requirements of Subsection 601.11(d) is required in addition to the joint filler. The cavity for the sealer shall be formed by the insertion and subsequent removal of a wood strip, metal plate, or other approved material. All faces of the joint to be sealed shall be thoroughly cleaned by sand blasting, water blasting, or other approved methods prior to placing the joint seal material. Preformed expansion joint filler, non -extruding and resilient types, shall meet the requirements of AASHTO M 153. Type 2 (sponge rubber) shall be required to have a minimum -expansion of 125% and be within ± 0.1" of the specified plan thickness. Other types of joint fillers may be allowed if approved by the Engineer/City Engineer. (c) Contraction Joints. Contraction joints shall be constructed according to the dimensions specified in the plans and these specifications. The joints shall continue continuously across the full width of the concrete surface. Contraction joints shall be 1/8" to 3/8" wide and shall extend to a depth equal to '/4 to 1/3 of the thickness of the concrete being placed. All contraction joints shall be sealed with an approved sealant meeting the requirements of Subsection 601.11(d) for types 3, 4 or 5. (d) Joint Materials. Materials for filling and sealing joints shall be as shown on the plans and shall comply with the following requirements, as applicable: Type 1. A joint filler that is a uniform mixture of sawdust and asphalt material in the proportion of one -part asphalt to four parts sawdust, by volume. Asphalt material used shall be either MC-250 or SS-1. When this material is specified, the joint shall be filled to within 25 mm (1") of the pavement surface. The top 1" shall be sealed with a material complying with the requirements of AASHTO M 173. Type 2. A joint filler that is preformed, non -extruding, and resilient type, complying with AASHTO M 153 Type I (sponge rubber). ST-138 I Standard Street and Drainage Specifications The material for filling and sealing longitudinal, warping, contraction, and other specified joints shall be as shown on the plans and shall comply with the following requirements: Backer rod filler for Types 3, 4, and 5 joint shall be of resilient material approximately 3 mm (1/8") larger in diameter than the width of the joint to be sealed. All components of the joint sealant system, including the backer rod, shall be compatible. No bond shall occur between the backup material and the sealant system for types 3 and 4 joint sealers. Type 3. A joint sealer that is a one -part silicone formulation that does not require a primer for bond to concrete. The compound shall be compatible with concrete. Acetic acid cure sealants are not acceptable. The material shall be one that has been approved by the Engineer. Type 4. A joint sealer that is a one -part silicone formulation that does require a primer for bond to concrete. The compound shall be compatible with concrete. Acetic acid cure sealants are not acceptable. The material shall be one that has been approved by the Engineer. Type 5. A joint sealer that is a hot poured elastomeric joint sealant. The material shall comply with AASHTO M 282. The appendix of that specification shall be considered a part of this specification. Type 6. A joint sealer that is a 2 component, cold poured, synthetic polymer, complying with ASTM D 1850 with -the exception of penetration, which shall not exceed 100, and resilience, both original cured sample and oven aged, which_ shall be a minimum of 70%. Type 7. A- joint sealer that -is a hot poured elastic type complying with AASHTO M 173. 601.12 Forms. Forms shall be mortar -tight and of sufficient rigidity to prevent distortion due to the pressure of the concrete and other loads incident to the construction operations. Forms shall be constructed and maintained so as to prevent warping and the opening of joints due to shrinkage of the lumber. The forms shall be substantial and unyielding and shall be so designed that the finished concrete will conform'to the proper dimensions and contours. The design of the forms shall take into account the effect of vibration of concrete as it is placed. Forms for exposed surfaces shall be made of dressed lumber or plywood of uniform thickness, steel, or other approved materials that will provide a smooth surface, and shall be mortar -tight. Forms shall have a'/4" chamfer at all sharp corners unless otherwise directed. In the case of projections, such as girders and copings, forms shall be given a bevel or draft to insure easy removal. Metal snap -ties within the forms shall be so constructed as to permit their removal to a depth of at least 1" from the face of the concrete. Metal inserts or anchorages within the forms shall be so constructed as to permit their removal to a depth of at least 1" from the face of the concrete or be covered by being embedded a minimum of l" in the concrete. In case ordinary wire ties are permitted, all wires, upon removal of the forms, shall be cut back at ST-139 City of Fayetteville least'/4" from the face of the concrete. All cavities shall be filled with cement mortar and the surface left sound, smooth, even, and uniform in color. Forms shall be set and maintained true to the line designated until the concrete is sufficiently hardened. Before depositing new concrete on or against concrete that has hardened, the forms shall be re -tightened. Forms shall remain in place for the periods specified in Subsection 601.13. When forms appear to be unsatisfactory in any way, either before or during the placing of concrete, the Engineer/City Engineer shall order the work stopped until the defects have been corrected. The shape, strength, rigidity, watertightness, and surface smoothness of re -used forms shall be maintained at all times. Any warped or bulged lumber must be re -sized before being re- used. Forms shall be cleaned before being set to line and grade and shall be oiled prior to placing reinforcing steel in the vicinity of the forms. Materials or methods used in oiling the forms shall not result in the discoloration of the concrete. 601.13 Removal of Forms. In the determination of the time for the removal of forms and the discontinuance of heating, consideration shall be given to the location and character of the structure, the weather and other conditions influencing the setting of the concrete, and the materials used in the mix. Removal of forms shall be in accordance with the following schedule: Item Minimum Time Strength Requirement Top Slabs of RC Box Culverts 7 days 80% Specified Forms for Columns and Vertical Walls 24 hours N /A Side Forms for Parapets, Median Barriers, and Curb Faces 6 hours N/A Forms on surfaces that will require a Class 2 finish in accordance with Subsection 601.16 shall be removed at the earliest time permitted under these Specifications in order to begin finishing operations. Forms and their supports shall not be removed without the approval of the Engineer/City Engineer. Supports shall be removed in such a manner as to permit the concrete to uniformly and gradually take the stresses due to its own weight. Methods of form removal likely to cause overstressing of or damage to the concrete shall not be used. 601.14 Weather and Temperature Limitations. (a) Hot Weather. When the internal temperature of the plastic concrete reaches 85' F, the Contractor shall take the necessary precautions to insure that the temperature of succeeding batches does not exceed 90' F. Concrete batches with temperatures in excess of 900 F will be rejected. The method used to control the concrete temperature shall be approved in ST-140 Standard Street and Drainage Specifications writing by the Engineer. The temperature of the plastic concrete shall be determined immediately prior to its being deposited in the forms by inserting a thermometer to a depth consistent with the capabilities of the thermometer being used to obtain a true reading. Prior to beginning placement, the Contractor shall insure that sufficient materials, labor, and equipment are available during placement to implement the previously approved cooling process. (b) Cold Weather. Concreting operations will not be permitted when a descending air temperature falls below 40' F nor resumed until an ascending air temperature reaches 35' F without specific authority from the Engineer/City Engineer. Under no circumstances will the placing of concrete on a frozen subgrade be permitted. No concrete shall be placed unless the temperature of the concrete is more than 500 F when placed. If heating of the ingredients is necessary to meet this criterion, it shall be accomplished by a method such as dry heat or steam and not by direct flame. Water shall not be heated to more than 180 degrees F, and shall be combined with the aggregate before the addition of cement. Frozen aggregates may not be used. After concrete is placed, it shall be protected by insulated forms, blankets, enclosing and heating, and/or any other method approved by the Engineer/City Engineer that will maintain the temperature adjacent to the concrete at a minimum of 500 F for at least 5 days. Concrete .that has been frozen or damaged due to weather conditions shall be removed and replaced by the Contractor at no cost to the City. (c) Protection Against Rain. In order that concrete may be properly protected against the effects of rain before the concrete is sufficiently hardened, the Contractor shall have available at all times materials for the protection of the edges and surface of the unhardened concrete. Such protective materials shall consist of standard metal forms or wood planks having a nominal thickness of not less than 2" and a nominal width of not less than the thickness of the pavement at its edge for the protection of the pavement edges, and covering material such as burlap or cotton mats, or plastic sheeting material for the protection of the surface of the pavement. When rain appears imminent, all paving operations shall stop and all available personnel shall begin protection of the sides of the pavement and covering the surface of the unhardened concrete with the protective covering. Any surface finish damaged by rain shall be repaired or replaced to the satisfaction of the City at no cost to the City. 601.15 Curing Concrete. (a) Materials. Materials used in curing concrete shall conform to one of the following types: Burlap -polyethylene sheeting shall meet the requirements of AASHTO M 171. Polyethylene sheeting shall meet the requirements of AASHTO M 171. Copolymer/synthetic blanket shall meet the requirements of AASHTO M 171. Copolymer/synthetic blankets shall be a composite of a copolymer membrane material coated over a layer of absorbent nonwoven synthetic fabric weighing at least 6 ounces per square yard, uniform in appearance, and free from visible defects. ST-141 I City of Fayetteville Other approved sheeting materials shall meet the requirements of AASHTO M 171. Membrane curing compound shall meet the requirements of AASHTO M 148, Type 1-D or Type 2. (b) Application. The exposed concrete, immediately after finishing, shall be covered with one of the curing materials listed above and shall be kept continuously and thoroughly wet for a period of not less than 5 days after the concrete is placed. Membrane curing does not require the application of additional moisture. Membrane curing compound shall not be used on surfaces requiring a Class 2 finish. When membrane curing is used, the exposed concrete shall be thoroughly sealed by applying the membrane curing solution immediately after the free water has left the surface. The concrete inside the forms shall be sealed immediately after the forms are removed and necessary finishing has been done. For uniform application in the field on vertical concrete surfaces, the specified rate of application may be achieved by two coats applied at an interval of approximately 1 hour. The Contractor shall provide satisfactory equipment and means to properly control and assure the direct application of the curing solution on the concrete surface so as to result in a uniform coverage at the rate of 1 gallon for each 125 square feet of area. If rain falls on the newly coated concrete before the film has dried sufficiently to resist damage, or if the film is damaged in any other manner, a new coat of the solution shall be applied to the affected portions equal in curing value to that specified above. 601.16 Finishing Concrete Surfaces. Surface finishes shall be classified as follows: Class 1. Ordinary Surface finish. Class 2. Rubbed finish. Class 3. Sprayed finish. Class 4. Exposed Aggregate finish. Class 5. Tined Surface finish. Class 6. Broomed finish. Class 7. Grooved finish. All concrete shall be given a Class 1, Ordinary Surface Finish. In addition, if further finishing is required, such other types of finish will be as specified herein. Payment for finishes will be considered a part of the applicable item of concrete used. The following surfaces shall be given a Class 2 finish except when a Class 3 finish is specified in the plans: Exposed surfaces of retaining walls and box culvert wingwalls, surfaces of concrete rails, rail posts, rail end posts, rail bases, and parapets, including the outside face. ST-142 Standard Street and Drainage Specifications At the option of the Contractor, a Class 3 finish may be used on all surfaces requiring a Class 2 finish provided the same class of finish is used on the entire job. Sidewalks, curbs, exposed horizontal surfaces of inlets and junction boxes, and exposed horizontal faces of miscellaneous concrete items shall be given a Class 6 finish. Concrete pavement surfaces shall be given a Class 5 finish. The various classes of surface finish are defined as follows: (1) Class 1, Ordinary Surface Finish. Immediately following the removal of forms, fins and irregular projections shall be removed from all surfaces except from those that are not to be exposed or are not to be waterproofed. On all surfaces, the cavities produced by form ties and all other holes, broken corners or edges, and other defects shall be thoroughly cleaned, and after having been thoroughly saturated with water, shall be carefully pointed and trued with a mortar of cement and fine aggregate mixed in the proportion of 1:2. Mortar used in pointing shall be not more than 1 hour old. The concrete shall then be rubbed or sprayed, if required, and cured as specified under Subsection 601.15. Construction and expansion joints in the completed work shall be left carefully tooled and free of mortar and concrete. The joint filler shall be left exposed for its full length with clean and true edges. The resulting surfaces shall be true and uniform. Repaired surfaces, the appearance of which is not satisfactory to the City, shall be rubbed as specified under Class 2 finish. Exposed surfaces not protected by forms shall be struck off with a straightedge and finished with a wood float to a true and even surface. The use of additional mortar to provide a plastered or grout finish will not be permitted. The tops of caps in the area of the bridge seat shall be finished with a steel trowel or by grinding to a smooth finish and true slope at the proper elevation. (2) Class 2, Rubbed Finish. After removal of forms, the rubbing of concrete shall be started as soon as its condition will permit. Immediately before starting this work the concrete shall be thoroughly saturated with water. Sufficient time shall have elapsed before the wetting down to allow the mortar used in the pointing of rod holes and defects to thoroughly set. Surfaces to be finished shall be rubbed with a medium coarse carborundum stone, using a small amount of mortar on its face. The mortar shall be composed of cement and fine sand mixed in proportions used in the concrete being finished. Rubbing shall be continued until form marks, projections, and irregularities have been removed, voids filled, and a uniform surface has been obtained. The paste produced by this rubbing shall be left in place at this time. After concrete above the surface being treated has been cast, the final finish shall be obtained by rubbing with a fine carborundum stone and water. This rubbing shall be continued until the entire surface is of a smooth texture and uniform color. ST-143 City of Fayetteville After the final rubbing is complete and the surface has dried, it shall be rubbed with burlap to remove loose powder and shall be left free from all unsound patches, paste, powder, and objectionable marks. (3) Class 3, Sprayed Finish. The material furnished for sprayed finish shall be a commercial paint type texturing product produced specifically for this purpose, and shall consist of a synthetic non -alkyd resin containing mica, perlite, non -biodegradable fibers, and durable tinting pigments. The material shall be approved by the City. Unless otherwise specified in the Contract, the color of the sprayed finish shall be concrete gray, equal or close to Shade 36622 of the Federal Color Standard 595 A. Surfaces to be coated shall be free from efflorescence, flaking, coatings, dirt, oil, and other foreign substances. The sprayed finish shall not be applied over surfaces cured with membrane curing compound until 30 days has elapsed from application of the membrane. Prior to application of spray finish, the surfaces shall be free of moisture, as determined by sight and touch, and in a condition consistent with the manufacturer's published recommendations. The -spray finish shall be applied at a rate as recommended by the manufacturer and -as approved by the Engineer/City Engineer. The spray finish shall be applied with heavy duty spray equipment capable of maintaining a constant pressure as necessary for proper application. The completed finish shall be tightly bonded to the structure and shall present a uniform appearance and texture equal to or better than that required for rubbed finish. If necessary, an additional coat or coats shall be applied to produce the desired surface texture and uniformity. Upon failure to adhere positively to the structure without chipping or cracking, or to attain the desired surface appearance, the coating shall be removed from the structure and the surface given a rubbed finish, or another approved finish satisfactory to the City. (4) Class 4, Exposed Aggregate Finish. This type of finish shall be produced by scrubbing the surface of green concrete with stiff wire or fiber brushes, using a solution of muriatic acid in the proportion of 1 part acid to 4 parts water, or by sand blasting, until the cement film or surface is completely removed and the aggregate particles are exposed. The amount of aggregate exposure will be specified on the plans or designated by the Engineer/City Engineer. Any surface treated with muriatic acid shall be thoroughly washed with water to which a small amount of ammonia has been added to remove all traces of the acid. The resulting surface shall be an even pebbled texture. (5) Class 5, Tined Roadway Surface Finish. The concrete roadway surface shall be given a finish with a burlap drag, followed by tining. The surface shall be finished by dragging a seamless strip of damp burlap over the full width of the roadway surface. The burlap drag shall consist of sufficient layers of burlap and have sufficient length in contact with the concrete to slightly groove the surface, and shall be moved forward with a minimum bow of the lead edge. The drag shall be kept damp, clean, and free of particles of hardened concrete. ST-144 I Standard Street and Drainage Specifications The final finish shall be accomplished by using the drag finish as described above with the further application of a metal tine finishing device. The tine shall be approximately 0.032" by 0.125" of steel flat wire, 2" to 5" in length, and spaced on ''/2" to 1/4" centers. The grooves produced in the concrete shall be substantially from 1/8" to 3/16" in depth. The grooves shall be transverse to the centerline of the surface. The metal tine device shall be operated by approved mechanical or manual means. Other texturing equipment may be approved by the Engineer/City Engineer provided it produces a texture equivalent to that produced by the metal tine. The tining shall be terminated with a transition in depth 18" from the gutter line. The outer 18" of the tined surface shall receive a Class 6, broomed finish. (6) Class 6, Broomed Finish. After the concrete has been deposited in place, it shall be consolidated and the surface shall be struck off by means of a strike board, floated, and broomed. An edging tool shall be used on edges and expansion joints. The surface shall not vary more than '/4" under a 10' straightedge. The surface shall have a granular or matte texture. (7) Class 7, Grooved Finish. The roadway surface shall be grooved perpendicular to the centerline with grooves extending across the slab to within 18" of the gutter line. The grooves shall be cut using a mechanical sawing device that will leave grooves 1/8" to 3/16" in depth and spaced on '/2" to 1/4" centers. Section 602. Reinforcing Steel 602.01 Description. This item shall consist of reinforcing steel and miscellaneous accessories of the quality, type, size, and quantity designated, which -shall be furnished and placed in concrete according to these specifications and in conformity with the details shown on the plans, or as directed. 602.02 Materials. (a) Bar Reinforcement. Bar reinforcement for concrete in sizes up to and including #18 shall conform to the requirements of AASHTO M 31 or M 53. (b) Wire and Wire Fabric. Wire, when used as reinforcement in concrete, shall conform to the requirements of AASHTO M 32 or M 225. (c) Bar Mat Reinforcement. Bar mat reinforcement for concrete shall conform to the requirements of AASHTO M 54. (d) Epoxy Coating. When specified, reinforcing steel bars shall be coated according to AASHTO M 284 using a coating material that meets the requirements of Annex Al of AASHTO M 284. ST-145 I City of Fayetteville The Contractor shall supply to the Engineer a written certification that properly identifies the number of each batch of coating material used in the order; the material, quantity represented, date of manufacture, and name and address of the manufacturer; and a statement that the supplied coating material meets the requirements of Annex A 1 of AASHTO M 284. Patching material, compatible with coating material, inert in concrete, and meeting the requirements of Annex Al of AASHTO M 284, shall be provided by the epoxy coating manufacturer. 602.b3 Bar Lists and Bending Diagrams. All reinforcing steel shall be fabricated to conform to the details shown on the plans. Pins used for bending reinforcing steel shall be equal to or larger than that shown on the plans. Bar lists and bending diagrams for reinforcing steel and bar supports will not be reviewed or approved by the Engineer. The Contractor shall be responsible for the accuracy of the fabricated reinforcing steel. 602.04 Fabrication. Bar reinforcement shall be bent to the shapes shown on the plans. Bars shall be bent cold, unless otherwise permitted by the Engineer. No bars partially embedded in concrete shall be field bent, except as shown on the plans or specifically permitted by the Engineer. Radii for bends shall be as shown on the plans. When not shown on the plans, radii bends on the inside of bars shall be as specified below. Bar Number Minimum Radii Stirru s and Ties 4 bar diameters 3,4,5,6,7, or 8 6 bar diameters 9,10, or 11 8 bar diameters 14 or 18 1 10 bar diameters The Engineer/City Engineer or his representative shall have free access to the shop for inspection, and every facility shall be extended to him for this purpose. On a random basis, samples of bars, other than the additional test bars, may be taken by the Engineer. Epoxy coating applicators shall be CRSI certified. The Contractor shall inform the Engineer, in writing, at least 10 days prior to performing any of the cleaning or coating operations. The Contractor shall furnish to the Engineer the coating applicator's certification certifying that all materials used, the preparation of the bars, coating, and curing were done according to these specifications and that no bars contain more than six holidays per yard. The certification shall include or have attached specific results of tests of coating thickness and flexibility of coating. 602.05 Shipping, Handling, and Protection of Material. Bar reinforcement shall be shipped in standard bundles, tagged and marked according to the Code of Standard Practice of the Concrete Reinforcement Steel Institute. ST-146 I Standard Street and Drainage Specifications Steel reinforcement shall be protected from damage. When placed in the work, it shall be free from dirt, detrimental rust or scale, paint, oil, or other foreign substance. Steel reinforcement shall be stored above the ground on skids, platforms, or other supports. Epoxy coated reinforcing steel that is not incorporated into the work within 90 calendar days after delivery to the project shall be protected from exposure to the sun. Epoxy coating damaged during fabrication, shipping, or installation shall be repaired according to AASHTO M 284. Damaged areas less than 0.10 square inch need not be repaired but all areas larger than 0.10 square inch shall be repaired. The maximum amount of damage shall not exceed 2% of the surface area of each bar. All damaged areas shall be repaired according to the manufacturer's instructions. Repairs will be required on all sheared or cut ends of bars, end areas left bare during the coating process, and any areas where the entire coating is removed. All repairs shall be completed as soon as practicable and, in the case of bare end areas and sheared ends, before visible oxidation of the surface occurs. Epoxy coated bars shall not be flame cut. The Contractor shall exercise caution when placing and vibrating concrete to prevent any damage to epoxy coated bars. In order to prevent the vibrator from damaging the coated bars, the head shall be covered with a sheet of rubber or a similar material as approved by the Engineer/City Engineer. 602.06 Placing and Fastening. Steel reinforcement shall be accurately placed in the positions shown on the plans and firmly held during the placing and setting of concrete. Bars shall be tied at all intersections except where spacing is less than 12" in each direction, in which case alternate intersections shall be tied. Bundled bars shall be tied together at not more than 6' centers. Bar positions or clearances from the forms shall be maintained by means of stays, ties, hangers, or other approved devices. Reinforcing steel shall not be welded unless detailed on the plans or authorized in writing by the Engineer. Metal bar supports that are in contact with the exterior surface of the concrete shall have protection conforming with the CRSI Specifications, Class 1 for Plastic Protected Bar Supports or Class 2 for Stainless Steel Bar Supports, with the further provision that the plastic protection may be applied either by a dipping operation or by the addition of premolded plastic tips to the legs of the supports. Epoxy Coated Bar Supports that are coated according to the provisions of AASHTO M 284 using a coating material meeting the requirements of Annex Al of AASHTO M 284 may be substituted for Plastic Protected Bar Supports or Stainless Steel Bar Supports. All high chairs and bar bolsters shall be metal. Any bar supports that deform under foot traffic or other construction activities shall not be used. When concrete is to rest on an excavated surface, layers of bars shall be supported above the surface by metal chairs or by precast mortar or concrete blocks. The use of rocks, pieces of stone or brick, pipe, wooden blocks, or chunks of concrete will not be permitted as bar supports or spacers. Reinforcement shall be placed by the Contractor and inspected and approved by the Engineer/City Engineer before the placing of concrete begins. Concrete placed in violation ST-147 City of Fayetteville of this provision may be rejected and removal required. Unless otherwise shown on the plans, the spacing of supports shall conform to the recommendations of CRSI. Epoxy coated bars shall be placed on plastic coated or epoxy coated metal supports and shall be held in place by use of plastic coated tie wires or molded plastic clips especially fabricated for this purpose. Bar supports for epoxy coated bars shall be fully coated metal supports. Epoxy coated bar supports shall be coated according to the provisions of AASHTO M 284 using a coating material meeting the requirements of Annex Al. In placing epoxy coated bars, care shall be maintained to prevent coated bars from being damaged. After the coated bars are secured to bar supports, a final visual inspection shall be made and all uncoated or damaged areas coated or repaired as required by the Engineer/City Engineer. 6&07 Splicing. Reinforcing steel shall be furnished in the full lengths specified on the plans. Bars spliced as a result of unforeseen construction conditions or sequences will require the written approval of the Engineer. Splices shall meet the requirements of the current edition of the AASHTO Standard Specifications for Highway Bridges. Secondary rein -forcing used for distribution of loads, such as longitudinal bars in box culverts and retaining walls may be lapped 32 bar diameters minimum if bars are #6 or smaller. Primary reinforcing for columns and retaining walls which require splicing as a result of the lowering of footings shall be spliced at the upper end of the original bars. Required lengths of splices for primary reinforcing will be determined by the Engineer. In lapped splices, the bars shall be placed in contact and fastened together in such a manner as to maintain the minimum distance to the surface of the concrete as shown on the plans. Sheets of wire fabric or bar mat reinforcement shall overlap each other sufficiently to maintain a uniform strength and shall be securely fastened at the ends and edges. The lap shall be not less than one space of wire fabric or bar. ST-148 Standard Street and Drainage Specifications DIVISION 700. SPECIAL PROVISIONS Section 701. Detention Pond 702.01 Description. This item shall consist of all materials and labor necessary to construct the Detention Pond as indicated on the Drawings and/or as directed by the Engineer. 702.02 Method of Measurement. The Detention Pond will be measured as one complete lump sum installed and accepted. 702.03 Basis of Payment. The work required by this item will be paid for at the unit price as one complete lump sum. Price shall be full compensation for excavating, grading, material haul off and all labor, equipment, tools and incidentals necessary to complete the work as indicated on the construction plans. Payment will be made under: Pay Item Pay Unit #25-Detention Pond EA Section 702. Water Quality Feature (Bioretention) 702.01 Description. This item shall consist of all materials and labor necessary to install a Water Quality Feature as indicated on the Drawings and/or as directed by the Engineer. 702.02 Materials. Bioretention Soil Media The Bioretention Soil Media will consist of the following materials: 1. 75% - Concrete Sand (ASTM C-33 Gradation) 2. 15% - Compost 3. 10% -Natural Soil With a required organics component of the compost ranging from 30%-60%, the proportion of the compost should be limited so the total organic content of the resulting soil mix does not exceed 8%, if the species from the native vegetation list are used. Where non -natives are specified and approved, higher organic may be permissible. The clay content of the resulting soil mix may not exceed 5%. If used, clay must be low plasticity (CL) per Unified Soil Classifications System (USCS). If topsoil containing clay is ST-149 City of Fayetteville used, post -construction infiltration tests must be performed to ensure adequate infiltration rate. Pine Underdrain The underdrain shall be corrugated polyethylene tubing. The tubing shall be the heavy duty type and comply with AASHTO M 252. Corrugated polyethylene tubing with perforations shall have AASHTO M 252, Class 2 perforations. Granular Filter Material shall be No. 57 Stone. Filter Fabric shall be Mirafi FW404. 702.03 Construction. Pi a Underdrain The pipe shall be laid perforations down and the pipe sections joined securely with the appropriate coupling fittings or bands, or joint filler. The upgrade end of the pipe installations shall be closed with suitable plugs to prevent entry of soil materials. The granular filter media shall be placed and uniformly compacted with mechanical equipment to a stable condition. The'filter fabric shall be installed as shown on the plans. Bioretention Soil Media The Bioretention Soil Media shall be installed at the specified location as indicated on the construction plans. The media shall be placed in such a manner not to disturb any finished construction on site. Bioretention Soil Media shall be placed loosely and not compacted. Once the material has been placed, construction equipment shall cease to operate on or near the media. 702.04 Method of Measurement. Water Quality Feature (Bioretention) will be measured as one complete lump sum installed and accepted. 702.05 Basis of Payment. The work required by this item will be paid for at the unit price as one complete lump sum complete in place. Price shall be full compensation for excavating, material haul off, grading, furnishing and installing underdrain and bioretention soil media and all other labor, equipment, tools and incidentals necessary to complete the work as indicated on the construction plans. ST-150 Standard Street and Drainage Specifications Payment will be made under: Pay Item Pay Unit #26- Water Quality Feature (Bioretention Basin) LS #27-Water Quality Feature (Bioretention Forebay) LS Section 703. Landscaping Trees 703.01 Description. This item shall consist of all materials and labor necessary to furnish and install the Landscaping Trees as indicated on the Drawings and/or as directed by the Engineer. 703.02 Materials. All plants must be healthy, vigorous and free of pest and disease and shall meet the minimum quality requirements set forth by the "American Standard for Nursery Stock". All plants must be container grown or balled and burlapped as indicated on the plant list. All trees shall be 2" caliper with a single dominant trunk. Multi -trunk trees will not be acceptable without prior approval from urban forestry. All trees must be straight trunked, full headed, and must meet all requirements on the plans. The contractor is responsible for fully maintaining all planting material (including but not limited to watering, spraying, mulching, fertilizing etc.) in all planting areas until the work is accepted in total by the owner. The contractor shall completely guarantee all plant material for a period of one (1) year beginning on the date of total acceptance. The contractor shall promptly make all replacements before or at the end of the guarantee period. 703.02 Method of Measurement. Landscaping Trees will be measured as per each Tree installed and accepted. 703.04 Basis of Payment. The work required by this item will be paid for at the unit price for each Tree installed and accepted. Price shall be full compensation for all labor, equipment, tools and incidentals necessary to complete the work as indicated on the construction plans. Payment will be made under: Pay Item Pay Unit #28-Platanus Occidentalis (Sycamore EA #29-Quercus Rubra (Red Oak) EA #30-Acer Saccharum (Sugar Maple EA ST-151 City of Fayetteville Section 704. 6" Thick Reinforced Concrete 704.01 Description. This item shall consist of all materials and labor necessary to construct 6" Thick Reinforced Concrete in accordance with Section 601 and 602 of these specifications and as indicated on the Drawings and/or as directed by the Engineer. 704.02 Method of Measurement. The 6" Thick Reinforced Concrete will be measured as per square yard installed and accepted. 704.03 Basis of Payment. The work required by this item will be paid for at the unit price as per square yard installed and accepted. Price shall be full compensation for forming, steel reinforcement, reinforcement chairs, concrete material, placing concrete, finishing, jointing, curing and all labor, equipment, tools and incidentals necessary to complete the work as indicated -on the construction plans and/or directed by the Engineer. Payment will be made under: Pay Item Pay Unit #22-6" Thick Reinforced Concrete SY Section 705. 6" Thick Concrete Driveway 705.01 Description. This item shall consist of all materials and labor necessary to construct the 6" Thick Concrete Driveway in accordance with Section 503 and 601 of these specifications and as indicated on the Drawings and/or as directed by the Engineer. 705.02 Method of Measurement. The 6" Thick Concrete Driveway will be measured as per square yard installed and accepted. 705.03 Basis of Payment. The work required by this item will be paid for at the unit price as per square yard installed and accepted. Price shall be full compensation for forming, concrete material, placing concrete, finishing, jointing, curing and all labor, equipment, tools and incidentals necessary to complete the work as indicated on the construction plans and/or directed by the Engineer. Payment will be made under: Pay Item Pay Unit #23-6" Thick Concrete Driveway SY �11 aF%X Standard Street and Drainage Specifications Section 706. 2' Diameter Reinforced Concrete Pier 706.01 Description. This item shall consist of all materials and labor necessary to construct the 2' Diameter Reinforced Concrete Pier in accordance with Section 601 and 602 of these specifications and as indicated on the Drawings and/or as directed by the Engineer. 706.02 Method of Measurement. The 2' Diameter Reinforced Concrete Pier will be measured as per vertical foot installed and accepted. 706.03 Basis of Payment. The work required by this item will be paid for at the unit price as per vertical foot installed and accepted. Price shall be full compensation for pier layout, forming, steel plates, steel reinforcement, concrete material, placing concrete, curing and all labor, equipment, tools and incidentals necessary to complete the work as indicated on the construction plans and/or directed by the Engineer. Payment will be made under: Pay Item Pay Unit #24-2' Diameter Reinforced Concrete Pier VF Section 707. 2" Sch. 40 PVC Electrical Conduit 707.01 Description. This item shall consist of the work necessary to install 2" schedule 40 pvc electrical conduit with metallic bends for future electrical service. . 707.02 Construction. The 2" schedule 40 pvc electrical conduit shall be installed as shown on the plans. 707.03 Method of Measurement. 2" schedule 40 pvc electrical conduit will be measured by horizontal measure of the conduit installed. 707.04 Basis of Payment. The work required by this item will be paid for at the unit price per linear foot (LF). Price shall be full compensation for excavating, backfilling with ABC Class 7, 2" schedule 40 pvc electrical conduit, metallic bends, fittings, cap, t-post and all other materials, equipment, tools, labor, and incidentals necessary to complete the installation of 2" Sch. 40 pvc electrical conduit. Payment will be made under: Pay Item Pay Unit #31-2" Sch. 40 Electrical Conduit LF ST-153 F 1 FI E E) E PT . Y FUU M I N t! F^C41L.11YY 0 W. youtlig. for the City of Fayetteville c xf 5 m ri a �, '/'itiYh`RAAI �3 _ tams aWe[a r 'rl rr •�k E ref ...• '�. 1 �;��f ��` �+ �.�. ; •* - �, VNA �''� _ XIO 44 r� VICINITY MAP NTS -CITY OF Ta*4ye �• l� ARKANSAS ENGINEERING DIVISION f w ""I. -ems PLAN INDEX SHEET NO DESCRIPTION 1 COVER 8 INDEX 2 GENERAL AND EROSION CONTROL NOTES 8 LEGEND 3 SITE PLAN 4 GRADING PLAN 5 PLAN AND PROFILE: DRIVEWAY CULVERT CROSSING 6 EROSION CONTROL PLAN 7 TREE PRESERVATION PLAN 8 CONCRETE PAD JOINTING PLAN 9 DRIVEWAY JOINTING PLAN 10 DETAILS 11 DETAILS 12 DETAILS 13 EROSION CONTROL DETAILS 14 CONCRETE PIER LAYOUT AND DETAILS Original Signature on File at City of Fayetteville Engineering Division 125 Mountain Street y.► �;� Fayetteville, Ar 72701 r A1211AN�5AS REGISTERED p i PROFESSIONAL ENGINEER ,� 44No 10424 It-' fd KAN A R ISi R .-_C410MA:. NGR9EER NO. ;0424 GENERAL NOTES t, TEp11 OF PATETI: Yti S+FALL PROVIDE HORIZONTAL AND VERTICAL CONTROL WITH COORDINATES AND ELEVATIONS FORTHE CONTRACTOR TO ESTABLISH FISHER CONSTRUCTION STAKING, 2 CAUTION: UNDERGROUND UTILITIES EXIST WITHIN AND ADJACENT TO THE LIMITS OF CONSTRUCTION. AN ATTEMPT HAS BEEN MADE TO LOCATE THESE UTILITIES ON THE PLANS'. HOWEVER ALLEXISTING UTILITIES MAY NOT BE SHOWN AND THE ACTUAL LOCATIONS OF THE UTILITIES MAY VARY FROM THE LOCATIONS SHOWN SOME UTILITIES MAY HAVE BEEN RELOCATED SINCE THE TIME OF DESIGN AND THE CONTRACTOR'S NOTICE TO PROCEED PRIOR TO BEGINNING ANY TYPE OF EXCAVATION THE CONTRACTOR SHALL CONTACT THE UTILITIES INVOLVED AND MAKE ARRANGEMENTS FOR THE LOCATION OF THE UTILITIES ON THE GROUND. THE CONTRACTOR SHALL MAINTAIN THE UTILITY LOCATION MARKINGS UNTIL THEY ARE NO LONGER NECESSARY. ARKANSAS STATE LAW, THE UNDERGROUND FACILITIES DAMAGE PREVENTION ACT, REOUIRES TWO WORKING DAYS IN ADVANCE NOTIFICATION THROUGH THE ARKANSAS ONE'ALL SYSTEM CENTER BEFORE EXCAVATING USING MECHANIZED EOUIPMENT OR EXPLOSIVES (EXCEPT IN THE CASE OF EMERGENCY). THE ONE -CALL SYSTEM PHONE NUMBER IS 1-600 2-8998 THE CONTRACTOR IS ADVISED THAT THERE ISA SEVERE PENALTY FOR NOT MAKING THE CALL NOT ALL UTILITY COMPANIES ARE MEMBERS OF THE ARKANSAS ONEGALL SYSTEM: THEREFORE, THE CONTRACTOR IS ADVISED TO CONTACT ALL NONMEMBER UTILITIES AS WELL AS THE ON -ALL SYSTEM. THE LOCATION OF THE EXISTING UTILITIES SHOWN IN THE PLANS ARE APPROXIMATE. AND ARE THE LOCATIONS AT THE TIME OF DE51GN. 3. ALL PROPERTY CORNERS (IRON PINS) OR OTHER MONUMENTS LOCATED WITHIN PROPOSED CONSTRUCTION SHALL BE PROTECTED. 4 ALL TREES OUTSIDE THE CONSTRUCTION LIMITS SHALL BE PROTECTED AND SAVED. CAREAND DISCRETION SHALL BE USED TO PROTECT TREES NOT IDENTIFIED FOR REMOVAL. 5 CONTRACTOR SHALL FIELD VERIFY LOCATIONS AND ELEVATIONS OF ALL UTILITIES. WATER LINES AND SANITARY SEWER LINES WITHIN PROPOSED CONSTRUCTION LIMITS 6. THE CONTRACTOR SHALL PROVIDE ALL TEMPORARY DRAINAGE AS REQUIRED. ]. THE CONTRACTOR IS TO REMOVE AND DISPOSE OF ALL DEBRIS, RUBBISH, AND OTHER MATERIALS RESULTING FROM PREVIOUS AND CURRENT DEMOLITION OPERATIONS DISPOSAL WILL BE IN ACCORDANCE WITH ALL LOCAL, STATE AND IOR FEDERAL REGULATIONS GOVERNING 9Nt bftmFIWN6. B THE CONTRACTOR SHALL CONTROL EROSION ON THE SITE ALL DISTURBED AREAS SHALL BE SEEDED FERTILIZED,MULCHED AND WATERED AS DIRECTED BY THE SPECIFICATION AS SOON AS POSSIBLE AFTER CONSTRUCTION ACTIVITY IS COMPLETED. GRASS SHALL BE MAINTAINED AND MOWED AS NEEDED UNTIL THE PROJECT IS COMPETED AND ACCEPTED: THE SITE SHALL BE GRADED TO MAINTAIN POSITIVE DRAINAGE DURING CONSTRUCTION. WATER SHALL NOT BE ALLOWED TO POND 9 CONTRACTOR WILL BE HELD SOLELY RESPONSIBLE FOR AND SHALL TAKE ALL PRECAUTIONS NECESSARY TO AVOID PROPERTY DAMAGE TO ADJACENT PROPERTIES DURING THE CONSTRUCTION AT THE SITE. EROSION CONTROL NOTES 1, THE SWPPP MUST REMAIN ON SITE AT ALL TIMES 2. FOR SHALL BE IMPLEMENTED TO PREVENT THE RELEASE OF AIRBORNE DUST AND WATERBORNE SEDIMENT FROM CONSTRUCTION SITES, DISTLNEED AREAS SHALL BE MINIMIZED. DISTURBED SOIL SHALL BE MANAGED AND CONSTRUCTION SITE ENTRANCESIEXITS SHALL BE MANAGED TO PREVENT SEDIMENTTRACKING STREETS AND STORM INLETS MUST BE KEPT CLEAN AT ALL TIMES AND FREE OF LOOSE ROCK MUD DEBRIS. AND TRASH. MUD ON THE STREETS MUST BE PHYSICALLY REMOVED AND NOT WASHED OFF 9, CONSTRUCTION ACTIVITIES SHALL BE MAINTAINED SO THAT ADJACENT PROPERTIES ARE NOT UNREASONABLY BURDENED WITH SURFACE WATERS ASA RESULT OF SUCH DEVELOPMENT MORE SPECIFICALLY, NEW DEVELOPMENT MAY NOT UNREASONABLY IMPEDE WATER RUNOFF FROM HIGHER PROPERTIES NOR MAY IN UNREASONABLY CHANNEL tNATER TO LOWER PROPERTIES c. LAND SHALL BE REVEGETATED AND RESTORED AS CLOSE AS PRACTICALLY POSSIBLE TO ITS ORIGINAL CONDITIONS SO FAR AS TO MINIMIZE RUNOFF AND EROSION ARE CONCERNED. 5. A RECORD OF THE DATES WHEN GOADING ACTIVITIES OCCUR WHEN CONSTRUCTION ACTIVITIES TEMPORARILY OR PERMANENTLY CEASE DNA PORTION OF THE SITE AND WHEN STABILIZATION MEASURES ARE INITIATED SHALL BE INCLUDED IN THE EROSION AND SEDIMENT CONTROL PLAN EXCEPT IN IAIAND(8) BELOW STABILI TIONMEASURE5SHALLBEINITIATEDASSOONAS PRACTICABLE IN PORTIONS OF THE THE SITE WHERE CONSTRUCTION ACTIVITIES HAVE TEMPORARILY OR PERMANENTLY CEASED, BUT IN NO CASE MORE THAN 14 DAYS AFTER THE CONSTRUCTION ACTIVITY IN T1AT PORTION OF THE SITE HAS TEMPORARILY OR PERMANENTLY CEASED. IAG WHERE THE Y4'fl11LS kQF STAWWATMl1EA?l%GS IM THE. 14T phT drrR CONSTR UCTIONACOVAYTD$QI%RO.V *RPV**NXeiI VCEAWN PRECLUDED BY SNOW COVER. STABILIZATION MEASURES SHALL BE INITIATED AS SOON AS PRACTICABLE .E WHERE CONSTRUCTION ACTIVITY WILL RESUME ON A PORTION OF THE 5ITE WITHIN 21 DAYS FROM WHEN ACTIVITIES CEASED. (E.G. THE TOTAL TIME PERIOD THAT CONSTRUCTION ACTIVITY IS TEMPORARILY CEASED IS LESS THAN 21 DAYS) THEN' STABILIZATION MEASURES DO NOT HAVE TO BE INITIATED ON THAT PORTION OF THE SITE BY THE 14TH DAY AFTER CONSTRUCTION ACTIVITY TEMPORARILY CEASED (C) STABILIZATION PRACTICES MAY INCLUDE TEMPORARY SEEDING PERMANENT SEEDING, MULCHING GEOTE%TILES-SOD STABILIZATION, VEGETATIVE BUFFER STRIPS, PROTECTION OF TREES, AND PRESERVATION OF MATURE VEGETATION AND OTHER APPROPRIATE MEASURES- 6, EXCAVATION MATERIAL SHALL NOT BE DEPOSITED IN OR $O NEAR STREAMS AND OTHER STORMMATER DRAINAGE SYSTEMS WHERE IT MAY BE WASHED DOWNSTREAM BY HIGH WATER OR RUNOFF, ALL EXCAVATION MATERIAL SHALL BE STABILIZED IMMEDIATELY WITH EROSION CONTROL MEASURES, > DEBRIS, MUD, AND SOIL IN PUBLIC STREETS SHALL NOT BE ALLOWED ON PUBLIC STREETS BUT IF ANY DEBRIS. MUD, OR SOIL FROM THE SIFE REACHES THE PUBLIC STREET IT SHALL BE IMMEDIATELY REMOVED VIA SWEEPING OR OTHER METHODS OF PHYSICAL REMOVAL DEBRIS,MUO ORSOILINTHE STREET MAY NOT BE WASHED OFF THE STREET OR WASHED INTO THE STORM DRAINAGE SYSTEM. B. ALL STORAGE PILES OF SOIL. DIRT OR OTHER BUILDING MATERIALS SHALL BE LOCATED MORE THAN 25 FEET FROM ROADWAY DRAINAGE CHANNEL DR STREAM, WETLAND, AND STORMIA—F FACILITY, 9, CONCRETE TRUCK WASH AREAS NO WASHING OF CONCRETE TRUCKS DR CHUTES IS ALLOWED EXCEPT IN PROPERLY LOCATED AND CONSTRUCTED CONCRETE WASH PITS. PROPER RUNOFF AND EROSION CONTROLS MUST BE IN PLACE TO RETAIN ALL CONCRETE WASH WATER IC DEWATERING. ALL RAINWATER PUMPED OUT OF SUMPS AND DEPRESSIONS ON CONSTRUCTION SITES SHOULD BE CLEAR AND FREE OF SEDIMENT 11. PUBLIC STREETS AND SIDEWALKS SHALL NOT BE USED FOR TEMPORARY STORAGE OF ANY CONTAINERS OR CONSTRUCTION MATERIALS, ESPECIALLY LOOSE GRAVEL AND TOPSOIL. 12. iOPECIL PILES MUST BE PROTECTED ON ALL SIDESWITH BMPS AND THE SURF ACE MUST BE STABILIZED NO LATER THAN 14 DAYS AFTER CONSTRUCTION ACTIVITIES HAVE CEASED, 1Y THE MAIN CONTRACTOR ONSITE WILL BE RESPONSIBLE FOR RESTORING ALL EROSION AND SEDIMENT CONTflOL SYSTEMS AND PUBLIC INFRASTRUCTURE DAMAGED OR DISTURBED BY UNDERGROUND PRIVATE OR FRANCHISE UTILITY CONSTRUCTON SUCH AS WATER AND SEWER SERVICE LEADS, TELEPHONE. GAS, CABLE ETC, ER05ION AND SEDIMENT CONTROL SYSTEMS MUST BE IMMEDIATELY RESTORED AFTER EACH UTILITY CONSTRUCTION. 14. TOPSOIL A MINIMUM OF 4INCHES OF TOPSOIL SHALL BE REQUIRED IN AREAS TO BE REVEGETATED. ANY APPLICATION OF TOPSOIL AND SEEDING UNDER THE DRIP LINE OF A TREE SHOULD BE MINIMIZED TO 31NCHES SO AS NOT TO DAMAGE THE ROOT SYSTEM OF THE TREE - 15 101 UP TO 4:1 GRADE' REVEGETATION SHALL BE A MINIMUM OF HYDRC-SEED?NG WITH MULCH AND FERTILIZER. OR STAKED SOD OR GROUNDCOVER. SAID PLANTING SHALL PROVIDE COMPLETE AND UNIFORM COVERAGE THAT MINIMIZES EROSION AND RUNOFF IN NO MORE THAN TWO GROWING SEASONS 16 41 AND 3"GRADE THE SLOPE SHALL BE COVERED WITH LANDSCAPE FABRIC AND HYDRO SEEDED WITI MULCH AND FERTILIZER OR STAKED SOD GROUNDCOVER. SAID PIN RING SHALL PROVIDE COMPLETE AND UNIFORM COVERAGE IN NO MORE THAN TWO GROWING SEASONS. 17. SPILL PREVENTION AND CONTROL: THE CONTRACTOR SHALL EMPLOY BEST MANAGEMENT PRACTICES TO PREVENT POLLUTION BY SPILLS POLLUTANTS SUCH AS CHEMICALS FUELS. LUBRICANTS,ASPHALT RAW SEWAGE, CONCRETE DRUM WASH WATER AND OTHER HARMFUL WASTES SHALL NOT BE DISCHARGED INTO OR ALONGSIDE ANY WATERS OF THE UNITED STATES BUT SHALL BE DISPOSED OF IN ACCORDANCE WITH GOVERNING STATE AND FEDERAL REGULATIONS. STORAGE OF THESE MATERIALS SHALL NOT BE ALLOWED WITHIN 100 FEET OF A WETLAND OR WATERBODY IATHD11p06. 10 THE CONTRACTOR IS REQUIRED TO MAINTAIN ALL VEGETATED AREASWITHIN THE CONSTRUCTION LIMBS EY WAY OF WATERING, FERTIUZING. MULCHING AND MOVING UNTIL APPROVED AND ACCEPTED BY THE OWNER. LEGEND r LINETYPES EXari6 PRDFreEEP waiem...ave role.. I GAY I as me 1 cede OE vet- F— Kx „ e , ydr u g aTBmnme aEk F— SUg 1--1 I — � andmre Rune EX UE - PROP US u,tliry Eexwmwn, TR*e 1Xlli di�SYs fe.�K I SYMBOLS vPP Pv„e1Fde E, Sl—mkl ®LP L.11 ek C3 p, vs-1. Te]-TE aMe1e, : F— E.. vs uenmkv --iR tL/ we e GWW2 N re I_1 TEL PED Rnn ® iranablmn Pa. r WM Wam, Wu� YY F onpram Au mory ❑0 swm seunwe lszc Natal O 61ld s.Edrvsswn w,nuu. ORcmeea PZP4� Pmpaeea conve.e Demo 649 Hove uumears FLOODPLAIN NOTE: ACCORDING TO FLOOD INSURANCE RATE MAP (FIRM) PANEL NUMBER 05143CO22OF DATED MAY 16 2008, THE SUBJECT PROPERTY IS LOCATED PARTIALLY WITHIN SPECIAL FLOOD HAZARD AREA (SFHA) ZONE AE, WHERE BASE FLOOD ELEVATIONS HAVE BEEN DETERMINED, AND ZONE X, AREAS DETERMINED TO BE OUTSIDE THE 02%ANNUAL CHANCE FLOODPLAIN, HOWEVER, THE PROPOSED DEVELOPMENT WILL TAKE PLACE ONLY WITHIN SFHA ZONE X_ DII]AA MAAD e. __j J O w W ~ J Z J O uj Z WZ L� O V U 0 J 0 LLJ O ¢ p Z U W Z Lu CD Z y '^ Z �.J..e( Q V F Z P D=Z O<QIZ 00Lil n Z:� U Z � Lil j rr`�lrENTL•F /^�. i CITY PROPERT/ / r _ � �RECIRE DEPT ar 113W MOUNTAIN 113 W, LIO NTT q y® '1 l 11�./:, JI—_ v ` 51,'E Ci'4•_:.v3E �-. PLAT PAGE p:fiB3 = r �~\ /f e(f•�/ 'iOTAZSIP#A"A 14`d+GRES TDTAL 41REFN5" AREA 1. 5A f& �'!,^:..�.'`.-� �' -%k' �!3 '1'�97J.8,`ERvIP'�4FA•rl G ACFES. .., �+a4. fP 4GRON,,DETAGa1=-MR �. BOOK GAGE# 'Ta,E OFFICE .�J • �',- l` f/ / �-�\j �•k ._—_ _._. TOO40UIr1YA�I OF THE CLRK WASHINGTON I. rl HEIJL4SA5 Q F � r, ems" Scale; I— loo, Z Z co CITY PROPERTY'. y I Iew n ieursyn aloe =Sfl 90 m \ -&IosGnARCC tc ckm EWIVE 7-19955000 _ _ _.•Lu R109 v — EI�ATREl-f%EY. I �,. I. 113EMWNTAA ST e _ u- j \ N�S19E'Aam Irr ` CA "ET1 MMN AA T`T81 E I :�: - LL DETENTION POND i SUPERKA I#DUSTR,ES f .. . iWNL INC. PROPERTY 11 1 �\ "� t t �—f—•_,- — i1 .i l. CONCRETE PAD X 73flRETEn'iM)N z i — zo ¢ $ 9 \4 ayssTEv Burr, n,�/j \ t o Ld Ilk ?` p Nov 10, 2016 `E K '`` —'� 1 •w1r+.+eA f saw LACK s]) nrpVi31RAFDAO oAK MC 1 1 '�•1 l tiff. r Lt]'TIFP69T�h1 — •— — Y r — r — — ` j CITY PROPERTY yL �✓ IvnaPairF+a�.wRorTE: a _- J ®Dwra�c c B,ti W1 JZ0LLPR SEE DETAIL ✓ -- y_ I 100 d f0!} J LL f• r / Z If11 — `+I 1 SUPERIORINDUSTRIES III ,.: � / l3 FY �' `— W V Q DETENTION POND Scare. 1"= 100 CrRAvPAT v _ F► Z 0. I ujQ (7 a ff' i i ! -I LL, 11 /_ f '�� f✓ 3=S19�F.}ter`--.� 1 // J ♦t GRADE AREA AINT. Ley} /, SIORETEN lON 1 Lf "'I+ 1{'h ; ` k St1PER3OR INDNSTRIES 1 �` eP.sIN ! - ..� ". 'R41r .. - (/J '♦ INTNL INC, PROPERTY r� � . ✓ _ NLLJ CITY PROPERTY *� � '+� +, LL I!r ypIIl \.RI1EWAY...11.IJ.T`,"- r 1 ` 1 1RV`16E"FENTION BE GRADED TO FLOW INTO �m?flaB BIORETENTION BASIN N, 4:1 SLOPE III 4X4 OUTLET STRUCTURE - ` N, RIM ELEV: 1203 `A !. ., ➢61SIF.'4d£ UNfiER{XIALli '* 1 Ea 87RU4'TURB tlpTfINV CTU4 w 5 e M f:ppn0 r .� 1 =rf DETENTION POND ~ L^�RF.Ear�irlRlOky- y 42W r37 - _ l 1203`.r0 O N— \ a� z aZ CONCRETE i 1 / .J u. - PIER LAYOUT G j. :5' 71W SEE SHEET 14 ! ! y LLJ LLI •' \ � ` / ��f �� ' r u..a raA a im r SUPERIOR INDUSTRIES DETENTION DISCHARGE N' 9 !' SUPERIOR INDUSTRIES DETENTION " I I ? S t SU—E w L F OF 2a"RCP WI �z,$ a / t11W _— — — —`-------..».�s*!-• � e a INv our sz to tt PLAN DRIVEWAY CULVERT CROSSING F M f i � J�� r W J fA "AMP k�►rb1lril.{f. E-:T ;M DETAIL) 40 0 40 J (j) = O W LL Scale: 1-40' 'n v 0 L� /y ujz j a �o �P Ll F— C.)Q LL aQQ J a U LLI > � 2Q LL p Y � G 3 yF � i = s:a tg P I ELEV t1- t99213t LVC�f 0666 a, - aFit 0.n CD o-- '------------- _ - c-..rn-..ter. I . wW •-x _.om os Station PROFILE: DRIVEWAY CULVERT CROSSING 5 F "ED' AmEa 5 ° �r sY�" __ •' - may..' T �, K Fo11Y nMx tacwlo ®E 4L REfl, r:N]Efl D, dR VE,mG J ,s .,,vt -• ;,` '- - - �°s ue "'j i 1� - e J ' '• ` . DCN COr %"mxfa. FN -IiER GRYPROPERTY - ,5u ate•+ ,�'w "ri • a-,: o r�la . � f f. _�'``-'� .�:\ Tx .. +�'�:•,- f y., '`' ,1. - • scale: 1^=700, I ! f ofaTRS �.. a , I L-5•^.A "'S'_ 6: y. "4 ; .. _ '. j-� I i' atAPn cw�4AG+r I S t -` n.,a ncacuE� • - T , 0 pr` •, I"li'1 PROPERTY - u DETENTION POND / SUPERJOk INDllSTRIES IlT1iL l+.0 P90PEsi Y ��� � E ti•T9i-j T� 14 - E - Ul �. ` E � • . S Wy4Na. J J Q jLLa (� O Z ui 0 Z U. Z C)a� LU 0 (i w W LL ,..g ^""+�--• .,. t ��'I, CONCR€TE PAID '!�. !• - �' ES 9 99 r s i W i i I ti jc, F c I nk i • '��''�� �� � � ,� • Nov 10, 2016 Go BrBOW Regr. nrr,rrlt ie. Fl. R s �vilan 7iwriry Typt ,Fpt>r�,yfy,lku 6enfiiV Number of 2"CallrnrFrerxnabt Blanepd 7;',t; hF6cnly I n; :u mra a h l ism 0 Wwa eny. 436 0 'I - am er MC 11yy � rw l,�raarB-Ise _ {{ LU J_ Z U J _ r61, 51P L� U CITY OF FAYETTEVILLE STANDARD NOTES FOR TREE AND NATURAL AREA PROTECTION RE>fdE.m` #*� - V Z 1 PRIOR TO GRADING PERMIT TREE PRESERVATION MEASURES SHALL BE IN PLACE PER P{^. _ ,, h` Seale: 7"= 100' Z O 1 PROTECTIVEFDENATURAL AREAS PLAN } z APPROVEDTREE PRESERVATION jI / F'_ CES REPS SHOWN ON THIS PLAN TO BE PRESERVED SHALL BE ! I � _ �--,�+ PROTECTEDDUR ING CONSTRUCTIONWITHTEMPORARYFENCING, ! r I< �" 'I _ y- �'-. ,', BE ERECTED ACCORDING TO CITY OF FAYETTEVILLE STANDARDS a Z- - ` ` FOR TREE PROTECTION. _.. ".� �' �'' '�'+ - ; --- --- -�-- — r 4 PROTECTIVE FENCES SHALL BE INSTALLED PRIOR TO THE START OF ANY SITE PREPARATION s ` - y ' !T W WORK AND SHALL BE MAINTAINED THROUGHOUT ALL PHASES OF THE CONSTRUCTION �`'� ` r PRo.lEcr I > �.or f{ 1 q_, - Z (i� '� ER CSION AND SEDIMENTATION CONTROL BARRIERS SHALL BE INSTALLED OR MAINTAINED IN`'.-f W A MANNER WHICH DOES NOT RESULT IN SOIL BUILD-UP WITHIN TREE DRIPLINES All�`•,ir- 5-- - 6 PROTECTIVE FENCES SHALL SURROUND THE TREES OR GROUP OF TREES AND WILL BE O LL LOCATED ATTHE DRIPLINE FOR NATURAL AREAS. PROTECTIVE FENCES SHALL FOLLOW THE LIMITON CONSTRUCTION IN ORDER TO PREVENTTHE FOLLOWING. I 1N f e (} ©Y y A SOIL COMPACTION IN THE ROOT ZONE OF AREA RESULTING FROM VEHICULAR TRAFFIC fff V' T OR STORAGE OF EQUIPMENT. + B, ROOT ZONE DISTURBANCES DUE TO GRADE CHANGES (GREATER THAN S') ROOT TRENCHIN G NOT VIEWED BY CITY ARBORISTS Ltft6E OffC , rN♦ 'l f \ v+ C WOUNDS TO EXPOSED ROOTS. TRUNK OR LIMBS BY MECHANICAL EQUIPMENT H}C!f9RY ANDayln' W D. OTHER ACTIVITIES DETRIMENTALTO TREES SUCH AS CHEMICAL STORAGE, CONCRETE 3YCA�iBtE IN O Y r �L • TRUCKCLEANING AND FIRES'+="C'w+�T�• M� d BSI LL 6 EXCEPTIONS TO INSTALLING FENCES AT TREE DRIPLINES MAYBE PERMITTED IN THE FOLLOWING CASES. A. WHERETHERE ISTO BEAN APPROVED GRADE CHANGE IMPERMEABLE PAVING `. M1 r. • ��t, SURFACE TREE WEL L, OR OTHER SUCH SITE DEVELOPMENT- B" WHERE PERMEABLE PAVING IS TO BE INSTALLED WITHIN A TREES DRIPLINE, ERECT THE FENCE AT THE OUTER LIMITS OF THE PERMEABLE PAVING AREA (PRIOR TO SITE RAD G'✓ 4�} +i - INGSOTHISAREAIBGRADEDSEPAgATELYPRIORTOPAVINGINSTALLATIONTO '+y� RADIZE ROOT DAMAGE) O WHERE TREES ARE CLOSE TO PROPOSED BUILDINGS, ERECT THE FENCETCALLOW6 ,ram TO 10 FE ET OF WORK SPACE L V ANO�JW D WHERE THERE ARE SEVERESPACE CONSTRAINTS DUETOTRACTSIZE OR OTHER - CO.1^�T /'''. SPECIAL REQUIREMENTS. '+ '^( B y = WHERE ANY OFTHE HETRUBOVE K WITH NS STRAPPED IN PLANCE ING EING TO HEIGHT THAN 4 FEET TO �/ ATRUNK PROTECTTHETRUNK WITH STRAPPED ON PLANKING TOHEIGHT OFBFEET(OR 1' LIMITED LOWER BRANCHING) IN ADDITION TO THE REDUCED FENCING PROVIDED 1 TREES APPROVED FOR REMOVAL SHALL BE REMOVED INA MANNER WHICH DOES NOT O II O IMPACT TREES TO BE PRESERVED II ANY ROOTS EXPOSED BY CONSTRUCTION ACTIVITY S HALL BE PRUNED FLUSH WITH THE SOIL-� t4 BACKFILLROOT AREAS WITH GOOD QUALITY TOPS OIL AS SOON AS POSSIBLE IFEX POSED ROOT AREAS ARE NOT BACKFILLED WITHIN 2 DAYS, COVER WITH ORGANIC MATERIAL IN A '� MANNER WHICH REDUCES SOIL TEMPERATURE AND MINIMIZES WATER LOSS DUE TO EVAPORATION 10. ANY TRENCHING REQUIRED FOR THE INSTALLATION OF LANDSCAPE IRRIGATION SHALL BE PLACED AS FAR FROM EXISTING TREE TRUNKS AS POSSIBLE ItNO LANDSCAPE TOPSOIL DRESSING GREAT E R THAN 4 INCHES SHALL BE PERMITTED WITHIN I��! - V TH E DRIPLINE OF TREES NO SOIL IS PERMITTED ON THE ROOT FLARE OFANYTREE - I 12. PRUNING TO PROVIDE CLEARANCE FOR STRUCTURES- VEHICULAR TRAFFIC, AND EQUIPMENT SHALL TAKE PLACE BEFORE CONSTRUCTION BEGINS ` ` 1 13 ALL FINISHED PRUNING MUST BE DONE ACCORDING TO RECOGNIZED APPROVED STANDARDS OFT E FTHE INDUSTRY (REFERENCE THE AMERICAN NATIONAL STANDARD. ANSI-A300 PRUNING. 2008OR LATER) A CITY CERTIFIED TREE PRUNER MUSTBE RETAINED TO MAKE ALL PRUNING CUTS A LIST OF CERTIFIED TREE PRUN FES ISAVAILABLE FROMTHE URBAN FORESTER )) N 1a DEVIATIONS FROM THE ABOVE NOTES MAY BE CONSIDERED ORDINANCE VIOLATIONS IF THERE IS SUBSTANTIAL NON-COMPLIANCE OR IF A TREE SUSTAINS DAMAGE AS A RESULT _ 'ITiec 4 - � l"+eFemtimn Cofal;Cmin - I ' 57rarC Fce[ it rCCni ai the �.. ... To[al Sine Ama'Mn US Righ, of WCV and Ea menu 6ULL30 10Ex. 1: _ Zonn Des action 'SeleaD 1 w +irhd dawn P L l ucutl ai 15C 283 251y- NHOD'Svlec Beb wlrh D. Dn Arn No 0 0% 7 [ I Cano v for Mln mum Preservat on R u re men[s 150,283 25.OB6 ' Ek stin Tree Can oo1' M nus R i g h[of WC and Easements LLL794- TreeCanoD Prese'etl 1 104.520 17.45;. Tree Can.Removed 'On Si[e 7-174 12v. Tree C-op Removed `Off 5fte p �. Tree Canopy Removed Total 7, 174 1,2% Removed Below mini—m 45,663 Mitiation Re uirements 7.774 ' oao V p L .• XM.T* a 7 4 EE )' It01 R 'If#4tAYY AND AK#• z = 64F11Y 7m ir' ^ ' 1 CPIN :'TF; r^'1 � 1 � 0 00 G a� x� tt \ sZ C�]�r�c Oz D c?, 0' COF i.l.. n f ;` - Nov 14, 2016 - ' " rn Iniuq Furry B - YW w w rG 4YLiYii Yip �CNSTRUCTIONJOINTNOTES: W� J J 1 SHALL BE PLACED IN THE SLAB WHERE THE CONICREING OPERATIONS ARE TERMINATED 2-. E'THICKCONCRETE SHALL BE DOWELED WITH j" X 16-SMOOTH DOWEL GREASED ON AT ' V W LL Z LEASTONE SIDE@ 12"OC(SPEEDDOWELOR EQUIVALENT 3 DOWELS ARE TO BE PLACED AT MID DEPTH Z a AND 90' FROM JOINT.LL rK QN` Z ' Z CONTRACTION JOINT NOTES: 1 SHALL BE SAW-0UT TO OId. u F 0 7 2 UNSEALED JOINTS SHALL BE i"WIDE. 3 CONVENTIONALSAWCUTS SHOULD O W in OCCUR 4-12 HRS. AFTER FINISHING Lu i E LY.pRTRy oRY evil 3woU0OCCUR W BETWEEN 1-4 FIRS AFTER FINISHING U LL CONCRETE REINFORCEMENT: 1 SHALL BE 6%5- 9X 9SHEETS, NOT ROLLED. 2 REINFORCEMENT STEEL SHALL BE TERMINATED AT EACH JOINT. 3 REINFORCEMENT STEEL SHALL BE SUPPORTED ON CHAIRS OR PRECAST -CONCRETE BLOCKS TO HOLD IT IN POSITION, 2INCHES BELOW THE TOP OFTHE SLAB 1 4AMINI MUM OF ONE CHAIR OR PRECAST -CONCRETE BLOCK EVERY 25 SO. FT OF REINFORCEMENT. CONCRETE MIX. 1 CITY OF FAYETTEVILLE SPEC 60104, CLASS B(AE) 1 1 € . CONCRETE PLACING NOTES: 1. CHECKERBOARDPLACEMENTOF CONCRETE IS NOT PERMITTED. LONGv4- STRIP PLACEMENT IS RECOMMENDED AN ' ALTERNATIVE TO LONG STRIP PLACEMENT IS LARGE BLOCK PLACEMENT a IF THE CONTRACTION JOINTS ARE INSTALLED IN A TIMELY MANNER `pF Z COLD WEATHER PLACEMENT 1 CONCRETING OPERATIONS WILLNOT BE PERMITTED WHEN A DESCENDING AIR TENT PERATURE FALLS BELOW 40-F NOR RESUMED N 4 _ UNTIL AN ASCENDING AIR TEMPERATURE REACHES 35-F WITHOUT SPECIFIC AUTHORITY FROM THE ENGINEERICITYENGINEER 2 TO MAINTAIN A HIGH ENOUGH TEMPERATURE, Q\ W N — F�� Z� M F� < THE TOP EXPOSED SURFACE, CORNERS AND EDGES OF SLABS SHALL BE COVERED WITH CURINGBLANKETS 3 FORMS SHALL BE LEFT IN PLACE LONGER THAN TYPICAL WARM WEATHER PLACEMENT. D=' <Z O LL 0 O 4 HIGH-EARLYSTRENGTH CONCRETE WILL BE PERMITTED BASED ON A MIX DESIGN SUBMITTAL Y LLI F w n U Z Z z LLI 4 0 "Nov 22, 2016 FI Scale: 1— 20' 200'-0" f7-6" CO - 71G11[Y4 JORi TO PREVENT BONG WRAP PIER IN PL45TIC BEFORE POURING BIAS [E[I[ 50'-0" �' I-" .rcxMeFn i I TKYiJOINT Ilii A{ f� 1 JOINTING WILL BE LATER WITHIN THIS DETERMINED ATE AREA ATA 12'-6' 40 0 40 SCal, 1-40' PANELS WITH AS I DE DIMENSION OF LESS THAN 1Z SHALL BE REINFORCED WITH A MAT OF W BARS ON 12" CENTERS W r J � V F— z Q ti U- �- w � o W U U- r-"Nov 10, 2016 1 D/4 SAW CUTa' SAW CUT �' ! DISTRIBUTEDSTEELREINFORCEMENT MUST BE DISCONTINUED AT JOINTS DISTRIBUTED STEEL REIN FORCEMENT MUST BE DISCONTINUED AT JOINTS p D CONTRACTION JOINT NTS "EXPANSION MATERIAL WITH SEALER fi DISTRIBUTETEEREINFORCEMENT L S D MUST BE EL RED AT JOINTS � D 64gOTN 00WEL ONE SIDE LUBRICATED DOWELED ISOLATION JOINT NTS EXPANSION MATERIAL WITH SEALER DISTRIBUTED STEEL REINFORCEMENT I! MUST BE DISCONTINUED AT JOINTS ti , SMOOTH DOWEL ONE SIDE LUBRICATED ISOLATION JOINT NTS BUTT -TYPE CONSTRUCTION JOINT WITH DOWELS NTS 6" THICK CONCRETE PAD DISC REINFORCEMENT -CLASS B (AEI MIN 7FROM EDGE -BROOM FINISH T — ^ ^ — d — — — — 6"THICK CI —A IBABE COMPACTEDT095% MPO 2- MIN OF SELECT FILL COD PLATED T0LIFTS EPD PLACED IN B- LIFTS MAX f 1v/t �£Jti �J'.'\✓f`"e"/ \ir//t SECTION: 6" THICK CONCRETE PAD NTS _ - 20' 6" THICK CONICAETE -"THIS & IH41 -BROOM {'INeSN 2% '�'w�iSLy 1� ` ♦mot. ��'.�,� ti� � l ( �I'9 1 -i'I• l e 2sfIN CSEtiECT F'IiHl -_, 1� it CCMPACTEDT095% SPD PLACED IM C LIFTS MAX (r L SIC - I SECTION: CONCRETE DRIVEWAY NTS 20 2- ACHM ILAFACEV'07fYMl 2•ACHM BINDER C a7b: 1 ry . 10•, Z s M cFaIDT095% OWP/ACED IN 8'" SPD PLACED IN B-LYF9 , MAX SECTION: ASPHALT DRIVEWAY (DEDUCTIVE ALTERNATE #2( NTS ml Z ; f t Q Z aZ 0 � i LLJ w n z�g C� t Z r Ld } IV 22, 2016 10 e'y rsruor ou NOTE: 1- ALLTRENCH EXCAVATION SHALL BE IN ACCORDANCE WITH OSHA REQUIREMENTS. GRAD — GRAOE-REVEGETATE COMPACTED ItUff .VA --TOP OIL NATIVE MATERIAL �IVFYE- ,�j^S�f s•„V.M'�f-` 1'f���< VARIES 6' MIN. PIPE BEDDING MATERIAL (SEE #67 STONE ASTM Dq E) 3 MIN. MIN. C1A55 ]0.B.C. BACKFILL COMPACT TO 95% MODIFIED STORM SEWER BEDDING (NON -PAVED AREA) PROCTOR DENSITY NM NOTE 1. ALLTRENCH EXCAVATION SHALL BE IN ACCORDANCE WITH OSHA REQUIREMENTS 7GlcFKAM To SPECIFIED DENSITY MATCH SUBGRADE ELEVATION �r C CLASS 7A. B-C-BACKFILL R- # COMPACT T095%( d) '4 t VARIES RCPSTORM,�il SEWER PIPE ♦, •. - - TPIPEBEDDING MAER MATERIAL (SIZE #E _ - '+ q•MIN, STONE ASTM D<A6) ALL AROUND PIPE L 12` 12' �.J MIN. MIN, STORM SEWER BEDDING (PAVED AREA) NTS SIZE PER TABLE 1 (q MIN) `{.,.. a-r _. DIAGONAL BARS 6Ile, rlj 1ISOLID WALL - CORRUGATED HDPE ' r _ -- -- • - B �J VYEEO HI (TYPJ PLAN VIEW SECTION,UNDERDRAIN 0UTFALL PROTECTION NTS 6" 6 y� ELEVATION:UNDERORAIN OUTFALL PROTECTION NTS # I N 10D YEAR STORM ELEV. = t%i.S6 VV TURFGRASS Q'6 %Yi3UTiET EiSIJj - - `19 RCP OUTFALL INVERT 115925 B'MIN. COMPACTED CLASS ] BASE L'N'r9ELDC1K S4AGRxpE CROSS SECTION; DETENTION OUTLET STRUCTURE NTS OUTLET STRUCTURE NOTES E"DIA. 1. ALL EXPOSED CAR NERS TO HAVE W FL'LE13 CHAMFER 2, ALL REINFORCEMENT BARS SHALL BE GRADE 60 AND SHALL HAVE A MINIMUM 2" COVER UNLESS OTHERWISE NOTED 3. CONCRETE SHALL HAVE A MINIMUM COMPRESSIVE STRENGTH OF 35M p.s iT-TOP 18" @Cat+ SHALL BE CASTUN-PIACE. d. INVERTS SHALL BE POURED MONOLRHICALLY WITH FOOTING 5. PIPES MAY ENTER BOX FROM ANY ANGLE OF dRYVS'1 ELEVATION AS DIRECTED BY THE ENGINEER. REINFORCING BARS SHALL BE CUTTO CLEAR PIPE BY Z'.. 6. THE EXPANSION JO WT SHALL HAVE A THICKNESS OF 12' AND CONFORM TO AASHTO M213 E' MIN .@9"O.G, EACH WAV T TYPICAL ALL WALLS D'CLR .� 2" DIA. WEEP HOLE (TYP.) � J f. 6' MJN, J nano•+ V v. ilGE-HKR"fF::: THICKNESS .; vLus 6" f'tYf '^ 2'CLEAR V '^ Z N SECTION B-B —E• E a LZ �L w LrL ❑ v — - • • O rw --- OEINnN FOUR SIDES (L W I� YMR�.j 4'O.C. � ❑ LLI —pIP[TMN3tNFJ8 � -- — - PLUS 6" ! 1 01`PIN'[d 5' MIN. COMPACTED CLASS ] BASE ELEVATION STRUCTURE W.*4 B ACHPCN TARUEE N IDE D ETER DF i T'YA E OvG� 08 OCEW t LL LW ®9O E. LI MIT DEFLECTIOVTO 60 DEGREES IFGREATERUSE NEXT LARGER MAVHOLE DIAMETEWSIZE DETENTION OUTLET STRUCTURE NTS IAETRNTjON FORESAY IQRETENTIDN SOIL MEDIA pTA3,L FESV€I 75% -CONCRETE SAND (ASTM C43 GRADATION) GRASS (BERMUDA) 151-COMPOST /-TURF 10%-NATURAL SOIL DETENTION POND '• O.'Ett FAB%1D ���t Y�NO 5]STONE tPERFORATEO UNDERDRAIN SECTION: BIORETENTION FOREBAYB DETENTION NTS v L MY '- BIORETENT-QI.SOIL MEDIA . v v 75%- CONCRETE SAND(ASTM C-33 GRADATION) v V 15%-COMPOST Y 10%-NATURAL SOIL u V W L PLAN: BIO RET ENTION BASIN NTS 20' scaR>tesRFSiCUEI 2''Lr � FILTER FABRIC (MIRAFI FWaD4) 6-kO. ST.STO%f +' PERFORATED UNDERDRAIN SECTION A-A:BIORETENTION BASIN NTS B' 1 EXTEN{]16' MIN &EY^JIM RIP RAP 12-MIN 2 Z' MIN RIFTS. FA9RIC(MIRAFI 1160N) O UTFA LL PROT ECTION NTS CE!TRUNK DIAMETER t FOOT PER, 1 INCH TRUNk DIAMETER TREE PRESERVATION FENCING DETAIL NTS rE�.c+w R isOR1 AT R DO �•�PI AN SINGLE TREE ORANGEESA FETY FENCE SEZIRTIES'C SECURE cE TO T-PST `}RACpTl 16rC ww RIAELING +sac PLAN SINGLE TREE _ FENCING CG�ntl[iMRF'R+U[ L.roEI'A TElm[[dJH +nee m T r'alr N1R'JOC tiMLf 1� •ma co ua r— 4-0 MIN MIN �4)' MIN VHS' MIN CRITICAL ROOT ZONE 1 FOOT PER 1 INCH TRUNK DIAMETER TREE PRESERVATION PLANKING DETAIL NTSNOTES TREES SHALL BE CALIPER MINIMUM 2 THE HOLE FOR THE TRTHEEE SHALL BE E%GAIPIED 11 L MES THE SIZEOCESSAROANDAS DIRECTED By rHE PRKE OJECT MANAGER I REMOVE ANY TREE ROPE FLAGGING. WRAPPING OR "ARES 9 >'gVll{Yrr LfrGi gl?+dN 4FrSK1� Q 6 IXRY iLf4°,t.[1S iT TY('Y.i+iNT14 'ElOVEE%LESS SO� FROM TOP OF BALL IF NEEDED SET TOPOFBALLI TO ABOVEFINISHED BADE TO ALLOW FOR SETTLING AFTER SETTING F BILL IN PI-INTINGLCUT AWAYR REMOVE THE Wt REBE OR T� FROM BALLGUiAwCUT OR nWOVE ALL v OR REMOVE PES EUNLA' IF ALL BEGINS FALLING APART DURING INSTALLATION ON —LE 'EIGING TIE RE BASKET CUT AWAY ONLY HALF OF THE EURLAF 0 SET TREE PLUMB SO THE MAN LEADER IG STRAIGHT 2 TO 3 TIMES ROOTBALL DIAMETER TREE PLANTING DETAIL NTS F1'Wi'-AT& W916RICfF�IiMU# NR# .+a�.laD+<ra +,�uazAla a olrTra Re'I,O�T YNN9[a YATBR IIM�,OIl6�l+14iLW' 1FMI1'ROL,IFTl �O,Idi ttlM MLCE BREAKDOWN ALL11 HOLES WITH TAPEREOFDSIES E OR SET BALL ON FIRM SOIGHEN SIDES THEDHO UNDISTURBED SUBGRADE 12 C7 i Z � W 9 D.F. 1�a�i;nr-� rrr fr L �61f14:117i€u���';n� a>_ I ,w IFOfl BlRlBl Ul. THnN3i1��+ncE f: a �VI cE SILT IEF rM-TH. VMo 6ACXEM6IN T.13 5x1PPR R *Il�v,.E ifr',-I— a, -,ET q Ts WLI mm Aw N.TLAyr IpATE NOTET f N A PROMINENT. PUBL ICLv ACCESSIBLE iION NEAR THE MAN ENTRANCE OFTTB E SITE SUCH THAT THE DOCUMENTATION CAN BE READ w1i ROUT ACCESSING THE 1CBS7E. BUT NOT OBSTRUCTING VIEWS AS TO CAUSE A TRAFFIC ..A ILPCETED DOCUMENTS MUST BE MAINTAINED IN A CLEARLY READABLE CONDITION AT ALL TIMES U CONETRUCTIOry ANO UNTIL THE NOTICE OF TERMINATION INOTI IS FILED FOR T"E x A CONTRACTORI5RESPONSBLEFORENSURINGSTABILITYOFTHESWFPPINFORMATIONMAIL— SWPPP INFORMATION MAILBOX "AT El ILI AN'n'TANLAT ON SMALL COMPLv WTH AETM D Sds3 LATEST EDITION 3 EL GRADE ALONG THE CONTOUR W TH THE ENDS CURVED UFIILL TO PROVIDE SUFFICIENT UPSTREAM STORAGE VOLUME FOR THE ANT C PATE. RUNOFF 3 .HER FASATATENATEREgF.R _NTAL'v SPACED EVERv 30'1 ALL SPEFACEIATE DEH VUHIIRRHEIC N THE eUSERC FO vnE DEGREES TUTTLRA T- T oEo TO CR A IF EDO e WFE N TWO PECTI INS CElTLTN`7EN`CB"ABR DO IHEI SHALL BE F'A ae ROUND D SECURE vxTH a TIES CO.FACT THE wETR_ S BEFRST coMPAc EACH SIDE TWICE FOR A:o*� OF Faun As NEEDS EOONSTECONDTONSANDAFPLCABLEAGE- 1 ENT s ACCUMUSATEDB O ONEETn RDATHE HEIGHT OFEHE SILT FENCE ENCEE cMA iENANCE CLEANOUr ECONDUCTED PREVENT O ACCUMULATED IMENTS FROM REACHING - H R0 TH ENCE >AJ.Auv 2/l IL K+EXCAVATED 'XtEBEHIND s LEll- L BE S70CI IIIED IN AN uawND f V"l `RM' i(.. 38 96 CFO LI} LB6tAf 1M+. n0 VLriv, •A✓f 4• Nf fi±M Lw. M�.tTJ'u0 f 3 KWUA f[.M1CM S� LRT +4•f¢ •+e .�'1reM•C!i>r �D � t�Y+MrYnM.M xa� Vl1N1a4 SLNYV�>Nw 2 ^a L1"'pM?ny !1M L KfAiTtt4N+4.LEER[��30b1KRttD�4N.4CDi4d0Mly FBC9kW[9 NTS —5.MIN•— +woclLtun W.. � OOO FRAMEA.E uTCRa .MILs•.un::,wt� FASTEN E PER mT YP1G 'S�]sM:9TNQ4 ,E iM LL'4' u �PLYWCOD Ly I •II POSTS RETAL r WWD —NOTES TIE NT DRDMENSION x Cbl".ETLYFfSrtYlTEwg1.A, F. FRoY T.F. sersERE NLET THE CONCRETE WASHOUT SIGN HALL BE INSTALLED W THIN 30 FT OF W E TEMPORARv CONCRETE TEMPORARY TIMBER CONCRETE WASHOUT FOR UNPAVED AREAS NTS OMJLlCw�Cin lRg6aK 4a0! �N Cs4FPs ]\ �AvxT SECTION Ads TLTERnpc + REPLACE CONTAMINATE. STONE As REQUIRED TO PREVENT TRAONING OF SEDIMENT OR MUD ON ?u ETPTE CSTREETS O IILV WITH BROOM AND SHOVEL THE USE OF WATER IS PROHIBITED A ALLEEHICLES MUST USE CONsiRUCT10N E%IT HEE_WAEs RE.UIRED. IT SHALL BE DONE ON AN AREsiaBIUZE. W TH CRUSHED A STONE THAT DRAINS INTO AN APPROVED SEDIMENT TRAP OR SEDIMENT BASIN ;ONSTRUCTION EXIT SEE H 0 W:1 a SLL O W >- j_z J J �Kw< w ~w� �a w >. w Vw O LL U Nov 10. 2016 Bid 16-64,Addendum 1 Date: Tuesday, December 06, 2016 To: All Prospective Vendors From: Les McGaugh — 479.575.8220 — Imc au h fa etteville-ar. ov RE: Bid 16-64, Construction — Fire Department Training Facility CITY ay'F�ville This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. This Addendum includes a revised bid form which shall be used by all bidders. Failure to submit the correct revised bid form in a printed sealed format shall result in bid rejection. a. . Bidders shall submit a printed physical copy of the enclosed revised bid form, this addendum, and all other required documents b. Bids shall be submitted in a sealed envelope prior to deadline according to submittal procedures outlined in the Project Manual. NO ELECTRONIC COPIES WILL BE ACCEPTED. Required Bid security shall be a cashier's check from a bank doing business in the state of Arkansas or a corporate bid bond. No Certified checks shall be allowed-. 3. A non -mandatory pre -bid meeting was held at the end of East Borick Drive on Wednesday November 30, 2016 at 10:00 AM. The sign in sheet of all attendees is attached with the distributed Plan Holder's List. The following items were discussed during the pre -bid meeting: Water shall come from a metered hydrant from the cul-de-sac on Borick Drive. No water -shall be taken from the White River b. Pier depth is currently 4'-0". Concrete pier layout and Detail (Revised) is attached. 4 ,.,1der.,uIr p, c., 1 I 1 7elecarnrnunicat€ons Device for the Deaf iDU (479) 521-1316 113 west Mountain - Payettevrite, AR 72701 I DOCUMENT 0400 —BID FORM Contract Name: Fire Department Training Facility Bid Number: 16-64, Fire Department Training Facility BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: 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 — Addendum #1 00400 — 1 I DOCUMENT (10400--I3I1) FORM (continued) ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefuily 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. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) d11 such additional or supplementary examinations, 00400-Bid Form — Addendum #1 00400 — 2 DOCUMENT 00400 —BID FORM (continued) 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. 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. 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 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 00400-Bid Form — Addendum #1 00400 — 3 DOCUMENT 00400 —BID FORM (continued) 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 Bidders are required to provide pricing for all line items, including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejection. The City intends to award this contract to the lowest qualified responsive responsible bidder based on the total base bid as long as the base bid amount falls within the amount of funds certified for the project plus 25%. In the event no bid falls within the amount of funds certified for the project, plus 25%, the City will utilize the deductive alternates in order to further evaluate bids until a bid received falls within the amount certified, plus 25%. In the event all deductive alternates are subtracted from the total base bid and no bid falls within the amount certified, plus 25%, all bids shall be rejected and become confidential. In no case shall the amount bid for the item of "mobilization" exceed 5% of the total contract amount for all items listed in the proposal or bid. Should the amount entered into the proposal or bid for this item exceed 5%, the bid shall be rejected. Bidder shall complete the Work in accordance with the Contract Documents for the following price(s): BID SCHEDULE 1 ITEM NO. SPEC. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 1 511 Mobilization (Not to exceed 5% of total bid) LS 1 2 Insurance and Bonding LS 1 3 112 Trench & Excavation Safety Systems LS 1 4 201 Clearing, Grubbing & Demo LS 1 00400-Bid Form — Addendum #1 00400 — 4 DOCUMENT 40400 ---BID FORM (continued) BID SCHEDULE 1 ITEM NO. SPEC. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 5 202 Unclassified Excavation (Plan Quantity) CY 4300 6 202 Select Embankment (Plan Quantity) CY 3800 7 203 Subgrade Preparation (Plan Quantity) SY 4800 8 204 4" Topsoil SY 2300 9 205 *Undercut and Stone Backfill CY 100 10 301 18" RCP Under Pavement Class IV LF 20 11 301 18" RCP Class III LF 140 12 301 24" RCP Class III LF 50 13 301 18" RCP FES EA 1 14 301 24" RCP FES EA 2 15 302 Detention Pond Outfall Structure EA 1 16 306 Rip Rap with Filter Blanket (1' depth) SY 15 17 401 8" Aggregate Base Course (Class 7) SY 4800 18 505 Seeding and Mulch SY 2300 19 505 Solid Sod SY 1200 20 509 Erosion Control LS 1 21 517 Tree Protection Fencing LF 350 22 601 602 704 6" Thick Wire Reinforced Concrete SY 3415 00400-Bid Form — Addendum #1 00400 — 5 DOCUMENT 00400 —BID FORM (continued) BID SCHEDULE 1 ITEM EST. UNIT NO. SPEC. DESCRIPTION UNIT QTY PRICE TOTAL 503 23 601 6" Thick Concrete (Driveway) SY 1165 705 24 601 2' Diameter Reinforced Concrete Pier VF 432 25 701 Detention Pond LS 1 26 702 Water Quality Feature (Bioretention Basin) LS 1 702 Water Quality Feature (Bioretention 27 Forebay) LS 1 28 703 Platanus Occidentalis (Sycamore) EA 12 29 703 Quercus Rubra (Red Oak) EA 12 30 703 Acer Saccharum (Sugar Maple) EA 12 31 707 2" Sch. 40 Electrical Conduit LF 175 *To be only used at the direction of the Engineer TOTAL AMOUNT BID $ 00400-Bid Form — Addendum #1 00400 — 6 I DOCUMENT 00400 —BID FORM (continued) DEDUCTIVE ALTERNATE The following is being requested to be offered as an alternate to the bid as a deduction. This alternate will result in the removal of the 6" Thick Concrete Driveway. DEDUCTIVE ALTERNATE #1 ITEM NO. SPEC. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 23 601 6" Thick Concrete (Driveway) SY -1165 TOTAL AMOUNT BID (ALTERNATE # 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 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 Dollars ($: B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. 00400-Bid Form — Addendum #1 00400 — 7 DOCUMENT 00400 --BID FORM (continued) ARTICLE 7 - COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: Email. Phone No. 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 Arkansas State Contractor License No. Tax ID No. DUNS No. CAGE No. If Bidder is: 00400-Bid Form — Addendum #1 00400 — 8 20 DOCUMENT 00400 --BID FORM (continued) An Individual Name (type or printed): By: (SEAL) Doing business as: Business address: Phone No.: A Partnership Partnership Name: By; (Individual's Signature) FAX No.: (SEAL) (Signature of general partner — attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: FAX No.: 00400-Bid Form — Addendum #1 00400 — 9 I DOCUMENT 00400 —BID FORM (continued) A Corporation or LLC Corporation Name: _,._... ,.__..._._._. (SEAL) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): 0 (Signature — attach evidence of authority to sign) Name (type or printed): Title: Attest: Business address: (CORPORATE SEAL) (Signature of Corporate Secretary) Phone No.: FAX No.: END OF DOCUMENT 00400 00400-Bid Form — Addendum #1 00400 —10 IRevNoi Revision note (D SEA A -a— SCALE JA ........ ...... , \-PIFPS - 26 TYP-STRUCTURE OU11IN-F. O'N (S'.F DEi"'i A) =111i"11113 T'11711111 F I �- - -1 �R--(-�CWAEN--)ED PIER LAYOUT ',T -7 tem'eF Quantify T;hIe/Name, designation, material, dimension etc Article No./Reference PtAIE -0 SE, CENTER TIi7 Designed by Checked by Approved by - data Fire name DateScale AND �L P743 10-2S-16 AS NOTED EAF C RE 01'IMlj F, -�vsiuN O-NLY '-�O�L ' 'I E S . n, loul"IF C'.iANCE ),7TAIk ANC CODIE RFO,11'�; DESI!'-\ ELL LOI\-.A FAYETTEVILLE AR Ll- -FL AFTS on Sheet - 'X k47 PIER LAYOUT- I 14 1111-11.1- CITY OF * le 'Fayv e i , "ev ARKANSAS Name 2 3 r+7 4 5, 6 8 ra A L, 9 10 11 12 13 14 15 16 17 18 19 20 City of Fayetteville, Arkansas Attendance Sheet BID/RFP/RFQ#: \\..%-'UV� Description: Function (circle one) : Bid Opening, Selection Committee Meeting, Pre -Bid, Interview Date: k\ /� / 71-1-�'la- Time: lu:L90 nnn. Company � �_'7C. 4-A C-aF !� Title Phone City staff e-mail includes "@fayetteville-ar.gov" Email CITY PLAN HOLDER LISTING Bid 16-64, Construction - Fire Department Training Facility t)eadtine: 7uesdav t7ec�mtfer ]3. 6 at 2:tp local time {sue to Room 305 In Gtv Hall Fay7CPre-Bld: Wednesday November 30, mS at 10i00 AM A �—klleurrent Addendum Count:0 A S Website for updated PH Listings and Addenda: h"p,/jfayettevllle-ar.gov/hlds Con tact: Les WW.et 409.575.$10. f+el�tu b(J flrreceawlle`aa. v+ llama o!Carn¢avy C--Person Piwne Number EU Mvin"-' E-Mall 1479)575-H257 1 E-Alail N2 UY Slate NOTES tit of Fayetteville (479)575-8220 'lia"tterd[e AS Poplect Manager Ci[V of rayetrevi»e g L�irivpr Lei MCGi h Fa etteville AR P—hasmiaftlienir f.Pwm Nledk Smith 1573447-7130 573355-5404 Nir le Smith rnir le nhitldicam> plan lanhitldin CP1titI2S�r_ _. .. ._ Cid (970712-5585 30 450-1925 bidsnnanc me ..._... _._— .--carLranaoc.me. &SiQAFfri _ - Dante B_ustaman_te 1970J256-9704 km blde—mcarn -'id Clerk Daniel Hoo enboom 1312 267-1042 312)275-7197 Kevin Gillman <k illmal-IS FT com> CMD Grou Paler Varauez 630)288-8329 678680-0390 Peter Var ue.aCMDGrouo. com PruneVrtASr iiir. Enka Russ (800)746-9554 800746-8307 s7ar vnd ki i1N E64-d Itk,, F40, SD1B51-1438 1 bidden n<rni ri ncodn <karh m—hAIftcmnurnan com> k,BLGrr:w.11u c nw *4 Madonna Culfin 18)0639-0660 (e10)991-8222 _ _ _ Elaine Wilson <Elaine Wilson con5lrucncncor— , erkatf aS 5r)Fle Planftoont Kann GNl min 800)364-2059 866 570-8187 a kansa lanroom -sroom ]atarax Susan Green 1800870 f.6554 dIons dalafaxnet Ine Blue Back Building & ji_onstruil,U-Net—k Carissa Salese _ _ - 800J431-2584 (914243-4936 Carissa Salese <csalese mtnediuedook.com> fti�b�bemagtft < d m u to Ex1. 3179 3-mern Reoraeraoh-,Inc,. Bradley McColev f979 -402-� radlev McQ11ni, <bm"Je muthernr racOm> ,nfa ra,n .h rnre rp—m R itl`WI1C AR ;;Ind et7aia Y& Analynu f985)892-0153 dod e. bidden c. ns[rori n dod e docsnsu,,cron,com JFB Eni.eryir— John Butle+ 1866)876-0014 wesnuk..eu.n.-e.ux IPi o-Safe Fire TramirR Systems Inc. Srane Hartleo 1289)895-7609 Stacie harden <stac,e rosafefire.com, nMu-An— Rcofin I'm KN1 (620)232-1678 Jim K•n <imk i-n rofir. c iCCC Bvram McCune (47)975-0000 i nJl 1 BUIIEx Steven Gilab.s 151868_9-2023 Ste,pu Cihlts <SGihhs htillex r.^m> _ Frank Snari m tanuscalre Design Inc PRtk-Ir Construction Inc. Mar kKarnes Bill Earwood (479)646-6517 479J9%3-5109 MJlkti�ene:Smka.[nC4flltgrnetlj.l4kna ill - r,d < st,ma icki cans ruction com> Benchmark Construction Steve Smith 1479)251-1316 STwe ar Bmi AT Ilmlit 11, GQwuutdog <denchmarkcanstna[ neu Decco Contractors -Paulo Inc Cindy Jones (479)640�7709 Cmdv Jones or PiJecccoav inlan," t - - HID SuoolyWhifeCan Amanda Hr has (4791927-0300 HuRhe?. lE. <Amanda.H he�rrilhds.i ;pyjdPrn 6WJ4.1 SPrYrCE.S Inr_ awn Puckett 1479)494 7776 Brian Pi u,kert<hn 2i th mr r > DenlefPointCaurraftorSin[. R-hv Tomlin IF- 479426-7373 p,bw Ty,fin- <btomlin entr ontrac[ois-cam> nSC Tommy MornSDn (479)264-68fi7 Tomm Morrison < ntorri anra scnu� learcom> A rernanve Des,n_ Inc. Dub Woodruff (479 524-4351 ii,eraanuez�e� �furu key Construction ,vlanajiem,ot Inc. BeIF lalniLnn (4791709-0044 pmaiur+w e11 er_Vnzmu Cntenon Ener2v LLC Cody Hall 1479)721-6362 eroahrMJr:l M Bid 16-64,Addendum 2 Date: Friday, December 09, 2016 To: All Prospective Vendors From: Les McGaugh — 479.575.8220 — Imcgaugh(Tfayetteville-ar.gov RE: Bid 16-64, Construction — Fire Department Training Facility CITY OF aveTlRevillei AKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. 1. The plates as shown in Detail "B", Sheet 14 will be provided by the City. The Bidder shall not include this material cost in the bid, 2. Scale on Sheet 4 is 1" = 80'. 7e)eco>T munications Device for the Deaf Trio (479) 521-1316 1 13 West Mountain -Faye tievilip, AR 72701 Benchmark Construction 372vv�stpop|arSt. rmyc m°ille, Ar7l70] Phmxe� *79 251 1316' Fmv 251-1319 E�nx� un�h�arko»nnu�a�o,� To: City ofFayetteville Attached ,-';hop Drawings Copy ofLetter | | Total Quantity - - ����"X� ��*�� �]����x���v���=�=° Date: 1-12-17 ^�� ����- / Re: FIRE DEPARTMENT TRAINING SITE Job @0ommben�10-G4 VVearasand)ngVpw Under Separate Coverv|a� bhe[nU i �_t �� Prints Plans nans Other: / er� hy] Change Order Samples PC)F8ttaChOOeDtS. | | Reproducible Specification = ITEM NO. DESCRIPTION CsAND PAYMENT BONDS (FILED WITH COUNTY CLERK) CERTIFICATE DFINSURANCE _ � �- _-- ! ----f-- ----- - ' These are transmitted as checked below For, Approval Approved as Submitted Resubmit copies for approval For YourUse Approved as Noted Submit [T-1f] copies for distribution As Requested | | Return [#]corrected ' --_ For Revi-wand Comment | | Revise and Resuhrnit/VVorkMay Not Proceed U | FOR 8IDS DUE: | | PRINTS RETURNED AFTER LOAN | --- ' ���umments� | � | Steve Smith �Signature THE AMERICAN INSTITUTE OF ARCHITECTS I IIIIIII IIIIII III IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIII IIII Doc ID: 017243080009 Type: LIE Kind: PERFORMANCE BOND Recorded: 01/12/2017 at 11:11:12 AM Fee Amt: $55.00 Pape i of 9 Washington County, AR Kyle Sylvester Circuit Clerk FileB034-00000397 AIA Document A312 Performance Bond Bond # 4778658 Any singular reference to Contractor, Surety, Owner or other party shalt be considered plural where applicable. CONTRACTOR (Name and Address): Benchmark Construction of NWA, Inc. 333 West Poplar, Ste A Fayetteville, Arkansas 72703 OWNER (Name and Address): City of Fayetteville 113 W. Mountain Street Fayetteville, Arkansas 72701 SURETY (Name and Principal Place of Business): Westfield Insurance Company P. O. Box 5001 Westfield Center, Ohio 44251-5001 CONSTRUCTION CONTRACT Date: 1/3/2017 Amount: FOUR HUNDRED EIGHTY-FIVE THOUSAND FIFTY-EIGHT AND NO/100THS Dollars ($485,058.00) Description (Name and Location): Fire Department Training Facility, BOND Date (Not earlier than Construction Contract Date): 1/5/2017 Amount: FOUR HUNDRED EIGHTY-FIVE THOUSAND FIFTY-EIGHT AND NO/100THS Dohars ($485,058.00) Modifications to this Bond: fk None C] See Page 3 CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Benchmark Construction of NWA, Inc. Signature: Name and Title: (Any additional signatures appear on page 3) SURETY Company: Westfield Insuragecpmpa (Corporate Seal) Signature:----- — Name and Title: Elizabeth A. Solomon Attorney -In -Fact (FOR INFORMATION ONLY —Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or Brown -Hiller -Clark& Associates other party): P.O. Box 3529 Fort Smith, Arkansas 72913 (479)452-4000 AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 FD. • AIA A. THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312-1984 1 THIRD PRINTING 9 MARCH 1987 I The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the: Construction Contract, which is incorporated herein by reference. 2 It the Contractor performs the.: Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph '10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surely to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Conslruc- lion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason- able time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Defaull; and 3.2 The Owner has declared a Contractor DCIault and formally terminated the Contractor's right to complele the contract. Such Contractor Default shall not be de- clared earlier than twenty days after tale Contractor and the Surety have received notice as provided in Sub- paragraph 3.1; and 3.3 'the Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the: Owner. 4 When the Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to pe.rforrn and complete the Construction Contract; or, 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the C'cln- struc:tion Contract, arrange for a contract to be pre- pared for execution by the Owner and the contractor ,;elected with the Owner's concurrence•, to be secured with performance and payment bands oxeculed by a qualified surety equivalent to the bonds iwsutId on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 0 in ex- cess of the Balance of the: Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the cireumSlarlCCS: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is deter- mined, tender payment therefor to Ilse Owner; or .2 Deny liability in whole or in part and polity the Owner citing reasons therefor. 5 If the Surety dues not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surely perform its obligations under this Bond, and the Owner shall be entitled to entorce any remedy available to the Owner, If the Surely proceeds as provided in Subparagraph 4.4, and tile Owner refuses the payment tendered or the Surely has denied liability, in whole or in part, without further notice the. Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.:3 above, then the responsibilities of the Surety to the: Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the, Owner to the Surety shall not be greater than Illose of the Owner underthe Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the C::onstruction (-ontract, the Sure- ty is obligated without duplication for: 6.1 The responsibilities of the Contractor for corre( - tion of defective work and completion of file Construc- tion Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and re- sulting from the actions or failure to act Of the Surely under Paragraph 4; and 6.3 Liquidated damages, or it no liquidated damages are specified in the Construction Conlrarl, actual danl- ages caused by delayed performance or non-perfor- mance of the Contractor. 7 The. Surelyshall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the: (."on- struction Contract, and the Balance of the Contract Prit:e shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity olher than the Owner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, includ- ing changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obliga- tions. 9 Any proceeding, legal or equitable, under this Bond may be inMiluled in arty court of competent jurisdiclion in the location in which thework orpart of the work is lotated and shall be instituted within two years after Contractor Default or within two years after the Contractor ( eased working or within two years after the Surely refuses or fails to perform its obligations under this Bond, whichever oc- curs first. If the provisions of this, Paragraph are void or prohibited by law, the minimum period of limitation avail- AIA DOCUMENT A312 • PERF'ORMANC;E. BOND AND PAYME.N1 BOND • DEC.E.MBE.R 1984 E.D. • AIA a THE AMERICAN INSTITUTE Of, ARCHITECTS. 17.35 NEW YORK AVE , N,w., WASHINGTON, D.C. '2(X)06 A312.1984 2 1HIRD PRINT ING - MARCH 1987 able to sureties as a defense in the jurisdiction of the suit shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the sig- nature page. 11 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the (.:on - MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Signature:+ _...__ Name and Title: Address: tractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, re- duced by all valid and proper payments made to or on behalf of the Contractor under the Construction Con- tract, 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to per- form or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. SURETY Company: Signature: Name and Title: Address: (Corporate Seal) AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DEC:EMBER 1984 ED. • AIA 'Fc THE AMERICAN INSTITUTE OF ARCHITECTS, 17.35 NEW YORK AVE., N.W., WASHINGTON. D.C. 2(X)06 A312-1984 3 THIRD PRINTING 9 MARCH 1987 THIS PzOWER OF ATTORNEY SUPERCEDES ANY PREAOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 0&17113, FOR ANY PERSON OR PERSONS NAMED BELOW POWER NO- 03201052 04 Power Westfield insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co, Westfield Center, Ohio Know All Merl by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company' and collectively as -Companies,- duly organized and existing under the laws of the State of Ohio, and having its prind pal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SAM S. MILLER, CARRY R. CLARK, JANICE A. BUTLER, SCOOT R. CLARK, MARTY C. CLARK VICCI L. BILLER, SHANNON C. SCHMIDLY, ELIZABETH A- SOLOMON, SAPAN K DAY, JOINTLY OR SEVERALLY, of FORT SMITH and State of AR its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship-- ----------------------------------------------------------- LIMITATION: THIS POOR OF ATTORNEY CANNOT BE USM TO EXECUTE NOTE GUARANTEE, MORTGAGE DERCIENCY, MORTGAGE UD—ATUNTM OR BANK DEP056TORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the Prasident, sealed with the corporate seal of the applicable Company and duly attested by Its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the. premises. Said appointment is made under and by authority, of the following resoWtion adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OH;C: FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the Following provisions: The AMrney--in-Fact. may be given full power and authority for and in the name of and an behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notioes and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' '8E It Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by Facsimile, and any power of attorney or Certificate bear]ng facsimile signatures or Facsimile seal shall be valid and binding upon the• Company with respect to any bond or undertaking to which It is attached.- (Each adopted at a meeting held on February S, 2000). In Witness Whereof. WESTFIELD INSURANCE COMPANY, WESTFIEI-D NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 17th day of #I'lAY A,D, 2013 . Corporate ...... �,+,, a. vial , .,� ililESTPfELI� iNSJF�ANGs COMPANY Seals �' .... F�`w �'r tc7 FlL r�- �r'--..�YO WESTFIELD NATIONAL ifVSllRAi�CE COMPANY Afixed v� tea. : q, iy ' odic FARMERS MSllRANcE COMPANY �yt MAJEo�_ s,y six +''� • Sv: State of Ohio , ,•�",""'�,�"``•� Dennis P . Baus, Nat(anaf Surety Leader and County of Medina ss.: Senior Executive On this 17th day of MAY A.D., 2013 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surely Leader and Senior Fsecutiora of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies: that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial ' Seal AfFxed ^ F William J. Kaheiin, A: rne-y at Law, Notary Public State of Ohio spn W10 My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: a q rr 1, Frank A. CarrIno, Secretary of WESTFIELD INSURANCE COMPANY; WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and Foregoing is a true and correct copy of a Power of Attomey, executed by said Companies, whiul) is 3tlii in full Force and effect; and Furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full Force and effect_ irn Witness Whereof, I -have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 5ti1 day of lanuarvA.D., 2017- ' OMAL fi► � �t � _EAL lot 4 tJ ............. 1848 ., g ,• r Frank A. Carrino, Secretary V. 51t-1-1-0 T7 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A312 Payment Bond Bond # 4778658 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Benchmark Construction of NWA, Inc. 333 West Poplar, Ste A Fayetteville, Arkansas 72703 OWNER (Name and Address); City of Fayetteville 113 W. Mountain Street Fayetteville, Arkansas 72701 SURETY (Name and Principal Place of Business): Westfield Insurance Company P. O. Box 5001 Westfield Center, Ohio 44251-5001 CONSTRUCTION CONTRACT Date: 1/3/2017 Amount: FOUR HUNDRED EIGHTY-FIVE THOUSAND FIFTY-EIGHT AND NO/100THS Dollars ($485,058.00) Description (Name and Location): Fire Department Training Facility, BOND Date (Not earlier than Construction Contract Date): 1/5/2017 Amount: FOUR HUNDRED EIGHTY-FIVE THOUSAND FIFTY-EIGHT AND NO/100THS Dollars ($485,058.00 ) Modifications to this Bond: I...1 None [.fit See Page 6 CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Benchmark Construction of NWA, Inc. Signature: -, - 61' Name and Title: (Any additional signatures appear on page 6) SURETY Company: (Corporate Seal) Westfield Insuraar3 a mpany Signature: Name and Title: FlUdbith A. Solomon Attornev-In-Fact (FOR INFORMATION ONLY —Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or Brown -Hiller -Clark& Associates other party): P.O. Box 3529 , Fort Smith, Arkansas 72913 (479)452-4000 AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED, - AIA 0 T11E AMERICAN INSTITUTE OF ARCHITECTS, 17:35 NEW YORK AVE„ N.W., WASHINGTON, D.C. 20006 A312-19M 4 1 HIRD PRINTING • MARCH 1987 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the perfor- mance of the Construction Contract, which is incorpo- rated herein by reference. 2 With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment fur- nished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3 With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes pay- ment, directly or indirectly, for all sums due. 4 The Surety shall have no obligation to Claimants Linder this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above no- tice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 5 If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is suffi- cient compliance. 6 When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed 6.2 Pay or arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount: of this Bond shall be credited for any payments made in good faith by the Surety. 8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. Iiv the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's prior- ity to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelat- ed to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claim- ant under this Bond, and shall have under this Bond no obli- gations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond_ 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations, 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent juris- diction in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last labor or service was performed by anyone or the last mate- rials or equipment were furnished by anyone under the Con- struction Contract, whichever of (1) or (2) first occurs, If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page, 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this AIA DOCOMENT A312 • PERFORMANCE HOND AND PAY:MENI BOND • DECFMI)ER T984 F.r) • AIA^" IF: AMERICAN INSTITUTE OE ARCHII[CIS, 1735 NEW YORK AVE, N W , WASHIN;TON, DC. 20(ft A312-1984 5 THIRD PRINIINC, • MARCH 1987 Borid shall be construed as a statutory bond and not as a common law bond. 14 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equip- ment for use in the performance of the Contract. The intent of this Bond shall be to include without limita- tion in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: See Attached A312 Payment Bond Rider Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL. SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: d�p Name and Title: Address: Signature; Name and Title: Address: CIA AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA 0 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312-1984 6 THIRD PRINTING • MARCH 1987 Bond # 4778658 A312 PAYMENT BOND RIDER This rider amends the provisions of the A312 Payment Bond as follows: Paragraph 5 is deleted in its entirety. Paragraph 6 is deleted in its entirety and replaced with the following: 6. When the Surety has received Notice as required in Paragraph 4 above, the Surety shall take the following action; 6.1) Send an acknowledgment letter to the claimant, with a copy to the Owner, requesting information and documentation necessary to investigate the claim. 6.2) As soon as reasonably practical under all circumstances, and after having received the requested documentation from the claimant, including a properly executed Affidavit of Claim, advise the claimant of the status of the claim. No provision of this bond shall be interpreted to waive or discharge any right or defense of the Surety or the Contractor. No action or failure to act by the Surety or the contractor shall be considered to be a n admission of liability or a waiver of the Contractor or Surety's right to dispute a claim in whole or in part. BD 5971A (01-06) THIS POWER OF -A7TORNEY SUPERCEiDES AXY PREVIO(M POWER SEARING "IS SAME POWER.# AND ISSUER PRIOR TO USM7n3, FOR ANY RERSOR OR PERSONS NAMED SELOWI SOWER Nth_ 0320052 04 PowerGeneral Westfield Insurance Co. of Attorney Westfield rational Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Chia KnOW All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to Individually as a "Company' and collectively as 'Companies,' duly organized and existing under the laws of the State of Ohio, and having Its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SAKI B. HILLER, L.ARRY R. CLARK, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK, VICCI L. HILLER, SHANNON C. SCHMI DLY, ELIZABET'H A- SOLOMON, SARAN K. DAY, JOINTLY OR SEVERALLY, Of FORT SMITH and State of AR its true and lawful Attorneys) -in -Fact, with full Power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and ail trends, recagnixances, undertakings, or other instrurnents or contracts of suretyship - - -- -- ----- -------- --- - - - -- ---------------------------------- UMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTOAGE DEFICIENCY, MORTGAGE GUARANTEE, OR SANK DEPOSITORY BONDS. and to bind any of the Companies thereby as Fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do In the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: `se It Resolved, that the President any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is.hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the foltowing provisions: The Attorney -in -Fact. may be given Full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -In -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary. - Big it Further Resolved, that the signature of any such designated person and the seat of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certiflcate bearing Facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect M any bond or undertaking to which it IS attached' (Each adopted at a meeting held on February 8, 2000), In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFfELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Hatioiraai Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 17tih day of MAY A.D., 2013 . Corporate •+. ,• Seals ��(��_%f'S�It"�•.,��,a,..,.u....,1Es r FE_"INSURANCE CQl'iN '."-W- ��T�L�{$NS,C COMPANYAffixed ?,U_r ,�� = ��: ail[? FARMERS INSURANCE COMPANY 17 �re 3 Oz all state of Ohio '' „".,• •,"'•�„~" ' Dennis P. Balms, aVationaf Surety Leader and County of Medina ss.: Senior executive On this 97th day of MAY A.D., 2013 , before me personally came Dennis P. Banes to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is Nationag Sureyty Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal A Affixed A Pe' ....... a ylliiiaarml J. Kaheiin, A ney at Lawn, Notary Public State of Ohio =ti � �o My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: f� O F ...•°: I, Frank Al. Carrinc, Secretary ofWESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, tie hereby certify that the above and Foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, wreiuh rs still in kill force and effect; and Furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full rurce and effecc. If? Wib,7ess Whereof i :rave hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 5th day of lane ,a = 2017 ``'..�:1� a. � � �iPr� :a ,rr" �. :. •.", 'gyp EAJI 16�•�..� 4 f� Frank A. Carrilno, Secretary secogarp BENCCON-01 ACORO'� CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 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(les) must have ADDITIONAL INSURED provisions or 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 doe_ s not confer rights to the certificate holder in lieu of such endorsements . PRODUCER CONTACT BHC Insurance PHONE �—AX- 5500 Euper Lane (Ax, No, ; (479) 452-4000 I {ar+�, No);{479) 484-5185 P.O. Box 3529 mass;_ Fort Smith, AR 72913-3529 INSURED INSURER B:Accident Fund Ins Co of America 10166 Benchmark Construction Company of NWA, Inc. INSURERC., 333 W. Poplar, Ste. A INSURER D : Fayetteville, AR 72703 INSURER E : INSURER F : COVERAGES CERTIFICATE 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. INSR 110,DDL;SUBR POLICY EFF POLICY EXP TYPE OF INSURANCE j' POLICY NUMBER /yyyY)'IMMIQQ LIMITS A X COMMERCIAL GENERAL LIABILITY Tf CLAIMS -MADE rX] OCCUR 150464842 07/23/2016 07/23/2017 . EACH OCCURRENCE DAMAGE TO RENTED 1,000,000 100,000 _ _.1 GEN'LAGGREGATE MED EXP (An one arson 5,000 PERSONAL BADVINJURY $ 1,000,000 LIMIT APPLE$ PER: POLICYEX] JECT LOC OTHER; GENERAL AGGREGATE 2,000,000 PRODUCTS - COMP/OP AGG 2,000,000 A AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS yy —._ AUTOS ONLY N%S ONLDY 150464842 07/23/2016 07/23/2017 MBINED SINGLE LIMIT 1,000,000 BODILY INJURY Per p9 on. BODILY INJURY Per accident)$ P��a AMAGE $� A �.x UMBRELLALIAB X OCCUR EXCESS LIAB CLAIMS -MADE DED� RETENTION $ 150464842 07/23/20161 07/23/2017 EAOHOOCURRENOE 2,000,000 AGGREGATE 2,000,000 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N QpFICERIMEMBE EXCLUDED? [Mandatory In NH) un If yes, describe der DESCRIPTION OF OPERATIONS below N/A WCV6114755 07/23/2016 07/23/2017 X PE - STATUTF E.L. EACH ACCIDENT 500,000 " DISEASE - EA EMPLOYE 500,000 __E.L E.L. DISEASE - POLICY LIMIT 500,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Re: Fire Department Training Facility SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fayetteville THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN tY Y ACCORDANCE WITH THE POLICY PROVISIONS. 113 W. Mountain St. Fayetteville, AR 72703 AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD City of Fayetteville Staff Review Form City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item David Dayringer 2/10/2017 �enehman-1�, Co �s-�ru:�'� Qn 'PYU Fire / Fire Department Submitted By Submitted Date Division / Department Action Recommendation: Approval of Change Order #1 to the contract with Benchmark Construction for the Fire Training Grounds Project. 4470.300.8300-5804.00 Account. Numher 17001.1 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Impact: _ Sales Tax Capital Fund Fire Training Grounds Project Title Current Budget $ 739,000.00 Funds Obligated Current Balance Item Cost $ 485,058.00 $ 253,942,00 $ 32,603.56 Budget Adjustment Attached? No Budget Adjustment Remaining Budget $ - 221,338.44 rvivai nua�i i WWI I IVIVM%A "UUtJce nwluau i Ici u: V20140710 Previous Ordinance or Resolution # #03-17 Original Contract Number: Approval Date: � - i 6J jr`7 Comments: City Council approved on January 3, 2017 through Resolution No. 03-17 awarding Bid Number 16-64 authorizing a contract with Benchmark Construction of NWA, Inc. in the amount of $485,058.00 for the construction of infrastructure and land development necessary for the installation of the Fire Department Mobile Training Simulator. This project was approved with a $72,758.70 contingency. So, the necessary funds are already budgeted for this change order ($32,603.56) CITY OF • ARKANSAS TO: Mayor Lioneld Jordan FROM: David Dayringer, Fire Chief DATE: February 10, 2017 SUBJECT: Change Order #1—Fire Training Grounds STAFF MEMO RECOMMENDATION: Staff recommends approval of Change Order #1 to the contract with Benchmark Construction for the Fire Training Grounds Project. BACKGROUND: This project is to develop the 14.2 acres of land designated for Fire Department usage by Council Resolution No. 37-15. This project will include development of the training grounds for confined space entry, emergency vehicle driving, structural collapse, live burns, and hazardous materials training exercises, as well as swift water rescue training because of its proximity to the White River. DISCUSSION: City Council approved on January 3, 2017 through Resolution No. 03-,17 awarding Bid Number 16-64 authorizing a contract with Benchmark Construction of NWA, Inc. in the amount of $485,058.00 for the tonstruction of infrastructure and land development necessary for the installation of the Fire Department Mobile Training Simulator. This amount is on Purchase Order No. 2017-00000060 Contract #2017-00000003. Benchmark Construction has provided a cost for the site work and grading plan changes for a future building and restrooms which total $32,603.56. This project was approved with a $72,758.70 contingency. BUDGETISTAFF IMPACT: The finances required for this project are already budgeted in the Fire Sales Tax Project: Fire Training Grounds Attachments: Change Order #1 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 0 tayet ARKANSAS CHANGE ORDER Contract Title Fire Department Training Facility Change Order No 1 Date of Issuance To Contractor: Benchmark Construction of NWA, Inc. ORDINANCE/RESOLUTION: 0347 The Contract is changed as follows: Effective January 3, 2017 Bid Bid Previous Unit Contract Revised Revised Original Revised Item Item Estimated of Unit Estimated Unit Estimated Estimated No. Description Quantity Measure Price Quantity Price Cost Cost 5 Unclassified Excavation (Plan Quantity) 4300 CY $10.45 4818 $10.45 $44,935.00 $50,348.10 6 Select Embankment (Plan Quantity) 3800 CY $13.92 4318 $13.92 $52,896.00 $60,106.56 7 Subgrade Preparation (Plan Quantity) 4800 SY $2.32 5577 $2.32 $11,136.00 $12,938.64 17 8" Aggregate Base Course (Class 7) 4800 SY $10.38 5577 $10.38 $49,824.00 $57,889.26 28 1PIatanus Occidentalis (Sycamore) 12 EA $221.00 21 $221.00 $2,652.00 $4,641.00 29 Quercus Rubra (Red Oak) 12 EA $221.00 21 $221.00 $2,652.00 $4,641.00 30 Acer Saccharum (Suger Maple) 12 EA $221.00 21 $221.00 $2,652.00 $4,641.00 32 Additional Clearing, Grubbing and Demo for Change Order#1 0 LS $0.00 1 $1,080.00 $0.00 $1,080.00 33 Ditch Grading on West side of Pad Addition for Change Order #1 0 LS $0.00 1 $1,440.00 $0.00 $1,440.00 34 Additional Bonding and Insurance for Change Order#1 0 LS $0.00 1 $1,275.0 $$0,00 $1,275.00 35 Additional Construction Staking for IChange Order #1 0 LS $0.00 1 $350.00 $0.00 $350.00 i ne onginat i.:ontract. Fnce was Net change by previously authorized change orders The Contract Price prior to this Change Order was The Contract Price will {increased byRdetfeased-l3y}[� j The new Contract Price including this Change Order will be The Contract Time(s) will be [increased by] Required dates of Competion as of the date of this Change Order therefore are: Stnnmation of Cost $166,747.00 $199,350.56 Net Cost for this Change Order $32.603.56 517 Substantial Completion _ _ _ 4/7/2017 Final Completion --+r� _, _ w � __ ..__ .._ 6/5/2017 NOTE: This summary does not reflect changes in the Contract Price or Times) which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. The additional 18 days is for the change order work only. ThAconcrete pad -will still be required to meet the 4/7/17 Benchmark Construction of NWA, Inc. C Feb 9, 2017 BY DATE Y t �!; SUPERIOR INDUSTRIES ) DETENTION POND jli i (;I I f � 41 f SUPERIOR INDUSTRIES #j INTNL INC. PROPERTY jy9 3- y-r h ' w eRCPLDETENi10N DIECHARDE �'•"� ow atim"ww �.� BTRUDTURE WN.120o pp TF 17A3 M �1ffi}pK {t T6 f:63AD... � '�' -- - "` ORAI)EAREh To � OAPJN AWAY a' PA➢ (FROM i CONCRETE �f PIER LAYOUT , 3EE SNEEi 14 1 t]04T0 r '� - srzxw.xD mil t GPME AREA I 2m,i � • TORUENTOT10N IETEh f ( CITY PROPERTY 8£GRA�ED,Tp PLO fIN OtD9ElmlTiPaR Mr:W 0 SLOPE dXi ONTL[T LTIti�R.'TUR[ DETENTION POND 8>ATlFBTENikxH �._. .,FORE v - f r , v Z O 4 a;Wa Dl . ZD N Q Z YU. i ' <Z_ Aw n 0 Z LJ i _4 M FNq hyB_Im. FIRE DEPT. pp F sl.., - .• � `'�. j a i srlacvi'sA:.E- i e _ �, ! ,,F, f iyTAy r2AReA !aro cas !try{ SC y py - OTAi IY,PERIlAItR �iR.cA 116 a.REb Y .. � 1 trTAt :'EhVICJ. AAFh f�pa AFRF,., i 6 '' FJ.{bi7hU RQ9Y LC9fch1I4 P6R J .�� v" ./e"" /,+ i \< t i TGq -O 100 a DTi�CK1tul5TOH7'E ` ', ! ,�' \'r.i .. % � a� �� !� � /�%}�� �f ,r�� asg '�•�,,.,� �tP �,, i �I Scale. 1 = 1 ^max. r � � i 42 BORETENTIDN ECSINTi µ xm aENeRA+U31tTM `.I ! /� ✓ CITY PROPERTY RM { s REoAll. GaNCRETE 9AAlL' 3 rn+ar. cT tl e - '� � � rRs �r,� '. ,.,: .a. ,_ _' ... `�� �� �TL: aRi�MyiktcMrtit --,-•i j I bl:P(RIDR IH].IS-RIE$IN111Vr � �_ � � r "j 1' ti 1. DETENTION POND 50' 1 SUPERIOR iNDUSTRIES f .ter INTNLINC, PROPERTY i� n ._ _._ ,.. a T• I t 1 _. I1t 50CRETEPAO tarxraloREreNnoNFOREBPYf� , Y y r � 17 Eo F� x•as5cctx^wve iFi?�fy .'✓ }1 ; I "P ^yl l \� m II. PI' h w. .. CVOFFAMTEVILLE AYETTLMLtPR0. E`iQ �r F f { 1 fir iittt _ tttt J � oxxa�ztami �-; � ..... � �,,..� «�_ Pa ��--�.^:sc ~,+u e�-•---":."' - ,,.. ,..- . a. ,. .. ... I ttnAlGtmr h O PINT PAGE - LU J r U s lL%L W �z z �zg W ~LL iii Or a �a v LU 1.� n Resolution: 03-17 File Number: 2016-0645 BID NO.16-64 BENCHMARK CONSTRUCTION OF NWA, INC.: A RESOLUTION TO AWARD BID NO. 16-64 AND AUTHORIZE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $485,058.00 FOR THE CONSTRUCTION OF INFRASTRUCTURE AND LAND DEVELOPMENT NECESSARY FOR INSTALLATION OF THE FIRE DEPARTMENT TRAINING FACILITY, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $72,758.70 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS• Section l: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid No. 16-64 and authorized Mayor Jordan to sign a contract with Benchmark Construction of NWA, Inc, in the amount of $485,058.00 for the construction of infrastructurc, including a concrete driveway and building pad, and land development necessary for installation of the Fire Department Training Facility, and further approves a project contingency in the amount of $72,758,70. - Benchmark Construction of NWA, Inc. SWEPCO/Fire Training Grounds City of Fayetteville Staff Review Form 2017-0202 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item David Dayringer 4/12/2017 Fire / Fire Department Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of the agreement with Southwestern Electric Power Company to provide four poles with overhead conductors for Electrical Service into the Fire Training Grounds and approval of the general utility easement. 4470.300.8300-5804.00 Account Number 17001.1 Project Number Budgeted Item? Yes Budget Impact: Sales Tax Capital Fund Fire Training Grounds Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? NA Budget Adjustment Remaining Budget Project Title $ 724,000.00 $ 641,141.45 $ 82,858.55 $ 10,070.87 $ 72,787.s8 V20140710 Previous Ordinance or Resolution # #03-17 Original Contract Number: Approval Date: r 0 Comments: As part of the construction for the project, the Engineering staff has received a proposal from Southwestern Electric Power Company to provide four poles with overhead conductors for electrical service into the Fire Training Grounds and approval of the general utility easement. The estimated cost for this electrical work by Southwestern Electric Power Company is $10,070.87 CITY OF � le ARKANSAS TO: Mayor Jordan G FROM: Chief David Dayri DATE: April 12, 2017 STAFF MEMO SUBJECT: Southwestern Electric Power Company Pro -Forma quote and General Utility Easement Agreement for Fire Training Grounds Project RECOMMENDATION: Staff recommends approval of the agreement with Southwestern Electric Power Company to provide four poles with overhead conductors for Electrical Service into the Fire Training Grounds and approval of the general utility easement. BACKGROUND: In February,2015 the City Council designated 14.2 acres of land on Borick Drive to be developed by the Fire Department as their Training Grounds. The plan was to complete the project in several phases over several years. Later in 2015, the City Council authorized the Fire Department to apply for a Federal grant to purchase a Mobile Fire Training Simulator. The Fire Department was awarded the grant in 2016 and the council approved the usage of $747,000 from the existing Fire Department C I P to fund the infrastructure work needed for the project. DISCUSSION: As part of the construction for the project, the Engineering staff has received a proposal from Southwestern Electric Power Company to provide four poles with overhead conductors for electrical service into the Fire Training Grounds and approval of the general utility easement. The estimated cost for this electrical work by Southwestern Electric Power Company is $10,070.87 BUDGET/STAFF IMPACT: The funding for this project and costs are budgeted in Project #17001.1 Fire Training Grounds Attachments: Southwestern Electric Power Company Quote, General Utility Easement Agreement, and Utility Easement Exhibit Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 An AWP Company BOUNDLESS ENERGY' April 7, 2017 To Matt Casey, Southwestern Electric Power Company 101 West Township Street Fayetteville, AR 72703 SWEPCO.com Enclosed please find the SWEPCO "Pro -Forma" quote to serve the new Fire Department training facility located at 2505 E. Borick Dr. The estimate to extend our facilities approximately 650 feet will be $10,070.87. Specifically, we will set a total of four poles with overhead conductors from the end of E. Borick Dr. to the west side of the new training facility. This line will be installed within the general utility easement. We will need the easement to be filed before we can begin our installation. If you have any questions feel free to contact me at (479) 973-2426. Regards, Trong (John) Le Distribution Engineer Quote and terms accepted: Date: q-18 -(q Attest: 4t&� 4weA Sondra Smith, City Clerk -Treasurer ``�e�Nttt� irrrrr� TRps��''. Op ��., • .cam ��: FAYEiTEVILLE; o G coZINGTWA .� Bill To: City of Fayetteville 113 W Mountain Fayetteville, AR 72701 Company No: Contract No: Customer No: Date: Amount Due: Amount Remitted: American Electric Power Attn: Sandi Le Vasseur 101 W. Township St. Fayetteville, AR 72703 PLEASE DETACH AND RETURN WITH PAYMENT Contract No: DWMS00000368677 Date: 4/7/2017 Description Swepco to extend facilities approximately 650 feet to serve the Fire department training facility. 159 DWMS00000368677 11095212 4/7/2017 10,070.87 Page: 1 Customer No: 11095212 Purchase Order: 65235472 Quantity UOM Init Amt Net Amount 1.0 EA 10,070.87 10.,070.87 Page 1 of 1 Amount Due: 10,070.87 Fayetteville Fire Training Facility Parcel No. 765-19955-000 & 765-19956-000 GENERAL UTILITY EASEMENT BE IT KNOWN BY THESE PRESENTS. - THAT the City of Fayetteville, Arkansas, a municipal corporation, hereinafter called GRANTOR, for and in consideration of the sum of One Dollar ($1.00) and other good and valuable consideration, the receipt of which is hereby acknowledged, does hereby GRANT, SELL and CONVEY unto, the City of Fayetteville, Arkansas, a municipal corporation, hereinafter called GRANTEE, and unto Grantee's successors and assigns, a permanent easement for the purpose of construction, maintenance, repair and/or replacement, enlargement and operations of general utilities including water and/or sanitary sewer pipe line or lines., manholes, natural gas, electrical power, telephone, fiber optic cable(s) and television communication line or lines, traffic signal poles and equipment, and appurtenances thereto, on over, across, and under the following described land situated in the County of Washington, State of Arkansas, to -wit: PROPERTY DESCRIPTION: (Plat Book 14, Page 26) Lot 17 and Lot 18 of the Final Replat of Fayetteville Industrial Park, dated April 1989, on file in Plat Book 14, page 26 of the Office of the Circuit Clerk and Ex-Officio Recorder of Washington County„Arkansas and located in the NW -SE of Section 26, Township 16 North, Range 31 West. LESS AND EXCEPT that`portion sold to Superior Industries International Inc. as described in Warranty Deed filed November 22, 2002 and filed at Book 2002, Page 80216, described as: A part of Lot No. 18 of the Final Replat of Fayetteville Industrial Park, dated April 1989, and on file in Plat Book 14 on Page 26 of the Office of the Circuit Clerk and Ex-Officio Recorder of Washington County, Arkansas and located in the Northwest Quarter (NW%) of the Southeast Quarter (SE%) of Section 26, Township 16 North, Range 31 West, being more particularly described as follows, to -wit: Commencing at the Northwest corner of said Section 26 and running South 01 *1 T05" West 2,641.94 feet to the Northwest comer of Lot No. 14 of said. Fayetteville Industrial Park, then South 88°52'00" East 3,157.08 feet to the Northwest corner of Lot21, then continuing South 88'52'00"E 100.00 feet to a curve to the left having a radius of 50.00 feet, thence along said curve an arc distance of 130.09 feet and a delta angle of 150000'00", thence South 78°45'02" East a distance of 28.99 feet to the Northeast corner of 21 a; thence South 01 009'00" West 50.79 feet to the Point of Beginning; thence continuing South 01 °09'00" West 942.66 feet to the South line of platted Lot 18; thence along said South line North 84°55'00" East 343.42 feet to a point; thence leaving said South platted line North 01 °09'00" East a distance of 844.69 feet to a point; thence North 78°45'02" West 346.66 feet to the Point of Beginning, containing 7.00 acres, more or less and being subject to easements and rights of way of record. (This overall property also described in Deed 464-283, Filed July 20, 1954 from Norman and Lila Harris to the City of Fayetteville, Arkansas prior to plat,) PERMANENT EASEMENT DESCRIPTION: Part of Lots 17 and 18 of the Final Replat of Fayetteville Industrial Park on file in Plat Book 14, Page 26, described a5• Beginning atthe NW corner of said Lot 18 run N77012'43"W 28.99 feet; thence along a curve to the left having a radius of 49.98 feet, an -arc distance of 35.56 feet, a delta angle of 40"45'53" and a chord bearing and distance of N17042'22"W 34.82 feet along the right of way of Borick Drive; thence leaving said right of way S77°12'43"E 408.29 feet; thence S02°41'20"W 473.52 feet; thence N87°18'40"W 20.00 feet to the west line of the above described property; thence along said west property line N02041'20E 446.61 feet; thence N77012'43"W 346.66 feet to the point of beginning,. containing 20,887 square feet, more or less. (Exhibit attached) Together with the rights, easements, and privileges in or to said lands which may be required for the full enjoyment of the rights herein granted. TO HAVE AND TO H&b'U to said Grantee, its successors and assigns, until the use of said permanent easement is relinquished, abandoned or.yacated, and so long as such pipe line or lines, electrical power, telephone and/or television lines or cables, manholes and/or appurtenances thereto shall be maintained, together with free ingress to and egress from the real estate first herein above described for the uses and purposes herein above set forth. The said Grantor is to fully use and enjoy the said premises except for the purposes hereinbefore granted to the said Grantee, which hereby agrees to,bury all pipes, lines and/or cables where feasible, to a sufficient depth so as not to interfere with cultivation of soil, and that manholesWill be constructed flush with the surface of the ground except in bottom lands where they shall be at a height above water: The Grantor agrees no:,.to erect any buildings or structures in said permanent easement. The Grantee shall have the right to construct additional pipe lines, electric power lines, telephone and/or television lines or cables upon the above described easement at any time in the future and agrees to pay any damages as a result of such future construction as set out in this easement. Fire Training Facility GUE Page 2 of 3 The consideration first above recited as being paid to Grantor by Grantee is in full satisfaction of every right hereby granted. All a venants. and agreements herein contained shall extend to. and be binding upon the respective heirs, legal representatives, successors and assigns of the parties hereto. It is hereby understood and agreed that the party securing this document in behalf of the Grantee is without authority to make any covenant or agreement not herein :expressed.. UIII ► WITNESS the executiWl�rpTg'7�,s the OF FAYETTEVILLE; ATTEST: �� ��it WA O`�� Sondra Smith, City Clerk STATE OF ARKANSAS COUNTY OF WASHINGTON IU day of , 2017. By: ACKNOWLEDGMENT ss. L�uu' J BE IT REMEMBERED, that on this date, before the undersigned, a duly commissioned and acting (Votary Public within and for said County and State, personally appeared Lioneld Jordan and Sondra Smith, to me well known as the persons who executed the foregoing document, and who stated and acknowledged that they are the Mayor and City Clerk of the City of Fayetteville, Arkansas, a municipal corporation, and are duly authorized in their respective capacities to execute the foregoing instrument for and in the name and behalf of said municipal corporation, and further stated and acknowledged that they had so signed, executed and delivered said instrument for the consideration, uses and purposes therein mentioned and set forth. WITNESS my hand and seal on this MY COMMISSION EXPIRES: I-�c�-aQa7 day of T 201 T Notary lic Benchmark Construction �CpO�#4 City of Fayetteville Staff Review Form I %t7 2017-0342 3 -c( Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Fire / David Dayringer 6/16/2017 Fire Department Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order #4 and a 10% Contingency to the contract with Benchmark Construction for metal building changes: Relocate personnel doors and add four openings for doors and windows, add more insulation for roof and wall, add canopy, delete all liner panel for ceiling and relocate wall liners, ground snow load to meet 20 PSF. Concrete Changes that include adding a sidewalk on two sides of the facility to meet ADA requirements. Budget Impact: 4470.300.8300-5804.00 Account Number Sales Tax Capital Fund 17001.1 Fire Training Grounds Project Number Project Title Budgeted Item? Yes Current.Budget $ 940,684.00 Funds Obligated $ 871,543.80 Current Balance $ 69,140.20 Does item have a cost? Yes Item Cost $ 14,627.80 Budget Adjustment Attached? No Budget Adjustment Remaining Budget $ 54,512.40 V201407[0 Previous Ordinance or Resolution # #03-17/ 94-17 Original Contract Number: Approval Date: U- d a— iq Comments: City Council approved on January 3, 2017 through Resolution No. 03-17 awarding Bid Number 16-64 authorizing a contract with Benchmark Construction of NWA, Inc. in the amount of $485,058.00. Change Order 141 added $32,603.56 to the contract. Change Order #2 added $195,377 to the contract (Res #94-17). Change Order #3 added $42,021 to the contract.* Change Order #4 will add $13,298. This will make the total contract amount with Benchmark $768,357.56 ®CITY OF FAYETTEVILLE STAFF MEMO ARKANSAS TO: Mayor Jordan FROM: David Dayringer; Fire Chief DATE: June 16, 2017 SUBJECT: Approval of Change Order #4—Fire Training Grounds and approval of a 10% Contingency RECOMMENDATION: Staff recommends approval of Change Order #4 and a 10% Contingency to the contract with Benchmark Construction for metal building changes: Relocate personnel doors and add four openings for doors and windows, add more insulation for roof and wall, add canopy, delete all liner panel for ceiling and relocate wall liners, ground snow load to meet 20 PSF. Concrete Changes that include adding a sidewalk on two sides of the facility to meet ADA requirements. BACKGROUND: City Council approved on January 3, 2017 through Resolution No. 03-17 awarding Bid Number 16-64 authorizing a contract with Benchmark Construction of NWA, Inc. in the amount of $485,058.00. Change Order #1 was approved in February,2017 in the amount of $32,603.56 for site work and grading plan changes. Change Order #2 was approved in April,2017 in the amount of $195,377 plus a contingency of $29,306.55 utilizing IMPACT FEE funds for the metal training building. Change Order #3 was approved in June,2017 in the amount of $42,021 plus a contingency of $4,202.10 for a gravel access drive to river and irrigation for trees. The Proposed Change Order #4 is in the amount of $13,298 plus a contingency of $1,329.80. The funds for proposed Change Order #4 will come from the prior approved $29,306.55 IMPACT FEE contingency funds approved in Change Order #2 (Resolution 94-17). This will make the contract with Benchmark $768,357.56 ($485,058 +$32,603.56 + $195,377 + $42,021 + $13,298). DISCUSSION: Benchmark Construction has provided a cost for metal building changes which include the following: relocate personnel doors and add four openings for doors and windows, add more insulation for roof and wall, add canopy, delete all liner panel for ceiling and relocate wall liners, ground snow load to meet 20 PSF. Concrete Changes that include adding a sidewalk on two sides of the facility to meet ADA requirements. These changes total $13,298 plus a 10% Contingency. BUDGET/STAFF IMPACT: The finances required for this project are already budgeted in the Fire Sales Tax Project: Fire Training Grounds Attachments: Change Order #4 Document Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 I PROPOSAL FROM:.....BENCHMARK CONSTRUCTION COMPANY 333 WEST POPLAR STREET " FAYETTEVILLE. AR 72703 PROPOSAL TO:.........MR. MATT CASEY MR. WADE ABERNATHY CITY OF FAYETTEVILLE PROJECT: ................ FIRE TRAINING FACILITY . FILE REFERENCE NO. 1A DATE: ...................... JUNE 3, 2017 REVISED JUNE 12, 2017 WE REQUEST AN INCREASE IN THE AMOUNT OF »> $13,298 ALONG WITH AN EXTENSION IN TIME OF - DAYS. METAL BUILDING CHANGES: RELOCATE PERSONNEL DOORS AND ADD FOUR OPENINGS FOR DOORS AND WINDOWS ADD MORE INSULATION FOR ROOF AND WALLS AODCANOPY DELETE ALL LINER PANEL FOR CEILING AND RELOCATE WALL LINERS GROUND SNOW LOAD TO MEET 20 PSF CONCRETE CHANGES: SLAB ON GRADE WILL BE UNIT PRICE PER ORIGINAL CONTRACT DRILLED PIERS ARE UNIT PRICE PER ORIGINAL CONTRACT TOTAL COST ............................................ $10,881 15 % OVERHEAD 8 PROFIT 1632 SUB TOTAL .................................... $12,513 0.02800 BOND 0.01500 BUILDING PERMIT 0.01000 OCP INS 0.00980 BLORS RISK 0.06280 786 TOTAL CHANGE ORDER AMOUNT ..................... $13,298 SINCERELY Please s' belo o ' clude the above changes into the scope of the contract. _ � iwL June 13, 2017 City of Fay6tLeAe signature Benchmark Construction signature I COST DETAIL: ' PROJECT: ................ FIRE TRAINING FACILITY FILE REFERENCE NO. I :« UNIT PRICES >> LABOR + 48% BURDEN, TOOLS MATERIALS + 9% ST DESCRIPTION 0 UNIT :LABOR MAT SUB AND + SUBS +1%LIA INS CONT EQUIP + TOOLS & EQUIP METAL BUILDING NET ADD 1.00 LS 0 add canopy 1.00 LS 3100.00 3379 move liner panel 1.00 SF wash 0 add framing and trim doors and winds 1.00 Is 321.50 350 delete ceiling liner panel -2400.00 SF 0.25 -654 0 0 ADDITIONAL INSULATION 1.00'SILVERCOTE 0 add roof insulation 1728.00 sf 0.35 659 add wall insulation 2380.00 sf 0.45 1167 0 0 ERECTION LABOR ADD 24.00 HRS 100.00 10.00 3792 0 GROUND SNOW LOAD CHANGE 1.00 LS 2006.00 2187 0 0 Benchmark Construction -Change Order #5 David Dayringer Submitted By City of Fayetteville Staff Review Form 2017-0675 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 11/17/2017 Fire / _ Fire Department Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order #5 to the contract with Benchmark Construction for additional fill -dirt gravel material along with seed and straw that was required to finish the project. Budget Impact: 4470.300.8300-5804.00 Sales Tax Capital Account Number Fund 17001.1 Fire Training Grounds Project Number ; ' Project Title Budgeted Item? Yes Current Budget $ 1,033,138.00 Funds Obligated $ 882,282.60 Current Balance �$ 150,855.40 Does item have a cost? Yes Item Cost $ 22,219.15 Budget Adjustment Attached? No Budget Adjustment Remaining Budget I $ 128,636. 55 V20140710 Previous Ordinance or Resolution # #03-17/ 94-17 Original Contract Number: Approval Date: I I—arl--(q Comments: City Council approved on January 3, 2017 through Resolution No. 03-17 awarding Bid Number 16-64 authorizing a contract with Benchmark Construction of NWA, Inc. in the amount of $485,058.00. Change Order #1 added $32,603.56 to the contract. Change Order #2 added $195,377 to the contract (Res #94-17). Change Order #3 added $42,021 to the contract. Change Order #4 added $13,298. Change Order #5-$22,219.15.This will make the total contract amount with Benchmark $790,576.71 isCITY OF FAYETTEVILLE ARKANSAS TO: Mayor Jordan FROM: David Dayringer, Fire Chief DATE: November 17, 2017 SUBJECT: Approval of Change Order #5—Fire Training Grounds STAFF MEMO RECOMMENDATION: Staff recommends approval of Change Order #5 to the contract with Benchmark Construction for additional fill -dirt gravel material along with seed and straw that was required to finish the project. BACKGROUND: Engineering miscalculated the amount of fill dirt, gravel, sod, straw and seed for the Fire Training Grounds project. The amounts listed in the original bid were insufficient. Benchmark has submitted an invoice for the additional material. The funds for proposed Change Order #5 will come from the prior approved IMPACT FEE contingency funds approved in Change Order #2 (Resolution 94-17) and remaining Contingency funds approved in Resolution 03-17. This will make the contract with Benchmark $790,576.71 ($485,058 +$32,603.56 + $195,377 + $42,021 + $13,298+ $22,219.15). DISCUSSION: Benchmark Construction has provided a cost for changes which include the following: additional fill -dirt gravel material along with seed and straw that was required to finish the project. These changes total $22,219.15 over the current contract amount. BUDGET/STAFF IMPACT: The finances required for this project are already budgeted in the Fire Sales Tax Project: Fire Training Grounds Attachments: Change Order #5 Documents Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 PAY ESTIMATE #08 City of Fayetteville Fire Training Facility Construction Period: 7/31/2017 - 10/31/2017 Date of Estimate: 10/31/2017 NTP Issued: 1/17/2017 137% Contract Time Used Substantial Completion: 8/15/2017 103% Work Complete (% of Contract $'s) 210 Cal. Days Submitted By: Benchmark Construction of NWA, Inc. The contractor certifies that (1) title to all Work, materials, and equipment incorporated in the work, or otherwise listed in or covered by this and all previous Pay Estimates will pass to the Owner at time of payment free and and clear of all liens, claims, security interests and encumbrances (except such as are covered by Bond acceptable to Owner indemnifying Owner against any such lien, claim, security interest or encumbrance), and (2) all Work covered by this Pay Estimate is in accordance with the Contract Documents and is not defective. Contractor: Benchmark Construction of NWA, Inc. 10/31 / 17 Signature and Date Approved By: City of Fayetteville (Engineering Division) 10/31/17 Signature and Date Original Contract Amount: Is 485,058.00 Approved Change Orders: 1 $ 283.299.56, Current Contract. Amount: 1 $ 768.357.56 Total Work to Date: $ 790,57671 Materials on Hand: Less Materials Used: $ Subtotal: $ 790,576.71 Amount Due: 1 $ 790,576.71 Retaina a Previous Periods Pay Est. #1 $ 8,071.91 Pay Est. #2 $ 17,805.80 Pay Est. #3 0 Pay Est. #4 0 Pay Est. #5 $ 11,875.27 Retaina a This Period $ - Less Total Retaina a 10% of first 50/* $ 37,752.98 Previous Payments Pay Est. #1 $ 76,614.70 Pay Est. #2 $ 1.56,284;73 Pay Est. #3 $ 232,685.96 Pay Est. #4 $ 10.236.60 Pay. Est. #5 122.725.61 Pay Est. A6 $. 21.311.93 Pay Est. #7 $ 141;865.20 Less Total Previous Payments $ 661 724.73 Due and Payable This Period: 1 $ 91,099.Ot1 PAY ESTIMATE #08 City of Fayetteville Fire Training Facility Cont. ITEM # FAY. ITEM # ITEM DESCRIPTION UNITS UNIT PRICE PLAN CITY EXTEND. PRICE PREV" CITY OTY. THIS EST OTY, TO DATE EARNED TO DATE % OF PLAN EARNED THIS EST 1 Mobirization (Not to exceed 5% of total bid) LS $ 6.800.00 1 S 6.800.00 1.00 1.00 $ 6.800.00 100% $ 2 Insurance and Bonding LS $ 9.200.00 1 $ 9.200.00 1.00 1.00 $ 9:200.00 100% $ 3 Trench & Excavation Safety Systems LS $ 300.00 1 $ 300.00 1.00 1:00 $ 300.00 100% S 4 Clearing. Grubbing & Demo LS $ 3.200.00 1 $ 3200.00 1.00 1.00 $ 3.200.00 100% S 5 Unclassified Excavation Plan 0uanti CY $ 10.45 4818 $ 50.348.10 4,818.00 4.818.00 50,348.10 100% $ 6 Select Embankment Plan Quantity) CY $ 13.92 4318 5 60.106.56 4.468.00 4.468.00 $ 62 194.56 103 % $ 7 Subgrade PreparationInn Quantity) SY $ 2.32 5577 S 12,938.64 5,577.00 5 577:00 $ 12,938.64 1001h S 8 4'To loll SY $ 4.74 2300 10,902.60 2.300.OD 2,300.00 $ 10.902.00 100% $ 9 Undercut and Stone Backfill CY $ 18.90 too $ 1,890.00 107,00 107.OD S 2,022.30 1071% S 10 18" RCP Under Pavement Class IV LF $ 53.00 20 $ 1060.00 20.00 20.00 $ 1,060.00 100% $ 11 18" RCP Class III _ LF $ 44.00 140 $ 6,160:00 140,00 1140.00 S 6.160.00 100% $ 12 24" RCP Class III LF $ 55.00 50 $ 2,750.00 50.00 50.00 $ 2,750.00 100% $ 13 18" RCP FES EA $ 660.00 _ 1� $ 660.00 1.00 1.00 $ 660.00 100% is 14 24" RCP FES _ EA $. 800.00. 2 $ 1,600.00 2.00 2.00 $ 1.600.00 100% $ 15 Detention Pond Outfall Structure _ _ Rip Rap with Filter Blanket (1' depth) EA $ 3.175.00 1 $ 3.175.00 1.00 1.00 $ 3.175.00 1001/6 S 16 _ SY _ $ 85.00 15 $ 1.275.00 15.00 15.00 $ 1.275,00 100% $ 17 8" Aqqreqate Base Course (Class 7) ^_ SY $ 10.38 5577 $ 57,889.26 6,302.OD 6,302.00 $ 65,414.76 113% $ 18 Seeding and Mulch _^ �A _ SY $ _ _ 0.60 2300 $ 1.380.00 a 739.00 4.739,00 $ 2.843.40 206% S 19 Solid Sod SY $ 2.67 _ 1200 S 3.204,00 1,783.00 1,783.00 $ 4,76D.61 149% $ 20 Erosion Control LS $______ 3.560.00_ 1 5 3.560.00 1.00 1.00 $ 3.560.00 1M. $ 21 Tree Protection Fencing «��� _ «�_ LF $ 3.a8 350 $ 1.218.00 508.00 508.00 $ 1,767.64 145% $ 22 6' Thick Wire Reinforced Concrete SY 5 47.00 3682 S 173.054.60 3,859.40 3,859.40 S 181 391.80 105% S 23 6' Thick Concrete (Driveway) SY $ 51.00 1165 59.415.00 1.165.00 1,165.00 S 59,415.00 1001% $ 24 2' Diameter Reinforced Concrete Pier _ _ VF $ 71.00 600 S 42.600.00 613.70 613.70 S 43.572.70 102% $ 25 Detention Pond LS $ 1,400.00 1 $ 1,400.00 1.00 1.00 $ 1,400.00 10D°/6 $ 26 Water Ouality Feature (Bioretention Basin LS $ 2.760.00 _ 1« _ S 2.760.00 1.00 1.00 $ 2.760.00 100% $ 27 Water QualityFeature Bioretention Foreba Z _ LS $3,300.00 1 $ 3.300.00 1.00 1.00 $ 3.300.00 10D% $ 28 Plan tanus Oocidentalis (Sycamore) EA $ 221.00 21 _ S 4.641.00 21.00 21,00 $ 4.641.00 100% $ 29 Suercus Rubra (.Red Oak) EA . $ 221.00 21 $ 4.641.00 21.00 21.00 S 4,641..00 1 OD% $ 30 Acer Saccharum Su ar Maple)..__ EA $ 221.00 21 $ 4,641.00 21.00 21.00 $ 4,641.00 100% $ 31 2" Sch. 40 Electrical Conduit LF $ 11.00 175 S 1.925.00 138.001 138.00 $ 1,518.00 79% S 32 Additional Clearing, Grubbing and Demo for Change Order 1 LS $ 1.080.00 1 S 1.080.00 1.00 1.00 S 1,080.00 t00% $ 33 Ditch Grading on West Side of Pad Addition for Change Order 1 LS $ 1.440.00 1 $ 1.440.00 1.00 1.00 $ 1.440.00 10D% $ 34 Additional Bonding and Insurance for Change Order 1 LS S 1.275.00 1 $ 1,275.00 1.00 1.00 $ 1.275.00 10D% $ 35 Additional Construction Staking for Change Order 1 LS $ 350.00 1 S 350.00 1.00 1.00 $ 350.00 100% $ 36 IPte-EnclineeredMetalBuilding 40'x100`CO2 LS S 182,198.00 1 S 182.198.01) 0.50 0.50 1 1.00 S 182,198.00 100% $ 91,099.00 37 1 Mobilization CO2 LS $ 2.000.00 1 $ .2.000.00 1.00 1.00 $ 2 OOD.00 100% $ 38 Gravel Access Drive to River CO3 LS $ 24.535.00 1 S 24.535.00 1.00 1.00 $ 24.535.06 100% $ 39 Additional Concrete Pier Pads CO3 LS 1.956.00 1 $ 1.956.00 1.00 1.OD $ 1,956.00 1 Oft. $ 40 Irrigation for Trees CO3 LS $ 15:530.00 1 $ 15,530.001 1.00 1.00 $ 15.530.00 100°/, $ SUSTOTAL•SCHEDULE 1 j 76835ZS6` i '700,57&71 155q Si 91,099.00 City of Fayetteville Staff Review Form 2018-0078 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item ��nskrt,�c�i �v I� pzs o-5-/7 David Dayringer 1/22/2018 Fire / Fire Department Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order #6 to the contract with Benchmark Construction for sidewalks, steps, concrete, and landings at training building. Budget Impact: 4470.300.8300-5804.00 Sales Tax Capital Account Number Fund 17001.1 Fire Training Grounds Project Number Project Title Budgeted Item? Yes Current Budget $ 1,033,138.00 Funds Obligated $ 925,210.39 Current Balance I ' 107,927.61 Does item have a cost? Yes Item Cost $ 11,547.00 Budget Adjustment Attached? No Budget Adjustment Remaining Budget 96,380.61 V20140710 Previous Ordinance or Resolution # #03-17/ 94-17 Original Contract Number: Approval Date: I q,3 Comments: Resolution No. 03-17 awarded Bid Number 16-64 authorizing a contract with Benchmark Construction of NWA, Inc. in the amount of $485,058.00. Change Order #1 added $32,603.56 to the contract. Change Order #2 added $195,377 to the contract (Res #94-17). Change Order #3 added $42,021 to the contract. Change Order #4 added $13,298. Change Order #5-$22,219.15. Change Order #6--$11,547. This will make the total contract amount with Benchmark $802,123.71 CITY OF ® FAYETTEVILLE STAFF MEMO ARKANSAS TO: Mayor Jordan FROM: David Dayringer, Fire Chief DATE: January 22, 2018 SUBJECT: Approval of Change Order #6—Fire Training Grounds RECOMMENDATION: Staff recommends approval of Change Order #6 to the contract with Benchmark Construction for sidewalks, steps, concrete, and landings at training building. BACKGROUND: Benchmark has submitted an invoice for the additional work. The funds for proposed Change Order #6 will come from the prior approved contingency funds approved in Resolution 03-17. This will make the contract with Benchmark $802,123.71 ($485,058 +$32,603.56 + $195,377 + $42,021 + $13,298+ $22,219.15+$11,547). DISCUSSION: Benchmark Construction has provided a cost for changes which include the following: sidewalks, steps, concrete around 3 hydrants and 2 landings at training building. These changes total $11,547 over the current contract amount. BUDGET/STAFF IMPACT: The finances required for this project are already budgeted in the Fire Sales Tax Project: Fire Training Grounds Attachments: Change Order #6 Documents i Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov i Fayetteville, AR 72701 PAY ESTIMATE #09 City of Fayetteville Fire Training Facility Construction Period: 11/1/2017 - 12/31/2017 Date of Estimate: 10/31/2017 NTP Issued: 1/17/2017 166% Contract Time Used Substantial Completion: 8/15/2017 101 % Work Complete (% of Contract $'s) 210 Cal. Days Submitted By: Benchmark Construction of NWA, Inc. The contractor certifies that (1) title to all Work, materials, and equipment incorporated in the work, or otherwise listed in or covered by this and all previous Pay Estimates will pass to the Owner at time of payment free and and clear of all liens, claims, security interests and encumbrances (except such as are covered by Bond acceptable to Owner indemnifying Owner against any such lien, claim, security interest or encumbrance), and (2) all Work covered by this Pay Estimate is in accordance with the Contract Documents and is not defective. Contractor: Benchmark Construction of NWA, Inc. 1-16-18 Signature and Date Approved By: City of Fayetteville (Engineering Division) 71'j 4:2� 1 /23/18 Signature and Date Original Contract Amount: $ 485,058.00 Approved Change Orders: $ 305,518.71 Current Contract Amount: $ 790,576.71 Total Work to Date: $ 802,123.71 Materials on Hand: Less Materials Used: $ - Subtotal: $ 802,123.71 Amount Due: 1 $ 802,123.71 Retaina a Previous Periods Pay Est. #1 $ 8,071.91 Pay Est. #2 $ 17,805.80 Pay Est. #3 0 Pay Est. #4 0 Pay Est. #5 $ 11,875.27 Retaina a This Period $ - Less Total Retaina a 10% of first 5% $ - Previous Payments Pay Est. #1 $ 76,614.70 Pay Est. #2 $ 156,284.73 Pay Est. #3 $ 232,685.96 Pay Est. #4 $ 10,236.60 Pay Est. #5 $ 22,725.61 Pay Est. #6 $ 21,311.93 Pay Est. #7 $ 141,865.20 Pay Est. #7 $ 91,099.00 Less Total Previous Payments $ 752 823.73 Due and Payable This Period: 1 $ 49,299.98 PAY ESTIMATE #09 City of Fayetteville Fire Training Facility Cont. FAY. ITEM DESCRIPTION UNITS UNIT PLAN EXTEND. PREV. OTY. THIS QTY. EARNED % EARNED ITEM # ITEM # PRICE QTY PRICE CITY EST TO DATE I TO DATE OF PLAN THIS EST 1 Mobilization (Not to exceed 5% of total bid LS $ 6,80D.00 1 $ 6,800.00 1.00 1.00 $ 6,800.00 100% $ 2 Insurance and Bonding LS $ 9,200.00 1 $ 9,200.00 1.00 1.00 $ 9,200.00 100% $ 3 Trench & Excavation Safety Systems LS $ 300.00 1 $ 300.00 1.00 1.00 $ 300.00 100% $ 4 Clearing , Grubbing & Demo LS $ 3,200.00 1 $ 3,200.00 1.00 1.00 $ 3,200.00 100% $ 5 Unclassified Excavation Plan Quantity) CY $ 10.45 4818 $ 50,348.10 4,818.00 4,818.00 50,348.10 100% $ 6 Select Embankment Plan Quantity) CY $ 13.92 4318 $ 60,106.56 4,468.00 4,468.00 $ 62,194.56 103% $ 7 Sub rade Preparation Plan Quantity) SY $ 2.32 5577 $ 12,938.64 5,577.00 5,577.00 $ 12 938.64 100% $ 8 4" Topsoil SY $ 4.74 2300 $ 10,902.00 2,300.001 2,300.00 $ 10,902.00 100% $ 9 Undercut and Stone Backfill CY $ 18.90 100 $ 1,890.00 107.001 107.00 $ 2,022.30 107 % $ 10 18" RCP Under Pavement Class IV -----------clan--III---------------------------- ---------------------------- LF --- , $ 53.00 ----------- ......... 20 20 $ 1,060.00 20.00 20.00 $ 1,060.00 100% $ 18° RCP Class III _ - - - LF _ $ - 44.00 --- _140__-_ $ 6,160.00 140.00 140.00 $ 6,160.00 100% $ 12 24" RCP Class III ------------------------------------------------------------------------------ LF ------- - $ 55.00 50 _ $ 2,750.00 50.00 50.00 $ 2,750.00 100% $ 13 18" RCP FES____________________________-____________________-_____ -------------------- EA $ 660.00 1____-_ $ 660.00 1.00 1.00 $ 660.00 100 % $ 14 24" RCP_FES------------------------------ - ------- -------------------- ___ ___ --- EA _________ - $ 800.00- _____ 2 - $ 1,600.00 2.00 2.00 $ 1,600.00 100% $ 15 Detention Pond Outfall Structure ------------------------------------------------------------------------------- EA $ 3,175.00 1 $ 3,175.00 1.00 1.00 $ 3,175.00 100% $ 16 Rip Rap with Filter Blanketti' depths _ --------------------- ---- -SY --------------------- $ 85.00 -______ 15 $ 1,275.00 15.00 15.00 $ 1,275.00 100% $ 17 8':Aggre�ate Base Course (Class 7Z ------------------------------- - SY $ 10 38 - - 5577 _ - - - $ 57,889.26 6,302.00 6,302.00 $ 65,414.76 113% $ 18 Seeding and Mulch - _____________________----------------------- --- SY___ $ _______-____ 0.60 _____ 2300 _ $ 1,380.00 4,739.00 4,739.00 $ 2,843.40 206 % $ 19 Solid Sod - _ - - - - ------- --- - --- -------------- _SY - - -- - $ -2.67 1200 $ 3,204.00 1,783.00 1,783.00 $ 4,760.61 149% $ 20 Erosion Control______________________________________________-___- LS $ 3,560.00 ______ 1________ $ 3,560.00 1.00 1.00 $ 3,560.00 100% $ 21 Tree Protection Fencina________________-___-_______-___--..__---_-.-_.___. ..... LF $ 3.48 _350 $ 1,218.00 508.00 508.00 $ 1,767.84 145% $ 22 6" Thick Wire Reinforced Concrete ----------------------------------------------------------------------------- SY ------------ $ 47.00 --- 3682 $ 173,054.00 3,859.40 3,859.40 $ 181 391.80 105% $ 23 6 :Thick Concrete �DrivewayZ__... _....... __ _____ _ _ - _. _ - SY _ $ 51.00 1165 ___ $ 59 415.00 1,165.00 1 165.00 $ 59,415.00 100% $ 24 2 Diameter Reinforced Concrete Pier _ _ - - - VF $ 71 00 __ 600 ___ $ 42,600.00 613.70 613.70 $ 43,572.70 102 % $ 25 Detention Pond__ _ _ - - LS __ $ _ 1 40000 ___ 1 _ _ _ $ 1,400.00 1.00 1.00 $ 1,400.OD 100% $ 26 Water Quality Feature jBioretenbon Basm� --------- -------------------------------------- LS --- ---- $ 2,760.00 ----------------- - - - 1 ----- -------- $ 2,760.00 1.00 1.00 $ 2 760.00 100% $ 27 Water Quality_ Feature jBioretention Forebayi_ _ --------- -------- - LS $ 3,300.00 ------------------- -1 $ 3.300.00 1.00 1.00 $ 3 300.00 100% $ 28 Plantanus Occidentalis_(Sycamore --t------------------------------- -----EA $ - 221.00 21 $ 4,641.00 21.00 21.00 $ 4,641.00 100% $ 29 Quercus Rubra Red Oak --- 1------------------------ EA $ 221.00 21 $ 4,641.00 21.00 21.00 $ 4,641.00 100% $ 30 Acer S_accharum_SSusar Maplej----------------------------------------------- ---- EA -- $ 221.00 21 $ 4,641.00 21.00 21.00 $ 4,641.00 100 % $ 31 2" Sch 40 Electrical Conduit LF $ 11.00 175 $ 1,925.00 138.00 138.00 $ 1,518.00 79% $ 32 Additional Clearing, Grubbing and Demo for Change Order 1 LS $ 1,080.00 1 $ 1,080.00 1.00 1.00 $ 1,080.00 100% 33 Ditch Grading on West Side of Pad Addition for Change Order 1 LS $ 1,440.00 1 $ 1,440.00 1.00 1.00 $ 1,,440.00 100% $ 34 Additional Bonding and Insurance for Change Order 1 LS $ 1,275.00 1 $ 1,275.00 1.00 1.00 $ 1,275.00 100% $ 35 Additional Construction Staking for Change Order 1 LS $ 350.00 1 $ 350.00 1.00 1.00 $ 350.00 100% $ 36 Pre -Engineered Metal Building 40'x100' CO2 C04 LS $ 182,198.00 1 $ 182,198.00 1.00 1.00 $ 182,198.00 100% $ 37 Mobilization CO2 LS $ 2,000.00 1 $ 2,000.00 1.00 1.00 $ 2,000.00 100% $ 38 Gravel Access Drive to River CO3 LS $ 24,535.00 1 $ 24,535.00 1.00 1.00 $ 24 535.00 100% $ 39 Additional Concrete Pier Pads CO3 LS $ 1,956.00 1 $ 1,956.00 1.00 1.00 $ 1,956.00 100% $ 40 Irrigation for Trees CO3 LS $ 15 530.00 1 $ 15 530.00 1.00 1.00 $ 15,530.00 100 % $ Chan eOrder 5 LS $ 11:547.00 1 $ 11,547.00 1.00 1.00 $ 11,547.00 100% $ 11,547.00 SUBTOTAIJ41SCHEDULE t1 1$�7791,911456-] l$=802,1217,11 f$51.10,547;0D;