Loading...
HomeMy WebLinkAbout286-20 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Resolution: 286-20 File Number: 2020-0916 BID #20-82 SECOND NATURE LANDSCAPES, INC.: A RESOLUTION TO AWARD BID #20-82 AND AUTHORIZE A CONTRACT WITH SECOND NATURE LANDSCAPES, INC. IN THE AMOUNT OF $134,397.50 FOR THE INSTALLATION AND MAINTENANCE OF TREES ALONG RUPPLE ROAD AND OLD WIRE ROAD, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $13,000.00, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #20-82 and authorizes Mayor Jordan to sign a contract with Second Nature Landscapes, Inc., a copy of which is attached to this Resolution, in the amount of $134,397.50 for the installation and maintenance of trees along Rupple Road and Old Wire Road, and further approves a project contingency in the amount of $13,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 11/17/2020 Page 1 Printed on 11118120 Resolution: 286-20 File Number.' 2020-0916 Attest: ``1RK t TRF��, �� • GAT Y �F • G FAYETTEVILLE Kara Paxton, City Clerk Treasures "'',,N�T ONE O���� Page 2 Printed on 11118120 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2020-0916 Agenda Date: 11/17/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A.7 BID #20-82 SECOND NATURE LANDSCAPES, INC.: A RESOLUTION TO AWARD BID #20-82 AND AUTHORIZE A CONTRACT WITH SECOND NATURE LANDSCAPES, INC. IN THE AMOUNT OF $134,397.50 FOR THE INSTALLATION AND MAINTENANCE OF TREES ALONG RUPPLE ROAD AND OLD WIRE ROAD, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $13,000.00, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #20-82 and authorizes Mayor Jordan to sign a contract with Second Nature Landscapes, Inc., a copy of which is attached to this Resolution, in the amount of $134,397.50 for the installation and maintenance of trees along Rupple Road and Old Wire Road, and further approves a project contingency in the amount of $13,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 11/1812020 Paul Libertini Submitted By City of Fayetteville Staff Review Form 2020-0916 Legistar File ID 11/17/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 10/27/2020 ENGINEERING (621) Submitted Date Division / Department Action Recommendation: A Resolution to award Bid #20-82 and authorize a contract with SECOND NATURE LANDSCAPES, INC. in the amount of $134,397.50 for the installation of trees along Rupple Road and Old Wire Road, to approve a project contingency in the amount of $13,000.00, and to approve a Budget Adjustment. Budget Impact: 4470.800.8835-5809.00 Sales Tax Capital Improvements Account Number Fund 06035.4400 Tree Planting (Rupple/Old Wire) Project Number Project Title Budgeted Item? Yes Current Budget $ 200,000.00 Funds Obligated $ - Current Balance $ 200,000.00 Does item have a cost? Yes Item Cost $ 134,397.00 Budget Adjustment Attached? Yes Budget Adjustment $ 238,094.00 Remaining Budget $ 303,697.00 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: CITY OF FAYETTEVILLE ARKANSAS MEETING OF NOVEMBER 17, 2020 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Garner Stoll, Development Services Director Chris Brown, City Engineer FROM: Paul Libertini, Staff Engineer DATE: October 27, 2020 CITY COUNCIL MEMO SUBJECT: Approval of a Resolution to award Bid #20-82 and authorize a contract with Second Nature Landscapes, Inc. in the amount of $134,397.50 for the installation of trees along Rupple Road and Old Wire Road, to approve a project contingency in the amount of $13,000.00, and to approve a Budget Adjustment. RECOMMENDATION: Approval of a Resolution to award Bid #20-82 and authorize a contract with Second Nature Landscapes, Inc. in the amount of $134,397.50 for the installation of trees along Rupple Road and Old Wire Road, to approve a project contingency in the amount of $13,000.00, and to approve a Budget Adjustment. BACKGROUND: This construction project calls for the installation of approximately 214 trees with the associated mulching along with areas of wildflower mix to create completed planting areas along three (3) separate sections City streets, as follows: Rupple Road (Owl Creek School to Wedington Drive), Rupple Road (Starry Night View to Mt. Comfort Road), and Old Wire Road (Ash Street to Gulley Park). DISCUSSION: The bid opening was held on October 21 s' at 2:00 p.m. The City received 2 bids and staff recommends awarding the contract to the lowest bidder, Second Nature Landscapes, Inc. (See attached bid tabs). The contract time is 75 days for final completion. BUDGET/STAFF IMPACT: The cost of planting street trees will be funded from escrow funds deposited by Property Owners and from the Sales Tax Capital Improvement fund. Attachments: Signed Agreement (Doc 00500) & Vicinity Maps Appendix A, Bid #20-82 — City Bid Package Appendix B, Bid #20-82 - Bid Submittal — Second Nature Landscapes Appendix C, Bid #20-82 — Recommendation for Award Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: RUPPLE ROAD & OLD WIRE ROAD TREE PLANTING Bid No.: 20-82, Construction THIS AGREEMENT is dated as of the day of A) Mfy%-� in the year 2020 by and between The City of Fayetteville, Arkansas and Second Nature Landscapes. Inc. (hereinafter called Contractor). ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: Installation of approximately 214 trees with the associated mulching along with areas of wildflower mix to create completed planting areas along three (3) separate sections City streets, as follows: Rupple Road (Owl Creek School to Wedington Drive), Rupple Road (Starry Night View to Mt. Comfort Road), and Old Wire Road (Ash Street to Gulley Park). Refer to Section 00400-Bid Form for a complete list of quantities. Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits shall be waived. ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division. City of Fayetteville Engineering Division assumes all duties and responsibilities, and has the rights and authority assigned to City of Fayetteville Engineering Division in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 00500 Agreement 00500-1 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work shall be Substantially Completed within 45 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and final completion and ready for final payment in accordance with the GENERAL CONDITIONS within 75 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Two Hundred Fifty Dollars ($250.00) 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 Two 00500 Agreement 00500-2 DOCUMENT 00500 — AGREEMENT (continued) Hundred Fifty Dollars ($250.00) 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 unit 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. 1. There shall be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. 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. 00500 Agreement 00500-3 DOCUMENT 00500 — AGREEMENT (continued) 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. 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. 95% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 00500 Agreement 00500-4 DOCUMENT 00500 — AGREEMENT (continued) 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated 00500 Agreement 00500-5 DOCUMENT 00500 — AGREEMENT (continued) in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. 00500 Agreement 00500-6 DOCUMENT 00500 — AGREEMENT (continued) J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 00500 Agreement 00500-7 DOCUMENT 00500 — AGREEMENT (continued) 7. Three sets of drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general titles: • STREET TREE PLANTING PLAN FOR RUPPLE ROAD from Owl Creek School to Wedineton Drive • STREET TREE PLANTING PLAN FOR RUPPLE ROAD from Starry Night View to Mt. Comfort Road • OLD WIRE ROAD PROTECTED BIKE LANE & SIDEWALK PROJECT from Ash Street to Gulley Park. 8. Addenda numbers 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 00500 Agreement 00500-8 DOCUMENT 00500 — AGREEMENT (continued) contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 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 00500 Agreement 00500-9 DOCUMENT 00500 - AGREEMENT (continued) materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts each has been retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on lba4m kxr C1 2020, which is the Effective Date of the Agreement. CONTRACTOR: By:� � i/ (Type or legibly print) 00-1 (Signaturc) Title: Aa!r—jr�0 6 W7 CITY OF FAYETTEVILLE Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. 00500 Agreement 00500-10 DOCUMENT 00500 — AGREEMENT (continued) (SEAL) Attest Addres or giving notices License No. CSj%%q%0 Agent for Service of process (Type or legibly print) (SEAL) ��� .• C,ITY� Attest Address for giving notices 113 W. Mountain St. Fayetteville. � iG 0�%,��`�` AR 72701 ��N Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. (If Contractor is a corporation, corporate entity or LLC, attach evidence of authority to sign.) END OF DOCUMENT 00500 00500 Agreement 00500-11 Street Tree Planting Plan for Rupple Road from Owl Creek School to Wedington Drive City of Fayetteville I i� Work is located on ' Rupple Road between Owl Creek School and Wedington Drive. EFEI (1meArmw orra�' aW„ lJ+� a Plan Index Sheet No. Description 1 Section 1 (Owl Creek School to W. Persimmon St.) 2 Section 2 3 Section 3 4 Section 4 5 Section 5 6 Section 6 Rupple Road Street Tree Plantings (Owl Creek School to W. Persimmon St.): Total Botanical Name Common Name Planting Spacing Oty. Size 8 Cladrustis kentukea Yellowwood 2" cal. 3 Comus florid a Dogwood 2" cal. 4 Liquidambar styraciflua 'Rotundiloba' Sweetgum 2" cal. 16 Liriodendron tulipifera Tulip Tree 2" cal. 16 Pistachia chinensis Chinese Pistache 2" cal. 2 Ouarcus coccinea Scarlet Oak 2" cal. 5 Ouercus rubra Northern Red Oak 2" cal. 1_ CITY OF FAYETTEVILLE Park Planning/Urban Forestry ARKANSAS Park Planning/Urban Forestry Phone 479-444-3470 Email Phone 479-444-3486 Email jscott@fayetteville-ar.gov mevans@fayetteville-ar.gov Know whars bellow. Ckp M. Call before you dig. January 30, 2019 Street Tree Planting Plan for Rupple Road from Starry Night View to Mt. Comfort Road I t Work is located on Rupple Road between Starry Night View and „r Mt. Comfort Road. ' `,yi_.._,__�-`w•� i -..' 1 _. , ._..__... � � Lip Plan Index Page No. Description 1 Notes and Details 2 Plant Totals and Wildflower Detail 3 Section 1 4 Section 2 5 Section 3 6 Section 4 ._ CITY OF FAYETTEVILLE Park Planning/Urban Forestry ARKANSAS Park Planning/Urban Forestry Phone 479-444-3470 Email Phone 479-444-3486 Email jscott@fayetteville-ar.gov mevans@fayetteville-ar.gov Ak"waliJ& Know wears below. Call bdom you mg September 5, 2019 OLM WIRE FROAm PFROTECTEl::O BIKE LANE 8 SIDEWALK PROJECT (ASH ST. TO G U L L EY PARK) Tree totals 10 Jefferson Elm - Ulmus americana 'Jefferson' 11 Water Oak - Quercus nigra 8 Frontier Elm - Ulmus minor x Ulmus parvifolia 'Frontier' 13 American Hornbeam - Carpinus caroliana 6 Bald Cypress - Taxodium distichum 9 Black Gum - Nyssa sylvatica 1 Red Oak - Quercus rubra 3 Sycamore - Platanus occidentalis 2 Willow Oak - Quercus phellos Know what's below. Call before you dig Z Gulley Park Pavlhon U."Sh,p Sr E township St .. r �a ! St oi� E Stewart St d r z z gE d Overue9, s, C Elm st IF 0 F airview Memor al Cemetery VICINITY MAP Aft CITY OF FAYETTEVILLE ARKANSAS ENGINEERING DIVISION PHONE. (47915?"206 FAX NO. (479157562M BID SET #18-21 i' N'AS IRT l r I��1y910 0 1/25/18 Contract for Bid 20-82 Appendix A City Bid Package -t Q� Project Manual T OF FA E IL A Enginee Divisio �► 113 W t Mountain S ee y &11e, Arkq 72 1 �F G & OLD WIRE ROAD PLANTING BID 420-82, Construction Date: September 2020 City of Fayetteville, Arkansas INVITATION TO BID Bid 20-82, Construction — Rupple Road Tree Planting Rebid The City is seeking bids from qualified vendors for the purchase, delivery, and installation of trees along Rupple Road and Old Wire Road. Bidding documents, plans, plan holders, and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.fayetteville-ar.gov/bids. All bids shall be received by Wednesday October 21, 2020 before 2:00 PM, local time utilizing the electronic bidding software, OR by submitting a sealed bid at the City of Fayetteville, Purchasing Division address listed below. Submitting a^lectronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at ill-14 a d livestreamed at https://www.youtube.com/user/cityoffayetteviIlear. No late bids shall be acce a elry of Fayetteville shall not be responsible for lost or misdirected bids, or failur of bidder's technical equ m t. City of etteville Purchasi Divis n —Roo 3 ountain Street eville, AR O1 A non -mandatory Pre -Bid meeting wi edn 07, 2020 virtually. Information regarding the pre -bid meeting is a e o the pr the Ci y's Ic adding platform. All interested parties are encourage t nd. VVV/ Each bid shall be accomp i b vcashier's m a bank d ess in the State of Arkansas or a corporate bid bond in a u of les fiv (5) perc ount bid. A one hundred percent (100%) performance and a nd is require i he co act a d and shall be file marked by the Washington County Circuit Cler a pon reheoe to C t e City. A Sta of Arkansas Contractor's License is required for all bidders and license all be valid of bid d line. In an effort to understand h r spur ven iers are facing in relation to the current COVID-19 situation, the Purchasing Divisio ak edback Iders and interested parties to understand the current impact to vendors operations Pursuant to Ar a e Ann. 9-203 The City of Fayetteville encourages all qualified small, minority and worille Me enterpn es n nd receive contracts for goods, services, and construction. Also, City of Ir Fayetter o ages all eneraa�tractors to subcontract portions of their contract to qualified small, minority and wo iness ente ises. 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 By: Les McGaugh, Sr. Purchasing Agent P: 479.575.8220 Email: Imcgaugh@favetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 09.27.2020 and 10.04.2020 �� CITY OF FAYETTEVILLE ARKANSAS TABLE OF CONTENTS RUPPLE ROAD & OLD WIRE ROAD TREE PLANTING CONTRACT DOCUMENTS INTRODUCTORY INFORMATION 00010 TABLE OF CONTENTS _ 00010-1 of 1 00100 BID SOLICITATION 00140 BIDDER'S QUALIFICATION STAAtW 00140-1 of 00200 INSTRUCTIONS TO BIDDERS 00200-1 of 10 00400 BID FORMS AND SUP P � E 00400 BID FORM 00400-1 of 00410 BID BOND 00410-1 of 2 00430 LIST OF SUBCONTRS ` 00430-1 of 1 00500 AGREEME 00500 AGREEME F M 00500-1 of 11 00550 NO IC CEED O 00550-1 of 2, 00600 BO CER ICA ES 00610 PERF MANCE 00610-1 of 3 00611 LABOR AND ALP N OND 00611-1 of 4 00612 MAINTEN ND ` 00612-1 of 2 00700 CON ENE L ITIONS 00700-1 of 55 DIVISION RAL ENTS 01110 S A01110-1 of 3 01250 TRAC MO CATION PROCEDURES 01250-1 of 2 01270 CHEDULE IT PRICES 01270-1 of 2 01290 PAYMENT PROCEDURES 01290-1 of 2 SPECIAL PROVISIONS SECTION SP-1 PLANTING PLAN SP1-1 of 3 SECTION SP-2 WATERING SP2-1 of 1 TECHNICAL SPECIFICATIONS - The following specifications are part of this project by reference, but are not printed in Project Manual: CITY OF FAYETTEVILLE STANDARD SPECIFICATIONS FOR STREET AND DRAINAGE CONSTRUCTION AMERICAN STANDARD FOR NURSERY STOCK, LATEST EDITION END OF DOCUMENT 00010 Table of Contents 00010-1 DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: Contract Name: Rupple Road & Old Wire Road Tree Planting Date: As noted on Invitation to Bid THIS DOCUMENT IS NOT REQUIRED AS A PART OF THE BID PACKAGE. HOWEVER, IF THE OWNER HAS NO PREVIOUS EXPERIENCE WITH OR HAS REASON TO BELIEVE THE APPARENT LOW BIDDER MAY LACK THE QUALIFICATIONS NECESSARY TO COMPLETE THE PROJECT WITHIN THE TERMS OF THE CONT T, THE OWNER MAY REQUIRE THIS DOCUMENT TO BE COMPLETED PRIOR T IS UANCE OF THE NOTICE OF AWARD. SUBMITTED TO: ' Q 0 The City of Fayetteville, Arkansas H 3 West Mountain Street •` ej Fayetteville, Arkansas 727 SUBMITTED BY: O� EXPERIENCE STATEMENT Bidder has been engaged as a General Contractor in construction for has performed work of the nature and magnitude of this Contract for Bidder has been in business under its present name for years. years and 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.) 00140 Bidders Qualifications 00140-1 DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) 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 contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) 4. Has Bidder ever failed to complete any project? If soole , where, and why. 5. Bidder normally performs the g work ly6 n forces: t n 6. CG° r I In t eve t e Contract is awarded to Bidder, the required surety Bonds will be furnishe by the following surety company and name and address of agent: 8. Bidder's Workmen's Compensation Experience Modifier Factor is: 00140 Bidders Qualifications 00140-2 DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) FINANCIAL STATEMENT Bidder possesses adequate financial resources as indicated by the following: 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, acco re i ble, notes receivable, accrued income deposits, materials in t , and prepaid expenses). b. Net fixed assets. O c. Other assets. ` d. Current I' ili (acco s e, notes pa c ed expenses, provision for in es, advance ued salari accrued payroll taxes). e. iabilit' a I, capital st rized and outstandingshares par P P � ues, erne us, and tai d nings). f. Name ft prepvn cial statement and date thereof: If financial statemen t tlylidentic anon named herein explain relationship and financial P P responsibility of zation fu 'she . i 2. Curr t The following judgements are outstanding against Bidder: J ent Creditors Where Docketed and Date Amount a. $ b. 00140 Bidders Qualifications 00140-3 DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: .2020 (OFFICIAL SEAL) Name of Organization: '0 By Title (If Bidder is a partnership, the partners ' a shall be d, fo lowed b ature of at least one of the partners. If Bidder is a corp �� a co t shall be wed by the signature of aduly-authorized officer an� a corpora al fixed.) GEND AF O MENT 00140 O 00140 Bidders Qualifications 00140-4 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: ARTICLE I - 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 th ENERAL CONDITIONS. B. Bid Documents shall include the following: 1. Bidding Requirement a. Invitation to Bid. b. Instructions to Bid s. c. Bid Form. d. Bid B �� 2. Bidder's F The Bi a ntion is I t he follow' d 'onal forms which shall o etely f submitte d: a. is Quali i n tatemert� —h. of Subcontract 3. tract Forms: Agr tNteen Own ntractor. The ttenti i a o the evidence of authority to sign and dyer do ments wh all be submitted with the Agreement as b. Qble to th usin entity and noted in the Agreement. ormanc� B or a ayment Bond. tract a. Genera ions. b. Sup erne ry Conditions. O c. - elated Regulations. a nstruction Maintenance Bond 5. p ications. 6. D1 ings. 7. denda issued prior to receipt of Bids. C. Certain additional items used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof. 1. Bidder — one who submits a Bid directly to Owner as distinct from a sub - bidder, who submits a Bid to a Bidder. 2. Issuing Office — the office from which the Bid Documents are to be issued and where the bidding procedures are to be administered. 3. Successful Bidder — the lowest, responsible, and responsive Bidder to whom Owner on the basis of Owner's evaluation as hereinafter provided makes an award. 1.02 COPIES OF BID DOCUMENTS: A. Complete sets of the Bid Documents in the number and format as stated in the Invitation to Bid may be obtained from the City's Issuing Office. 00200-Instructions to Bidders 00200-1 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) 1.03 1.04 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. QUALIFICATION OF BIDDERS: A. Prequalification statements are not required. Owner I o er, evaluate the Bidder's qualifications follow' the opening of Bids. v ation criteria considered will include, but not be limite l . Experience and perfo nce recor si ar work. 2. Financial res ons ility. 3. Ability to ructio equip and perso o complete the Work wit Antract Ti 4. Evidenc B er to d u e n the state er a Project is located, or cove t o tain s uI tions prio f the Contract. B. Bidders quested to . financia and other information relati rience ant"nanc l respon ' i er bids are received and before aw r contract. C. o Bids �nsider submitted by Bidders who show ctory plet of work a and size comparable to the Work required by these Bid D e ts. comparab ects, including pertinent information and cation o� w rs, shall be submitted with the Bid. 2. ARTI — ARD OF CONTRACT herein for additional requiremen a opening of Bids. D. I other pro cts bidders must be licensed in the State of Arkansas and shall Orovide t� number on the Bid Form. Failure to provide license number coul1w i -responsive Bid. A. Before submitting a Bid, it is the responsibility of each Bidder: 1. To thoroughly examine the Contract Documents and other related data identified in the Bid Documents (including "technical data" referred to below). 2. To visit the Site to become familiar with and satisfy Bidder as to the general, local, and Site conditions that may in any manner affect cost, progress, and performance of the Work. 3. To consider federal, state, and local laws, ordinances, rules, and regulations that may in any manner affect cost, progress, performance, and furnishing of the Work. 4. To study and carefully correlate Bidder's knowledge and observations with the Contract Documents and such other related data. 00200-Instructions to Bidders 00200-2 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) 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, rogress, performance, and furnishing of the Work or which relate to any aspect it means, methods, techniques, sequences, or procedures of construction e erigoyed by Bidder, including safety precautions and programs incident t iKvhich Bidder deems necessary to determine its BidINzerforming a fu the Work in accordance with the time, price, and other d cond io the Contract Documents. This shall include local shippin fact ies and i of lands if applicable. C. In the preparation ct Do uments ther repo xplorations nor tests of any Hazardous en Co 'on a he Site k have been prepared. D. Access to the 1. t, Owner r ide each r cess to the Site to conduct ammatio ,rove igations, I ions, tests, and studies as each B der deem ary for sub apf his Bid. Bidder shall fill all holes, an up, es re the S' t4 i er conditions upon completion of such expl i , inve at n sts, and studies. TheX sup which th ork is to be performed, rights -of -way, and e e for acces eret nd other lands designated for use by Contractor ing the or re identified in the Contract Documents. All tonal I ess thereto required for temporary construction 1litiesI i equipment, or storage of Materials and Equipment to be mcor or the Work are to be obtained and paid for by Contractor. Easeme for permanent structures or permanent changes in existing i e to be obtained and paid for by Owner unless otherwise provided ct Documents. 3. Pr owners affected by the Work are named on the Drawings where wn, but the accuracy of such ownership is not guaranteed. Bidders shall verify and make their own arrangements with such property owners for any access needed in connection with the preparation of Bids. E. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph "Examination of Contract Documents and Site," and that the Bid Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 1.05 INTERPRETATIONS, MODIFICATIONS, AND ADDENDA: A. Any Bidder who discovers ambiguities, inconsistencies, or errors or is in doubt as to the meaning or intent of any part of the Bid Documents shall promptly request an interpretation from Engineer. Interpretations or clarifications considered necessary by 00200-Instructions to Bidders 00200-3 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) 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. No Addenda will be issued within the last two (2) days before the date of opening Bids. However, an addendum that affects the time, date or location of the bid opening may be issued as little as twenty-four (24) hours re the date of opening bids. D. Only questions answered by formal written Addenda riding. Oral and other interpretations or clarification I be without I al e 1.06 PREBID CONFERENCE: A non -mandatory, pro ference will I on the dat time specified in the INVITATION TO t City of ette Admini uilding, City Hall, Room 326 at 113 tain S� F ville, AR 72 interested parties are strongly encou ttend ` 1.07 LABOR-RELAIP9 ULA A. Purs nt rkansas C Annotated 22- 0 e City of Fayetteville encourages al lifi d min 't n men busi rises to bid on and receive contracts o ds, ervic nstruc ity of Fayetteville encourages all l cont ors t ubcontra ions of their contract to qualified, small, minority, a en busin s ent ises. ARTICLE 2 - BASIS O NG w 2.01 SPECI IPME 'MATERIALS: A. stitutions wi be considered only after the Effective Date of the Agreement and set for(h� ENERAL CONDITIONS. 2.02 ECT S 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 famish 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. Fees for permits issued by the City will be waived, but permits are still required where necessary. 00200-Instructions to Bidders 00200-4 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) 2.03 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 s be included in the Bid price unless specified otherwise. SUBCONTRACTORS: A. No Bid shall be based upon a a of SubZjnttrs performing more than 60 percent of the total Work. B. The experience, p t ce, a abili ach prop a ubcontractor will be 4: considered in the a of Bids. Su contracto sted shall be required to furnis xp 'ence st&ei nts for to the tic f Awards. C. 2.04 CC A. B. ARTICLE 3 - 3.01 Id B. C. No Contracto%al%be reqWdloy an+SbG t"F, other person, or organizat' st whomhas re jection. Owner or Engineer may a eject Sub trac rs in acca�th Paragraph 6.05 of the GE CONDIT T ES: The numbe s within hich, the dates by which, the Work is to achieve Substantia Co p etion an fina completion and be ready for final payment shall d in the t. i for liq ages, if any, are as set forth in the Agreement. On et o ound documents included with the officially provided set of drawings and s76i0cations, shall be used for the Bid. The Bid Forms shall be filled out in detail in black ink and signed by the Bidder. Forms shall not be removed from the bound document. 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 and/or LLC's 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) 3.02 3.03 3.04 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. METHOD OF BIDDING: A. Bids will be received on a Unit Prices basis as set flom id Form. B. Firm Bids are required. r� C. Schedule of Unit Prices: 1. The Bidder lete the (and shall a axed UrA 2. The total '� will b d% estima i of tY of Udlr Prio+es." TL to final me r , used, in the "edu of Unit 1 that ifs ies vary mojg Unit Prim" included in the Bid -d as the syrNilwproducts of the the Un' orth in the "Schedule s j Priceect to adjustment r quantities, and the Unit Prices !!!s i 1 apply to such final quantities 05 percent above or below estimated 1� to change by Change Order. WITH BID: A. Bidders sh suit to th ` Bid, the List of Subcontractors contained in the Pro' al as Da 430, completed with names of all such Sub c s, Su ie other persons and organizations proposed for those P&C 1 o the Wor w ich such identification is required. The list shall be rented by n ex fence statement with pertinent information regarding similar ro cts an o vidence of qualification for each such Subcontractor, Supplier, Op rson, oi n, if requested by Engineer. If, after due investigation, Owner or Engi a o ble objection to any proposed Subcontractor, Supplier, or other pers or o anization, Owner may, before the Notice of Award is given, request the appare ccessful 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. MANUFACTURERS SUBMITTED WITH BID: Not applicable this specific project. 00200-Instructions to Bidders 00200-6 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) 3.05 FORMS TO BE SUBMITTED: A. The following forms shall be completed and submitted with the Bid:. 1. DOCUMENT 00140 BIDDER'S QUALIFICATIONS STATEMENT 2. DOCUMENT 00400 BID FORM 3. Bid Security as bank cashier's check FROM A FINANCIAL INSTITUTION LOCATED IN THE STATE OF Arkansas, or Bid Bond (DOCUMENT 00410) 4. DOCUMENT 00430, LIST OF SUBCONT 3.06 BID SECURITY: Z5$-M� 3.07 Each Bid shall be, kseri p le toOwner, of tl�e amount stipulated in the Invitatio o BiThe required recur' a n thef k cashier' k from a financial institution located c e of Arkr Bid Bon orm prescribed by the AIA, DocurW , or on �in attachedl set forth for "Surety dder will 4 re itled until Bidder has executed the uired nds as set forth in the GENERAL e returned. If the Successful Bidder Id is the surety Bonds within 15 days after the mNannul the Notice of Award, and Bid security of Ld%vKVhom Owner believes to have a reasonable chance of tained by Owner until the earlier of 10 days after the ;ment and the required surety Bonds furnished, or the 91 st Bid security of other Bidders will be returned within 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 he reasonable satisfaction of Owner that there was a material and subst ti I mistake in the preparation of his Bid, that Bidder may withdraw its an Bid security will be returned. Thereafter, that Bidder will be disqualified er bidding on the Work to be provided under th0* tract Docu ts.' ARTICLE 4 - OPENING OF BIDS 4.01 OPENING OF BIDS: ;` 0sl on-respo s e) d aloud publicly at the n abstract nts of the base Bids r the o i g ids. i of a fter Bids are opened, but Owner turn the Bid security at any time ARTI4 5.01 or all Bids, including without limitation the rig, non -responsive, unbalanced, or conditional :r if Owner believes that it would not be in the award to that Bidder, whether because the Bid alified or of doubtful financial ability or fails - criteria established by Owner. Owner also lities not involving price, times, or changes in ms 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. 00200-Instructions to Bidders 00200-8 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) 5.02 5.03 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 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. :. Owner may consider the qualifications and experience of S bcontractors, Suppliers, and other persons and organizations proposed for those p rtl s of the Work as to which the identity of Subcontractors, Suppliers, and and organizations is requested per Paragraph 5.02E of this document. Owner may conduct such in, evaluation of any Bid and to ability of the Bidders, pro to perform and furyry'� Owner's satisfact'q l . 1 #kcessary to assist in the t qualifications, and financial er persons and organizations the CoOMIDocuments to not pass any such and if e by the Owner or the Engineer, ny ot'—Oder so requested, shall submit n statement with pertinent 114Aer evidence of qualification for each 'or organization, proposed by the Bidder for ;E 3 paragraph 3.03 above. The use of ament 00430) and accepted by Owner prior to in the performance of the Work. ds are opened, the apparent Successful Bidder, and any 'shall submit an itemized breakdown of any lump sum is reakdown must include a separate item for each major each major piece of equipment. This breakdown may or may seauent time schedule submittals. The war f"the Contract, if it is awarded, will be to the lowest, responsive, respo Bidder whose evaluation by Owner indicates to Owner that the award will be in the best interest of Project and Owner. 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). 00200-Instructions to Bidders 00200-9 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) 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 , power of attorney documents, and other required documents in the appropriate plac d eliver all copies to Owner. 6.03 Within 10 days thereafter, Owner will all copi t*# reement and insert the Date of Contract in the Agreement, Bonds, a power of a ocuments. Owner will provide the executed Contract Documents Eng eer for in 'n d distribution as required. Each duly executed counterpart ipani d by a lete set o mgs with appropriate identification. ` E OC �1�b200 G . 00200-Instructions to Bidders 00200-10 DOCUMENT 0400-BID FORM Contract Name: RUPPLE ROAD & OLD WIRE ROAD TREE PLANTING Bid Number: 20-82, Construction BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 �0 BID FROM: 100** O Bidder: X V ARTICLE 1- INTENT l NJ OeZ� 1.01 The and der p ses a grees, if t id is accepted, to enter into an agreement ith Owner i e include the tract Documents to perform and furnish all Wor ied or in : a d i e Contract Documents for the Bid price and within e ind. a id and in accordance with the other terms and co i e of the Contra o ments. ARTICLE 2- TE CON I 2.01 idd accepts al of the` s and conditions of the Invitation to Bid and Ins ructions to Bid , including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 00400-Bid Form 00400-1 DOCUMENT 0400-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 acknowled40e d Number a to the Laws hing tures is :such Mete 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, 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 00400-Bid Form 00400-2 DOCUMENT 0400-BID FORM (continued) F G H. J. K. (:j L. safety precautions and programs incident thereto. 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. Bidder is aware of the general nature of work to be performed b r nd others at the Site that relates to Work for which this Bid is s indicated in the Contract Documen ' Bidder has correlated the information own to Wit rmation and observations obtained in the Contract Docun explorations, drawings Bidder has gilApTIjineer written dW44offif all conflM, ambiguities, or discr n s at Bidder &ISgineer covered in the on Documents, and the olution eio is to Bidder. n act Do %�nsandcq nts are generally icient to indicate and convey derstanding " ions r performing and furnishing the Work for Bid is s ed Th' genuine and a in the interest of or on behalf of any nosd person, or corporation and is not submitted in conformity P rp h' any ag*e I les of any group, association, organization, or orpor , Biome a of directly or indirectly induced or solicited any other der t submit a false or sham bid; Bidder has not solicited or induced a erson, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. 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. 00400-Bid Form 00400-3 DOCUMENT 0400-BID FORM (continued) 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 amou falls within the amount of funds certified for the project plus 25%. In the event no bid falls within the amount of s rtified fo the bject plus 25%, the City will utilize the deduct' a alte ates in e oo er evaluate bids until a bid received a�l� e amo nt certi lus 25%. In the event all deductive alt t subtrac t total base no bid falls within the amou ce ied, pl 5 ids shall b r and become confidenti� In no case sha e a nt bid r e i f "mobili i eed 5% of the tota tra ount for all ed in t pr o r bid. Should the amou a nto the oposa or bid forth ernexceed 5%, the bid shall be rej ted. Bidder shall okeTU ork' c e with the Contract Documents for the folio e(s): 00400-Bid Form 00400-4 DOCUMENT 0400-BID FORM (continued) 00400-Bid Form 00400-5 DOCUMENT 0400-BID FORM (continued) 00400-Bid Form 00400-6 DOCUMENT 0400-BID FORM (continued) 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 Agreemen ARTICLE 6- BID CONTENT 6.01 The following documents are attached to and lie"atcondition �th id: A. Required Bid securityi K +dintheam a cash' is the m a bank c in the State of Arkansas o a of V� B. A tabulation contractors anc to be ide a is Bid. O * NO 00400-Bid Form 00400-7 DOCUMENT 0400-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 whic • ed in t e AL CONDI Instructions to Bidders will eaning~ them. Arkansas State Co ense No. If Bidde An Indivi A Name (type or prin G . By: (SEAL) Signature) Gusu ess as: ss addressc Phone No: Fax No. Email Address: 00400-Bid Form 00400-8 DOCUMENT 0400-BID FORM (continu A Partnership Partnership Name : (SEAL) By: (Signature of general partner -attach evidence of authority to sign) Name (type or printed): Business address: an_ A Corporation or LLC Corporation Name: State of Incorporation:_ Type (General Business/ Email Address: Tax ID Number (TIN) DUNS# Cage Code: (CORPORATE SEAL) Fax No. END OF DOCUMENT 00400 00400-Bid Form 00400-9 DOCUMENT 00410 — BID BOND KNOW ALL MEN BY THESE PRESENTS: that we as Principal, hereinafter called the Principal, and a corporation duly organized hereinafter called Surety, City, of Fa .1 , 113 V ntain Faye ille, Arkarf as Obligee, aws o firmly n nto 4& 11 jAlk, ch as Surety, Q "6 for the payment of which sum, v#f 1'30,dTruly to be kde, principal and said Surety, bind ourselves, our heirs, and assigns, jointly and severally, firmly by these presents. 0 `v Princip as bmitted a Bid for: RUPPLE ROAD & OLD WIRE ROAD TREE PLANTING 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 — 1 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 PRINCIPAL 2020. 0 P TE SEAL) Q5 op) (CORPORATE SEAL) 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: RUPPLE ROAD & OLD WIRE ROAD TREE PLANTING Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor's Name Expected Percentage and Address or Value Clearing/Demolitionbv T>► r"1 SWPPP/Erosion Control 5 Asphalt Concrete Landscaping Material Testing � 50 Other (design Cj NOTE: This form must be submitted in accordance with the Instructions to Bidders. Bidder's Signature END OF DOCUMENT 00430 00430-List of Subcontractors 00430-1 DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: RUPPLE ROAD & OLD WIRE ROAD TREE PLANTING Bid No.: 20-82, Construction THIS AGREEMENT is dated as of the day of in the year 2020 by and between The City of Fayetteville, Arka d (hereinafter called Contractor). ARTICLE 1- WORK ♦` 1.01 Contractor shall p e all W i ied or indi n Contract Documents. under this ct inclu not limited to: Installation of a iely 2 eeth the o ' lM mulching along with areas of wildflower to co plete ting ar n ree (3) separate sections City streets, as follows: pple Road eek Sch I to dington Drive), Rupple Road (Starry Night View to Mt. Comfort Old Woree a Ash Street to Gulley Park). Refer to Section Bid Form fo c plete list of quantities. Contracto onsiblq o ing all applicable permits; however, fees for the City issued pe its jse wai ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division. City of Fayetteville Engineering Division assumes all duties and responsibilities, and has the rights and authority assigned to City of Fayetteville Engineering Division in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 00500 Agreement 00500-1 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. 3.02 DATES A 3.03 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. TA The Work shall be date when the dq GENERAL C payment ia� ; DA V r of reof alloy arties also 0 pro e1 C j bst 11 45 calendar days after the final within 75 after the da wthe Cores commence to run. tractor recogothat time is of the essence of this that Th of Fayetteville will suffer financial loss if the ^ S n the time specified above, plus any extensions c rdance with the GENERAL CONDITIONS. The cognize the delays, expense, and difficulties involved in al loss suffered by The City of Fayetteville if the Work is not Completed on time. Accordingly, instead of requiring any such p he City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Two Hundred Fifty Dollars ($250.00) 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 Two 00500 Agreement 00500-2 DOCUMENT 00500 — AGREEMENT (continued) Hundred Fifty Dollars ($250.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 4.02 4.03 The CITY OF FAYETTEVILLE agrees to pay, and the accept, as full and final compensation for all work done amount based on the unit prices bid in the Proposal (1� attached, for the actual amount ac ' ed un cli be made in lawful money oft e Un d State in the Specifications. As provided in determinationd l UK agrees to agreement, the which is hereto Pay item, said payments to and in the manner set forth 0*4,qj �jplltot guaranteed, and o be made by ENGINEER been computed as provided nentAn scope, price or fees to this contract shall �al contract amendment approved by the Mayor the change in scope, cost or fees. III be no changes without prior written approval of the of Record and/or the City's designated Professional 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. 00500 Agreement 00500-3 DOCUMENT 00500 — AGREEMENT (continued) 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 schedule of values e% established in the GENERAL CONDITIONS (a th e of Unit Price Work based on the numb f units completed) or, t event there is no schedule of values, as prov i the Ge ra quirements. l . Prior t� s I Completion, ress payn01jvill be made in an am futiNgtal to tke in each case, less such dints as Enginll deter 'Me City of Fayetteville may withholl�in accordance h t ENERAL CONDITIONS. 9 oTWoorrk to ith the balance being retaina e . If P � g g) �ork has n 50 ompleted as determined by Engineer, and �if the char ter d progress of the Work have been satisfactory to e f Fayetteville and Engineer, The City of Faye e on recommendation of Engineer, may determine that long as the character and progress of the Work subsequently • ` e ain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 00500 Agreement 00500-4 DOCUMENT 00500 — AGREEMENT (continued) 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRE U NTATIONS 6.01 In order to induce The City of Faye ville to e Z601is Agreement, Contractor makes the following reprfs ns: qj A. Contractor h xa 'ned an fu studied the on t Documents includin �denda d lated dat ile�f�e the Bid Docu t G B. ctor h QV� the Site d e familiar with and is satisfied as to e gene local nd Site ons at may affect cost, progress, perfor�lc d furnis ' g of Work. ♦�;+ C. r�or is f iI and is satisfied as to all federal, state, and local s and Re 11 �furnis 'n f ontr�r may affect cost, progress, performance, and Work. carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated 00500 Agreement 00500-5 DOCUMENT 00500 — AGREEMENT (continued) in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data c ning conditions (surface, subsurface, and Underground Facilities r c uous to the Site or otherwise which may a ct cost, progress, per ce, and furnishing of the Work or which relate t y pect of a ns, methods, techniques, sequences, and pro ce res o constru io to employed by Contractor and safety precauti rograms ident ereto. F. Contract do not con ' addition ons, inves , exploratio t s, studies, re necessary for the fo mg and furni ing of the Work t t ontract Price, within the ct Ti d accor V e other terms and conditions of the ntract cum ts. G. Co s aware4of a eral nature of work to be performed by The iayett I thers at the Site that relates to the Work as indicated e Contract ents. V © Cont? h orrelated the information known to Contractor, information nd o ellvations obtained from visits to the Site, reports and drawings i ' ed in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 1. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. 00500 Agreement 00500-6 DOCUMENT 00500 — AGREEMENT (continued) 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 comprise t enti eement between The City of Fayetteville and Co actor co g e Work consist of the following and m#y a amended, o f , or supp nted as provided in the GENE ITION I. eemen ` hibits to e Agreement A en d as follows): �g c � ) a. roce &blpantractor' . c. D u 14On submitted by Contractor prior to Notice of war O3. ance, Payment, and other Bonds. General Conditions. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 00500 Agreement 00500-7 DOCUMENT 00500 — AGREEMENT (continued) 7. Three sets of drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general titles: • STREET TREE PLANTING PLAN FOR RUPPLE ROAD from Owl Creek School to Wedington Drive • VLM W 1Kr V rKV l ISOM LAPI L' & b11JEW ALJ PROJ E sh Street o Park. 8. Adde a ers ♦ c 've. 9. llowing y be del d di�i�sued after the Effective e of the reement and areVanamending, ched hereto: All Written Am ntttd other do modifying, or ple mg the n ct cuments pursuant to the GENERAL ITIONS. ARTICLE 8 - NE 8.01 01V 0 QT is Agreement which are defined in the GENERAL O T ONS shall have the meanings stated in the GENERAL CO ITIONS. 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 00500 Agreement 00500-8 DOCUMENT 00500 — AGREEMENT (continued) contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each bind s f, is partners, successors, assigns, and legal representatives to th r arty hereto, its partners, successors, assig egal re s tatiives in respect to all covenants, agreement and ligatio in the Contract Documents. 8.04 SEVERABILITY: ♦` A. Any 8.05 8.06 LIENS: A. 00500 Agreement .n part o e ct Docu a void or ale under y L r Regula ' be deemed stricken, and all proviso',�II continue �v id and binding upon The City of ector, a at the Contract Documents shall be repla a such strinprovision or part thereof with a valid and iprovision t>mes as close as possible to expressing the sion. d documents prepared while performing city contractual to the Arkansas Freedom of Information Act. If a Freedom 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. 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 00500-9 DOCUMENT 00500 — AGREEMENT (continued) materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for is roject of this paragraph and obtain their written acknowledgez notice prior to commencement of the wo he subcont orW-W%rials supplier. IN WITNESS WHEREOF, The City f F ettevi a and nt c ave signed this Agreement in quadruplicate. One counterpart een deli ed to ntractor. I e ounterparts each has been retained by The f ettevillt. ons of th ntr Documents have been signed, initialed, or id d The ttevill c r. This Agreement will _ . e on , 2020, which is the Effective Date of ment. O� CONTRAC 4q By: cl� JyN4ejgQy print U;atuire.1— Tit Cj C CITY OF FAYETTEVILLE By: Lioneld Jordan (Signature) Title: Mayor Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. 00500 Agreement 00500-10 DOCUMENT 00500 — AGREEMENT (continued) (SEAL) Attest Address for giving notices (SEAL) Attest Address for giving notices 113 W. Mountain Sil Fa etteville AR 04 License No. Agent for Service of process W\L VW (Type or le ' p ' Contractor shall attac v nce of a o gent for Service process to sign. If Contractor ff g P g is a corporation, r alrentity o ontractor shall attach Corporate Resolution authorizing e ervice pr ess a hority to sign. (If ra s a co t rate entity or LLC, attach evidence of authority to sign.) END OF DOCUMENT 00500 00500 Agreement 00500-11 DOCUMENT 00550 — NOTICE TO PROCEED TO: Contract Name/Title: RUPPLE ROAD & OLD WIRE ROAD TREE P ING Contract No.: Owner: City of Fayetteville, Arkansas ';i'** 1z) e You are notified that the Contract Time(4 ufWL above Co tr till comme o run on By , you are6elen p rforming(�Vract( & Contract Documents. In accordan e Agr elm Own Substantial Completion and fi letion rea r al paym%it re under the , the date(s) of and �/ res a el P . 4�' Y Before you may or at theGene C dins rovide that ou and Owner must each Y Y IiQte P Y deliver to the othe (with copie ineer an ther ntified additional insureds) certificates of insurance, which each is re purchase a m ' tain in accordance with the Contract Documents. Also before you may st ork at a u must submit the following: l . Pr * n construction ess schedule. 2. Submittals. insurance in accordance with the requirements of the General Temporary erosion control requireiments as specified. Maintenance of Traffic as specified. 00550 Notice to Proceed 00550-1 DOCUMENT 00550 - NOTICE TO PROCEED: (continued) You are required to return an acknowledgement copy of this Notice to Proceed to the Owner. Dated 2020. ACCEPTANCE OF NOTICE TO PR O G O E y Titl NTRACTOR y itle ♦ Date .2020 Copy to Engineer (Use Certifie Return ecei quest q ` END OF DOCUMENT 00550 00550 Notice to Proceed 00550-2 DOCUMENT 00610 — PERFORMANCE BOND: KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and as Surety, hereinafter called SuretN ,161V eg and A� City of Fayetteville ar s 113 West Mo eet unto /5p Fayette r nsas 7 I as Obligee, herein er called �, n the am f $ for the payment whereof Contractor and nd the v� heirs, executors, administrators, successors and assigns, jointly and sfirmly by e esents. WHEREAS, or has >3y greement dated , 2020, entered into a contr t wit ner fo AD & OLD WIRE ROAD TREE PLANTING which contract is by re made a p her f, 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. 00610 Performance Bond 00610-1 DOCUMENT 00610 — PERFORMANCE BOND: (continued) The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations, thereunder, the Surety may promptly remedy the default, or shall promptly: A. Complete the Contract in accordance with its terms and condition B. Obtain a bid or bids for completing the Contract in accordan i terms and conditions, and upon determination by Surety of t t respo 401 , or, if the Owner elects, upon determination by the Owner nd t Surety j t lowest responsible bidder, arrange for a contract betty e . der an Owne d make a e as Work progresses (even thought e d be ode r a successi ults under the contract or contracts c ion e r this par r cient funds to pay the cost of completio balance o e ntract Pr t exceeding, including other costs and da ge which the rety may be lia e h nder1 the amount set forth in the first par a of. T m a ance t act Price, as used in this paragraph, shal total unt able by to ontractor under the Contract and any amen ents theree amoun oper paid by Owner to Contractor. Any suit under this Boni instit �'fhe expiration of two years from the date on which final payment unde tract falls du No right of a 10 11 accrA hi nd to or for the use of any person or corporation other than the Owner ameerein or a he xecutors administrators, , ad st ators, or successors of the Owner. Signed and sealed this day of 2020. CONTRACTOR (CORPORATESEAL) By: 00610 Performance Bond 00610-2 DOCUMENT 00610 — PERFORMANCE BOND: (continued) LIM SURETY COUNTERSIGNED: Resident Agent State of Arkansas By Q, ATTORNEY -IN -FACT ♦ RPOR E SEAL) (This Bond shall be accc Attorney-in-Fact's auth rsui e ot G° Qp d 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 Q�' as Principal, hereinafter called Contract City of Fayettevil their heirs, executors. admi presents. IN the use and benefit of claimants as hereinbelow defined, in the for the payment whereof Principal and Surety bind themselves, ators, successors and assigns, jointly and severally, firmly by these WHEREAS, Contractor has by written Agreement dated , 2020, entered into a contract with Owner for RUPPLE ROAD & OLD WIRE ROAD TREE PLANTING 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 0061 l-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 s Ily e with the Owner that every claimant as herein defined, ho has not been paid in ull efore the expiration of a period of 90 days after the date on whi t of s c ant's work or labor was done or performed, or materials were fu ishe by suc la ay sue on this Bond for the use of such claimant, prosecutii o final j ment such su s as may be justly due claimant, and have ex uti thereon*` ner shall no a le for the payment of any costs or expenses such s C. No suit or ac ' ne comm�f ed hereunder byn imant: ` � 1. claimant one i alct contract with Principal, shall have given writte ice to any o o following: the Contractor, the Owner, or the Surety days after uc laimant did or performed the last of the work or lab , boiished a X- a materials for which said claim is made, stating with tidal accuracy ount claimed and the name of the party to whom the m erials er ished, or for whom the work or labor was done or performed. OSuch ♦ s b served by mailing the same by registered mail or certified mail, pos a pd, in an envelope addressed to Contractor, Owner or Surety, at any place w ere an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid Project is located, save that such service need not be made by a public officer. 2. After the expiration of one year following the date on which Contractor ceased Work on the Contract, it being understood, however, that if any limitation embodied in this Bond is prohibited by any Law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such Law. 00611-Labor & Mad Payment Bond 00611-2 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 ayment or payments made in good faith hereunder, inclusive of the payment by S of anics' liens which may be filed of record against said im ovement, whether or n cl m for the amount of such lien be presented under and against thi Q Signed and sealed this day of • Q) CONTRACTOR • (C'91LI E SEAL) "6G COUNTERSIGNED: Resident Agent State of Arkansas 00611-Labor & Mad 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 0 '0 ` eYfo gkVJ CUME G . 00611-Labor & Matl Payment Bond 00611-4 DOCUMENT 00612 — ONE (1) YEAR MAINTENANCE BOND: KNOW ALL MEN BY THESE PRESENTS: That we, , as Principal, and as Surety, are held and firmly bound unto 11: as bli e, in the full and just sum of Dollar , lawful money of the United States of America, to be paid to tlk said90bligee is c ors or assigns, for the payment of which, well and truly to be made, we a us, nd our s, our he ecutors and assigns, themselves, and their successors and as ' ly and se Ily, rmly by nts. Dated this day of The conditions of tl ligation e s that whd Principal, has by a certain contract with the dated day oci�—* 1. , 20 , agreed to construct the following project: It lz�# 4e and to ryj�pt4p tV said Im Tbq&jn1'n good condition for a period of one (1) year from the date of NOW, THEREFORE, THP.MNDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall indemnify and hold harmless the said Obligee from and against all loss, costs, damages, and expenses whatsoever which it may suffer or be compelled to pay by reason of failure of the said Principal to keep said work in repair for a one (1) year period beginning against any and all defects of faulty workmanship or inferior material, then this obligation shall be void; otherwise to remain in full force and effect. It is further agreed that if the said Principal or Surety herein shall fail to maintain said improvements in good condition for the said period of one (1) year, and at any time repairs shall be necessary, that the cost of making said repairs shall be determined by the Owner, or some person or persons designated by the Owner to ascertain the same, and if, upon thirty (30) days notice, the said amount ascertained shall not be paid by the Principal or Surety herein, or if the necessary repairs are not made, that said amount shall become due upon the expiration of thirty (30) days, and suit may be maintained to recover 00612 Maintenance Bond 00612-1 DOCUMENT 00612 — ONE (1) YEAR MAINTENANCE BOND: (continued) the amount so determined in any Court of competent jurisdiction; and that the amount so determined shall be conclusive upon the parties as to the amount due on this bond for the repair of repairs included therein; and that the cost of all repairs shall be so determined from time to time during the life of this bond, as the condition of the improvements may require. Signed, sealed and delivered the day and year first above written. Principal SEAL P 'b '+', 1; ATTES SE SuPety NO ko 'Q� eV ATTEST: Attorney in Fact END OF DOCUMENT 00612 00612 Maintenance Bond 00612-2 DOCUMENT 00700 — GENERAL CONDITIONS: TABLE OF CONTENTS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY.......................................................I 1.01 CONTRACT DOCUMENTS: ............................................................................................ 1 1.02 DEFINITIONS: .................................................................................................................. 1.03 TERMINOLOGY: .................................................................. ....................................... ARTICLE 2 - PRELIMINARY MATTE S ............................. ......................................5 2.01 DELIVERY OF BONDS :.............. .............................................................. 5 2.02 COPIES OF DOCUMENTS :. ..................... .... �.................................................5 2.03 COMMENCEMENT ACTT ES; ICE TO FEED :..................... 5 2.04 STARTING THE PR E :........... s.... .... .................. ......................................... 6 2.05 BEFORE STAR ONST ....................................... 6 2.06 PRECONSTT N CONFER :............................................................... 6 2.07 FINALICHEDULA ..........................1........................................................6 % ARTICLE 3 - RA TD EN T, AMENDING, REUSE ...............6 3.01 ENT:...................... .................................................................6 3.02 AMEND SUPPLL N G CONTRACT DOCUMENTS: .......................... 8 3.03 O AND DOCUMENTS:.............................................................8 ARTICLE 4 - A AILA I I Y OF LANDS; PHYSICAL CONDITIONS; FE14EINTS...................................................................................8 ow 4.01 VAIL ILI F LANDS: ........................................................................................... 8 4.02 UNFOR 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: ..................................................................... 1 I 5.02 INSURANCE: .................................................................................................................. 12 00700 General Conditions 00700 TOC-1 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, A RS:.......................20 6.06 PATENT FEES AND ROYALTI ........................................................ 21 6.07 PERMITS: .............................. .... ........... .. .��................................................22 6.08 LAWS AND REGUL 701 ....................... . ................ .. ............................. 22 6.09 TAXES: ..................... .... .....0............. .... ..................... ... ............................22 6.10 USE OF PREMI . ............... .. .................... .. ............... 22 6.11 RECORD D TS:.......... .... .............. . ................................................. 23 6.12 SAFETY D P OTECTI(:............................ .................................................... 23 6.13 EM S:........a.................. .. .............................................................24 .................... 24 6.15 NTINUIN ORK:... .................................................................................25 6.16 INDEMNI N:......t`..................................................................................25 ARTICLE7 - R WORK................................ ............................................... 0..0.26 7.01 L ED WO SITE: .......................................................................................... 26 7.02 RDINA :.........................................................................................................27 ARTI - O RESPONSIBILITIES- ................................. o ............................ 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 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 :.................!.I. ............................ 29 9.05 AUTHORIZED VARIATIONS IN WORK: ..................... ............................ 29 9.06 REJECTING DEFECTIVE WOR ... ........................................................ 29 9.07 SUBMITTALS, CHANGE O DE AND P N S:............................................ 29 9.08 DETERMINATIONS O RICES:........ . ................ .. 29 .......................... 9.09 DECISIONS ON DIS ................ .... .................... .......................................30 9.10 LIMITATIONS EE IBILITI ......................................30 ARTICLE 10 - CHA THE O......................................................31 10.01 GEN ........... ... ...`...................................................................... ; I ARTICLE 11 GE lam' CO TRAC CE............................................................32 11.01 G ERAL:... ........................................................................................................32 11.02 COST OF ORK�................................................................................. 33 11.03 CR'S FE ..............................................................................................35 11.04 QMMLOWANVS:. :7� ............................................................................................ 35 11.05 W PRICF*............................................................................................ 36 11.06 JQGHT C..............................................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 13.03 TESTS AND INSPECTIONS: ......................................................................................... 38 13.04 DEFECTIVE WORK: ...................................................................................................... 39 13.05 UNCOVERING WORK: .................................................................................................. . ) 00700 General Conditions 00700 TOC-3 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: ............... ............................ 41 ARTICLE 14 - PAYMENTS TO CONT TOR AND CO ION........................41 14.01 14.02 14.03 14.04 14.05 14.06 14.07 14.08 14.09 14.10 14.11 14.12 ARTI 15.01 15.02 15.03 SCHEDULE OF VALUES: ............ ..................... ..... ...............................................41 APPLICATION FOR PRj0, SS PAYME :. ... ................. ... 41 CONTRACTOR'S W Y OF TI :..................... . 42 REVIEW OF APP FO S PA .................................42 SUBSTANTI ETI ...................44 .... ............. .... . . PARTIAL TION:.. .... .. ............... .......................................................44 AL CATI A :...............................................................45 A P YME?$�\AND ACC PTA E:..................................................................... 46 C TRACT FICSO►►NTI�U BLIGATION:.......................................................46 WAIV AIMS• e g and acceptance of final payment will constitute:.47 INTNOT AP LE ................................................................................... 47 X USPEkI F WORK AND TERMINATION...................................47 ED WORK: ................................................................................ 47 OWNERW TERMINATE: ........................................................................................ 47 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 1- DEFINITIONS AND TERMINOLOGY 1.01 CONTRACT DOCUMENTS: I. The Contract Documents establish the rights and obligations of the parties and shall consist of the documents listed in DOC NT 00500, AGREEMENT. B. Reports and drawings of subsurface and physical con(boN d approved Submittals by Contractor are not Contrac ments. , C. Only printed or hard copies of IWsTisted i pa graph 1.01A are Contract Documents. Files in elect nic dledia fo at , data, graphics, and the like that may be furnished b�;�Contr ctor are Contract ents. 1.02 DEFINITIONS: A. Wherever us in ese Gen ns or else Contract Documents, the follow' s have the m gs Indic d ell which are applicable to both the sin I plural th of: l . enda" - wri n or graphic ch e interpretations of the Contract cume i u Owner p opening of Bids. " greem ' writt ee between Owner and Contractor cove g the ork to b rmed; other Contract Documents are attached to ement a rn part thereof as provided therein. 3. li tion foi P t" -the form acceptable to Engineer which is to be Con c the course of the Work in requesting progress and pay is hich is to be accompanied by such supporting documentat- s required by the Contract Documents. "Asbest material that contains more than 1% asbestos and is friable O or ' ing asbestos fibers into the air above current action levels he y the United States Occupational Safety and Health A tra ion. 5. " - the formal offer of the Bidder submitted on the prescribed Bid Form ether 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 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, bu o such date is indicated it means the date on which the Agreement is si d td delivered by the last of the two parties to sign and deliver. 13. "Engineer" or "Engintne rchitect" - Archite a ineer, or other licensed professional who is eiloyed o c,�ltit cted with Owner to serve in a design capacity ande consu tiers, partners, employees, or agents have prep d aled e asand Specifications. May also refer to the a eve t the pr ' is design th City staff. 14. "Engineer' an - an ivid or enti contract with Engineer fu 'sh servi s ineer's ind en t professional associate or co ith reef' t oject. 15. n " - a prdl u h operat' n oroperational parts, whether in ed or man ally` ated, thaservice connections, such as i g or piping. 1 eld O Wier' - tten order ' Engineer which orders minor c nges i rk in a ith Paragraph 9.05 but which does not invo a ch ge in the act rice or the Contract Times. 17. "G Requirem ts" - ctions of DIVISION 1 of the Specifications. T G eral Requi nts pertain to all sections of the Specifications. 18. dous W t erm Hazardous Waste shall have the meaning r ided i e 4 of the Solid Waste Disposal Act (42 USC Section 03) as a e rom time to time. "Law" -Jaw o e place of the Project which shall govern the performance he e O 0. an egulations," "Laws or Regulations" - laws, rules, regulations, e , codes and/or orders of any and all governmental bodies, ag cies, authorities, and courts having jurisdiction. 21. ` en" - 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. 00700 General Conditions 00700-2 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 25. "Owner" - the City of Fayetteville, Arkansas, a constitutionally chartered municipal corporation, with which the Contractor has entered into the Agreement and for whom the Work is to be provided. 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 a action thereof which is liquid at standard conditions of temperature and lVess, r (600 Fahrenheit and 14.7 pounds per square inch absolute), such eum, fuel oil, oil sludge, oil refuse, gas line, kerosene, and oil xe with other non -Hazardous Waste de oils 29. "Program Manager" — T USED 30. "Project" - the tot# cons ction i e Work to be provided under the Contract D ay be he who a part as led elsewhere in the Contra ents. 31. "Project nu " -the b n do mentary inf n prepared for bidding and c s c g thk. ing of th I;fflif the Project Manual, w a boun n o in 1 contained in the table(s) of 32. 3roactive M real" - source, sptciaiftclear, or byproduct material as med4Pect 'c Energy 54 (42 USC Section 2011 et seq.) as Vac ndea to ti "Re ' Repr ive - the authorized representative of Engineer wh signed to a con ction Site or any part thereof. 34. fer ce Drawi drawings not specifically prepared for, nor a part of, tract, bii c ontain information pertinent to the Work. 35.� ples' examples of Equipment, Materials, or workmanship t at are rep nt ive of some portion of the Work and which establish the ` standark by ch such portion of the Work will be judged. 3 "S o wings" - all drawings, diagrams, illustrations, schedules, and other O in ation which are specifically prepared or assembled by or for a o nd submitted by Contractor to illustrate some portion of the k. 37. te" - 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 00700 General Conditions 00700-3 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) to describe proper installation, operation and maintenance, or technical properties. 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 Contra ocuments which amends and/or supplements these General CondiSon 43. "Supplier" - a manufacturer, fabricator, sup e s tor, material man, or vendor. 44. "Underground Faciliti pipelin , nIi ,ducts, cables, wires, manholes, vaults, tanks nnels, or t r s facilities or attachments, and any encasements ntai g such ac iti hich have been installed undergrou any o the fol ng servic aterials: electricity, a am, liqu' etrol m prod 1116pone or other communi io , cable tdl io ewage and al a removal, traffic or other n stem 45. a ork" - e pai n hews of Unit Prices. 46. the enkereof ted const the various separately i iable partrequired t be ished under the Contract cume the resul ing services, the furnishing of nds an ce, fu a r, and furnishing and incorporating Mat ' is a quipme the construction, all as required by the Co Documen 47.;� rk ange Dir e" - a written directive to Contractor, issued on or e effectia a the Agreement and signed by Owner and e mme meer, ordering an addition, deletion, or revision in the ork, or re n g to differing or unforeseen physical conditions under which thg Wo s to be performed as provided in Article 4 or to emergencies un a raph 6.13. A Work Change Directive will not change the O ct r1ce or the Contract Times, but is evidence that the parties expect as h nge directed or documented by a Work Change Directive will be in rporated in a subsequently issued Change Order following negotiations the parties as to its effect, if any, on the Contract Price or Contract Times as provided in Paragraph 10.01 B. 48. "Written Amendment" - a written amendment to the Contract Documents, signed by Owner and Contractor on or after the Effective Date of the Agreement, and normally dealing with the nonengineering or nontechnical rather than strictly Work -related aspects of the Contract Documents. 49. "Year 2000 Compliance" or "Year 2000 Compliant" — means that equipment, devices, items, systems, software, hardware, and firmware included in the Work or used to produce the Work shall properly, appropriately, and consistently function and accurately process date and time data (including without limitation: calculating, comparing, and sequencing) on and after December 31, 1999, including leap year calculations. 00700 General Conditions 00700-4 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: l . 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 there 3. The term "approve", when used in response to S m als, requests, applications, inquiries, reports and claims by tra , will be held to limitations of Engineer's responsibilities and ie specified in these General Conditions. Rase will " ovj' ngineer be interpreted as a release of Contractor m esponsi iti io fulfill requirements of Contract =umelts..4. When apptment and at i , the wordaftfiirnish", "install", and "provi 1 mean the Ilowi a. The r vide"tha m to furnish, a r, deliver, assemble, in t, cle ise m and Equipment fit for intended VI b.�&uncrate ord "furnis 1 mean to ay for, deliver to Site, unload uipm nt and M i The or 1" shall m mble, place in position, incorporate in th k, just, c ke fit for use. d. he p e furnis st shall be equivalent to the word " vide. 5. T w day" sh onsti to a calendar day of twenty-four hours d from t►i ig o the next midnight. ARTICLE 2 - 2.01 DEL YZnC BOND 1W -Vhto livers the executed Agreements to Owner, Contractor shall also dels ch Bonds as Contractor may be required to furnish in accordance Cj wit p 5.01. 2.02 COPIES OENTS: A. Owner will furnish to Contractor copies of the Contract Documents as stated in the General Requirements. 2.03 COMMENCEMENT OF CONTRACT TIMES: NOTICE TO PROCEED: A. The Contract Times will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the 105th day after the day of Bid opening or the 30th day after the Effective Date of the Agreement, whichever date is earlier. 00700 General Conditions 00700-5 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: 2.06 A. Before starting construction and undertaking each part of Work, Contractor shall carefully study and compare the Contract Documents anh k and verify pertinent figures shown thereon and all applicable field measu is ntractor shall promptly report in writing to Engineer any conflict, e o iscrepancy which Contractor may discover and tain a wr' i tation or clarification from Engineer before proceeding wi ny ork a cte hereby; however, Contractor shall not be liable to Own or E ineer f '1 report any conflict, error, or discrepancy in the currents, unle ntractor tual knowledge thereof or should r have kn the of. B. Within ten days t Effecti� a the Agreem t, before Contractor starts the Wo at a ite, t s all submit ted in Document 00550 — ge Proceed ecified ng r for review. C. Furthe iany Wor t the a is start actor shall deliver to Owner, with o to Engine ificates and t r e i ence of insurance requested by ich Co for equire to se and maintain in accordance with P ph 5.02 ( er sha e e ontractor certificates and other evidence rance ueste by Contra which Owner is required to purchase and maintain iry, c nce witlil�aragr h 5.02). A. n days active Date of the Agreement, but before Contractor e Work at t eNW, a conference attended by Contractor, Engineer, and others NappropriateAwbe held to discuss the schedules referred to in Paragraph 2.05B, to OW Oiscuss Wd*or handling Submittals, processing Applications for Payment, and t t i rking understanding among the parties as to the Work. 2.07 F ALIZ SCIULES: 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 00700-6 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 de meaning are used to describe Work, Materials, or Equipment, s Vo V all be interpreted in accordance with that meaning. 2. Reference to standar ecifications, manuals, des of any technical society, organization, iation, aws or Regulations of any governmental authority, hether s er ce be specific or by implication, shall mean le I t t star and spe 'fi ti , manual, bcde or Laws or Regulatio i t the ti a of o ng of Bidst as may be otherwise ly stated wev r, nopo 'ny referenced standar i ation, in u o ode (wh or t specifically mco ra y ref a Contract o e shall be effective to c duties an p sibilitie f , Contractor, or Engineer, or o heir cons ants, ents, or from those set forth in the tract Docu s, nor shall it b ff t ve to assign to Engineer, or any of gineer c ns ts, agents r yees, any duty or authority to s ervise the f i n performance of the Work or any duty or authVY to dertake r sibility contrary to the provisions of the Co AQocumen 3. 1 if, tions a4d ' etations of the Contract Documents shall be issued gineer to Paragraph 9.04. C. i e per o?the Work, Contractor finds a conflict, error, or I e ncy in the C t Documents, Contractor shall so report to Engineer in ing at once be ore proceeding with the Work affected thereby shall obtain a Oritten i4nt n or clarification from Engineer, however, Contactor shall not be liable r ngineer for failure to report any conflict, error, or discrepancy in the ont I ocuments unless Contractor had actual knowledge thereof or should real bl ave 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 00700-7 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 3.02 AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS: 3.03 A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 1. A formal Written Amendment. 2. A Change Order (pursuant to Paragraph 10.01 D). B. As indicated in Paragraphs 11.01 B and 12.01 A, Contract a and Contract Times may only be changed by a Change Order or Written Am d nt. C. In addition, the requirements of the Contract Docum t supplemented, and minor variations and deviatio in the Work may be au o ed, in the following way: 1. A Field Order (pursuan o Parag?JZ 2. Engineer's writte interp etationion (pursuant to Paragraph l 11MTT"[ . till T .�e) H� V `�t�1�►Evi�fi A. All Contract culNents an o reoeof furni (, J veer shall be the property ner. B. Neith for nor Subc ntractor er or other person or organization per in or furnis ' of the Wo direct or indirect contract with n s I hav qu a any t' t nership rights in any of the Drawings, catio , or o ocum s c s of any thereof) prepared by or bearing s I of E eer; and the sh of reuse any of the documents on extensions of the Projec ther prod with t written consent of Owner and Engineer and specifi erificaoio r ptation by Engineer. ARTICLE 4 - 4.01 4.02 V Ow a tt�iislf, as indicated in the Contract Documents, the lands upon which the Ikork i1to be performed, rights -of -way and easements for access thereto, and such ands 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. 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 00700-8 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 ph sical conditions encountered at the Site differ materially from those specie r indicated, or which could have been reasonably interpreted from examin ' okrder ite and or subsurface information at the time of bidding, then a nawill be issued by the Owner incorporating the neuQuary revisions. ' 4.03 PHYSICAL CONDITIONS - UNDER O FA 1 S: A. Shown or Indicated: +T�Xistl ation an da own or in ' d in the Contract Documents with re ng ergro d Faciliti r ontiguous to the Site is based on in t n and 4atEf1iVhed to gineer by the owners of such Under cilitiegow 1!% s. Unles ise expressly provided: 1 1. d Engineer I of be resp r the accuracy or teness of y suc informat' o ta; and, 2. C tracto s LIV full respo or reviewing and checking all such ormat d ta, for t Underground Facilities shown or indi ted i e ontra o m s, for coordination of the Work with the own of suc Undergro Facilities during construction, for the safety and pr ec ' hereof ovid in Paragraph 6.12 and repairing any damage esultingl t Work, the cost of all of which will be considered as g bee u the Contract Price. B. gown or Indi an Underground Facility is uncovered or revealed at or uous to th Site ich was not shown or indicated in the Contract Documents an which r for could not reasonably have been expected to be aware of, ontractAr l , mptly after becoming aware thereof and before performing any Wor e e y (except in an emergency as permitted by Paragraph 6.13), ide 'fy th o ner of such Underground Facility and give written notice thereof to that 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 I and 12. 00700 General Conditions 00700-9 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 4.04 REFERENCE POINTS: 4.05 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 repo Engineer whenever any reference point is lost or destroyed or requires relocation ec se of necessary changes in grades or locations, and shall be responsiqevr t curate replacement or relocation of such reference points by professiona u i ed personnel. Contractor shall be responsibl y mistak r I ime that may result from their loss or disturbance. B. Contractor shall make suc sury s as ar e !1i;11 r establishing pay limits and determining quanti ress ply estim He shall h Engineer with one copy each of a tes of suc urve MATERIAL: N r160, 1 a ✓ A. Owner esponsib VforAsbesto , etroleum, Hazardous Waste, or Radi cti aterial un ered or reveale at t ite which was not shown or i ei Dra o cification ified in the Contract Documents to be i he cope rk an present a substantial danger to persons p erty el%osed reto in c tion with the Work at the Site. Owner shall not be responsi ny such ateri brought to the Site by Contractor, S b onqadLor, f upplierk, opne else for whom Contractor is responsible. B. Cont 410IWall im 'd sZ%A stop all Work in connection with such hazardous ti d in a cted thereby (except in an emergency as required by ph 6.13), an Xtify Owner and Engineer (and thereafter confirm such �i in writin Ow er shall promptly consult with Engineer concerning the Oecessity_ to retain a qualified expert to evaluate such hazardous condition or tak o tion, if any. Contractor shall not be required to resume Work in con ctioth such hazardous condition or in any such affected area until after h btained any required permits related thereto and delivered to Contractor specia itten notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by Contractor to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. C. If after receipt of such special written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order such portion of the Work that is in connection with such hazardous condition or in such affected area to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim 00700 General Conditions 00700-10 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 injuryllVness, disease or death, or to injury to or destruction of tangible property (oth a ork itself), including the loss of use resulting therefrom, and (ii AM this subparagraph 4.05D shall obl' to Owner to indemni erson or entity from and against the consequences of th n's or e n negligence. E. To the fullest extent permi ed b Laws a a ns, Contractor shall indemnify and hold harmless O# n ineer, Engi ee s onsultants d the officers, directors, partners, Ajpy s, agent ther ultants, contractors of each and any of them fr gams�all s, costs, loss amages arising out of or relating to grnnify dous c d' ated by r by anyone for whom Contractor is ible. h' his subpar shall obligate Contracto any so or entity gainst the consequences of that p entity's n ne gence. F. T ons of a 4.02 andiot intended to apply to Asbestos, Bs oleum r us W active Material uncovered or revealed ite.�Z ARTICLE 5 - NDS A NCH 5.01 A. VINdor shall fuNtp� flormance and payment Bonds, each in an amount at least o the Co act e as security for the faithful performance and payment of all �Rfe, tractor' i ions under the Contract Documents. These Bonds shall remain in Ot atie n o years after the date when final payment is approved by Ow , x t erwise provided by Law or Regulation or by the Contract Do ent ontractor shall also furnish such other Bonds as are required by the Cont ocuments. 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. 00700 General Conditions 00700-11 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) C. Bonds signed by an agent must be accompanied by a certified copy of the authority to act. D. Date of Bonds shall be the same as the Effective Date of the Agreement. E. If at any time during the continuance of the Contract, the surety on any Bond becomes unacceptable to Owner for financial reasons, Owner has the right to require additional and sufficient sureties which Contractor shall furnish to the satisfaction of Owner within ten days after notice to do so. 1. If the surety on any Bond furnished by Contract is eclared bankrupt or becomes insolvent or its right to do business ' i ated in any state where any part of the Project is located or it ceases neet a requirements of Paragraph 5.01A, Co for shall within five hereafter substitute another Bond and sure of whi a acceptable to Owner. 5.02 INSURANCE: A. Contractor's Liabi • u nce: Q' 1. Contract o an of histub n ctors shall p c and maintain such liabili er ins ppropria ork being furnished an d and ide prote ti aims set forth below t y arise out r suit from is furnishing and ance of tf Wor and Con o other obligations under the C tract oc As.. whether i erformed by Contractor, any cont or upplier ne directly or indirectly employed by any f the erform y t ork, or by anyone for whose acts any of there be cable: a. \ under w ers' mpensation, disability benefits, and other lar empl e b efit acts; r ]Claims a because of bodily injury, occupational sickness or V diseas h of Contractor's employees; c. Clai s ages because of bodily injury, sickness, or disease, or d at of any person other than Contractor's employees; O for damages insured by reasonably available personal injury I i coverage which are sustained: (i) by any person as a result of an ense 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 $1,000,000 b. Workers' compensation Statutory (State and Federal Limits) 00700 General Conditions 00700-12 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) Employer's Liability $500,000 each accident c. Commercial General Liability (1) General Aggregate $1,000,000 (2) Products -Completed Operations Aggregate $1,000,000 (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 r ired by paragraph 5.0 be purchased and maintained shall: l . with respect to insuranc required a phs 5.02A. Lc through i 5.02A.1.g inilu , incl de as a iti na sureds obbendorsement (subject to custom c in re ect of essional li) Owner, Engineer, and Engin sultants, nclude covera�respective officers, directo s, em 1 a ts, and o co Itants and subc ra rs of e a+ of all such d nsureds, and the inW afforded t se ddition %ptuur hall provide primary r e for all c ims'Wered ther , 2. in ude at lem;LNpecific covera s a e written for not less than the its of i cified in 5.02A.2 or required by Laws and R gulati ever ' t with pect insuranc ired by paragraphs 5.02A Lc through 5.02A l .g !nc.*_i7k include p ises erations, products, completed operations, e ent cogtr and personal injury insurance,; 4. a in th al General Liability policy, contractual liability rance v ntractor's indemnity obligations under Paragraphs 6 .10, and 6.16, and written for not less than the limits of liability d co erages specified above; O co rovision or endorsement that the coverage afforded will not be t, c e , aterially changed, or renewal refused until at least 30 days' prior wr notice by certified mail has been given to Owner and Contractor and to ach other additional insured to whom a certificate of insurance has been ued; 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 00700-13 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 10. with respect to the Commercial General Liability policy, the maximum deductible allowed shall be $5, 000. It. 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 al h rights against Subcontractors, Engineer, Engineer's Consultant a VI other individuals or entities endorsed as insureds or additional dnd the officers, directors, partners, em loyees, agents and oth co ultants and subcontractors of eac of the d#fsMh policies for losses and damages so caused. A quired b gr h 6.05D, each subcontract between ContraFtt and Subco a r 1 contain similar waiver provisions ontrac or in fa f Owner, actor, Engineer, Engineer's nts, and ther arties en insureds or additional su s. Non! o he ove waiver ha xtend to the rights that any o red p ti`" t a to pro a rance held by Owner as or otherwi4� y le unde n pa�so issued. with respect to t o mercial nerability p maximum deductible allowed s e $5,000. C. rotecti ab ' Insuranc 1. ntract a resp i urchasing and maintaining Owner's Prot ve Li ility insu with Owner, and Engineer as named insureds. 2. Th' Nw rice shal ave t same limits of liability as the Commercial er LiabiliV i i ce and shall protect Owner and Engineer against a d all c bilities for injury to or death of persons, or damage rope a whole or in part by, or alleged to have been caused in whole or in , negligent acts or omissions of Contractor or Subcon ctors r any agent, servant, worker, or employee of Contractor or O S tors arising from the operations under the Contract Documents. t s r ce may be provided by endorsement to Contractor's Commercial e Liability insurance policy. Pro I urance: 1. ontractor 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 00700-14 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 it r t another location that was agreed to in writing by Enginee p t ing incorporated in the Work, provide that such Equipment terials have been included in an Apxwfor Pay, t Vko mended by Engineer; e. allow for partial uti tion of t or y Owner; f. include testt'5m and s rtup; g. be mai ' fect u til Ina ment (or Vorner assumes benefi ancy an eesVpDrovide' coverage for the facilit s ccupied� 's a unless othe is reed to in writing by n ntrac eer with itten notice to each a ditiona to who i e of insurance has been ed; and a ave a dedu le amount of $ 0,0 2. ntract s hase and uch boiler and machinery insurance o dditi 1 rty in quired by Laws and Regulations which will ' lude interest f ner, Contractor, Subcontractors, Engineer, an ' eer's Co ltan ' the Work, each of whom is deemed to have an in ra a interest a all be listed as insured or additional insured parties. 3. cies of i c equired to be purchased and maintained in c rdanc t graph 5.02D will contain a provision or endorsement t at the co ge forded will not be cancelled or materially changed or renewal efus ntil at least 30 days' prior notice by certified mail has been gi caner and Contractor and to each additional insured to whom a O de at f insurance has been issued and will contain waiver provisions in c c with Paragraph 5.02F below. 4. C ies of the policies shall be furnished for property insurance. Certificates l 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 00700-15 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 the . All such policies shall contain provisions to the effect that in the event d1V pfnjent of any loss or damage, the insurers will have no rights of r o Winst any of the additional insureds thereunder; an f t insurers require ver forms ' ned by n�r ngineer's Consultants, obtain the s e, and if w er forms are required of any )r, C tract shall o ai t me. waive 11 righ ainst each and their respective artners, a oye , agents, consultants and irs each a a o hem for all ss d damages caused by, , or res y of the ses of loss covered by requir agraph 0 ny other property insurance the or , , in addi ' . e all such rights against )rs, ineer, Enginee s C ultants, and all other individuals insured onal insureds (and the officers, empl e , and other consultants and of each y o them) under such policies for losses and :aused s re ' ed by Paragraph 6.05D, each subcontract Itracto a Su contractor shall contain similar waiver y A( c ractor in favor of Owner, Contractor, Engineer, o ts, and all other parties endorsed as insureds or re . None of the above waivers shall extend to the rights that s parties may have to proceeds of insurance held by Owner otherwise payable under any policy so issued. .ion of Insurance Proceeds: loss under the policies of insurance required by 02D will be adjusted with Owner and made payable to Owner as 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. 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 00700-16 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: l . 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 cer^tes and other evidence of insurance to Owner required by Paragraph 2. Owner and Contractor shall each provide to a Ich additional information in respec insurance provided ther may reasonably request. If either pa t purc Aaintain all of the insurance required of such party the Conci4nents, such party shall notify the other party in w i g of luch fail e p ase prio to the start of the Work, or a to ntain to any ch n the required coverage. rejudice y of er right , the other party may el o in equi in ance to A • -h other parry's inter s a e expe arty who w I to provide such c and a Ch O er shall i u adjust the Contract Price r gly. I. Parti ti zation, A edgment of Insurer: Owne it ecessa or use a portion or portions of the ork pri start' p n of all the Work as provided in Para h I . 6, no suc a or occupancy shall commence before the irn r viding p erty surance pursuant to Paragraph 5.02D have edged %oti e t eof and in writing effected any changes in coverage sitate a insurers providing the property insurance shall 16sent b nt on the policy or policies, but the property insurance shall not be ed or lapse on account of any such partial use or occupan O •� ARTI CONT C R'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 00700-17 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 fumished under this Co t, or instruction of Owner's personnel thereon are specified, Contractors l0kefp.10nthe Work, during its progress or as specified, competent manufacturer' f rdVFesentatives and any necessary assistants. 6.02 LABOR EQUIPMENT, AND MATE IC?N* A. Contractor shall prov4d etent, suita y a i ied perso I to survey and lay out the Work and nstructi as re ed by the t Documents. Contractor shall a s main�ai discipline a t the Site. Except in connection wit ty or test persons or property at the Site or adjacent th to, nd exc i wise indic ontract Documents, all Work at t all be pe a uring r I ing hours, and Contractor will n overtime rk o e perfo 0 ork on Saturday, Sunday, or any I I liday wit gmeer's wr' co sent. Contractor shall refer to the ettevi� de Ordinc er 96, Noise Control, for further lire ions. B. esT otheEN specified i the eral Requirements, Contractor shall furnish and %assume fu res ibility fo I Eopment and Materials, labor, transportation, constr ipment�tP inery, tools, appliances, fuel, power, light, heat, tele ter, s s, temporary facilities, and all other facilities and lVnknt necess shing, performance, testing, start-up, and ,.ic,AmPtion of the W C. 'NAIV►Equip a Materials shall be of good quality and new, except as otherwise ow 0rovided►i tract Documents. If required by Engineer, Contractor shall furs' a satisfactory evidence (including reports of required tests) as to the nd a uality of Equipment and Materials. All Equipment and Materials shall be ap . , 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 SCHEDULE: A. Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.07) adjustments in the progress schedule to reflect the impact thereon of 00700 General Conditions 00700-18 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.04 SUBSTITUTES OR "OR -EQUAL" ITEMS: A. Whenever an item of Equipment or Material is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to es 'sh the type, function, appearance, and quality required. Unless the spe c"ificj6,ow oirgcription contains or is followed by words reading that no like, equivalent r ` - al" item or no substitute is permitted, other i ns of Equipment or r' of other Suppliers may be submitted by Contractor to r for re Art a circumstances described below. 1. "Or -Equal" Items f in ngineer' s etion an item of Equipment or Material * Qk-F31FMontr or is onally eq hat named and sufficientl so that n nge n related I be required, it may be cons' d Engines r-equal" i e i hich case review and appr I e pro a may, in En discretion, be a hed witho m Hance w' m all of the requirements for o I of prop ed s rtute ite rposes of this P agraph 6.04Aa proposed ite of ipment or Material will be cider f c Ally equal so named if: a. In th of re gment Engineer determines that: (i) it is ast a al in qua urability, appearance, strength, and design eristics; 'i) it reliably perform at least equally well the fu tion imRos the design concept of the completed Project as a ction d; Contr or es that: (i) there is no increase in cost to Owner; and (ii) it w co orm substantially, even with deviations, to the detailed requVeme of the item named in the Contract Documents. O S terns: 'n ineer's sole discretion an item of Equipment or Material �oposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.04A.1, it will be considered a proposed substitute item. 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 00700 General Conditions 00700-19 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the proposed substitute will prejudice Contractor's achievement of Substantial Completion on time; whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for work on the Project) to adapt the design to the proposed substitute item; and whether or not incorporation or use of the proposed sipooitute item in connection with the Work is subject to payment of an&llroen fee or royalty. All variations of the proposed substitute ite r t specified will be identified in the a lication, and available g eering, sales, maintenance, rep eplace e0c will be indicated. The application will als ontain an ' ize estimate of all costs or credits that will resul direc or ind ec y use of such substitute item, includ' g edesi n and c of other ctors affected by any re ange, allOallcdata iill be c by Engineer in evalu 'ng a proposedto item. E in may require t to fu aO a posed substitute item. B. If a specif method, i e, sequ or cedure of construction is indicat o e equired b the tract Do pw ontractor may furnish or use a subst' to eans, meth , equence, techm e, r procedure of construction a to to En a r, i ntractor s fficient information to allow � er deter the s i posed is equivalent to that indicated or d by tk&Cont t Docum The procedure for review by Engineer will be similar to tided in agrap 04A.2 as applied by Engineer and as may be supplem d i the Geer uirements. C. Eng' be all nable time within which to evaluate each proposed .tu r "or-e Engineer will be the sole judge of acceptability, and no ti to or "or-equ 1 be ordered, installed, or used until Engineer's review is c p ete, which ill be evidenced by either (i) a Change Order for a substitute, or O'i) an aqp mittal for an "or -equal." Owner may require Contractor to furm t t 's expense a special performance guarantee or other surety with res ct to substitute. Engi ill 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 00700-20 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 6.06 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 obje ' after due investigation, in which case Contractor shall submit an a e b e substitute, the Contract Price will be increased by the difference in e t asioned by such substitution, and an appropritChnange Order will be a or Written Amendment signed. No acceptance byngineer y�c Subcontractor, Supplier, or other person or organization titut aiv of any right of Owner or Engineer to reject defecti C. Contractor shall b r sible Own d Enginee lI acts and omissions of the S tors, Su s, and other p organizations performing or f ri i any of t r nder a di r irect contract with Contractor ju as ntractoSsi le for Co r n acts and omissions. Nothing i tract Doc nt hall cre y tractual relationship between Owner eer and y su ubcontr plier, or other person or or ga ate ,nor shall ' to any obli at o e part of Owner or Engineer to p ee tot m of any m any such Subcontractor, Supplier, or o rs n or o n exc therwise be required by Laws and tions. D. All Work Q"ement d for Co ctor a Subcontractor will be pursuant to an approp ' 14e a ontractor and the Subcontractor which specifically bind focontra t plicable terms and conditions of the Contract r th a wner and Engineer and contains waiver provisions as i by Para ap F. Contractor shall pay each Subcontractor a just share of a insurance in eys received by Contractor on account of losses under policies /1 ' sued our arasranh 5.02D. KC Con?%GjAhall 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 00700-21 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. Note that the fee will be waived for City of Fayetteville issued permits. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay, ON overnmental charges and inspection fees necessary for the prosecution of th r ich are applicable at the time of opening of Bids. Contractor shall pay I% of utility owners for connections to the Work, and wrier shall pay all chPes such utility owners for capital costs related thereto su nt inve t 6.08LAWS AND REGULATIONS: A. Contractor shall n c s and mply ' all Laws gulations applicable to fur ni perform of the Workhere otherwise expressly requ"plicab Regulati e' r Owner nor Engineer shall be resp ib or mo ' r tractor's ith any Laws or Regulatio B. If Co serves tl the S ecificatioy�'�r� awings are at variance with any La gulations, ctor shall eer prompt written notice thereof, a cessa g will be t by one of the methods indicated in a aph 3. 2. actor o s Work knowing or having reason to know i s cont to such Laws or gulations, and without such notice to Engineer, Contractor r all cos risin herefrom; however, it shall not be Contractor's prima ibility t* in e ain that the Specifications and Drawings are in acc ith sucbft egulations. 6.09 TAXES A. tractor sh 1 y all sales, consumer, use, and other similar taxes required to be Oaid or wit 1 Contractor in accordance with the Laws and Regulations of the plahich are applicable during the performance of the Work. 6.10 C E.OF P IS : 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 pennitted 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 00700-22 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 6.11 6.12 and other professionals, and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against Owner or Engineer to the extent based on a claim arising out of Contractor's performance of the Work. B. During the progress of the Work, Contractor shall keep the premises free from accumulations of waste materials, rubbish, and other debris resulting from the Work. At the completion of the Work, Contractor shall remove all waste materials, rubbish, and debris from and about the premises as well as all too npliances, construction equipment and machinery, and surplus materials, and 1 v the Site clean and ready for occupancy by Owner. Contractor shall res r o anal condition all property not designated for al tion by the Contract c ents. If used, any roll - off or dumpster shall be obtai a City Avi le Recycling and Trash Division. C. Contractor shall not Jpa ermit any rt y structur be loaded in any manner that will e r e struc nor s Contract ct any part of the Work or adjacent o o stre4se essures that nger it. RECORD DOCUMEIV ` A. Contracto aintain in a ace at th record copy of all Drawings, Speci ,Addend ritte Amendm ange Orders, Work Change Di a Field es s, Field O written interpretations and ri s (iss ur ant to P 04) in good order and annotated to II cha es m e bring st cti . These record documents together with a p roved pies and a coun art of all approved Submittals shall be available to rigineeddr017260brence. n co letion of the Work, these record documents and Su hall beli I er to Engineer for Owner. B. Rel accept ord documents will be a prerequisite for final payment t ontract. SAF PROTE IO . Ao�o 1 esponsible for initiating, maintaining, and supervising all safety pre c nss pr grams in connection with the Work. Contractor shall take all ci nec ary ecautions for the safety of, and shall provide the necessary protection to preve age, 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 00700 General Conditions 00700-23 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury or loss to any property referred to in Paragraph 6.12A.2 or 6.12A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone em ed by either of them or anyone for whose acts either of them may be liable, and t ri utable, directly or indirectly, in whole or in part, to the fault or neglige e C actor). Contractor's duties and responsibilities for e safety and protectio f t ork shall continue until such time as all the Wor leted a g�lte as issued a notice to Owner and Contractor in accor ce with P rapA 14.09A that the Work is acceptable (except as othe ise pressly r i connection with Substantial Completion). C. Contractor shall d responsi epre entative whose duty shall be the prevention i ts. This n all be Co to superintendent unless otherwise de ' na in writ' ractor to ngineer. 6.13 EMERGENCIES: A. In e e ies affect' safety or pr o of persons or the Work or property or adj the to, Con c r out special instruction or authorization fr ngineer or , is obl. to o to prevent threatened damage, injury, or ontra r shal ive Engi prompt written notice if Contractor believes that any signifi ges in t Wor r variations from the Contract Documents have been ca A eby. IfgFngin determines that a change in the Contract Doc requ=reA%u%oo6f the action taken in response to an emergency, a Qe er wilo document the consequences of the changes or 6.14 A AfteV1W&4NPAerifying all field measurements and after complying with appWabler edures specified in the General Requirements, Contractor shall submit to Efor 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 00700 General Conditions 00700-24 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 6.15 6.16 Documents, and in addition, shall cause a specific notation to be made on each Submittal submitted to Engineer for review and approval of each such variation. D. Engineer will review Submittals with reasonable promptness, but Engineer's review and acceptance will -be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences, or procedures of construction (except where a specific means, method, technique, sequence, or procedure of construction is indicated in or required by the Contract D ents) or to safety precautions or programs incident thereto. The review,Aidlapir,Val of a separate item as such will not indicate approval of the assembly in t item functions. Contractor shall make correct' s required by Enginee shall return the required number of corrected copies of u is and as required for review and acceptance. Contractor shall di ct specifi do in writing to revisions other than the corrections 11 or by ngine o re us Subm' als. E. Engineer's review c tance of bmitt shall not r ontractor from responsibility for y ion from quirements tract Documents. Contractor sha ng cal n attention to h every variation at the time of subm o . Engin w approva k a see variation by a specific written n ereof inco a in or ac g the Submittal. Acceptance by En . 11 not reli/t�e Co ractor frog risibility for errors or omissions in the i als. F. er a bmitt's�red by i ations, any related Work performed o En i eer's yew and a the pertinent submission will be the sole g� � ex en a and r>�ponsibility o Con ctor. CONT UING T ARK: A. Co r all c ork and adhere to the progress schedule during all s or disagre is ith Engineer or Owner. No Work shall be delayed or ff 111ned pend' g re tion of any disputes or disagreements, except as permitted b 1F aragra h or as Contractor and Owner may otherwise agree in writing. IFIC To full t extent permitted by Laws and Regulations, Contractor shall indemnify and h armless 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 00700 General Conditions 00700-25 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) caused in part by a party indemnified hereunder or arises by or is imposed by Laws and Regulations regardless of the negligence of any such party. B. In any and all claims against Owner or Engineer or any of their consultants, agents, or employees by any employee of Contractor, any Subcontractor, any person, or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.16A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or ben ayable by or for Contractor or any such Subcontractor or other person glition under workers' or workmen's compensation acts, disability benefit a o employee benefit acts. C. The obligations of Contractor ragrap 6. shall not extend to the liability of Engineer, Engineer's C nsul ts, age yees arising out of: of s I . The preparatjp roval m , r wings, opi . s, reports, surveys, Change O e gns, or s cifica s. 2. The given e failuie t communica ngineer, their agents yees giving give is the primary cause i ry or d a ` D. If necessae forcement indemni i d hold harmless requirement herei licable I requi es the Co c to obtain specified limits of in insur a nity obli n Contractor shall obtain such li b over .th inimu less than any specified in aph 5. 2B n, the co o re ered and included in the Contract Price, an a y inde ty attributa le to negligence of any indemnified party shall be limited to c rance. ARTICLE 7 - OTHER 7.01 RELAT RK AT SI A. er ma other work related to the Project at the Site by Owner's own orces, hs!t he ork performed by utility owners, or let other direct contracts the a contain General Conditions similar to these. If the fact that such oth wor s o be performed was not noted in the Contract Documents, written notic of 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. 00700 General Conditions 00700-26 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) C. If any part of Contractor's Work depends for proper execution or results upon the work of any such other contractor or utility owner or Owner, Contractor shall inspect and promptly report to Engineer in writing any delays, defects, or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure so to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work except for latent or nonapparent defects and deficiencies in the other work. 7.02 COORDINATION: A. If Owner contracts with others for the performance Site, the person or organizatio who will have auth coordination of the activities a o e vario in the General Requirements, a the spec' tt4 and responsibility will be emiz , and t e en responsibilities wil ro d. ARTICLE 8 - OWNER'S RESP ITILS MO 8.01 COMMUNICATION ` 8.02 8.03 8.04 0 on the Project at the i responsibility for contractors will be identified to be covered by such authority such authority and Engineer. iy enWEngineer, Owner shall appoint an akes no reasonable objection, whose status II a that of the former Engineer. Any dispute in shall be addressed as discussed in Article 16. h tVta required of Owner under the Contract Documents make payments to Contractor promptly after they are due as kahs 14.04A and 14.09A. OWnNA&Aties 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 00700-27 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 auth ' over, nor be responsible for, Contractor's means, methods, technique se ences, or procedures of construction, or the safety precautions and progra id hereto, or for any failure of Contractor to comp) twit�hhLaws and Regul ns pplicable to the performance of the Work. O not be nibor Contractor's failure to perform the Work in accordanthe Con ct ocuments. ARTICLE 9 - EN 9.01 9.02 9.03 ath n period. The duties gineer as Owner's Contract Documents and shall Engineer. ?kits to the NVat intervals appropriate to the various stages of ve the gres nd quality of the executed Work and to , i�thqlWk is proceeding in accordance with the Contract ^%e required to make exhaustive or continuous on -Site Uty or quantity of the Work. Engineer's efforts will be or Owner a greater degree of confidence that the c nform to the Contract Documents. On the basis of such visits ons as an experienced and qualified design professional, wner informed of the progress of the Work and will endeavor to defects and deficiencies in the Work. 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 00700-28 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 o e Contract Times and the parties are unable to agree to the amount or extent th eo Contractor may make a claim therefor as provided in Article 11 or Article 9.05 AUTHORIZED VARIATIONS IN Idon A. Engineer may authorize mi�Mtions in th W from the requirements of the Contract Documents whic nvolv a ent in the Contract Price or the Contract Times an & . nt with the o r 1 intent of ontract Documents. These may be accoe by a Fie rder d will b Maon Owner, and also on Contractor wh ha erform4he o involved pr p 9.06 REJECTING DEFE ORK- A. Engine ve author' to ' pprove o ork which Engineer believes to bed ct , and will al ave authority t eq special inspection or testing of t prov' e n graph 13. ther or not the Work is fabricated, i al d, com B. nt Pro t Rep sentative ' ave authority, subject to final decision of Engineer, rove or ct an efective workmanship, Equipment, or Material 9.07 SUBMITTALiXNGE,#ft ND PAYMENTS: ArIn ction with E%Oer's responsibility for Submittals, see Paragraph 6.14. ctionAiEngineer's responsibilities as to Change Orders, see Articles 10, r2CCctingineer's responsibilities in respect of Applications for Payment, see rticle 9.08 DETERMINA NS FOR UNIT PRICES: A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon to the Owner. Engineer will provide approval by recommendation of an Application for Payment to the Owner or return Application to Engineer for further review. B. Engineer's written decisions thereon will be final and binding upon Owner and Contractor, unless, within ten days after the date of any such decision, either Owner or Contractor delivers to the other party to the Agreement and to Engineer written notice of intention to appeal such a decision. 00700 General Conditions 00700-29 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 i l and 12 in respect of changes in the Contract Price or Contract Times will be referred initi to Engineer in writing with a request for a formal decision in accordance with tils ragraph, which Engineer will render in writing within a reasonable ti W notice of each such claim, dispute, and other matter will be delivered by c ant to Engineer and the other party to the Agreement tly (but in ve, than 30 days) after the occurrence of the event giving t Hereto, an wr n supporting data shall be delivered to Engineer and a of r party phi ays after such occurrence unless Engineer allows an addkiste4joeriod of ti?he toecertain m curate data in support of the clai �te may req t written review eer of claims, disputes, and othe a lating t t cceptability Mork or the interpretation uirem ontract B. When fun as interp j dge u er phs 9.08 and 9.09A, Engineer t show p ialt Owner o for and Engineer will not be liabl ction wit y interpretation r d ion rendered in good faith in such c here er' decision er with respect to any such claim, u , other cept a e been waived by the making or ance o nal ment as v' ed t Paragraph 14.11) will be a condition prece ent t exercise b Own r Contractor of such rights or remedies as either may othe ise a e under ontract Documents or by Laws or Regulations in re: ec ch clai , or other matter. P LIMIT S ENG ESPONSIBILITIES: A. �r Enginee 's aut ri y to act under this Article 9 or elsewhere in the Contract o ument decision made by Engineer in good faith either to exercise or not exercises ut ity shall give rise to any duty or responsibility of Engineer to ConUer u contractor, any Supplier, or any other person or organization per ny of the Work, or to any surety for any of them. B. Whethe 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 00700-30 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 guarant his performance. Neither will observation by Engineer, or any of their &eEse$,*ves in any way be understood to relieve Contractor of any responsibili r supervision of the Work at all times. *%M.- _ F. Review by Engineer of the finarppTication A PN ent and accompanying documentation and all ma' tens a and o tructions, schedules, guarantees, Bonds, certificates obi n, tests and- n ap ls, and of ocumentation required to be deli aragrap 4.08A ill only b e rmine generally that their content com es the rgqui m is of, and in e e of certificates of inspections, to , pprov h suits ce to compliance with, the Contrac u nts. G. The limit upon auth rity esponsib' orth in this Paragraph 9.10 shall also p ngineer's nsultants, Resi nt ect Representative, and assistants. ARTICLE 10 - GE WO 10.01 GE A. Without i li tmg the A ent and without notice to any surety, Owner may, at any ti e m tim o er additions, deletions, or revisions in the Wt will u i d by a Written Amendment, a Change Order, or a Work ri Directive. n ceipt of any such document, Contractor shall promptly d with th or volved which shall be performed under the applicable o ditions ontract Documents (except as otherwise specifically provided). l� If Ow * nt ctor are unable to agree as to the extent, if any, of an increase or dec ase i Contract Price or an extension or a shortening of the Contract Times that oul a allowed as a result of a Work Change Directive, a claim may be made there as provided in Article 11 or 12. C. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified, and supplemented as provided in Paragraphs 3.02A and 3.02C, except in the case of an emergency as provided in Paragraph 6.13 and except in the case of uncovering Work as provided in Paragraph 13.05B. D. Owner and Contractor shall execute appropriate Change Orders (or Written Amendments) covering: 1. Changes in the Work which are ordered by Owner pursuant to Paragraph 10.01 A, are required because of acceptance of defective Work under Paragraph 13.09 or correcting defective Work under Paragraph 13.10, or are agreed to by the parties; 00700 General Conditions 00700-31 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 ca the Work and adhere to the progress schedule as provided in Paragraph 6 5. E. If notice of any change affecting the general scope o or the provisions of the Contract Documents (incl ng, but not limited to, act Price or Contract Times) is required by the prov any B i0given to a surety, the giving of any such notice will be Cont tor's res ili and the amount of each applicable Bond wil i e usted accordi ly ARTICLE 11- CHANGE O RACT C 11.01 GENERAL: ` A. The Conte.cconstitute a al com o ub'ect to authorized adjust ildyable p to ntrac r for perf i g t e Work. All duties, r!sqWWbi,Ities, and o ons assigne dertaken by Contractor shall be at e e with an m the n ice. B. ontrac kFnc;ce`WV'only b a e a Change Order or a Written A e ment.claim for an in ase or decrease in the Contract Price shall be based ontice deli d by a party making the claim to the other party and to En ' ptly (bu i no vent later than 30 days) after the occurrence of the eve rise to I� d stating the general nature of the claim. Notice of �il�1t of the h supporting data shall be delivered within 60 days after PP g Y �currence unl ngineer allows an additional period of time to ascertain e %accurate d in support of the claim) and shall be accompanied by claimant's ritten siiat,[he at the amount claimed covers all known amounts (direct, indirect, O and N %ial o which the claimant is entitled as a result of the occurrence of ventI claims for adjustment in the Contract Price shall be determined by Engi accordance with Paragraph 9.09A if Owner and Contractor cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph 11.01B. C. The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 1. Where the Work involved is covered by Unit Prices contained in the Contract Documents, by application of Unit Prices to the quantities of the items involved (subject to the provisions of Paragraphs 11.05A through 11.05C, inclusive). 2. By mutual acceptance of a lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 11.03A.2.a. 3. On the basis of the Cost of the Work (determined as provided in Paragraphs 11.02A and 11.02B) plus a Contractor's Fee for overhead and profit (determined as provided in Paragraphs 11.03A and 11.03B). 00700 General Conditions 00700-32 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 o ontractor in the performance of the Work under schedules of job la ifications agreed upon by Owner and Contractor. Payroll costs for oy of employed full time on the Work shall be apportioned on th I their time spent on the Work. Payroll costs dude, but bto, salaries and wages plus the cost of fringe NAM which al clude social security contributions, unef1ployVent, ex roll taxes, workers' or workmen's ad 'on, health Ind e ' ement be� bonuses, sick leave, vaca holiday appl IV there employees shall include su eri dents 4pd r en at the Sit expenses of performing Work Ngtlar w , on Satu y, or legal holidays, sh nc ded in e Lftto the xt i d by Owner. 2. C a Equipmen aterials and incorporated in the Work, ng costs ransp nation a e thereof, and Suppliers' field ices r q onnection All cash discounts shall accrue to ntract es ner ds with Contractor with which to make pay ents, i ich cas a scounts shall accrue to Owner. All trade disc s, rebates d re s, and all returns from sale of surplus materials anC—eqt,�JMent shal rue Owner, and Contractor shall make provisions /� ey ma) bt ed. 3. �a�nents b ractor to the Subcontractors for Work performed by contra r quired by Owner, Contractor shall obtain competitive bids fro Su ractors acceptable to Contractor and shall deliver such bids to a who will then determine, with the advice of Engineer, which bids O ViX pted. If a subcontract with that the Subcontractor is to be a L asis of Cost of the Work plus a Fee, the Subcontractor's Cost of th ork shall be determined in the same manner as Contractor's Cost of the rk. 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 00700-33 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 e Work, and for which Contractor is liable, imposed by Laws and R u ti ns. e. Deposits lost for causes other than negli n ntractor, any Subcontractor, or nyone directly or indir ly mployed by any of them or for whose acts ern ma i4ee, nd royalty payments and fees for permits an icenses. f. Losses and d ages of com en t insurance or otherwise, to the Work sustai ed by actor in tion with the perfor c furnishi of th ork pr y have resulted from us ther th t n igence of C tr or, any Subcontractor, o directj,Ir'` i y emplo f them or for whose ny of thee able; l in settlements made with the en copse tan` roval of o such losses, damages, and penses shoe included in t c f the Work for the purpose of dete it tractor's fi wever, any such loss or damage requi structi o actor is placed in charge thereof, trac shall be or services a fee proportionate to that stated in raph I I.0 .2. g. Th cost of util' fuel, and sanitary facilities at the Site. or ex e u as telegrams, long distance telephone calls, eleph at the Site, expressage, and similar petty cash items in connec w h the Work. i. Cos of pr iums for additional Bonds and insurance required because ges in the Work and premiums for property insurance coverage O • thi a limits of the deductible amounts established by Owner in r nce with Paragraph 5.02D.4. The nn st of the Work shall not include any of the following: I . yrolI costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor whether at the Site or in Contractor's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.02A.1 or specifically covered by Paragraph 11.02A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work, and charges against Contractor for delinquent payments. 00700 General Conditions 00700-34 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 supp 'land making good any damage to property.6. Other overhead or general expense costs of ythe costs of any item not specifically a d expressly included iT ar raph 11.02A. 11.03 CONTRACTOR'S FEE: A. The Contractor's Fee alto ed to ontract o ead and rofit shall be determined as foil s 1. A mutuall le fixed or i none can upon, 2. A fee b o e folio er ntages of var s portions of the Cost of th o a. sts incur• d Paragra s 1. .l and 11.02A.2, the tractor's e s e 10 % e with Owner); b. or costs in ed under Parag h .02A.3, the Contractor's Fee shall be 50 , bcontrac� a basis of Cost of the Work Plus a Fee, um b ontractor on account of overhead and fit o 1 Subcon rs shall be 100/o(negotiable with Owner); C. one or nIKe tie f subcontracts are on the basis of the Cost of the ork Plus ffttand no fixed fee is agreed upon, the intent of ragra 1 nd 11.02A.I through A.3 is that the Subcontractor who a Worms or furnishes the Work, at whatever tier, will be paid a of n percent (10%) of the costs incurred by such Sub ntra r under Paragraphs 11.02A.1 and 11.02A.2 and that any tier Subcontractor and Contractor will each be paid a fee of five O cen (5%) of the amount paid to the next lower tier Subcontractor. ee shall be payable on the basis of costs itemized under Paragraph 11.02A.4, 11.02A.5 and 11.02B; The amount of credit to be allowed by Contractor to Owner for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in Contractor's Fee by an amount equal to 10% of the net decrease; and f. When both additions and credits are involved in any one change, the adjustment in Contractor's Fee shall be computed on the basis of the net change in accordance with Paragraphs 11.03A.2.a through 11.03A.2.d, inclusive. B. Whenever the cost of any Work is to be determined pursuant to Paragraph 11.02A or 11.02B, Contractor will submit in form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.04 CASH ALLOWANCES: A. Not applicable. 00700 General Conditions 00700-35 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 compariso of Bids and determining an initial Contract Price. Determinations of the actual q ntt es and classifications of Unit Price Work performed by Contractor will be b gineer in accordance with Paragraph 9.08. B. Each Unit Price will be deem Jude an rto idered by Contractor to be adequate to cover Contractor's erhead an fit r each separately identified item. NJ C. Where the quanti y of U ' Price k performContractor exceeds the estimated qu ch item i ted t the Agr twenty-five percent or more th is no ca a of ng adjust cSLAv respect to any other item of Work ontrac s hat Contr, curred additional expense t thereof, a r may a for an increase in the Contra a accorda e w rticle 1 rties are unable to agree as to the a u o any such rase. 11.06 RIGHT A O A. shall a the 'ght to ins and audit all of Contractor's books, records, correspon a truction rawt s, receipts, payment records, vouchers, and memor a ing to the o and Contractor shall preserve all such records and supp t cumen o eriod of three years after date of Final Payment. ac ereby a ner the authority to enter Contractor's premises for ose of inspe f such records and supporting documentation or, at actor's opt n, Co tractor may make such records and supporting ocumerg"Iable to Owner at a location satisfactory to Owner. All od supporting documentation shall be open to inspection and subj ct tot and reproduction by Owner or its authorized representative for any and oses, 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 00700-36 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: l . Federal embargoes, priority orders, or other restrictions imposed by the United States Government. 2. Unusual delay in fabrication or shipment of Equipment or Materials required in the Work, whether ordered by Contractor or furnished by Owner or others under separate contract. 3. Strikes and other labor disputes. 4. Delays caused by court proceedings. 5. Change Orders. 6. Neglect, delay, ore ult of any other contrac a ployed by Owner. 7. Unusual construction esulting �a er conditions abnormal to the geographical area a to the se o of year such as above normal continuous days preci itation, o al amount of precipitation within a 24� , or a�jove no days of a cold or hot temperatures t ns affectAk inst ation / an due to manufacti rsJhr specifi& i s 11witations. T se ditions will not be cause, r sions normal w itions do not affect the Jst aims onstructio for xt nsi time due to abnormal conditio mu substant' evidence from a weather Por other horitative sourc her conditions normal to the grap ' a r to the se a year shall be taken into c sider a Bid. c ditions shall be defined as the average num of , amoun of over a 5-year period averaged per season. 8. Co errors or kscre cies in the Contract Documents reported to E in r as provid these General Conditions. 9. ure or at ontractor in supplying equipment, materials, work, r rvice a ear 2000 compliant or failure or delay by Contractor's ubcontrac o uppliers in providing equipment, materials, work, or services s a r t of Subcontractors' or Suppliers' lack of Year 2000 co in their own operations, systems, or processes used to provide or O e ment, material, work, or services shall not be considered to be at y ents beyond Contractor's control. Such Year 2000 compliance pr lems shall not constitute a basis for delay in completion of the Work, ustment 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 00700-37 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) F. All time limits stated in the Contract Documents are of the essence of the Agreement. The provisions of this Article 12 shall not exclude recovery for damages (including but not limited to fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs) for delay by either party. ARTICLE 13 - WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 13.01 WARRANTY AND GUARANTEE: A. Contractor warrants and guar s to Owner and En ' hat all Work will be in accordance with the Contract LILOMnts and i e defective. Prompt notice of all defects shall be given I Con ctor. f 'ti Work, whether or not in place, may be rejected, corrWc r accepted as o d in this A ' e 13. B. No provision in the a Docum nor specifie tee time limit shall be held to limit C tr o 's liabj�ity o fects toles a legal limit of liability in accordance aw. C. All Equip d ateria a by C trac f the Work shall carry a written a from the ma turer or Su li~ such items when called for in the S ons. Writtguarantees sha a submitted to Engineer with other SttJ t EnQit�eylE�4il nsmit suc es to Owner for review. 13.02 13.03 A. Engineer a eer's re esent'yes, other representatives of Owner, testing agencies, d vernmenta cies with jurisdictional interests wilt have access to the W onab��� heir observation, inspecting, and testing. Cor�'aall pclLrer and safe conditions for such access. A No-htractorw i4e Engineer timely notice of readiness of the Work for all required msp6**h t approvals and shall cooperate with inspection and testing perOwemploy and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by Paragraphs 13.03C and 13.03D below; 2. that costs incurred in connections with tests or inspections conducted pursuant to Paragraph 13.0513 shall be paid as provided in said Paragraph 13.0513; and 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) to specifically be inspected, tested, or approved, Contractor shall assume full responsibility therefor, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection, testing, or approval. D. Contractor shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with Owner's or Engineer's acceptance 00700 General Conditions 00700-38 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 13.04 13.05 E. F G DEFECTIVE WORK: 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. 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). If any Work (including the work of others) that is to be inspected, tested, or approved is covered without written concurrence of Engineer, it m&,requested by Engineer, be uncovered for observation. Such uncovering shall ctor's expense unless Contractor has given Engineer timely notice os intention to cover the same and Engineer has no ed with reasonable ness in response to such notice. J;Z� Neither observations by E gine nor ins ts, or approvals by others shall relieve Contractor fr ctor's obli ti perform Work in accordance with the Contract oes. A AM, s be ork that is oquirements of the Contract inspection, test, approval, or ected by Engineer at any time before overlooked and included in a previous to Contractor of defects as they become ritten request of Engineer, it shall, if Engineer's observation and replaced at isable that covered Work be observed by Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect, and consequential costs of such uncovering, exposure, observation, inspection, and testing and of satisfactory reconstruction, (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals); and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefor as provided in Articles 11 and 12. 00700 General Conditions 00700-39 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 nefit of Contractor or any other party. 13.07 CORRECTION OR REMOVAL OF DEFECTIVE WORK: A. If required by Engineer, Cont all prombd yd ted, either correct all defective Work, whether or not ricated, insr completed, or, if the Work has been rejected by Engineer remo it fro replace it with nondefective Work. Contractoeaother 1 direct, irirei'rd conseq I costs of such correction or remg but fees es of engineers, architects, attorrn/ne�� pofe io s) made anew ssa thereby. 13.08 TWO-YEAR WARRXNAND ON PERIOD A A. If with time remove it not VrQffl V ars after t DalloRT Substa ' letion or such longer period of prescrib y Laws or Reg ate or by the terms of any applicable antee it the Cont ments or by any specific provision of r Doc a y W n o be defective, Contractor shall 1i Vut c to Owne in accordance with Owner's written ,ipr correct h de ive Work, or, if it has been rejected by Owner, om he Site an ce it with nondefective Work. If Contractor does mply t s of such instructions, or in an emergency where cause ri of loss or damage, Owner may have the defective ;ted or t re' ted Work removed and replaced, and all direct, indirect, ientilo, cost f such removal and replacement (including but not limited Nein f engineers, architects, attorneys, and other professionals) will trr. In special circumstances where a particular item of fI� continuous service before Substantial Completion of all the orrection period for that item may start to run from an earlier date if so 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 00700-40 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. 13.10 OWNER MAY CORRECT DEFECTIVE WORK: A. If Contractor fails within a reasonable time after written notice of Engineer to proceed to correct and to correct defective Work or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 13.07, or if Contractor fails to perform the Work in accordance with the Contrac uments, or if Contractor fails to comply with any other provision oLlecItyct Documents, Owner may, after seven days' written notice to Cont c c ect and remedy any such deficiency. In exercisin a rights and remedies this Paragraph, Owner shall proceed expeditiously. To the extent necessaryto Lomr to corre d medial action, Owner may exclude Contractor fop part of the it a �possessi f all or part of the thereto, to session of iipment, inery at the Site and terial the Site or for which d elf. agents, and employees such to exercise the rights and Dwner in exercising such rights and an amount approved as to 3er will be issued incorporating the with respect to the Work; and Owner ie Contract Price, and, if the parties wrier may make a claim therefor as id consequential costs will include but architects, attorneys and other [d all costs of repair and replacement rection, removal, or replacement of 'the Contract Times because of any :o 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 00700-41 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 14.03 14.04 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 M e Is not incorporated in the Work but delivered and suitably stored at the Site a r location agreed to in writing, the Application for Payment shall also beVied by a bill of sale, invoice, or other documentati an;anting that OwiityAiAnterests, eceived the Equipment and Materials free and clear o , charg and encumbrances (which are hereinafter in t ese neral C r r erred to as "Liens") and evidence that the Equip and Material ar c vered by aupippriate property insurance and othe g ents to tect er's irate elein, all of which will be satisfacto o er. D. The amount o` a with ogress p 1 be as stipulated in Paragraph CONTRALTO RANTY F E: A. C affaits antees tha 1 Work, Materials, and Equipment er any AI for P ther incorporated in the Project or not, ss to ner n%later tha e e payment free and clear of all Liens. REVI W OF A N FORVROG SS PAYMENT: A. Engin r 1*Rvithin a"v 'after receipt of each Application For Payment, it i to in commendation of payment and present the Application %er (subject t e visions of the last sentence of Paragraph 14.04D), or the jAppli tion Contractor indicaten in writin En ineer's reasons for g g ge sing tend payment. In the latter case, Contractor may make the ecessarlcti s and resubmit the Application. After the required internal reviDnt es ing by the Owner, the Owner will diligently proceed to make a he Contractor in accordance with the a roved a ment re uest within pay YPp pY q30 da efforts will be made to make payments within the 30 day period, but the Owner cannot guarantee the 30 days maximum time. B. Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer's on -Site observations of the Work in progress as experienced and qualified design professionals and on Engineer's review of the Application for Payment and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of Engineer's knowledge, information, and belief, the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under Paragraph 9.08, and to any other qualifications stated in the recommendation); and that Contractor is entitled to payment of the amount 00700 General Conditions 00700-42 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 constit n additional representation by Engineer to Owner that the conditiojgftecVa-Avvebeen to Contractor's being entitled to final payment as set forth in Paragr fulfilled. D. Engineer may refuse to reco d the whole or any any payment if, in Engineer's opinion, it would b ect to a Lh representations to Owner. Engineer may also refuse rec mend ment, or, because of subsequently discovqedALLence or the u s subseque ' spections or tests, nullify any such p � eviously comm ed, to su t as may be necessary in Engi a mion W p Owner from use: 1. The W ective r ed Work aged requiring corre 'on or replac e 2. 1 aims have n de agai or Liens have been filed in ion with Wo 3. T Contract as been red b�Written Amendment or Change der 4. Owner h equir o defective Work or complete Work in acco nce h Paragra 3.10, 5. Of is ' actu ow ge of the occurrence of any of the events NALOted in Wr ra 15.02B. 6. ontract actory prosecution of the Work in accordance with Contr nts. Contractor's ' e to make payment to Subcontractors, or for labor, Matena or E uipment, or O �r� all not certify payments requesting more than eighty (80) percent "Z%pact amount until such time as all operation, maintenance, repair, a lacement manuals, and product data has been furnished by the C tractor to the Owner. E. Owner may refuse to make payment of the full amount recommended by Engineer because claims have been made against Owner on account of Contractor's performance of furnishing of the Work, or Liens have been filed in connection with the Work, or there are other items entitling Owner to a set-off against the amount recommended, but Owner must give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action. F. When all grounds for withholding payment are removed, payment will be made in the amounts withheld because of them. G. Progress payments will be in the amount of 95% 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 00700-43 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 14.05 14.06 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 complet' If Engineer does not consider the Work substantially complete, Engineer will ti Contractor in writing giving his reasons therefor. If Engineer considers 'hnk tantially complete, Engineer will prepare and deliver to Owner a tents, v ert icate of Substantial Completion which will fix the f Substa C� ion. There shall be attached to the certificate a tent a ist of i e to a completed or corrected before final payment. C. Owner shall have ter re ipt of entative cte during which to make written objeXya) gineer y rovisiony�lwfrtificate or attached list. If, after co i ri such ob t s ngineer c ud that the Work is not substantially m te, Engi e i in fourte s r submission of the tentative c a to Owne I ontractILi w g, stating the reasons therefo a r conside tion wner's , Engineer considers the Work subst . tia y complete sneer will withi sai ourteen days execute and deliver to q anCont r t aitive cert' Substantial Completion with a r tentative s to c or corrected) reflecting such changes e tent 've ce 'ficate as eer believes justified after consideration of any objections ner. D. At the t' f livery %f t t ative certificate of Substantial Completion, Engi delive d Contractor a written recommendation as to o respe i ' ding final payment between Owner and Contractor pect to secur eration, safety, maintenance, heat, utilities, insurance, and r nties. nless r ontractor agree otherwise in writing and so inform Engineer prionir' ssuing the definitive certificate of Substantial Completion, Engle,—'sreerresaid recommendation will be binding on Owner and Contractor until final nt. F. Owner shall have the right to exclude Contractor from the Work after the Date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative list. PARTIAL UTILIZATION: A. Use by Owner of any finished part of the Work, which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and useable part of the Work that can be used by Owner without significant interference with Contractor's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 1. Owner at any time may request Contractor in writing to permit Owner to use any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If Contractor agrees, Contractor will certify 00700 General Conditions 00700-44 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 Workop4etermine its status of completion. If Engineer does not consider that t e Work to be substantially complete, Engineer will notify Contractor in writing giving the reasons the efor. If Engineer consi rs at part of the Work to be substantially complet ovisionsr 14.05 will apply with respect to certification ubstanti m tion of that part of the Work and the division o respo sib r p ereof and access thereto. 2. Owner ma requ t Cont r in writi ermit Owner to take over opera y such p f the ork alt not substantially complete. c y of such ue ill be sent E 'neer and within a reaso a ther r, Contra gineer shall make an in of that p ork t e its status of completion and pare a list f th s remai ' completed or corrected t n before fill payment. If C tr r does not object in writing to ner a g that such a Work is not ready for separate o ratio r, En ' I alize the list of items to be completed or c cte d will de uc ist to Owner and Contractor together with a w ' recommenlLation to the division of responsibilities pending final pa a Mn ran Contractor with respect to security, operation, mainten� ties, insurance, warranties, and guarantees for that of the o c will become binding upon Owner and Contractor at t e time w er takes over such operation (unless they shall have otherwi agr in writing and so informed Engineer). During such op r nd prior to Substantial Completion of such part of the Work, O s allow Contractor reasonable access to complete or correct items n ' is and to complete other related Work. 3. N ccupancy or separate operation of part of the Work will be omplished 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 00700-45 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 14.09 14.10 - 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 eleases and receipts include all labor, services, Material, and Equipment f icl a,4,ien could be filed, and that all payrolls, Equipment and Material bills, a r debtedness connected with the Work for which Ow or Owner's property in any way be responsible, have been paid or t 'se satis consent of the surety, if any, to final payment. If any Subco actor or er ils to furnish a release or receipt in full, Contractor in 4ish a and or th c teral satis actory to Owner to indemnify Owner a ien. FINAL PAYMENT AND AN A. If, on the basgineer' bon of the Wi construction and final inspectio gmeer's re w the fina li on for Payment and acco ocumenWhon -- 1 as requ t e Contract Documents, Engineer is sa ie hat the W been comp t a Contractor's other obligations e ontra cu is hav b i ed, Engineer will, within fourteen d er receipt nal A is 'o Payment, indicate in writing Engineer's enda of p ment an sent the Application to Owner for payment. The reupo. r will gi wri notice to Owner and Contractor that the Work is acce bject tgth r 'sions of Paragraph 14.11). Otherwise, Engineer will e Appl' 'ontractor, indicating in writing the reasons for 'n recom n ayment, in which case Contractor shall make the s correction esubmit the Application. Thirty days after presentation to n r of the A licati n and accompanying documentation, in appropriate form and Oubstancg, Engineer's recommendation and notice of acceptability, the amou n d by Engineer will become due and will be paid by Owner to Co actor ` If, th o 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. 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 00700-46 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 meVill constitute: A. A waiver of all claims by Ow, against Contractor, e e claims arising from unsettled Liens, from defectiv ppearin r�na inspection pursuant to Paragraph 14.07, or from failur o compl the ontract Documents or the terms of any special guarantees ecifi d therei h e , it will not constitute a waiver by Owner of any r' tin ct of ontract continuin ations under the Contract Docume �I B. A waiver of all y Con tt Owner those previously made in writing an it settle ` 14.12 INTEREST: NO3L CABLE ;&ARTICLE 15 - NSI NORK A INATION 15.01 O SUS ND RK: A. Owner ma , t time an 'thou ause, suspend the Work or any portion thereof for a p of moreoth 9 ays by notice in writing to Contractor, and Engineer whi x the d n Work will be resumed. Contractor shall resume the o e date ontractor shall be allowed an increase in the Contract an extension a Contract Times, or both, directly attributable to any s ension if Co ractor makes an approved claim therefor as provided in Articles 11 nd 12. * 15.02 R MYM E: Upo currence of any one or more of the following events: l . 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 00700-47 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) against such property or for the purpose of general administration of such property for the benefit of Contractor's creditors; 5. If Contractor admits in writing an inability to pay its debts generally as they become due; 6. If Contractor persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable Equipment or Materials or failure to adhere to the progress schedule established under agraph 2.07 as revised from time to time); 7. If Contractor disregards Laws or Regulation o lic body having jurisdiction; 8. If Contractor disregar thority g e , or 9. If Contractor otherwise olates in ub ntial way any provisions of the Contract Docume s; B. Owner may, after 'vi actor hee e ty, if they1e) ten days' written notice and to the a itted byS. an Re gulatiAs,'l�x�fiinate the services of Contractor, exc ractor f and tak session of the Work and of all Contracto to , appli a truction e u. , I machinery at the Site and use t o the full t ey cowl a se Contractor (without liability to Con r trespass r co Sion), in in the Work all Equipment and Mat Is ored at the it for which O er as paid Contractor but which are st here n in he Work may deem expedient. In such case, to shall itled t e iv y further payment until the Work is d. If tkAunpa balance Contract Price exceeds the direct, indirect, and consequen ' c of com ting Work (including but not limited to fees and charges gi eers, arihi ttorneys and other professionals, and court and arbitr o s), su e 1 be paid to Contractor. If such costs exceed such n nce, C r all pay the difference to Owner. Such costs incurred by will be appr d to reasonableness by Engineer and incorporated in a a a Order, t wh exercising any rights or remedies under this Paragraph, ner sh required to obtain the lowest price for the Work performed. Wher r' services have been so terminated by Owner, the termination will not fect ights or remedies of Owner against Contractor then existing or which may ere er 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 00700-18 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 Wor accordance with the progress schedule and without delay during disputes and lis eements with Owner. ARTICLE 16 - RESOLUTION OF DISPUTES �0 16.01 RESOLUTION OF CLAIMS AND DI S A. Contractor's claims main Own r will b e e by Engin er, who shall take one or more of the foil i a s with ' ten (1 ays after of a claim: 1. Request aI upportiripfta fir m the cl 2. Submit e e to Cofk4gr.11dicating r a time within which Engit, r ects to ; 3. R Claim in a in part, a g ons for rejection; 4. end app val a claim; 5. S est a com r ise. B. n aims t n ractor it sewed by Contractor who shall take one or o the fol i ction it 10) days after receipt of the Claim: Reqtkaddi onal suppo ' g data from Engineer; 2. Scr` hedule t e En 'neer indicating a reasonable time within which or experts 0, action; 3. the cl ' i or in part, stating reasons for denial; comme p I of the claim; or Suggest a co ise. C. I claim has a resolved, the Owner will prepare or obtain appropriate DOocumegta If a enied or if no action has been taken in the manner provided in Par aph11.01 A or 16.01 B, then the claimant, within ten (10) days thereafter, may noti er, 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 16.01 E 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 16.01 A through 16.01 E 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 00700-49 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 certif mail, postage prepaid, to the last business address known to the giver of the not' e. 17.02 COMPUTATION OF TIME: A. When any period of time is ref rr o in the a ments by days, it will be computed to exclude the first a me ude th t of such period. If the last day of any such period falls o Sat day or n n a day made a legal holiday by the Law of the app' fiction suc d ill be omi om the computation. 0 B. A calendar day h rs measlft ro midnight o e t midnight shall constitute a d . ` 17.03 CLAIMS CUM U REMEDI - A. Sho O er or Con suffer inju o ar age to person or property because of omissi a o the of er r of any of the other parry's employees o is or othe ose ac t arty is legally liable, claim will be made ng to othe arty with reasonable time of the first observance of such injury or d The pro cns o his Paragraph shall not be construed as a substitu o a waivq olffiftrovisions of any applicable statute of limitations or repo B. ut and ob i posed by these General Conditions and the rights and e s available h der to the parties hereto, and, in particular but without li 'tation, the w anties, guarantees and obligations imposed upon Contractor by Oaragra4 3.01, 13.08, 13.10, 14.03, and 15.02A and all of the rights and reme ' i Owner and Engineer thereunder, are in addition to, and are not to b cons in any way as a limitation of, any rights and remedies available to any or all t 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 00700-50 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. END OF DOCUMENT 00700 l 00700 General Conditions 00700-51 DIVISION 1- GENERAL REQUIREMENTS SECTION 01110 — SUMMARY OF WORK PART1- GENERAL 1.01 SUMMARY: A. This Section summarizes the Work covered in detail ' c ete Contract Documents. B. Owner: The City of Fayettevi ans®RAM& ntain Street, Fayetteville, AR 72701 is contracting for descrontract Documents. 1. Contract I e RUPPL 0LDjjW ROAD TREE P 2. Location: ay eville, Ark s C. Engineer: Toract Do re prepar Fayetteville Engineeri ion 1.02 PROJECT D ON: K CONT UDES, BUT IS NOT LIMITED TO th ' al tion o matel tr with the associated mulching along with f wil wer 'x to crea mpleted planting areas along three (3) separate sections C'rsTlWs, as fo ws: upple Road (Owl Creek School to Wedington Drive), le oad ( ht View to Mt. Comfort Road), and Old Wire Road (Ash r o G .Ile ►�j 1.03 WORK RS: ` A. nder Ot r Co racts: None ork b� one 1.04(aOth cti s: one ONTRAC ' SE 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 01 l 10-1 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 shall be to a minimum length of time and shall be coordinated with Owner who shal e o rol over the timing and schedules of such shutdowns. 1.07 PREORDERED EQUIPMENT AND ERIALS: ' None. O 1.08 MEASUREMENT AND PA A. Unit Price Contrac ork indi on a Contr gs and specified in the Contract Do u en shall be de in the "Unit is chedule" in the Agreement. Ice is o roposed b r and stated in the Agreeme ice per un ureme f m als or services. B. Speci Measur nt a paymen s i is items shall be as specified in w each li ble Sectie TECHNIC.& CIFICATIONS. 1.09 1.10 F •V executi f Agreement, Contractor will be furnished at no ( ets o ontract Documents consisting of full-size !irt r ' ed Drawings and the Project Manual, in addition to copies of above documents will be supplied by actor and approval of Owner. sets of Contract Drawings bear the following general titles: • STREET TREE PLANTING PLAN FOR RUPPLE ROAD from Owl Creek School to Wedineton Drive • STREET TREE PLANTING PLAN FOR RUPPLE ROAD from Starry Night View to Mt. Comfort Road • OLD WIRE ROAD PROTECTED BIKE LANE & SIDEWALK PROJECT from Ash Street to Gulley Park. 2. Individual sheet numbers and titles are as stated on SHEET INDEX. 01 1 10 Summary of Work 01110-2 SECTION 01110 — SUMMARY OF WORK (continued) 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. PART 2 - PRODUCTS — NOT APPLICABLE. PART 3 - EXECUTION — NOT APPL1CABjjZp%v# OF S 110 o � 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 ENERAL CONDITI S 2. Supplementary Condit 5 1.02 MINOR CHANGES IN THE OR I A. Engineer will advis • for of m� cha s in Wor �r olving an adjustment to Con act ice or Cent ct es as auth ze y the DOCUMENT 00700 — GEN NDI aragraph s ing Field Orders. 1.03 PROPOSAL R A. Own Im ated Propo quests: GIN ay e a Pr a quest, including detailed descriptions of proposed in the o t ay require adjustment to the Contract Pric the ntract Ti a. effn sary, th scri n will include supplemental or revised r ings a d a cations. ropos . sued by ENGINEER are for information only. Do not consi t tructions either to stop Work in progress or to execute the prop ange. CON CTO shall submit cost proposal, including any request for an V Contract Times, within 14 days of receipt of Proposal Request. O 3. oJacilitate checking of CONTRACTOR's proposals for extras or cr , all proposals, except those so minor that their propriety can be seen by i ection, shall be accompanied by a complete itemization of cost including abor, 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. g. Include an updated Contractor's Construction Schedule that indicates the 01250 Contract Modification Procedures 01250-1 SECTON 01250- CONTRACT MODIFICATION PROCEDURES (continued) 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, Contract II promptly revise Construction Progress Schedule and Sche f a es accordingly. 1.04 WORK CHANGE DIRECTIVE A. Engineer may issue a Work Ch a irective, ' n �y Owner and Engineer, including detailed descrip ' ns o hanges tying method for determining any change in Contra*Contract im . tructing qR311ctor to proceed with a change in the Wo s sequent lusio n a Chan I . Contra to ha romptlx u e change. 2. Work irecti ssued on s ndard form. B. Contracto aintain det d r ords fo a i the Work performed on a time a I basis. 1. S mit an ite account and ort g data necessary to substantiate cost d time ' tm to the o C. eer wil i suenge Ord C ONS. D. Upon exec Chang rder, ntractor shall promptly revise Construction Progres a le and Vh u f Values for signatures by Owner and Contractor as prove CUNI"71144— GENERAL accordingly. PART 2 - 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: l . DOCUMENT 00400— BID FORM. 2. DOCUMENT 00500 EMENT 3. DOCUMENT 00700 — N RAL CONS. 1.02 SUBMISSION PROCEDU S A. Insert on DOC 00 — BI nit Pric rk or materials listed in this Section. l . Such it ces s a r addition e ' s. 1.03 CHANGES TO C CT SUM A. U ' shall n II compe credit, as the case may be, for the p t rovisi ri tion, n of each item listed in this Section solely n o in place, ' 1 ng necessary labor, product, tools, equip ent, t ortation, s rvice d incidentals, appurtenances, and connections required tq o to the W n pla e, and including insurance, overhead, profit and supery �� •` B. h n ices ar is i11DOCUMENT 00400 — BID FORM, and will apply to change on an i change to the scope of Work. C. gL%t Prices ac e d by the Owner and Contractor shall be identified in the Owner- Oontractgr� nt. Con c or to a measurements and ci compute quantities for which Unit Price P ite are plicable. 1. gineer 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 �0 PART 3 - PART 3 — EXECUTION *10 NOT USED ♦ END OF N 012 � G o � G . 01270 Unit Prices 01270-2 SECTION 01290 — PAYMENT PROCEDURES PART 1- GENERAL 1.01 SUMMARY A. Section Includes: l . Schedule of values. 2. Applications for payment. B. Related Sections: 1. DOCUMENT 00700 — GENERAL CONDT 1.02 APPLICATIONS FOR PAYMEN " A. Format: Document 0129 01 su orted b t 01290.02 or other approved format. 1. Owner wit kd I*Contract an el onic cop uments 01290.01 and 0129 B. Payment Peri s ecifa UMEN — ENERAL CONDIT icle 14. C. Prep pplicati 1. P sent requi rmation in en form. ecute ate n by si thorized officer of Contractor's firm. Indicate o r ue in ch of of each line item for portion of Work com ed through the I ay of the application period, and for products pr r red in a rdan with the Contract Documents through the last e previou p ' ation period. 4. d off r to nearest dollar. mplete t on form. Indicate eac orized Change Order as separate items on continuation sheet. O a 1 appropriate Change Order Number. dollar value breakdown of each Change Order by each plicable Project Manual Section. Subm rocedure: 1. Comply with DOCUMENT 00700 - GENERAL CONDITIONS Article 14. 2. Submit 5 copies of each Application for Payment. 3. Submit an updated Construction Progress Schedule with each Application for Payment. 4. Submit waivers of mechanics liens from Contractor, Subcontractors, sub - subcontractors, and Material and Equipment Suppliers for amounts certified by Engineer for construction period covered by previous application for payment. a. Submit on form acceptable to Owner. 5. Substantiating data: a. When Owner or Engineer requires substantiating information to support Contractor's application for payment, submit data justifying dollar amounts which are in question. 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. 6. Submit application for final payment in accordance with DOCUMENT 00700 — GENERAL CONDITIONS Article 14. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED �0 O QF SEW 290 O CJ . 01290 Payment Procedures 01290-2 CITY OF FAYETTEVILLE SPECIAL PROVISION SECTION SP-1 PLANTING PLAN DESCRIPTION: These items shall consist of providing and installing vegetation in accordance with the plans and City of Fayetteville (herein referred to as City) expectations. Contractor shall reference the plans for additional notes regarding these items. All disturbed areas that do not receive woody vegetation or mulch cover ^be re-established with a minimum of four (4) inches of topsoil and Bermuda sod. The s al b installed such that the re-established area is level with the surrounding turf grass. T 's Jude removal of material in order to provide the required tops ' nd shall be accounted a in the base bid. No additional payment for removal and dispos '1 will bd in the contract. All plants shall be field located by thg c actor or appr al y City of etteville prior to installation. ` Plants shall be tagged by the n mclud A ng info • Required: Tree speci ctifEivar na Laydown areas, shoul c used, wil a the sponsibi ' o e contractor. v The Plantine PI lude t to 'ng pay • Soil en ent T is it m sh nclude amended soils as defined on the plans lid consist t plete d ry, xing and installation of all soil amendments i ortions if ed. his item shall also include the removal and disposal of s soil t� . Soil must be disposed of at a properly permitted facility r nce with 1 of Fayetteville Specifications. • Soil ent Shr s : s item shall include amended soils as defined on the pl s d nsist o t c plete delivery, mixing and installation of all soil en nts in t Dirnom s defined. This item shall also include the removal and 00 rLree l of c the site. Soil must be disposed of at a properly permitted in a orda e with the City of Fayetteville Specifications. lantin is item shall include the purchase, delivery and installation of the tree species as called out on the plans or the alternate species as called out herein (if applicable). Each plant shall meet the requirements described on the plans and be subject to approval by the City. If a plant is deemed not to meet these requirements, as determined by the City, the plant shall be promptly removed from the site and replaced with one of the same species that meets the requirements. Plant Storage within the right- of-way (ROW) will not be allowed. Plants delivered to the site shall be installed immediately upon receipt. • Shrub Plantin : This item shall include the purchase, delivery and installation of the shrub species as called out on the plans or the alternate species as called out herein (if applicable). Each plant shall meet the requirements described on the plans and be subject to approval by the City. If a plant is deemed not to meet these requirements, as determined by the City, the plant shall be promptly removed from the site and replaced with one of the same species that meets the requirements. Plant Storage within the right- of-way (ROW) will not be allowed. Plants delivered to the site shall be installed immediately upon receipt. Planting Plan SPl-1 Alternative Trees: May be considered at the sole discretion of the owner, however, no defined alternatives are included in the contract. Alternative Shrubs: May be considered at the sole discretion of the owner, however, no defined alternatives are included in the contract. In order for the City to consider an alternative planting, it will be the responsibility of the contractor to submit documentation regarding the species that is not available and shall include research of multiple sources prior to approval of a substitution. After review of the documentation provided, the City will be solely responsible for determinin if the specified species is in fact not available. Seeding: All seeding shall be per the City of Fayettevil dard Speci ti )as Street and Drainage Construction unless otherwise noted. t n Wildflower Mix: Shall owner approved equal. Warranty Period: All itemSM in thiowc� year from the date of acce y the City. tE completion date for the en oject as a ho urnng i guarantee all work a m als associa with the lanti g P sod will be guara aliv nl at the tim�lA� warranty pe ' d. a it s are t to m r additional c t ity. Maintenance eriod: T co tractor ril sponsible for continued maintenance on the project for a period of ear b n e date of acceptance by the City. This maintenance sha ili u ut is li , pruning, mulching and weed control and replacement of t ording to th I ing approximate schedule: HollanLZdflower Farm or of ision s warranty of one (1) ccqtiricurbe considered the final ii he contractor shall pisio tions. All trees, plants and ation and remain so for the n they will be replaced at no o r As neea Ic ng and e tr :Twice per year, once each in May and November �o ng: AC e a per tree basis raighteniing of trees: As needed on a per tree basis o Replacement: needed either per warranty or per maintenance outlined below Replacement of trees will be covered under the warranty period at no additional cost to the owner. However, in instances where trees are struck by the motoring public or otherwise damaged through no fault of the contractor, the contractor agrees to promptly replace the tree(s) with the same species at the bid price included the contract for tree replacement. Promptly shall mean within 3 weeks of initial notification of the needed replacement. If the species is not available at the time of replacement, please reference the alternative species information included within this special provision. If the time of year is not conducive to the prompt replacement of the tree, the contractor shall notify the City of the conflict and the City shall have the sole authority to determine if the tree should be replaced immediately or if it should be delayed. Mowing of medians will not be included in the maintenance items to be performed by the contractor. Planting Plan SPl-2 Maintenance Bond: Contractor shall provide a one (1) year maintenance bond totaling 25% of the value of the improvements included within this special provision. The bond period will begin on the date of final payment. Basis of Payment: Initial Installation of Ve etg ation: Payment will be made when each item is installed and accepted by the City. Maintenance of Vegetation: Pay item shall include pruning, straightening/plumbing, staking, mulching, weeding and replacement of dead or dying trees. Payment for Anteriance items shall be annually after the pertinent maintenance items have been completed ft year. Tree or Shrub Replacement due to damage through no fault of the co c ! Payment for trees or shrubs not covered under warranty shall be 1?1� d on a c by asis at the contract tree replacement price included in the bid. Payment will be made under: Pay Item Yellowwood (Cladrustis Dogwood (Corpus florid Sweetgum (Liquida t Tulip Tree (Lirio Chinese Pis the ist c Scarlet Oak o Northern Re ak (Quet Prospector EI (Ulmus c Princeton Elm (Ulmuse Black Gum (N&a4tiv4 Pin Oak (Quert Willow Oakpl Northern C.A( atalt a�* ciflua'Rot diloba') lipife ) k chines() ;in di a var. 'Pro r') a var. ' r� s) Ilos) RV? var. imbricarium) efferson') Pay it ch Each •� Each Each Each Each Each Each Each WaMv,,OA (QuercusXigrl Frontier Elm (Ulm is tffiWr x Ulmus parvifol ia 'Frontier') American Hornbeam (Carpinus caroliana) Bald Cypress (Taxodium distichum) Red Oak (Quercus rubra) Sycamore (Platanus occidentalis) Soil Amendment (Trees) Wildflower Pollinator Mix 4 Inches Topsoil Solid Sod Maintenance Period Tree Replacement Due to Damage Maintenance Bond END OF SECTION SP-1 Each Each Each Each Each Each Each Each Each Each Each Pound Square Yard Square Yard Lump Sum Each Lump Sum Planting Plan SPl-3 CITY OF FAYETTEVILLE SPECIAL PROVISION SECTION SP-2 WATERING DESCRIPTION: This item shall consist of watering the plants to ensure establishment through the warranty period. The contractor shall provide sufficient watering to ensure proper establishment of the plantings throughout the one (1) year warranty perio ote that this item may require permitting if lane closures are required periodically. Basis of Payment: Payment for this item shall be quarterly after the to ng has been completed for that period. Each payment shal fourth ( o�* tal lump sum amount for each year of the watering period. Contracto all provi cu ntation for the days on which the plants were watered and the ap oxim a amou o utilized on each occasion with the request for payment. •` Payment will be made under: • Pay Item ` Pay Watering (First Year Lp au ND O EC N SP-2 G . Watering SP2-1 STANDARD SPECIFICATIONS FOR (bV STREET AND D I AGE CONSCT,��I PQ� �s�0 CITY OF FAYETTEVILLE ARKANSAS City of Fayetteville DIVISION 100. GENERAL PROVISIONS..............................................5 Section 101. Definitions and Terms....................................................................... 5 Section102. Not Used........................................................................................ 15 Section103. Not Used ......................................................... ............................ 15 Section 104. Scope of Work ............................................ ...... ........................ 15 Section 105. Control of Work........... . ............... -...... .............................16 Section 106. Control of Material ....... .................................................... 26 • Section 107. Quality Contr iremen ...... .. ... ...................... 29 Section 108. Legal Rye nd ity to th . .......................... 34 Section 109. Prose ii n and Progr................ . ...................................... 41 Section 110. reme t yment .................................................. 48 Section adw on uction ol.......................................................51 Section 1 Trencnc xcavati afe Systems .......................................... 53 DIVISION 20'TH •.........................................................55 Section wring, ubbi g, and Demolition ................................................ 55 iEx„a d Embankment......................................................... 56 203bgr de 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...................................................................... 68 Section 302. Drop Inlets and Junction Boxes ...................................................... 71 Section 303. Concrete Box Culverts.................................................................... 73 Section304. Vacant............................................................................................ 75 ST-2 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 .............................. I...................... 82 Section 403. Asphalt Concrete Hot 84 ........................ Section 404. Asphalt Concrete t M Base ....................................... 91 Section 405. Asphalt Con tc ing f Mai nancef c.................... 92 ♦ Section 406. Asphalt Conc Hot ' ng of E ' adway............... 94 DIVISION 500. MI LANEO ONS ON .......................95 Section 501. to C rb tter.....................................................95 Section ncret id e Iks....... ............................................................96 Section 5 . Driven y nstructi r Reconstruction ....................................... 98 Section 504. Its a ing Walls .................................................... 100 Section 5 eding a So ing................................................................... 101 Sectiail[? ...................................................................................106 cti 507. ve nt Markings...................................................................... 107 Section 508. Street Signs..................................................................................110 Section 509. Erosion Control............................................................................. 111 Section 510. Traffic Control and Maintenance .................................................. 114 Section 511. Mobilization.................................................................................. 118 Section512. Fences.......................................................................................... 119 Section 513. Handicap Ramps.......................................................................... 124 Section 514. Project Signs................................................................................ 125 ST-3 City of Fayetteville Section 515. Handrail........................................................................................ 126 Section 516. Cold Milling Asphalt Pavement ..................................................... 127 Section 517. Tree Protection Fencing............................................................... 128 DIVISION 600. MATERIALS.............................................................129 Section 601. Cast -in -Place Concrete................................................................ 129 Section 602. Reinforcing Steel ...................................... ...... ..................... 143 • O 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 AASHTO ADPCE AGC AIA AISC AISI ANSI ARA ARDOT AREA ARTBA ASCE ASTM ATSSA AWPA AWS AWWA CoE CRSI FHWA FSS. l MUTCD NEMA OSHA SAE SSPC UL USC American Concrete Institute American Association of State Highway and Tra orta n Officials Arkansas Department of P on Control d E og� Associated General Contrac Ameri American Institute of A hite4is American Institutes onstructi n American Iron an I nstitute American Natio ndards s t American R ssoci Arkansas ment of �ation army t-orps meers WtN*ete Reinf rcin teel Institute e eral Administration eder a 'ons and Standards, General Inst' to ffic Engineers Mil ecifications Manua on Uniform Traffic Control Devices for Streets and Highways National Electrical Manufacturers Association Occupational Safety and Health Administration Society of Automotive Engineers Steel Structures Painting Council Underwriter's Laboratory United States Code ST-5 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 Bitumin BLDG Building(s) BLDG Buildin (s BLKT Blanket BNG(S) Be g s) BR Bridge(s) BST BitullnIs Surface ein nt C & G Curb and Gutter A C gated Aluminum cc cubic centimeter(s) D mpacted epth CEM Cement CL Class CLVT(S) Culvert(s) ` Co etal CMBN Combination C troller COMP Compactio e Controll NST ruction CONT Cont' ORR rrugated C sly O CR Crushed CRS ur ( Corrugated Steel CTD u Cubic DBL Double D Drop Inlet(s) DWY(S) Drivew EMUL Emul ` WK Earthwork EXC va EXP Expansion F & I and Install FDN Foundation FES ed End Sec on(s) FNC Fence(s) FURN O urnish# 1 g G Gagpo§a e GALV Galvanized G Gra e, G d GRVL Gravel ha hecta 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 MRK mton NO NON REINF OCT Pa PIL ppm PRFMD PVC PVNG QPL QUINT R&D RDWY RECON REFL RELOC RELP RESTOR RMC SCAR SHLD(S) sq STAB STL STR(S) SURF SYS TEM�4p TgFP TR TY UNCL UT VEH µm Standard Street and Drainage Specifications Marking(s) msta 1000 kilograms Number(s) NON MET Non -Reinforced NPDES Octagonal OFF Pascal(s) PC Piles, Piling PM parts per million PRCST Preformed PROC Polyvinylchloride PVMT Pavin metric station Non -Metallic National Pollutant Discharge Elimination System Office Portland Cement Plant Mixed Precast g Qualified Products Listrc D Div Quintuple Removal and Disp9s mforce oncrete Roadway(s) ` RE MP Recom a , Reconstruct(ed) Reco Reflectorized R Rehabilitation Relocate, Replace, I Square Stabili; at n V ' emoving, cmg oved ESTEE einforcing Steel llic RNM Rigid Non -Metallic Conduit 't;arify Signal(s) s) C Special X Station (100 feet) Ul'ilizatiWi TKPL Stockpile, Stockpiling ► STN Stone 's) STRL Structural SWPPP Storm Water Pollution Prevention Plan TERM Terminal TMBR Timber TRPL Triple TRTD Treated Type Unclassified Uniform Thickness Vehicle(s) micrometer ( 1 x 10"6 m ) UNTRTD Untreated VAR Variable 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. ARDOT Standard Specifications. The CONSTRUCTION, Arkansas Department of TransportationNId M' of 2014 or latest version, unless version date indicated othe �v Agreement. The written agreement be een wner �iactor covering the Work to be g g performed; other Contract Docu ttached to th reement ade a art thereof as provided therein. The terms i nt and C ract re used ' geablyp Award. The acceptance b of amfto Bid. The offer or pro the Bid er s itted o cribed form setting forth the prices for the Work b performed. a terms Bid a P osal are used interchangeably. Bid Bond. e i furnis a bi o uu ee that the bidder will enter into the Contract if ccep/�So Bidder. An mdivid , a eership, c tion or joint venture submitting a bid for the advertised work. (T s "Bid "� " ontractor" are frequently used synonymously.) Bid Proposa The approv rm on which the Owner requires bids to be prepared and submitt a work. B s An d except Saturdays, Sundays, and City recognized holidays. If holi y falls Saty or Sunday, the observed day shall be the Friday preceding the Sat or the Mo ollowing 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 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 paymen an performance bonds; specifications, supplemental specification, and special provisio Men and detailed plans; and any change orders and agreements that are required to co et a construction of the work in an acceptable manner, includ► or;:ZMK thereof, all of which constitute one instrument.) � n Contract Documents. The ConorXI (which pertain to the Conti0r9the Contractor's Bid (includ documentation submitted Agreement; List of pr N Subc( Provisions, Supple onditio Ce the same are mQr a if►caleq 4-ly ►ed modifications, Q on or ar►er and drawin o printed or ha c electronic media to Contractor are f►x&%�A of com calendar date. iers n neer' to o e Agre and phys' al heki ms listeK ttments 'nclude execut reement; Addenda ); AdvpNeemelit for Bi ation for Bidders, ►ti0ft AcoNtpariving and any Post -Bid ward) w as an exhibit to the or the a Specifications; Special ►ficates fild ance; the Plans (Drawings) as in th ment; together with all written s erpretations and clarifications issued e roved Shop drawings and the reports c itions are not Contract Documents. Only this paragraph are Contract Documents. Files in �s and the like that may be furnished by Owner cifically described unit of work for which a price is %er of working days allowed for completion of the Contract. If a is shown in the proposal, the Contract shall be completed by that 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 nroper construction and acceptable completion of the work. Extra Work. An item of work not provided for in the C s awarded but found essential to the satisfactory completion of ntract wi ' ito ded scope. Extra Work Order. A change order one ing t r nce of work or furnishing of materials involving extra work. work may rformedloreed prices or on a force account basis as provided a in thespeci ations.)� ♦ [ 11 Holidays. The City obse s follow' e King Jr. Day, Presiden Whe Memor aDay, Thanksgiving D folio 'ng , Ch Day, December 25. f holiday f Saturday Friday precedi urday r e day f 1o4 Incidental rk sh n on a plans or work shall n be paid f e tely; ra the o: in the contract amou the proje IR'ryis Day, Martin Luther n�c(�ay, Labor Day, Veteran's ` , December 24; and Christmas ay, the observed day shall be the Sunday. which there is no bid item included. This t of the work is considered to be included Laboratory. Q ity Co ting Laboratory of the City or any other testing laboratory th design ted e City. Materi y substas cified for use in the construction of the project and its ap en ��► Mile e. A prince ent 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 A reement and for whom the Work is to be performed. Pavement Structure. The combination of subbase, base cou a urface course placed on a subgrade to support the traffic load a ribute it t e r d. Payment Bond. The approved form of s urity, e y the Contractor and his/her Surety or Sureties, guaranteeing t of al I legal is of the actor pertaining to the construction of the project. Surety or Sureties, guargR agreements thereto. Plans. The supplemen r ' s, or dimensions, ils of general info ation onl Other work and specifications, sup e Plans are used Rite a ee� ontractor and his/her tract and all supplemental W'sections, working drawing, and he , which show the location, character, (The Title Sheet of the plans is provided for ►as an all-inclusive description of the work. in the Project as described by the plans, special provisions.) The term Drawings and ;e shown on the plans, the trace of a vertical plane proposed wearing surface, usually along the longitudinal grade means either the elevation or gradient of such trace 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 Department of Transportation. The QPL is maintained by ARDOT. 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 registr nt as required by these specifications shall be certified, signed, and stamped with the sell facsimile thereof as authorized by the Board. Registered Professional Land Surveyo Land S eye istered in the State of Arkansas by the Arkansas State Board of gis ration fessional Engineers and Land Surveyors. All details, drawings, cal ulatiil� s, an re o ubmitted by the registrant as required by these specification certifed, si and st with the seal or facsimile thereof as authorized ard. Registered Scale Mechani�person with the ureau of Standards, Division of Weights an ures, as g alified ra g and experience to make adjustments and rep ' �mercia cale nd perf c work as a skilled trade. Right -of -Way. al to no ng Ian , or interest therein, acquired for or devoted to ' urposes. PW Road. Age ral term a publi ay purposes of vehicular travel, including the entire area within the way. Roadbed. T d portio a�ghway within top and side slopes, prepared as a foundation f� ement struc nd shoulders. neral► t oting the area adjoining the outer edge of the roadway. Ce\ oadways of a divided highway may also be considered 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 contiguous with the traveled way for accommodation of stopped vehicles for emergency use, and for lateral support of base and surface courses. 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 Spe i tions for Street and Drainage Construction. Unless otherwise noted, the Editiin t on the date of advertisement. V Station. A station when used as a definiti r erm of ea a ent will be 100 linear feet measured horizontally. Street. A general term denotin way fo urpo s of veh' avel, including the entire area within the right -of - Structures. Bridges, c catch ba `inlet e ► wa Is, cribbing, manholes, endwalls, buildings, s ervice p. es, erdrains ion drains, and other features that may be encoun a 'n the work not otherwis la d herein. Subcontr r. in vidua r co r io whom the Contractor sublets part of the work. Subgrade. a top s of a ro4db on which the pavement structure and shoulders are constructed. ` Substantial ion. A con upon which the work has progressed to the point that it can be u iz or the u oses intended; as evidenced by a Certificate issued by the Enginee the alit i f the City. If no such certificate is issued, Substantial Co et all b rk is complete and ready for final payment. Sub 'al CompJ 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 back -walls, 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 construction, to receive and fulfill instructions from the Owner's representative, and to accept orders for changed and extra work. ST-13 City of Fayetteville 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 nd furnished by the Contractor. Titles (Or Headings). The titles or head s of the s ion* subsections herein are intended for convenience of reference and of be ns red as having any bearing on their interpretation. " Ton. 2000 pounds. ♦`/ Traveled Way. The port' a ro a mov ehicles, exclusive of shoulders and auxiliary I Unit Price Work. o be paid f&n the basis o ni ices. Work. Th fu ' h g f all , lab o t, tools, and incidentals necessary or convenient cessf om tion of oject and the carrying out of the duties and obligations i osed by t act. Working Day. A c r day d normal construction operations could proceed; normally excl at ays, S d d City recognized holidays. Working a ' s. Stre she ts, shop drawings, erection plans, falsework plans, framewo , coffir s, or any other supplementary plans or similar data that the Co ct ' equir i o the Engineer for informational and record purposes or for ap ova 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, 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". ST-14 Standard Street and Drainage Specifications Section 102. Not Used Section 103. Not Used Section 104. Scope of Work 11 104.01 Intent of Contract. The inten eps 'op ide for the construction and completion in every detail of the work sctractor shall furnish all labor, materials, equipment, tools, transpo tion, anuired to complete the work according to the plans, specifics 'o �a erms104.02 Alteration of Plan C racte�� (a) General. The City e the rig i re o e rethe extent of the work or to change the location, , or the men ns o 'f aww f the work, provided that the length of the impr m nt is not ' sed or length, or that a tities �or to be increased r din on a e in a es shall not be si a ed as aiver of an con provisions th eof. The on for shal fon the qualifying limit and o ni increases or decre�escurr . �in excess of 25% of the contract materials to be furnished are not )fW% of the total Contract. Such changes ins of the Contract nor invalidate any of the the work as increased or decreased within will be made for anticipated profits on If changes �Z�ro"vork req 're Wadjustment in unit prices already established, or if additiona r whi prices have not already been established by the contract is nec t contract s 11 be adjusted according to the General Conditions of the C tract this ctio . a ditional work is performed before an adjustment is made in the ct, the a do 1 work will be paid for at unit prices already established for similar work, if such additiona 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 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 ST-15 City of Fayetteville 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 cirrnmstances: CKIM 6� When the character of the work as altered differs mat I and or nature from that involved or included in the on final proposed const Io r When a major item of work is incre ed in ex f 5 percent or decreased below 75 percent of the original con act antity. stment due to an increase in quantity shall apply on a rtion ' exce 125 perf original contract item quantity, or in case rease be 75 percent, tjAqV6&aI amount of work performed. A major ' ork�' ♦ s any bj'�- r which the original contract value is mo th 10 v e�e total orieQhoct value. 104.03 If and Wh IMActed I s. The plans dNe proposal may specify one or more items to be ' rated int Engineer. The gi City e what exten s wil be m o order incorp tion of suc s at an work. These ems may not be in the proposal fo items ar representative kid ri he a al times the esti t quantities. LVse of any crea e, decrease, or elimination of such items. N Control of Work 105.01 Authority and Direction. roject "if re directed" by the Engineer/City shall tion in determining whether and to rated qtoe oject. The Engineer/City Engineer may ycaithin the project and at any time during the ed on the plans. The estimated quantities set out e nted solely for the purpose of obtaining a ities employed may be only a fraction of, or many Contractor shall make no claim for additional (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 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. ST-16 Standard Street and Drainage Specifications 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 permit any deviation from the Plans and Specifications except c Engineer/City Engineer and the Contractor will be liable for r% written order. Observers shall have authori , subject to the Engineer, to condemn and reject any defe TW rk and being performed properly. .( The observer shall in no case Contractor, nor interfere with observer may give the Cont Engineer or Owner in any vo Contract. Any defective work abe protection of p property, either safety provision' CoiUpfion" publil that such provisions all have no authority to itten order from the on except on such M n of the Engineer/City the work when it is not ;Nother duties for the �y advice which the to the Engineer/City all of the terms of the ;er at any time before final previously overlooked and -Ilwcontracqhall'txercise proper precaution at all times for the operty ksh be responsible for all damages to persons or e site ur as a result of his prosecution of the work. The ble la a building and construction codes, including applicable Lrt enabor Safety Code, shall be observed. The Contractor such safety and health measures, additional to those herein 4cs ry or desirable. Machinery, equipment, and all hazards shall q'tTi the safety provisions of the "Manual of Accident Prevention in the Associated General Contractors of America, Inc., to the extent 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. (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 ST-17 City of Fayetteville 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 auth iV suspend the work wholly or in part due to the failure of the Contractor to Corr cons unsafe for the workers or the general public; for failure to carry out provisions t tract; for failure to carry out orders; for such periods as d necess u,► unsuitable weather; for conditions considered unsuitable for the pr cution o t rk; or for any other condition or reason deemed to be in the public`in rest. Any unresolved disputes arisin • dllr he Cont sha be sub the Contractor in writing to the Engineer. a claimi d' nal co s n shall contain the information set forth in s ion 1 ims for and Disputes." The Engineer shall render en decis thin 6 c e r days of receipt of the Contractor's letter a ation. S buld dispute esolved by the written decision of the Engineer, s nt ap ea e Contract be submitted in writing within 60 calendar da so he e ' ion EE ineer, a addressed directly to the Owner. 105.02 Pla a ub als. (a) Plans. Plans wil es, gr de ils of all structures, typical cross sections, and a summary of items g on al. Work may be provided for on the Plans that is not located wit emits of r ect as shown on the plan sheets. Work of this nature may include i of limite to oval of existing items, obliteration, grading, base and surfacin i ons, a is considered a part of the project. The Plans will be supn to by such awings or sketches issued by the Engineer as are necessary to deauat cont Ne_ r . (b) Submittals. Shydrawings, 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. 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 ST-18 Standard Street and Drainage Specifications 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 Specificattril nc related work shall commence until the submittal has been reviewed and approved MgJAr. Any Shop Drawings submitted without ontracto ' ta, 195f approval will not be considered and will be returned to him RK proper m ion. If any Drawings show variations from the requirements of th Con act be u ndard shop practice or other reason, the Contractor shall mak I entio f suc ation in er of transmittal in order that, if acceptable, suitabl ay be for proper t of Contract price and/or time; otherwise, the C will n t i ed of the ility for executing the work in accordance with the on ct eve a Drawinei l n reviewed. The review of Shop s by the ng►nWr shall Contractor to ass' t in the e of the Drawings shall of a th for of�41 If thf sta ,o.NJered an accommodation to the 60 The Engineer's review of such ibility to perform the work in strict [changes. antract or involves only a minor adjustment in in Contract price or time, the Engineer shall so the following: fAiAnS orco meWmade on the shop drawings during this review do not Cont om compliance with requirements of the drawings and ficatiort- i c eck is only for review of general conformance with the design eP,01 ect and general compliance with the information given in the contraents. 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 shall not be considered just cause for an extension of the Contract time. Submit four (4) copies of data for Engineer's review. ST-19 City of Fayetteville 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 constit a waiver of the Owner's right to demand full compliance with Contract requirements a tual deliveries, the Engineer will have such check tests made as he deems necessary i ac instance and may reject materials and equipment and accessories fo even th s materials and articles have been given general approval. If materials, ipment a ries which fail to meet check tests have been incorporated in thew the ngineer i ha the righ o cause their removal and replacement by proper mate ' s1Qr eman nd se such re by the Contractor as is equitable, at the Contractor' e. Except as otherwise specifited in a fact, the co ing and testing will be divided as follows: V A (a) furnish w' tra Isampl for proje b e gineer; cost, including packing and testing purposes, except those jAWe I costs of re -testing materials which fail to F assume all costs of testing materials offered in found deficient. cost of furnishing all required working drawings, record 105.T Conform!"Ith 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. 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 ST-20 Standard Street and Drainage 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 w an the coordination of the operations of all trades, Subcontractors or materialmen en a on this Contract. He shall be prepared to guarantee to each of contrac"Out tions and measurements which they may require for the fitting of thei ork to a1z:ng work. In addition, th Transportation's and 2014 (ARI Specifications, reference. All work shall and to the City stringent IN Minimum S 10 ( V Specificatio • refe encesVonstruc^lWon the Ar s Department of Standard Spec' for Hi ay of 1996, 2003, OT Stand ificatiott portiof e ARDOT Standard ,hich are fe ced i ecificatiorw eby incorporated by n applica tions of th ayetteville Code of Ordinances The Contractor shall the Contract DoctWi party when thWN speci project at all times. eville im m Stre s. In case of discrepancy, the most s w'll ap The i o ayetteville Code of Ordinances and ,ards ere y in orp ed by reference. advanth f y apparent error or omission on the plans or in s`[he p ering such error or omission shall notify the other very is a Engineer will then make such corrections and y be d1jeme necessary for fulfilling the intent of the plans and 'Wractor. The Contractor will be supplied with a minimum of and Contracts, one set of which shall be kept available on the 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 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 ST-21 City of Fayetteville 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 k on or near the work covered by the Contract. When separate contracts are let adjacent t ithin the ' ite y one project, the work of each Contractor shall be conducted so ?no to inte ere ith or hinder the progress or completion of the work being perfo d bther n a . Contractors working on the same project shall cooperate wit t� r. It is understood and agreed t t e ntractAr c si red in the 'd status of the existing Contract or Contracts at th i o bid 1 arran ate and schedule the work jointly with the o ected Co ct s in or o plete the work within the time allowed in the i �► alleged to have own expense ai shall be allo and exnensPS T with any applicable Government any Subcontractor shall suffer loss or such other Contractor or Subcontractor by Subcontractor will so settle. If such other iinst the Owner on account of any damage ify this Contractor, who shall defend at his any judgment or claims against the Owner such judgment or claim and pay all costs C trac lVOfnvoly shiNassume all liability, financial or otherwise, in connection with theW Contract nd all protect and save harmless the City of Fayetteville from any and all damages or claim at 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 or adjusted by the Contractor. The City will notify all known utility companies, all known pipeline owners, or other known parties affected, and endeavor to have all necessary ST-22 Standard Street and Drainage Specifications 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 orary utility facilities and appurtenances in their present, relocated, or proposed posi ' dditional monetary compensation will be allowed for any delays, inconveniences, ages sustained due to any interference from the utilities or appu es or fro e.0 tions of relocating them. It is the Contractor's responsibility to ve a? utility n ed before construction begins. Any costs incurred due to da line shall orne by contractor with no exceptions. All work in this contract I in ac ith the a nderground Facilities Damage Prevention Act ontractor I ide by e o urrent edition of this Act. 105.08 Inspectio a Obsery of Work. l aterials and each part or detail of the Work shall t to i do b the w e materials and each part or detail of the Work sal b ject to obn by eg r. The Engineer and Owner and their designated re n tives all be provided ceptable access to all parts of the Work and shall be furnished with crmatio d as istance by the Contractor as is necessary to for the Engineer's on an& th Owner's observation and inspection. Neither observations by City e or inspection, tests or approvals by others shall relieve Contra4 m his obli o o perform the work in accordance with the Contract ce of backfilling or concealing any •e concealed without approval or .rvation and recover such facilities 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. 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 ST-23 City of Fayetteville 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 ncovering or removing and the replacing of the covering or making good of the parts re o d will be paid for as extra work. Should the work so exposed or examined prove u t , the uncovering or removing and the replacing of the coverin or making good o s removed shall be at the Contractor's expense. Any work performed or materials us4J wi out in e i the Engineer/City Engineer may be ordered exposed, and/ and r laced no cost t1 Owner unless the Engineer/City Engineer or in iled to ' ect fter ha v' given reasonable notice that the work was to b o ed. When any unit of gove political i ion, rail d�r oration, or other agency is to pay a portion ost of a rk cove ag the Contract, its respective representatives sha a the rig spect the uch inspection shall in no sense make any unit g ment tic 11 subdi i road corporation, or other agency a party to th , and all i o ay in fe the rights of either party thereunder. 105.09 Re val of table Un thorized Work. All work that does not comply with the req one of the o ra will be considered unacceptable. Unacceptable work, whether th of p anship, use of unacceptable materials, damage through carele negligen or any other cause, found to exist before the final acceptance ork, or uri the warranty period specified in Subsection 109.18 "Warran arante " be removed and replaced in an acceptable manner at no cost to t ne ork a contrary to any instructions of the Engineer/City Engineer; w k p ed on lines shown on the plans or as established, except as herein spe ' , or any e a rk performed without authority will be considered as unauthorized and will not be paid or 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 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. ST-24 Standard Street and Drainage Specifications 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 r est shall be in writing and shall include a full description of the materials, methods and u ment proposed to be used and an explanation of the reasons for desiring to make the e Prior to proposing any substitute material, d or typ e10i ent, the Contractor shall satisfy itself that the material, method or ty of equi t p posed is, in fact, equal to that specified, that such material or type o equi ent I t 1W the space allocated, that such material or type of equipmen r ompa ble a of opera maintenance and service, that the appearance, and by reason savings, reduced construction time, or similar rable e e substi erial, method or type of equipment will be in teres The burden of proof ty of a p4tpose substitu ' specified material, method or type of equipme a be u o ontractor ctor shall support its request in writing with s ►c► st d d ther rmit the Owner to make a fair and equitable the erits a pro a ractor shall submit drawings, samples, data and ce cates for p ed substitgte rials. Any material or type of equipment by a manufactur other th t o e speci or brand name or model number or of generic species other than t ified wi sidered a substitution. The Owner will be the sole judge of h e not t ution is equal in quality, utility and economy to that specified. �uostitut� of relieve the Contractor from responsibility for compliance amen o tract. Contractor shall bear the expense for any changes in Z c caq� by any substitutions. Substitutions will no -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 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 ST-25 City of Fayetteville 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 adequat equipment and forces, to the end that the roadway or structures are kept in satisfactory co it n at all times. The Contractor shall be responsible for the maintenance of drainage ditches and channels within the right-of-way limits, ing const ion► ments if any, from the date all work is begun on the project to a ate of i I acceptance. This is not a requirement that the Contractor impr a ex tin g d m g ches and channels, except as shown on the plans or directed ' eer/C'ty n r. The ctor shall maintain waterways in such condition th e to the k o to abu erty will not result from the Contractor's operatiaD structioto a al flow in t ays by stockpiling or storing materials, o bypassing of such n prohibits or inhibits If the Contractor, at will immediately remedy unsatis� completion of trenc? excavation and/or cut. rovision for adequate of sediment or debris that removed promptly. the project is accepted will not be considered included in the ils tak with the provisions of this subsection, the City such noncompliance. If the Contractor fails to in 24 hours after receipt of such notice, the City may i t project and the entire cost of this maintenance will be become due the Contractor on the Contract. ily or permanently repaired in accordance with Section for Maintenance of Traffic" within 24 hours of the the work, or segment of work, which required the 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 ensure 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, 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 ST-26 Standard Street and Drainage Specifications be paid separately but full compensation will be considered included in the contract unit prices bid for associated items. All Quality Assurance testing, to ensure 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 pro ided elsewhere in these specifications, on the plans or in the Special Conditions. h materials shall be manufactured, handled, and used in a workmanlike manner ns ompleted work in accordance with the plans and specifications. 106.02 Sources of Supply. To expe ' e t e ins do and testing of materials, the Contractor shall notify the Engineer/ ty E ineer o d sources of materials before delivery. The Contractor shall 'thout charge h sampl may be required. Inspection and tests may be per y the E ' eer r Own nated testing firm, but it is understood that suc ' e ons and made at t other than the point of incorporation in the wo i o way a considered u ntee of acceptance of such materials nor of jfftn acceptan o aterial� to be similar to that upon which inspections arm ave bee ade. ft The Contractor quantity re . for shall be fu a the 106.03 Samples, and tested by t�hFor incorporation i or written SubsectiOL'CNN "Remi N l re onsibi ' ering materials of the quality and d w cost f c aterials. Materials needed in the work actor unless of ise stated in the Contract. I Ciit Scifications. All materials will be inspected or as required by these specifications before Vee ich untested materials are used without the approval r/City Engineer shall be treated as provided in Unacceptable or Unauthorized Work." W enev referVeMdein the specifications to a Federal Specification, or to a spi ion ortation of the American Association of State Highway and Trsportation OfAmerican 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 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 ST-27 City of Fayetteville 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. e) 106.06 Plant Inspection. The Engineer/City Engineer may dacr the observation of materials at the source. In the event plant observation is undert following conditions shall be met: • The Engineer/City Engineer hall ave t o ation and assistance of the aterigls for ork. Contractor and of the prq�� • The Engineer/City as may concern the Adequate safety meajjJ�s�ll be It is understood 1KEngin' to incorporfu0n the Work after the sample 1� been eli meet the reg4ements ovmi% ry at all ti s t uch parts of the plant of the a eing furnished. �I mai Vhgineer r e TThe right to retest all materials prior ave e e and accepted at the source of supply and to ct all materials which, when retested, do not cams or ntract documents. V • 106.06 Storage rialls. shall be so stored as to assure the preservation of their quality it ss for and in accordance with requirements of the Specification of cover d in Specifications, in accordance with the manufacturer's recommend 'on Store a rials, even though approved before storage, may again be inspe to their*h n work. Stored materials shall be located so as to facilitate th pr inspe �1Q o of the right-of-way not required for public travel may be us fo torage os and for the placing of the Contractor's plant and equipment, if approved by the En er, 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 quantities of materials intended for incorporation in the Work as loaded and the quantities as actually received at the place of operations. ST-28 Standard Street and Drainage Specifications 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 thontractor at the points specified in the Special Provisions. The cost of handling and placing all materials after they are de er to the Contractor will not be paid for separately, but full compe thereforp*%L1 a nsidered included in the contract unit price(s) bid for the item(s) wit The Contractor will be held res all arrangement. Deductions will b rom a any shortages and deficienci o any cadS4 after such delivery; and for ICY murra�O%c 106.10 Sa pavement n property of Engineer/Cl be disposed 106.11 of the automatic equipment ma}) working Sda,meeting S ich Of, vered by ner through this s ue th ctor to make good ver; f � make that may occur IN —reusable condition, including ?tngs and other items, remain the ver items to location directed by Items not considered of value shall 0ument. Whenever a breakdown or malfunction p, scale printers, batch plants, or mixing plants, the r by other methods for a period not to exceed two ate methods of operation produce results otherwise ty 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: 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: ST-29 City of Fayetteville 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 Fabricatio w gs 10) Signal Equipment 11 Other Submittals as d b the i r/Ci Y tY The Engineer/Ci i eer will r . all submi ptly and notify the contractor of their approval de 'a The ct shall ved submittals before beginning any associated y wor acc fished o a oved submittals are received is subject to rejection removal fr the job at a co actor's expense. 107.03 Material S Is. At um, the following material submittals will be required: 1) Sam n-site s ' s, i ese soils are to be used as fill in the roadway. The E r ity ElngqQWill determine the number of samples to be taken. es of i s tt usid as borrow material. 3 amples of rial 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 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 ST-30 Standard Street and Drainage Specifications 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 an concrete placement. Unless otherwise specified, the City will provide, at its exp , . dependent quality assurance/quality control (QA/QC) laboratory to accomplish I ssurance testing. All testing will be scheduled with the QA/Q and the tra y the City or Engineer. The Contractor shall provide or make avai a samples f material as required by these specifications as well as any other ate als de essary by the Engineer/City Engineer. • (b) Testing Requirements. tracto i rm the C st tion Observer at least 24 hours in advance of an re fired to ollowinimum sampling and testing frequency requir� 1) Cross Dram pipe or 2 2) Sto u1 pipe portion fill: mi of one de s •t t per layer of material placed per loc i ipe b ckfill: um of one density test per 500 lineal feet of red hen thxe i located in the street or under the curb and test per layer per 500 lineal feet of roadway per 500 feet of roadway with a minimum of sieve analysis and plasticity index test per I 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 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. ST-31 City of Fayetteville 6) Aggregate base course: 1111111111 Uln 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 inimum of one set of three concrete cylinders per day's concrete placement vifte r red for drop inlets, junction boxes, and manholes. Other placements will b1b a p ed at the rate of I set of cylinders per 30 cubic yards o to place IyM nd air entrainment tests will be conducted at the time of cyl er prep n. ne cylinder will be broken at seven days and the other two w I be oken al 2 d Concrete for Curb an A mi m o one set concrete cylinders per 500 lineal feet of a gutter rt thereof a linder will be broken at seven days and t en at 28, y (c) Provisions corrective acti will be ne se �r a concrete cylinders per 500 ►f, mimmum of one set per project. escribed above. Also, one core and �o ete pavement with a minimum of one th non shrink grout mix. All holes shall be ured. cification Materials. This section provides for 1 test results indicate nonspecification materials or into the project. Any penalties, which are assessed, n'lenT, Subgrade, Pipe Backfill, and Crushed Stone Base Course: 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 ('/z"), 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. 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. ST-32 Standard Street and Drainage 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 de s a l be within plus or minus three -eighths inch (± 3/8") of the required de ny additional depth required as a result of a defic' t subbase depth. average of all depth measurements shall not be less th equire Mr and any depth in excess of plus three -eighths inch (± 3/8" will of be u o puting the average depth. If the average depth is less4th required e h t e foilo� penalties shall be assessed: Deficie % Rcddtt onl Contract Price Req. d i'to 1 8 inch 1 1/8 i ch tp 1/4 inch 3 4 in�hlo 3/8 inc 7 8 o ch to r2inak 15 inch to A1,111W 25 8 inc 3/4 Itch 40 Morea 4 inch Remove and Replace V •`v► 7) Con e ent Su e: a finished pavement surface shall have a maximum devia . /"' when test e ith a 10' straight edge parallel to the flow of traffic. P n cross all vary by no more than 1 /8" in 10' when tested with a OW s ai t dge. • Gr in shall be rfo` , if necessary, to remove any deviations in excess of 'A". The grinding equipment 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. 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. ST-33 City of Fayetteville 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 such law, ordinance, regulation, order, or decree, whether by the Contractor or the Contr t 's employees. All work pertaining to Electrical, Plumb' , and/or Building a shall be performed in strict accordance with governing Federal, ity, an o es and Ordinances, with particular attention to the current editions f the A s tate Plumbing Code and the National Electrical Code as adopted he N tional re o ction Aiipc iation. The Contractor shall comply health, and sanitation. T protective equipment and employees on the proje(ON with the performance 108.02 Haza occurred, the i Contractor will not rabic Ws governing safety, )safety devices, and ,the life and health of property in connection work involved or the delay or cost not be paid for separately, but full in the contract unit prices bid for the Lie release of a suspect hazardous substance has UJhe Engineer/City Engineer. This will not relieve the M he obligation to notify other appropriate agencies and of any liability. C mo 'used nferiaiNhich could be potentially hazardous substances if they are spilled or waterbod a : 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. 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. ST-34 Standard Street and Drainage Specifications • 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 Department f ransportation permits when required. The Contractor shall obtain and pay for its, de ' fees d related costs resulting from a request by the Contractor to substi a mated s r signs for those shown on the drawings or specified in these specific ions. 108.04 Patented Devices, )�Is, an ro ss. rs employing any design, device, material, or p ALspv such use by suitable legal g ment Sureties shall indemni ve harm subdivision from an3ra 11 claimso patented design, c indemnify the ty incur by r ny completion e w ark. reconstruct any any time, is hd the political n entitled t fo ered I e f patent o o ight shall provide for atentee or o r ontractors and their 1 t Owner, a ted third party, or political r i ringeme reason of the use of any such lrocess, or demark or copyright, and shall any c expenses, and damages that it may at bring the prosecution of or after the �i Med by Permit. The right to construct or way or street, or to grant permits for such work, at e y the City of Fayetteville or the proper authorities of ion the work is done and the Contractor shall not be the digging up of the street or for any delay occasioned AnWidual, fir*,or orporation wishing to make an opening in the roadway must secure a permit from the pro er 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 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. ST-35 City of Fayetteville 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 w , which required the excavation and/or cut. The Contractor shall be responsible for providing a fence to t 1 livestock and pets in areas where existing fencing is altered u e Contr '�Ite it may elect to include temporary fencing as a pay item under sub ction 51 en s" of these Specifications. If temporary fencing is not included as a ay i m wit n e posal, then temporary fencing that is suitable for the require u s be s plied, II be aOviary item, and no separate payment shall be ma is tern fencing. AdNiAally, if temporary fencing is not included as a wit ' �O r osal the ent fence if included within the plans and/or th r sal structed ' in lieu of temporary fencing. n1 The Contractor s the work. Exce4 County rod Sr equipment I The Contractor will in such a marine Postal Service mailboxes wifte co plia with ap . to to the shall be responsible forming the various operations of 4. and 6 A.M., dust from haul roads, �, County or State roads or streets by nuisance. ling U.S. mailboxes within the project limits continuous mail service according to U.S. provided, upon completion of the project, to their original location. II work on railroad property shall be accomplished in strict t ese specifications, and such Special Provisions as are ct. If the work near the railway requires a permit, the Contractor acquiring this permit and adhering to the permit requirements. 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. ST-36 Standard Street and Drainage Specifications 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 ARDOT 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 varia s for essential work in the regulated floodway before the Contract is awarded. The Owne wi a ply for Contractor requested variances which it determines are necessary. The C t ould be aware that requested temporary fills/structures may n t be approved or ma q re mitigation. (b) Corps of Engineers Section 404 P it Re a Placement of temporary fills/structures within a regulatory flo way ay al r u alteration of the existing COE 404 Permit. (c) Compensation and Ext Cont i The a r will not be granted additional compensation c ract t' o requeste y variances that are considered by the Engi / Engine o e for th� ence of the Contractor. If, however, due to n of the ntra or, a fl variance is deemed by the Engineer/City En r o be nec additiona t time and/or compensation may be considered o to th is ns of s 109.10 "Claims for Adjustment and Disputes." All permits sued to a tractor the S. Army Corps of Engineers, or other applicable agencies, onvenit o e Contractor in accomplishing the Work, shall be complied with ' lid th r i I not be accepted until the permittor has accepted the work cover permit. Th o actor will be responsible for obtaining a release from the nermittor/oaccentanok_ 10 (�sc�oT Ex la When the use of explosives is necessary for the prosecution of e , the ntra shall exercise the utmost care not to endanger life or property, inc new wor T Contractor shall comply with all laws and ordinances regarding the use of explosives; fu er, the Contractor shall be responsible for all damage resulting from the use of explosives. 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. ST-37 City of Fayetteville 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 the' ocation, and shall not move them until directed. The Contractor shall be responsible for all damage or injury to imeet of any character: 1) during the prosecution of the wor?r'e'stt'lt�Po yact, omission, neglect, or misconduct in the manner or m hod excrk or 2) at any time, due to defeiy?�**rk or released until the nroii as een colt Property shall include monuments, roadN it become evident the Contractor adjust, re o Trees locate out: protected. Any ro conflict with excw 9 6 saigAE1fi Aibility will not be Ld pVdway signs, right-of-way conduits and wiring. Should conflict with the proposed work, that proper steps can be taken to o e ements Nasdicated on the plans shall be retained and " ger India et are to be clean cut with a hand saw where they �ork. When or wh aairect 4or'ndil?Wdamage or injury is done to public or private property by or as a r It any a tion, neglect, or misconduct in the execution of the work, or in (cose a ofdtheSe ion thereof, the Contractor shall restore, or bear the expense ofr' uchndition similar or equal to that existing before such damage or was doniring, rebuilding, or otherwise restoring as may be directed, or shall make good sge 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. 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, ST-38 Standard Street and Drainage Specifications 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 dway opened to travel under instructions from the Engineer/City Engineer, due to defecti a aterial or work, or to natural causes, other than normal wear and tear, pending co i n acceptance of the roadway, shall be performed at no cost to t e Owner. 40 If the Contractor is dilatory in completing ul ers, g tructures, or other features of the work, the Engineer may give noti cati in w in a establish therein a reasonable period of time in which the wor s u com eted. a Contraevdilatory or fails to make a reasonable effort tow plet,on his period the Engineer/City Engineer may take action as in s s 5.01 " it of the Engineer." On such sections that are so o r to be e e Contr c onduct the remaining construction operations cause the s bstructi is and shall not receive any added compensation a addeost o the wor�ya son of opening such section to traffic. ` �v 108.14 C 's R o' i i f k"[Jntil final acceptance of the r ty p t e project by the City, the ontractor s a the c rge care thereof and shall take every precaution against inju , theft, or m to any hereof by the action of the elements or from any other cause, whether rom on or from the non -execution of the work. The Contractor sha r uI epair, st d make good all injuries, thefts, or damages to any portion of the casioned b n of the above causes before final acceptance, and shall bear the ex Iffreof exce da ge to the work due to unforeseeable causes beyond the control ithout�t or negligence of the Contractor, including but not restricted to VWo , of th pai Ve y, or of governmental authorities. In ebwo f suspensN.O.Owork from any cause whatever, the Contractor shall be responsible for the project and sha l 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 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. ST-39 City of Fayetteville 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. w In the event of interruption of utility services, as a result of acc' tal kage or as a result of being exposed or unsupported, the Contractor shall promptlyrolplithe proper authority and shall cooperate with the said authori a restor qp�ice. If utility service is interrupted, repair work shall be continuou nttl the ice 's restored. No work shall be undertaken around fire hydrants until visi ns for n dMervice have been approved by the Owner.. + 0 108.16 Furnishing Right- The *w be resp 1 r the securing of all necessary rights of way in v e of s n within t t dicated on the plans. Acquisition of right -of- the City includ s uired by the Contractor for material sources (bo ve1, top 1, so , etc.), pl , equipment storage, stockpiles, disposal of waste c s materi y other a �ired for the proper prosecution of the work. The n is r ib for o no cost to the City, areas outside the right-of-w d for uch oses a s 11, the City's request, furnish copies of agreements h t e prop wners. TJje Co actor may, with the approval of the City, use areas within a right- -w hat are ide the construction limits for these purposes. Erosion control, pre f wa r t , and restoration of all such areas, both inside and outside t e g -way, performed by the Contractor according to the specifications a a o cost to th i 108.17 P Lia Public Officials. In carrying out any of the provisions of the ifi tions, w ci .ng any power or authority granted to them by or within the sc e e C trac ere shall be no liability upon the City or its authorized rep atives, eit sonally 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. 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. ST-40 Standard Street and Drainage Specifications 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 wor be performed by each subcontractor. The experience, past performance, and ability of ea oposed Subcontractor will be considered in the evaluation of bids. Upon request, the s furnish experience statements, with reference to any requeste Subcontractor, prior tice of Award. If there being no objection in writing by the Own listed orac ors prior to the award of the Contract, the subcontractors will be deq ed acce t he Owner. If bidder does not intend to sublet any part of the wo;kd shal insert t or ONE" n the form provided. The Contractor shall not sublet, tr er, as . n, or erwise d' of the contract or any portion thereof, of his righ r intews in, without itten consent of the Owner and of the surety. ntract t remo substitute the listed subcontractors without pr' ri n con Owner. Consent to sublet, construed to relies The Contr perfo Special Con ions, work u subcontractor hall furth s the Contractor and a e� The Owner wi �reco nize Nothing co n any s subcontrAthe O� isp'ose of a Dion of the contract shall not be iability ups contract and bonds. own izdl'fon, unless otherwise authorized by the ing to of le than 40% of the total Contract amount. No tract ortion of the work without the written consent of wner. contractor on the Work as a party to the contract. rn ct shall create any contractual relation between the Contractor will be held responsible for the progress of the the contract progress required. 10%Q&Rrosecu%n nd Progress. Contractor shall be responsible for planning, scheduling and reposing the progress of the work to ensure timely completion of the 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. ST-41 City of Fayetteville 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 p eir early start and finish dates. Unless approved by t e Engineer/City Eng er it shown on the Schedule shall not exceed 30 work. in len 2) Network diagram shall show e roer n in r ndence of activities and the proposed sequence in ork 's to ccomplis s planned by the Contractor in coordinate all subc cto s. The and logic shall be clear. The critical pat es sh nently d" i �ed. 3) Network diagra show for h ctivity e ing and following activity, activity descr' a total mat, an the durt e activity. 4) Activiti s shall ud .n ad ' 'construction activities, such tasks as sub ew a d dltime or n ad time items, franchise utility work, subc ra to work I. d owner- rnis equipment delivery. The Contractor shall onthl to Schedules with their pay estimate requests. The Contractor shall i . e n suc chedule actual construction progress, extra work added to Contr d any prop c nges to the operation sequence. If the progress of the Work is Sig behind the e, the updated Schedule shall also reflect any revised operation n e, cha quipment, labor forces, or working shifts, or other pertinent fact art ich in t p gress will be made up to allow the Contract completion wi in t e set ort a Contract, including time extensions granted to date. All su mitted sche s and updated schedules shall be reviewed and accepted by the Engineer/City Engineer. If after review, the Engineer/City Engineer determines that the 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 ST-42 Standard Street and Drainage Specifications 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 t e ner may otherwise agree in writing. Float time is not for the exclusive use or b of either O r Contractor. Extension of time for performance may be granted, a lowed in bs ion 109.08, for delays caused solely by action or inaction by the Ow,er to a exte�a itable time adjustment for the activity affected exceeds the to T:k the oject, V&here anct on the contract completion date can be shown. 109.03 Limitations of O e ons. actor shall a work at all times in such a manner and in uence a l ssure t as terference with traffic and utility services. Due hall be 'ven the loc i etours, bypasses, and to the provisions for han 'n traffic a ity service o/Mork shall be opened up to the prejudice or de in wor a starte meer/City Engineer may require the Contractor a sec ion o ich w i ogress before work is started on any additional s io s f the ning of s ch s ion is essential to public convenience. For roadway ove y project an ainage 'ects, each individual street or section of drainage must be completed, g all t a ration, within 45 days of the start of work operations within eet or a 'unless otherwise authorized by the Engineer/City Engineer. Except i ec ion wi fety or protection of persons or the work or property at the site ex pt as otR e i icated in the Contract Documents, all work that requires in ecti all pe ed during City of Fayetteville regular working hours, and Co r will no e t overtime work or the performance of work on Saturday, Sunday, or any legal holiday as designated in Subsection 101(c) "Definitions" without Engineer/City 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 ST-43 City of Fayetteville 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 eq ired above, or fail to furnish suitable and sufficient personnel for the proper prosec o Work, the Owner may suspend the work by written notice and withhold mone until such orders are complied with. All equipment that is proposed to be u d o he W of sufficient size and in such P P mechanical condition as to me t� ents f the k and t�uce a satisfactory quality of work. Equipment use portion he p oject sh h that no injury to the roadway, adjacent prope er facil ► esult fro s When the methods an ment to u d by t o ctor in accomplishing the construction are not din thef�ont t, the CryrM o is free to use any methods or When the OV frd and/or equiptlent by the Engineer Equipment." ie Engineer as being capable of uirements of the Contract. be performed by using certain methods shall be used unless others are authorized "Substitution of Materials and or the completion of the Work included in the Contract will I ontract, and will be known as the "Contract Time". The as a fixed completion date or as calendar days. 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. ST-44 Standard Street and Drainage Specifications (c) 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 - II AdOL February 9 March 8 April 8 May June 8 July 7 August September October November 8 December No changes in t mes e a owed f a y on without a request in writing from the contra or is reques inc e e s for the request with supporting documentati ap oof o traordina de s beyond the contractor's control. Normal rainfall amou>!ts and soi co ons wil t be onsidered as reasons for extensions of time, nor will workload o ractor.♦ r est must be submitted for to the Engineer/City Engineer within 5 the a month to be considered. No compensation will be made for money mages due her delay(s). is specified in working days, the provisions Ti wJJ1l be asses d f9P each day on which, in the judgment of the Engineer/City Engineer and su ject to the lM ations 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 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 ST-45 City of Fayetteville 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 assessm t ill be based upon the same conditions as a normal working day. Contract time will not be assessed durin I suspen ' o, work as ordered by the Engineer/City Engineer. During a parti suspensio o e work as ordered by the Engineer/City Engineer, the contract ti e w be as ss erect proportion to the ratio of the money value of the items noW to ft total pact amo4>. Each pay estimate will state Va worki arged duri t preceding period and the total number of work' s char e. If th r disagrees with the working days charged ngineerVee gineer, t ontractor shall, within 10 calendar days of Sig ' ay esti the E �ty Engineer written notice of such disagreement d he reasorIA.IRMefore. If tractor does not provide written notice within i a dayg the te, no subsequent request for review will be con 109.06 Rig s in an f Materials Found on the Work. The Contractor, with the approval of the r, may* s(or�►the Project such stone, gravel, sand, or other material, determi i le by er, as may be found in the planned excavation and will be paid bo the excavat o uch materials at the corresponding contract unit price and for the for whickkthe cavated material is used. However, the Contractor shall replace h r acce aterial at no cost to the Owner all of that portion of the exc ai erial A' a and used that was needed for use in the embankments, ba fill proac s, or erwise. No charge for the material so used will be made against the actor. Th Co ractor shall not excavate or remove any material from within the roadway location tha is not within the grading limits, as indicated by the slope and grade lines, without written authorization from the Engineer. 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 ST-46 Standard Street and Drainage Specifications 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 osecution of the work and shall leave the waterways unobstructed and the roadway i a neat and presentable condition throughout the length of the work under contract. No burning will be permitted on City o teville er�, ht-of-way, or easement without an approved burn permit issued the Ci Fa tteville Fire Department and concurred with by the Engineer. It is he ntract 's e sibility to determine prior to bidding whether or not a burn p e ap oved issued. erishable material is burned, it shall be under t nt care competent . Burning shall be accomplished at such times uch a the su iin vegetation, adjacent property, or anything desi at to re ai he n ht- wi not be jeopardized. Contractor shall cease a g when logical s are unsuitable for burning operations. Material n. ris tha nno a burn be removed from the right-of- way and dispose cations o roject. A The materials, labor be paid for separ* contract unit pr s sup%l An, will bi subject to detriment vWte material approved by the City of these sites. i- of the final cleaning up of the Project will not tion therefore will be considered included in the s in the Contract. Ktlathe Work on Time. Time is an essential element of the Work be pressed vigorously to completion. The cost to PIration of the Contract, including engineering, inspection, and d as the time occupied in the Work is lengthened. The public is 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, 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 ST-47 City of Fayetteville 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 com letion may have been extended, will in no way operate as a waiver on the part of the r of any of its rights under the Contract. l90 Section 110. Measurement nme O Sect d Pa y 110.01 Measurement *QfF%". Wor cceplably co nder the Contract will be measured by thCity Ni a ccordin ited States Standard measures. Only actual qillor unles specified. Unless otherwise specified, thed o will b s d: 1) For compu lumes Aarethod—wh'Nosed. ated mecified for measurement by the cubic va�i l�T►veraeelfn 2) Stru%ll be asur?d to the lines as shown on the plans or as finally const cted at thgjffre n of th&7 gin r/City Engineer. V • 3) Items that asure inear foot, such as pipe culverts, guardrail, underd et .,will be s e parallel to the base or foundation upon which such struc laced. 4I ining4h re r items bid on a square yard or acre basis, except as noted b , the i ii 1 easurement will be made along the actual surface of the i m and of h rizontally, and transverse measurements shall conform to the imensions s on the plans or as directed by the Engineer/City Engineer. 5) In determining the area for all seeding and mulch cover 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 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 ST-48 Standard Street and Drainage Specifications 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 tim f loadi ei hing. • A unique ticket nutpb nay a prep t e ticke The NET weight shout computed manually determined by ba e specified for tru s. and TARE _ will the •`Identi • Identi for as Paul i shall ONurnished Ded i 5% kthe ipute� b . weighing owever, it may be i f� When t 'ght of the material is includin to the i rl plicable requirements g, except that the GROSS ll accompany each load ve that must be printed by wn on each ticket: Une prof ►f the Wa i being delivered, including mix design numbers luVed shall be the short ton of 2000 pounds. Vehicles ,asured byweight shall be weighed empty for each )edaily or from time to time during the day as the rect, to establish the tare weight of each load. The scales capable of weighing the entire loaded vehicle at one time. 'b made for the weight of moisture in aggregates in excess of -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. 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. ST-49 City of Fayetteville 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 the bid item to which, in the opinion of the Engineer, its function is most directly relate ailure to list all items and/or appurtenances does not relieve the Contractor from fu apparatus, devices, labor or materials of whatever nature requ'red for a complete i I ion in accordance with the intent of the Drawings, approved Shop s and t S�c nations. The successful Contractor shall, as soo asT sible e a of the Contract, submit a list itemizing the components of eac p bid i m and r respectests to be used as an aid in the preparation of partial pljr�g . 110.02 Scope of F quantities of contract i and if, upon comple decrease from the prevail, except p Quantities' # W made for the actual &:he plans and specifications ;tities show either an increase or the contract unit prices will still t and Compensation for Altered on herein provided as full payment for bls, and incidentals necessary to the completed and embraced under the Contract; for all loss or or from the action of the elements, or from any it may arise or be encountered during the prosecuti tfie wor, its final acceptance by the City; for all risks of every des t" nne<tem � ' rosecution of the work; for all expenses incurred by, or in co sequ ce of, t ry suspension or discontinuance of the work as herein specified; for fringem atent, 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 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. ST-50 Standard Street and Drainage Specifications 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 ' rease or a decrease of the quantity of work to be performed, the Contractor shall acc t yment in full at the contract unit prices for the actual quantities of work accom d, ept as provided in Subsection 104.02, "Alterations of Plans r Character of Wor o 104.03, "If and Where Directed Items", and no allowance will for I#& profits, organization or overhead expense, or interest. Increased or decreased work in �I�n nge ders a paid i stipulated in such change orders. ` �J Section 111. Roadway Construction Contr 111.01 Desc ' ti Whe �em is I in the proposal, it shall consist of m furnishing tai ales, grad d easurements necessary for the proper execution o the road w ork and th ontract, all according to the plans and specifications. 111.02 Mate iall .�ie Co a all furnish all stakes, templates, straightedges, surveying equ , and oth d ices necessary for establishing, setting, checking, marking, a ming poi s, li s, grades, and layout of the work called for on the plans and in th icationis.� 11 .03 stru tonquirements. (a) City Responsibil[ es. 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. 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 ST-51 City of Fayetteville 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 dra' ge; pipe culverts; box culverts; underdrains; clearing and grubbing limits; guardrail; fen ue tops for subgrade, subbase, and base courses; and any other points, lines, or ele s med necessary for proper control of the work. On projects that include an ACHM overlay d/or As Su ace Treatment, the Contractor shall mark the stationing by setting a ke a least e e 2 eet alon the roadway. These stakes shall be placed on the r slo so t they wil interfere with the construction operations, but w'1 le for d ining locativ^— g the roadway. On projects with widening secti e a gr at i not sho plans, the Contractor shall profile the existing pa t at th a and ed vafent. This profile data shall be furnished to thr i er/City E n r for us tablishment of the finished grade line. This fin' e g de line 41 be rnished ontractor for use in computing and setting all grired tp c t the finis way section. The Contractor shall be responsible J nT*g the i�cont' ti-laays and/or bridges in an acceptable manner. incl ma g min a st ents to the plan grade and/or typical section as n ssary to co c a smoo tran ' 'on from the new work to match the existing roadway. The ContractoJ�etrrors ''de s c �ualified personnel to complete the work accurately. The supervisioContracto seying and personnel shall be the responsibility of the Contractor, re Iting rom the operations of such personnel shall be adjusted or correc he Corltno cost to the City. �, i Co actor sh m ' in adequate survey notes as the work progresses and make them ava to the En a ity 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 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, ST-52 Standard Street and Drainage Specifications 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 ma a in proportion to the amount of work accomplished on this item. No additional pay n will be made for re - staking needed to maintain the control. Payment will be made under: I?'W* 0 Pay Item ay U Roadway Construction Control •` LS Section 112. TrenQhnd Excav n Safetems 112.01 Descry �Ke his ' co is trench �ation safety systems required for constructss tha state x ations on the project. All work under this item s e m acco nce ith the c nt edition of the "Occupational Safety and Health Admi 'stration S for Exc ation nd Trenches Safety System, 29 CFR 1926, Subpart P", a copy o �ay be*pu ch d from the Superintendent of Documents, U.S. Government PrinWW ice, D.C. 20402. This document is hereby incorporated i cificat� 112.02 No c Ions Re u ed. The Contractor, prior to beginning any excavation, shall noti th Departin o bor (Safety Division) that work is commencing on a project wi exc ons g ri feet. The tractor sha ify 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. 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 ST-53 City of Fayetteville 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. 112.06 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: �0 Pay Item a Unit Trench and Excavation Safety S A LS O CJ . 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 b ned as follows: Clearing shall consist of: cutting, removing, and disposing oiees, ags, stumps, shrubs, brush, limbs, and other vegetative growl tearing sha als tuotude the preservation of trees, shrubs, and vegetative growth, whichymt desig to r removal. Grubbing shall consist of the remov disposal o 0 or root r below the ground surface remaining after clearin all incl stu ps, trun , or root systems greater than 2 inches in diamete to epth ofi below the a ground surface. Demolition shall consis . e oval a �al of x' t races, drainage structures, abandoned pipelines o i ties, pav' g, s and hich are not designated to remain. The wor a so includ emolishing a /o moving from the site building structures or po reoif h' e ore a described in the plans and Special Provisions a it all a ces, ' i anopies, porches, and awnings. 201.03 Co truction men All face objects, trees, stumps, roots, and other protruding obstructio s nated �fo r oval shall be cleared and grubbed, including required mowing. rbed stumps and nonperishable solid objects located more than two a subg lope of embankments may remain in place. When authorized, s d nonpe is solid objects that are located more than 1 foot below the ground e y remai i hey are located outside the construction limits of excavation and embt areas Tr s an other v etati o be preserved shall be carefully protected from abuse, marring, or da ge during ca ction 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. Before cutting, removing, or trimming any tree within the City of Fayetteville, the owner and supervisory personnel of each business performing commercial tree work shall obtain a city issued commercial tree pruner/service certificate. Parking and servicing equipment under branches of trees designated to remain is not allowed. ST-55 City of Fayetteville 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 I foot below natural ground surface. Materials designated as City salvaged material shall be dismantled without 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 En ' eer. Moveable buildings to be demolished my be removed from rig f way intact if the contractor so elects. V Concrete designated for use as rip rap shal a roken i p ces not to exceed 150 pounds and stockpiled at designated locations ro tl 1 e specified on the project. P g P P Y P P P Ject. Ballast, gravel, bituminous mat ther sur 'ng pavem ials designated for salvage shall be stockpiled a i ted los 'thout cont i ing the material with dirt or foreign materials. oncret , sidewa gutters, and similar structures to be left in 11 be sa o straigh t vertical line or removed to an existing joint ass the plan r as rected b n ineer/City Engineer. In embankment vities Iti rom r obstructions shall be backfilled and compacted le mated r Sub ti .03. Disposal of terial an . shall b one der applicable Federal, State, County, and City laws, ordinance ulatioos. a able material if burned shall be under constant care of a watch the vegetation, adjacent property, and anything designated to rof jeop e Materials a de is ma posed of by burial at locations acceptable to the City within the o' t s, if at♦1 ches of cover material is provided and the area is graded, sh e , seed cc g o these specifications or otherwise restored to present a pl in ppearan Sa 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 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 ST-56 Standard Street and Drainage Specifications is not covered under another item. For purposes of this section, roadway shall be defined as all locations within 1 foot of the back of curbs and gutters that define the edges of public streets. 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 r adways to a depth of 1 foot below existing grade in the ditches. This shall also includes ip ing and excavation of existing material as required up to a depth of one (1) f bel existing grade in embankment areas. (b) Rock Excavation. Rock Excavation in des rem o a disposal of rock material that by actual demonstration cannot be ex vate with r Model No. 215D LC track - mounted hydraulic excavator a t1i th tw rippe r simila Vvroved equipment. Rock excavation also includes b ne-half is y d or rn me. (c) Undercut Excavation. rcut e cludes r �i disposal of material not suitable for use as ent mat at is be thoposed subgrade elevation and that is more than (I') bel ex ng grou i the roadway. Embankment w' sifie ne he fo v r� (a) Select ent. lect bankm ncludes all material placed within the limits of the prop ed roadw in 24 hes the top of subgrade elevation. Select Embankment mated elude %ovjv on -site or approved off -site material meeting the requirements o 1 202. kXW. (b) Emban mban en udes material other than select embankment that is placed with h mits f n ruction to achieve planned grades. 20 IOlaterials (a) ral. Sam 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. ST-57 City of Fayetteville 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. 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 li it and plasticity index may be used if chemically modified by the use of lime, fly s or cement. The type and amount of treatment shall be determined by a materiftstiptab approved by the City. The chemically modified soil must meet all requir en of Section 2 above. 202.03 Construction Requirements. ' 1 t1O (a) General. Excavations an ents surfaces. No excavation mater. be wasi Engineer. Excavation material outside the st embankment operation shall be completed. o. and 5nished tooth and uniform Perm the Engineer/City be c du d without disturbing avation, grading, and nd soil removal in that area �al, I psoil, rock and boulders, shall be thee ity Engineer. All approved surplus ,n aments and flatten slopes within the Right- d with a minimum of one (1) foot of n 'tide filling of all ditches and grading to restore the mg a pleasing appearance by forming natural, rounded pavements and base courses shall be performed under (b oc Excavat n. 7aterial classified as rock shall be excavated to a minimum depth of 6 inc es and a maxiMWK death of 12 inches below nronosed 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 ST-58 Standard Street and Drainage Specifications determined to be acceptable, the presplitting may continue throughout the geological formation using those methods and procedures. If the presplitting is determined to be 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 i Engineer, unsuitable material encountered at the proposed subgrade elevation sh a oved to the depth specified or directed by the Engineer/City Engineer and ba i and compacted with approved off -site material, in accordance is sect" yI ordance with subsection 205, Stone Backfill as indicated or directe Excav o ations shall be conducted so necessary measurements can be take befo a repla n u stable material with approved Backfill. No payment will be made for it if: The contractor does n the En ee City E epotential areas requiring undercut before exca ese area An area that w sl s be es u to i f h contractor. T y t a to actions o the cont acto . These causes incltli�b a not Isms ondi o and construction traffic. The Contract r does nothe En per/Cky Engineer sufficient time to measure the undercut excavation efore pla g ckfill material. In addition, n will a to remove and replace any embankment material placed on un�ak oil that jubs ntly requires removal and replacement. (d) Em n nt Cows c Embankment construction includes the preparation of the ar wh mba aced, placement and compaction of approved embankment m rial for repl em t of unsuitable material, and placement and compaction of emba ent mater� ' 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, wi(g alls, piers, or culvert headwalls, compaction shall be accomplished without overtu o placing excessive pressure against the structure. The fill ad' cent to the end bentve i ge shall not be placed higher than the bottom of the backwa the s tis in place. When embankment is placed on both sides o a conc wa or box -type structure, the embankment shall be brought up q on oth sid t structure Embankment that is adjacent to structures or inacce t n rmal mpac equipm II be placed in 4" loose lifts and compacted wi anicat a ent to 950 ximum density as determined by AASHTO T99 ` Roadway embankment placed izontal to exceed 8 inches (loose efore the next lift is placed. sickness prior to compaction. As be continuous to assure uniform s necessary to obtain the required -outed uniformly over the entire k too large to be placed in 8-inch : average rock dimension not to y distribution of spalls and finer on the previously completed lift bankment being constructed and ve an elevation 2 feet below the 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 En a /City Engineer after excavation and before backfilling. The quantity of Undercut a I will be measured as In Place quantities. Measurement for undercut will begin at a elevation or one (1) foot below existing ground, whichever is 1 (b) Rock Excavation will be measure by t cubic a �j ck in lace actually removed p Y according to the specifications, any associated backfilling will b ca (c) Unclassified Ex final quantity for p In such case, the associated with the (d) EmbanrnNconider seddesignaren any work associated 202.05 Basi provided aboj ,nts taken the rock moved and before -ula ck cavatio ies. Itrthe nla ill he considered the .ss cha fa( original design are made. greed rior to beginning any work elect Eent gn tieasured and the plan quantity will be cant for rposes oal payment, unless changes to the original ic a the revi qua ity shall be agreed upon prior to beginning !NAAhange+ ent. ilsof earthwork completed, accepted and measured as paid fc� at ontract Price bid as follows: uantity Ic (a) Und c cavatien ail, paid for at the Contract Price bid per cubic yard (CY) for U ercu Bac ice shall be full compensation for excavation, disposal, fu shi haulin pla ng, and compacting approved off -site material according to the plans d specificat 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 l foot below existing ground in roadway areas; and any other embankment, gradin o other miscellaneous earthwork items not included in other items of work. The pi an will be considered the final quantity for purposes of final p ment, unless chang t t e original design are made. Pay Item a Un O Undercut and Backfill •` CY Rock Excavation Unclassified Excavation an Quant' Select Embankment C (Plan i Embankment � (Plana 'ty) Section b9 r de ara 203.01 Des ription. hi ork con of preparing the subgrade for placement of the base course, curb a , and I It nurses. The intent of this specification is to provide a stable sr consi roved material compacted as specified. 203.02 MaMateriali not ecified. its. Material at subgrade will receive one or a as directed by the Engineer/City Engineer: (a) L7nsuitable matelW 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. (c) 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. subgrade area including areas up to V behind proposed back roadway pavement where curb is not spe0ftO4,.2Measurerjj&nt areas that receive scarification and recomp•0 io of exi in where fill material is required to achieve 6bgrad e v considered the final quantity fo t of final pay , design are made. In such case, ed quanha be a any work associated with the�i • (e) Fill material req Section 202.4. 203.05 Basis provided alb (a) Undercutv-xcz include final coml finish grading will 5as ,erent will include all or to the edge of the clude areas of undercut, eptable material, and areas The plan quantity will be Iss ges to the original lj prior to beginning measured as specified in Wipleted, accepted and measured as as follows: as Acted in Section 202.5a. This price shall not dii to subgrade elevation. Final compaction and iterr "Subgrade Preparation." 9V for at the Contract Price per square yard (SY) for shall be full compensation for scarification (if required), subgrade areas. 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. 204.02 Materials. ST-63 City of Fayetteville (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 uprice bid for Topsoil Furnished and Placed. At the request of the City, the Contract all furnish copies of agreements with the property owners. Q Topsoil shall be good quality, fertile, fri loam, clay loam, or sandy clay loam and organic material. River sand will not b� from subsoil, slag, weeds, grassutNVOIT In no case shall and other veaet, Wst of loamy sand, sandy soil that contains adequate Al shall be reasonably free areas, or bpsoil shall be obtained only from greater than 4". Topsoil shall not Topsoil shall not be stripped, an 12" from the original ground level. Brush orated with the soil during handling operations and herbaceous growth, such as grass and weeds, fly broken up and intermixed with the soil during (a) Curb Backfill OOOGrading. 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 I vertical foot in 3 horizontal feet unless otherwise noted in the plans or directed by the Engineer. (b) Topsoil Placement. After the areas to receive topsoil have been prepared to the satisfaction of the Engineer/City Engineer, topsoil placement may begin. ST-64 Standard Street and Drainage Specifications 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 i 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 gra ' of s between the back of curb and the construction limits will not be measured an sidered subsidiary to excavation and embankment items. (b) Topsoil. Topsoil furnished and phted Il be r the square yard based on the location. Measurement will b the permane t treet rig way or permanent easement or to the toe or top o as show n t plans. utside these limits disturbed by the Contractor r e n accorllh these S i i tions at no cost to the City. ` 204.05 Basis of P e Quan't�ies pletedd, and measured as provided above will be paid a he Contra lice bid as fo I s: (a) Topsoq compensati, and equipm Pay item 4" Topsoil 1 4" Topsoil 1 C SiCtion~ i for at SkQprice r are yard (SY). Said price shall be full g, placing, grading, and all other labor, tools, t ordance with the specifications. 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. 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" ST-65 City of Fayetteville (I 50mm) 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 1 1/2" (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 c sgry measurements can be taken before replacing unsuitable mater1jNq��h approv9QaSk . (b) Stone Backfill. The area shall be clicavAed and a %piBackfrll shall be placed within the limits shown on the Plans or tg1R1&weted by the n i er/City Eer. The excavated materials shall be disposed Teontract 'n co pliance ese Specifications. The stone may be dumped int as und& wr out regard d h of layer. The stone shall be spread, shaped, an o rdate and gra ed in the field by the Engineer to provide a fr n unyieldin u ation f s rade and/or subbase course and/or base course. c A re ate a nurse l () gg g e C s gregate Base Course Cap shall be compacted h uirement secti 4 , gregate Base Course". 205.04 Me od of M ent. • (a) Undercut and Back f measured by the ton of material placed and consolidated m cted a to the specifications and as directed by the Engineer/Ci eer. as ents of the excavated area will be taken by the Engineer/Ci pneer a wcavation and before backfilling. The quantity of Undercut and Bacl i I be in In Place quantities. Measurement for undercut will begin at ft su rade ation n o t below existing ground, whichever is lower. (b) regate Base rse 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 backfrll authorized by the Engineer/City Engineer that is in excess of the volume occupied by the Stone Backfill will be measured and paid for under the appropriate subsections of these Specifications for the appropriate classifications of material. ST-66 Standard Street and Drainage Specifications (b) No payment will be made for this item if: The contractor does not notify the Engineer/City Lngineer 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 repla mbankment material placed on unsuitable soil that subsequentl ires remov an cement. Pay Item a Un' Undercut and Stone Backfill •` Ton • � G O � Cj . 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 ARDOT Specifications. All reinforced concrete pipe shall be Class III unless otherwise shown on the Plans or directed i Specifications. Sizes and gauges of corrugated metal pipe shall be as shown on the pl 301.03 Construction Requirements. (a) General. Unsuitable material e!xcalated or sto �lacement shall be disposed of under Subsection 202.03(a). Ssit rplus ex v e materia 11 be used in the construction of embankments.a le exca d m rial bel a esigned bottom of pipe elevation shall be replaced n mpactzd in pproved to Rock, hardpan, and other unyielding material s cava e e desig r a depth of 6 inches minimum and 8 inches um. depth x v shall be backfilled with approved bedding in renches al excavat inimum width that allows for proper jointing of a and co tion of backfi m t rial under and around the pipe. The completed ttom I e for its and width. (b) Beddin rm s r pip shall be ed with a minimum of 4 inches of approved granular mat ial. Bedi I be p1a d to a required depth and shaped to conform to the bottom configurat" a pipe.*` (c) Laying Pi dWaceme Tgin at the downstream end. Pipe shall be in contact with the chap ng thro ho full length. Bell or groove ends of concrete pipe and outside circ ntial lapSpflexible pipe shall be placed facing upstream. Flexible pipe shall be a ith lo�+g I laps or seams at the sides. Pa d o artially ned p`e shall be laid so the longitudinal centerline of the paved segment coin s with the f%tmffine. 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 circ mV nce when seated on the spigot or tongue end of the pipe. When bitumen/butyl plastic gasket is s shall be used. The protective wrapping gasket shall be pressed firmly to the v around the entire circumferenc% removed and the pipe forced int For either type of gasket the pipe shall be accomp each joint of thAr 1 warmed in a homaterial pliable (e) Ba to the aggregate base compacted to 9 T180 or ASTN as an a be defi Al othe was sha b to a 6" at or ar l to 90° o of the maxi limits shown on the plans no cost to the City. dlk, the following procedure one side of the gasket. The joint, end to end continuing rote %wrapping shall be l'At, the final joining of proved mechanical means, led, the joint material shall be the extent required to keep the filledVth bedding material in 4 inch compacted lifts ways or driveways will then be backfilled with qu ments of Section 401 placed in 4 inch lifts ar optimum moisture as determined by AASHTO in accordance with these specifications may be used terial. For the purpose of this section, roadway shall filled with material free from lumps or clods placed in layers not imum moisture content and compacted with mechanical equipment density, as determined by AASHTO T 99 or ASTM D698, to the . Pipe damaged during construction operations shall be replaced at 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 trenc ackfill for the work, or segment of work, which required the excavation and/or cut. 301.04 Method of Measurement. Storm drainage pipe of t and size specified will be measured by the linear foot (LF) mea arallel e,l me of the pipe. Where inlets, junction boxes, or other structures include la of pipe, that length of pipe extending to and flush with the inside f the tructur w 11 be included for measurement but no other portion of the struc r e or wi th will so includ&�henever possible, the lengths shown on the p be a ' d y the t /City Engineer to accommodate the pipe leng ble fr plier th early match the plan lengths. Flared end section o ipe c e be m`p *6 unit and will include the curtain wall, complelj dp ce. L led above .e of pipe , hauling, )nnection tired, and type and imishing, concrete in place; for excavation and backfilling, including compacted backfill, and for all other labor, tools, and equipment necessary to complete the work. Payment will be made under: ST-70 Standard Street and Drainage Specifications Pay Item Pay Unit (Pipe Type and Material) Under Pavement LF (Pipe Type and Material) LF (FES Type and Material) EA Section 302. Drop Inlets and Junction Boxes 302.01 Description. This item shall consist of the const n op boxes, and drop inlet extensions with rings and covers or grates es. 302.02 Materials. I;il** #* O (a) All concrete for this section orm to th r rements lass provided in Section 601. (b) Reinforcing steel shall o the i is of Se inlets, junction 1 Concrete as (c) Steel for welded ste tes and f am all con f a requirements of ASTM A 36. (d) iron c4iLinTf r gs anc s, gr mes, and other appurtenances shall bearing shall be 1 weight shown on shall include thiu , ss 30A. Bearing surfaces between rings and t or achined with such precision that uniform � meter area of contact. Castings shall be of the ht of ring and lid shall be 275 pounds. The lid lie logo according to the Standard Details. (e) Precast ncll�te units of tV type, size, and designation shown on the plans may not be used un 'tten par s s given by the City. Precast units shall be subject to the req# r m of A Units so manufactured must be certified by a professional en ' eer egistere in th ate of Arkansas that they have been designed and manufactured acco g to AAS l99 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 ' approved manner to avoid damage. Faces of drop inlets and drop inlet extensi hall be pla a of the curb in order to preserve the proper alignment. � n Precast concrete drop inlets or j City. inlet and extension tops ai Precast reinforced cone joints conforming to the Metal rings or adjustments wi walls orsO placed arou Welded steel- grates accordance with the by permission of the ptions. carefully set with levations so that no subsequent tar bed with firm bearing on the nt will occur when concrete is '/4" fillet welds, and painted in II Noc inlets and junction boxes shall be with approved wmg paragraphs. Backfilling of inlets and junction boxes ncrete cylinder tests demonstrate that concrete has reached a fill material shall be placed in layers not to exceed 4" in to 95% of maximum density as measured by AASHTO T 99 70 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 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, egnent, and incidentals necessary to complete the work. Payment will be made under: 00 V Pay Item Pa , (Size) Drop Inlets (Type) • (Size) Junction Boxes (Type) (Size) Drop Inlet Extension A • Section 303. rete B 'ulverts 303.01 D i his sists c s ting reinforced concrete box culverts, in accordan a de s sho on the ns, and to the lines, grades, and dimensions shown on th lans. Th' also inc es a ciated wingwalls and aprons at the ends of the box culvert. ' • 303.02 Mater' Concrete r 'ni orced concrete box culverts shall be Class i in accordance tion 60k un specified otherwise. Reinforcing steel shall be in accordanc t Sectio Precast concrete box culverts shall be subject to the requ'&j nt AAS -98 and AASHTO M 273-00. Units so manufactured must be esig nd c e ofessional engineer registered in the State of Arkansas that th ec t culvert h e been designed and manufactured according to AASHTO M 259- 988 and/or AASH 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. ST-73 City of Fayetteville Backfill material placed within the roadway limits (defined as centerline of roadway to 1' behind the back of curb) or under driveways and parking lots shall be ARDOT Class 7 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 o ther material that may be approved by the Engineer/City Engineer. Backfill in these are s 11 be placed in layers not to exceed 8" loose depth and shall be compacted to of ximum density as determined by AASHTO T 99 or ASTM D698. No backfill shall be placed against box cull walls o o bo culvert tops until the concrete has cured for 14 days and until test c 'nder show at h mimum s ecified strength has been obtained. • Backfill shall be placed and d on boe f the bo c v imultaneously. 303.04 Method of M ent. r ent wi b e of the following methods as detailed below. T d to be d be state a id form. (a) Lump Sum No ur nt wi b or this item. Payment will be on a lump sum (� (b) Unit Pri Method. o to box vert ill be measured by the linear foot (LF) of box culvert construc asuremen w be taken at the centerline of the box culvert. Wingwalls, headwpi other u ces will not be measured under this item but will be considered ate lum M. 303.05 Ba Pay e • (a um M d. t using this method will be on a lump sum basis. The lump su pri shall clu all labor, materials, equipment, and incidentals necessary to comp ely constru ch 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. ST-74 Standard Street and Drainage Specifications Payment will be made under: Pay Item Pay Unit (Size) Cast -in -Place Concrete Box Culvert LS or LF (Size) Precast Concrete Box Culvert LS or LF Wingwalls & Appurtenances LS Section 304. Vacant I Section 305. Open Channel 305.01 Description. This sists o nst tion of annels, including earthen and concrete channels. + 305.02 Channel Exc Chann I be ex v ee lines and grades shown on the plans. All co grades d s s shall ± 0.1 feet of the plan grade. Ponding or standin a r in the co�,�i cted channe 1 be allowed. w 305.03E ei1� of topsoil m the surfaces rifif diameter shall be i as specified on the Erosion i specificati e cl aAels shall receive a 4" minimum layer 4. Topsoil shall be firmly compacted, then s d. All rocks and clods larger than 1 inch in sodding operations begin. Seeding or sodding I according to the requirements of Section 505. ..Wd, shall be placed according to manufacturer's the type specified unless an alternate type is approved in c)r shall submit a sample of the alternate fabric type along roval is granted. Paving. (a) Materials. Concrete for ditch paving shall be Class 1 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 ST-75 City of Fayetteville 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. 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 ich it shall be finished with a wood float to a smooth and even surface. Edges s 11 V unded with a '/4" edger. 0. Transverse joints intervals not great continue across th weepholes shall be spac be constructed in both c above the channel flo3 '/4" wide shall b or sa er than 15' measu longitu e bottom and�up th slope w eate�cular to the flow line at ong the flow line. Joints shall Sly)"continuous joint. 3" diameter channel. a weepholes shall Vf6 inch de7m,aximum of 1 foot be re a channel wall is less in Section 601. removed, the spaces on each side material and compacted with ced in conjunction with backfill c'N'r`of ditch paving terminates at a drop inlet or other a '/2" wide shall be left between the end of the paving We shall be filled with joint filler conforming to the M 213. Expansion joints shall also be placed between directed by the Engineer/City Engineer. opes. Slope paving shall begin at the toe of the slope and be 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. ST-76 Standard Street and Drainage Specifications (b) Concrete channels will be measured by the square yard (SY) of concrete placed. (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 corn ensation for placement and finishing of concrete as specified, placement of erosion control ontro a is per manufacturer's specifications, and all other labor, equipment, and materia ec for a complete installation of each item as detailed on the tans. Excavation will be paid on a CY basis. a plan ti will be considered the final quantity for purposes of final paym t, u ss ch g e original design are made. Payment for excavation shall in t? ation nd re 1 of matbs required, grading to proposed elevations, and all ems of re uired to proposed channel areas for concrete or topsoil u d. To e ing, and o i s specified or shown on the plans will be paid fo n other ' ork. Payment will be ma Pay Item P Channel Ex � (Plan Quantity) Concrete Ch net Pavin S Erosion Control Fabr' ♦` Y Section Filter Blanket and Riprap 306.01 cript•m consists of a protective layer of riprap, including filter blanket. r 1 " 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 (pad uniformly on the previously prepared and approved surface to the thickness and atic own on the plans. Placement of the material by methods that will cause segreg cause damage to the surface will not be permitted. Compactio filter blan W�w be required, but it shall be finished to present a reasonably even sur a Tree fro o ds or windrows. d n When fabric is used in surface. Fabric sectio fabric sections shall be overlapped strip with t similar fasteners. The in place. Fasteners approximately 4' al displacement ofofe Fabric shal and buried No construction (e) Dumped manner as 0 placedOle ly on the prepared ontal slope. Adjacent ' 2' th dges and pinning the metal disc heads, or shall hold the fabric firmly 'erlapped fabric at intervals of installed as necessary to prevent be turned down directly on the fabric. rV concrete for dumped riprap shall be placed in such a ly well graded mass of rock with the minimum practicable :onstructed to the lines and grades shown on the plans or as dir fte ofhe E eitg ingineer. Unless otherwise specified, the minimum rip -rap deAL s I be 18 i hes. aterial shall be placed in such a manner as to avoid displacing the under ymg material. a 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 Rip Rap Pay Unit SY Section 307. Flowable Select Wal A 307.01 Description. This flowable mixture of portland abutments, pipe culverts, box approved by the Engineer/r� with the lines, grades, Engineer. w 0 (a) Mix Design. proportioned to r absolute volun & �O „consist of th ishing, mg, and placing a fly ash and, and aa ,Wbackfilling bridge strut u 1 to pipe es, or other uses as e rial shalin close conformity ai sho tans or established by the ect material shall conform to the cement, fly ash, and chemical by the Contractor. The mixture will be segregation. Material for one cubic yard, 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 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 sjall provide sufficient supervision, labor, equipment, tools, and materials to assure propeorlduction, delivery, and placement. When deemed necessary by the Engineer/City e e flowable select material shall be contained within the d signated area by m I r wood forms that are sufficiently tight as to keep the loss of mat a mini of other means as approved by the Engineer/City Engineer. The flowae select a shall be discharged from the mixer and conveyed into the spaje o e fi 'Wed acc V7"Section 0l. The fill material shall be brought up uniformly die i line ownthe plan s directed by the Engineer/City Engineer. Placin er mjter' ver flowabl aterial may begin after the flowable select m s ta-k al set, i d does not displace under equipment. 307.04 Method o remen;Flo able Sel terial will be measured by the cubic yard. The es sh w ded in t sal will be considered the final quantities and fu meas "` n ill b ss, in the opinion of the Engineer or upon evide hed the tractor, an all variations exist between the planned quantities a actual qu s due to ang in alignment or dimensions or to apparent errors. 307.05 Basis o went. o depleted, accepted, and measured as provided above will be paid fa contract t ice bid per cubic yard for Flowable Select Material, which pric full co ensa ion for designing the mix; for furnishing, mixing, and placing terial; ♦a all labor, equipment, tools, and incidentals necessary to con O*t ork.. *4� Pa~will be mi er: Pay Item Pay Unit Flowable Select Material CY ST-80 Standard Street and Drainage Specifications DIVISION 400. BASE AND PAVING Section 401. Aggregate Base Course 401.01 Description. I leis work consists of preparing an aggregate base course on a hrel)ared iC)undaUlln. 401.02 Materials. Materials for aggregate base course shall me a requirements of the ARDOT Standard Specifications (2014) Section 303 for Class 7 401.03 Construction Requirement he base course I shall be placed on a completed and approved subgrade or exi ase th 'been bladed to substantially conform to the grade and cross section how on the ♦ �& A The subgrade shall be prepared or deficiency of moisture at the comply, where applicable, Contract that provide foc reconstruction of the ab 11 frozen subgrade or e. /oV The aggre e I be lace sub Boner base course material and spread uniformly t th a mes at wheno paated it will have the thickness, width, and cross section hown on t . Unle 6pthei%ise specified or directed, base material shall extend full depth to 1' the plZnnk of curb line. If the specifie kVd dept o >,ase course exceeds 8" the base shall be constructed in two or mor of approxim equal thickness. The mat 11 be $pi%# same day that it is hauled. Spreading shall be performed in su m that of coarse and fine particles nor nests or hard areas caused by um g the a regan the subgrade will exist. Care shall be taken to prevent mixing of s ade or un ied material with the base course material in the blading and spreading operation. ed in tion JW and s urse matt '025 ther itenog ;h~kee from an excess Tof subgrade shall also be contained in the Fn�g the subgrade or the al shall not be placed on a 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 D 1557. 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 on ti until accepted. 401.04 Method of Measurement. Aggregate base cours i measured in square yards of material in place per the plans. ement w' 'nc reas up to 1' behind the backs of curbs if required on the plans. A egate base ou placed beyond 1' behind the back of curbs will not be measured. 401.05 Basis of Payment. omplete nd cepted sured as provided above will be paid for at th nt ct unit i per squa y for Aggregate Base Course, which price shall comp r prepari grade; for furnishing material; for spreading; g, wateri m ipulati nd pacting; and for all labor, equipment, tools, an tals neceKry complet o Pay Item O P (Depth) Ag se C se G . Section 40 riMe an oats 402.01 De ri ion. h' rk consists of preparing and treating an existing surface with asphalt � ified p*tr u roducts and, if required, blotter material. 4 02 aterials. (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°F, or when weather conditions would prevent the proper construction of the prime or tack coat. (b) Equipment. The contractor shall provide equipment mg the asphalt and uniformly applying the asphalt and blot aterial. d* for shall be capable of uniformly distributing prime and tack coatkff a en tem ra es on variable surface widths at readily determined and controlle rate from .0 gallons per square yard. Distributor equipment shall in cl meters press ages, vo measuring devices or a calibrated tank, and a therm or meas to perature contents. (c) Preparation of section, free from uniformly compact( and other debris ar surface. Y" (d) Applied continuous s ead shall be treated in junctions of spree squeegeed fro shall be plac start on t 1 f WmAe required grade and r other irregularities and shall be free of dirt, gravel, to produce a clean and dry FTalt shall b plied by a pressure distributor in a uniform, is MAU ne , not more than % the width of the section 1. ak s1�11 be taken so the application of asphalt at the s he specified amount. Excess asphalt shall be eas or deficiencies shall be corrected. Building paper h revious applications, and the joining application shall ing paper used shall be removed and satisfactorily disposed W tr fic is ma tain , one-way traffic shall be permitted on the untreated portion of the roadbe . After the a alt 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 shall 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 1 part EPR-1 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 r ed I be measured and paid for per square yard of material placed at the required ap rate. Tack coat will not be measured and will be subsidiary to items. Blaaerin ial will not be measured but will be subsidiary to other items. Pay Item •` Pa Uni Prime Coat SY Section 403. t Concl�e Hot Mix 403.01 D ri is it Qsts o iss and placing asphalt concrete hot mix of the typed c n a pare oundatio� N No N 403.02 Materials, D and (Qu ontrol of Superpave Mixes (a) Materials. ri for A ltCrete Binder Course shall meet the requirements of Section 406 0 DOT Stan pecifications Edition of 2014. Materials for Asphalt Concrete S ac ourse shal eet the requirements of Section 407 of the ARDOT Standard Specific dition e , odified as follows: Al surf e course se as wearing courses shall fully comply with Section 409 of the A Standard 'cations 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 ARDOT 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 ARDOT Standard Specifications Edition of 2014. Marshall mixes may be allowed in certain instances. See Section 6.4.4, Asphalt Concrete Hot Mix, of the City of Fayetteville Minimum Street Standards for requirements. (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 ST-84 Standard Street and Drainage Specifications of the ARDOT Standard Specifications Edition of 2003, 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. 403.03 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 bring the work into compliance. (b) Pre -Placement Conference. Unless waived by the ENIMN Fprior to the start of paving operations the Contractor shall c a Pre-P m onference involving the Contractor's personnel and the Engineer a ity's e n The Contractor's proposed plant, delivery, laydown, compaction and quipm nt a discussed and, if deemed necessary by the City, all the e . spect d. h epted m igns and materials to be used shall be discussed. osed mi an compac ' eratures, sampling and testing plan, haul rou 1 g patt n other p e nformation shall be discussed. The Pre-Placem feren tems discu a documented by the Contractor and furnishEnginee it n ten c�r a� ys after the Pre -Placement Conference. (c) Preparatio o ture. a gregat filler, and asphalt binder shall be measured and ccu a ixed per proportions according to the mix design. Th gr g tes sh be thorougily c ed and the mixture shall not show an excess or deficienc of asphal i injuryt7kda age due to burning or overheating, or an improper combinati regates! Ia ntinuous production of ACHM shall be within plus or minus 25' ) of temperature shown on the approved mix design. Momentary to rr re spikes s b kept to a minimum. (d) Prep n bf Bas 'sting Surface. Newly constructed base courses or subgrade sha ep ed as sets i e specification item covering such items. Pri t lacing hal base, binder, or surface courses, all required corrections of the existing pavement o se, 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. ST-85 City of Fayetteville 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 m' in plant to the work in vehicles with clean tight beds. When the mixture is being hauled more t miles o hey► mixture is being placed between November 1 and April 1, the bed f the vehi s II be covered with canvas or other suitable material to retard loss o heat. The c er h xtend over the sides and ends or the truck bed and shall be se ned. When ixture ig hauled less than 15 miles the cover shall be stor truck ti s to be hen overtaken by sudden rains. • No loads shall be sent n the da t nterfer hading and compacting the mixture during dayli unless *qua artificial g n is provided. maintained to the project to Engineer/City Engineer shall be used in MTV?Ure shall be placed on an approved surface, spread, evation established. The mixture shall be placed only of free moisture, and only when weather conditions are Th mi re frorlLallljypes of plants should be delivered to the paver within the reco ended comftWbn 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 ST-86 Standard Street and Drainage Specifications 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 optim (ling pattern is being established. The established rolling pattern shall be used fo m ng all mix placed unless a change in the job mix formula occurs or unacc results are obtained. Whenever a change in the job mix fa ccurs, o eW compaction method or equipment is changed, or when unaccepta a results r ob ined, a new optimum rolling pattern shall be established. The number, weight, and type , and th tim m rollinooz shall be such that the specified density and sur irement sistentl affair while the mixture is in a workable condition. a prov ers and t pattern will be based upon satisfactory perfo nd the ab compa re to the specified density and surface require Hers t�`q�prod a excess � ing of aggregate particles will not be permitted. `` When usi 1 h ro lers,'Zl��ontra r haWexercise due caution to prevent any detenoratioVisuch e ateri ause by ces rolling or vibration. Vibratory rollers shall be operated a nn at ove of a jacent passes shall be held to a minimum. Vibration shall not b cours t n 1 '/2" thick. Rolling shall st i udinally a ow edge and proceed toward the higher portion of the mat. Ze henr hn echelo or tting the previously placed lane, the longitudinal joint shall r fi t folio the regular rolling procedure. Alternate passes of the roller sha rm ated at It r any preceding stop. Rolling on superelevated curves shall pr ress m the w sRollers shall not be stopped perpendicular to the centerline of the ed 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. ST-87 City of Fayetteville (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: �O Paving Course Thickness in. Air Min. Road Surface (Inches) Terna Temperature • e ree rees F. Surface A I I 4 Subsurface I Lesswh3 • 5 Subsurface 1 3 5 403.04 Accepta o Pavem d Adjust n Payment. (a) Super ' es Accept asp y t designed using Superpave Methods shall be acc in t Secti 410. 9 of e A OT Standard Specifications Edition of 2003 except as mo 'fied herei� 403.05 Modific nd ions of ARDOT Standard Specifications. Modifications u mentati o RDOT Standard Specifications detailed in this subsection a 14 Edit' n o e Standard Specifications. Sam s or prope ce density, thickness, and the investigation of segregation shall be btai rom f1coks. e lant. The contractor/testing agency shall clearly mark the loa is t of each Wp d 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 ARDOT Test Method #465. Compliance, price reduction, and rejection limits for density will be in accordance with Table 410-1 of the ARDOT Standard Specifications. Calculations of price reductions will be in accordance with 410.09(d)(5) of the ARDOT 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. ST-88 Standard Street and Drainage Specifications 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 ARDOT 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 one -quarter inch (+ 1/4") will not be used in computing the average depth. If the average depth is less a the required depth, it will be corrected by overlaying with additional ACHM s e, s directed by the Engineer/City Engineer. In addition, thickness of individual cores lir not be at �han 1/4" less than the plan depth. The absolute minimum paveme ess for cor shall be s. When pavement design thickness is 3 inches, i um t(tt ss r each co th will be accepted shall be the design thickness. ` single core test fal additional tests three tests . tt the value folliRe[ [I -Y of iWoval fo ror depth is as follows: If a s shown as" bl ejection Limits" in 410-1, two e r ximi (I ree feet). If the average of these limI in a 410-1, then this average shall become ot. If th erage of the three tests is still outside of the run 0-fo t intervals in both directions until results are iti i S. it own as sublot rejection limits as determined by the placed. After replacement, a core shall be taken in the determined. The average of this density test and the two itv for the sublot. Th on ctor sha do a coring and testing for density and depth at no additional cost to the City. -Me City ma uire 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 ARDOT Standard Specifications will not be used under this contract. 403.06 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: ST-89 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 (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 mor 1 /8" over plan depth will be made at the discretion of the Engineer/City Engin surement of these deductions will be by a method deemed appropriate by the Engi r i Engineer. Asphalt concrete hot mix (ACHM) where will be substantiated by surface arealne Deductions for asphalt plaW'd Engineer/City Engineer w Measurement of these d Engineer/City Engineer. by one of the fol said price shall hauling, placing, by the square yard (SY) icrete hot mix in place. Mot directed by the er/City Engineer. Kappropriate by the method of measurements and bNper ton of material placed in plan locations; gns, furnishing material, for heating, mixing, I other labor, equipment, tools, and incidentals t the contract unit price bid per (depth asphalt concrete hot I placed in plan locations; said price shall include furnishing 'a , for heating, mixing, hauling, placing, rolling, finishing, and 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 Asphalt Concrete Hot Mix Ton Binder Course (ACHMBC) Asphalt Concrete Hot Mix Ton Surface Course (ACHMSC) OR ST-90 Pay Item Standard Street and Drainage Specifications Pay Unit (Depth) Asphalt Concrete Hot Mix SY Binder Course (ACHMBC) (Depth) Asphalt Concrete Hot Mix SY Surface Course (ACHMSC) Section 404. Asphalt Concrete Hot Mix Base Cou e 404.01 Description. This item shall consist of a base cour ns ted on an accepted course according to these specifications and in substantial con I ith the lines, grades, and typical cross sections shown on the pl 404.02 Materials. The materials a eq pment I ply with the requirements of Asphalt Concrete Hot Mix a rse ectio 5 of RDOT Standard Specifications). 404.03 Construction R u menuction re r hall comply with the requirements of Asph rte Hot ix ase C tion 405 of the ARDOT Standard Specificati 404.04 Metho o asur t. easurr e by one of the following methods as detailed e method sed w* best in the bid form. Asphalt conAte hot miK;N#burse wi a meNsured by either: (a) the ton ` (b) t yard (S ) of materace and*aed on the Plans and the Bid for Unit Price Contract. A Daltoncrete t m*ase course where indicated to be measured by the ton will be substed by w ickets, 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. ST-91 City of Fayetteville 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 p 6C, phalt concrete hot mix) square yard (SY) of material placed in plan locations; sai all include furnishing mix designs, furnishing material, for heati?nfiais 'ng, ha , grolling, finishing, and for all other labor, equipment, tools, and in nece a o complete the work, as indicated on the Plans and the it Price Con Payment will be made u Pay Item � Pay Unit� Asphalt Co re x O Base Cours OR Pay Item ` Pay Unit (Depth) As crete Ho ix SY Base Co� 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 ARDOT Standard Specifications). ST-92 Standard Street and Drainage 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 cif ns and as directed by the Engineer/City Engineer. V Temporary roadway cut repairs shall be ma in d by th co actor. Temporary roadway cut repairs is removed n sposed oft the Contractor as necessary during installation of t roadw cut airs or way construction. 405.04 Method of Meas A It ete Patc aintenance of Traffic will be measured by the ^mix pla c r cted t eineer/City Engineer. In no case shall measureme to Tempo ry airs for Cut extend beyond the pay limit shown on the et s on the PI Tempora ep i s for Roadway Cut with depths less than two (2)tft Nand al th eater tha ) inches shall not be measured for payment. O V 405.05 Ba of P above will be paid fo Maintenance of Tr heating, mixin I incidentals nos iplel%d and accepted and measured as provided t. e bid per ton for Asphalt Concrete Patching for full compensation for furnishing materials; for pacting; and for all labor, equipment, tools, and No payment will be made for: of Engineer/City Engineer. 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 Asphalt Concrete Patching for Maintenance of Traffic Ton ST-93 City of Fayetteville 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 maLcrial 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 int a sting roadways and shoulders, designated by the Engineer/City Engineer to be r d all be removed to provide fine vertical sides and a firm, s ble, bottom genera p allel with the existing surface. All loose or foreign material remo a hole. A tack coat of emulsified asphalt shall be applied to the si of the s halt Concrete Hot Mix Binder or Surface Course shall be placed�n hole in uni la s, not to ceed 4 inches loose measurement. Compaction, tory t the ineer/Ci gineer, shall be accomplished with a mechanic er or pth roved met a finished surface shall be smooth and level w' rroun ' e. 406.04 Method of Roadway will be mS# 406.05 Basis f �ll�t above, wil for Existing Ro way, whicl roadway; for removal 1 the excavated area; compacting th t to complete theQ ement. It Conc Mix Patching of Existing y the tomix. ent. k omple cepted and measured as provided t the ntract it is id per ton for ACHM Patching of e shall b full mpensation for excavation of the existing d isposal cavated material; for compacting and tacking ishi * ' s; for heating, mixing, hauling, placing, and an o abor, equipment, tools, and incidentals necessary W 4i0 ade ` Asphalt Concrete Ho ix Patching of Existing Roadway Pay Unit ST-94 Ton Standard Street and Drainage Specifications 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 1 Concrete as provided in Section 601. The maximum a owable slump shall be 4 inches. n When an extrusion machine is used, the Contractor may mo dKoncrete mix design, upon approval of the Engineer/City Engi to improve or� while maintaining the requirements for Class 1 Concrete. Material for -Joint filler shall comply ASHTO 2 3 501.03 Construction Requi S. (a) Subgrade. The su all b o the r th below the finished surface, according to th ensions sho the plan all be compacted to a firm, even surface. Whe c s to be pl ed as part of a tre ,the compaction requirements of the street shall a e sub ra^ base cour eath the curb. (b) Placin shing 1) Integ I Curb. fte t e concr vement has been struck off, the curb forms shall be clamped ise tened in lace to the slab form and additional concret p t urb s deposited and thoroughly tamped. The concrete shall b within 30 es after the pavement slab has been finished and care shal a en to sec mo olithic construction. The concrete shall be spaded or v' sufficif, iminate voids and shall be tamped to bring the mortar to the s It awl b finished smooth and even with a wood float and given a ass 6 fi sh a ding to Section 601.16. The edges shall be rounded with an pproved finish 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/z" and shall be filled with joint filler according to ST-95 City of Fayetteville 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 ''/2" 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 accordi to the requirements for Joint Seals as specified in Section 601.1 1, or with a commercially v lable silicone product approved by the City. (d) Surface Tests. Before the concrete is the fin ilFn , the surface of the gutter and the top of the curb shall be true to line nd grade a ximum variation in 10' shall not exceed 3/8". il (e) Curing. When completed, tPete shall ll 11►► (f) Backfilling. After the refilled to the required other organic materi be firmly compacte o 0' T99 or ASTM e 501.04 M Mea along the fac f the cur not be measured sent ml*Te has kon with s l large ro s, 014 of th rial's s iA wve d mi ire as spec'Vind ection 601.15. tly, the the curb shall be is a topsoil, leaves, twigs, or I s materials. This material shall nsity as determined by AASHTO %quipment and neatly graded. Cur% will be measured by the linear foot (LF) Inte ral curb placed with concrete pavement will i luded in the price bid for concrete pavement. Modified curbs ac eway s'1 s will be measured as curb. Curbs placed as part of commercial Nt riveway st ction will also be measured as curb. 501.05 Pay t. Work completed and accepted and measured as provided abo w I b paid font co ract unit price bid per linear foot (LF) for Concrete Curb or C cret b an uttt w is price shall be full compensation for furnishing materials, inc i joint fil ; r forms; for mixing, placing, and finishing concrete; and for excavation and back ng when not included in other items. Pay Item Pay Unit Concrete Curb and Gutter LF 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-96 Standard Street and Drainage Specifications 502.02 Materials. Concrete shall comply with the requirements for Class 1 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 delete ious materials, and the entire subgrade shall be thoroughly compacted with approved me a ical equipment to not less than 90% of the material's maximum density as determine A eTO T99 or ASTM D698. (b) Aggregate Base Course. 401 shall be installed on the al driveway areas and a minimum Modified Proctor Density as de (c) Placing and Finish aggregate base to such 1 required elevation. IloW to prevent honeyco vibrated suffici4Xt finish accoi�e cti" Concrete thickness unless otherwise st the requirements of Section depth of 4 inches outside of to 95% of ,it Arms upon the wetted ;VW ed, the top shall be at the edges along the forms spaded kith a straightedge and tamped or which it shall be given a Class 6 1 with a'/4" radius, including edges driveway areas and 6 inches across driveways cut with a '/4" jointer at intervals not greater than the r as directed. This joint pattern shall be continuous 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 b\ the square \ and (SY). ST-97 City of Fayetteville 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 4" Thick Concrete Sidewalk 6" Thick Concrete Sidewalk Section 503. Driv 503.01 Description. constructing new dr as shown on the P1ako 503.02 M4964AMC requirementrAiggregal e tic Section 403 materials shall be as 503.03 Cons .N&"'n Pay Unit �P SY SY �O CV0 str tiff Reco 46*� 1 work c i of real h con�ete, a phalt, agg" existing driveways or course, or other materials shall be Class 1 according to the Asphal shan%4e Surface Course per the requirements of aourse s eet the requirements of Section 401. All other or as (ft d the Engineer/City Engineer. equir e r (a) Gene ions a ways shall be constructed in the locations, to the lines and gra d • the mat shown on the Plans, or as directed by the Engineer/City E inee onstr ion riveways with greater than 12% slope perpendicular to the street wi a allow ex pt as approved by the Engineer. Driveway widths shall match widths of existing dri ways, 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-98 Standard Street and Drainage Specifications (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 ('/2") 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 Sectionf Ql .11. (d) Concrete Driveways. Concrete driveways shall be Plans or as directed by the Engineer/Ci Engineer. shown on the Plans, but not less than six (6"). concrete shall be as required in Section 60 Contra slabs are no more than 15' in &N+atracti si n. Wl�e monolithically with concrete a join between the apron and the drivins bf (e) Asphalt Driveways. Construction of asphalt Cr of the asphalt drive than 2" of asnhal 4 (f) base material3hall be the Engineer/City EP shall be less than W. 503.04 Me 1!f M concrete ay rem roadmry d to the Jim 7 driveway. Curb for The eVolere shown on the w thickness shall be as p cement, and finishing of shall be constructed so that oiiff'ete driv,S&ays are constructed II be conVbJed at the interface sealed acf4sb o Section 601.11. corlsl roved Surface Mix. %ys shall in requireTh4dka.WSection 403. The thickness ,n shall4re as own on ns, but in no case shall be less o gregate b e. s. existi Rthequirements e s constructed of soil or gravel shall be base mee ' of Section 401. Placement of to the and grades shown on the plans or as directed by a shall be as shown on the plans, but in no case Jo r Nn"ents are as specified in Section 401. s emdM' If specifically included as a pay item, Asphalt or I be measured by the square yard (SY) from the existing h driveway removal. Removal of other driveways will not be Is and all driveways shall be measured by the square yard (SY). of concrete aprons or concrete driveways will be measured as 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. Payment will be made under: Pay Item Pay Unit ST-99 City of Fayetteville Concrete Driveway Aprons SY Concrete Driveway SY Asphalt Driveway SY Aggregate Base Course Driveway SY Asphalt/Concrete Driveway Removal SY Section 504. Headwalls and Retaining Walls 504.01 Description. This item consists of constructing co rCh walls and retaining walls at the locations and to the lines d grades shown o h plans. Modular Block retaining walls, and/or Mechanically Stab arth re gAtructures with facing, when so indicated in the plans or the propo I shall a led in a Special Provision supplemental to these Standard Spec' I tion . 504.02 Materials. Concrete eet the r rements of 01 for Class 1 for headwalls, and Class I for re ails. Reinforcing steel shall requirem Section 504.03 Construc n equire . The sub which the footing is to be placed shall be prcpar vatin he equire thoroughly compacting the existing material. ting ata the el at' n the bottom of the footing is soft and yielding, an a gineer ty Engine r so ects, it shall be removed and replaced with suitable mate at accordi>�ty ction 21& Reinforci plans sha Concrete Weepholes of the size shown on the d according to the requirements of 50W4�lethod d0elsurement. Concrete headwalls and concrete retaining walls will be measured by the c 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. 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 ST-100 Standard Street and Drainage Specifications 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 Concrete Headwalls Concrete Retaining Walls F O Modular Block Retaining Walls ♦` SF a Section 505. Seeding and Sodding , 505.01 Descriptio item sh l c st of fu and applying lime, fertilizer, seed, mulch cover, n ater acco to these S ifi ions at locations shown on the plans or as dire The work u i 'tem 11 be complis as soon as practicable after the grading in an area has bee ompleted to dete osio of the roadway and siltation of streams. 505.02 Material ` (a) Lime. Li be agricul rade ground limestone or equivalent as approved by the City. (b) . Fe rt' ' b a commercial grade, uniform in composition, free flowing, an suit le for a lica with mechanical equipment. It shall be delivered to the site in labe containers rming to current Arkansas fertilizer laws and bearing the name, trademark, and warranty of the producer. (e) 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 1 % 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 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. ST-101 City of Fayetteville 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 0 O ' JUNE 15 — AUGUST 31 ` Turf Fescue Bermuda Grass (common) 11 Bermuda Grass (commlied AUGUST 31 — M 15 G Turf Fescue O Annual Ry 5 At the Contr tor's o tival e may be seeded at a minimum rate of 30 pounds P �3`� Y per acre between th Octo t arch 15. The Contractor shall return between the dates of M rct.A May a ed with the mix specified for the March 15 — June 15 time period ration for r e g shall be in accordance with Section 204. (d) Sod. a I be c of either field grown grass or approved nursery grown grass an 1 o ist of r ted growth of grass substantially free from noxious weeds an and irable gr seS. d type shall be as specified on the plans. When sod is placed to rep aged are t sod shall be of the same type and variety as the existing grass. 0 Bermuda Grass (common) unhulled 0 Annual Rye 50 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. 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 ST-102 Standard Street and Drainage Specifications 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) Tackifiers. Tackifiers used in mulch anchoring shall be ch lity that the mulch cover will be bound together to form a cover mat that will stay ac nder normal climactic conditions. �#* All tackifiers used shall have prior a ova r be li a ol�tKe ARDOT Qualified Products p p Q List (QPL). The type and bra ier to be us all be sed to the City for approval. (g) Water. Water shall irrigat' and fre I rities that would be detrimental to plant gro� 505.03 Construc n equire (a) Seedin A to a see 1 be e the shape and section shown on the plans. A 4' topso if req fired, sha furnished, placed, and prepared as specified in Section 2 Fertilizer shall be at the pounds per acre of 10-20-10, or the equivalent amount of pla d. ertiliz a e uniformly incorporated into the soil alone or in conjunction require li If the Contractor so elects, the fertilizer may be combined t seed i dro-seeding operation. Br ca ing o plished by hand seeders or by approved power equipment. Ei r thod sh res t in uniform distribution and no work shall be performed during high nds. The a eeded 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. 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 ST-103 City of Fayetteville 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 backslo es and foreslopes. The equipment and method used shall produce acceptable results. Other Tackifiers. An approved tackifier shall be app ording to the rates recommended by the manufacturer. Asph er will t b,► ed. cifi The method used shall be at the C In lieu of separate application o 1 the application of mulch and specified rates. ` After application of the by the Engineer/City and then as necessa to When dire b End such that, i tion amount equi lent to a and continuing for a . al for separately but Engineer, addit w e to th orl option n ?**.Aherwise specified or directed. ik the Contract r ay use a ent that combines into 0 oper Jon. n shall be at the �e ap ' in iicient quantity, as directed g moistenWto the depth of pulverization d. 1 � rractor nee gine , t12 shall apply water in an amount h an rainfall, seeded and mulched areas will receive an ii of i" ate ach week beginning the week after seeding of three ) eks. Water applied at this rate will not be paid consicj iary to seeding. If directed by the Engineer/City shall ed to sustain grass growth. v- v Failure to et is re unt will result in a partial withholding and/or recovery of payn o t e seedih Ich cover. Additional work and materials required due to th on is ge e n maintaining completed work or failure to water grass as dir ted all be a omp shed 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. (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. ST-104 Standard Street and Drainage Specifications 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 1" of soil. Sod shall be moist and shall be placed on a moist earth 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 condu urface water over and onto the sod. The sod shall be firmed, watered, and refirmed im di tely after it is placed. The firming shall be accomplished by use of a lawn roller o r tamper, with care being taken to avoid tearing end strips of s d. When sodding is completed, the sodded a s s all b ar of loose sod, excess soil, or other foreign material; a thin applicat n o opsoil a cattered over the sod as a top dressing; and the areas thorou ned. Water I be app s necessary at the direction of the Engineer/City for a p of t least The time required for application of water w `` e inc a com of contract time for completion of the projectidl,d all of r rider the C t s been completed. The Contractor sh am sod d alas from a *me of completion until final acceptance of theNccy by the C'iditional materials required because of the Contractor's ne gn ma in the w accomplished at no cost to the City. 505.04 Me o Mea ement. eed will be measured by the acre of actual area covered. So will be mkCsu Wby the and of actual area covered. Additional watering if so directed will bete01 u d by thaV d f gallons (MG) applied. 505.05 Basis t�a7ment. di completed and accepted and measured as provided above will b r at the ntra nit price bid per acre for Seeding, which price shall be full com 'o for se reparation; for furnishing and applying fertilizer, lime, seed, mul d ackifie r 11 labor, equipment, tools, and incidentals necessary to Payments for seeding��ill be made according to the following schedule: 50 % On the first regularly scheduled estimate after the Seeding and Mulch Cover are completed. 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 ST-105 City of Fayetteville 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 1" 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 Seeding and Mulching Solid Sod Additional Watering Pa re Section 506. Mailb°;�► 506.01 Descriptio item sha con ' of fern' tl�'l�fid erecting mailbox posts and installing existing ai oxes on ew posts. he required, it shall also include furnishing and s ne ilb s. I o include maintenance of existing mailboxes struction re uni t ail service in the construction limits. 506.02 Mat lals. Th a x post s 1 be her metal or coniferous wood. All mailbox posts placed under t t shall4be IlLf t same type. Wood posts shall be 4"x 4" square and shall be press d wit o , pentachlorophenol or chromated copper arsenate. Metal posts shib n diame n all be galvanized. Mailbox s rt ardw a uding shelf, platform and bracket shall be as shown on the plan ti- t plate! s, acers, nuts, bolts, and washers shall be galvanized steel. Ne m boxes, n s cified on the plans or directed by the Engineer/City Engineer, shall camp with the U. tal 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'- 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". ST-106 Standard Street and Drainage Specifications 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 mailbox corresponding to the markings on the original m,kbox. Unless otherwise specified, all existing mailbox supports shall itym W and replaced with new supports. If directed by the Engineer/City Engineer tHqexpsfing mailbox shall be restored under the Contract item Remo Rep'la 013 es. If directed by the Engineer/City Engineer, the existing supp and mas 11 be removed and protected until placement in its planned locat n. his w rk s be paid for under the item Mailbox/Support Relocation. ♦` 506.04 Method of Meas a Mail >S u orts, M ' e , emove and Replace Mailboxes, and Mailbox/S o eloc ' n e measur it. 506.05 Basis of P t. Wor tom eted an d and measured as provided above will be paid a he cont r t price bid or Mailbox Supports of the type specified, for i , or a ve an ailboxes, or for Mailbox/Support Relocation, c ice s all com s n r furnishing all materials: for setting posts; for r vi g and r ching exi ting ilboxes; and for all labor, equipment, tools, and incidenta necessa to plete th ork. Payment will be er: ` Pay Item Pay Unit Mail ox u s (sin gN EA M bo orts EA M o EA Remove and Replac ilboxes EA Mailbox/Support Relocation EA 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. ST-107 City of Fayetteville 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 ARDOT 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 skgLm II requirements of Section 719.02 of the ARDOT Standard Specifications. (c) Pavement Marking Tape. Pavement 1;ing tape s 11 a preformed tape conforming to Section 720.02 of the ARDOT Stan rd S cifica n pe 5. ♦ 507.03 Construction Requir � (a) General Requirement avem a s shall b o clean, dry surfaces. If necessary, the Contr all clean race o t -rent to receive markings before beginning ma iterations. le g of the �nt is considered subsidiary to other items of work d ill not be for separate Pavement i a be plNar he to i s wn on the plans, or as directed by the Engineer/C i er. ings sha ve well defined edges, shall be uniform in thickness, an shall be 7-di and tru No ipe shall be less than the specified width. Any corrections of v in width a ment of the stripes shall not be made abruptly. Markings that ca corre t et these requirements shall be removed at the Contractor's e&Nd will n p i for. Removal o a ings s a b performed in such a manner that no conflicting pavement mar knng i left in moval of the pavement marking by a means that will gouge th urf ill no e i e . (b) ectorized 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. (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 ST-108 Standard Street and Drainage Specifications 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 pav ent markings, blasting with water or sand or a combination thereof will be require t remove any curing compound, oxidized paint or thermoplastic, or dirt to ensure%kd d. This blasting is considered surface preparation and will not be paid for separat Conflicting pavement markings that exist all be re e y blasting with water and/or sand or by grinding. This blasting or g 'ndin is con de ement marking removal. The thickness of all thermoplas ings ab the adway hall be 90 mils (a minimum of 1584 pounds the center of the line. T1 thickness required in thgle On concrete pave is shall be applie a markings pl pavement y a a compensatio therefore various items of The when recommended . e 4" lints a inimum 0 u m '/' �e edges shi Maximu i ness o kii will be measured in less than 75% of the is 3/16". 01 int pav markings ti the requirements of this section er he er no s r ings, except where thermoplastic ov mg t I markings. Paint applied to concrete er will n t b easured or paid for separately, but full I conside inc ded in the contract unit prices bid for the lc Pavrkings. A primer other than paint may be used (d) Paveme ing Tap . TW* Iacement of the pavement marking tape shall comply with the ac rer's endations. Ai tem re s e inimum of 60' F and rising or the road temperature shall be a mi of 70' F for 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. 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: ST-109 City of Fayetteville (a) Center lines, skip lines, lane lines, edge lines, crosswalk bars, and stop bars will be measured by the linear 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 fo s bolls, and per square foot for pavement marking removal. Payment will be made under: 0 Pay Item a Un' O Pavement Marking (Thermo • LF Pavement Symbols (Thermopla is rsA Pavement Marking Remov� gas Section 508. r igns & *G' 508.01 D rl is i I con �Iling new signs and supports, and/or relocating e ' gns, plet it pos pports, and concrete bases, where required, according to hese Spe s and the 'mensions and details and at the locations shown on the Plans o rted by n ' eer/City Engineer. 508.02 Mater' abri ` (a) Signs. to s used in tk fabrication of street signs shall comply with the latest edition of the A]CDiQ StandiVcations Section 723, ARDOT Standard Drawings, and the MVM gns e t t manufactured in accordance with the above mentioned sp k j1con will rJUTuired 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. 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. ST-110 Standard Street and Drainage Specifications 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 round mounted sig a e 2' beyond the edge of the roadway shoulder or unmountable c e. O Signs shall normally be erected sro a sign fa i rtical an 93° away from the center of the lane that the sign s nd awa from a direct' ravel. Where lanes divide, or on curves, sign faces a orientfd o be most a ve both day and night, and to avoid the possibility ar re i% Field drilling of holes y part of th * in suppo ure shall be done only when specified on the pla o trected by1�e Engineer. After sign ' sta ti com � sign spected at night by the Engineer. If s ecular re appalWt on ysign, sition shall be adjusted ed by the Contractor to eliminate thi ondition.. 508.04 Method o ure s that are relocated or installed new shall be measured by a &gi4l nit in a uding required footings). signs delivered to the City. 50 � of P Mork completed and accepted under this item and measured as rovi above hall -;:aid for at the Contract unit price bid for each sign, which price sha II comp t' 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: Pay Item Pay Unit 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 ST-111 City of Fayetteville 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 r u ements including the Clean Water Act (33 U.S.C. 1251 et seq.), the National Po nt ' harge Elimination System (NPDES), and the Arkansas Water and Air Pollution ct (Act 472 of 1949 , as amended, Ark. Code Ann. 8-4-101 et nd the reAidat , orders or decrees issues pursuant thereto. All work for this item shall f ply with all all and cipal requirements including the City of Fayettevi Chapter 0, " ORM MANAGEMENT, DRAINAGE, AND EROSIO O OL" t� t modified a ented herein. 509.03 Application. ea The City will devel t P3 and 11 obtain the �mi om the Arkansas Department of Environmental ADE f� arge of o ter from construction activities for the project The require ent s of th' ee hall ap to construction activities under the Contract. The Contractor shall ' nt and6m nt ' the SWP3 for all construction activities under the contract witho4 to siz a disturbance. The Contract ations on la ocated off the right-of-way, such as borrow pits, plant sites, waste 'te or other a ities, may require compliance with this specification and/or NPDES e i , and mia q that additional permits be obtained. Any such additional pe I s e th s i of the Contractor. Determination may be based upon to ion urisdicti an rea of land disturbance. 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. ST-112 Standard Street and Drainage Specifications 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 the 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 a applicable NPDES Permit requirements as administrated by ADEQ. Construction activities authorized under ES GEN L IT NO. ARR l 50000 with the ADEQ shall comply with Sectio 2. "Re o ilities of the Contractor" (a) General (above), and the following: The City will prepare and file opriate lica ns, info Q Notice of Intent, SWP3 (SWPPP) and other in on as ig re y NPDES G RAL PERMIT NO. ARR150000 with the ADE� ` The Contractor shall with all D ermit re ts, including, but not limited to, implementation, na tenance, annodification o th4 WP3 as circumstances require, corresponaele rece accordance with the required informati other reaulatorUX systems. Icopy of the NPDES Permit and/or other ractor shall post this information on site in e the current SWP3, inspection logs, and other available for inspection by ADEQ, the City, or of Termination with ADEQ when the site has been discharges from construction activities authorized by 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 ST-113 City of Fayetteville the City which are the result of the Contractor's failure to comply with a COE Section 404 Permit orNPDES 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 clean up shall be performed by the Contractor at no o to the City. 509.04 Method of Measurement and Basis of Paymen . No measurement of this item will be made.of O Temporary erosion control acce W pleted wi id for at contract lump sum price bid for "Erosion Control" prices s I be 11 comp , for furnishing all materials, tools, equipment, la r, c,deril d other iter essary to implement, maintain and complete t� P n "Erosio ' shall also include implementing, maintain comply w h the S w Pollution Prevention Plan (SWP3/SWPPP); in design, sp ons, f jW preparation, housekeeping practices, clean ingV dInteriance all other act, s ecessary to execute the SWP3 (SWPPP). Pe mentV b Made yid , egm in proportion to the amount of work acco h s determi e E�e / Engineer. Deductions Athis or other regulatory provisions of COED Payment wil Section 510. Traffic Control and Maintenance :d on the City by ADEQ actor to comply with the 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, ARDOT 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. ST-114 Standard Street and Drainage Specifications 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 furnishing new sign 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 e shown in the Plans is provided to the Contractor as guidance. The Contractor shall pr a bmit for approval a detailed Traffic Control or Maintenance o Traffic Plan include a erence to the specified schedule of construction phases when so i in the rod ocuments to the Engineer and Owner. The Contractor's Traffic Contr or Main e Traffic Plan shall include and expand as necessary the Traffic Cant o or M intenan a is whe indicated in the Plans and Specifications, and shall be eIIFth all opose affic co tivitraffic maintenance devices including proposed to oadw�y ing. The r shall prepare and submit the detailed Mai ntena raffic ngineey d er 7 days prior to the preconstruction conferencg� i ccord c ese Spe4tWinn . Upon approval of th ctor's tenalrce of Tr cNan by the Owner in writing, the Contractor shall s City n the Fire C the Police Chief one (1) copy each for their files. o ) pies s l pplie neer. The Contra r sha I ini ' and mai in necessary labor and materials necessary to construct the reject in ner whe ill guarantee public safety with a minimum of inconvenience. Add' ork, a n t' al costs to the Owner, shall be performed by the Contractor duri n tion i by the Owner or Engineer if necessary to insure the above standard . b Cot or onn he Contractor shall designate a traffic control supervisor to g P fu ontinuou ury illance over traffic control operations. This supervisor shall be available at night an 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 ST-115 City of Fayetteville (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 Signs 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 Highwa dministration shall be used as a guide to the placement of signs during construction. Immediately after the construction of any part of the project reac a t ge of completion such that the relocation of the street signs an c contr t�►� o longer necessary, the Contractor shall permanently relocate the st t signs a a control signs. Removing any construction signage must be approved the nginee Street signs and traffic control s' ♦ * be rem fr such ork as necessary to permit work on the project. n shams m rarily reea secure manner by driving the sign into the &PN with installed as approved ta&nt dam, necessary shall be sa Owner if no lon2eLA Contractor. good co itiori �ngineer, or otherwise _) s. Street signs no longer original use or returned to the V 1ov d ne e ,stripes and other pavement markings g rk s be performed in accordance with SECTION VE ENT MARKING TAPE of the Standard c ary to the phased construction patterns shall be as approved by the Engineer. Striping shall be na construction. or the Engineer determines that provisions for safe maintained, the work will be suspended. In cases of f the public or construction workers, the Owner will r condition and deduct the costs from monies due the 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. ST-116 Standard Street and Drainage Specifications 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 204 in the areas of actual work activities. All traffic control devices shall meet the reqlvelpelts of the ARDOT Standard Specifications Section 604.02 and the most current ve o MUTCD. If the City determines that provisions traffic tre not being provided or maintained, the work will be suspended. In ases of s i s willful disregard for safety of the public or construction workers, ±j City ill pl e h ffic control devices in proper condition and deduct the costs fr due a Con or. 0 Types of barricade supports i s not s i a describ t MUTCD shall not be used. The methods used t on 1 traff o changes o> ersions shall meet the payment will be Engineer/City E of Section 604 of the ARDOT by the City. Se base for traffic maintenance, if specifically n of material placed for traffic control. No base placement is specifically directed by the d shall be placed without the Engineer/City t. The tonnage of material placed shall be MEed along with the base material and presented to the of base placement. If an item for aggregate base for 1 be considered subsidiary to other items. ro d for use by the City, portable changeable message signs meeting Wflc /ected or the requirements of SMion 604 of the ARDOT 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: ST-117 City of Fayetteville Pay Item Pay Unit Traffic Control and Maintenance LS Aggregate Base for Roadway Maintenance Ton Portable Changeable Message Sign Day Section 511. Mobilization 511.01 Description. This item shall consist of preparatory %a,n erations, including those necessary for the movement of personnel, equipment, su, and incidentals to the project site. This item shall also include other rk a d ope ti s t must be performed, or for expenses incurred, before begi i on th vario ntract inn the project site. It shall also include pre-constru is whic nec ssary divAb2 s to the project and are of a general nature rather d' ctly attA b o other it under the Contract. 511.02 Measuremen ayment. o lization i b easured as a complete unit and will be paid for ntract l p su price b' c mputing the allowable partial payments from the h ule belo percentag h original Contract earned will be based on all ite s ive o ite of Mobilif� . and payment for this item at any of the listed comp etion be m+un the basis of the percentage of the item allowed less pay ents e. PARTIAL PAY ME QEDU PercedkNirliagainal CoT141t1c nt Earnigill Percent of Bid Price for Mobilization Allowed it Pa W&Lq 25% 1 50% 1�0025°/ 100% This item will be pai 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 in the Proposal for this item exceed 5%, the City will reduce it to the maximum allowed amount to determine the correct total bid. Payment will be made under: ST-118 Standard Street and Drainage Specifications Pay Item Pay Unit Mobilization Lump Sum Section 512. Fences 512.01 Description. This item shall consist of furnishing and j5h ing wire fence, chain link fence, wood privacy fence and gates according to the plans anse specifications, and in reasonably close conformity to the lines, grades, and align on the plans or as directed. 512.02 Materials. (a) General. All materials use w an shall ply with quirements for the class and type of material speci viously ma erials w' wed for temporary fencing. Concrete for settingP Pos comp1Y w S ion 60 C Concrete. 4(b) Wire Fence. oo posts an ces shall b s retreated, seasoned, sound, and reasonably stra' t ern p r uglas est Coast Region. The posts shall be round a m ex essi split r essure treatment, the posts and braces shall have t a move he knots trimm flush, and the ends cut square. Posts that are to be driven all have t s end tap d. sts shall be treated by a standard empty cell or full cell process a to AWP a ice using creosote and retaining a minimum of 8 pounds per cubic o ood• r pentachlorophenol, or chromated copper arsenate and retaining a n um of 0.4 n per cubic foot of wood. Metal po aces s of good commercial quality iron or steel and may be tubular, T, r o er sha e� fac red for use as fence posts or braces. W n ire Farm enc shall be AASHTO Design Number 1047-6-1 1 AASHTO M 279 or AS A l 16, Class vanizing. Barbed wire shall be 12 '/z 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 '/2 Barb wire gage 17 ST-119 City of Fayetteville Staples used to attach the wire fencing to wood posts shall be galvanized 9 gage, 38 mm (1 '/2") 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 accoLding to the applicable requirements of AASHTO M I T I or M 232. (c) Chain Link Fence. Material for chain link fence shall cNTith AASHTO M 181 Types I, 11, or III. Steel members for pos expans' sl VVI and gate frames may be either Grade 1 or Grade 2. The shape, siz n length p is and rails, and the height of fabric shall be as shown on the plans. Hardware and Fittings shall co th AST 62 Anyreous hardware or fittings not mentioned shall b lv ized acL►Qr 'ng AASHT 1 or M 232. Tension wire shall be minimum 7 g e. Aluminum alloy fabric and galvar posts. Fence N fencing. �\ Frames for gl$es shall plans. Frames shall P may be used if the Ir by the Engineel! F The gate specr icry (d per cubic foot of wood. warping, and other defects. sts. Aluminum coated steel i y with Grade 1 or Grade 2 steel fencing and 12 gauge wire for 4' iftninum of the type and length shown on the Welds shall be galvanized. Commercial gates the planned gates as determined and approved same type material and be in accordance with the same .e All pine wood material shall be pressure treated with nated copper arsenate and shall retain a minimum of 0.4 pounds Cedar panels shall be reasonably straight and free from knots, (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 P 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 ST-120 Standard Street and Drainage Specifications 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 an b ces unless otherwise specified, but shall use the same material on the entire project oo d, corner, and pull posts may be used with steel line posts. When solid rock is encountered, the posts s?Pel' set int he ck a minimum of 10" for line posts and 16" for end corner, ate ndI osole in the rock shall have p g p a e a minimum cross section dimensi r1 er th the p o be set posts shall be cut before setting to give the pro pe above g d s ace. T shall be filled with Concrete or a grout consistin portlt and 3 c rete sand. Wire tension braces for ull, end, a co er asse es 11 consist of a 9 gauge wire passed around the p rm a do le The a be fastened to each post and the ends fastened a er to fo ontinuous e wires shall then be twisted together until t w in ten Where the a joi an a istin fen the two shall be attached in a satisfactory manner, wit end post e' set as cte . Where the proposed fence intersects an existing fence, the a all be t r existing fence clear of the proposed fence line as shown on the pin e wiref ing fence shall be stapled to the end post. Pull post ass 1W shall be lace�t intervals of not more than 300' in straight alignment on level6ts f ly sl round. Pull posts shall also be placed at all sharp vertical anoftN gI o a line! Co r st assem ies all be placed at all horizontal angle points of 15' or more in the fence. hen the dis a 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 ST-121 City of Fayetteville 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 the plans, plumb, and true to line and grade. Concrete shall comply with Section 601 o Class l and shall be thoroughly tamped around the posts. The posts shall be equa a in the line of fence not to exceed a spacing of 10 feet. The top of the footing shall do ed to drain water away from the post. Concrete in postfootings a at le �s old before stretching and securing fabric to posts, bracing, or hayingZates n Top rails shall pass through po css shall ILe secuV fastened i1, brace, pull, and corner posts. Joints in top rail �� made exp ns�?n sl plings to provide a substantial connection and a xpan 'o tractio H. Before the fence fabric ed, the to o `ire sh ced at the proper location; stretched taut; secu ?red t ach nd, cory�T, _ intermediate brace post; and satisfactorily fast to ach line The fence be a ache o e fac f e+facing the street. The end of fabric through the end loopy fabric shall be stretched fabric fabric fastenQM The e VQf mucks, i op ratio kept Splicing of the fabri each piece of fabric together. an attache the osts by means of a stretcher bar threaded fabrics n s red to the posts with clamps and bolts. The to re ack with approved stretching equipment. The secured in osts, top rail, braces, and tension wire with specified fastenirs s be placed on line posts at not greater than 24" centers. V444cepeated at approximately every 100' for each run of fence. Q n similar equipment will not be permitted in the stretching Wall be done by interweaving a wire picket through each end loop of in a manner that will neatly and securely fasten the lengths of fabric (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. ST-122 Standard Street and Drainage Specifications (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 i oint in height of the fence from outside to outside of the end posts. The lengths o es be excluded from this measurement. (b) Gates will be measured by the Linear Fl?.*** #* 0 (c) Temporary fencing, if included . item, will a sured byelinear foot (LF). If this item is not included as a p tempora fenc g will b ered subsidiary to other items and will not be mea re ♦` 512.05 Basis of Pay ork d and Nc4fpt` n measured as provided above will be paid for ws:► Barbed Wire Fe be p ' r e contra ice bid per linear foot for Barbed Wire Fenc B a d Wo Fen II aid for at the unit contract price per linear foot n an&karbe Wire Fe Chain Link Fence will be paid for at the contract unit rice bid p#li foot f Chai Link Fence of the height specified. Wood Privacy Fence will b at the♦co tr unit price bid per linear foot for Wood Privacy Fence of the heigh ed. G paid for at the contract unit price bid per linear foot for Gates a and As specified. Temporary fencing will be for at the contract pric ar foot f r to rary fencing of appropriate materials and heights. The con a it prices n ed above shall be full compensation for clearing, grading, se g p erect' e�i , removing temporary fences; for excavation and backfill; for fu 'shi materi a for all labor, equipment, tools, and incidentals necessary to comp a the work. Payment will be made under: Pav Item Pay Unit Barbed Wire Fence LF Woven and Barbed Wire Fence LF Woven Wire Fence LF Chain Link Fence LF Chain Link Gates LF Wood Privacy Fence LF Gates for Wood Privacy Fence LF Temporary Fencing LF ST-123 City of Fayetteville 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 r Class 1 Concrete as provided in Section 601. The maximum allowable slump shall b 4 ches. The maximum water -cement ratio for the mix selected shall not be exceeded. 0. Cast -in -place detectable warning panels shall be~9p§W of a vitrified polymer composite material. The color of the pane ha 1 confo t ederal Color No. 33538, and shall be homogeneous throughout the oduc . The n s a be cast into the wet concrete. Surface applied products shall i e ed. he ca -place d le warning panels shall meet the size and spacing r ents sho n th plans. 513.03 Construction Rpanned men &N a ramp is sidewalk, any items th toVatcost ned bu r construction overa2=e repaired to t Handicap R Fayettevillq into the wet 513.04 Method measured by the square yard. LU ltructed on an existing during the removal or i*,P#TSection 502 and the current City of kt ble warning panels shall be installed ifications. -in-place detectable warning panels will be n Handicap Ramps will be measured by the shown on the Plans. 513.05 B N& Pay Work completed and accepted and measured as provided abov I paid fAr t ontract unit price bid per square foot for Cast -in -Place D cta arni ann n per square yard for Handicap Ramp Concrete of the type sp ie which ice hall be full compensation for excavation and backfilling; for furnis mg materials luding 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: Pav Item Pay Unit Cast -in -Place Detectable Warning Panel SF Handicap Access Ramp SY ST-124 Standard Street and Drainage Specifications 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 project signs shall be wood or metal and shall structurally adequate to support the si n. g hardware shall be galvanized or aluminum. The sign surface shall be constructed of m i 3/4 in sfiness exterior grade plywood with medium density overlay. Panels shall a of siz in ize joints. Overall size shall be 4' x 8' unless otherwise specifiid o' Paint colors will be selected by l► nformat' ontent shall lows: Pro' e, to dame of shown on Contract ts. es and f authoriti G Na e, ti addre o n ' eer. N rime Co acto and major Subcontractors. • /I c� addit' I ation requested by Owner. 514.03 Con n Require ts. The Contractor will furnish new project signs and supports an ha install th s ns at the locations as shown in the plans or as directed by the Enginee i nginees. a tractor will maintain the signs during construction. Should th rs gn uppo c a aged during construction, the Contractor will furnish the rer nt. Thelprooe signs shall be installed within two days after commencement of followine the announcement of the nroiect' Final Completion by the Engineer/City Engineer. Final payment 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 ST-125 City of Fayetteville 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 shall covitall}(/tv the requirements for the class and type of material specified. All handrail materials shall be a , po er co steel, c at the rate of 2.0 ounces of zinc per square foot a coat( h a mild ickness of powder coating top coat suitable for pplic A T powder olor shall be selected by the owner from a color rt ovide ntractor. n_ %�1 515.03 Constru (a) General. A� Welded Hih by the shieldd a be low hydr er handrail shall be repaired in accoi the City 11 Other En via inspec n of the vi rrent provisions of Specifications for F Iding Society. Welding shall be done ily by certified welders. Welding rods shall h being welded. Welds joining sections of up painting. All damaged coatings shall be recommendations and to the satisfaction of and %&k`► J methods may be used if approved by the Engineer/City 011 \ M. tit Contractor 515.04 Method of Measurement. Engineer/City Engineer for his (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. ST-126 Standard Street and Drainage Specifications Payment will be made under: Pay Item Pav Vnit Steel Handrail LF Section 516. Cold Milling Pavement 516.01 Description. This item shall consist of cold milling the asphalt or concrete pavement at the locations designated on the plans or by the E m er/City Engineer and removing the resulting material from the street right-of-way. s ise provided, the reclaimed pavement shall become the property of the Contrac pavement remaining after milling shall provide a surface suitab0t1§qALnaintainiyg4jrafA . 516.02 Equipment.. The Contracto hall'provide' power, traction, and stability to accu ate shall be capable of accurately a atically b the machine by referencing f th existing a or from and independent d ontrol a, cross slope at a given ra milling i shall dust resulting from t ion fronlpscap g into d Provision shall�ie lie, eitRhWateril4i ralladditional d�rit'to ren 516.03 Corf4truction firemen minimum depth as s he plans. 4t ;*I` 516.04 Met 1Vleasur mel1*/Uold Milling Pavement will be measured by the square yaOich v en Naym ofanc w andama 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 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. pN#1lled equipment with sufficient 1yof cut anJe. The equipment Wing profs along each edge of by men o ki or matching shoe, an a i stem for controlling 4L �n ctive means for preventing ing machine, or by the use of the surface of the roadway. isting pavement shall be cold milled to a t it the depth specified. de for repair or replacement of manholes, valve boxes, or hi are located and identified in advance of the cold milling operation y the Contractor. Payment will be made under: Pay Item Pay Unit Cold Milling Pavement SY ST-127 City of Fayetteville 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 MVall be installed at locations shown on the Plans, or as dir cted by the Engine p r to any construction operations within the vicinity. Fencing s install aAor ance with the details on the plans, and shall be maintained so tha t provi eq to protection throughout the Project. Fencing shall be removeia all ork has e c pleted o when directed by the Engineer. 517.04 Method of Mea t. T on Fen ' be measured by the linear foot (LF) of Tree P ti Fenci inst Ile . 517.05 Basis ent. �ompleted epted and measured as provided above will be id o t the unit er Linear Foot for Tree Protection Fencing, shal a fu com en i o providing, installing, maintaining, and removing tr protectio ng, an for labor, equipment, tools, and incidentals necessary to c mplete th w�C k. Payment will b e er: ` Item Pay to Pay Unit Tre ch n Fenc LF ST-128 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 the various classes of concrete. All concrete shall be from a supplier approved by the ArlianV tate Highway and Transportation Department. 601.02 Materials. The materials used rete s orm to the requirements of ARDOT Standard Specifications Section 8 .02. C gate gradation shall conform to the requirements for Class A, S."S , an Seal n et Sectio 02.02. Admixtures shall be used to im in c a ristics of the when specified on the plans. They may also hen q y the C and approved by the City. The Contractor's u t shal ported wvl nufacturer's certified formulation of the pr admixture ith su vidence that the proposed admixture has give ctory r Its o other ' it work. Permission to use the admixture may b awn a by the C* satisfactory results are not being obtained. f Admixtures all be appr b the Ci A ixtures shall be compatible with each other, as advised b the manu ct er. The ture dosage rate range as recommended by the manufacturer shall Sho age rate for any admixture not yield desirable characteristics 'n a crete, e of admixture used shall be based on test results obtained by trues. Admixtu 11 a add mixing water by means of a mechanical dispenser that will acc a ter t roughout the mix water cycle. The dispenser shall be co truc and c nnec so that the Engineer/City Engineer can readily determine the am f admixtu ring 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. One class of concrete is 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-129 City of Fayetteville The following requirements shall govern unless otherwise shown on the plans: Class 1 concrete shall be used in curb and gutter, sidewalks, drop inlets, junction boxes, box culverts, bridges, concrete pavement, and miscellaneous concrete items. These classes of concrete shall not be used if concrete is to be placed underwater. Concrete to be placed under water shall meet ARDOT Specifications for Seal Concrete. 601.04 Classification and Proportioning. The concrete r II be proportioned to insure a workable and durable concrete, as specified in the fo able: t\ Characteristic la Minimum Compressive Strength(psi lit 28lays) Minimum Cement Content ba Maximum Water/Cement Ratio>kxw 3L Iff 44 Slump Range Inches • 1-4* Air Content Range % 4-7 Maximum FlyAsh Co 0 *Maximum slump s when For all classes ete, t method in a with the ""'r The Contract shall sulriiit ix Certification that al 'Nsifils use& Specifications sha�j► uded� design is approtkx t e City. fornWpaving n^JVare used. Il be using the Absolute Volumes specified. ;etlhg the requirements of these Specifications. concrete mix meet the requirements of these design. No concrete shall be placed until a mix v' v C6ar ' re gths f sses of concrete will be determined from test cylinders made inn ith O3. If the strength required for the class of concrete being pr of obCignedl.' the minimum cement content specified, additional cement shall beno extra 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. 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. ST-130 Standard Street and Drainage Specifications 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 ent shall be weighed. The mixing water shall be measured by weight or by volume. r measuring device shall be accurate to within I %. i; When the aggregates contain more water t the qu t n essary to produce a saturated surface -dry condition, representative amp es sha n and the moisture content determined for each kind of agg fie. 601.07 Mixing Concrete., c e shall or ghly mi n ixer of an approved size and type that will insu 'form ' r of the ma t ughout the mass. The concrete shall b only in ite qu ity requ' r mmediate use. Concrete that has developed an in . I t shall n sed. Re-te i concrete will not be permitted. Mixers an t shall no rged ' e c of the manufacturer's rated capacity. Concrete sh livere nd d schar ed the truck mixer or agitator into the forms within 1'/z ho rs after th in ction o e mi ing water to the cement. In hot weather, or under other conditio uting is etting of the concrete, the maximum allowable time may be redu a En ngineer. Each mixture shall be accompanied by a truck ticket it e batch t. his ticket shall include the following information: v- v Unique ti u ber. IdCean& c do o the tr Deofb Min . Tghts and/ Vol es 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 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. ST-131 City of Fayetteville 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 superv' ' ower, equipment, tools, and materials and shall assure proper production, delive ent, and finishing of the concrete for each placement in accord ith the sp ic�i The time interval between batches of ncre in a c lacement shall not exceed 20 minutes. The minimum place hall be 2 c yards pur in bridges, box culverts, and retaining walls. In preparation for the placi ncret s on debri neous matter shall be removed from the interi S. St to s, and b c mg temporarily to hold the forms in correct shap gnment ndi a placi & crete, shall be removed when the concrete place t s reached evation ren eg ►eir service unnecessary. (b) Conv ncrete shlace segregation of the materials and the displaceme a einfo ment. The use ong troughs, chutes, and pipes for conveying the concrete o the fo be per>kted ly when authorized by the Engineer/City Engineer. In case a quality o co rete is produced by the use of such conveyors, the Contractor sh! the u f onveyor until such corrections in procedure are made to insure .1 a quali e ' ►ed. Open trou an chute s I e of metal or metal lined. Where steep slopes are required, the chut s be egttA baffles or be in short lengths that reverse the direction of ow m eme lumi c , t oughs, and pipes shall not be used for depositing concrete. Chut , troughs, an s 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 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. ST-132 Standard Street and Drainage Specifications 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 all be smoothed with a trowel. Where a "feather edge" might be produced at a constructio j nt, an inset form shall be used to produce an edge thickness of not less than 6 inches. Immediately following the discontinuan lacing r9c ccumulations of mortar splashed upon the reinforcing steel and t surfaces o should be removed. Dried mortar chips and dust shall not be pu led to the o r If the accumulations are not At removed prior to the concrete Pi t, careshall xercised &q Jp damage or break the concrete -steel bond at or neaA After initial set of the the ends of projecting Before cone e thoroughly cillar in any wall of a reinforcing steel. in shall be placed on s shal dkL*Iaced less than 24 hours after the e made for bonding the walls to the w s eans of roughened longitudinal keys. s, the bottom slab, footing, or walls shall be o orizontal construction joints will be allowed on the plans or approved by the Engineer/City t 'during and immediately after depositing, shall be Il be accomplished by mechanical vibration subject to the unless special authorization of other methods is given by the 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 vibratory equipment to guard against shut down of the work because of the failure of the equipment in operation. ST-133 City of Fayetteville 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 twi4tradius over which the vibration is visibly effective. Vibration shall not be applied directly or through the reinforc sections or layers of concrete that have hardened to the deg t the c etto be plastic under vibration. It shall not be used to make con ete flow ' e T s over distances so great as to cause segregation, and vibrators sha not used t n concrete in the forms. Vibration shall be supplemente ♦� spadi is ecessa a smooth surfaces and dense concrete along fa s and it a and loc ' s ossible to reach with the vibrators. These provisions sh a o precas ro s excep pproved by the Engineer/City Engineer, the many. to is meth vibration a sed. 601.09 P oncrete Y$pvibra lace y u ng. The equipment for pumping shall be arrange o rated �Q ths result that might damage freshly placed concrete. The Contractor w' ermi o sh coarse aggregate for concrete that is to be pumped in a si 1 than it a ied provided that a suitable mix can be produced that will conform quireme is f e class specified. Where nc is coMv placed by mechanically applied pressure, the equipment sh be uate ' p� fo the work. The operation of the pump shall be such that a co ' u s stream co rete without air pockets is produced. When pumping is completed, the concrete remains n 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 llihc 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 concrete shall be placed underwater without an approved mix design which meets the ARDOT requirements for Seal Concrete. ST-134 Standard Street and Drainage Specifications The supply of concrete shall be maintained at the rate necessary to raise the elevation over the entire seal by a minimum of 1' 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 qLacent concrete. Concrete shall be carefully placed by means of a tremie or i water shall be maintained at the point of deposit. Concrete manner that the planned horizontal concre shall be� A tremie shall consist of a tube having dia ter of of having flanged couplings fitted s and n app supported so as to permit rapy�iil ing wh ece concrete. The discharge et from entering the tube and full to prevent the loJ17ce, of concrete shall be deposited conc closed for a ne deposited cV% Dewatering t&y pro, 72 hours at a water materials shall be,�e loads. ONNO 06ved method. Still deposited in such a 15 feet. fan 10", constructed in sections 9ped a tremie shall be top the flow of to prevent water kept sufficiently _e tube, the flow ii T end, always keeping it in the shall be raised, the discharge end the discharge end in the previously been allowed to cure for a minimum of F. All laitance or other unsatisfactory ces that are to support other structural action joints shall be made only where located on plans or 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 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. ST-135 City of Fayetteville (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 construc d imilar to open joints. When premolded types are specified, the filler shall b the ect position when the concrete on the second side of the joint is place . approved joint sealer meeting the requirements of Subsrrother 01.11(d ' reki in addition to the joint filler. The cavity for the sealer se fo b the insertion and subsequent removal of a wood strip, metal late, p o material. ♦ � A All faces of the joint to be blasting, or other approved ny Preformed expansion requirements of A minimum exnansio ;t Other Hers 11 be to dl Viller, no t to 1 153. ype (sp( andJim±0.1" i wed ip joint blasting, water ;"t types, shall meet the shall be required to have a ified plan thickness. the Engineer/City Engineer. (e) Contrae4n Joints. 'btction joi shalt be constructed according to the dimensions specified in the plan a spec#' do . The joints shall continue continuously across the full width of t to su raction joints shall be 1/8" to 3/8" wide and shall extend to a d u to '/a 3 the thickness of the concrete being placed. All contraction j all be s led th an approved sealant meeting the requirements of Subsectio (1�17(d) for , 4 or 5. (d oin teriCh Is or filling and sealing joints shall be as shown on the plans an a comply 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). 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: ST-136 Standard Street and Drainage Specifications 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 sealer. 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 do equire a primer for bond to concrete. The compound shall be compatible with n e. Acetic acid cure sealants are not acceptable. The mate r II be o giver been approved by the Engineer. Type 5. A joint sealer that is ed el stome oint seal The material shall comply with AASHTO M 282.p endix o t sp cificatio a considered a part of this specification. • Type 6. A joint sealer a 2 co a cold p r thetic polymer, complying with ASTM D 185 a excep ' n o enetratih shall not exceed 100, and resilience, both on al red sam oven age is shall be a minimum of 70%. Type 7. A ' t r t at is a red a ti y omplying with AASHTO M 173. 601.12 Fo s. Form a morta ' ht d of sufficient rigidity to prevent distortion due to the pressure ncrete wn of loads incident to the construction operations. Forms shall be conat and m0kae o as to nrevent warming and the onening of inints due to shrinka&Nle'Mmber. V " The forms I e sub t i and unyielding and shall be so designed that the finished concr to i nform p er dimensions and contours. The design of the forms shall to into unt t e o vi ration of concrete as it is placed. Form or expose aces 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 1/4" 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 I" from the face of the concrete or be covered by being embedded a minimum of 1" in the concrete. In case ordinary wire ties are permitted, all wires, upon removal of the forms, shall be cut back at 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. ST-137 City of Fayetteville 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 j6sized before being re- used. Forms shall be cleaned before being set to line and grade and reinforcing steel in the vicinity of the fo aterials z shall not result in the discoloration of the co rete. n 601.13 Removal of Forms. the discontinuance of heating, the structure, the weather ancjj materials used in the mix. 4 Removal of forms accordaIC Vwithe 0e7oiled prior to placing used in oiling the forms of forms and An and character of the concrete, and the Item Minim me Strength Requirement Top Slab x Culvert ayl 80% Specified n and Forms foWas' 2 urs N /A Vertical Side Forms for Par et� than • ours N/A Barriers, and Cu aces Forms on s at will quhr a Class 2 finish in accordance with Subsection 601.16 shall be d at the time permitted under these Specifications in order to begin fin' ations ` Fo d their s o shall not be removed without the approval of the Engineer/City Engineer. Supports s a l 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 90' F will be rejected. The method used to control the concrete temperature shall be approved in 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 ST-138 Standard Street and Drainage Specifications 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 50' F when placed. If ting of the ingredients is necessary to meet this criterion, it shall be accomplished by a ni-thtd,.such as dry heat or steam and not by direct flame. Water shall not be heated to o hFroz130 degrees F, and shall be combined with the aggregate be fo the addition of cem t. en aggregates may not be used. After concrete is placed, it shall be otect d by i u to orms, bl nkets, enclosing and heating, and/or any other meth * r by t Engi /City En that will maintain the temperature adjacent to the at a Vi rfnV of 50' F f st 5 days. Concrete that has been frozen or dam to w itions sh oved and replaced by the Contractor at no cost Cit\ . ` (c) Protection Agai In or r that concrete properly protected a ainst the P P yP g effects of rain be oncr e ' iently ha a Contractor shall have available at all times ma 'al the p of th surface of the unhardened concrete. Such prote erials all sist of ar metal forms or wood planks having a nominal thic ess of not an 2" a a n inal width of not less than the thickness of the pavement t its ed e r e prot,cti the pavement edges, and covering material such as burlap or cotton plast' material for the protection of the surface of the pavement. ai pears , all paving operations shall stop and all available personnel sha i protection o sides of the pavement and covering the surface of the unhardened n e with the rotec ive covering. Any surface finish damaged by rain shall be repair placed*t sfaction of the City at no cost to the City. 60(m15 Suring C1rnc (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. Other approved sheeting materials shall meet the requirements of AASHTO M 171. ST-139 City of Fayetteville 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 Class 2 finish. When membrane curing is used, the exposed concrete shall be u sealed by applying the membrane curing solution immediately after the free wa eft the surface. The concrete inside the forms shall be seal ediateI er orms are removed and necessary finishing has been done. For un rrn applica n the field on vertical concrete surfaces, the specified rate of applicati ma be ach v o coats applied at an interval of approximately 1 hour. •` The Contractor shall pro ti ctory m and mea t roperly control and assure the direct applicatio a curin n the co r s ce so as to result in a uniform coverage at the 1 gallon ac 125 sq fe area. If rain falls on th e y coated ete before h fi has dried sufficiently to resist damage, or if t dam in n oth a new coat of the solution shall be applied to portions n cur' v u that specified above. 601.16 Fini hing Co urface Sur ce finishes shall be classified as follows: Class 1. Ord' rface h` Class 2. a nish. Class 3. d finish. Class 4. osed a to finish. Class 5. O ined SA h. CI s 6. Bro d i Cl 7. Gr ved ►sh. 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. 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. ST-140 Standard Street and Drainage Specifications 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 cavi a roduced by form ties and all other holes, broken corners or edges, and other defect 11 oroughly cleaned, and after having been thoroughly saturated with water, shall a ly pointed and trued with a mortar of cement and fine aggrega ed in th op of 1:2. Mortar used in pointing shall be not more than 1 hour old. a concret sh then be rubbed or sprayed, if required, and cured as specified under ubse ion 60Taee struction and expansion joints in the completed work shall be lly topled of mnd concrete. The joint filler shall be left exposed I lengthand trIAd The resulting surfaces shal a �e and is not satisfactory to the l be r 0.4 Exposed surfaces with a wood fl plastered o�� The tops of Vps in grinding to a smooth of appearance of which 2 finish. F—With a straightedge and finished of additional mortar to provide a I►shall be finished with proper elevation. steel trowel or by i. A e oZal of forms, the rubbing of concrete shall be started l L p rmi . mediately before starting this work the concrete shall jater. Sufficient time shall have elapsed before the wetting V e n the pointing of rod holes and defects to thoroughly set. �Irb rubbed with a medium coarse carborundum stone, using a its face. The mortar shall be composed of cement and fine sand mixed —in proportion3Wed 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. 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. ST-141 City of Fayetteville (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 o surfaces cured with membrane curing compound until 30 days has elapsed from app ca on of the membrane. Prior to application of spray finish, the surfaces shall be free i , as determined by sight and touch, and in a condition consistent with th m ufacturer's published recommendations. The spray finish shall be applied at rate as rec n by the manufacturer and as approved by the Engineer/City � ' e he s ay fi shall be d with heavy duty spray equipment capable of ing a ant pressur 6elessary for proper application. The completed finish s tightly b e o the s r�hd shall resent a uniform P g Y P appearance and tex to or b9per th that re a or rubbed finish. If necessary, an additional co ats shall iplied to the desired surface texture and uniformity. U to a p sitivel cture without chipping or cracking, or to attain ed su ace a earance, a oa g shall be removed from the structure and the surf given a ru finish, or not approved finish satisfactory to the City. (4) Class 4, Expose ate Fiii .s type of finish shall be produced by scrubbing the surface of reqto to wi s e or fiber brushes, using a solution of muriatic acid in the proporti part acid t p s water, or by sand blasting, until the cement film or surface is c e y remov an the aggregate particles are exposed. The amount of aggregat sure wil ecified on the plans or designated by the Engineer/City En . e y surf * e ith muriatic acid shall be thoroughly washed with water to wtich a mall am nt monia has been added to remove all traces of the acid. The restYWsurface s b n 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. 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 ''/z" to 1/4" centers. The grooves ST-142 Standard Street and Drainage Specifications 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 dep it in place, it shall be consolidated and the surface shall be struck off by means ostr� oard, floated, and broomed. An edeine tool shall be used on edces and exoansiori`Isin�. The surface shall not vary more than '/4" under a 10' straighte The sur 41Mve a granular or matte texture. (7) Class 7, Grooved Finish. ay su face s be groovrpendicular to the centerline with grooves exten ss the s to ithin 1 IWAK gutter line. The grooves shall be cut using a a cal sawv a that w' av rooves 1/8" to 3/16" in depth and spaced on '/2" ' 4 enters ` accessories N the qual placed in concrete ac on the plans, or as.0irqj of reinforcing steel and miscellaneous designated, which shall be furnished and and in conformity with the details shown nforcement for concrete in sizes up to and including # 18 of AASHTO M 31 or M 53. (b) VOi1re and WireIWric. 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. 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 ST-143 City of Fayetteville statement that the supplied coating material meets the requirements of Annex Al of AASHTO M 284. Patching material, compatible with coating material, inert in concrete, and meeting the requirements of Annex A I of AASHTO M 284, shall be provided by the epoxy coating manufacturer. 602.03 Bar Lists and Bending Diagrams. All reinforcing steel shall be fabricated to conform to the details shown on the plans. Pins used for bending r inforcing steel shall be equal to or larger than that shown on the plans. Bar lists a d ending diagrams for reinforcing steel and bar supports will not be reviewed or ap ed he Engineer. The Contractor shall be responsible for the accuracy of the fabricate I cing steel. 602.04 Fabrication. Bar reinforcements I e bent t he apes shown on the plans. Bars shall be bent cold, unles ' permitte a Engi No bars partially embedded in concrete shall be ent, exc as own o ns or specifically permitted by the Engineer. • Radii for bends shall be n on the S. hen 0 n the plans, radii bends on the inside of bars sha pecifiedtto /+� l 1 Bar Number MininiutkXadii Stirrups aekLAwi OTT*i- dia eters 3,4,5,6,7, ar diameters 9,10, or 11 I YL 8 ar diameters 14 or 18 • 10 bar diameters The Engine ngineer r hi epresentative shall have free access to the shop for inspectio a ery fa ' ' all be extended to him for this purpose. On a random basis, sam s f b s, other a ditional test bars, may be taken by the Engineer. Ep ting app ato shall be CRSI certified. The Contractor shall inform the Engineer, in writing, at least 1 ys 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. 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 ST-144 Standard Street and Drainage Specifications 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, d any areas where the entire coating is removed. All repairs shall be completed as soon s racticable and, in the case of bare end areas and sheared ends, before visible oxi n he surface occurs. Epoxy coated bars shall not be flame cut. The Contractor shall exercise caution whe placing vi ting concrete to prevent any damage to epoxy coated bars. In or r to revent a vi or from damaging the coated bars, the head shall be covered s of ru ber or milar maas approved by the Engineer/City Engineer. ` 602.06 Placing and Fag. S rcement urately placed in the positions shown on the d firmly h ing the n d setting of concrete. Bars shall be tied at all iWmrs c ns excejt whe spacingfft _ than 12" in each direction, in 11 be tied together at not Bar positioor`clfaranc rom -the f rms al I be maintained by means of stays, ties, hangers, or o er approv ces. Recin steel shall not be welded unless detailed on the plans or authori iting by t gineer. Metal bar supports that are in contact with the exterior c of th o shall have protection conforming with the CRSI Specifications, as I for Plasti r cted Bar Supports or Class 2 for Stainless Steel Bar Supports, w, rther pr visio that the plastic protection may be applied either by a dipping 'on or b♦y ition of premolded plastic tips to the legs of the supports. Epnmw at Bar S a are coated according to the provisions of AASHTO M 284 us g a a mg m erial ting the requirements of Annex A 1 of AASHTO M 284 may be sub . d for Pla 'c otected 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 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. ST-145 City of Fayetteville 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 A]. 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 ineer/City Engineer. 602.07 Splicing. Reinforcing steel shall be furnished in thVOfVl I s specified on the plans. Bars spliced as a result of unforeseen construction - ns or sequences will require the written approval of the Engi Splices 1 40e the requirements of the current edition of the AASHTO Standard S cificatio hway Bridges. Secondary reinforcing used for and retaining walls may be k Primary reinforcing for colu lowering of footings shall s of splices for primary reg In lapped spli as to maintain Sheets c maintain shall be not less than ST-146 (pars in box culverts Ware #6 or smaller. ing as a result of the -s. Required lengths )kstened together in such a manner concrete as shown on the plans. shall overlap each other sufficiently to fastened at the ends and edges. The lap Contract for Bid 20-82 Appendix B Bid Submittal — Second Nature Landscapes CITY OF 011FFAYETTEVILLE ARKANSAS Project Check List This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Information is shown below only as a matter of convenience. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. ❑ S% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) In lieu of a bid bond, the bidder may submit a cashiers check from a bank located in the State of Arkansas for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashiers checks shall be made payable to the City of Fayetteville, AR. 1-1 All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pages). All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid F-1 price. Total base bid should be calculated in the provided space. F1All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents F-1 All bid documents shall be delivered in a sealed envelope to the address listed below before the stated deadline on the coversheet of the bid. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractor's License Number. City of Fayetteville, AR Purchasing Division — Suite 306 113 W. Mountain Fayetteville, AR 72702 CONTRACTOR NAME: Su -ma Wuc\m l4�ZA./a ARKANSAS CONTRACTORS LICENSE NUMBER: 6 t 33g1 Jt 5 z c City of Fayetteville, AR Bid 20-73, Construction - Fall Tree Planting Page 2 of 23 City of Fayetteville Bid 20-73, Construction - Fall Tree Planting Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 20-73, Construction - Fall Tree Planting The City of Fayetteville is accepting quotations for a tree planting project as described herein, including the acquisition and planting of 160 (2-inch caliper) trees of varying species per the attached list. This project includes the purchase of materials and installation of a small irrigation system with a water meter, backflow preventer, cutoff valve, and three hose bibs. Questions should be addressed to Les McGaugh, Purchasing Agent at Imcgaugh@fayetteville-ar.gov or by calling (479) 575-8220. Bidding documents, plans, plan holders, and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.fayetteville-ar.gov/bids. All bids shall be received by Wednesday September 02, 2020 before 2:00 PM, local time utilizing the electronic bidding software, OR by submitting a sealed bid at the City of Fayetteville, Purchasing Division address listed below. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/citvoffaVetteviIlear. No late bids shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or failure of bidder's technical equipment. City of Fayetteville Purchasing Division — Room 306 113 West Mountain Street Fayetteville, AR 72701 A non -mandatory Pre -Bid meeting will be held Tuesday August 18, 2020 at 10:00 AM onsite. Information regarding the pre -bid meeting is available on the project page on the City's electronic bidding platform. All interested parties are encouraged to attend. 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 bidders and license shall be valid at the time of bid deadline. In an effort to understand hardships our vendors and suppliers are facing in relation to the current COVID-19 situation, the Purchasing Division will take feedback from plan holders and interested parties to understand the current impact to vendors operations. 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 By: Les McGaugh, Sr. Purchasing Agent P: 479.575.8220 Email: Imcgaugh(@fayetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 08.09.2020 and 08.16.2020 City of Fayetteville, AR Bid 20-73, Construction - Fall Tree Planting Page 3 of 23 EXECUTION OF BID - Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature, deviation shall be documented and certified by the manufacturer as a regular production option. Upon signing this Bid, the bidder certifies that: 1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. 4. I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein is accurate and true. 5. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment in addition to all federal, state, and local laws. 6. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain): 7. 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. 8. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. 9. As A bidder on this project, you are required to provide debarment/suspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. a. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. City of Fayetteville, AR Bid 20-73, Construction - Fall Tree Planting Page 5 of 23 b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Unsigned bids will be rejected. Items markeed�* are, mandatory for consideration. *NAME OF FIRM: JQ,A !uC,,"c Q' uc, Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name *BUSINESS ADDRESS: i *CITY: 1 *PHONE: `� t J "v r I *E-MAIL: *BY: (PRINTED NAME) W *AUTHORIZED SIGNATURE: *TITLF: P (0\ 60 rif DUNS NUMBER: *TAX ID NUMBER: *STATE: Q 1 *ZIP: 4 ZI0 3 FAX: CAGE NUMBER: Acknowledge Addendums: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: City of Fayetteville, AR Bid 20-73, Construction - Fall Tree Planting Page 6 of 23 Responses Success: All data is validl Measure Quantity Numeric Unit Price TONI Coot Section A: General Bid Items Required Success: All values provided #1-1 Mobilization (Shall not exceed 5% of Total Bid) LS 1 $ 3,500.00 $ 3,500.00 Success: All values provided #1-2 Clearing, Grubbing, & Demolition LS 1 $ 5.000.00 $ 5,000.00 Success: All values provided #1-3 Traffic Control and Maintenance LS 1 $ 1,500.00 $ 1,500,00 Success: All values provided #1-4 4 inch Topsoil Placement SY 750 $ 3.05 $ 2,287.50 Success: All values provided #1-5 Solid Sod SY 750 $ 4.00 $ 3.000.00 Success: All values provided #1-6 Maintenance Period LS 1 $ 8,340.00 $ 8,340.00 Success: All values provided #1-7 Watering (First Year) LS 1 $ 6,420,00 $ 6,420.00 Success: All values provided #1-8 Tree Replacement Due to Damage EA 30 $ 250.00 $ 7,500.00 Success: All values provided #1-9 Maintenance Bond LS 1 $ 1,000.00 $ 1,000.00 Section B: Rupple Road - Owl Creek to Wedington Drive Success: All values provided #2-1 Yellowwood (Cladrustis kentukea) EA 8 $ 400.00 $ 3,200,00 Success: All values provided 412-2 Dogwood (Comus florida) EA 3 $ 400,00 $ 1.200,00 Sweetgum (Liquidambar styraciflua Success: All values provided #2-3 'Rotundiloba') EA 4 $ 400,00 $ 1,600,00 Success: All values provided #2-4 Tulip Tree (Liriodendron tulipifera) EA 16 $ 400.00 $ 6,400.00 Success: All values provided #2-5 Chinese Pistache (Pistachia chinensis) EA 16 $ 400.00 $ 6,400.00 Success: All values provided #2-6 Scarlet Oak (Quercus coccinea) EA 2 $ 400.00 $ 800.00 Success: All values provided #2-7 Northern Red Oak (Quercus rubra) EA 5 $ 400.00 $ 2,000.00 Success: All values provided #2-8 Soil Amendment (Trees) EA 54 $ 35.00 $ 1,890.00 Section C: Rupple Road - Starry Night View to Mt. Comfort Success: All values provided #3-1 Prospector Elm (Ulmus davidiana var. EA 29 $ 400.00 $ 11,600.00 'Prospector') Princeton Elm (Ulmus americana var. Success: All values provided #3.2 'Princeton') EA 11 $ 400,00 $ 4,400.00 Success: All values provided #3-3 Black Gum (Nyssa sylvatica) EA 21 $ 400.00 $ 8 400.00 Success: All values provided #3-4 Pin Oak (Quercus palustris) EA 19 $ 400.00 $ 7,600.00 Success: All values provided #3-5 Willow Oak (Quercus phellos) EA 6 $ 400.00 $ 2,400,00 Success: All values provided #3-6 Northern Catalpa (Catalpa speciosa) EA 6 $ 400,00 $ 2,400,00 Pond Cypress (Taxodium distichum var. Success: All values provided #3-7 imbricarium) EA 5 $ 400 00 $ 2,000.00 Success: All values provided #3-8 Soil Amendment (Trees) EA 97 $ 35.00 $ 3,395.00 Success: All values provided #3-9 Wildflower Pollinator Mix LB 10 $ 276.00 $ 2,760.00 Section 0: Old Wire Road - Ash St to Gulley Park Success: All values provided #4-1 Jefferson Elm (Ulmus americana'Jefferson') EA 10 $ 400.00 $4,000.00 Success: All values provided #4-2 Water Oak (Quercus nigra) EA 11 $ 400 00 $ 4,400,00 Frontier Elm (Ulmus minor x Ulmus parvifolia Success: All values provided #4-3 'Frontier') EA 8 $ 400.00 $ 3,200.00 Success: All values provided #4-4 American Hornbeam (Carpinus caroliana) EA 13 $ 400.00 $ 5,200.00 Success: All values provided #4-5 Bald Cypress (Taxodium distichum) EA 6 $ 400,00 $ 2,400.00 Success: All values provided #4-6 Black Gum (Nyssa sylvatica) EA 9 $ 400.00 $ 3,600.00 Success: All values provided #4-7 Red Oak (Quercus rubra) EA 1 $ 400.00 $ 400.00 Success: All values provided #4-8 Sycamore (Platanus occidentalis) EA 3 $ 400.00 $ 1.200 00 Success: All values provided #4-9 Willow Oak (Quercus phellos) EA 2 $ 400 00 $ 800.00 Success: All values provided #4-10 Soil Amendment (Trees) EA 63 $ 35.00 $ 2.205.00 M ERC HANT'q�sk BONDING COMPANY. MERCHANTS NATIONAL BONDING, INC. P.O. Box 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 BID BOND PUBLIC WORK Bond No. N/A KNOW ALL PERSONS BY THESE PRESENTS: That _ Second Nature Landscapes, Inc _ (hereinafter called the Principal) as Principal, and the Merchants National Bonding, Inc. (hereinafter called Surety), as Surety, are held and firmly bound to of Fayetteville (hereinafter called the Obligee) in the full and just sum of ( 5% GAB Five Percent of the Greatest Amount Bid Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this 21st day of October 2020 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for City of Fayetteville Tree Planting according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the Merchants National Bonding, Inc. , as Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: Second Nature landscapes, Inc. Principal By Attest: r1 CON 0333 (2/15) Merchants National Bonding, Inc. Suza0e Elizabeth Attorney -in -Fact MERCHANT BONDING COMPANY,.. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Andrea Rose Crawford; Cheri Lynn Irby; Debra Lee Moon; John William Newby; Joshua D Tritt; Sandra Lee Roney; Suzanne Elizabeth Niedzwiedz; Troy Russell Key their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015, "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenti ng to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 3rd day of August 2020 . 0...... 41 y pt�P0A4' O ;0,•OPP09 .q'. MERCHANTS BONDING COMPANY (MUTUAL) =2'2 >� Q. . h.. V •�j''%� MERCHANTS NATIONAL BONDING, INC. :~•2 -0- C: 2003 ; �� :ay'• 1933 •� c; By ••.!i/'"'"''��•. °'6�t{!: ��•• President STATE OF IOWA •�°"'•'•"' • ° • • • •' COUNTY OF DALLAS ss. On this 3rd day of August 2020 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. Pat^- POLLY MASON o Commission Number 750576 Z My Commission E)pires January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) 1, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, 1 have hereunto set my hand and affixed the seal of the Companies on this 21st day of October 2020 :..• ..:. •.• Z 10 Nq ••. . • LNG Cp •. .P..... l OR4•oRPog4%aA- = _ � _ a � Z � : a'• 1933 �' � • Secretary 2003 .11ll 1111 T'S%, BONDING COMPANY. MERCHANTS NATIONAL BONDING, INC. • P.O. BOX 14498 • DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 • FAX: (515) 243-3854 ADDENDUM TO BOND This Addendum is in reference to the bond(s) to which it is attached. Merchants National Bonding, Inc. ("Merchants") deems the digital or electronic image of Merchants' corporate seal below affixed to the bond(s) to the same extent as if a raised corporate seal was physically stamped or impressed upon the bond(s). The digital or electronic seal below shall have the same force and effect as though manually fixed to the bond(s). All terms of the bond(s) remain the same. Signed and effective March 23, 2020. MERCHANTS NATIONAL BONDING, INC. -0- 2003 By: — /-CITY �;& Larry Taylor, Plesident 10/21 /2020 Proposal Data Back to Project Bid 20-82, Construction - Rupple Rd Old Wire Tree Planting Rebid - Proposal Data Show/Hide —4 Search Supplier Arkansas Contractor's License # Arkansas Secretary of State Building Exteriors 0341940421 800191041 Scorecard Open... Second Nature Landscapes, Inc. 0133430520 Scorecard Open... Q Help 100181491 https://fayetteville-ar.bonfirehub.com/projects/32372/proposalData 1 /1 Contract for Bid 20-82 Appendix C Recommendation for Award CITY OF .� FAYETTEVILLE ARKANSAS Bid Tabulation Bid 20-82, Construction - Rupple Rd Tree Planting Rebid Certified Amount: $300,000.00 25%: $75,000.00 Max Allowed: $375,000.00 r ro—Ma C ast Building Exteriors Second Nature Landscapes, Inc. Unit of Quantity # Items Selected Measure Required Unit Total Price Cost Unit Total Price Cost #1-1 Mobilization (Shall not exceed S% of Total Bid) $3,500.00 LS 1 $0 $0 $3,500.00 $3,500.00 #1-2 Clearing, Grubbing, & Demolition $5,000.00 LS 1 $9,500.00 $9,500.00 $5,000.00 $5,000.00 #1-3 Traffic Control and Maintenance 51,500.00 LS 1 $2,000.00 $2,000.00 $1,500.00 $1,500.00 #1-4 4 inch Topsoil Placement $2,287.50 SY 750 $4.50 $3,375.00 $3.05 $2,287.50 #1-S Solid Sod $3,000.00 SY 750 $4.50 $3,375.00 $4 $3,000.00 #1-6 Maintenance Period $8,340.00 LS 1 $6,000.00 $6,000.00 $8,340.00 $8,340.00 #1-7 Watering (First Year) $6,420.00 LS 1 $10,560.00 $10,560.00 $6,420.00 $6,420.00 #1-8 Tree Replacement Due to Damage $7,500.00 EA 30 $450 $13,500.00 $250 $7,500.00 #2-1 Yellowwood (Cladrustis kentukea) $3,200.00 EA 8 $330 $2,640.00 $400 $3,200.00 #2-2 Dogwood (Cornus florida) $1,200.00 EA 3 $330 $990 $400 $1,200.00 #2-3 Sweetgum (Liquidambar styraciflua 'Rotundiloba') $1,600.00 EA 4 $330 $1,320.00 $400 $1,600.00 #2-4 Tulip Tree (Liriodendron tulipifera) $6,400.00 EA 16 $330 $5,280.00 $400 $6,400.00 #2-5 Chinese Pistache (Pistachia chinensis) $6,400.00 EA 16 $330 $5,280.00 $400 $6,400.00 #2-6 Scarlet Oak (Quercus coccinea) $800 EA 2 $330 $660 $400 $800 #2-7 Northern Red Oak (Quercus rubra) $2,000.00 EA 5 $330 $1,650.00 $400 $2,000.00 #2-8 ISoil Amendment (Trees) $1,890.00 EA 54 $32 $1,728.00 $35 $1,890.00 #3-1 Prospector Elm (Ulmus davidiana var. 'Prospector') $11,600.00 EA 29 $330 $9,570.00 $400 $11,600.00 #3-2 Princeton Elm (Ulmus americana var. 'Princeton') $4,400.00 EA 11 $330 $3,630.00 $400 $4,400.00 #3-3 Black Gum (Nyssa sylvatica) $8,400.00 EA 21 $330 $6,930.00 $400 $8,400.00 #3-4 Pin Oak (Quercus palustris) $7,600.00 EA 19 $330 $6,270.00 $400 $7,600.00 #3-5 Willow Oak (Quercus phellos) $2,400.00 EA 6 $330 $1,980.00 $400 $2,400.00 #3-6 INorthern Catalpa (Catalpa speciosa) $2,400.00 EA 6 $330 $1,980.00 $400 $2,400.00 #3-7 1 Pond Cypress (Taxodium distichum var. imbricarium) $2,000.00 EA 5 $330 $1,650.00 $400 $2,000.00 #3-8 Soil Amendment (Trees) $3,395.00 EA 97 $32 $3,104.00 $35 $3,395.00 #3-9 Wildflower Pollinator Mix $2,760.00 LB 10 $1,060.00 $10,600.00 $276 $2,760.00 #4-1 Jefferson Elm (Ulmus americana 'Jefferson') $4,000.00 EA 10 $330 $3,300.00 $400 $4,000.00 #4-2 Water Oak (Quercus nigra) $4,400.00 EA 11 $330 $3,630.00 $400 $4,400.00 #4-3 Frontier Elm (Ulmus minor x Ulmus parvifolia 'Frontier') $3,200.00 EA 8 $330 $2,640.00 $400 $3,200.00 #4-4 American Hornbeam (Carpinus caroliana) $5,200.00 EA 13 $330 $4,290.00 $400 $5,200.00 #4-5 Bald Cypress (Taxodium distichum) $2,400.00 EA 6 $330 $1,980.00 $400 $2,400.00 #4-6 Black Gum (Nyssa sylvatica) $3,600.00 EA 9 $330 $2,970.00 $400 $3,600.00 #4-7 Red Oak (Quercus rubra) $400 EA 1 $330 $330 $400 $400 #4-8 Sycamore (Platanus occidentalis) $1,200.00 EA 3 $330 $990 $400 $1,200.00 #4-9 IWillow Oak (Quercus phellos) $800 EA 2 $330 $660 $400 $800 #4-10 ISoil Amendment (Trees) $2,205.00 JEA 63 $32 1 $2,016.00 $35 $2,205.00 AiK4atsa9 Bid 20-82, Construction - Rupple Road Tree Planting Rebid Project Overview Project Details Reference ID Bid 20-82, Construction - Rupple Road Tree Planting Rebid Project Name Bid 20-82, Construction - Rupple Rd Old Wire Tree Planting Rebid Project Owner Andrea Foren Project Type ITB Department Purchasing Certification of $0.00 - $0.00 Funds Project Description The City is seeking bids from qualified vendors for the purchase, delivery, and installation of trees along Rupple Road and Old Wire Road. Open Date Sep 27, 2020 12:00 AM CDT Close Date Oct 21, 2020 2:00 PM CDT Highest Scoring Supplier Second Nature Landscapes, Inc. Seal status Score 100 pts C' O .� FAYRTTRVILLE AG"K #YKAKS#1 Requested Information Required Signature Form Bid Bond W-9 Arkansas Secretary of State Filing # Arkansas Contractor's License Bid 20-82, Construction - Rupple Road Old Wire Tree Planting (BT-45WZ) Conflict of Interest Unsealed on Unsealed by Oct 21, 2020 2:08 PM CDT Les McGaugh Oct 21, 2020 2:08 PM CDT Les McGaugh Oct 21, 2020 2:09 PM CDT Les McGaugh Oct 21, 2020 2:09 PM CDT Les McGaugh Oct 21, 2020 2:08 PM CDT Les McGaugh Oct 21, 2020 2:01 PM CDT Les McGaugh # Declaration of Conflict of Interest You have been chosen as a Committee member for this Evaluation. Please read the following information on conflict of interest to see if you have any problem or potential problem in serving on this committee. ## Code of Conduct All information related to submissions received from Suppliers or Service Providers must be kept confidential by Committee members. ## Conflict of Interest No member of a Committee shall participate in the evaluation if that Committee member or any member of his or her immediate family: ' has direct or indirect financial interest in the award of the contract to any proponent; ` is currently employed by, or is a consultant to or under contract to a proponent; * is negotiating or has an arrangement concerning future employment or contracting with any proponent; or, * has an ownership interest in, or is an officer or director of, any proponent. Please sign below acknowledging that you have received and read this information. If you have a conflict or potential conflict, please indicate your conflict on this acknowledgment form with information regarding the conflict. I have read and understood the provisions related to the conflict of interest when serving on the Evaluation Committee. If any such conflict of interest arises during the Committee's review of this project, I will immediately report it to the Purchasing Director. Name Date Signed Has a Conflict of Interest? Les McGaugh Oct 21, 2020 2:02 PM CDT No cltI OF r_ FAYETTEVILLE ARKANSAS Submissions Supplier Building Exteriors Date Submitted Name Email Oct 21, 2020 10:18 AM jo steenbergen jsteenbergen@msn.com CDT Confirmation Code MTAOMDMw Second Nature Oct 21, 2020 1:18 PM jeff schlup jeff@secondnaturenwa.com MTA0MTI1 Landscapes, Inc. CDT CITY OF �0 FAYETTBVILLE Iwncwwua Scoring Summary Active Submissions Total Total Base Bid Price Supplier / 100 pts / 100 pts Second Nature Landscapes, Inc. 100 pts 100 pts ($134,397.50) Building Exteriors 96.5 pts 96.5 pts ($139,278.00) Within Certified Funds Pass/Fail Pass Pass -v pf PAYET.� OVILLR .R"K s YKAItlA1 Signatures Name Andrea Foren (Project Owner) Les McGaugh (Evaluator) Andrea Foren Signatures Digitally signed by Andrea Foren Date: 2020.10.28 1 1:24:16 -05'00' Digitally signed by Les McGaugh Les M c G a u g Date: 2020.10.27 10:26:31-05'00' City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 ENGINEERING (621) 2020 Requestor: Paul Libertini BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Recognize revenue of $238,094 collected from property owners for improvements to Rupple Road. These funds shall be used for Tree Planting along Rupple Road. RESOLUTION/ORDINANCE COUNCIL DATE LEGISTAR FILE ID# 11/17/2020 2020-0916 H ally 3 task. 1012912020 11:58 AM Budget Director Date TYPE: D - (City Council) JOURNAL #: GLDATE: 11/17/2020 CHKD/POSTED: TOTAL 238,094 238,094 v.20200820 Increase / (Decrease) Project.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 4470.800.8835-4420.00 - 238,094 06035 4400 RE Payments by Property Owners - base 4470.800.8835-5809.00 238,094 06035 4400 EX Improvements - Street H:\BudgetAdjustments\2020-Budget\City Council\1 1-17-2020\2020-0916 BA Tree Planting Rupple-Old Wire 1 of 1