2002-03-04 Project Manual1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
~~
Project Manual
2002 Northwest Commercial Park
City of Albertville, Minnesota
SEH No. A-ALBEV 0113
March 4, 2002
=SEM
BIDDING DOCUMENTS
SHDRT ELLIOTT HENDRICKSON INC
Multidisciptined. Set No.
Single Source.
DOCUMENT 00010
TABLE OF CONTENTS
Number Document
INTRODUCTORY INFORMATION
Addenda (if any)
00001 Title Page
00005 Certification
00010 Table of Contents
BIDDING REQUIREMENTS
00100 Advertisement for Bids
00200 Instructions to Bidders
00410 Bid Form
Exemption Form
.CONTRACT FORMS
00520 Standard Form of Agreement
00611 Construction Performance Bond
00613 Construction Payment Bond
00620 Notice of Award
00630 Notice to Proceed
00640 Change Order
00650 Work Change Directive
00660 Receipt and Waiver of Mechanic's Lien Rights
00670 Certificate of Substantial Completion
00680 Final Statement
CONDITIONS OF THE CONTRACT
00700 EJCDC Standard General Conditions
00800 Supplementary Conditions
2002 Northwest Commercial Park
Table of Contents
A-ALBEV 0113
00010 - 1
SPECIFICATIONS
Section Title
SPECIFICATIONS
Division 1-General Requirements
O 1110 Summary of Work
01300 Submittals
01315 Project Meetings
01450 Quality Control
01500 Temporary Facilities and Controls
01558 Maintenance of Traffic
01600 Product Requirements
01770 Closeout Procedures
Division 2 - Sitework
02010 General Provisions
02100 Site Preparation
02110 Demolition
02115 Site Grading
02120 Erosion Protection
02221 Trench Excavation and Backfill
02300 Bored & Jacked Crossings
02480 Landscape Work
02510 Roadways
02660 Water Distribution Systems
02720. Storm Sewer Systems
02730 Sanitary Sewer Systems
02765 Pavement Markings
APPENDIX
Soils Investigation
Ductile-Iron & Compact Fittings
END OF SECTION
Table of Contents 2002 Northwest Commercial Park
00010 - 2 A-ALBEV 0113
L~
'~
i. ~
DOCUMENT 00100
Notice is hereby given that sealed bids will be received by the City Administrator until 11:00 a.m., on
Wednesday, April 3, 2002 at the office of City Administrator, at 5975 Main Avenue Northeast, PO Box 9,
Albertville, MN 55301-0009, at which time they will be publicly opened and read aloud for the furnishing of all
labor and material for the construction o£ 2002 Northwest Commercial Park, Albertville, MN.
Approximate major quantities are as follows:
52,000 CY Common Excavation 27 EA Standard Manholes
12,000 CY Granular Borrow 7,200 LF 6" -12"PVC Water Main
51,000 CY Aggregate Base 9 EA Hydrants
4,600 TN Bituminous 36 EA 6" - 12" Gate Valves
8,300 LF Concrete Curb & Gutter 200 LF 24" Steel Casing Pipe
2,200 LF 12" - 24"RCP Storm Sewer 32 AC Seeding
6,300 LF 10" -12" PVC Sanitary Sewer
Copies of the Construction Documents are on file for review at the following locations:
SEH, 1200 25th Avenue South, P.O. Box 1717, St. Cloud, MN 56302-1717
Bids shall be on the forms provided for that purpose and according to the Contract Documents prepared by SEH,
1200 25th Avenue South, P.O. Box 1717, St. Cloud, Minnesota 56302-1717. Bids will only be accepted from
Contractors who purchase Contract Documents from the above-named Engineers.
Bid forms and Contract Documents may be seen at the office of the City Administrator and at the office of the
above-named Engineers.
Contractors desiring a copy of the Bid Forms and Contract Documents may obtain them from SEH, in .accordance
with the Instructions to Bidders, upon payment of $50/set. Checks should be made out to SEH. No refunds will be
provided.
Bid security in the amount of 5 percent of the bid must accompany each bid in accordance with the Instructions to
Bidders.
Bids shall be directed to the City Administrator, securely sealed and endorsed upon the outside wrapper, "BID
FOR 2002 NORTHWEST COMMERCIAL PARK, ALBERTVILLE, MINNESOTA, A-ALBEV 0113".
The Owner reserves the right to reject any and all bids, to waive irregularities and informalities therein, and to
award the Contract in the best interests of the Owner.
Linda Goeb
City Administrator
Albertville, Minnesota
Publish: Construction Bulletin
Crow River News North
ADVERTISEMENT FOR BIDS
Albertville, Minnesota
2002 Northwest Commercial Park
SEH No. A-ALBEV 0113
March 8 and 15, 2002
March 11 and 18, 2002
END OF SECTION
2002 Northwest Commercial Park
Advertisement for Bids
A-ALBEV 0113 00100 - 1
f DOCUMENT 00200
INSTRUCTIONS TO BIDDERS
' 1. DEFINED TERMS
Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the
Construction Contract (No. 1910-8) (1990 Edition) have the meanings assigned to them in the General
Conditions.
Certain additional terms used in these Instructions to Bidders have the meanings indicated below which .are
applicable to both the singular and plural thereof.
1.1 Bidder -one who submits bid directly to Owner as distinct from asub-bidder, who submits a bid
to a bidder.
1.2 Successful Bidder -the lowest, responsible, and responsive bidder to whom Owner (on the basis
of Owner's evaluation as hereinafter provided) makes an award.
2. COPIES OF BIDDING DOCUMENTS
2.1 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in
the Advertisement or Invitation to Bid may be obtained from the office of SEH, 1200 25th
Avenue South, P.O. Box 1717, St. Cloud, Minnesota 56302-1717. The deposit will not be
refunded.
2.2 Complete sets of Bidding Documents must be used in preparing bids; neither Owner nor Engineer
assume any responsibility for errors or misinterpretations resulting from the use of incomplete
sets of Bidding Documents.
2.3 -Owner and Engineer in making copies of Bidding 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.
3. QUALIFICATIONS OF BIDDERS
To demonstrate qualifications to perform the Work, each bidder must be prepared to submit within five days after
bid opening upon Owner's request detailed written evidence such as financial data, previous experience, present
commitments and other such data as may be called for to determine the ability of the bidder to perform the Work.
The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of such bidder fails to
satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Agreement and to
complete the Work contemplated therein.
4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1 It is the responsibility of each bidder before submitting a bid:
4.1.1 To examine thoroughly the Contract Documents and other related data identified in the
Bidding Documents (including "technical data" referred to below);
2002 Northwest Commercial Park Instructions to Bidders
A-ALBEV 0113 00200 - 1
4.1.2 To visit the site to become familiar with and satisfy bidder as to the general, local and site
conditions that may affect cost, progress, performance or furnishing of the Work;
4.1.3 To consider federal, state, and local laws and regulations that may affect cost, progress,
performance or furnishing of the Work;
4.1.4 To study and carefully correlate errors, ambiguities, or discrepancies which bidder has
discovered in or between the Contract Documents and such other related data; and
4.1.5 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.
4.1.6 The failure or omission of the bidder to do any of the above shall in no way relieve them
from any obligation in respect to their bid.
4.2 Reference is made to the Supplementary Conditions for identification of:
4.2.1 those reports of explorations and tests of subsurface conditions at or contiguous to the site
which have been utilized by Engineer in preparation of the Contract Documents. Bidder
may rely upon the general accuracy of the "technical data" contained in such reports but
not upon other data, interpretations, opinions, or information shown or indicated in such
reports or otherwise relating to the subsurface conditions- at the site, nor upon the
completeness thereof for the purposes of bidding or construction.
4.2.2 those Drawings of physical conditions in or relating to existing surface and subsurface
structures (except underground facilities) which are at or contiguous to the Site that have
been utilized by Engineer in preparation of the Contract Documents. Bidder may rely,
upon the general accuracy of the "technical data" contained in such Drawings but not
upon other data, interpretations, opinions or information shown or indicated in such
Drawings or otherwise relating to such structures, nor upon the completeness thereof for
the purposes of bidding or construction.
Copies of such reports and Drawings will be made available by Owner to any bidder on request. Those reports
and Drawings are not part of the Contract Documents, but the "technical data" contained therein upon which
bidder is entitled to rely as provided in Paragraphs 4.2 of the General Conditions has .been identified and.
established in Paragraph SC-4.2 of the Supplementary Conditions. Bidder is responsible for any interpretations or
conclusion drawn from any "technical data" or any such data, interpretations, opinions or information.
4.3 Information and data shown or indicated in the Contract Documents with respect to existing
underground facilities at or contiguous to the site is based upon information and data furnished to
Owner and Engineer by owners of such underground facilities or others, and Owner and Engineer
do not assume responsibility for the accuracy or completeness thereof unless it is expressly
provided otherwise in the Supplementary Conditions.
4.4 Provisions concerning responsibilities for the adequacy of data furnished to prospective bidders
with respect to subsurface conditions, other physical conditions and underground facilities, and
possible changes in the Contract Documents due to differing or unanticipated conditions appear
in Paragraph 4.2 and 4.3 of the General Conditions.
4.5 Before submitting a bid each bidder will be responsible to obtain such additional or
supplementary examinations, investigations, explorations, tests, studies and data concerning
conditions (surface, subsurface and underground facilities) at or contiguous to the site or
otherwise which may affect cost, progress, performance or furnishing of the Work or which relate
to any aspect of the means, methods, techniques, sequences or procedures of construction to be
employed by bidder and safety precautions and programs incident thereto or which bidder deems
necessary to determine its bid for performing and furnishing the Work in accordance with the
time, price and other terms and conditions of the Contract Documents.
Instructions to Bidders
00200 - 2
2002 Northwest Commercial Park
A-ALBEV 0113
L~
fl
1
4.6 On request, Owner will provide each bidder access to the site to conduct such examinations,
investigations, explorations, tests and studies as each bidder deems necessary for submission of a
bid. Bidder shall obtain all necessary permits and shall fill all holes and clean up and restore the
site to its former condition upon completion of such explorations, investigations, tests and studies.
4.7 Reference is made to the Supplementary Conditions for the identification of the general nature of
the Work that is to be performed at the site by Owner or others (such as utilities and other prime
Contractors) that relates to the Work for which a bid is to be submitted. On request, Owner will
provide to each bidder for examination access to or copies of Contract Documents (other than
portions thereof related to price) for such Work.
4.8 The submission of a bid will constitute an incontrovertible representation by bidder that bidder
has complied with every requirement of this Article 4, that without exception the bid is premised
upon performing and furnishing the Work required by the Contract Documents and applying the
specific means, methods, techniques, sequences or procedures of construction (if any) that may be
shown or indicated or expressly required by the Contract Documents, that bidder has given
Engineer written notice of all conflicts, errors, ambiguities and discrepancies that bidder has
discovered in the Contract Documents and the written resolutions thereof by Engineer is
acceptable to bidder and that the Contract Documents are generally sufficient to indicate and
convey understanding of all terms and conditions for performing and furnishing the Work.
5. AVAILABILITY OF LANDS FOR WORK, ETC.
The lands upon which the Work is to be performed, rights-of--way and easements for access thereto and other
lands designated for use by Contractor in performing the Work, are identified in the Contract Documents. All
additional lands and access thereto required for temporary construction facilities, construction equipment or
storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor.
Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by
Owner unless otherwise provided in the Contract Documents.
6. INTERPRETATIONS AND ADDENDA
' 6.1 All questions about the meaning or intent of the Contract Documents are to be directed to
Engineer. Interpretations or clarifications considered necessary by Engineer in response to such
questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as
having received the Bidding Documents. Questions received less than ten days prior to the date
for opening of bids may not be answered. Only questions answered by formal written Addenda
will be binding. Oral and other interpretations or clarifications will be without legal effect.
6.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or
Engineer.
7. BID SECURITY
7.1 Each bid must be accompanied by bid security made payable to Owner in an amount of five
percent of the bidder's maximum bid price and in the form of a certified or bank check or a Bid
Bond (on form attached, if a form is prescribed) issued by a surety meeting the requirements of
Paragraph 5.1 of the General Conditions.
7.2 Bid security must be accompanied by bidder's individual, partnership, or corporate
acknowledgment, and by acknowledgment of Corporate Surety. Attorneys-in-fact who sign Bid
2002
Northwest Commercial Park Instructions to Bidders
' A-ALBEV 0113 00200 - 3
Bonds must file with the bond a certified and effective dated copy of their Power of Attorney. Bid
Bonds must contain original signatures.
7.3 The bid security of the successful bidder will be retained until such bidder has executed the
Agreement, furnished the required Contract security and met the other conditions of the Notice of
Award, whereupon the bid security will be returned. If the successful bidder fails to execute and
deliver the Agreement and furnish the required Contract security within fifteen days after the
Notice of Award, Owner may annul the Notice of Award and the bid security of that bidder will
be forfeited. The bid security of the three lowest bidders may be retained by the Owner until the
Agreement is signed and substituted with the bonds as set forth in Paragraph 2 of the Bid Form,
whereupon bid security furnished by such bidders will be returned. Bid security of other bidders
will be returned within seven days after the bid opening.
8. CONTRACT TIME
The number of days within which, or the dates by which, the Work is to be substantially completed and also
completed and ready for final payment (the term "Contract Time" is defined in Paragraph 1.12 of the General
Conditions) are set forth in the Summary of Work and the Agreement.
9. LIQUIDATED DAMAGES
Provisions for liquidated damages, if any, are set forth in the Summary of Work and the Agreement.
10. SUBSTITUTE OR "OR-EQUAL" ITEMS
The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified
in the Project Manual, without consideration of possible substitute or "or-equal" items. Whenever it is indicated in
.the Drawings or specified in the Project Manual that a substitute or "or-equal" item of material or equipment may
be furnished or used by Contractor, if acceptable to Engineer, application for such acceptance will not be
considered by Engineer until after the Effective Date of the Agreement. The procedure for submissions of any
such application by Contractor and considerations by Engineer is set forth in Paragraphs 6.7.1, 6.7.2 and 6.7.3 of
the General Conditions and may be supplemented in the General Requirements.
11. SUBCONTRACTORS, SUPPLIERS, AND OTHERS
11.1 If the Supplementary Conditions require the identity of certain subcontractors, suppliers and other
persons and organizations (including those who are to furnish the principal items of material and
equipment) to be submitted to Owner in advance of a specified date prior to the Effective Date of
the Agreement, apparent successful bidder, and any other bidder so requested, shall within five
days after bid opening submit to Owner a list of all such subcontractors, suppliers and other
persons and organizations proposed for those portions of the Work for which such identification
is required. Such list shall be accompanied by an experience statement with pertinent information
regarding similar projects and other evidence of qualification for each such subcontractor,
supplier, person or organization if requested by Owner. An Owner or Engineer who after due
investigation has reasonable objection to any proposed subcontractor, supplier, other person or
organization, may before the Notice of Award is given request apparent successful bidder to
submit an acceptable substitute without an increase in bid price.
Instructions to Bidders
00200 - 4
2002 Northwest Commercial Park
A-ALBEV 0113
t
If 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 of such acceptance after the Effective Date of the Agreement as provided in
Paragraph 6.8.2 of the General Conditions.
12. BID FORM
12.1 The Bid Form is included with the Bidding Documents; additional copies may be obtained from
Engineer.
12.2 All blanks on the Bid Form must be completed by printing in ink or by typewriter.
12.3 Bids by corporations must be executed in the corporate name by the president or avice-president
(or other corporate officer accompanied by evidence of authority to sign) and the corporate seal
(if any) must be affixed and attested by the secretary or an assistant secretary. -The corporate
address and state of incorporation must be shown below the signature.
12.4 Bids by partnerships must be executed in the partnership name and signed by a partner, whose
title must appear under the signature and the official address of the partnership must be shown
below the signature.
12.5 All names must be typed or printed in ink below the signature.
12.6 The bid must contain an acknowledgment of receipt of all Addenda (the numbers of which must
be filled in on the Bid Form).
12.7 The address, telephone, and facsimile numbers for communications regarding the bid must be
shown.
12.8 Evidence of authority to conduct business as an out-of--state corporation where the Work is to be
performed shall be provided in accordance with paragraph 3 above.
13. SUBMISSION OF BIDS
13.1 Bids shall be submitted at the time and place indicated in the Advertisement or Invitation to Bid
and shall be enclosed in an opaque sealed envelope, marked with the Project title and name and
address of the bidder and accompanied by the bid security and other required documents. If the
bid is sent through the mail or other delivery system, the sealed envelope must be enclosed in a
separate envelope with the notation "BID ENCLOSED" on the face of it.
13.2 Bids arriving after time set will be returned unopened.
13.3 Telephone or facsimile bids and bid bonds will not be considered.
14. MODIFICATION AND WITHDRAWAL OF BIDS
14.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner
that a bid must be executed) and delivered to the place where bids are to be submitted at any time
prior to the opening of bids.
14.2 No bidder may withdraw a bid within the number of days specified on the Bid Form after the
actual opening thereof. Should there be reasons why the Contract cannot be awarded within the
specified period, the time may be extended by mutual agreement between the Owner and the
bidder.
2002 Northwest Commercial Park Instructions to Bidders
' A-ALBEV 0113 00200 - 5
15. OPENING OF BIDS
Bids will be opened and read aloud publicly at the place where bids are to be submitted. An abstract of the
amounts of the base bids and major alternates will be made available to bidders after the opening bids.
16. BIDS TO REMAIN SUBJECT TO ACCEPTANCE
All bids will remain subject to acceptance as set forth in paragraph 2 of the Bid Form, but Owner may, in its sole
discretion, release any bid and return the bid security prior to that date.
17. AWARD OF CONTRACT
17.1 Owner reserves the right to reject any or all bids, including without limitation the rights to reject
any or all nonconforming, non-responsive, unbalanced or conditional bids and to reject the bid of
any bidder if Owner believes that it would not be in the best interest of the Project to make an
award to that bidder, whether because the bid is not responsive or the bidder is unqualified or of
doubtful financial ability or fails to meet any other pertinent standard or criteria established by
Owner. Owner also reserves the right to waive all informalities not involving price, time or
changes in the Work and to negotiate Contract terms with the successful bidder. Discrepancies
between the multiplication of units of Work and unit prices will be resolved in favor of the unit
prices. Discrepancies between the indicated sum of any column of figures and the correct sum
thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will
be resolved in favor of the words.
17.2 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.
17.3 Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of
any bid and to establish the responsibility, qualifications and financial ability of bidders, proposed
subcontractors, suppliers and other persons and organizations to perform and furnish the Work in
accordance with the Contract Documents to Owner's satisfaction within the prescribed time.
17.4 If the Contract is to be awarded, it will be awarded to the lowest bidder whose evaluation by
Owner indicates to Owner that the award will be in the best interests of the Owner.
17.5 If the Contract is to be awarded, Owner will give the successful bidder a Notice of Award within
5 days after the day of award.
18. CONTRACT SECURITY
Paragraph 5.1 of the General Conditions and the Supplementary Conditions set forth Owner's requirements as to
Performance and Payment Bonds. When the successful bidder delivers the executed Agreement to Owner, it must
be accompanied by the required Performance and Payment Bonds found in this Project Manual (see Sections
00611 and 00613).
19. SIGNING OF AGREEMENT
When Owner gives a Notice of Award to the successful bidder, it will be accompanied by the required number of
unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen days
Instructions to Bidders
00200 - 6
2002 Northwest Commercial Park
A-ALBEV 0113
t
n
1
L~
r
DOCUM
ENT 00410
BID FORM
Contractor's Name
PROJECT IDENTIFICATION: 2002 Northwest Commercial Park
Albertville, Minnesota
SEH No. A-ALBEV 0113
THIS BID IS SUBMITTED TO: Honorable Mayor and City Council
c/o Linda Goeb
City Administrator
5485 Main Avenue Northeast
P.O. BOX 9
Albertville, MN 55301-0009
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with
OWNER on the form included in the Contract Documents to perform and furnish all Work as specified or
indicated in the Contract Documents for the Bid Price and within the Bid Time indicated in this Bid and in
accordance with the other terms and conditions of the Contract Documents.
2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to
Bidders, including without limitation those dealing with the disposition of bid security. This bid will remain
subject to acceptance for 60 calendar 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.
3. In submitting this bid, BIDDER represents, as more fully set forth in the Agreement, that:
a. BIDDER has examined and carefully studied the Bidding Documents and the following Addenda (receipt
of all which is hereby acknowledged):
Date Number
b. BIDDER has visited the site and become familiar with, and is satisfied as to the general, local and site
conditions that may affect cost, progress, performance and furnishing of the Work.
c. BIDDER is familiar with, and is satisfied as to all federal, state and local Laws and regulations that may
^ affect cost, progress, performance and furnishing of the Work.
-' d. BIDDER has studied carefully all reports of all 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 (except underground facilities) which have been
2002 Northwest Commercial Park Bid Form
A-ALBEV 0113 00410 - 1
1
t
identified in the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions.
BIDDER accepts the determination set forth in paragraph S.C. 4.2 of the Supplementary Conditions of
the extent of the "technical data" contained in such reports and Drawings upon which BIDDER is entitled
to rely as provided in paragraph 4.2 of the General Conditions. BIDDER acknowledges that such reports
and Drawings are not Contract Documents and may not be complete for BIDDER'S purposes. BIDDER
acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or
completeness of information and data shown or indicated in the Bidding Documents with respect to
underground facilities at or contiguous to the site. BIDDER has obtained and carefully studied (or
assumes responsibility for having done so) all such additional or supplementary examinations,
investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and
underground facilities) at or contiguous to the site or otherwise which may affect cost progress,
performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques,
sequences and procedures of construction to be employed by BIDDER and safety precautions and
programs incidental thereto. BIDDER does not consider that any additional examinations, investigations,
explorations, tests, studies or data are necessary for the determination of this bid for performance and
furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract
Documents.
e. BIDDER is aware of the general nature of Work to be performed by Owner and others at the site that
relates to Work for which this bid is submitted as indicated in the Contract Documents.
£ BIDDER has correlated the information known to BIDDER, information and observations obtained from
visits to the site, reports and Drawings identified in the Contract Documents and all additional
examinations, investigations, explorations, tests, studies and data with the Contract Documents.
~J
g. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that
BIDDER has discovered in the Contract Documents and the written resolution thereof by ENGINEER is
acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performing and furnishing the Work for which this bid is
submitted.
h. This bid is genuine and not made in the interest of, or on behalf of, any undisclosed person, firm or
corporation, and is not submitted in conformity with any agreement or rules of any group, association,
organization or corporation. BIDDER has not directly or indirectly induced or solicited any other bidder
to submit a false or sham bid. BIDDER has not solicited or induced any person, firm or corporation to
refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any
other bidder or over OWNER.
i. (Any other representation required by Laws and Regulations.)
2002 Northwest Commercial Park Bid Form
A-ALBEV 0113 00410 - 2
fl
1
1
f
1
1
4. BIDDER will complete the Work for the following price(s):
UNIT PRICE BID
Item
No.
Item Description Unit of
Measure Approximate
Quantity
Unit Price
Amount
1 MOBILIZATION L.S. 1.00
2 TRAFFIC CONTROL L.S. 1.00
3 CLEARING AND GRUBBING TREE 5.00
4 ROCK CONSTRUCTION ENTRANCE EACH 2.00
5 SAWCUT BITUMINOUS PAVEMENT LIN FT 2,400.00
6 REMOVE BITUMINOUS PAVEMENT SQ YD 92.00
7 REMOVE CMP CULVERT LIN FT 112.00
8 REMOVE GRAVEL DRNEWAY EACH 1.00
9 SALVAGE & REINSTALL PIPE APRON EACH 3.00
10 SALVAGE & REINSTALL HDPE
CULVERT LIN FT 12.00
11 SALVAGE & REINSTALL FENCE LIN FT 30.00
12 SALVAGE & REINSTALL SIGN TYPE C EACH 4.00
13 COMMON EXCAVATION (P) CU YD 27,832.00
14 UNCLASSIFIED EXCAVATION (CV) (P) CU YD 10,709.00
15 SUBGRADE EXCAVATION (EV) CU YD 1,000.00
16 GEOTEXTILE FABRIC, TYPE 5 SQ YD 22,511.00
17 COMMON BORROW (LV) CU YD 4,716.00
18 ~ )LECT GRANULAR BORROW (CV) CU YD 13,876.00
19 COARSE FILTER AGGREGATE TON 1,025.00
20 RIP RAP, CLASS II CU YD 56.20
21 CLASS 5 AGGREGATE BASE (100%)
(CV) (P) CU YD 6,172.00
22 CLASS 5 SHOULDERING AGGREGATE
(100% CRUSHED LIMESTONE) (CV) (P)
CU YD
236.00
23 BITUMINOUS TYPE 31B BASE
COURSE TON 3,376.00
24 BITUMINOUS TYPE 41A BINDER
COURSE TON 2,023.00
25 BITUMINOUS TYPE 41A WEAR
COURSE TON 2,023.00
2002 Northwest Commercial Park
Bid Form
A-ALBEV 0113
00410 - 3
1
1
[~
n
J
1
UNIT PRICE BID
Item
No.
Item Description Unit of
Measure Approximate
Quantity
Unit Price
Amount
26 BITUMINOUS TACK COAT GAL 2,025.00
27 BITUMINOUS PAVEMENT SQ YD 23.00
28 CONCRETE CURB AND GUTTER, B618 LIN FT 8,315.00
29 COMMERCIAL CONCRETE
DRIVEWAY APRON
S YD
Q
10.00
30 12" RCP CLASS V LIN FT 743.00
31 1 S" RCP CLASS V LIN FT 1,176.00
32 18" RCP CLASS V LIN FT 479.00
33 21" RCP CLASS V LIN FT 113.00
34 24" RCP CLASS III LiN FT 34.00
35 30" RCP CLASS III LIN FT 192.00
36 4" PERF. CORR. POLYETHYLENE
DRAIN TILE W/O SOCK LIN FT 7,905.00
37 12" RC FES EACH 8.00
38 15" RC FES EACH 20.00
39 18" RC FES EACH 8.00
40 21" RC FES EACH 1.00
41 30" RC FES EACH 4.00
42 STORM SEWER MANHOLE 48" DIA. EACH 1.00
43 TDIYAPE II CATCH BASIN MANHOLE 48" EACH 13.00
44 TYPE II CATCH BASIN EACH 7.00
45 4" X 12" PVC WYE EACH 9.00
46 4" PVC SCH 40 RISER LIN FT 106.00
47 6" X 10" PVC WYE EACH 12.00
48 6" PVC SCH 40 RISER LIN FT 406.00
49 6" PVC SCH 40 SERVICE PIPE LIN FT 518.00
50 8" PVC SDR 26 (20'-25' DEPTH) LIN FT 50.00
51 10" PVC SDR 35 (0-15' DEPTH) LIN FT 1,738.00
52 10" PVC SDR 35 (15'-20' DEPTH) LIN FT 1,742.00
53 10" PVC SDR 26 (20'-25' DEPTH) LIN FT 618.00
2002 Northwest Commercial Park
Bid Form
A-ALBEV 0113
00410 - 4
1
1
1
t
1
1
UNIT PRICE BID
Item
No.
Item Description. Unit of
Measure Approximate
Quantity
Unit Price
Amount
54 12" PVC SDR 26 (20'-25' DEPTH) LIN FT 1,169.00
55 12" PVC SDR 26 (25'-30' DEPTH) LIN FT 1,248.00
56 JACK/BORE 24" STEEL CASING PIPE
(0.250" THICKNESS) LIN FT 250.00
57 JACK/BORE 24" STEEL CASING PIPE
(0.312" THICKNESS) LIN FT 350.00
58 SANITARY SEWER MANHOLE (0'-10'
DEPTH) EACH 31.00
59 EXTRA DEPTH SANITARY SEWER
MANHOLE LIN FT 333.00
60 CONNECT TO EXISTING SANITARY
SEWER EACH 1.00
61 6" C900 WATER MAIN LIN FT 741.00
62 8" C900 WATER MAIN LIN FT 1,784.00
63 1-0" C900 WATER MAIN LIN FT 490.00
64 12" 0900 WATER MAIN LIN FT 4,474.00
65 6" GATE VALVE AND BOX EACH 21.00
66 8" GATE VALVE AND BOX EACH 5.00
67 10" GATE VALVE AND BOX EACH 1.00
68 12" GATE VALVE AND BOX EACH 8.00
69 HYDRANT EACH 11.00
70 CONNECT TO EXISTING WATER
MAIN EACH 5.00
71 DUCTILE IRON FITTINGS LBS 5,242.00
72 3" POLYSTYRENE INSULATION SQ YD 75.00
73 4" SOLID LINE WHITE -EPOXY LIN FT 10,850.00
74 4" DASHED LINE WHITE -EPOXY LIN FT 400.00
75 4" DOUBLE SOLID LINE YELLOW -
EPOXY LIN FT 4,310.00
76 4" SOLID LINE YELLOW -EPOXY LIN FT 910.00
77 24" SOLID LINE WHITE -EPOXY LIN FT 40.00
78 24" SOLID LINE YELLOW -EPOXY LIN FT 130.00
79 PVMT MESSAGE (RIGHT TURN, LEFT
TURN ARROW) -EPOXY EACH 8.00
2002 Northwest Commercial Park
Bid Form
A-ALBEV 0113
00410 - 5
[~
1
1
BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work within the times specified in the Agreement.
UNIT PRICE BID-
Item
No.
Item Description Unit of
Measure Approximate
Quantity
Unit Price
Amount
80 PERMANENT BARRIER EACH 3.00
80 SIGN PANELS, TYPE "C" SQ FT 43.75
82 BALE CHECK EACH 27.00
83 SILT FENCE, HEAVY DUTY LIN FT 7,235.00
84 SODDING, TYPE LAWN SQ YD 2,300.00
85 SEEDING ACRE 32.50
86 SEED MIXTURE 90B POUND 1,485.00
87 SEED MIXTURE 15B POUND 27.00
88 SEED MIXTURE 25B POUND 100.00
89 MULCH MATERIAL TYPE 1 TON 65.00
90 DISC ANCHORING ACRE 32.50
91 COMMERCIAL FERTILIZER POUND 6,500.00
Total Bid for all Unit Prices $
Unit Prices have been computed in accordance with paragraph 11.9.2 of the General Conditions.
BIDDER acknowledges that quantities are not guaranteed and final payment will be based on actual quantities
determined as provided in the Contract Documents.
5. BIDDER agrees that the Work will be substantially complete and ready for final payment, in accordance with
paragraph 14.13 of the General Conditions, on or before the dates or within the number of calendar days
indicated in the Summary of Work.
6. Communications concerning this bid shall be addressed to the address of BIDDER indicated below.
7. The terms used in this bid which are defined in the General Conditions of the Construction Contract included
as part of the Contract Documents have the meanings assigned to them in the General Conditions.
DATE SUBMITTED
If BIDDER is:
2002 Northwest Commercial Park
Bid Form
A-ALBEV 0113
00410 - 6
~~
~ NNESOTA Department of Revenue
Exemption from Surety Deposits for Non-Minnesota Contractors sD-E
~;
~_ m
``:
.~
Q..:
3
~ ~ ~~
';;_
o'
> '
'~
3
_~.:
o:
m
~ ,
y
_v .:
nc
~~ ~ ' ~i
_` ,
~'.m
m
~~ ,
C
~1
_N
Contractor Minnesota I.D. number
Address Phone number
i )
City State Zip code Total contract amount
Contact person Contract beginning dote: Projected contract completion date:
Unit for which work was performed:
Address Phone number
City Srote ( Zip c) de
Contact person Phone number
Project location Contract number
Business type (check appropriate boxl: ^ Corporation ^ S corporation ^ Partnership ^ Sole proprietor
I request a waiver of surety deposit under Minnesota law (M.S. 290.9705) for the following reason:
^ 1 I have provided a cash surety or a bond secured by an insurance company licensed in Minnesota .
(Attach o copy of the bonding agreement.)
Bonding company
Address
Period of bond:
Bonding
Phone nvml
^ 2 I have done cons-ruction work in Minnesota during the past three calendar years and have fully complied with
Minnesota law regarding Minnesota income, sales, and withholding taxes.
t authorize sending o copy of this to the contracting agency and give the Department of Revenue permission to discuss this case and related
taxes with the bonding company.
Signature Dote
:_ Revenue Department Certification
•o-~
4 6
a The above named out-of-state contractor rs exempt from the surety requirements of Minnesota Statute 290.9705
~_
t Signature of authorized Revenue Department representative Date
~~ ~ _-
Mail the original and one copy to: Minnesota Department of Revenue, Mail Station 6525, St. Paul, MN 55146-6525
Sroc4 No. 5002050
tRev. 6/931
Instructions for Form SD-E
Nho should file?
anon-Minnesota contractor or subcontrac-
~r has contracted for work in Minnesota, and
he amount of the contract is over $100,000,
7e contractor or subcontractor may file Form
D-E with the Minnesota Department of
revenue.
'orm SD-E will be used to determine whether
r not the contractor is exempt from the
urety deposit requirements for the state of
4innesota.
Nhen to file
`the contractor wants to file for an exemp-
on from the surety deposit requirements,
orm SD-E should be filed at the beginning of
ie contract. A separate approval is required
~r each project.
How to file
In order to submit Form SD-E, you must have
a Minnesota business identification number.
if you do not have a number, please contact
the Department of Revenue for application
information.
To request a waiver, check the appropriate
reason (number 1 or 2 on the form). If the first
.reason is checked, you must fill in the
information about the bond and attach a copy
of the bonding agreement to form SD-E when
you send it to the Department of Revenue.
Send the form and attachments to the
Department of Revenue for certification. If
the form is certified by the department, we
will return the certified form to you.Then you
should keep a copy for your records and give
the approved exemption to the contract
owner or prime contractor.
If the department determines that you are not
exempt or you fail to provide a copy of the
approved Form SD-E to the contract owner, 8
percent of each payment made to you as the
contractor must be deposited with the
Department of Revenue. These deposits will
be returned when the project is completed, if
you have complied with all Minnesota
income, withholding, and sales tax laws.
To request a refund of your deposit, complete
a Refund of Surety Deposits for Non-
Minnesota Contractors (Form SD-R)_ Any
refunds will be issued at the current interest
rate set by the Department of Revenue.
r
1
Where to file
The contractor should fill out Form SD-E and
mail the original and one copy to:
Minnesota Department of Revenue
Mail Station 6525
St. Paul, MN 55146-6525
Use of information
The Department of Revenue requires all the
information requested on this form, except
your telephone number. All information on
this form is guaranteed private by state law.
It cannot be given to others without your
permission, except to the Internal Revenue
Service, other states that guarantee it will be
kept private, and certain county or state
agencies..
Need help?
If you need help or additional information to
fill out this form, call 296-6]81 in the Twin
Cities area. From elsewhere in Minnesota or
from outside the state, call (toll-free) 1-800-
657-3777.
r
1
1
r
1
DOCUMENT 00520
EJCDC
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the day of in the year 2002 by and BETWEEN CITY
~' OF ALBERTVILLE, MINNESOTA, hereinafter called OWNER, and hereinafter called
CONTRACTOR.
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all, .Work as specified or indicated in the Contract Documents. The Work is
generally described as follows:
2001 Northwest Commercial Park, includin radin a e ate base bituminous avement concrete
g g g, gam' g P ,
curb and gutter, water main, sanitary sewer, storm sewer, sanitary sewer lift station, and turf
establishment.
Also included will be the construction of turn lanes on CSAH 19 (Labeaux Avenue), including grading
culverts, street construction, and bituminous paving.
ARTICLE 2. ENGINEER
The Project has been designed by SEH, who is hereinafter called ENGINEER and who is to act as OWNER's
representative, who will assume all duties and responsibilities and have the rights and authority assigned to
ENGINEER in the Contract Documents in connection with completion of the Work, in accordance with the
Contract Documents.
ARTICLE 3. CONTRACT TIME
3.1 The Contractor shall not commence work until written "Notice to Proceed" has been issued b the Owner.
Y
3.2 The work for substantial completion will be completed on or before September 1, 2002. Substantial
completion will include all pipe work, curb & gutter, base bituminous, all concrete work, and all turf
establishment.
3.3 Final completion will be no later than June 15, 2003.
~, 3.4 Liquidated Damages: OWNER and CONTRACTOR recognize that time is of the essence of this
Agreement and that OWNER will suffer financial loss if the Work is not completed within the times
specified in above paragraph, plus any extensions thereof allowed in accordance with Article 12 of the
General Conditions. They also recognize the delays, expense and difficulties involved in proving in a
2002 Northwest Commercial Park Standard Form of Agreement
A-ALBEV 0113 00520 - 1
legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time.
Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated
damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Seven Hundred Fifty and
00/100 Dollars ($750.00) for each day that expires after the time specified in the above paragraph 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 Contract Time or
any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER Five Hundred
and 00/100 Dollars ($500.00) for each day that expires after the time specified in pazagraph 3.1 for
completion and readiness for final payment. '
ARTICLE 4. CONTRACT PRICE
4.1 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract
Documents in current funds at the unit prices as shown on the attached Contractor's bid, multiplied by the
final quantities determined in accordance with Paragraph 9.10 of the General Conditions.
ARTICLE 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions.
Applications for Payment will be processed by ENGINEER, as provided in the General Conditions.
5.1 Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis
of CONTRACTOR's Application for Payment, as recommended by ENGINEER, on or about the 2nd
Friday of each month during construction, as provided below. All progress payments will be on the basis
of the progress of the Work measured by the schedule of values established in paragraph 2.07.A of 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.
5.2 Subject to provisions of SC 14.02, 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 OWNER may withhold, in accordance with paragraph 14.07 of the
General Conditions.
95 percent of the Work completed.
5.3 Final Payment: Upon final completion and acceptance of the Work in accordance with paragraph 14.07 of
the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by
ENGINEER, as provided in said pazagraph 14.07.
ARTICLE 6. INTEREST
All monies not paid when due, as provided in Article 14 of the General. Conditions, shall bear interest at the
maximum rate allowed by law at the place of the Project.
ARTICLE 7
CONTRACTOR'S REPRESENTATIONS
.
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations:
Standard Form of Agreement 2002 Northwest Commercial Park
00520 - 2 A-ALBEV 0113
7.1 CONTRACTOR has familiarized itself with the nature
and extent of the Contract Documents, Work, Site,
locality, and all local conditions and laws and regulations that in any manner may affect cost, progress,
performance or furnishing of the Work.
7.2 CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and
drawings of physical conditions which are identified in the Supplementary Conditions as provided in
paragraph 4.02 of the General Conditions, and accepts the determinations set forth in paragraph SC 4.2 of
the Supplementary Conditions of the extent of the technical data contained in such reports and drawings
upon which CONTRACTOR is entitled to reply.
7.3 CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all
such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement
those referred to in paragraph 7.2 above) which pertain to the subsurface or physical conditions at or
contiguous to the site, or otherwise may affect the cost, progress, performance or furnishing of the Work,
as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract
Price, within the Contract Time, and in accordance with the other terms and conditions of the Contract
Documents, including specifically the provisions of paragraph -4.02 of the .General Conditions. No
additional examinations, investigations, explorations, tests, reports, studies or similar information or data
are or will be required by CONTRACTOR for such purposes.
7.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract
Documents with respect to existing underground facilities at or contiguous to the site and assumes
responsibility for the accurate location of said underground facilities. No additional examinations,
.investigations, explorations, tests, reports, studies or similar .information or data in respect of said
underground facilities are or will be required by CONTRACTOR in order to perform and furnish the
Work at the Contract Price, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of paragraph 4.03 of the
General Conditions.
7.5 CONTRACTOR has correlated the results of all such observations, examinations, investigations,
explorations, tests, reports and studies with the terms and conditions of the Contract Documents.
7.6 CONTRACTOR has iven ENG
g INFER written notice of all conflicts, errors or discrepancies that he has
discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to
CONTRACTOR.
ARTICLE 8. CONTRACT DOCUMENTS
The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR
concerning the Work consist of the following:
8.1 This Agreement (pages 00520-1 to 00520- ,inclusive).
8.2 Exhibits to this Agreement (pages 00410-1 to 00410- ,inclusive).
8.3 Performance and other Bonds, identified as Documents 00611 and 00613.
~~~ 8.4 Noti
ce of Award.
2002 Northwes
t Commercial Park Standard Form of Agreement
A-ALBEV 0113 00520 - 3
8.5 General Conditions (pages 1 to 42, inclusive).
8.6 Supplementary Conditions (pages 00800-1 to 00800- ,inclusive).
8.7 Project Manual bearing the title: 2001 Northwest Commercial Park consisting of Divisions and
Sections, as listed in Table of Contents thereof.
8.8 Drawings, consisting of sheets numbered throu h inclusive with the followin eneral title:
g ~ gg
8.9 Addenda numbers to ,inclusive.
8.10 CONTRACTOR'S Bid pages to ,inclusive.
8.11 Documentation submitted by CONTRACTOR prior to Notice of Award (pages to ,
inclusive).
8.12 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 paragraphs 3.4 and 3.5 of the General Conditions. ~,
8.13 The documents listed in paragraph 8.2 et seq. above are attached to this Agreement (except. as expressly
noted otherwise above).
There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may
only be amended, modified or supplemented as provided in paragraph 3.4 and 3.5 of the General Conditions.
ARTICLE 9. NIISCELLANEOUS
9.1 Terms used in this Agreement will have the meanings indicated in the General Conditions.
9.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be
binding on another party hereto without the written consent of the party sought to be bound; and
specifically but without limitation moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this restriction may be limited by
law), and unless specifically stated to the contrary in any written consent to an assignment no assignment
will release or discharge the assignor from any duty or responsibility under the Contract Documents.
9.3 OWNER and CONTRACTOR each binds itself, its artners, successors, assi s and le al
P ~~ g
representatives, to the other party hereto, its partners, successors, assigns and legal representatives in
respect of all covenants, agreements, and obligations contained in the Contract Documents.
9.4 Any provision or part of the Contract Documents held to be void or unenforceable under any Law or
Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding
upon OWNER 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..
Standard Form of Agreement 2002 Northwest Commercial Park
00520 - 4 A-ALBEV 0113
r
t
t
t
t
r
t
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One
counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract
Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf.
OWNER: City of Albertville, MN CONTRACTOR:
By:
Attest:
Address for giving notices:
5975 Main Avenue Northeast, P.O. Box 9
Albertville, Minnesota 55301-0009
By:
Attest:
Address for giving notices:
2002 Northwest Commercial Park Standard Form of Agreement
A-ALBEV 0113 00520 - 5
1
Document 00611 Bond
Construction Performance Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business):
OWNER (Name and Address):
CONSTRUCTION CONTRACT
Date:
Amount:
Description (Name and Location):
BOND
Date (Not earlier than Construction Contract Date):
Amount:
Modifications to this Bond Form:
CONTRACTOR AS PRINCIPAL SURETY
Company: (Corp. Seal) Company: (Corp. Seal)
Signature: Signature:
Name and Title: Name and Title:
CONTRACTOR A PRIN IPAL
S C
SURETY
Company: (Corp. Seal) Company: (Corp. Seal)
j i
gnature:
S Signature:
Name and Title: Name and Title:
EJCDC No. 1910-28A (1984 Edition)
Prepared through the joint efforts of The Surety Association of America, Engineers' Joint Contract Documents Committee, The Associated General Contractors of America, and
the American Institute of Architects.
00611-1
1. The Contractor and the Surety, jointly and severally, bind themselves, their
heirs, executors, administrators, successors and assigns to the Owner for the
performance of the Construction Contract, which is incorporated herein by
reference.
2. If the Contractor performs the Construction Contract, the Surety and the
Contractor shall have no obligation under this Bond, except to participate in
conferences as provided in Subparagraph 3.1.
3. If there is no Owner Default, the Surety's obligation under this Bond shall arise
after:
3.1. The Owner has notified the Contractor and the Surety at its address
described in Pazagraph 10 below, that the Owner is considering
declazing a Contractor Default and has requested and attempted to
arrange a conference with the Contractor and the Surety to be held not
later than fifteen days after receipt of such notice to discuss methods of
performing the Construction Contract. If the Owner, the Contractor
and the Surety agree, the Contractor shall be allowed a reasonable time
to perform the Construction Contract, but such an agreement shall not
waive the Owner's right. If any, subsequently to declare a Contractor
Default; and
3.2. The Owner has declared a Contractor Default and formally terminated
the Contractor's right to complete the contract. Such Contractor
Default shall not be declazed eazlier than twenty days after the
Contractor and the Surety have received notice as provided in
Subparagraph 3.1; and
3.3. The Owner has agreed to pay the Balance of the Contract Price to the
Surety in accordance with the terms of the Construction Contract or to
a contractor selected to perform the Construction Contract in
accordance with the terms of the contract with the Owner.
4. When the Owner has satisfied the conditions of Paragraph 3, the Surety shall
promptly and at the Surety's expense take one of the following actions:
4.1. Arrange for the Contractor, with consent of the Owner, to perform and
complete the Construction Contract; or
4.2. Undertake to perform and complete the Construction Contract itself,
through its agents or through independent contractors; or
4.3 Obtain bids or negotiated proposals from qualified contractors
acceptable to the Owner for a contract for performance and completion
of the Construction Contract, arrange for a contract to be prepared for
execution by the Owner and the contractor selected with the Owners
concurrence, to be secured with performance and payment bonds
executed by a qualified surety equivalent to the bonds issued on the
Construction Contract, and pay to the Owner the amount of damages
as described in Pazagraph 6 in excess of the Balance of the Contract
Price incurred by the Owner resulting from the Contractor's default; or
4.4 Waive its right to perform and complete, arrange for completion, or
obtain a new contractor and with reasonable promptness under the
circumstances:
1. After investigation, determine the amount for which it may be
liable to the Owner and, as soon as practicable after the amount
is determined, tender payment therefor to the Owner; or
2. Deny liability in whole or in part and notify the Owner citing
reasons therefor.
5. If the Surety does not proceed as provided in Paragraph 4 with reasonable
promptness, the Surety shall be deemed to be in default on this Bond fifteen days
after receipt of an additional written notice for the Owner to the Surety demanding
that the Surety perform its obligations under this Bond, and the Owner shall be
entitled to enforce any remedy available to the Owner. If the Surety proceeds as
provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the
Surety has denied liability, in whole or in part, without further notice the Owner
shall be entitled to enforce any remedy available to the Owner.
OWNER'S REPRESENTATIVE:
Short Elliott Hendrickson Inc.
P.O. Box 1717
St. Cloud, MN 56302-1717
320.229.4300
6. After the Owner has terminated the Contractor's right to complete the
Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2,
or 4.3 above, then the responsibilities of the Surety to the Owner shall not be
greater than those of the Contractor under the Construction Contract, and the
responsibilities of the Owner to the Surety shall not be greater than those of the
Owner under the Construction Contract. To the limit of the amount of this Bond,
but subject to commitment by the Owner of the Balance of the Contract Price to
mitigation of costs and damages on the Construction Contract, the Surety is
obligated without duplication for:
6.1 The responsibilities of the Contractor for correction of defective work
and completion of the Construction Contract;
6.2 Additional legal, design professional and delay costs resulting from the
Contractor's Default, and resulting from the actions or failure to act of
the Surety under Pazagraph 4; and
6.3 Liquidation damages, or if no liquidated damagesare specified in the
Construction Contract, actual damages caused by delayed performance
ornon-performance of the Contractor.
7. The Surety shall not be liable to the Owner or others for obligations of the
Contractor that are unrelated to the Construction Contract, and the Balance of the
Contract Price shall not be reduced or set off on account of any such unrelated
obligations. No right of action shall accrue on this Bond to any person or entity
other than the Owner or it heirs, executors, administrators, or successors.
8. The Surety hereby waives notice of any change, including changes of time, to
the Construction Contract or to related subcontracts, purchase order and other
obligations.
9_ Any proceeding, legal or equitable, under this Bond may be instituted in any
court of competent jurisdiction in the location in which the work or part of .the
work is located and shall be instituted within two years after Contract Default or
within two years after the Contractor ceased working or within two years after the
Surety refuses or fails to perform its obligations under this Bond, whichever occurs
first. If the provisions of this Paragraph are void or prohibited by law, the
minimum period of limitation available to sureties as a defense in the jurisdiction
of the suit shall be applicable.
10. Notice to the Surety, the Owner or the Contractor shall be mailed or
delivered to the address shown on the signature page.
I I. When this Bond has been furnished to comply with a statutory or other legal
requirement in the location where the construction was to be perforned, any
provision in this Bond conflicting with said statutory or legal requirement shall be
deemed deleted herefrom and provisions conforming to such statutory or other
legal requirement shall be deemed incorporated herein. The intent is that this Bond
shall be construed as a statutory bond and not as a common law bond.
12. Definitions.
12.1. Balance of the Contract Price: The total amount payable by the Owner
to the Contractor under the Construction Contract after all property
adjustments have been made, including allowance to the Contractor of
any amounts received or to be received by the Owner in settlement of
insurance or other claims for damages to which the Contractor is
entitled, reduced by all valid and proper payments made to or on
behalf of the Contractor under the Construction Contract.
12.2. Construction Contract: The agreement between the Owner and the
Contractor identified on the signature page, including all Contract
Documents and changes thereto.
12.3. Contractor Default: Failure to the Contractor, which has neither been
remedied nor waived, to perform or otherwise to comply with the
terms of the Construction Contract.
12.4 Owner Default: Failure of the Owner, which has neither been
remedied nor waived, to pay the Contractor as required by the
Construction Contract or to perform and complete or comply with the
other terms thereof
AGENT OR BROKER:
Name: _
Address:
Phone:
t
1
M
r
r
1
1
1
0
f
1
00611-2
Document 00613 Bond #
~ Construction Payment Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business):
OWNER (Name and Address):
CONSTRUCTION CONTRACT
Date:
Amount:
Description (Name and Location):
BOND
Date (Not earlier than Construction Contract Date):
Amount:
Modifications to this Bond Form:
CONTRACTOR AS PRINCIPAL. S
URETY
Company: (Corp. Seal) Company: (Corp. Seal)
Signature: Signature:
Name and Title: Name and Title:
CONTRACTOR AS PRINCIPAL SURETY
Company: (Corp. Seal) Company: (Corp. Seal)
Signature: Signature:
Name and Title: Name and Title:
,~ EJCDC No. 1910-28B (1984 Edition)
Prepazed through the joint efforts of The Surety Association of America, Engineers' Joint Contract Documents Committee, The Associated General Contractors of
America, and the American Institute of Architects, American Subcontractors Association, and the.Associated Specialty Contractors.
00613-1
1. The Contractor and the Surety, jointly and severally, bind themselves,
their heirs, executors, administrators, successors and assigns to the Owner to
pay for labor, materials and equipment furnished for use in the performance
of the Construction Contract, which is incorporated herein by reference.
2. With respect to the Owner, this obligation shall be null and void if the
Contractor:
2.1 Promptly makes payment, directly or indirectly, for all sums due
Claimants, and
2.2 Defends, indemnifies and holds harmless the Owner from all
claims, demands, liens or suits by any person or entity who
furnished labor, materials or equipment for use in the performance
of the Construction Contract, provided the Owner has promptly
notified the Contractor and the Surety (at the address described in
Paragraph 12) of any claims, demands, liens or suits and tendered
defense of such claims, demands, liens or suits to the Contractor
and the Surety, and provided there is no Owner Default.
3: With respect to Claimants, this obligation shall be null and void if the
Contractor promptly makes payment, directly or indirectly, for all sums due.
4. The Surety shall have no obligation to Claimants under this Bond until:
4.1 Claimants who are employed by or have a direct contract with the
Contractor have given notice to the Surety (at the address
described in Paragraph 12) and sent a copy, or notice thereof, to
the Owner, stating that a claim is being made under this Bond
and, with substantial accuracy, the amount of the claim.
4.2 Claimants who do not have a direct contract with the Contractor.
1. Have famished written notice to the Contractor and set a
copy, or notice thereof, to the Owner, within 90 days after
having last performed labor or last furnished materials or
equipment included in the claim stating, with substantial
accuracy, the amount of the claim and the name of the party
to whom the materials were furnished or supplied or for
whom the labor was done or performed; and
2. Have either received a rejection in whole or in part from the
Contractor, or not received within 30 days of famishing the
above notice any communication from the Contractor by
which the Contractor has indicated the claim will be paid
directly or indirectly, and
3. Not having been paid within the above 30 days, have sent a
written notice to the Surety (at the address described in
Paragraph 12) and sent a copy, or notice thereof, to the
Owner, stating that a claim is being made under this Bond
and enclosing a copy of the previous written notice furnished
to the Contractor.
5. If a notice required by Paragraph 4 is given by the Owner to the
Contractor or to the Surety, that is sufficient compliance.
6. When the Claimant has satisfied the conditions of Paragraph 4, the
Surety shall promptly and at the Surety's expense take the following actions:
6.1 Send an answer to the Claimant, with a copy to the Owner, within
45 days after receipt of the claim, stating the amounts that are
undisputed and the basis for challenging any amounts that aze
disputed.
6.2 Pay or arrange for payment of any disputed amounts.
7. The Surety's total obligation shall not exceed the amount of this Bond,
and the amount of this Bond shall be credited for any payments made in good
faith by the Surety.
8. Amounts owed by the Owner to the Contractor under the Construction
Contract shall be used for the performance of the Construction Contract and
to satisfy claims, if any, under any Construction Performance Bond. By the
Contractor furnishing and the Owner accepting this Bond, they agree that all
OWNER'S REPRESENTATIVE:
Short Elliott Hendrickson Inc.
P.O. Box 1717
St. Cloud, NIN 56302-1717
320.229.4300
funds earned by the Contractor in the performance of the Construction
Contract aze dedicated to satisfy obligations of the Contractor and the Surety
under this Bond, subject to the Owner's priority to use the funds for the
completion of the work.
9. The Surety shall not be liable to the Owner, Claimants or others for
obligations of the Contractor that aze unrelated to the Construction Contract.
The Owner shall not be liable for payment of any costs or expenses of any
Claimant under this Bond, and shall have under this Bond no obligations to
make payments to, give notices on behalf of, or otherwise have obligations to
Claimants under this Bond.
10. The Surety hereby waives notice of any change, including changes of
time, to the Construction Contract or torelated subcontracts, purchase orders
and other obligations.
11. No suit or action shall be commenced by a Claimant under this Bond
other than in a court of competent jurisdiction in the location in which the
work or part of the work is located or after the expiration of one year from
the date (1) on which the Claimant gave the notice required by Subparagraph
4.1 or Clause 4.2 (iii), or (2) on which the last labor or service was performed
by anyone or the last materials or equipment were famished by anyone under
the Construction Contract, whichever of (1) or (2) first occurs. If the
provision of this Paragraph aze void or prohibited by law, the minimum
period of limitation available to sureties as a,defense in the jurisdiction of the
suit shall be applicable.
12. Notice to the Surety, the Owner or the Contractor shall be mailed or
delivered to the address shown on the signature page. Actual receipt of
notice by Surety, the Owner or the Contractor, however accomplished, shall
be sufficient compliance as of the date received at the address shown on the
signature page.
13. When this Bond has been furnished to comply with a statutory or other
legal requirement in the location where the construction was to be performed,
any provision in this Bond conflicting with said statutory or legal
requirements shall be deemed deletedherefrom and provisions conforming to
such statutory or other legal requirement shall be deemed incorporated
herein. The intent is, that this Bond shall be construed as a statutory bond
and not as a common law bond.
14. Upon request by any person or entity appeazing to be a potential
beneficiary of this Bond, the Contractor shall promptly furnish a copy of this
Bond or shall permit a copy to be made.
15. DEFINITIONS
15.1. Claimant: An individual or entity having a direct contract with
the Contractor or with a subcontractor of the Contractor to famish
labor, materials or equipment for use in the performance of the
Contract. The intent of this Bond shall be to include without
limitation in the terms "labor, materials or equipment" that part of
water, gas, power, light, heat, oil, gasoline, telephone service or
rental equipment used in the Construction Contract, architectural
and engineering services required for performance of the work of
the Contractor and the Contractor's subcontractors, and all other
items for which a mechanic's lien may be asserted in the
jurisdiction where the labor, materials or equipment were
famished.
15.2. Construction Contract: The agreement between the Owner and
the Contractor identified on the signature page including all
Contract Documents and changes thereto.
15.3.Owner Default: Failure of the Owner, which has neither been
remedied nor waived, to pay the Contractor as required by the
Construction Contract or to perform and complete or comply with
the other terms thereof.
AGENT OR BROKER:
Name: _
Address:
Phone:
f
1
f
r
r
i
i
t
L
1
00613-2
t
DOCUMENT 00620
NOTICE OF AWARD
To:
Date:
Contract:
Project:
OWNER's Project No.
You are notified that your Bid dated , 200_, for the above Contract has been considered.
-• You are the apparent Successful Bidder and have been awarded a Contract for the above referenced project.
The Contract Price is Dollars ($).
Copies of the proposed Agreement accompany this Notice of Award. Additional sets of Project Manuals
and Drawings will be sent to you under separate cover and are not part of this Notice.
You must comply with the following conditions precedent within fifteen days of the date of this Notice of
Award; that is by
1. Deliver the following documents to the ENGINEER:
2 Notice of Award
3 Agreements
2 Performance Bonds and Payment Bonds
2 Certificates of Insurance
2. (List other conditions). N/A
Failure to comply with these conditions within the time specified will entitle OWNER to consider your
bid in default, to annul this Notice of Award, and to declare your bid security forfeited.
Within fifteen days after you comply with the above conditions, OWNER will return to you one fully-
. executed counterpart of the Contract Documents.
SEH
By:
Title: Project Engineer
ACCEPTANCE OF NOTICE
Receipt of the above Notice of Award is hereby acknowledged by this
day of , 200
BY
Title
c: Owner
1
1
1
i
1
1
1
I
1
1
1
1
1
1
1
DOCUMENT 00630
NOTICE TO PROCEED
To:
Contract:
Project:
OWNER's Project No.
Dated:
You are hereby notified that the Contract Times under the above contract will commence to run on
. By that date, you are to start performing your obligations under the
Contract Documents. In accordance with Article 3 of the Agreement, the date of Substantial Completion is
,and the date of readiness for final payment is
Also, before you may start any Work at the Site, you must:
Please return two acknowledged copies of this Notice to Proceed promptly.
SEH
By:
Title: Project Engineer
ACCEPTANCE OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged by
day of , 200
By
Title
G:\stds\eng\specs\stc~oud\Word\00630. doc
this
DOCUMENT 00640
CHANGE ORDER NO.
OWNER
CONTRACTOR
ENGINEER
Contract
Project
SEH
DATE
OWNER's No
You are directed to make the following changes m the Contract Documents:
Description:
ITIJ~~I
UESCIt[PTiON
UN1T iTNIT -.
COST
QUANTITY
AyIOUNT
Reason for Change Order:
Attachments (List of documents supporting change):
CHr1IVGE IN CONTRACT TIMES
ITEM
CHANGE IN
CONTRACT PRICE
Substantial
Completion _
Ready for Final
Payment
Original Contract Price:
et increase erease om previous. ange
Order No. to
Contract price prior to the Change Order:
Net increase (decrease) of this Change Order:
Contract price with all approved Change Orders:
RECOMMENDED:
SEH
PO Box 1717
St. Cloud, MN 56302-1717
By:
Title:
Date:
APPROVED:
Owner
By:
Title:
Date:
ACCEPTED:
Contractor
By:
Title:
Date:
DOCUMENT 00650
WORK CHANGE DIRECTIVE NO.
OWNER DATE
CONTRACTOR
ENGINEER SEH
Contract OWNER's No:
Project
You are directed to proceed promptly with the following change(s):
Ttcro Description Unite Unit Cost' Quantity Amount
TOTAL $ 0.00
Purpose of Work Change Directive:
Attachments: (List of documents supporting change)
If OWNER or CONTRACTOR believe that the above change has affected Contract Price, any claim for a Change Order
based thereon will involve one or more of the following methods, as defined in the Contract Documents:
~- Unit Price ~--, Lump Sum ~ Cost of the Work
Estimated increase (decrease) in the Contract Price: Estimated increase (decrease) in the Contract Time:
$ Substantial Completion: days.
I c ange mvo ves an increase, t e estuna a amount Ready for Final Payment: days.
is not to be exceeded without further authorization.
RECOMMENDED: APPROVED: ACCEPTED:
SEH Owner Contractor
By: By: By:
Title: Title:. Title:
Date: Date: Date:
G:~stds\eng\specs\Stcloud\Word\00650. doc
1
1
' DOCUMENT 00660
' RECEIPT AND WAIVER OF MECHANIC'S LIEN RIGHTS
' 1. This is a LEGAL INSTRUMENT and must be executed accordingly by officers of corporations and by
partners in co-partnerships.
2. It is important that ALL the blanks be completed and the AMOUNT PAII) BE SHOWN.
3. A receipt similar to this or legal waiver of lien rights will be required for all plumbing, heating, plastering.
' materials, etc.
4. NO ERASURES OR ALTERATIONS ARE ALLOWED.
' DATE:
The undersigned hereby acknowledges receipt of the sum of $
CHECK ONLY ONE
r 1) as partial payment for labor, skill, and material furnished or to be furnished
2) as payment for all labor, skill, and material furnished or to be furnished (except the sum of
$ as retainage or holdback)
.. 3) as full and final payment for all labor, skill, and material furnished or to be furnished
to the following described real property: (legal description, street address, or project name)
and, for value received, hereby waives all rights acquired by the undersigned to file or record mechanic's liens
against said real property for labor, skill, or material furnished to said real property (only for the amount paid if
box 1 is checked, and except for retainage shown if box 2 is checked); the undersigned affirms that all material
furnished by the undersigned has been paid for, and all subcontractors employed by the undersigned have been
paid in full, EXCEPT:
Company Name
~1
~I
n
fl
Signature
Title
Address
Address
1
0
DOCUMENT 00670
CERTIFICATE OF SUBSTANTIAL COMPLETION
DATE OF ISSUANCE
OWNER
CONTRACTOR
Contact
Project
Owner's Contract No. ENGINEER'S Project No,
This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified
parts thereof:
The Work to which this Certificate applies has been reviewed by the authorized representatives of OWNER,
CONTRACTOR, and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the
Contract Documents on
DATE OF SUBSTANTIAL COMPLETION
A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to
include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the
Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days
of the above date of Substantial Completion.
The following documents are attached to and made a part of this Certificate:
(For items to be attached, see definition of Substantial Completion as supplemented and other specifically noted conditions
precedent to achieving Substantial Completion, as required by Contract Documents.)
This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents, nor is it a release
of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents.
Authorized Signatures)
RECOMMENDED:
SEH
By:
Title:
Date:
APPROVED:
Owner
By:
Title:
Date:
ACCEPTED:
Contractor
By:
Title:
Date:
r~
' DOCUMENT 00680
FINAL STATEMENT
' DATE OF ISSUANCE
OWNER
CONTRACTOR
Project Location
Project Description
' Owner's Contract No. ENGINEER'S Project No,
Agreement Date Notice to Proceed Date
' Date Punch List Corrected Substantial Completion Date
Expiration Date of Vegetation Maintenance Period
' Contractor's Statement:
To the best of my
1. the above inf
2. all items of w
3. all progress p
full all oblig
4. title to all ma
' free and clear
Authorized Si natures
~ g ~
RECOMMENDED
SEH
B:
Y
Title: Project Engineer
Date:
' G:\Stds\eng\Specslstcioud\Word\00680.doc
knowledge and belief:
ormation is true and correct as indicated;
ork have been completed in accordance with the Contract Documents;
ayments received from the Owner for work under this Contract have been applied to discharge in
ations of the Contractor incurred in connection with said work; and
terials and equipment incorporated in said work will pass to the Owner at the time of fmal payment
of all liens, claims, security interests, and encumbrances.
ACCEPTED
Contractor
By:
Title:
Date:
This document has important legal consequences- consultation with an attorney is encouraged with respect to its use or
codification. This document should be adapted to the particular circumstances of the contemplated Project and the
ontrolling Law_
I~
1
~~
1
STANDARD
GENERAL CONDITIONS
OF THE
CONSTRUCTION CONTRACT
Prepared by
ENGINEERS JOINT CONTRACT DOCU1VfF.N'I'S COlbIlbiTI'TEE
and
~~ Lssued and Published Jointly By
/ ~, National Society of
~~ Professional Engineers
A M E R I C A N CONSULTING Pmlttslonal Enplneerz In Pfiale Practla AMERICAN SOCIETY OF
CIVIL ENGINEERS
ENGINEERS COUNCIL
PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE
' a practice division of the
NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS
AMERICAN CONSULTING ENGINEERS COUNCIL
AMERICAN SOCIETY OF CML ENGINEERS
This document has been approved and endorsod by
' The Associated General ..:'' a Contractors of America
,~
Construction Specifications Institute
~-~
_ ~ ~~
These General Conditions have been prepared for use with the Owner-Contractor Agreements (No_ 1910-8-A-1 or 1910-
8-A 2) (1996 Editions). Their provisions are interrelated and a change in one tray necessitate a change in the other.
Comments concerning their usage are contained in the EICDC User's Guide (No. 1910-50). For guidance in the
preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (No. 1910-1'n
(1996 Edition}.
EJCDC No. 1910-8 (1996 Edition)
. TABLE OF CONTENTS
- - Pam
~TICLE 1 - DEFINITIONS AND TERMINOLOGY ........................ . ............00700 - 6
1.01 Defined Terms . . ........ . ..... . . ....... . .........................00700 - 6
1.02 Terminology 00700 - 8
TIC LE 2 - PRELIl~IWARY MATTERS ......... . ................................. .00700 - 9
2.01 Delivery of Bondy .................................................00700 - 9
2.02
2.03 Copies of Documents ............................... . . . .............00700 - 9
Commence-nent of Contrail Time; Notice [o Proceed .00700 - 9
2.04 Starting the Work ..................................... . .... . . . ....00700 - 9
2.05
2.06 Before Starting Construction ......................... . . . . . . . . . ........
Preconttruction Conference .00700 - 9
00700 10
2.07 Initial Acceptance of Schedules ....................................... 00700. - 10
ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDWG, REUSE . - .:................. 00700 - 10
3.01 Intent ........ - '
• 00700
10
3.02 Reference Standards
....
....... . . . . .............................. =
.00700 10
3.03 Reporting and Ruolving Discrepancies .......... ................. .. 00700 - 11
3.04
3.05 Amending and Supplementing Contract Documents ...........................
Reuse of Documents ............................................... 00700.- I 1
00700 - 11
TIC LE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
4.01 REFERENCE POWTS ........ - • . . . . . ................. . . . . . . ........
Availability of lands 00700 = 11
00700 - 11
4.02 Subsurface and Physical Conditions ........... . . . ..................... . . 00700 12
4.03 Differing Subsurface or Physical Conditions ............ . ................:.. 00700 - 12
4.04 .
Underground Facilities 00700-13
4.05 :...........................................
Reference Points 00700 - 13
4.06 Hazardous Environmental Condition at Sue ........... . . . .................. 00700 - 14
TIC LE 5 - BONDS AND INSURANCE . . . . . ........................ . • - - - ......... 00700 - 15
5.01 Performance, Payment, and Other Bonds ....... ......... . . . ............ 00700 - 15
5.02 licensed Sureties and Insurers ...... . . . ............................... 00700 - 15
5.03.
5.04 Certificates of Insurance ....... . .... . ...................... ... _ ..
.. . ......... . . . .... . ...... . .
CONTRACTOR'S Liability Insurance 00700 - 15
00700 - 15
5.05 .......
:
OWNER'S Liability Insurance .... ... . ........................ 00700 - 16
5.06 Property Insurance . . ............. ... . .:.... ..:...:.. ....... 00700 - 16
' 5.07
5.08 Waiver of Rights .......:... . . . . . . . ...............................
Receipt and Application of Insurance Proceeds . 00700 - 17
00700 - 18
5.09 Acceptance of Bonds and Insurance; Option to Replace ........................ 00700 - 18
5.10
~CLE 6 - Partial Utilizesion, Ac:lhlowledgment ojPropcrty Insurer ........................
CONTRACTOR'S RESPONSIBILITIES .... . ................ . ..... ...... 00700 - 18
00700 - 18
6.01 . Supervision and Supavuendcnce . ...................................... 00700 - 18
6.02 Labor; Working Hours ..................... . ....................... 00700 - 19
6.03. Services, Materials, and Equipment .
..
. 00700 - 19
6.04 Progress Schedule
..............
........
.......... 00700 - 19
6.05 Substitutes and 'Or-Equals" .......................................... 00700 - 19
6.06
6.07 Concerning Subconrradors, Suppliers, and Others ............................
Patent Fees and Royalties 00700 - 20
00700 - 21
6.08 Pernits ....................................................... 00700 - 21
6.09
6.10 Laws and Regulations .. ...... . . . . . .... . . . ................ ......
Taxes .......... . . . . ....................................:..... 00700 - 22
00700 - 22
6.11 Use of Site and Other Areas .. ..... . . . .......... . . . .................. 00700 - 22
6.12 Record Documenu ............. . .............. - - - ............. 00700 - 22
6.13 . .
Safety and Protection 23
00700
6.14 ... . ............................... . ..
......
Safety Representative =
00700 23
6.15 Hazard Communication Programs ....................................:. 00700 - 23
00700 - 3
6.16 Emcrgencies .......................... . . . . ................... . .. 00700 - 23 -
- .17 Shop~rawings and Sample ...... . . .. . ............................... 00700 - 23 ,
6. l8
6.19 Continuing the Work ...... - - . . . ................ . . . ...............
CONIRACTOR's Gcneral Warranty and Guarantee ........................... 00700 - 24 ~ .
00700 - 25
6.20 Indemnification .................... . . . . • • - - - ..................... 00700 - 25
1RTICLE 7 -OTHER WORK ..............
. 00700 - 26
7.01 .
. . ..................... . • - - - - - .....
Related Work at Sitc ............................................... 00700 - 26 ,
7.02 Coordination ................................................... 00700 - 26
1RTICLE 8 -OWNER'S RESPONSIBILFTIES ......................................... 00700 - 26
8.01 Communications to Contractor 00700 - 26
8.02.
Replacement of ENGINEER .................................... . .....
00700 - 26 ,
8.03 Furnish Data ..................... . . . ...... ................... 00700 - 26
8.04
8.05 Pay Promptly When Due ...........: . . .............................. -
Lands-and Easements; Reports and Tests ...................... . . . ......... 00700 - 26
00700 - 26
8.06 Inrurancc ..................................................... 00700 - 27
8.07 Change Orden .................. ~.. - - - - :: - ..-....:................ 00700 - 27
8.08 Inspections, Teu, and Approvals ....... _ .. .. 00700 - 27 ,
8.09 Limitations on OWNER's Responsibilitie .................. . .............. 00700 - 27 .
8.10 Undisclosed Hazardous Environmental Condition ..... . ........ ............. 00700 - 27
8.1I Evidence of Financial Arrangcmenu .......
. ...................... .. 00700 - 27
. . ........................
UtTICLE 9 -ENGINEER'S STATUS DURWG CONSTRUCTION . 00700 - 27 -
9.01 OWNER'S Representative ... . ...............:............. - - - ..... 00700 - 27
9.02
9.03 Yuits to Site. .............. . .....................................
Project Representative ...... . ... . ................ . - - • - - . • - - - ... 00700 - 27
00700 - 27
9.04 Clarifications and Interpretations ......... ............. . ....... . . . ..... 00700 - 28
9.05 Authorized Variations in Work . . . . .................:... - - - ............ 00700 - 28
9.06 Rejecting Defective Work . _ .......... 00700 - 28
9.07 Shop Drawings, Change Orden and Payments .. . . .......................... 00700 - 28
9.08 Determinations for Unit Price Work ....... . .................. . ..... . .... 00700 - 28
9.09 Decisions on Rcquiremenu of Contract Documents and Acccptability of Work . 00700 - 28
9.10 Limitations on ENGINEER'S Authority and Rcsponsibilitiu ......... . . ........... 00700 - 28
ARTICLE 10 - CHANGES IN THE WORK; CLAIMS ...................... . ............ 00700 - 29
.10.01
10.02 Authorized Changes in the Work .. . ............................ . .......
Unauthorized C7iarigu in the Work .. 00700 - 29
00700 - 29
10.03 Execution of (Mange Orders ..... _ ......: ..... . ..... . ................. 00700 - 29
10.04 Notification to Swery ............... . .............................. 00700 - 29
10.05 Claims and Dispute .
•
- 00700 - 30
ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNTt
PRICE
WORK .............. 00700 - 30
11.01 Cost of the Work .:......... . .. . ........................... ..... 00700 - 30
11.02
11.03 Cash AUowancu ... . . ..... . ...................................
Unit Price Work - 00700 - 32
00700 - 32
ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES ............. 0070U - 33
12.01
12.02 C7iarige of Contract Pricc .............. . . . . . . . ......................
Change of Contract TFmes 00700 - 33
00700 - 33
12.03 Delays Beyond CONTRACTOR'S Control . .... . ........................... 00700 - 33
12.04 Delays Within CONTRACTOR'S Control ................ . . . . • - - ........... 00700 - 34
12.05 Delays Beyond OWNER's and CONTRACTOR'S Control ......... . .............. 00700 - 34
.12.06 Delay Damage ........................................ . ......... 00700 - 34
ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
13.01 DEFECTIVE WORK ................... . . . . ........................
Notice of Defects ............ . ........ . . . ........................ 00700 - 34
00700 - 34
13.02 Access to Work ............... .._........---...----••---....... 00700-34
13.03
13.04 Tcsu and Inspections ............. . ............... . . . .... . .........
Uncovering Work . ...... . ................. ................ 00700 - 34
00700 - 35
13.05 OWNER May Stop the Work ....... . .. . . . • - - ........ - , • - - ........... _ . 00700 - 35
13.06 Correction or Removal of Defective Wont . . . .. . ..................... . ... . . 00700 - 35
00700 - 4
13.07 Correction Period ................. . . . . ... . .......... . ............
13.08 Acceptance of Defective Work ............. . ..........................
13.09 OWNER'May Correct Defective Work .............. . ..... . ........ . . . . . . .
~RTICLE 14 -PAYMENTS TO CONTRACTOR AND COMPLETION ............. . ..........
14.01 Schedule of Values ................................................
14.02 Progress Payments ....... . . . . .......................... . . . ........
14.03 CONITt,4CTOR's Warranty of Title
14.04 Substantial Completion .. . .........................................
14.05 Partiol Utilizvtion ..... . ........................ ............... •
14.06 Final Itrspcaion ... . ................... . . . . • - - ......... • ..........
14.07 ~ Final Payment - - • - - - ...
14.08 Final Completion Delayed ......................... . . . ...............
14.09 Waiver of Claims ........... . ..............................
. _ ...::
TICLE 15 -SUSPENSION OF WORK AND TERMINATION .. . ....................... 00700 - 3S ~ -
00700 - 36
00700 - 36
00700 - 36
00700 - 36
00700 - 37
00700 - 38
00700 - 38
00700 - 39
00700 - 39
00700 - 39
00700 - 40
-
00700 40
00700 - 40
15.01
15.02
15.03 OWNER May Suspend Work .................................... . . . . ..
OWNER May Terminate for Cause .......:..... ~..:.- .. - - ................
OWNER May Terminate For Convenience ...................... ....... _ . 00700 - 40
00700 - 40
00700 - 4.1
IS.04 CONTRACTOR May Stop Work or Terminate ....... . ................. . ... . .
ARTICLE 16 -'DISPUTE RESOLUTION .................. . ... . ...... . • . - - ..........
16.01 Methods and Proccdures
~[tTICLE 17 - MISCEZLANEpUS ...... . ............. . ...........................
17.01 Civittg Noticc .................................. . ................
17.02 Computation of TFmcs .... . ................... ............ . .... . ..
17.03 C~mulativc Remcdies
17.04 Survival of Obligations ........... _ ........... . . . .................
-17.05 Controlling Law ................................................. 00700 - 41
00700 - 41
00700 - 41
00700 - 42
00700 - 42
00700 - 42
00700 - 42
00700 - 42
00700 - 42
I]
1 00700 - S
GENERAL CONDITIONS
ARTICLE 1 - DEFINITIONS AND TERMINOLOGY
Contract Times, issued on or afar the Effective Dau of
the Agreement.
I.Ol Defrned Terms
A. Wherever used in the Contract Documents and
printed with initial or all capital letters, the arms listed
below will have the meanings indicated which are applicable
to both the singular and plural thereof.
1. Addenda-Written or graphic instruments issued...
prior to the opening of Bids which clarify, wrrect, or
change the Bidding Requirements or the Contract
Documents.
2. Agreement-The written instrument which is
evidence of the agreement between OWNER and
CONTRACTOR covering the Work.
3. .lpplication for Payment-,The form acceptable to
ENGINEER which is to be used by CONTRACTOR
during the worse of the Work is requesting Progress or
final payments and which is to be accompanied by such
supporting documentation as is required by the Contract
Documents.
4. Asbestos-Any material that wntains more than
one pcrtxat asbestos and is friable or is releasing asbestos
fibers into the air above current anion levels estabIishcd
by the United States Ocixtpational Safety and Health
Administration.
S. Bid-The offer or proposal of a bidder submitted
on the prescn'bed form setting forth the prices for the
Work to be performed.
6. Bidding Documents-The Bidding Requirements
and the proposed Contract Documents ('including all
Addenda issued prior to receipt of Bids).
7, Bidding Rcquiremarts-The Advertisement or
Invitation to Bid, Instructions to Bidders, Bid security
form, if ate, a~ the Bid form with any supplements.
8. Bonds-Performance and payment bonds and
other instruments of sestrity.
9. C7tange Order-A document r~ecommend~d by
ENGINEER which is signed by CONTRACTOR and
OWNER and suthorizcs an addition, ddctian, or revision
in the Work or an adjustment in the Contras Price or the
00700 - 6
10. Nairn-A demand or assertion by OWNER or
CONTRACTOR sceking an adjustment of Contract Price
or Contract Times, or both, or other relief with respes to
the terms of the Contract. A demand for monry or
services by a third parry is not a Claim.
11. Contract-The entire and inugrated written
agrecmertl between the OWNER and CONTRACTOR
concerning the Work. The Contras supersedes prior
negotiatiotu, rcprescntations, or agreements, whether
writun or oral.
12. Contract Doc7vnarts-The Contras Documents
establish the rights and obligations of the parties and
include the Agreement, Addenda (which pertain to the
Contras Documents), CONTRACTOR'S Bid ('including
documentation accompanying the Bid and a~ post Bid
documentation submitted prior to the Notice of Award)
when attached as an exhibit to the Agreement, the Notice
to Procced, the Bonds, these General Conditions, the
Supplementary Conditions, the Specifications and the
Drawings as [he same aze more specifically identified in
the Agrcemcnt, together with all Written Amendments,
Change Orders, Work Change Dirxtivcs, Fctd Orders,
and ENGINEER'S written inurpretadons and
clarifications issued on or afar the Effesive Dau of the
Agreement. Approved Shop Drawings and the reports
and drawings of subsurface and physical conditions are
not Comas Documents. Only printed or hard espies of
the items listed in this paragraph are Contras Docamcuu.
Files in electronic media format of uzt, data, graphics,
and the like that may be fiunished by OWNER to
CONTRACTOR are not Contras Documents.
13. Contrnd Price-The moneys payable by OWNER
to CONTRACTOR for completion of the Work in
accordance with the Contract Documents as stated in the
Agreemcat (subjes to the provisions of paragraph 11.03
in the cast of Unit Price Work).
14. Contnad TFmcs-The member of days or the dates
stated in the Agreement to: (i) achieve Substantial
Completion; and (n~ wmpluc the work so that it is ready
for final payment as evidenced by ENGINEER'S writun
rxommcndation of final payment.
15. COMRACTOR-The individual or entity with
whom OWNER has entered into the Agrcemcnt.
fl
~~
u
[I
I
16. Cost of the Work-See paragraph 11.O1.A for
definition.
17. Drawings-That part of the Contract Documenu
prepared or approved by ENGINEER which graphically
shows- the scope, extent, and character of the Work to be
performed by CONTRACTOR_ Shop Drawings and
other CONTRACTOR submittals are not Drawings az so
defined.
18. E,~`eclive Date of the Agreement-The date
indicated in the Agreement on which it becomes effective,
but if no such date is indicated, it meant the date on
which the Agreement is signed and delivered by the last
of the two parties to sign and deliver.
19. ENGINEER-The individual or entity named az
such in the Agreement.
20. ENGIIVEER's Cottrultant-An individual or entity
having a contract with ENGINEER to furnish services as
ENGINEER'S independent professional associate or
consultant with respect to the Project and who is
identified as such in the Supplementary Conditions.
21. Field Order-A written order issued by ENGI-
NEER which requires .minor changes in the Work but
which does not involve a change in the Contract Price or
the Contract Times.
27. Milestone-A principal event specified in the
Contract Documents relating to an intermediate comple-
tion date or time prior to Substantial Completion of all the
Work_
28. Notice ojAward-The written notice by OWNER
to the apparent successful bidder stating that upon timely
compliance by the apparent successful bidder with the
conditions precedent listed therein, OWNER will sign and
deliver the Agreement_
29. Notice to Proceed-A written notice given by
OWNER to CONTRACTOR fixing the date on which the
Contract Times will commence to rem and on which
CONTRACTOR shall start to perform the Work under
- - -the Contact Documents.
22. General Requiremeras-Sections of Division 1 of
the Specifications. The General Requiremenu pertain to
all sections of the Specifications.
23. Hazardous Environmental Condition-The
presence at the Site of Asbestos, PCBs, Petroleum,
Hazardous Waste, or Radioactive Material in such
quantities or circumstances that may present a substantial
danger to persons or property exposod thereto in
connection with the Work.
24. Hazardous Waste-The term Hazardous Waztc
shall have the meaning provided in Section 1004 of the
Solid Waste Disposal Act (42 USC Section 6903) az
amended from time to time.
25. Laws and Regulations; laws or Regulations-A~
and all applicable laws,. talcs, regulations, ordinances,
codes, and orders of any and all governmeatal bodies,
agencies, authorities, and courts having jurisdiction.
26. Liens=Charges, security interesu, or
encumbrances upon Project funds, real property, or
personal property.
00700 - 7
30. OWNER-The individual, entity, public body, or
authority with whom CONTRACTOR has entered into
the Agreement and for whom. the Work is to be
performed.
31. Partial Utilization-Use by OWNER of a substan-
tially completed part of the Work for the purpose for
which it is intended (or a related purpose) prior to
Substantial Completion of all the Work.
32. PCBs-Polychlorinated biphenyls.
33. Petroler~m-Petroleum, including crude oil or a~+
fraction thereof which is liquid at standard conditions of
temperature and pressure (60 degrees Fahrenheit and 14.7
pounds per square inch absohrte). such az oil, petroleum,
fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil
mixed with other non-Hazardous Waste and crude ot1t.
34. Project-The total construction of which the
Work to be performed under the Contract Documents
may be the whole, or a part az may be indicated
elsewhere in the Contract Documents.
35_ Project Manual-The bound documentary
information prepared for bidding and constructing the
Work. A listing of the contents of the Project Manual,
which may be bound in one or more volumes, is
contained in the table(s) of contents.
36. Radioactive Material-Source, special nuclear, or
byproduct material as defuxd by the Atomic Energy Act
of 1954 (42 USC Section 2011 et seq,) az amended from
time to time.
37. Resident Pnvjed Representative-The authorized
represcntative of ENGINEER who-may be assigned to the
Site or any part thereof.
38. Samples-physical examples of materials,
equipment, or workmanship that are representative of
some portion of the Work and which establish the
standards by which such portion of the Work will be
j~8~-
39. Shop Dra-vings-All drawings, diagrams. illustra-
tions, schedules, and other data or information which are
specifically prepared or assembled by or for CON-
TRACTOR and submitted by CONTRACTOR to
illustrate some portion of the Work.
40. Site-Lands or areas indicated in the Contract
Documents as being furnished by OWNER upon which
the Work is to be performed, including righu~f--way and
easements for access thereto, and such other lands
furnished by OWNER which are designated for the use of
CONTRACTOR
41. Spccifrcations-That part of the Contract
Documents consisting of written technical descriptions of
materials, equipment, systems, standards, and
workmanship as applied to the Work and certain
administrative details applicable thereto.
42. Subcontractor-An individual or entity having a
direct contract with CONTRACTOR or with any other
Subcontractor for the performance of a part of the Work
at the Site.
43. Substantial Completion-The time at which the.
Work (or a specified part thereof) has progressed to the
point where, in the opinion of ENGINEER, the Work (or
a specif cd .part thereof) is sufficiently complete, in
accordance with the Contract Documents, so that the
Work (or a specified part thereof) can be utilized for the
purposes for which it is intended. The tei:ms
"substantially complete" and "substantially completed" as
applied to all or part of the Work refer to Substantial
Completion thereof.
44. Supplementary Conditions-That part of the
Contract Documents which amends or supplements these
General Conditions.
45. Supplier-A manufacturer, fabricator, supplier,
distributor, materialman, or vendor having a direct
contract with CONTRACTOR or with a~ Subcontractor
to furnish materials or equipment to be incorporated in
the Work by CONTRACTOR or any Subcontractor.
4b. Undergrowed Facilities-All underground
pipelines, conduits, ducts, cables, wires, manholes,
vaults. tanks, tunnels, or other such facilities or
attachments, and any encasements containing such
facilities, including those that convey electricity, gases,
steam, liquid parolenm produce, telephone or other
communications, cable television, water, wastewater,
storm water, other Liquids or chemicals, or traffic or
other control systems.
47. Unit Price Work-Work to be paid for on the
basis of unit prices.
48. Work-The entire completed construction or the
various separately identifiable pare thereof required to be
,provided under the Contract Documents. Work includes
and is the result of performing or providing all labor,
services, and documentation necessary to produce such
construction, and furnishing, installing, and incorporating
all materials and equipment into such construction, alI as
required by the Contract Documents.
49. Work Cyiange Directive-A written statement to
CONTRACTOR issued on or after the Effective Dau of
the Agreement and signed by OWNER a~ recommended
by ENGINEER ordering an addition, deletion, or revision
in the Work, or responding to differing or unforeseen
subsurface or physical conditions under which the Work
is to be performed or to emergencies. A Work Change
Detective will not change _ the Contract Price or the
Contract Times but is evidence that the parties expect that
the change ordered or documented by a Work Change
Detective will be incorporated in a subsequently issued
Change_Order following negotiations by the parties as to
its effect, if any, on the Contract Price or Contract
Times _
50. Written Amendment-A written statement
modifying the Contract Documents, signed by OWNER
and CONTRACTOR on or after the Effective Dau of the
Agreement and normally dealing with the nonengincering
or nontechnical rather than strictly construction-related
aspects of the Contract Documents.
1.02 Terminology-
A. Intent of Certain Terms or Adjectives
1. Whenever in the Contact Documents the terms
"as allowed," `as approved," or terms of like effect or
import are used, or the adjectives "reasonable,"
'suitable," `acceptable," "proper," `satisfactory," or
adjectives of lee effect or import are used to deureibe an
action or determination of ENGINEER as to the Work, it
is intended that such action or determination wt11 be solely
to evaluate, in general, the completed Work for
compliance with the rcquiremcnu of and information in
the Contract Documents and conformance with the design
concept of the completed Project as a functioning whole
as shown or indicated in the Contract Documents (unless
there is a specific statement indicating otherwise). The
00700 - 8
~7
1
.~
use of any such term or adjective shall not be effective to
assign to ENGINEER any duty or authority to supervise
~or direct the performance of the Work or any duty or
authority to undertake responsibility contrary to the
- provisions of paragraph 9.10 or any other provision of the
~Contraet Documents.
B. Day
1. The word "day" shall constitute a calendar day
of 24 hours measured from midnight to the nett midnight.
~C. Defective
1. The word "defective," when modifying the word _..
"Work," refers to Work that is unsatisfactory, faulty, or
deficient in that it does not conform to the Contract
Documents or does not meet the requirements of any
inspection, reference standard, test, or approval referred
~a in the Contract Documents, or has been damaged prior
to ENGINEER'S recommendation of final payment
(unless responsibility for the protection thereof has been
assumed by OWNER at Substantial Completion in accor-
dance with paragraph 14.04 or 14.05).
D. Furnish, Install, Perform, Provide
1. The word "furnish," when used in connection
with services, materials, or equipment, shall mean to
supply and deliver said services, materials, or equipment
to the Sitc (or some other specified location) ready for use
or installation and in usable or operable condition.
2. The word "install," when used in connection
with scrvicu, .,,atrtiLc, or equipment, shall mean to put
into use or place in final position said services, materials,
~or equipment complete and ready for intended use.
3. The words "perform" or "provide," when used
m connection with services, materials, or equipment,
shall mean to furnish and install said services, materials,
or equipment complete and ready for intended use.
4. When "furnish," "install," "perform," or "pro-
vide" is not used in connection with services, materials,
or equipment in a content clearly requiring an obligation
~of CONTRACTOR, "provide" is implied.
E. Unless stated otherwise in the Contract Documents.
rds or phrases which have swell-known technical or
on industry or trade meaning are used in the
Contrail Documents in accordance with such recognized
ARTICLE 2 -PRELIMINARY MATTERS
2.01 Delivery of Bonds
A. When CONTRACTOR delivers the executed
Agreements to OWNER, CONTRACTOR shall also deliver
eo OWNER such Bonds as CONTRACTOR may be required
to furnish_
2.02 Copies of Documents
A. OWNER shall furnish to CONTRACTOR up to ten
copies of the Contract Documents. Additional copies will be
furnished upon request at the cost of reproduction.
2.03 Comrnencement of Contras Tunes; Notice to Proceed
A. The Contract Times will commence to run on the
thirtieth day after the Effective Date of the Agreement or, if
a Notice to Proceed is given, on the day indicated in the
Notice to Proceed. A Notice to Procced may be given at any
time within 30 days afar the Effective Date of the
Agreement. In no event will the Contract Times commence
to run later than the sixtieth day after the day of Bid opening
or the thirtieth day after the Effective Date of the Agreement,
whichever date is earlier_
2.04 Starring the Work
A. CONTRACTOR shall start to perform the Work on
the date when the Contract Times commence to run. No
Work shall be done at the Site prior to the date on which the
Contract Times commence to run.
2.05 Before Starting Construction
A. CONTRACTOR'S Review of Contract Documents:
Before undertaking each part of the Work, CONTRACTOR
shall carefully study and compare the Contract Documents
and check an+d verify pertinent figures therein and all
applicable field measurements. CONTRACTOR shall
promptly report in writing to ENGINEER any conflict, error,
ambiguity, or discrcpanry which CONTRACTOR may
discover and shall obtain a written interpretation or
clarification from ENGINEER before proceeding with any
Work affected thereby; however, CONTRACTOR shall not
be liable to OWNER or ENGINEER for fat~ure to report any
conflict, error, ambiguity, or discrepancy in the Contract
Documents unless CONTRACTOR knew or reasonably
should have known thereof.
B. Preliminary Schedules: Within ten days after the
Effective Date of the Agreement (unless otherwise specified
00700 - 9
in the General Requirements), CONTRACTOR shall submit
to ENGINEER for its timely review: -
1. a preliminary progress schedule indicating the
limo (numbers of days or dates) for starting and
completing the various stages of the Work, including arty
Milestones specified in the Contract Documents;
1. The progress schedule will be acceptable to
ENGINEER if it provides an orderly progression of the
Work to completion within any specified Milestones and
the Contract Times. Such acceptance will not impose on
ENGINEER responsibility for the progress schedule, for
sequencing, scheduling, or progress of the Work nor
interfere with or relieve CONTRACTOR from
CONTRACTOR'S full responsibility therefor.
2. a preliminary schedule of Shop Drawing and
Sample submittals which will list cacti required submittal
and the times for submitting, reviewing, and processing
such submittal; and
3. a preliminary schedule .of values for all of the
Work which includes quantities and prices of items which-
when added together equal the Contras Frio and subdi-
vides the Work into component parts in sufficient detail
to serve as the basis for progress payments during
performance of the Work. Such prices will include an
appropriate amount of overhead and profit applicable to
each item of Work.
C. Evidence of Insurance: Before a~ Work at the Site
is stared, CONTRACTOR and OWNER shall each deliver
to the other,. with copies to cacti additional insured identified
in the Supplementary Conditions, certificates of insurance
(and other evidence of insurance which either of them or any
additional insured may reasonably request) which
CONTRACTOR and OWNER respectively are required to
purchase and maintain in accordance with Article 5.
2.06 Preconstrucrion Conference
A. Within 20 days after the Conu~aci Times start to run,
but before any Work at the Site is started, a conference
attended by CONTRACTOR, ENGINEER, a~ others as
appre~priae will be held to establish a working understanding
among the parties as to the Work and to discttss the schedules
referred to in paragraph Z.OS.B, procedures for handking
Shop Drawings and other submittals, proctssing~Appliptions
for Payment, and maintaining required ra;ords.
2.07 Inilral Acceptance ojSchedules
A_ Unless otherwise provided in the Contras Docu-
ments, at least un days before submission of the first
Application for Payment a conferencx attended by CON-
TRACTOR, ENGINEER. and others as appropriae will be
held to review for acccptabtTity to ENGINEER as provided
below the schedules submitted in accordance with paragraph
2.OS.B. CONTRACTOR shall have an additional ten days to
make corrections and adjustments and to complete and
rexubmit the schedules. No progress payment shall be made
to CONTRACTOR until acceptable schedules are submitted
to ENGINEER.
2. CONTTtACTOR's schedule of Shop Drawing and
Sample submittals will be acceptable to ENGINEER if it
provides a workable arrangement for reviewing and
processing the required submittals.
:. 3_ CONT'RACTOR'S schedule of values will be
acceptable to ENGINEER as to form and substance if it
provides a reasonable allocation of the Contract Price to
component parts of the Work.
ARTICLE 3 -CONTRACT DOCK: INTENT,
AMENDING, REUSE
3.01 Intern
A. The Contract Documents are complementary; what
is called for by one is as binding as if called foe by all_
B. It is the serest of the Contras Doatments to describe
a functionally complete Project (or part thereof) to be
constructed in accordance with the Contras Documents.
A~ labor, doaimentation, services, mat~r~, or equipment
that may reasonably be inferred from the Contract Docu-
ments or from prevailing custom . or .trade usage as being
required. to produce the intended result will be provided
whether or not specifically called for at no additional cost to
OWNER.
C. Clarifications and interpretations of .the Contrau
Documents shall be issued by ENGINEER as provided in
Article 9.
3.02 Rcfcratce Standards
A. Standards. Specifications, Codes.. Laws. and
Regulations
1. Reference ro standards, specifications, manuals,
or codes of any technical society, organisation, or
association; or to Laws or Regulations, whether such
reference be specific or by implication, .shall mean the
standard, sQecification, manual, code. or Laws or Regula-
tions in effect at the time of opening of Bids (or on the
Effective Date of the Agreement if there were no Bids),
1
li
~~
u
00700 - 10
fl
1
except as may be otherwise specifically stated in the 3.04
Contract Documents.
2. No provision of ary such standard, specification,
manual or code, or any instruction of a Supplier shall be
effective to change the dudes or responsibilities of
OWNER, CONTRACTOR, or ENGWEER, or any of
their subcontractors, consultants, agents, or employers
from those set forth in the Contract Documents, nor shall
any such provision or instruction be effective to assign to
OWNER, ENGINEER, or any of ENGINEER's
Consultants, agents, or employees any duty or authority
to supervise or direct the performance of the Work or any
duty or authority to undertake responsibility inconsistent
with the provisions of the Contract Documents..
~03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies
1. If, during the performance of the Work,
CONTRACTOR discovers any conflict, error, ambiguity,
or discrepancy within the Contract Documents or between
the Contract Documents and ary provision of ary Law or
Regulation applicable to the performance of the Work or
of a~ standard, specification, manual or code, or of any
instruction of ary Supplier, CONTRACTOR shall report
it to ENGWEER in writing- ai -once. CONTRACTOR
shall not proceed with the Work affected thereby (except
in an emergenry as requited by paragraph 6.16.A) until
an amendment or supplement to the Contract.Documcnts
has been issued by one of the methods indicated in
paragraph 3.04; Provided, however, that CONTRACTOR
shall not be liable to OWNER or ENGWEER for failure
to report any such conflict, error, ambiguity, or dis-
crepanry unless CONTRACTOR knew or reasonably
should have known thereof.
~l
LJ
CI
B. Resolving Discrepancies
1 _ Except as may be otherwise specifically stated in
the Contract Documents, the provisions of the Contract
Documents shall take precedence in resolving any
conflict, error, ambiguity; or discrepancy between the
provisions of the Contract Documents and:
a. the provisions of any standard, specification,
manual, code, or instruction (whether or not specifi-
cally incorporated by reference in the Contract
Documents); or
b. the provisions of any Laws or Regulations
applicable to the performance of the Work (unless
such an interpretation of the provisions of the
Contract Documents would result in violation of such
Law or Regulation).
Amending and Supplementing Contract Documerus
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: (i) a Written Amendment; (ii) a Change
Order; or (iii) a Work Change Drrcctive.
B. The requirements of the Contract Documents may be
supplemented, and minor variations and deviations in the
Work may be authorized, by one or more of the following
ways: (i) a Field Order; (ii) ENGWEER's approval of a
Shop Drawing or Sample; or (iii) ENGWEER's written
interpretation or clarification.
3.05 Reuse of Documents
A. CONTRACTOR and any Subcontractor or Supplier
or other individual or entity performing or furnishing any of
the Work under a direct or indirect contract with OWNER:
(i) shall not have or acquire any ti8e to or ownership rights
in any of the Drawings, Specifications, or other documents
(or copies of any thereof) prepared by or bearing the seal of
ENGWEER or ENGWEER's Consultant, including
elearonic media editions; and (u7 shall not reuse any of such
Drawmgs, Specifications, other documents, or copies thereof
on extensions of the Project or any other projax without
written consent of OWNER and ENGWEER and specific
written verification or adaption by ENGWEER_ This
prohibition will survive final payment, completion, and
acceptance of the Work, or termination or completion of the
Contract. Nothing herein shall preclude CONTRACTOR
from retaining copies of the Contract Documents for record
Purposes.
ARTICLE 4 - AVAII.ABII.iTY OF LANDS;
SUBSURFACE AND PHYSICAL COIdDTTIONS;
REFERENCE POWTS
4.01 Availability of Lands
A. OWNER shall furnish the Site. OWNER shall notify
CONTRACTOR of any encumbrances. or restrictions not of
general application but specifically related to use of the Site
with which CONTRACTOR must comply in performing the
Work. OWNER will obtain in a timely manner and pay for
easements for permanent structures or permanent changes in
existing facilities. If CONTRACTOR and OWNER are
unable to agree on entitlement W or on the amount or extent,
if any, of any adjustment in the Contract Pricy or Contract
Times, or both, as a result of any delay in OWNER's
furnishing the Site, CONTRACTOR may make a Claim
therefor as provided in paragraph 10.05.
00700 - I 1
B. Upon reasonable written request, OWNER shall
furnish CONTRACTOR with a cucrcnt statement of record
legal title and legal description of the lands upon which the
Work is to be performed and OWNER's interest therein as
necessary for giving notice of or filing a mechanic's or
construction lice against such lands in accordance with
applicable Laws and Regulations.
C. CONTRACTOR shall provide for all additional lands
and access thereto that may be required for temporary
construction facilitiu or storage of materials and equipment.
4.02 Subsurface and Physical Conditions
A. Reports and Drawings. The Supplementary
Conditions identify:
1. those reports of ezploratiaas and tests of
subsurface conditions at or contiguous to the Site that
ENGINEER has used in preparing the Contract Docu-
ments; and
2. those drawings of physical conditions in or
relating to existing surface or subsurface structures at or
contiguous to the Site (except Underground Facilities) that
ENGINEER has used in preparing the Contract
Documents.
B. Limited Reliance by CONTRACTOR on Teclviical
Data Authorized: CONTRACTOR may rely upon the
general accuracy of the "technical data" contained in such
reports and drawings, but such reports and drawings are not
Contract Documents. Such "technical data" is identified in
the Supplementary Conditions_ Except for such reliance on
such "technical data," CONTRACTOR may not rely upon or
make a~ Claim against OWNER, ENGINEER, or any of
ENGINEER'S Consultants with respect to:
1. the completeness of such reports and drawings
for CONTRACTOR's purposes, .including, but not
limited to, any aspects of the means, methods,
techniques, sequences, and procedures of construction to
be employed by CONTRACTOR, and safety precautions
and programs incident thereto; or
2. other data, interpretations, opinions, and
information contained in such ~ reports or shown or
indicated in such drawings; or
3. any CONTRAtr TOR interpretation of or
conclusion drawn from any 'technical data" or any such
other data, interpretations, opinions, or information.
00700 - 12
4.03 Differing Subsurface or Physical Conditions
A. Notice: If CONTRACTOR believes that a~ subsur-
face or physical condition at or contiguous to the Site that is
uncovered or revealed either:
1. is of such a nature as to establish that any
"technical data' on which CONTRACTOR is entitled to
rely as provided in paragraph 4.02 is materially
inaccurate; or
2. is of such a nature as to require a change in the
Contract Documents; or
--- -3. - differs materially from that shown or indicated in
the Contract Documents; or
4. is of an unusual nature, and differs materially
from conditions ordinarily encountered and generally
recognized as inherent in work of the character provided
for in the Contract Documents;
then CONTRACTOR shall, promptly after becoming aware
thereof -and before further disturbing the subsurface or
physical conditions or performing any Work in c:onncction
therewith (except in an emergency as required by paragraph
6.16_A), notify OWNER and ENGINEER in writing about
.such condition. CONTRACTOR shall not further disturb
such condition or perform a~ Work in connection therewith
(except as aforesaid) until receipt of written order to do so.
B. ENGTNEER's Review: After t~eceipt of written notice
as required by paragraph 4.03.A, ENGWEER will promptly
review the pertinent condition, determine the necessity of
OWNER's obtaining- additional- exploration or tests. with
respect thereto, and advise OWNER in writing (with a coPY
to CONTRACTOR) of ENGINEER'S findings and
conclusions.
C. Possible Price and 7Fmes Adjustments
1. The Contract Price or the Contract Times, or
both, wdl be equitably adjusted w the extent that the
czistcnce of such differing subsurface or physical
condition causes an increase or decrease- in
CONTRACTOR'S cost of, or time required for, perfor-
mance of the Work; subject, however, to the following:
a. such condition must med any one or more of
the categories described in paragraph 4.03.A; and
b. with respect to Work that is paid for on a
Unit Price Basis, a~+ adjustment in Contract Price
will be subject to the provisions of paragraphs 9.08
and 11.03.
fl
1
2. CONTRACTOR shall not be entitled to ary
adjustment in the Contract Price or Contract Times if:
1
i
1
1
1
1
1
1
1
a. CONTRACTOR knew of the existence of
such conditions at the time CONTRACTOR trade a
final commitment to OWNER in respect of Contract
Price and Contract Times by the submission of a Bid
or becoming bound under a negotiated contract; or
b. the existence of such condition could
reasonably have been discovered or revealed as a
restilt of airy examinatioq investigation, exploration,
test, or study of the Site and contiguous areas
required by the Bidding Requirements or Contract
Documents to be conducted by or for CON-
TRACTOR prior to CONTRACTOR'S making such
final commitment; or
c. CONTRACTOR failed to give the written
notice within the time and as required by paragraph
4.03.A.
3. If OWNER and CONTRACTOR are unable to
agree on entitlement to or on the amount or extent, if any,
of any adjustment in the Contract Price or Contract
Times, or both, a Claim may be made therefor as
provided in paragraph 10.05. However, OWNER,
ENGINEER, and ENGINEER's Consultants shall not be
liable to CONTRACTOR for any claims,. costs, losses, or
damages (including but not limited to all fees and charges
of engineers, architects, attorneys, and other professionals
and all court or arbitration or other dispute resolution
costs) sustained by CONTRACTOR on or in connection
with any other project or anticipated project.
4.04 Underground Facilities
A. Shmvn or Indicated: The information and data shown
or indicated in .the Contract Documents with respect to
xisting Underground Facilities at or contiguous to the Site
based on information and data furnished to OWNER or
NGINEER by the owners of such Underground Facilities,
including OWNER, or by others. Unless it is otherwise
~xpressly provided in the Supplementary Conditions:
t
1. OWNER and ENGINEER shall not be
responsible for the accuracy or completeness of a~+ such
information or data; and
2. the cost of all of the following will be included in
the Contract Price, and CONTRACTOR shall have full
responsibility for:
a. reviewing and checking all such information
and data,
b. locating all Underground Facilities shown or , _
indicated in the Contract Documents,
c. coordination of the Work with the owners of
such Underground Facilities, including OWNER,
during construction, and
d. the safety and protection of all such Under-
ground Facilities and repairing any damage thereto
resulting from the Work_
B. Not Shmvn or Indicated
1. If an Underground Facility is uncovered or
revealed at or contiguous to the Site which was not shown
or, indicated, or not shown or indicated with reasonable
accurary in the Contract Documents, CONTRACTOR
shall, promptly after becoming aware thereof and before
further disturbing conditions affected thereby or
performing any Work in connection therewith (except in
an ctnergcncy as required by paragraph 6.16.A), identify
the owner of such Underground Facility and give written
notice to that owner and to OWNER and ENGINEER.
ENGINEER will promptly review the Underground
Facility and determine the extent, if any, to which a
change is required in the Contract Documents to reflect
and .document the consequences of the existence or
location of the Underground Facility. During such time,
CONTRACTOR shall be responsible for the safety and
protection of such Underground Facility.
2_ If ENGINEER concludes that a change in the
Contract Documents is ~ required, a Work Change
Directive or a Change Order will be issued to reflect and
document such consequences. An equitable adjustment
shall b_ c made in the Contract Price of Contract Times. or
both, to the extent that they are attributable to the
existence or location of any Underground Facility that
was .not shown or indicated or not shown or indicated
with reasonable accuracy in the Contract Documents and
that CONTRACTOR did not know of and could not
reasonably have been expected to be aware of or to have
anticipated. If OWNER and CONTRACTOR are unable
to agree on entitlement to or on the amount or extent, if
any, of ary such adjustment in Contract Pricy or Contract
Times, OWNER or CONTRACTOR nzay make a Claim
therefor as provided in paragraph 10.05.
4.05 Reference Points
A: OWNER shall provide cngincering surveys to
establish reference points for construction which in
ENGINEER'S judgment are necessary to enable CON-
TRACTOR to proceed with the Work. CONTRACTOR
shall be responsible for laying out the Work, shall protect and
preserve the established reference points and property
00700 - 13
r
monuments, and shall make no changes or relocations
without the prior written approval of OWNER.
CONTRACTOR shall report to ENGINEER whenever any
reference point or property monument is lost or destroyed or
requires relocation because of necessary changes in grades or
locations, and shall be responsible for the accurate
replaccmcnt or relocation of such reference points or
property motntments-by professionally qualified personnel.
Environmental Condition, CONTRACTOR shall immedi-
ately: r) secure or otherwise isolate such coition; (ii) stop
all Work in connection with such condition and in any arcs
affected thereby (except in an emergency as required by
paragraph 6.16); and (iii) notify OWNER and ENGINEER
(and promptly thereafter confirm such notice in writing).
OWNER shall promptly consult with ENGINEER concerning
the ncocssity for OWNER to.rctain a qualified expert to
evaluate such condition or take corrective action, if any.
i
4.06 Hazardous Environmental Condition at Site
A. Rcporu and Drawings: Reference is made to the
Supplementary Conditions for the identification of those
reports and drawings relating to a Hazardous Environmental
Condition identified at the Site, if any, that have been utilized
by the ENGINEER in the preparation of the Contrct_.
Documents.
B. Limited Reliance by CONTRACTOR on Technical
Data Authorized:. CONTRACTOR may rely upon the
general accuracy of the `technical data" contained in such
reports and drawings, but such reports and drawings are not
Conriact Doarments. Such `technical data" is identified in
the Supplementary Conditions. Except for such reliancx on
such `technical data," CONTRACTOR may not rely upon or
make a~ Claim against- OWNER, ENGINEER or any of
ENGINEER's Consultants with respect to:
1. the completeness of such reports .and drawings
for CONTRACTOR'S purposes, including, but not
limited to, atry aspects of the means, methods,
techniques, sequences and procedures of construction to
be employed by CONTRACTOR and safety precautions
and programs incident thereto; or
2. other data, interpretations, opinions and
information contained in such reports or shown or
indicated in such drawings; or
3. any CONTRACTOR interpretation . of or
conclusion drawn from a~ `technical data" or any such
other data, interpretations, opinions or information.
C. CONTRACTOR shall not be responsible for any
Hazardous Environmental Condition uncovered or revealed
at the Site which was not shown or indicated in Drawings or
Specifications or identified in the Cone act Documents to be
within the scope of the Work.` CONTRACTOR shall be
responst3le for a Hazardous Environmental Condition orated
with any materials brought to the Site by CONTRACTOR,
Subcontractors, Suppliers, or anyone else-for whom CON-
TRACTOR is responsible.
D. If CONTRACTOR encounters a Hazardous
Fnviroc:ncntal Condition or if CONTRACTOR or anyone for
whom CONTRACTOR is responsible creates a Hazardous
E. CONTRACTOR shall not be required to resume
Work in connection with such condition or in-any affected
area until after OWNER has obtained any required permits
related thereto and delivered to CONTRACTOR written
notice: r) specifying that such condition and any affected
area is or has been rendered safe for the resttmptian of Work;
or (ii) specifying any special conditions under which such
Work tray be .resumed safely. If OWNER ~ and
CONTRACTOR cannot agrce as to cntitlcmwt to or on the
amount or exicnt, if any, of any adjustmrnt in Contract Price
or Contract Times, or both, as a result of such Work stop-
page or such special conditions under which Work is agrced
to be resumed by CONTRACTOR, either party may make a
Claim therefor as provided in paragraph 10.05.
F_ If after receipt of such written notice
CONTRACTOR does not agrce to resume such Work based
on a reasonable belief it is unsafe, or does not agree to
resume such Work under such special conditions, then
OWNER may order the portion of the Work that is in the
area affected by such condition to be deleted from the Work.
If OWNER and CONTRACTOR cannot agree as to
entitlement to or on the amount or extent, if any. of an
adjustment in Contracx Price or Contract T'mzcs as a result of.
deleting such portion of the Work, then either party may
make a Claim therefor- as provided in paragraph 10.05.
OWNER may have such deleted portion of the Work
performed by OWNER'S own fortis or others in accordance
with Article 7.
G. To the fullest extent permitted by Laws and
Regulations, OWNER shall indemnify and hold harmless
CONTRACTOR, Subcontractors, ENGINEER,
ENGINEER'S Consultants and the officers, direcxors,
partners,- employces, agents, other consultants. and
sube~ractors of each and any of them from and against all
claims, costs, losses, and damages (including but not limited
to all fens and charges of enginxrs, architear, attorneys, and
other professionals and all court or arbitration or other
dispute resohuion cosu) .arising out of or relating to a
Hazardous Environmental Condition, provided that such
Hazardous Environmental Condition: (i) was not shown or
indicated in the Drawings or Specifications or identified in
the Contract Documents to be included within the scope of
the Work, and (ii) was not created by CONTRAC'T'OR or by
anyone for whom CONTRACTOR is responsible. Nothing
f]
1
a
1
ii
t
n
00700 - 14
`~ this paragraph 4.06.E shall obligate OWNER to indemnify
any tndividuai or entity from and against the consequences of
t individual's or: entity's own negligence.
H. To the fullest exteat permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
css OWNER, ENGINEER, ENGINEER'S Consultants,
the officers, directors, partners, employee. agents, other
consttltaras, and subcontractors of each and any of them hem
against all claims, costs, losses, and damages (including
t not limited to all fees and charges of engineers,
'tests, attorneys, and other profcss'tonals and all court or
arbitration or other dispute resolution costs) arising out of or
lacing to a Hazardous Environmental Condition created by
NTRACTOR or by anyone for whom CONTRACTOR is
responsible. Nothing in this paragraph 4.06.F shall obligate
NTRACTOR to indemnify any individual or entity from
against the t:ottscquenccs of that individual's or entity's
own negligence.
I. _ The provisions of paragraphs 4.02, 4.03, and 4.04..
e not intended to apply to a Hazardous Environmental
Condition uncovered or revealed at the Site.
ARTICLE S -BONDS AND INSURANCE
Al Performance, Payment, and Other Bonds
A. CONTRACTOR shall furnish performance and
ymcnt Bonds, each in an amount at least equal to the
Contract Price as security for the faithful performance and
~cnt of all CONTRACTOR'S obligations under the
ntract Documents. These Bonds shall remain in effect at
least until one year after the date when final payment
mes due, except as provided otherwise by Laws or
guIations or by the Contract Docttmcats. CONTRACTOR
all also furnish such other Bonds as are required by the
Contract Documents.
B. All Bonds shall be in the form prescribed by the
Contract Documents except as provided otherwise by Laws
Regulations, and shall be executed by such suretiu as arc
in the current list. of "Companies Holding Certificates
of Authority as Aoccptable Sureties on Federal Bonds and as
le Reinsuring Companies" as published in Circular
(a~cndcd) by the Financial Management Service, Surety
nd Branch, U_S. Department of dte Treasury. All Bonds
signed by an agent must be accompanied by a certified copy
such agent's authority to act.
C. If the surety on any Bond furnished by CON-
CTOR is declared bankrupt or becomes insolvent or its
to do business is terminated in any state where any part
o the Project is located or it ceases to meet the. requirements
of paragraph S.O1.B, CONTRACTOR shall within 20 days
thereafter substitute another•Bond and surety, both of which
shall comply with the requirements of paragraphs S.OI.B and
5.02.
5.02 Licensed Sureties and Iruurers
A. All Bonds and insurance required by the Contract
Documents to be purchased and maintained by OWNER or
CONTRACTOR shall be obtained from surety or insurance
companies that arc duly licensed or authorized in the
jurisdiction in which the ProjeU is located to issue Bonds or
insurance policies for the limits and coverages so required.
Such surety and insurance companies shall also meet such
additional requirements and qualifications as maybe provided
in the Supplementary Conditions.
5.03 . Certiftcatu of Insurance
A. CONTRACTOR shall deliver to OWNER, with
copies to each additional insured identified in the Supple-
mentary Conditions, certificates of insurance (and other:
cviiicnce of insurance requested by OWNER or any other
additional insured) which CONTRACTOR is required to
purchase and maintain.. OWNER shall deliver to
CONTRACTOR, with copiu to each additional insured
identified in the Supplementary Conditions, certificates. of
insurance (and other evidence of insurance requested. by
CONTRACTOR or any other additional insured) which
OWNER is required to purchase and maintain.
5.04 COMRACTOR's Liability Insurance
A. CONTRACTOR shall purchase and maintain such
liability and other insurance as is appropriate for the Work
being performed and as will provide prota:tion from claims
set forth below which may arise otit of or resttlt fiom
CONTRACTOR'S performance of the Work and
CONTRACTOR'S other obligations under the Contract
Documents, whether it is to be performed by
CONTRACTOR, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by airy of them to
perform any of the Work, or by anyone for whose acts a~
of them may be liable:
1. claims under workers' compensation, disability
benefits, and-other similar employee benefit acts;
2. claims for damages because of bodily injury,
occupational sickness or disease, or death of
CONTRACTOR'S employees;
3. claims for damages because of bodily injury,
sickness or disease, or death of any person other than
CONTRACTOR'S employees;
00700 - 15
4. claims for damages insured by reasonably
available personal injury liabaity coverage which are sus-
tainod: (i) by arty person as a result of an offense directly
or indirectly related to the employment of such person by
CONTRACTOR; oc (ii) by any other person for any
other reason;
5. claims for damages, other than to the Work
itself, because of injury to or destruction of tangible
property whcsevcr located, including Loss of use restilting
therefrom; and
6. claims for damages because of bodily injury or
death of any person or property damage arising out of the
ownership, maintenance or use of any motor vehicle.
B. The policies of insurance so required by this
paragraph 5.04 to be purchased and maintained shall:
1. with respect to insurance required by Paragraphs
5.04.A:3 through 5.04.A.6 inclusive, include as
additional iasureds (subject to.any customary exclusion in
respect of professional liability) OWNER. ENGINEER,
ENGINEER'S Consultants, and any other individuals or
evditics idrntified in the Supplementary Conditions, all of
whom shall be listed as additional insureds. and include
coverage for the respective officers, directors, partners,
employees, agents, .and other consultants and
subcontractors of each and any of all such additional
insureds; and the insurance afforded to these additional
insureds shall provide primary coverage for. all claims
covered thereby;
2. include at least the specific coverages and be
written for not Less than the limits of liability provided in
the Supplementary Conditions or required by Laws or
Regulations, whichever is greater;
3. include completed operations insurance;
4, include contracuial liability insurance covering
CONTRACTOR'S indemnity obligations under para-
graphs 6.07, 6.11, and 6.20;
5. contain a provision or cndorscmcnt that the
coverage afforded will not be canceled, materially
changed or renewal refilled until at least thirty days prior
written notice has been given to OWNER and
CONTRACTOR and to cacti other additional insured
identified in the Supplementary Conditions to whom a
certificate of insurance has been issued (and the
certificates of instuance fiunished by-the CONTRACTOR
pursuant to paragraph 5.03 will so provide);
6_ remain in effect at Icast until final payment and
at all times thereafter when CONTRACTOR may be
correcting, removing, or replacing defective Work in
accordance with paragraph 13.07; and
7. with respect to completed operations 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 additional insured identified in the Supple-
mentary Conditions, to whom a certificate of insurance
has been issued, evidence satisfactory to OWNER and
any such additional insured of continuation of such
insurance at final payment and one year thereafter).
S.OS OWNER's liability Insurance
_. A.. In addition to the insurance required to be provided
by CONTRACTOR under paragraph 5.04, OWNER, at
OWNER's option, may purchase and maintain at OWNER's
expense OWNER's own liability inci,ranCe as will protect
OWNER against claims which may arise from operations
under the Contract Documents.
5.06 Property Insurance
A. Unless otherwise provided in the Supplementary
Conditions, OWNER shall purchase and maintain property
insurance upon the Work at the Site in the amount of the full
replacement cost thereof (subject to such deductible amounts
as may be provided in the Supplementary Conditions or
required by Laws and Regulations). This insurance shall:
1. include the interests of OWNER, CONTRAC-
TOR, Subcontractors, ENGINEER, ENGINEER'S
Consultants, and any other individuals or entities idcnti=
fled in the Supplementary Conditions. and the officers,
directors, partners, employees, agents, 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;
2. be written on a Builder's Risk "all-risk" or open
peril or special causes of loss policy form that shall at
least include insttrattct for physical loss of damage to the
Work, temporary buildings, false work, and materials and
equipment in transit, and shall insure against at least the
following perils or causes of loss: fire, lightning,
extended coverage, theft, vandalism and malicious
mischief, earthquake, collapse, debris removal,
demolition occasioned by enforcement of Laws and
Regulations, water damage, and such other pcrt7s or
causes of loss as may be specifically required by the
Supplementary Conditions;
3. include expenses incurred in the repair or
replacement of any insured. property ('including but trot
limited to fees and charges of engineers and architects);
00700 - 16
i
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
;7
'~ 4. cover materials and equipment stored at the Site
or at another location that was agreed to in writing by
OWNER prior Zo being incorporated in the Work,
provided that such materials and equipment have been
included in an Application for Payment recommended by
ENGINEER;
~i 5. allow for ~ partial utilization of the Work by
OWNER;
6. include testing and startup; and
7. be maintained in effect until final payment is
made unless otherwise agrced to in writing by OWNER,
CONTRACTOR, and ENGINEER with 30 days written
notice to each other additional insured to whom a certifi- -
.cafe of insurance has been issued.
B. OWNER shall purchase and maintain such boiler and.
ry insurance or additional property insurance as may
required by the Supplementary Conditions or Laws and
egulations which will include the interests of OWNER,
CONTRACTOR, Subcontractors, ENGINEER,
GINEER's Consultants, and any other individuals or
'ties identified in the Supplementary Conditions, each of
whom is deemed to have an insurable interest and shall be
~ted as an insured or additional insured.
C. AlI the policies of insurance (and the certificates or
er evidence thereof) required to be purchased and
in accordance with paragraph 5.06 will contain a
'on or endorsement that the coverage afforded will not
be candled or materially changed or renewal refused until at
30 days prior written notice has been given to OWNER
CONTRACTOR and to each other additional insured to
whom a certificate of insurand has been issued and will
waiver provisions in accordance with paragraph 5.07.
D. OWNER shall not be responsible for purchasing and
any Property insurance specified in this
graph 5.06 to protect the. interests of CONTRACTOR,
ntractors, or others in the Work to the extent of any
deductible amounts that are identified in the Supplementary
bons. The risk of loss within such identified deduarble
oust will be borne by CONTRACTOR, Subcontractors,
or others suffering any such loss, and if any of them wishes
insttrance coverage within the limits of such
cants, each may purchase and maintain it at the
purchaser's own expense.
E. If CONTRACTOR requests in writing that other
ial insurance be included in the property insurance
policies provided under paragraph 5.06, OWNER shall, if
~SStble, inchrde such insurance, and the cost thereof will be
~ged to CONTRACTOR by appropriate Change Order or
Written Amendment. Prior to commencement of the Work
at the Site, OWNER shall in writing advise CONTRACTOR
whether or not such other insurance has been procured by
OWNER.
5.07 Waiver of Rights
A. OWNER and CONTRACTOR intend that all policies
purchased in accordance with paragraph 5.06 will protect
OWNER, CONTRACTOR, Subcontractors, ENGINEER,
ENGINEER'S Consultants, and all other individuals or
entities identified in the Supplementary Conditions to be
listed as insureds or additional insureds (and the officers,
directors, partners, employees, agents, and other consultants
and subcontractors of cacti and any of them) in auch policies
and will provide primary coverage for all losses and damages
eaused by-the perils or causes of loss covered thereby. All
such policies shall contain provisions to the effect that in the
event of payment of-any loss or damage the insurers will
have no rights of recovery against a~ of .the insureds or
additional insureds thereunder. OWNER and CONTRAC-
TOR waive all rights against each other and their respective
officers, directors, partners, employees, agrnts, and other
consultants and subcontractors of each and a~ of them for
all losses and damages caused by, arising out of or resulting
from any of the perils or causes of loss covered by such
policies and any other property insurance applicable to the
Work; and, in addition, waive all such rights against
Subcontractors, ENGINEER, ENGINEER'S Consultanu, and
all other individuals or entities identified in the Supplemen-
tary Conditions to be listed as insureds or additional insureds
(and the officers, direcxors, partners, employees, agents, and
other consultants and subcontractors of each and any of them)
under such policies for losses and damages so caused. None
of the above waivers shall extend to the rights that any party
making such waiver may have to the proceeds of insurance
held by OWNER as trustee or otherwise payable under any
policy so issued.
B. OWNER waives all rights against CONTRACTOR,
Subcontractors, ENGINEER, ENGINEER'S Consultants, and
the officers, directors. Partners. employees, agents, and other
consultants and subcontractors of cash and any of them for:
1. loss due to business intemiption, loss of use, or
other consequential loss extending beyond direct physical
loss or damage to OWNER'S property or the Wort
caused by, arising out of, or resulting from fire or other
peril whether or not insurdd by OWNF_R; and
2. loss or damage to the completed Project or part
thereof caused by, arising out of, or resulting fiom fire or
other insured peril or cause of loss covered by any
property insurance maintained on the completed Project
or part thereof by OWNER during partial ttilization
pursuant to paragraph 14.05, after Substantial Completion
~~ 00700 - I7
pursuant to paragraph 14.04, or after final payment
pursuant to paragraph 14.07.
C. Any insurance policy maintained by OWNER cover-
ing any Ioss, damage or consequential loss referred to in
paragraph 5.07.8 shall contain provisions to the effect that in
the event of payment of any such loss, damage, or
consequential loss, the insurers will have no rights of
recovery against CONTRACTOR, Subcontractors,
ENGINEER, or ENGINEER'S Consultants and the officers,
dtrccxors, partners, employees, agents, and other consultants
and subcontractors of each and any of them.
5.08 Receipt and Application of Insurance Proceeds
A. Any insured loss under the politics of insurance-
required by paragraph 5.06 wt71 be adjusted with OWNER
and made payable to OWNER as fiduciary for the insureds,
as their interests may appear, subject to the requirements of
an3- applicable mortgage clause and of paragraph 5.08.8.
OWNER shall deposit in a separate account any money so
received and shall distnbtme it in accordance with such agrcc-
meat as the parties in interest may reach If no other special.
agreement is reached, the damaged Work shall be repaired or
replaced, the moneys so received applied on accotmt thereof,
and the Work and the cost thereof Covered by an appropriate
Change Order or Written Amendment.
of such party by the Contract Documents, such party shall
notify the other party in writing of such failure to purchase
prior to the start of the Work, or of such failure to maintain
prior to any change in the required coverage. Without
prejudice to any other right or remedy, the other party may
elect to obtain equivalent Bonds or insurance to protect such
other party's interesu at the expense of the party who waz
required to provide such ooveragc, and a Change Order shall
be issued to adjusE the Contract Price accordinglY•
5.10 Partial Utititation, Aclhtowledgment of Property
Insurer
A. If OWNER finds it necessary to occupy or use a
portion or portions of the Work prior to Substantial
Completion of all the Work as provided in paragraph 14.05,
no such use or occupancy shall commence before the insurers
providing the Property insurance pursuant to paragraph 5.06
have acknowledged notice thereof and in writing effected any
changes in coverage necessitated thereby.. The insurers
providing the property insurance shall consent by endorse-
ment on the policy or policies, but the property insurance
shall not be canceled or permitted to lapse on account of any
such partial use or occupancy-
ARTICLE 6 -CONTRACTOR'S RESPONSIBILITIES
[7
1
1
B. OWNER as fiduciary shall have power to adjust and
settle a~ loss with the insurers unless one of the parties in
interest shall object in writing. within 15 days after the
occturence of loss to OWNER'S exercise of this power. If
such objection be made, OWNER as fiduciary shall make
settlement with the insurers in aa;ordance with such
agreement az the parties in interest may reach. If no such
agreement among the parties in imerat is reached, OWNER
as fiduciary shall adjust a~ settle the loss with the insurers
and, if tcgttirod in writing by anY PAY in interest, OWNER
as fiduciary shall give bond for the proper performance of
such duties.
5.09 Acceptance of Bonds and Insurance; Option to
Replace
A. If either OWNER or CONTRACTOR has any
objection to the coverage afforded by or other provisions of
the Bonds or insurance required m be purchased and
maintained by the other party in accordance with Article 5 on
the basis of non-conformance with the Contract Documcnis,
the objecting Party shall so notify the other party in writing.
within 10 days after receipt of the certificates (or other
.evidence requested) required by paragraph Z.OS.C. OWNER
and CONTRACTOR shall each provide to the other such
additional information in respect of instance provided az the
other may reasonably request. If either party does not
purchase or maintain all of the Bonds and insurance required
6.01 Supervision and Superintendence
A. CONTRACTOR shall supervise, inspect, and direct
the Work competently and efficiently. devoting such attention
thereto and applying such. s1o7Ls and ezpcrttsc az may ~
necessary to perform the Work in accordance with the
Contract Documents.... __ .CONTRACTOR shall be solely
responsible for the means, methods, techniques, sequences.
and procedures of construction, but CONTRACTOR shall
not be responsible for the negligence of OWNER or
ENGINEER in the design or specification of a specific
means, method, technique.. sequence, or proceduee of
construction which is shown or indicated in and expressly
required by the Contract Doauncnts- CONTRACTOR shall
be responsible to see that the completed Work Complies
accurately with the Contract Documents.
B. At all times during the progress of the Work,
CONTRACTOR shall assign a competent resident superin-
tendent thereto who shall not be replaced without wntten
notice to OWNER and ENGINEER except under
extraordinary circttmstanees.. The supermtendcnt well ~
CON'TRACTOR'S representative at the Sitc and shall have
authority to act on behalf of CONTRACTOR- A11
communications given to or received from the supcrintcndcnt
shall be binding on CONTRACTOR.
00700 - 18
1
1
1
1
6.02 Labor; Working Hours
A. CONTRACTOR shall provide competent, suitably
qualified personnel to survey, lay out, and construct the
ork as .required by the Contras Documents. CON-
tACTOR shall at .all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or
erection of persons or the Work or property at the Site or
adjacent thereto, and ezccpc as otherwise stated in the
niract Documents, all Work at the Stte shall be performed
regular working hours, and CONTRACTOR will not
pernvt overtime work or the performance of Work on
turd.ay, Sunday, or any legal holiday without OWNER's
'ttcn consent (which .will not be tmrcasonably withheld)
ven after prior written notice to ENGII~iEER.
~03 Services, Materials, and Equipment
A. Unless otherwise specified in the General Re-
cmenu, CONTRACTOR shall provide and assume full
~.sponsibility for all services, materials, equipment, labor,
transportation, construction equipment and machinery, tools,
pliances, fuel, power, light, -heat, telephone, water,
tary facilities, temporary facilities, and all other facilities
d incidentals necessary for the performance, testing,
start-up, and completion of the Work.
B. All materials and equipment incorporated into the
Work shall be as specified or, if not specified, shall be of
quality and new, except as otherwise provided in the
ontract Documents. All warranties and guarantees
specifically called for by the Specifications shall expressly
to the benefit of OWNER. If required by ENGINEER,
ONTRACTOR shall furnish satisfactory evidence
eluding reports of required tests) as to the source, kind,
and quality of materials and equipment. All materials and
pment shall be stored, .applied, installed, connected,
red, protected, used,. cicaned, and conditioned in
accordance with instructions of the applicable Supplier,
~cept as otherwise may be provided in the Contract Docu-
cnts.
.Oil Progress Schedule
A_ CONTRACTOR shall adhere to the progress schedule
established in accordance with paragraph 2.07 as it may be
~justed from time to time as provided below.
I . CONTRACTOR shall submit to ENGINEER for
acceptance (to the extent indicated in paragraph 2.07)
proposed adjustments in the progress schedule that will
not result in changing the Contract Times (or Milestones).
Such adjustments will conform generally to the progress
schedule then in effect and additionally will comply with
any provisions of the General Requirements applicable
thereto.
2. Proposed adjustments in the progress schedule
that will change the Contiract rtmes (or Milestonul shall
be submitted in accordance with the tequircments of
Article 12. Such adjustments may only be made by a
Change Order or Written Amendment in accordance with
Article 12.
6.05 Substitutes and "Or-EquaCr'
A. Whenever an item of material or equipment is
specified or dcscnbed in the Contract Documents by ruing
the name- of a proprietary item or the name of a particular
Supplier, the specification or description is intended to
establish the type. fiuiction, appearance, and quality required•
Unless the specification or description contains or is followed
by words reading that no lilce, equivalent, or 'or-cclttal" item
or no substitution is permitted. other items of material or
equipment or material or equipment of other Suppliers may
be submitted to ENGINEER for review under the circum-
stances described below.
1. "Or-Equal" Items: If in ENGINEER'S sole
discretion an rum of material or equipment proposed by
CONTRACTOR is fitntxionally equal to that named and
sufficiently similar so that no change in related Work will
be required, it may be considered by ENGINEER as an
"or-equal" item, in which case review and approval of
the proposed item may, in ENGINEER'S sole discretion,
be accomplished without compliance with some or all of
the requirements for approval of proposed substitute
items. For the purposes of this paragraph 6.OS.A.1, a
proposed item of material - or ~ equipment will be
considered functionally equal to an item so named if:
a. in the exercise of reasonable judgment
ENGINEER determines that ('i) it is at kart equal in
quality. durability, appearance, strength, and design
characteristics; ('u7 it will reliably perform at least
equally well the function imposed by the design
concept of the completed Project as a functioning
whole, and;
b. CONTRACTOR oertifiCs that, (i) there is no
increase in cost to the OWNER; and ('ii) i[ will
conform substantially, even with deviations, to the
detailed regairements of rho item Hamad in the
Contract Documents.
2. Substitute Itares
a. If in ENGINEEIt's sole ducrction an item of
material or equipment proposed by CONTRACTOR
does not qualify as an "or-equal" item under
00700 - 19
u
paragraph 6.05_A.1, it will be considered a proposed by the Contract Documents, CONTRACTOR may
substitute item. furnish or utilize a substitute means, method, technique,
sequence, or procedure of construction approved by ENGI-
b. CONTRACTOR shall submit sufficient NEER. CONTRACTOR shall submit sufficient information
information as provided below to allow ENGINEER to allow ENGINEER, in ENGINEER'S sole discretion, to
to determine. that-the item of material or equipment determine that the substitute proposed is equivalent to that
proposed is tssentially equivalent to that named and expressly called for by the Contract Documenu. The prose- .
an accxptable substitute therefor. Requests for dare for review by ENGINEER will be similar to that
review of proposed substitute items of material or provided in subparagraph 6.OS.A.2.
equipment will not be accepted by ENGINEER from
anyone other than CONTRACTOR. C. Engutcer s Evaluation: ENGINEER will be allowed
a reasonable time within which to evaluate each proposal or
c. The procedure for review by ENGINEER submittal made pursuant to paragraphs 6.OS.A and 6.OS.B. ,
will be as set forth in paragraph 6.OS.A.2.d, as ENGINEER will be the sole judge of acceptability. No
supplemented in the General Requirements and as - "or-equal" or substitute will be ordered, installed or utilized
ENGINEER may decide is appropriate under the .
until ENGINEER'S review is complete, which will be
ctrcttms<aaces. - evidenced by either a Change Order for a substitute or an
approved Shop Drawing for an "or equal." ENGINEER will
d. CONTRACTOR shall first make written advise CONTRACTOR in _ writing of any negative
application to ENGINEER .for review of a proposed determination.
substitute item of material or equipment that
CONTRACTOR seeks to furnish or use. The D. Special Guarantee: OWNER may require CON-
. application shall certify that the proposed substitute TRACTOR to furnish at CONTRACTOR'S expense a special
item will perform adequately the functions and performance guarantee or other surety with respect to any
achieve the results called for by the general design, substitute.
be similar in substance to that specified, and be suited
to the same. use as that specified. The application E. ENGINEER'S Cost Reimbursement: ENGINEER wt~ll
will state the extent, if any, to which the use of the record time requited by ENGINEER and ENGINEER's
proposed substitute item will prejudice Consultants in evaluating substitute proposed or submitted by
CONTRAC'TOR'S achievement ~ of Substantial CONTRACTOR pursuant to paragraphs 6.OS.A.2 and 6.OS.B
Completion on time, whether or not use of the and in malting changes in the Contract Documents (or in the
proposed substitute item in the Work will require a provisions of any other detect contract with OWNER for
change in any of the Contract. Documents (or in the work on the Project) occasioned. thereby. Whether or not
provisions of a~ other diretx contract with OWNER ENGINEER approves a substitute item so proposed or
for work on the Project) to adapt-.the design to the submitted by CONTRACTOR, CONTRACTOR shall
proposed substitute item and whether or not reimburse OWNER for the charges of ENGINEER and
incorporation or use of the pmposcd substitute item ENGINF.ER's Consultants for evaluating cacti such proposed
in connecxion with the Work is subject to payment of substitute.
any license fee or royalty. All variations of the pro-
poscd substitute item from that specified will be F. CONTRACTOR'S Expense: CONTRACTOR shall
identified in the application, and available provide all data in support of any proposed substitute or
~tgineering, sales. maintenance, repair, and "or~qual" at CONTRACTOR'S expense.
~
replacement services will be indicated. The ~
application will also contain an itemized estimate of 6.06 Concerning Subcontractor, Suppliers, and Others
all cosu or credits that will result directly or indi-
rectly from ase of such substitute item, including A. CONTRACTOR shall not employ a~ Subcontractor,
costs of redesign and claims of other ~acxors Supplier. or other individual or entity (including those
affected by any resulting change, all of which will be acceptable to OWNER as indicated in paragraph 6.06.B),
considered by ENGINEER in evaluating the proposed whether initially or as a replacement, against whom OWNER
substitute item_ ENGINEER tray require CON- may have reasonable objection. CONTRACTOR shall not be
TRACTOR to furnish additional data about the pro- required to employ any Subcontractor; Supplier, or other
posed substitute item. individual or entity to furnish or perform any of the Work
against whom CONTRACTOR has reasonable objxtiom
B. Substitute Constntctivn Methods or Procedures: If a
specific means, method, technique, sequence, or procedure B. if the Supplementary Conditions require the ideality
of construction is shown or indicated in and expressly of certain Subcontractors, Suppliers, or other individuals or
00700 - 20 -
1
entities to be submitted to OWNER in advance for acceptance
by OWNER by a specified date prior to the Effective Date of
the Agreement, and if CONTRACTOR has submitted a list
~thcreof in accordance with the Supplementary Conditions,
OWNER's acceptance (either in writing or by failing to make
written objection thereto by the date indicated for acceptance
~or objection in the Bidding Documents or the Contract
Documents) of any such Subcontractor, Supplier, or other
individual or entity so identified may be revoked on the basis
of reasonable objection after due invcstigation_ CON--
CTOR shall submit an acceptable replacement for the
rejected Subcontractor, Supplier, or other individual or
entity, and the Contract Price will be adjusted by the differ-
nce in the cost occasioned by such replacement, and an
appropriate Change Order will be issued or Written
Amendment signed. No acceptance by OWNER of any such
subcontractor, Supplier, or other individual or entity,
hether initially or as a replacement, shall constitute a
waiver of any right of OWNER or ENGINEER to reject
defective Work.
C. CONTRACTOR shall be fully responsible to
OWNER and ENGINEER for all acts and omissions of the
ubcontractors, Suppliers, and other individuals or entities
rforming or furnishing any of the Work just as
CONTRACTOR is responsible for CONTRACTOR'S own
and omissions. Nothing in the Contract Documents shall
~~,~rcate for the benefit of any such Subcontractor, Supplier, or
other mdividual or entity any contractual relationship between
OWNER or ENGINEER and any such Subcontractor,
~upplicr or other individual or entity, nor shall it create any
bligation on the part of OWNER or ENGINEER to pay or
to see to the payment of any moneys due any such Subcon-
r, Supplier, or other individual or entity except as may
thcrwise be required by Laws and Regulations.
D. CONTRACTOR shall be solely responsible for
scheduling and coordinating the Work of Subcontractors,
tippliers, and other individuals or entities performing or
furnishing any of the Work under a direct or indirect contract
~th CONTRACTOR.
E. CONTRACTOR shall require all Subcontractors,
uppliers, and such other individuals or entities performing
r furnishing a~ of the Work to communicate with ENGI-
NEER through CONTRACTOR.
F. The divisions and sections of the Specifications and
e identifications of any Drawings shall not control
CONTRACTOR in dividing the Work among Subcontractors
r Suppliers or delineating the Work to be performed by any
ific trade.
G. All Work performed for CONTRACTOR by a
ubcontractor or Supplier will be pursuant to an appropriate
agreement between CONTRACTOR and the Subcontractor
or Supplier which specifically binds the Subcontractor or=-
Supplier to the applicable terms and conditions of the
Contract Documents for the benefit of OWNER and
ENGINEER. Whenever any such agreement is with a
Subcontractor or Supplier who is listed as an additional
insured on the property insurance provided in paragraph
5.06, the agreement between the CONTRACTOR and the
Subcontractor or Supplier will contain provisions whereby
the Subcontrauor or Supplier waives all righu against
OWNER, CONTRACTOR, ENGINEER, ENGINEER'S
Consultants, and all other individuals or entities identified in
the Supplementary Conditions to be listed as insureds or
additional insureds (and the officers, directors, partners,
employees, agents, and other consultants and subcontractors
of each and any of them) for all losses and damages caused
by, arising out of, relating to, or resulting from any of the
perils or causes of loss covered by such policies and any
other property inrnrance applicable to the Work. If the
insurers on any such policies require separate waiver forms
to be signed by any Subcontractor or Supplier, CONTRAC-
TOR will obtain the same.
6.07 Parent Fees and Royalties
A. CONTRACTOR shall pay all license fees and
royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work of
any invention, design, process, product, or device which is
the subject of patent rights or copyrights held by others_ If
a particular invention, design, process, product, or device is
specified in the Contract Documents for use in the
performance of the Work and if to the actual knowledge of
OWNER or ENGINEER its use is subject to patent rights or
copyrights calling for the payment of any license fee or
royalty to others, the existence of such rights shall be
disclosed by OWNER in the Contract Documents. To the
fullest extent permitted by Laws and Regulations,
CONTRACTOR shall indemnify and hold harmless
OWNER, ENGINEER, ENGINEER's Consultants, and the
officers, directors, partners, employccc or agents, and other.
consultants of each and any of them from and against all
claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other
dispute resolution costs) arising out of or relating to a~
infringement of patent rights or copyrights incident to the rue
in the performance of the Work or resulting from the
incorporation in the Work of any invention, design, process,
product, or device not specified in the Contract Documents.
6.08 Permits
A. Unless, otherwise provided in the Supplementary
Conditions, CONTRACTOR shall obtain and pay for all
construction permits and licenses. OWNER shall assist
CONTRACTOR, when necessary, in obtaining such permits
00700 - 21
and licertus: CONTRACTOR shall pay all governmental
charges and inspection .fees necessary for the proseartion of
the Work which are applicable at the time of opening of Bids,
or, if there are no Bids, on the Effective Date of the
Agreement. CONTRACTOR shall pay all charges of utility
owners fot connections to the Work, and OWNER shall pay
all charges of such utility owners for capital costs related
thereto, such as plant investment fees.
6.09 Laws and Regulations
A. CONTRACTOR shall give all notices and comply
with all Laws and Regulations applicable to the performance
of the Work_ Except where otherwise expressly required by
applicable Laws and Regulations, neither OWNER nor
ENGINEER. shall be responsible for monitoring
CONTRACTOR'S compliance with any Laws or Regulations.
B. If CONTRACTOR performs any Work knowing or
having reason to know that it is contrary to Laws or
Regulations, CONTRACTOR shall bear all claims, costs,
losses, and damages (including but not limited to all- fees and
charges of engineers, architects, attorneys, and .other
professionals and all court or arbitration or other dispute
resolution costs) arising out of or relating to such Work;
however, it shall not be CONTRACTOR'S primary
responsibility to make certain that the Specifications and
Drawings arc in accordance with Laws and Regulators, but
this shall not relieve CONTRACTOR of CONTRACTOR'S
obligations under paragraph 3.03.
C. Changes in Laws or Regulations not known at the
time of opening of Bids (or, on the Effective Date of the
Agrxment if there were no Bids) having an effect on the cost
or time of performance of the Work may be the subject of an
adjtutment in Contract Price or Contract Times. If OWNER
and CONTRACTOR are unable to agrx on entitlement to or
on the amount or extent, if alry, of any such adjustment. a
Claim maybe made therefor as provided in paragraph 10.05.
6.10 Taxes
A. CONTRACTOR shall pay all salts, consumer, use,
and other similar taus required to be paid by CONTRAC-
'POR in accordancx with the Laws and Regulations of the
pL~ of the Project which are applicable during the
performance of the Work.
6.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas
unreasonably encumber the Site and other areas with
construction equipment or other materials or equipment.
CONTRACTOR shall assume full responsibility. for aay
damage to any such land or area, or to the owner or
occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. Should a~ claim be made by any such owner or
occupant because of the performance of the Work,
CONTRACTOR shall promptly settle with such other
party by negotiation or otherwise resolve the claim by
arbitration or other dispute resolution procxding or at
law.
3. To the fullest extent permitted by Laws and
Regulations; CONTRACTOR shall indemnify and hold
harmless OWNER, ENGINEER, ENGINEER's
Consultant,. and the officers, directors, partners,
employees, agents, and other consultants of each and any
of them from and against all claims, coats, losses, and
damages ('including-but not limited to all fees and charges
of engineers, arrltitecxs, attorneys, and other professionals
and all court or arbitration or other dispute resolution
costs) arising out of or relating to any claim or action,
legal or equitable, brought by any such owner or occupant
against OWNER, ENGINEER, or any other party
indemnified hereunder to the extent caused by or based
upon CONTRACTOR'S performance of the Work.
B_ Removal of Debris During Performance of the Work:
During the progress of the Work CONTRACTOR shall keep
the Site and other areas free from accumulatioat of waste
materials, rubbish, and other debris. Removal and disposal
of such waste materials, rubbish, and other debris shall con-
form to applicable Laws and Regulations.
C. Cleaning: Prior to Substantial Completion of the
Work CONTRACTOR shall clean the Site and make it rzady
for utilization by OWNER: At the completion of the Work
CONTRACTOR shall remove from the Site all tools;
appliances, construction equipment and machinery, and
surplus materials and shall restore to original condition all-
property not designated for alteration by the Contract
Documents.
D_ Loading Structures: CONTRACTOR shall trot load
nor permit a~ part of any structure to be loaded in any
manier that will endanger the structure. nor shall
CONTRACTOR subject airy part of the Work or adjacent
property to stresses or pressures that will endanger it.
6.12 Record Documents
1
1
[]
1. CONTRACTOR shall confine construction
oquipmcnt, the storage of materials and equipment, and
the operations of workers to the Site and other areas
permitted by Laws and Regulations, and shall not
A. CONTRACTOR shall maintain in a safe place at the
Site one record copy of all Drawings, Specifications,
Addenda, Written Amendments, Change Orders, Work
00700 - 22
t~nge Directives, Field Orders, and written interpretations
and clarifications in good order -and annotated to show
es made during construction. These record documents
then with all approved Samples and a counterpart of all
approved Shop Drawings will be available to ENGINEER for
referencx. Upon completion of the Work, these record
Samples, and Shop Drawings will be delivered to
GINEER for OWNER.
Safety and Proteetton
A. CONTRACTOR shall be solely responsible for
maintaining and supervising all safety precautions
rogtams in connection with the Work. CONTRACTOR
s 1 take all necessary precautions for the safety of, and
shall provide the necessary protection to prevent damage;
i~ or loss to:
1.. all persons on the Site or who may be affected
~by the Work;
2. all the Work and materials and equipment to be
incorporated therein, whether in storage on or off the
~ite; and
3. other property at the Site or adjacent thereto,
Including trues, shrubs, lawns, walks, pavements,
roadways, structures, utilities, and U~erground Facilities
pot designated for removal, relocation, or replacement in
~thc course of construction.
B. CONTRACTOR shall comply with all applicable
ws and Regulations relating to the safety of persons or
rty, or to the protection. of persons. or property from
ge, injury, or loss; and shall erect and maintain all
necessary safeguards for such safely and protection.
NTRACTOR shall notify owners of adjacent Property and
nderground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate
them in the protection, removal, relocation, and
cement of their property. All damage, injury, or loss to
property referred to in paragraph 6.13.A.2 or 6.13.A.3
caused, directly or indirectly, in whole or in part, by CON-
CTOR, any Subcontractor, Supplier, or any other
victual or entity directly or indirectly employed by any of
them to perform a~ of the Work, or anyone for whose acts
of them may be liable, shall be remedied by
CONTRACTOR (eztxpt damage or loss attributable to the
fault of Drawings or Specifications or to the acts or
o ions of OWNER or ENGINEER or ENGINEER'S Con-
~t, or anyone employed by a~ of them, or anyone for
se acts any of them may be liable, and not attributable,
directly or induccily, in whole or in part, to the fault or
t~ligcnce of CONTRACTOR or any Subcontractor,
lien, or other individual or entity directly or indirectly
employed by any of them). CONTRACTOR'S duties and
007
responsibilities for safety and for protection of the Work shall
continue until such time as all the Work is completed and
ENGINEER has issued a notice to OWNER' and
CONTRACTOR in accordance with paragraph 14.Q7.B that
the Work is acceptable (except as otherwise expressly
provided in connection with Substantial Completion).
6.14 Safety Repruentarive
A. CONTRACTOR shall designate a qualified and
experienced safety representative at the Site whose duties and
responsibilities shall be the prevention of accidents and the
maintaining and supervising of safety precautions and
programs.
6.15 Hazard Communication Programs
A. CONTRACTOR shall be responsible for coordinating
any exchange of material safety data sheets or other hazard
communication information required to be made available to
or exchanged between or among employers at the Site in
accordance with Laws or Regulations.
6.16 Emergencies
A. In emergencies affecting the safety or protection of
persons or the Work or property at the Site or adjacent
thereto, CONTRACTOR is obligated to act to prevent
threatened damage, injury, or loss. CONTRACTOR shall
give ENGINEER prompt written notice if CONTRACTOR
believes that a~ significant changes in the Work or
variations from the Contract Documents have bcen caused
thereby or are required as a result thereof. If ENGINEER
determines that a change in the Contract Documents is
required because of the action taken by CONTRACTOR in
response w such an emergency, a Work Change Directive. or
Change Order will be issued.
6.17 Shop Drawings and Samples
A. CONTRACTOR shall submit Shop Drawings to
ENGINEER for review and approval in accordance with the
acceptable schedule of Shop Drawings and Sample
submittals. All submittals will be identified as ENGINEER
may require and in the number of topics specified in the
General Requirements. The data shown on the Shop
Drawings will be complete with respetx to quantities. dimen-
sions, specified performance and design criteria, materials,
and similar data to show ENGINEER the sctvices, materials,
and equipment CONTRACTOR proposes to provide and to
enable ENGINEER to review the information for the limited
purposes required by paragraph 6.17.E.
B. CONTRACTOR shall also submit Samples to
ENGINEER for review and approval in accordance with the
acceptable schedule of Shop Drawings and Sample
00 - 23
submittals. Each Sampk will be identified clearly as to
material, Supplier, pertinent data such as catalog numbers,
and the use for which intrndcd and otherwise as ENGINEER
may require to enable ENGINEER to review the submittal
for the limited purposes required by paragraph 6.17.E. The
tntmbers of each Sample to be submitted will be as specified
in the Specifications.
C. Where a Shop Drawing or Sample is required by the
Contract Documents or the schedule of Shop Drawings and
Sample submittals acceptable to ENGINEER as required by
paragraph 2.07, any rclat~d Work performed prior to
ENGINEER'S review and approval of the pertinent submittal
will be at the sole expense and responsibility of
CONTRACTOR.
D. Submittal Procedures
1. Before submitting each Shop Drawing or Sample,
CONTRACTOR shall have determined and verified:
a. all field measurements, quantities, dimen-
sions, specified performance criteria, installation
requirements,. materials, catalog numbers, and
similar information with respect thereto;
b. all materials with respect to intended use,
fabrication, shipping, handling, storage, assembly,
and installation pertaining to the perfotatance of the
Work;
c. all information relative to means, methods,
techniques, sequences, and procedures of construc-
tion and safety precautions and programs incident
thereto; and
d. CONTRACTOR shall also have reviewed
and coordinated each Shop Drawing or Sample with
other Shop Drawings and Samples and with the
requirements of the Work and the Contract Docu-
ments.
2. Each submittal shall bear a stamp or specific
written indication that CONTRACTOR has satisfied
CONTRACT'OR'S obligations under the Contract
Documents with respect to CONTRACT'OR'S review and
approval of that submittal.
3. At the time of cash submittal, CONTRACTOR
shall give ENGINEER specific written notice of such
variations, if ate, that the Shop Drawing or Sample
submitted. may have from the requirements of the
Contract Documents, such notice to be in a written com-
munication separate from the submittal; and, in addition,
shall cause a specific notation to be made on each Shop
Drawing and Sample submitted to ENGINEER for review
and approval of each such variation.
E. ENGINEER'S Review
1. ENGINEER will timely review and approve
Shop Drawings and Samples in accordance with the
schedule of Shop Drawings and Sample submittals
accxptable to ENGINEER. ENGINEER's review and
approval will be only to dctcnazine if the items covered by
the submittals will, after installation or incorporation in
the Work, conform to the information given in the
Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole
as indicated by the Contract Documents.
2. ENGINEER's review and approval will not
extend w means, methods, techniques, sequences, or
procedures of consttuction (except where a particular
means, method, technique, sequence, or procedure of
construction is specifically and expressly called for by the
Contract Documents) or to safety precaution or programs
incident thereto. The review and approval of a separate
item as such will not indicate approval of the assembly in
which the item functions.
3. ENGINEER'S review and approval of Shop
Drawings or Samples shall not relieve CONTRACTOR
from responsibility for a~ variation from the require-
ments of the Contract Documents unless CONTRACTOR
has in writing called ENGINEER'S attention to each such
variation at the time of each submittal as required by
paragraph 6.17.D.3 and ENGINEER has given written
approval of each such variation by .specific written
notation thereof incorporated in or accompanying the
Shop Drawing or Sample approval; nor will any approval
by ENGINEER relieve CONTRACTOR .from
responsibility for complying with the requirements of
paragraph 6.17.D.1.
F. Resubmittal Procedures
I . CONTRACTOR shall make corrections required
by ENGINEER and shall return the required number. of
corrected copies of Shop Drawings and submit as
required new Samples for review and approval. CON-
TRACTOR shall direct specific attention in writing to
revisions other than the corrections called for by ENGI-
NEER on previous submittals.
6.18 Continuing the Work
A_ CONTRACTOR shall carry on the Work and adhere
to the progress schedule during all disputes or disagreements
with OWNER. No Work shall be delayed or postponed
pending resolution of any disputes or disagreements, except
00700 - 24
1
t
lam'
a
r
t
f
permitted by paragra h 15.04 or as OWNER and
p
CONTRACTOR may otherwise agree in writing.
~19 CONTRACI'OR's General Warranty and Guarantee
A. CONTRACTOR warranu and guarantees to
R, ENGINEER, and ENGINEER'S Consultants that
'~'1 Work will be in accordance with the Contras Documents
and will not be defective. CONTRACTOR'S warranty and
~tce hereunder ezcIudes defects or damage caused by:
1. abuse, modification, or improper maintenance or
operation by persons other than CONTRACTOR, Sub-
contractors, Suppliers, or any other individual or entity
for whom CONTRACTOR is responsible; or
2. normal wear and tear under normal usage
B. CONTRACTOR'S obligation. to perform and
mplete the Work in accordance with the Contract
enu shall be absolute. None of the following will
constitute an acceptance of Work that is not in accordance
th the Contract Documenu or a release of
~NTRACTOR's obligation to perform the Work in
accordance with the Contract Documenu:
1. observations by ENGINEER;
2. recommendation by ENGINEER or payment by
OWNER of any progress or final payment;
3_ the issuance of a certificate of Substantial
Completion by ENGINEER or any payment related
thereto by OWNER;
4. use or occ~ancy of the Work or any part thereof
by OWNER;
S. any acceptance by OWNER or any failure to do
~~
b. any review and approval of a Shop Drawing or
Sample submittal or the issuance of a notice of acceptabil-
ity by ENGINEER;
7. any inspection, test, or approval by others; or
8. any correction of defective Work by OWNER.
~0 Indemnification
and against all claims, cosu, losses, and damages (including
but not limited to all fees and charges of engineers,
architecu, attorneys, and other professionals and all court or
arbitration or other dispute resolution costs) arising out of or
relating to the pcrform~ncc of the Work, provided that any
such claim, cost, loss, or damage:
1. is attnbutable to bodily injury, sickness, disease,
or death, or to injury to or dcsoniction 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
Supplier, orany individual or entity directly or indirectly
employed by a~ of them to perform a~ of the- Work or
anyone for whose acts any of them may be liable,
regardless of whether or not caused in part by any
negligence or omission of an individual or entity. indem-
nified hereunder or whether liability is imposed upon such
indemnified party by Laws and Regulations regardless of
the negligence of any such individual or entity.
B. In a~ and all claims against OWNER or ENGINEER
or any of their respective constiltanu, agents, officers,
directors, partners, or employees by any employee (or the
survivor or personal representative of such etttptoyet) of
CONTRACTOR, any Subcontractor, any Supplier, or any
individual or entity directly or indirectly employed by any of
tbem to perform any of the Work, or anyone for whose acts
any of them may be liable, the indemnification obligation
under paragraph 620.A shall not be limited in arty way by
any limitation on the amount or type of damages,
compensation, or bencfiu payable by or for CONTRACTOR
or a~ such Subcontractor, Supplier, or other individual- or
entity under workers' compensation acts, disability benefit
acts, or other employee benefit acts.
C. The indemnif cation obligations of CONTRACTOR
under paragraph 6.20.A shall not extend to the liability of
ENGINEER and ENGINEER'S Consultants or to the
officers, directors, partners, employees, agents, and other
consultanu and subcontractors of each and any of them
arising out of:
1. the preparation or approval of. or the failure to
prepare or approve, maps, Drawings, opinions, reports.
surveys, Change Orders, designs, or Specifications; or
2. giving directions or instructions, or failing to
give them, if that is the primary cause of the injury or
damage.
A. To the fullest extent permitted by Laws and Regula-
ns, CONTRACTOR shall indemnify and hold harmless
ENGINEER, ENGINEER'S Consultanu, and the
cers, directors, partners, employees, agents, and other
consultanu and subcontractors of each and any of them from
oo~oo - u
e
1
ARTICLE 7 -OTHER WORK
7.01 Related Work at Site
A. OWNER may perform other work related to the
Project at the Siu by OWNER's employee, or Ict other
dittct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Con-
tract Documents, then:
1. writun notice thereof will be given to CON-
TRACTOR prior to starting any such other work; and
2. if OWNER and CONTRACTOR are unable to
agree on entitlement to or on the amount or extent, if a~+,
of air adjustment in the Contract Price or Contract Times
that should be allowed as a result of such other work, a
Claim may be made therefor as provided in paragraph
10.05.
B. CONTRACTOR shall afford cacti other contractor
who is a party to such a direct contracx and each utility. owner
(and OWNER, if OWNER is performing the other work with
OWNER's cmplayecs) proper and safe access to the Siu and
a reasonable opportunity for the introduction and storage of
materials and equipment and .the ezecudon of such other
work and shall properly coordinate the Work with theirs.
Unless otherwise provided in the Contract Documents, CON-
TRACTOR shall do all cutting, fitting. and patching of the .
Work that may be required to properly connect or otherwise
make its several parts come together and properly integrau
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 oonscnt of ENGINEER a~ the others whose
work will be affected. The duties and responsibilities of
CONTRACTOR under this paragraph are for the benefit of
such utility owners and other contractors to the extent that
then are comparable provisions.. for .the benefit of
CONTRACTOR in said direct contracts between OWNER
and such uti~li'ty owners and other contractors.
C. If the proper execution or results of any part of
CONTRACTOR'S Work depends upon work performed by
others under this Article 7, CONTRACTOR shall inspect
such other work amt promptly report ~to ENGINEER in
writing any delays, defects, or deficiencies in such other
work that rtadcr it unavailable or unsuitable for the proper
execution and results of CONTRACTOR'S Work.
CONTRACTOR'S failure to so report will constitute an
acceptance of such other work as fit and proper for
integration with CONTRACTOR'S Work except for taunt
defecxi and dcficicncics in Stich other work.
7.02 Coordination _
A. If OWNER intends to contract with others for the
performance of other work on the Project at the Siu, the
following will be set forth in Supplementary Conditions:
1. the individual or entity who will have authority
and responsibtti'ty for coordination of the activities among
the various contractors will be identified;
2. the specific matters to be covered by such
authority and responsibility will be itemized; and
_ 3_ _the extent of such authority and responsibilities
will be provided.
B. Unless otherwise provided in the Supplementary
Conditions, OWNER shall have sole authority and respon-
sibility for such coordination.
ARTICLE 8 -OWNER'S RESPONSIBILITIES
B.OI Communications to Co-uractor
A. Except as otherwise provided in these General Condi-
tions, OWNER shall issue all communications to
CONTRACTOR through ENGINEER.
8.02 Replacement of ENGINEER
A. In case of termination of the employment of ENGI-
NEER, OWNER _ shall .appoint an engineer to whom
CONTRACTOR makes no reasonable objection, whose status
under the Contract Documents shall be that of the former
ENGINEER.
8.03 ~ Furnish Data
A. OWNER shall promptly furnish the data required of
OWNER under the Contract Documents.
t
i
1
8.04 Pay Promptly When Due
A. OWNER shall make payments to CONTRACTOR
promptly when they are due as provided in paragraphs
14.02.C and 14.07.C.
8.05 Lands and Easements Reports and Tuu
A. OWNER'S duties in respect of providing lands and
easements and providing engineering surveys to establish
reference points are set forth in paragraphs 4.01 and 4.05.
Paragraph 4.02 refers to OWNER'S identifying and making
available to CONTRACTOR copies of reports of explorations
it
1
u
~nd tesu of subsurface conditions and drawings of physical
conditions in or relating to existing surface or subsurface
at or contiguous to the Site that have been utilized
y ENGINEER in preparing the Contract Documents.
8.06 .Insurance
A. OWNER's responsibilities, if arty, in respect to pur-
chasing and main_tainino liability and property insurance are
forth in Article S.
.07 Qrange Orders
~A. OWNER is obligated to ezerute Change Orders as
cared in paragraph 10.03.
08 Inspections, Tuts, and Approvals
A. OWNER's responsibility in respect to certain inspec-
'ons, tests, and approvals is act forth in paragraph 13.03.,B.
_09 Limitations on OWNER'S Responsibilities
A. The -OWNER shall not supervise, direct, or have
nrrol or authority over, nor be responsible for,
CONTRACTOR'S means, methods, techniques, sequences,
r procedures of construction, or the safety precautions and
rs=rams incident thereto, or for any failure of CON-
CTOR to comply with Laws and Regulations applicable
the performance of the Work. OWNER will not be
~sponsible for CONTRACTOR'S failure to perform the
ork in accordance with the Contract Documents.
~.10 Undisclosed Hazardous Environmental Condition
A. OWNER'S responsibr'lity in respect to an undisclosed
ous Environmental Condition is act forth in paragraph
06.
8.11 Evidence of Ftnaneiol Ar~egements
A. If and to the extent OWNER has agreed to furnish
CONTRACTOR reasonable evidence that financial
~rrangemenu have been made to satisfy OWNER'S
~tlegations under the Contract Documents, OWNER's
responsibility in respect thereof will be as set forth in the
elementary Conditions.
1
ARTICLE 9 -ENGINEER'S STATUS DURING . _
CONSTRUCTION
9.01 OWNER'S Representative
A. ENGWEER will be OWNER's representative during
the construction period. The duties and responsibilities and
the limitations of authority of ENGINEER as OWNER's
representative during construction are set forth in the
Contract Documents and will not be changed without written
consent of OWNER and ENGINEER.
9.02 fruits to Sitc
A. ENGINEER will make visits to the Site at intervals
appropriate to the various stages of construction as
ENGINEER .deems nxessary in order to observe as an
experienced and qualified design professional tha progress
that has. been made and the quality of the various aspects of
CONTRACTOR'S executed Work. Based on information
obtained during such visits and observation, ENGINEER,.
for the benefit of OWNER, will determine, in general, if the
Work is proceeding in accordance with the Contract
Documents. ENGINEER will not be required to make
ezhaustivo or contirneous inspections on the Site to check the
quality or quantity of the Work. ENGINEER'S efforu will
be directed toward providing for OWNER a greater degree
of confidence that the completed Work .will conform
generally W the Contract Documents. On the basis of such
vista and observations, ENGINEER will keep OWNER
informed of the progress of the Work and will endeavor to
guard OWNER against defective Work.
B. ENGINEER'S visits and observations are subject to
all the limitations on_ _ ENGINEER'S authority and
responsibility set forth in paragraph 9.10, and particularly,
but without limitation, during or as a result of ENGINEER'S
visits or observations of CONTRACTOR'S Work
ENGINEER will not ,supervise, direct, control, or have
authority over or be responsible for CONTRACTOR'S
means, methods, techniques, sequences, or procedures of
construction, or the safcty precaution and programs incident
thereto, or for airy failure of CONTRACTOR to~comply with.
Laws and Regulations applicable to the performance of the
Work.
9.03 Project Representative
A. If OWNER and ENGINEER agree, ENGINEER will
furnish a Resident Project Representative to assist
ENGINEER in providing more ezteasive observation of the
Work. The responsibilities and authority and limitations
thereon of an}+ such Resident Project Representative and
assistanu will be as provided in paragraph 9.10 and in the
Supplementary Conditions_ If OWNER designates another
00700 - 27
rcpraentative or agent to represent OWNER at the Site who
is not ENGINEER'S Consultant, agent br employee, the
resptmsibilitics and authority and limitations thereon of such
other individual or entity will be az provided in the Supple-
mcntary Conditions-
B. In connection with ENGINEER'S authority az to '
Change Orders, see Articles 10, 11, and 12.
C_ In connccrion with ENGINEER'S authority as to
Applications for Payment, see Article 14.
1
9.04 Clarifications and Interpretations
A. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the require-
ments of the Contract Documents as ENGINEER may deter-
mine necessary, which shall be consistent with the intent of
and reawnably inferable from the Contract Documents. Such
written clarifications and interpretations will be binding on
OWNER and CONTRACTOR. If OWNER. and CON-
TRACTOR are unable to agree on cntitlcmcnt to or on the
amount or extent, if any, of any adjustment in the Contract
Price or Contract Times, or both, that should be allowed as
a result of a written clarification or interpretation, a Claim
may be made therefor as provided in paragraph 10.05.
9.05 Atcthorized Variations in Work
A. ENGINEER may authorize minor variations in the
Work from the rrqutirements of the Contract Documents
which do not involve an adjustment in the Contract Price or
the Contract Times and are compatible with the design
concept of the completed Project az a functioning whole az
indicated by the Contract Documents. These may be
accomplished by a Field Order and will be binding on
OWNER and also on CONTRACTOR, who shall perform
the Work involved promptly. If OWNER and CONTRAC-
TOR are unable to agree on entitlement to or on the amount
or extent, if any, of any adjustment in the Contract Price or
Contract Tancs, or both, as a result of a 1~ield Order, a
Claim may be made therefor az provided in paragraph 10.05.
9.06- Rcjcsing Defective Work
A. ENGINEER will have authority to disapprove or
rejecx Work which ENGINEER believes to be defective, or
that ENGINEER ,believes will not produce a completed
Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed
Project as a fimctioning whole as indicated by the Contract
Documents. ENGINEER will also have authority to require
special inspection or testing of the Work as provided in
paragraph 13.04, whether or not the Work is fabricated,
installed, or completed.
9.07 Shop Drawings, Chartge Orders and Payments
A. In ~xtian with ENGINEER's authority az to Shop
Drawings and Samples. see paragraph 6.17.
9.08 Determinations for Unit Price Work
A. ENGINEER will determine the actual quantities and
classifications of Unit Price Work performed by
CONTRACTOR. ENGINEER will review with CON-
TRACTOR the ENGINEER'S preliminary determinations on
such matters before rendering a written decision thereon (by
recommendation of an Application for Payment or
otherwise). ENGINEER'S written decision thereon will be
final and- binding (except az modified by ENGINEER to
reflect changed faettual conditions or more accurate data)
upon OWNER and CONTRACTOR, subject to the
provisions of paragraph 10.05.
9.09 Decisions on Regr<irements of Contras Documents
and Acceptability of Work
A. ENGINEER will be the initial interpreter of .the
requirements of the Contract Documents and judge of the
acceptability of the Work thereunder. Claims, disputes and
other matters relating to the acceptability of the Work, the
quantities and classifications of Unit Price Work, the
interpretation of the requirements of the Contract Documents
pertaining to the performance of .the Work, and Claims
seeking changes in the Contract Price or Contract Times will
be referred initially to ENGINEER in writing, in accordance
with the provisions of paragraph 10.05, with a request for a
formal decision.
B. 'When functioning as interpreter and judge under this
paragraph 9.09. ENGINEER will. not show partiality to
OWNER or CONTRACTOR and will not be liable in
connection with .any interpretation or decision rendered in
good faith in such capacity. -The rendering of a decision by
ENGINEER pursuant to this paragraph 9.09 with respect to
any such Claim, dispute, or other matter (except any which
have beta waived by the making or acceptance of final
payment as provided in paragraph 14.07) will be a condition
prcctclcnt to any exercise by OWNER or CONTRACTOR of
such rights or remedies as either may otherwise have under
the Contratx Docaiments or by Laws or Regulations in respect
of any such Claim, dispute: or other mater.
9.10 Limitations on ENGINEER's Authority and Rarpon-
sibi&ties
A. Neither ENGINEER's authority or respoasibility
under this Article 9 or under any other provision of the
Contract Documents nor any decision made by ENGINEER
in good faith either to exercise or not exercise such authority
00700 - 28
1
t
1
L~
1
1
1
responsibility or the undertaking, exercise, or performance
any authority or responsibility by ENGINEER shall create,
impose, or give .rise to any duty in contract, tort. or
~erwise owed by ENGINEER to CONTRACTOR, any
ubcontractor, any .Supplier, any other individual or entity,
or to any surety for or employee or agent of any of them.
B. ENGINEER will not supervise, direct, control, or
ve authority over or ba responsible for CONTRACTOR'S
means, methods, techniques, sequences, or procedures of
traction, or the safety precautions a~ programs incident
etzto, or for a~ fai3ure of CONTRACTOR to comply with
Laws and Regulations applicable to the performance of the
ork. ENGINEER will .not be responsible for
~ONTRACTOR's failure to perform the Work in accordance
with the Contract Documents. -
C. ENGINEER will not be responsible for the acts or
ions of CONTRACTOR or of any Subcontractor, any
Supplier, or of aa}+ other individual or entity performing any
(~ the Work.
D. ENGLNEER's review of the final Application for
went and accompanying documentation and all mainte-
ce and operating instructions, schedules, guarantees,
Bonds. certificates of inspection, tests and approvals, and
er documentation required to be delivered by paragraph
.07.A will only be to determine generally that their content
mplies with the requirements of, and in the case of
certificates of inspections, tests, and approvals that the results
~rtified indicate compliance with, the Contract Documents.
E. The limitations upon authority and responsibility set
m this paragraph 9.10 shall also apply to ENGINEER'S
cants, Resident Project Representative, and assistants.
~CLE 10 - CHANGES W THE~WORK; CLAIMS
10.01 Authorized C9erntges in the Work
A. Without invalidating the Agreement and without
notice co a~ surety, OWNER may, at any time or from time
time, order additions, deletions, or revisions in the Work
Written Amendment, a Change Order, or a Work
ge Dircarve. Upon receipt of any such document,
NTRACTOR shall promptly procud with the Work
clued .which will be performed under the applicable
ditions of the Contract Documents (except as otherwise
specifically provided).
B. If OWNER and CONTRACTOR are unable to agree
on entitlement to, or on the amount or extent, if any, of an
ttstmeni in the Contract Price or Contract Times, or both,
should be allowed as a result of a Work Change
Directive, a Claim may be made therefor as provided.in '-
paragraph 10.05.
IO.02 Unauthorized Changes in the Work
A. CONTRACTOR shall not be entitled to an increase
in the Contract Price or an extension of the Contract Times
with respoct to any work performed that is not required by
the ContraU Documents as amended, modified, or
supplemented as provided in paragraph 3.04, except in the
case of an emergency as provided in paragraph 6.16 or in the
case of uncovering Work as provided in paragraph 13.04.B.
10.03 Execution of Change Orders
A.._O.WNER-. and CONTRACTOR shall execute
appropriate Change Orders recommended by ENGINEER (or
Written Amendments) covering:
1. changes in the Work which aze: (i) ordered by
OWNER pursuant to paragraph 10.O1.A, ('ii) required
because of acceptance of defective Work under pain-
graph 13.08.A or OWNER'S correction of defective
Work under paragraph 13.09, or (iii) agreed to by the
P~~:
2. changes in the Contract Price or Contract Times
which are agreed to by the parties, including any
undisputed sum or amount of time for Work actually
performed in accordance with a Work Change Directive;
and -
3_ changes in the Contract Price or Contract Times
which embody the substance of any written decision
rendered by ENGINEER pursuant to paragraph 10.05;
provided that,-in lieu-of executing any such Change
Order, an appeal may be taken from any such decision
in accordance with the provisions of the Contract
Documents and applicable Laws and Regulations, but
during arty such appeal, CONTRACTOR shall carry on
the Work and adhere to the progress schedule as
provided in paragraph 6.18.A.
10.04 Notification to St<rety
A. If notice of any change affecting the general scope
of the Work or the provisions of the Contract Documents
(including, but not limited to, Contract Price or Contract
Times) is required by the provisions of any Bond to be ,given
to a surety, the giving of any such notice will be
CONTRACTOR'S responsibility. The amount of each
applicable Bond will be adjusted to reflect the effect of any
such change.
00700 - 29
10.05 Claims and Disputes
A. Notice: -Written notice stating the genera] nature of
.each Claim, dispute, or other matter shall be dclivettd by the
claimant to ENGINEER and the other party to the Contract
promptly (but in no event later than 30 days) after the start of
the event giving rise thereto. Notice of the amount or extent
of the Claim, dispute, or other matter with supporting data
shall be delivered to the ENGINEER and the other party to
the Contract within 60 days after the start of such event
(unless ENGINEER allows additional time for claimant to
submit additional or more accurate data in support of such
Claim, dispute, or other matter). A Claim for as adjustment
in Contract Price shall be prepared in accordance with the
provisions of paragraph 12.O1.B. A Claim for an adjustment
in Contract Time shall be prepared in accordance with thc-
provisions of paragraph 12.02.B_ Each Claim shall be
accompanied by claimant's written statement that-the adjust-
ment claimed is the entire adjustment to which the claimant
believes it is entitled as a result of said event. The opposing
Party shall submit any response to ENGINEER and the
claimant within 30 days afrer receipt of the claimant's .last
submittal (unless ENGINEER allows additional time).
B. ENGINEER'S Decision: ENGINEER will render
a formal decision in writing within 30 days after receipt of
the last submittal of the claimant or the last submittal of the
.opposing party, if any. ENGINEER'S written decision on
such Claim, dispute, or other matter will be final and binding
upon OWNER and CONTRACTOR unless:
1. an appeal from ENGINEER's decision is taken
within the time limits and in accordance. with the dispute
resolution procedures set forth in Article 16; or
2. if no such dispute resolution procedures have
been set forth in Article 16, a written notice of intention
to appeal from ENGINEER'S written decision is
delivered by OWNER or CONTRACTOR to .the other
and to ENGINEER within 30 days after the date of such
decision, and a formal prodding is instituted by the
appealing party in a forum of competent jurisdiction
within 60 days after the date of such dxision or within
60 days after Substantial Completion, whichever is later
(unless otherwise agreed in writing by OWNER and
CONTRACTOR), to exercise such rights or remedies as
the appealing Party may have with respect to such
Claim, dispute, or other matter in accordance with
applicable Laws and Regulations.
C. l1 ENGINEER dots not render a formal decision in
writing within the time stated in paragraph IO.OS.B, a
decision denying the Claim in its entirety shall be deemed to
have been issued 31 days after rccxip[ of the last submittal of
the claimant or the last submittal of the opposing party, if
any.
D. No Claim for an adjustment in Contract Price or
Contract Tunes (or Milestones) will be valid if not submitted
in accordance with this paragraph 10.05. -
ARTTCLE 11 - COST OF THE WORK; CASH
ALLOWANCES; UNIT PRICE WORK
11.01 Cost of the Work
A. Costs Included: The term Cost of the Work means
the sum of all costs necessarily incurred and paid by CON-
TRACTOR in the proper performance of the Work. When
the value of any Work covered by a Change Order or when
a Claim for an adjuctmcnt in Contract Price is determined on
the basis of Cost of the Work, the costs to be reimbursed to
CONTRACTOR will be only those additional or incremental
costs required because of the change in the Work or because
of the event giving rise to the Claim. Except as otherwise
may be agreed to in writing by OWNER, such costs shall be
in amounts no higher than those prevailing in the locality of
the Project, shall include only the following items, and shall
not include any of the costs itemized in paragraph 11.O1.B.
1. Payroll costs for employees in the direct employ
of CONTRACTOR in the performance of the Work
under schedules of job classifications agreed upon by
OWNER and CONTRACTOR. Such employees shall
include without limitation supcrintendcnts, foremen, and
other personnel employed full time at the Site. Payroll
costs for employees not employed full time on the Work
shall be apportioned on the basis of their time spent on
the Work. Payroll costs shall include, but not be limited
to, salaries and wages plus the cost of fringe benefits,
which shall include social security contributions, unem-
ployment, excise, and payroll taus, workers'
compensation, health and retirement benefits, bonuses,
sick leave, vacation and holiday pay applicable thereto.
The expenses of performing Work outside of regular
working hours, on Saturday, Sunday, or legal holidays,
shall be included in the above to the extent authorized by
OWNER.
2. -Cost of all materials and equipment fiunishcd
and incorporated in the Work, including costs of
transportation and storage thereof, and Suppliers' field
service required in connection therewith. All cash
discounts shall accrue to CONTRACTOR unless
OWNER deposits funds with CONTRACTOR with
which to make payments, in which case the cash
disootmts shall accrue to OWNER. All trade discounts,
rebate and- refunds and returns from sale of surplus
materials and equipment shall accrue to OWNER, and
CONTRACTOR shall make provisions so that they may
be obtained.
1
1
1
1
t
1
t
00700 - 30
3. Payments made by CONTRACTOR to
Subcontractors for Work performed by Subcontractors.
If required by OWNER, CONTRACTOR shall obtain
competitive bids from subcontractors acceptable to
OWNER and CONTRACTOR and shall deliver such
bids to OWNER, who will then determine, with the
advice of ENGINEER, which bids, if any, will be
acceptable. If any subcontract provides that the
Subcontractor is to be paid on the basis of Cost of the
Work plus a fee, the Subcontractor's Cost of the Work.
and fee shall be determined in the same manner as
CONTRACTOR'S Cost of the Work and fee as provided
in this paragraph 11.01.
4. Cosu of s ial consultanu inclu " but not
Pce ( ~g
limited to engineers, architects, testing laboratories,_
surveyors, attorneys, and accountants) employed. for
services specifically related to the Work.
S. Supplemental costs i~luding the following:
a. The proportion of necessary transportation,
travel, and subsistence expenses of
CONTRACTOR'S employees incurred in discharge
of duties connected with the Work.
b. Cost, including transportation and mainte-
nance, of alt materials, supplies, equipment,.
machinery, appliances, office, and temporary facili-
ties 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.
c. Rentals of all construction equipment and
machinery, and the parts thereof whether rented
from CONTRACTOR or others in accordance with
rental agrcemcnts approved by OWNER with the
advice of ENGINEER, and the t:osu of
transportation. loading, unloading, . assembly,
dismantling, and removal thereof. All such costs
shall be in accordance with the.terms of said rental
agreements. The rental of a~ such equipment, ma-
chinery, or parts shall cease when the. use thereof is
no longer necessary for the Work.
d. Sales, consumer, use, and other similar
fazes related to the Work, and for which CON-
TRACTOR is liable, imposed by Laws and Regu-
e. Deposits lost for causes other than negli-
gence of CONTRACTOR, a~ Subcontractor, or
anyone directly or indirectly employed by any of
them or for whose acu any of them may be liable,
lations.
and royalty paymenu and fees for permiu and --
licenses.
f. Losses and damages (and related expenses)
caused by damage to the Work, not compensated by
insurance or otherwise, sustained by
CONTRACTOR in connection with the perfor-
mance of the Work (except losses and damages
within the deduarble amoimu of property insurance
established in acxordance with paragraph 5.06.D),
provided such losses and damages have resulted
from causes other than the negligence of
CONTRACTOR, any Subcontractor, or anyone
directly or indirectly employed by any of them or
for whose acts any of them may be liable. Such
losses shall include settlements made with the
written consent and approval of OWNER. No such
losses, damages. and expenses shall be included in
the Cast of the Work for the purpose of determining
CONTRACTOR'S fee.
g. The cost of utilities, fuel, and sanitary
facilities at the Site.
h. Minor expenses such as telegrams. long
distance telephone calls, telephone service at the
Site, expressage, and similar .petty cash items in
connection with the Work.
i_ When the. Cost of the Work is used to
determine the value of a Change Order or of a
Claim, ,the cost of premiums for additional Bonds
and insurance required because of the changes in the
Work or caused by -the event giving rise to the
Claim.
j. When all. the Work is performed on the
basis of .cost-plus, the costs of premiums for all
Bonds and insurance CONTRACTOR is required by
the Contract Documents to purchase and maintain.
B. Cosu Excluded: The term Cost of the Work shall
not include any of the following items:
1. Paymll cosu and- other compensation of
CONTRACTOR'S officers, eaccutivcs, principals (of
partnerships and sole proprietorships), general manag-
ers, engineers, architects, estimators, attorneys, audi-
tors, accountants. purchasing and contracting agents,
expediters, timekeepers, clerks. and other personnel
employed by CONTRACTOR, whether at the Site or in
CONTRACTOR's principal or branch office for general
administration of the Work and not specifically included
in the agreed upon schedule of job classifications
referred to in paragraph 11.O1.A.1 or specifically
covered by paragraph 11.41.A.4, all of which are to be
00700 - 31
w
considered adminicrrative costs covered by the
CONTRACTOR'S fee.
2. Expenses of CONTTZACTOR's principal and
branch office other than CONT'RACTOR'S office at the
Site.
3. Any part of CONTRACTOR'S capital expenses,
including interest on CONTRACTOR'S capital employed
for the Work and charges against CONTRACTOR for
delinquent payments.
4. Costs due to the negligence of CONTRACTOR,
any Subcontractor, or anyone dirxtly or indirectly
employed by any of them or for whose acts any of them
may be .liable, including but not limited- to, -the -
cerrcction of defective Work, disposal of materials or
equipment wrongly supplied, and making good any-
damage to property.
S. Other overhead or general expense rose of any
kind and the costs of any item not .specifically and
expressly included in paragraphs 11.01 _A and 11:O1.B.
C_ CONTRACTOR'S Fee: When all the Work is
performed on the basis of cost-plus, CONTRACTOR'S fee
shall be determined as set forth in the Agreement: When the
value of a~ Work covered by a Change Order or when a
Claim for an adjustment in Contract Price is detcrtnincd on
the basis of Cost of the- Work, CONTRACTOR'S fee shall be
determined as set forth in paragraph 12.O1.C.
D. Doarmcntation: Whenever the Cost of the Work for
any purpose is to be determined pursuant to paragraphs
11.O1.A and 11.O1.B, CONTRACTOR will establish and
maintain records thereof in accordance with generally
accepted acootmting practices and submit in a form
acceptable to ENGINEER an itemized cost breakdown
together with supporting data. .
11.02 Cash AUowanccs
A. It is understood that CONTRACTOR has included
in the Contract Price all allowances so named in the Contract
Documents and shall cause the Work so covered to be
performed for such sums as may be acceptable to OWNER
and ENGINEER. CONTRACTOR agrees that:
1. the allowances include the cost to CONTRAC-
TOR (less any applicable trade discounts) of materials
and equipment required by the allowances to be
delivered at the Site, and all applicable taxes; and
2. CONTRACTOR's costs for unloading and
handling on the Site, labor, installation costs, overhead,
profit, and other expenses contemplated for. the allow-
antes have been included in the Contract Price and not
in the allowances, and no demand for additional payment
on account of any of the foregoing will be valid. -
B. Prior to final payment, an appropriate Change Order
will be issued as recommended by .ENGINEER to reflect
actual amounts due CONTRACTOR on account of Work
covered by allowances, and the Contract Price shall be
correspondingly adjusted.
11.03 Urtit Price Work
A. Where the Contract Documents provide that all or
part of the Work is to be Unit Price Work, initially the
Contract Price will be deemed to include for all Unit Price
-Work an amount equal to the sum of the unit price for each
separately identified item of Unit Price Work times the
estimated quantity of each item as indicated in the Agree-
ment. The estimated quantities of items of Unit Price Work
are not guaranteed and are solely for the purpose of
comparison of Bids and determining an initial Contract Prior.
Determinations of the actual quantities and classifications of
Unit Price Work performed by CONTRACTOR will be
made by ENGINEER subject to the provisions of paragraph
9.08.
B_ Each unit price will be deemed to include an amount
considered by CONTRACTOR to be adequate to cover
CONTRACTOR'S overhead and profit for each separately
identified item.
C. OWNER or CONTRACTOR may make a Claim for
an adjustment in the Contract Price in accordance with
paragraph 10.05 if:
- 1. ~ the quantity of any item of Unit Price Work
performed by CONTRACTOR differs materially and
significantly from the estimated quantity of such item
indicated in the Agreement; and
2. there is no corresponding adjustment with
respect a~ other item of Work; -and
3. if CONTRACTOR believes that
CONTRACTOR is entitled to an increase in Contract
Price as a result of having incurred additional expense or
OWNER believes that OWNER is entitled to a decrease
in Contract Price and the parties are tenable to agree as
to the amount of any such increase or decrease.
1
t
t
1
1
1
00700 - 32
1
CLE 12 -CHANGE OF CO
NTRACT PRICE;
C ANGE OF CONTRACT TIMES
12.01 Change of Coruract Price
A. The Contract Price may ody be changed by a
e Order or by a Written Amendment. Any Claim for
justmcnt in the Contract Price shall be based on written
n cc submitted by the party making the Claim to the
INEER and the other party to the Contract in accor-
dance with the provisions of paragraph 10.05.
B. The value of any Work covered by a Change Order
or of any Claim for an adjustment in the Contract Price.will.. _.__..
b~etermined as follows:-
1. where the Work involved is covered by unit
.prices contained in the Contract Doarments, by applica-
tion of such unit prices to the quantities of the items
involved (subject to the provisions of paragraph 11.03 );
or
2. where the Work involved is not covered by unit
prices contained in the Contract Documents, by a
mutually agreed lump sum (which may. include an
allowance for overhead and profit not necessarily in
accordance with paragraph 12.O1.C.2); or
3. where the Work involved is not covered by unit
prices contained in the Contract Documents and a ce-
gr
went to a lump sum is not reached under paragraph
12.OI.B.2, on the basis of the Cost of the Work
(determined as provided in paragraph 11.01) plus a
CONTRACTOR'S fee for overhead and profit (deter-
mined as provided in paragraph 12.O1.C).
C. COMTtACTOR's Fee: The CONTRACTOR'S fee
fo overhead and profit shall be determined as follows:
1. a mutuall
y acceptable fizod fee; or
2. if a fuel fee is not agreed upon, then a fee
based on the following percentages of the various
portions of the Cost of the Work:
a. for costs 'incurred under paragraphs
11.O1.A.1 and 11.O1.A.2, the CONTRACTOR'S
fee shall be l,5 percent;
b. for costs incurred under paragraph
11.O1.A:3, the CONTRACTOR'S fee shall be five
1
percent;
c_ where one or more tiers of subcontracts are
on the basis of Cost of the Work plus a fee and no
feed fee is agreed upon, the intent of paragraph
12.O1.C.2.a is that the Subcontrasor who actually
performs the Work, at whatever tier, will be paid
a fee of 15 percent of the costs incurred by such
Subcontractor under paragraphs 11.O1.A_1 and
11.O1.A.2 and that any higher tier Subcontractor
and CONTRACTOR will each be paid a fce of five
percent of the amount paid to the next lower tier
Subcontractor,
d. no fee shall be payable on the base of eosu .
itemised under paragraphs 11.O1.A.4, 11.OI.A.S,
and 11.O1.B;
__ e... the _ amount of credit to be allowed by
CONTRACTOR to OWNER for any change which
results in a net decrease in cost will be the amount
of the actual net decrease in test plus a deduction in
CONTRACTOR's fee by an amount equal to five
percent of such net decrease; and
f. when both additions and credits are in-
volved in any one change. the adjustment in
CONTRACTOR'S fce shall be computed vn the
basis of the net change in accordance with para-
graphs 12.O1.C.2.a through 12.O1.C.2_e, inclu-
sive.
12.02 Change of Contract Tomes
A. The Contract Times (or Milestones) may only be
changed by a Change Order or by a Written Amendment.
Any Claim for an adjustment in the Contract Times (or
Milestones) shall be based on written notice submitted by the
party _maldng the claim to the .ENGINEER and the other
party to the Contract in accordance with_ the provisions of
paragraph 10.05.
B. Any adjustment of the Contras Times (or
Milestones) covered by a Change Order or of any Claim for
an adjustment in the Contract Times (or Milestones) will be
determined in accordance with the provisions of this
Article 12. .
12.03 Delays Beyond COMRACI'OR's Control
A. Where CONTRACTOR is prevenud from
completing any part of the Work within the Contract Times
(or Milestones) due to delay beyond the arntrol of
CONTRACTOR, the Contract Times (or Milestones) will be
extended in an amount equal to the time lost due to such
delay if a Claim is-made therefor as provided in paragraph
12.02.A. Delays beyond the control of CONTRACTOR
shall include, but not be limited to, acts or neglect by
OWNER, acts or neglect of utility owners or other
contractors performing. other work as contemplated by
00700 - 33
[~
Article 7, fires, floods, epidemics, abnormal weather
conditions, or acts~of God.
12.04 Delays Within COM7tACTOR's Control
A. The Contract Times (or Milestotes) will not be
extended due to delays within the control of
CONTRACTOR. Delays attributable to and within the
control of a Subcontractor or Supplier shall be deemed to be
delays within the control of CONTRACTOR.
12.OS Delays Beyond OWNER's and COM7ZACTOR's
Coiurol
A. Where CONTRACTOR is prevented from complet-
ing any part of the Work within the Contract Times (or
Mtlestones) due to delay beyond the control of both OWNER
and CONTRACTOR, an extension of the Contras Times (or
Milestones) in an amount equal to the time lost due to such
delay shall be CONTRACTOR'S sole and exclusive remidy
for such delay.
12.06 Delay Damages
A. In no event shall OWNER or ENGINEER be liable
to CONTRACTOR, any Subcontrasor, any Supplier, or any
other person or organization, or to any surety for or
employee or agent of any of them, for damages arising out of
or resulting from:
1. delays caused by or within the control of CON-
TRACTOR; or
2. delays-beyond the control of both OWNER and
CONTRACTOR including but not limited to fires,
floods, epidemics, abnormal weather conditions, ass of
God, or ass or neglect by utility owners or other
contractors performing other work as contemplated by
Article 7.
B. Nothing in this paragraph 12.06 bars a change in
Contract Price .pursuant to this Article 12 to compensate
CONTRACTOR due to delay, interference, or disruption
directly attributable to anions or inasions of OWNER or
anyone for whom OWNER is responsible.
ARTICLE 13 -TESTS AND INSPECTIONS;
CORRECTION, REMOVAL OR ACCEPTANCE OF
DE~F~ECTIVE WORK
13.01 Notice of Defecxs
A. Prompt notice of all dcfxtive Work of which
OWNER or ENGINEER has actual knowledge will be given
to CONTRACTOR. All defective Work tray be rejected,
corrected, or accepted as provided in this Article 13.
13.02 Access to Work
A. OWNER, ENGINEER, ENGINEER'S Consultants,
other represctitativcs and personnel of OWNER, independent
testing laboratories, and govemmcatal agencies with
jurisdictional interests will have access to the Site and the
Work at reasonable times for their observation, inspecting.
and testing. CONTRACTOR shall provide them proper and
safe conditions for such access and advise them of
CONTRACTOR'S Site safety procedures and programs so
that they tray comply therewith as applicable.
13.03 Tests and Inspections
A. CONTRACTOR shall give ENGINEER timely
notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and
testing personnel to facilitate required inspections or tests.
B. OWNER shall employ and pay for the services of an
independent testing laboratory to perform all inspections,
tests, or approvals required by the Contract Documents
except:
1. for inspxtions, tests, or approvals covered by
paragraphs 13.03.C and 13.03.D below;
1
3. as otherwise specifically provided in the Con-
tract Documents.
2_ that costs incturcd in connection with tests or
inspections conduced pursuant to paragraph 13.04.B
shall be paid as provisos in said paragraph 13.04.B; and
C. If Laws or Regulations of any public body having
jurisdiction require any Work (or part thereof) specifically to
be inspected, tested, or approved by an employee or other
representative of such public body. CONTRACTOR shall
assume full responsibility for arranging and obtaining such
inspections, tests, or approvals, pay all costs in connection
therewith, and famish ENGINEER the required ccrtificatcs
of inspection or approval.
D. CONTRACTOR shall be responsible for arranging
and obtaining and shall pay all costs in connection with any
inspections, tests, or approvals required for OWNER'S and
ENGINEER'S acceptance of materials or equipment to be
incorporated in the Work; or accxptance of materials, mix
designs, or equipment submitted for approval prior to
CONTRACTOR'S purchase thereof for incorporation in the
Work. Such inspections, tests, or approvals shall be
performed by organizations acceptable to OWNER and
ENGINEER.
00700 - 34
1
r
r
t
r
t
1
t
1
u
E. If any Work (or the work'of others) thaE is to be
,tested, orapproved is covered by CONTRACTOR
out written concurrence of ENGINEER,- it must, if
r tested by ENGWEER, be uncovered for observation.
F. Uncovering Work as provided in paragraph 13.03.E
s1~I be . at CONTRACTOR'a expense unless CON-
TRACTOR has given ENGINEER timely notice of
C CTOR's intention to cover the same and ENGI-
has not actod with reasonable promptness in response
[ ch notice.
1:~ Uncovering Work
A. If any Work is covered contrary to the written
t of ENGINEER, it must, if requested by ENGINEER,
bncovered for ENGINEER'S observation and replaced at
CONTRACTOR'S expense.
B. If ENGINEER considers it necessary or advisable
covered Work be observed by ENGII~IEER or inspected
or tested by others, CONTRACTOR, at . ENGINEER'S
rest, shall uncover, expose, or otherwise make available
f observation, inspection, or testing as ENGINEER may
require, that portion of the Work in question, furnishing all
sary labor, material, and equipment. If it is found that
CI"" Work is defective, CONTRACTOR shall pay all
nuns, cosu, losses, and damages ('including but not limited
M 1 fees and charges Of engineers, architects, attorneys, and
o r professionals and all court or .arbitration or other
ute resolution costs) arising out of or relating to such
uncovering, exposure, observation, inspection, and testing,
of satisfactory replacement or reconstruction {including
b not limited to all costs of repair or replacement of work
of others); -and OWNER shall be entitled to an appropriate
d case in the Contract Price. If the parties are .unable to
a~x as to the amount thereof, OWNER tray make a Claim
therefor as provided in paragraph 10.05. If, however, such
W is not found w be defective, CONTRACTOR shall be
an increase in the Conhaci Price or an extension of
_ ntract Times (or Milestones); or both, directly attribut-
able to such uncovering, exposure, observation, inspection,
tang, replacement, and t~econstruction. If the parties are
blc to agree as to the amount or extent thereof,
CONTRACTOR may [Hake a Claim therefor as provided in
p ' graph 10.05.
1 S OWNER M to th R'
ay S p e ork
A. If the Work is defective, or CONTRACTOR fails to
st~ply sufficient skilled workers or suitable materials. or
equipment, or fails to. perform the Work in such a way that
mpleted Work .will conform to the Contract
ents, OWNER may order CONTRACTOR to stop the
Work, or any portion thereof, until the cause for such order
h~ been eliminated; however, this right of OWNER to stop
00
the Work shall not give rise to any duty on the part of
OWNER to exercise this right for the benefit of
CONTRACTOR, any Subcontractor, any Supplier, any other
individual or entity, or any surety for, or employee or agent
of any of them.
13.06 Corredion or Removal of Defective Work
A. CONTRACTOR shall correct all defective Work,
whether or not fabricated, installed, or completed, or, if the
Work has been rejected by ENGINEER, remove it from the
Project and replace it with Work that is not defective.
CONTRACTOR shall pay all Claims, cosu, losses, and
damages (including but not limited to ail fees and charges of
engineers, architects; attorneys, and other professionals and
all court or arbitration or other dispute resolution costs)
arising out of or relating to .such correction or removal
(including but not limited to all costs of repair or replacement
of work of others).
13.07 Correction Period
A. If within one year after the date of Substantial
Completion or such longer period of time . as may be
prescribed by Laws or Regulations or by the terms of any
applicable special guarantee required by the Contract
Documents or by any specific provision of the Contract
Documents, any Work is found to be defective, or if the
repair of any damages to the land or areas made available for
CONTRACTOR'S use by OWNER or permitted by Laws and
Regulations as contemplated in paragraph 6.11.A is found to
be defective, CONTRACTOR shall promptly, without cost
to OWNER and in accordance. with OWNER'S written
instructions: ('i) repair such defective land or areas, or (ii)
correct such defective Work or, if the defective Work has
been rejected by OWNER, remove it from the Project and
replace it with Work that is not defective, and ('iu7. satisfac-
torily torreci or repair or remove and replace a~ damage to
other Work, to the work of others or other land or areas
resulting therefrom.. If CONTRACTOR does not promptly
comply. with the terms of .such instructions, or in an
emergency where delay would cause serious risk of loss or
damage, OWNER may have the defective Work corrected or
repaired or may have the rejected Work removed and
replaced, and all Claims, costs, losses, and damages
(including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and
all court or arbitration or other dispute resolution costs)
arising out of or relating to such correction or repair or such
removal -and replacement (including but not limited to all
cosu of repair or replacement of work of others) will be paid
by CONTRACTOR.
B. In special circumstances where a particular item of
equipment is placid in continuous service bef~r^ Substantial
Completion of all the Work, the correction period for that
- 3S
700
revise or revoke any such paymrnt recommendation
previously made, to such extent as may be accessary in
ENGINEER'S opinion to protxt OWNER from loss
because:
a. the Work is defective, or completed Work
~ been damaged. requiring correction or replace-
ment;
b. the Contract Price has been reduced by
Written Amendment or Change Orders;
c. OWNER has been required to correct
defective Work or complete Work in accordance
..with paragraph 13.09; or
d. ENGINEER has actual knowledge of the
occurrence of a~ of the events enumerated in para-
graph 15.02.A_
C. Payment Becomes Due
1 _ Ten days after presentation of the Application
for Payment to OWNER with ENGINEER'S recom-
mendation, the amount rxommcaded will (subjccx to dte
provisions of paragraph 14.02.D) become due, and whcn
due will be paid by OWNER to CONTRACTOR.
D. Reduction in Payment
1. OWNER may refine ~to make payment of the
full amount recommended. by ENGINEER because:
a. claims have beta made against OWNER on
account of CONTRACTOR'S performance or fur-
nishing of the Work;
b. Liens have bocce filed in won with the
Work, except where CONTRACTOR has deliver~cd
a specific Bond satisfactory. to OWNER to secure
the satisfaction and discharge of stub Liens;
c. there are other items entitling OWNER to
a scuff against the amount recommended; or
d. OWNER has acxual knowledge of the occur-
.. rence of any of the events enum'aatod in paragraphs
14.02.B.5_a through 14.02.B.S.c or paragraph
15.02.A_
2. If OWNER refuses to make payment of the full
amount recommended by ENGINEER, OWNER must
give CONTRACTOR immediate written notice (with a
ceP5' to ENGINEER) stating the reasons for such action
and PromPt1Y PaY CONTRACTOR any amount
remaining after deduction of the amount so withheld.
OWNER shall promptly pay CONTRACTOR the '
amount so withheld, or a~ adjustment thereto agreed to
by OWNER and CONTRACTOR, whcn CONTRAC-
TOR corrects to OWNER'S satisfaction the reasons for
such action.
3. If it is subsequently determined that OWNER'S
refusal of payment was not justified, the amount
wrongfully withheld shall be treated as an amount due as
determined by paragraph 14.02.C.1.
14.03 COM'RACTOR's Warranty of TFtle
A. CONTRACTOR warrants and guarantees that title
to all Work, materials, and "equipment covered by any
Application for. Payment, whether incorporated in the Project
or not, will pass to OWNER no later than the .time of
payment free and clear of all Liens.
14.04 Substantial Completion
A_ When CONTRACTOR considers the entire Work
ready for its intended use CONTRACTOR shall notify
OWNER and ENGINEER in writing that the entire Work is
substantially complete (except for items specifically listed by
CONTRACTOR as incomplete) and request that ENGINEER
issue a certifcate of Substantial Completion. Promptly
thereafter, OWNER, CONTRACTOR, and ENGINEER
shall make an inspection of the Work to determine the status
of completion. If ENGINEER does not consider the Work
substantially complete, ENGINEER will notify
CONTRACTOR in writing giving the reasons therefor. If
ENGINEER considers the Work substantially complete,
ENGINEER will prepare and deliver to OWNER a tentative
certificate of Substantial Completion which shall fix the date
of Substantial Completion. There shall be attached to the
certificate a tentative list of items to be completed or
corrected before final payment OWNER.shall have seven
days after receipt of the tentative certificate during which to
make written objection to ENGINEER as to any provisions
of the certificate or attached list. If, after considering such
objections, ENGINEER concludes that the Work is not
substantially complete, ENGINEER will within 14 days after
submission of the tentative certificate to OWNER .notify
CONTRACTOR in writing, stating the rrasons therefor. If,
after consideration of OWNER'S objections, ENGINEER
considers the Work substantially complete, ENGINEER will
within said 14 days execute and deliver to OWNER and
CONTRACTOR a definitive certificate of Substantial
Completion (with a revised tentative list of items to be
completed or corrected) reflecting such changes from the
tentative certificate as ENGINEER believes justified after
consideration of any objections from OWNER. At the time
of delivery of the tentative certificate of Substantial Comple-
tion ENGINEER will deliver to OWNER and CONTRAC-
TOR a written recommendation as to division of responsibiIi=
1
fl
1
r
00700 - 38 ,
es pending -final payment between OWNER and
ONTRACTOR with respect to security, operation, safety,
protection of the Work, maintenance, heat, utilities,
ce, and warranties and guarantees. Unless OWNER
CONTRACTOR agree otherwise in writing and so
inform, ENGWEER in writing prior to ENGINEER's issuing
definitive certificate of Substantial Completion,
GINEER's aforesaid recommendation will be binding on
OWNER and CONTRACTOR until fuzal payment.
B. OWNER shall have the right to exclude
ONTRACTOR from the Site after the date of Substantial
Completion, but OWNER shall allow CONTRACTOR
sable access to complete or correct items on the
tative list_
OS Parttal Utilization
A. Use by OWNER at OWNER's option of any
bstantially completed part of the Work which has
tfically bcen identified in the Contract Documents, or
'ch OWNER, ENGINEER, and CONTRACTOR agree
constitutes a separately functioning and usable part of the
~rk that can be used by OWNER for its intended purpose
ut significant interference with CONTRACTOR'S
performance of the remainder of the Work, may be
mplished prior to Substantial Completion of all the Work
~ject to the following conditions.
1. OWNER at any time may request CON-
TRACTOR 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 that such part of the Work is
,~, substantially complete, CONTRACTOR will certify to
OWNER and ENGINEER that such part of the Work is
substantiaIly complete and request ENGINEER to issue
a certificate of Substantial Completion for that part of
the Work. CONTRACTOR at any [lint may notify
OWNER and ENGINEER in writing that
CONTRACTOR considers. any such part of the Work
ready for its intended use and substantially complete and
request ENGINEER to issue a certificate of Substantial
Completion for that part of the Work. Within a
reasonable time after either such request, OWNER,
CONTRACTOR, and ENGINEER shall make an
inspection of that part of the Work to determine its status
~of completion. If ENGINEER does n+ot consider that
...part of the Work to .be substantially complete,
ENGINEER will notify OWNER and CONTRACTOR
writing giving the reasons therefor. If ENGINEER
considers that part of the Work fo be substantially
complete, the provisions of paragraph 14.04 will apply
wtth respect to certification of Substantial Completion of
'that part of the Work and the division of responsibility
m respect thereof and access thereto,
t
00700 - 39
2. No occupancy or separate operation of part of
the Work ,may occur prior to compliance with the
requirements of paragraph 5.10 regarding property
insurance.
14.06 Finallnspection
A. Upon written notice from CONTRACTOR that the
entire Work or an agreed portion thereof is complete,
ENGINEER will promptly make a final inspection with
OWNER and CONTRACTOR and will notify CON-
TRACTOR in_ writing of all particulars in which this
inspection reveals that the Work is incomplete or defective.
CONTRACTOR shall immediately take such measures as are
necessary to complete such Work or remedy such
deficiencies.
14.07 Frnal Payment
A. Application for Payment
. 1. After CONTRACTOR has, in the opinion of
ENGINEER, satisfactorily completed all corrections
identified. during the final inspection and has delivered,
in accordance with the Contract Documents, aII main-
tenance and operating instructions, schedules, guaran-
tees, Bonds, certificates or other evidence of insurance
certificates of inspection, marked-up record documents
(as provided in paragraph 6.12), and other documents,
CONTRACTOR may make application for final
payment following the procedure for progress payments.
2. The final Application fot Payment shall be
accompanied (except as previously delivered) by: (i) all
documentation called for in the Contract Documents,
including but not limited to the evidence of insurance
~~ by subparagraph 5.04.B.7; (ii) consent of the
surety, if a~+, to final payment; and ('iii) complete and
legally effective releases or waivers (satisfactory to
OWNER) of all Licn rights arising out of or Lams filed
in connection with the Work_
3. In lieu of the releases or waivers of Lieas
specified in paragraph 14.07.A.2 and as approved by
OWNER, CONTRACTOR may furnish receipts or
releases in full and an affidavit of CONTRACTOR that:
(i) the releases and receipts include all labor, services,
material. and aluipment for which a Lien could be filed;
and Cu) all payrolls, material and equipment bills, and
other indebtedness connected with the Work for which
OWNER or OWNER'S property might in any way be
responsible have been paid or otherwise satisfied. If any
Subcontractor or Supplier fails to furnish such a release
or receipt in full, CONTRACTOR may furnish a Bond
or other collateral satisfactory to OWNER to indemnify
OWNER against any Lien.
1
B. Review of Application and Acceptance
1. If, on the basis of ENGINEER's observation of
the Work during construction and final inspection, and
ENGINEER'S review of the final Application for
Payment and accompanying documentation as required
by the Contract Documents, ENGINEER is satisfied that
the Work has ban completed and CONTRACTOR'S
other obligations under the Contract Documents have
been fulfilled, ENGINEER will, within ten days after
receipt of the final Application for Payment, indicate in
writing ENGINEER'S recommendation of payment and
present the Application for Payment to OWNER for pay-
ment_ At the same time ENGINEER will also give
written notice to OWNER and CONTRACTOR that the
Work is acceptable subject to the provisions of
paragraph 14.09. Otherwise, ENGINEER will return
the Application for Payment to CONTRACTOR,
indicating in writing the reasons for refusing to
recommend., final payment, in which case CON-
TRACTOR shall make the necessary corrections and
resubmit the Application for Payment.. .
C. Payment Becomes Due
1. Thirty days after the presentation to OWNER of
the Application for Payment and accompanying docu-
mentation, the amount recommended by ENGINEER
will become due and, when due, will be paid by OWN-
ER to CONTRACTOR.
14.08 Final Completion Delayed
A. If, through no fault of CONTRACTOR, final
completion of the Work is significantly delayed, and if
ENGINEER so confirms, OWNER shall, upon receipt of
CONTRACTOR'S final Application for Payment 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. If the remaining
balance to be held by OWNER for Work not fully completed
or corrected is less than the retainage stipulated in the
Agreement, and if Bonds have been furnished as required in
paragraph 5.01. the written consent of the surety to the
payment of the balance due for that portion of the Work fully
completed and accepted shall be submitted by CON-
TRACTOR 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
oonstitutc a waiver of Claims.
14.09 Waiver of Qainrs
A. The making and acceptance of final payment will
constitute:
1. a waiver of all Claims by OWNER against
CONTRACTOR, except Claims arising from unsettled
Liens, from defective Work appearing afar final
inspection pursuant to paragraph 14.06, from failure to
comply with the Contract Documents or the terms of a~
special guarantees specified therein, or from
CONTRACTOR'S continuing obligations under the
Contract Documents; and
2. a waiver of all Claims by CONTRACTOR
against OWNER other than those previously made in
writing which are still unsettled.
_ ARTICLE 15 -SUSPENSION OF WORK AND
TERMINATION
15.01 OWNER May Suspend Work
A_ At any time and without cause, OWNER may
suspend the Work or any portion thereof for a period of not
more than 90 consecutive days by notice in writing to CON-
TRACTOR and ENGINEER which wr~l fvt the date on which
Work will be resumed. CONTRACTOR shall resume the
Work on the date so fixed. CONTRACTOR shall be allowed
an adjustment in the Contract Price or an extension of the
Contract Times, or both, directly attributable to any such
suspension if CONTRACTOR makes a Claim therefor as
provided in paragraph 10.05.
15.02 OWNER May Ternunate for Cause
A. The occurrence of any one or more. of the following
events will justify termination for cause:
1. CONTRACTOR'S persistent failure to perform
the Work in accordance with the Contract Documents
("including, but not limited to, failure to supply sufficient
skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established
under paragraph 2.07 as adjusted from time to time
pursuant to paragraph 6.04);
2. CONtRACTOR's disregard of Laws or
Regulations of any public body having jurisdiction;
3. CONTRACTOR'S disregard of the authority of
ENGINEER; or
4. CONTRACTOR's violation in any substantial
way of any provisions of the Contract Documents.
B. If one or more of the events identified in paragraph
15.02.A occur, OWNER may, after giving CONTRACTOR
(and the surety, if any) seven days written notice, terminate
00700 - 40
i
1
1
1
r
1
1
1
1
r
1
trervices of CONTRACTOR, exclude CONTRACTOR
rom the Site, and take possession of the Work and of all
CTOR's tools, appliances, construction equipment,
chinery at the Site, and use the same to the full extent
fey could be used by CONTRACTOR (without liability to
TRACTOR for trespass or conversion), incorporate in
i ork all materials and equipment stored at the Sitc or for
r , h OWNER has paid CONTRACTOR but which aze
toned elsewhere, and finish the Work as OWNER may deem
tent. In such case, CONTRACTOR shall not be
ed to receive any further payment until the Work is
inched. If the unpaid balance of the Contract Price exceeds
laims, costs, losses, and damages (including but not
ed to all fees and charges of_ engineers, azchitecu,
a eys, and other professionals and all court or arbitration
r other dispute resolution costs) sustained by OWNER
g out of or relating to completing the Work, such excess
be paid to CONTRACTOR. If such claims, costs,
asses, and damages exceed such unpaid balance,
:~~dZRACTOR shall pay the difference to OWNER. Such
I ~~, costs, losses, and damages incurred by OWNER will
e reviewed by ENGINEER as to their reasonableness and,
so approved by ENGINEER, incorporated in a Change
r. When exercising any rights or remedies under this
a. b OWNER shall not be required to obtain the lowest
rice for the Work performed.
~C. Where CONTRACTOR's services have been so
~rminated by OWNER, the termination will not affect any
i or remedies of OWNER against CONTRACTOR then
ing or which may thereafter accrue. Any retention or
a ent of moneys due CONTRACTOR by OWNER .will
o elease CONTRACTOR from liability.
5 O
WNER May Terminate For Convenience
Upon seven days written notice to CONTRACTOR
NGINEER, OWNER may, without cause and without
re~udice to any other right or remedy of OWNER, elect to
the Contract. In such. case, CONTRACTOR shall
e 'd (without duplication of any items):
1. foe completed and acceptable Work executed in
ccordance with the Contract Documents prior to the
ffective date of termination, including fair and
reasonable sums for overhead and profit on such Work;
2. for expenses sustained prior to the effective date
of termination in performing services and furnishing
abor, materials, or equipment as required by the
contract Documents in connection with uncompleted
ork, plus fair and reasonable sums for overhead and
profit on such expenses;
3. for all claims, costs, losses, and damages
(including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals -
and all court or arbitration or other dispute resolution
costs) incurred in settlement of terminated contracts .
with Subcontractors, Suppliers, and others; and
4. for reasonable expenses directly attributable to
termination.
B_ CONTRACTOR shall not be paid on account of loss
of anticipated profits or revenue or other economic loss
arising out of or resulting from such termination.
15.04 CONTRACTOR May Stop Work or Terminate
A. If, through no act or fault of CONTRACTOR, the
Work is .suspended for more than 90 consecutive 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 to
be due, then CONTRACTOR may, upon seven days written
notice to OWNER and ENGINEER, and provided OWNER
or ENGINEER do not remedy such suspension or failure
within that time, terminate the Contract and recover from
OWNER payment on the same terms as provided in
paragraph 15.03. In lieu of terminating the Contract and
without prejudice to -any other right or remedy, if ENGI-
NEER has failed to act on an Application for Payment within
30 days after it is submitted, or OWNER has failed for 30
days to pay CONTRACTOR any sum finally determined to
be due, CONTRACTOR may, seven days after wriaen notice
to OWNER and ENGINEER, .stop the Work until payment
is made of all such amounts due CONTRACTOR, including
interest thereon. The provisions of-this paragraph 15.04 are
not intended to preclude CONTRACTOR from making a
Claim under paragraph 10.05 for an adjustment in Contract
Price or Contract Tunes or otherwise for expenses or damage
directly attributable to CONTRACTOR'S stopping the Work
as permitted by this paragraph.
ARTICLE 16 -DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Dispute resolution methods and procedures, if any,
shall be as set forth in the Supplementary Conditions. If no
method and procedure has been set forth, and subject to the
provisions of paragraphs 9.09 and 10.05, OWNER and
CONTRACTOR may exercise such rights or remedies as
either may otherwise have under the Contract Documents or
by Laws or Regulations in respect of any dispute.
700-41
1
ARTICLE 17 -MISCELLANEOUS
17.01 Giving Notice
A. Whenever aII~r provision of the Contract Documents
requires the giving of written notice, it will be dcemed 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 a[ or sent
by registered or certified mail, postage prepaid, to the last
business address known to the giver of the notice.
17.02 Computation of Tunes
A. When any period of time is referred to in the
Contract Documents by days, it will be computed to exclude
the first and include the last day of such period. If the last
day of any such period falls on a Saturday or Sunday or on
a day made a legal holiday by the law of the applicable
jurisdiction, such day will be omitted from the computation.
17.03 Qumulative Remedies
A. T1ze dudes and obligations imposed by these General
Conditions and the rights and remedies available hereunder
to the parties hereto are in addition to, and are not to be
construed in a~ way as a limitation of, any rights and
remedies available to any or all of them which are otherwise
imposed or available by Laws or Regulations, by special
warranty or guarantce, 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.
17.04 Survival of Obligations
A. All representations, indemnifications, warranties,
and guarantees made in, required by, or given in accordance
with the Contract Documents, as well as all continuing
obligations indicated in the Contract Documents, will survive
final payment, completion, and acceptance of the Work or
termination or completion of the Agrcement.
17.05 Controlling Law
A. This. Contract is to be governed by the law of rho
state in which the Project is located.
r
r
1
1
1
1
1
w
1
00700 - 42
1
Supplementary Conditions
These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction
Contract (No. 1910-8) (1996 Edition) and other provisions of the Contract Documents as indicated below. All
provisions which are not so amended or supplemented remain in full force and effect.
The terms used in these Supplementary Conditions will have the meanings indicated in the General
Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below,
which are applicable to both the singular and plural thereof.
SC-4.01- Availability of Lands
Add the following language at the end of the fourth sentence of paragraph 4.01 of the General Conditions:
Contractor shall provide the bond required for the permit to work within the Minnesota
Department of Transportation right-of--way.
SC-4.02 -Subsurface and Physical Conditions
Add the following new paragraph(s) immediately after paragraph 4.02.8:
C. A soils, investigation was not completed for this project.
D. In the re aration of Drawin sand Project Manual En veer or En ineer's consultants relied
P P g J g g
upon the following reports of explorations and tests of subsurface conditions at the Site:
1. Report dated July 27, 2001, prepared by GME Consultants, Inc., entitled: Preliminary
Geotechnical Exploration, Proposed Northwest Industrial Park, GME Project No. 9535,
consisting of 45 pages.
SC-4.05 -Reference Points
Add a new paragraph immediately after paragraph 4.OSA of the General Conditions to read as follows:
B. Contractor shall notify the Resident Project Representative a minimum of 48 hours in
advance of the need for construction stakes on the project. Contractor shall provide all
additional staking, unless noted otherwise in Section 02010.
(~
SC-5.04 -Contractor's Liability Insurance
Add the following new paragraph immediately after paragraph 5.04.8:
C. The limits of liability for the insurance required by paragraph 5.04 of the General Conditions
shall provide coverage for not less than the following amounts, or greater where required by ~~
Laws and Regulations:
Supplementary Conditions 2002 Northwest Commercial Park
00800 - 2 A-ALBEV 0113
1. Worker's Compensation and related coverages under paragraphs 5.04.A.1 and A.2 of the
General Conditions:
a. State: Statutory
~' b. Applicable Federal (e.g., Longshoreman's): Statutory
c. Employer's Liability:
1) Bodily Injury by Accident $500,000 Each Accident
2. Contractor's General Liabili under ara a hs 5.04.A.3 throu A.6 of the Gen r 1
h' P gr P gh e a
Conditions shall include completed operations and product liability. coverages and
eliminate the exclusion with respect to property under the care, custody and control of
Contractor. In addition, itwill be subject to aper-project aggregate.
a. General Aggregate $1,000,000
b. Products -Completed Operations Aggregate $1,000,000
c. Personal and Advertising Injury $1,000,000
d. Each Occurrence (Bodily Injury and Property Damage) $1,000,000
e. Property Damage liability insurance will provide Explosion, Collapse, and
,~
~ Underground coverages where. applicable.
" f. Excess or Umbrella Liability
1) General Aggregate $2,000,000
2) .Each Occurrence $1,000,000
3. Au tomobile Liability under paragraph 5.04.A.6 of the General Conditions:
a. Bodily Injury:
Each person $1,000,000
Each Accident $1,000,000
b. Property Damage:
Each Accident $1,000,000
c. Combined Single Limit of $1,000 000
4. Th e Contractual Liability coverage required by paragraph 5.04.B.4 of the General
Conditions shall provide coverage for not less than the following amount s:
a. Bodily Injury:
Each Accident $1,000,000
~~ Annual Aggregate $1,000,000
b. Property Damage:
Each Accident $1,000,000
Annual Aggregate $1,000,000
2002 Northwest Commercial Park Supplementary Conditions
A-ALBEV 0113 00800 - 3
1
5. Other persons or entities to be included on policy as additional insured: City of
Albertville, Minnesota, their officers and employees, RLK Kuusisto, their officers and
employees, and SEH, their officers and employees.
6. Contractor shall obtain Railroad Protective Liability Insurance before working on railroad
right-of- way, per Mn/DOT Spec. 1708.
~~
SC-6.09 -Laws and Regulations
Add new paragraphs immediately after paragraph 6.09.C of the General Conditions which are to read as -~
follows:
D. .Contractor shall specifically comply with Equal Opportunity Requirements as listed in
Minnesota Rules 5000.3535, Standard State Equal Employment Opportunity Construction-
. Contract Specifications.
E. Contractor shall specifically comply with Minnesota Rules 5000.3550, Disabled Individuals
Affirmative Action Clause.
SC-10.05 -Claims and Disputes rte,
Amend the first sentence of paragraph 1 O.OS.A of the General Conditions to read as follows:
A• Notice: Written notice stating the general nature of each Claim, dispute, or other matter shall
be delivered by the claimant to Engineer and the other party to the Contract promptly (but in
no event later than 10 days) after the start of the event giving rise thereto-
d
d
d
h 10
O5
A
i
i
an
as so amen
e
paragrap
.
.
rema
ns
n effect..
SC-11
03 -U
it P
i
W
k
.
n
r
ce
or
Delete paragraph 11.03.C in its entirety and insert the following in its place:
C. The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment
under the following conditions:
1. if the-total cost of a articular item of Unit Price Work amounts to 25 ercent or more of
P p
the Contract Price and the variation in the quantity of that particular item of Unit Price
Work performed by Contractor differs by more than 25 percent from the estimated ~`
quantity of such item indicated in the Agreement; and
2. if there is no corresponding adjustment with respect to any other item of Work; and ,~
3. if Contractor believes that Contractor has incurred additional expense as a result thereof;
or if Owner believes that the quantity variation entitles Owner to an adjustment in the
unit price, either Owner or Contractor may make a claim for an adjustment in the
Contract Price in accordance with Article 10 if the parties are unable to agree as to the
effect of any such variations in the quantity of Unit Price Work performed.
Supplementary Conditions 2002 Northwest Commercial Park
00800 - 4 A-ALBEV 0113
1
SC-13.07 -Correction Period
~'
Amend the first sentence of paragraph 13.07.A of the General Condition to read as follows:
A. If within 2 years after the date of Final Acceptance (the day the Owner makes final payment)
or such longer period of time as maybe prescribed by Laws or Regulations or by the terms of
any applicable special guarantee required by the Contract Documents or by any specific
~, provision of the Contract Documents, any Work is found to be defective, or if the repair of
any damages to the land or areas made available for Contractor's use by Owner or permitted
by Laws and Regulations as contemplated in paragraph 6.11.A is found. to be defective,
'~ Contractor shall promptly, without cost to Owner and in accordance with Owner's written
instructions: (i) repair such defective land or areas, or (ii) correct such defective Work or, if
the defective Work has been rejected by Owner, remove it from the Project and replace it
with Work that is not defective, and (iii) satisfactorily correct or repair or remove and replace
~- any damage to other Work, to the work of others or other land or areas resulting therefrom.
and as so amended paragraph 13.07.A remains in effect.
SC-14.02.A -Applications for Payments
Amend ar
p agraph 14.02.A.3 of the General Condrtions to read as follows:
The amount of retainage with respect to all progress payments will be as follows:
Minnesota Contractors 5%
Exempt Non-Minnesota Contractors - 5%
Non-Exempt Non-Minnesota Contractors - 5% + 8%* = 13%
*State Surety Deposit
,~ Non-Minnesota Contractors are advised to file Form SD-3 with the 1Vlinnesota Department of
Revenue to determine their exemption status.
and as so amended paragraph 14.02.A.3 remain in effect.
SC-14.02.B -Review of Applications
Amend the first sentence of paragraph 14.02.B.5 of the General Conditions to read as follows:
Engineer ma refuse to recommend the whole or an art of an a
Y y p y p yment if the established
Contract Time for Substantial Completion has expired or, if in Engineer's opinion, it would
be incorrect to make the representations to Owner referred to in paragraph 14.02.B.2.
and as so amended paragraph 14.02.B.5 remains in effect.
SC-14.06 -Final Inspection
Add the following language after the second sentence of paragraph 14.06.A of the General Conditions:
2002 Northwest Commercial Park Supplementary Conditions
A-ALBEV 0113 00800 - 5
1
L~
J
If, after such measures are taken, subsequent inspections by Engineer reveal that any of the
previously identified particulars remain incomplete or defective, Engineer will again notify
Contractor in writing of the remaining particulars. All costs associated with any subsequent ~~
inspections in which said remaining particulars are revealed, will be documented by Engineer
and paid by Contractor to Owner.
SC-14.07.A -Application for Payment
Add a new paragraph immediately after paragraph 14.07.A.3 of the General Conditions which is to read as
follows:
4: Before final application for payment is made for the work, Contractor must make
satisfactory showing of compliance with M.S.A. §290.92 which requires the withholding
of state income taxes for wages paid employees on this project. Submittal of Certificate
of Compliance from the Commissioner of Taxation to the Owner will satisfy this
requirement. Contractor is advised that before such certificate can be issued, he must first
place on file with the Commissioner of Taxation an affidavit that he has complied with
the provisions of M.S.A. §290.92. The required affidavit form will be supplied by the
Commissioner of Taxation, Centennial Building, St. Paul, Minnesota, on request.
END OF SECTION
~~
Supplementary Conditions 2002 Northwest Commercial Park
00800 - 6 ~ A-ALBEV 0113 ,~
1
SECTION 01110
SUMMARY OF WORK
PART 1 GENERAL 3) Payment Bond
4) Certificates
1.01 SUNIlVIARY b. Conditions of the Contract:
A.
Section Includes: 1) General Conditions
2) Supplementary Conditions
1. -Work included in Contract Documents c. S ecifications:
P
2. Contract Information 1) Division 1 - General
+~ 3. Work Under Other Contracts Requirements
4. Future Work 2) Applicable Technical Sections
5. Work Sequence d. Addenda
6. Contractor Use of Premises e. Contract Modifications
7. Occupancy Requirements
8. Products Ordered in Advance 1.04 WORK UNDER OTHER CONTRACTS
9. -Owner Furnished Products
A. General Requirements:
B. Related Sections: 1. The Owner reserves the right to let other
1. Section 00520 - Standard Form of
Agreement separate contracts for Work at the site,
or to pursue other Work at the Site with
its own personnel.
1.02. WORK INCLUDED IN CONTRACT
DOCUMENTS B. Work Not Included:
1. Work not included is either marked
A. Description of the Project: "NIC," or "by others," on Drawings or
1. 2002 Northwest Commercial Park, is noted in each section of
including grading, aggregate base, Specifications. Provide all labor and
bituminous pavement, concrete curb and materials required, unless so specifically
gutter, water main sanitary sewer, storm noted or marked.
sewer, and turf establishment. Also
included will be the construction of turn C. Prime Contracts:
~' lanes on CSAH 19 (LaBeaux Avenue)
including .grading, culverts, street 1. The Owner will award separate prime
construction contracts for other Work at
construction and bituminous paving. the site as outlined above
1.03 CONTRACT INFORMATION 1.05 WORK SEQUENCE
A. Type of Contract: A. The Contractor shall not commence work
~t
i 1. The Owner will award a Single Prime .until written "Notice to Proceed" has been
Contract. issued by the Owner.
~ B. Scope of Contract: B. Dates of Substantial Completion:
, 1. This Contractor is solely responsible for
the Work. 1. The work for substantial completion will
2. The Contract will include: be completed on or before September 1,
a. Contract Forms: 2002. Substantial completion will
1) Agreement include all pipe work, curb & gutter,
2) Performance Bond
2002 Northwest Commercial Park Summary of Work
~ A-ALBEV 0113 01110 - 1
1
base bituminous, all concrete work, and 1. Each Contractor shall take complete N
all turf establishment. field measurements affecting all existing
construction, wiring, piping, and
C. Final completion will be no later than June equipment in this Contract and he shall
15, 2003. be solely responsible for proper fit
between his Work and existing
1.06 CONTRACTOR USE OF PREMISES structures and other equipment. He shall
examine all Work to which he will
A. General Requirements: connect, and if any misalignment is
1. Confine operations at Site to areas found, he shall so arrange his Work that
permitted under contract or as directed the misalignment is corrected to the
by Owner or Engineer. satisfaction of the Engineer.
2. Conform to site rules and regulations 2. Dimensions given on the Drawings
affecting Work while engaged in Project related to the existing structures are
construction. based on existing construction Drawings
3. Keep existing driveways, and adjacent and it shall be the responsibility of the
.streets clear and available to public in Contractor to verify the accuracy of
accordance with Owner's or local these dimensions. Any discrepancies
authority's requirements. shall be brought to the attention of the
4. Construction personnel may park only in Engineer prior to start of new
areas designated by the Owner. construction.
3. Each Contractor will be held responsible
B. Damaged Property: for any damage to existing structures,
1. Patch and/or clean existing Work, materials, or equipment because
improvements .and restore damage of of his operations and shall repair or
property on, or adjacent to, Site replace any damaged structures, Work,
occasioned by this Work, including, but materials, or equipment to the.
not limited to, lawns, walks, curbs, satisfaction of and at no additional cost
pavements, roadways, structures, and to the Owner.
utilities which are cut or damaged by 4. Each Contractor shall be responsible for
operations and are not designated for all damage to streets, roads, curbs,
removal, relocation, or replacement in sidewalks, highways, shoulders, ditches,
the course of construction. embankments, culverts, bridges, or other
2. Public Property or Utilities: public or private property, which may be
a. Comply with laws, ordinances, caused by transporting equipment,
rules, regulations, standards, orders materials, or men to or from Work. The
of utility owner or any public Contractor shall make satisfactory and
authority having jurisdiction. acceptable arrangements with the
3. Provide written acceptance of agency .having jurisdiction over the
restoration work by authority or Owner. damaged property concerning its repair
or replacement.
C. Existing Underground Utilities:
1. Existing underground utilities, as shown 1.07 OCCUPANCY REQUIREMENTS
on the Drawings, are located in
accordance with available data but A. General Requirements:
locations shall be determined by each 1. Cooperate with Owner to minimize
Contractor as the Work proceeds. conflict and to facilitate Owner's
Excavation shall be done carefully so as operations.
to avoid damaging the existing Work. 2. Schedule the Work to accommodate this
requirement.
D. Existing Facilities:
~~
Summary of Work 2002 Northwest Commercial Park
01110 - 2 A-ALBEV 0113
B. Owner Occupation During Construction:
1. The Owner will require use of the Site
during the Work.
2. The Owner reserves the right to place
and install equipment as necessary in
completed areas of the project and to use
such completed areas prior to
Substantial Completion in accordance
with the .Supplementary Conditions.
Such use shall not constitute acceptance
of such portions of the Work or relieve
the Contractor of any obligations except
for improper use or damage caused by
employees or agents of the Owner.
3. Coordinate activities which could cause
interruption to the Owner's activities.
1.08 PRODUCTS ORDERED IN ADVANCE
A. Storage:.
1. Products will be allowed to be stored at
`~ the Site prior to commencement of
construction activities.
2. Contractor shall store such items as
directed by Owner.
PART 2
PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
r
2002 Northwest Commercial Park Summary of Work
A-ALBEV 0113 01110 - 3
r
i
1
1
r
r
1
M
~.J
1
1
SECTION 01300
SUBMITTALS
PART1 GENERAL.
1.01 SUMMARY
E. After Engineer review of submittal, revise
and resubmit. as required, identifying
changes made since previous submittal.
A. Requirements Included:
1. Procedures
2. Construction Progress Schedules
3. Schedule of Values
4. Payment Requests
5. Shop Drawings
6. Tabulation of Subcontractors
7. Tabulation of Suppliers
B. Related Sections:
1. Section 01110 -Summary of Work
2. Section 01770 -Closeout Procedures
1.02 PROCEDURES
A. Deliver submittals to Engineer at address
listed in Project Manual.
B. Transmit each item under Engineer -
accepted form. Identify Project, Contractor,
subcontractor, ,major supplier; identify
pertinent drawing sheet and detail number,
and specification section number, as
appropriate. Identify deviations from
Contract Documents. Provide space for
Contractor and Engineer review stamps.
C. Submit initial progress schedules and
schedule of values in duplicate within 10
days after date. of Owner-Contractor
Agreement. After review by Engineer,
revise and resubmit as required. Submit
revised schedules with each Application for
Payment, reflecting changes since previous
submittal.
D. Comply with progress schedule for
submittals related to work progress.
Coordinate submittal of related items.
2002 Northwest Commercial Park
A-ALBEV 0113
F. Distribute copies of reviewed submittals to
concerned persons. Instruct recipients to
promptly report any inability to comply with
provisions.
1.03 CONSTRUCTION PROGRESS
SCHEDULE
A. Submit horizontal bar chart with separate
bar for each major trade or operation,
identifying first work day of each week.
1.04 SCHEDULE OF VALUES
A. Each Contractor, when requested, shall
submit within 30 days after award of
Contract, his anticipated monthly payment
schedule. This schedule shall be updated
whenever the actual request varies. more
than 10 percent from the. schedule.
B. Revise schedule to list change orders, for
each application for payment.
1.05 PAYMENT REQUEST
A. General:
1. Except as otherwise indicated, sequence
of progress payments for each
Contractor is to be regular, and each
must be consistent with previous
applications and payments. It is
recognized that certain applications
involve extra requirements, including
initial applications, applications at times
of substantial completion, and final
payment applications.
2. Payment schedule will be established at
the preconstruction meeting.
3. Forms will be completed by the
Engineer. Listing will include amounts
Submittals
01300 - 1
of change orders issued prior to first day and similar change-over information
of the "period of construction" covered germane to Owner's occupancy, use,
by application. operation and maintenance of completed
Work.
B. Initial Payment Application: The principal 4. Final cleaning of Work.
administrative actions and submittals which 5. Application for reduction (if any) of
must precede or coincide with each prime retainage, and consent of surety.
Contractor's first payment application can be 6. Listing of Contractor's incomplete
summarized as follows, but not necessarily Work; recognized as exceptions to
by way of limitation: Engineer's certificate of substantial
1. Listing of subcontractor and principal completion.
suppliers and fabricators.
2. Cost breakdown. D. Final Payment Application: The
3. Progress schedule (preliminary, if not administrative actions and submittals which
final).
4. Evidence satisfactory to Owner that must precede or coincide with submittal of
each Contractor's final payment application
Contractor's insurance coverages have can be summarized as follows, but not
been secured. necessarily by way of limitation:
5. Data needed by Owner to secure related 1. Completion of Project closeout
insurance coverages. requirements.
6. Initial progress report, including report 2. _ Completion of items specified for
of preconstruction meeting. completion beyond time of substantial
7. Certification that- the Contractor has completion (regardless of whether
filed form SD-E (Exemption from special payment application was
SureTy Deposits for Out-of--State previously made).
Contractors). 3. Transmittal of required Project
construction records to Owner. ~'
C. Application at Time of Substantial 4. Proof, satisfactory to Owner, that taxes,
Completion: Following issuance of fees and similar obligations of ~!+
Engineer's final "certificate of substantial Contractor have been paid. `-
completion" on each Contractor's Work, and
also in part as applicable to prior certificates 5. Removal of temporary facilities,
services, surplus materials, rubbish and
on portions of completed Work as similar elements.
designated, a "special" payment application 6. Change over of door locks and other
may be prepared. The principal provisions for Contractor's access to
administrative actions and submittals, which Owner's property (Contractor for
must precede or coincide with such special general Work).
applications can be summarized as follows, 7. Consent of sureTy for final payment.
but not necessarily byway of limitation:
1. Occupancy permits and similar 1.06 SHOP DRAWINGS
acceptances or certifications by
governing authorities and franchised A. Shop Drawings will not be accepted for
services, assuring Owner's full access review by the Engineer until after they have
and use of completed Work. been checked and approved by ,the
2. Warranties, guarantees, maintenance Contractor, as evidenced by his approval
agreements and similar provisions of stamp and signature.
Contract Documents.
3. Test/adjust/balance records,
B. Submit the number of opaque reproductions
maintenance instructions, meter required by Contractor, plus 6 copies to be
readings, start-up performance reports, retained by Engineer.
'~
Submittals 2002 Northwest Commercial Park
01300 - 2 A-ALBEV 0113
1.07 TABULATION OF
SUBCONTRACTORS
A. Submit a !ist of subcontractors who will
provide work on the Project.
B. The submitted list shall. include:
1. Name of subcontractor
2. Address
3. Type of work to be provided
~' 4. Contact person and telephone number
1.08 TABULATION OF SUPPLIERS
A. Submit a list of suppliers who will provide
materials, equipment or components
principal ~o the work.
,~ B. The submitted list should include:
1. Name of supplier
2. Address
3. Equipment, material or component to be
provided
4. Contact person and telephone number
;~
PART2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
~~
2002 Northwest Commercial Park
A-ALBEV 0113
Submittals
01300 - 3
1
SECTION 01315
PROJECT MEETINGS
PART 1 GENERAL b. Execution of Owner-Contractor
Agreement if not previously
completed.
1.01 .SUMMARY c. Distribution of Contract Documents.
d. Use of Premises by Owner and
A. Section Includes: Contractor:
1. Procedures for Administration of Project 1) Owner's requirements and
Meetings: occupancy
a. Pre-Construction Conference 2) Construction facilities provided
b. Progress Meetings
c. Pre-installation Conferences by Owner (if any)
3) Temporary utilities provided by
Owner (if any)
B. Related Sections: 4) Use of Premises office, work
1. Document 00200 - Instructions to
and storage areas
Bidders e. Security and housekeeping
2. Section 01300 -Submittal Procedures procedures.
f. Submittals:
1.02- PRE-CONSTRUCTION CONFERENCE 1) Final list of subcontractors,
suppliers, products
A. General: 2) Schedule of Values
1. Scheduled by Owner/Engineer at project 3) Progress Schedule
site after Notice of Award, prior to 4) Designation of responsible-
commencement of construction for: personnel:
a. Execution of Owner-Contractor a) Contractor's principal staff
Agreement and exchange of and consultants
preliminary submittals if not b) Contractor's superintendent
previously completed. or job foreman acting as
b. Clarification of Owner and Contractor's Site
Contractor responsibilities in the use Representative
of the -Site and review of c) Owner's and Contractor's
administrative procedures. designated individuals
B
Attendees: authorized to sign Change
. Orders, Field Modifications
1. Owner, Engineer, Consultants, and monthly pay requests.
Contractors, major subcontractors, other g. Procedures for processing:
concerned parties .represented by 1) Field decisions
persons familiar with and authorized to 2) Submittals:
conclude matters relating to work. a) Shop Drawings
b) Product Data
C. Agenda: c) .Samples
1. Items of significance that could affect 3) Substitutions
progress including, but not limited to: 4) Applications for Payments
a. Submittal of executed bonds and 5) Proposal requests
insurance certificates. 6) Change Orders
~ 7) Contract Closeout
`~ 2002 Northwest Comm
ercial Park
Project Meetings
A-ALBEV 0113 01315 -1
1
h. Schedules: c. Field observations, problems and
1) Tentative construction schedule decisions
2) Critical work sequencing
3) Progress meetings d. Identification of problems which
impede planned progress
i. Procedures for testing e. Review of submittal schedule and
j. Procedures for maintaining Record status of submittals
Documents £ Review of off-site fabrication. and
k. Requirements for startup of delivery schedules
equipment: g. Maintenance of progress schedule
1) Inspection and acceptance of h. Corrective measures to regain
equipment put into service projected schedules
during construction period. i. Planned progress during succeeding
1. Equipment deliveries and priorities work period
m. Contractor responsibilities: j. Coordination of projected progress
1) Safety procedures k. Maintenance of quality and work
2) First Aid standards
1. Effect of proposed changes on
1.03 PROGRESS MEETINGS progress schedule and coordination
m. Other business relating to the Work
A. General: Engineer:.
1. Schedule and administer periodic 1.04 PRE-INSTALLATION CONFERENCES
construction progress meetings
throughout progress of work.
A. General:
2. Make physical arrangements, prepare 1. When required in individual.
agenda and distribute with notice of specification Sections, or as requested
each meeting to participants 2 days in by the Contractor, convene astart-up
advance of meeting date. conference at the Site prior to accepting
3. Preside at meetings, record meetings work of the Section.
and distribute copies 2 days to
participants, and entities affected by B. .Attendees:
decisions at the meetings. 1. Require attendance of entities directly
affecting, or affected by, work of the
B. Attendees: Section.
1. Contractor, job superintendent,
subcontractors and suppliers, other
entities concerned with current progress C. Notification:
1. Notify attendees 2 days in advance of
or involved in planning, coordination or meeting date.
performance of future activities; Owner,
Engineer, professional consultants as D. Agenda: ;~
appropriate to agenda. Attendees shall 1. Review conditions of installation.
be familiar with project and authorized 2. Review preparation and installation
to conclude matters relating to progress. procedures.
3. Coordinate with related work.
C. Agenda:
1. Items of significance that could affect
progress, including topics for discussion PART 2 PRODUCTS
as appropriate to current status of
project, minimally: Not Used
a. Approval of minutes of last meeting
b. Review of Work progress
+~
Protect Meetings 2002 Northwest Commercial Park
01315 - 2 A-ALBEV 0113
J
ii
~I
SECTION 01450
QUALITY CONTROL
PART1 GENERAL
1.01 SUMMARY
A. Section Includes:
1. Selection and Payment
2. Quality Assurance
3. Contractor Submittals
4. Laboratory Responsibilities
5. Laboratory Reports
6. Limits on Testing Laboratory Authority
7. Contractor Responsibilities
8. Schedule of Inspections and Tests
9. Retesting
B. Related Sections:
1. Document 00700 -General Conditions:
Inspections, testing, and' approvals
required by public authorities.
2. Section 01300 -Submittal Procedures:
Manufacturer's certificates.
3. Section 01770 -Closeout Procedures:
Project Record Documents.
C. Individual Specification Sections:
1. Inspections and tests .required, and
standards for testing.
1.02 REFERENCES
A. ANSUASTM D3740 - Practice for
Evaluation of Agencies Engaged in Testing
and/or Inspection of Soil and Rock as Used
in Engineering Design and Construction.
B. ANSUASTM E329 - Recommended
Practice for Inspection and Testing Agencies
for Concrete, Steel, and Bituminous
Materials as Used in Construction.
1.03 SELECTION AND PAYMENT
testing. The Contractor will be charged for
retesting of materials failing the original
test.
B. The Contractor is responsible for the costs
of all pressure and testing of water main
conductivity (see Section 2660 for
bacteriological testing of water main.)
C. Employment of testing laboratory shall in no
way relieve Contractor of obligation to
perform work in accordance with
requirements of Contract Documents.
1.04 QUALITY ASSURANCE
A. Comply with requirements of ANSUASTM
E329 and ANSUASTM D3740.
B. Laboratory: Authorized to operate in state in
which Project is located.
C. Laboratory Staff: Maintain a full time
registered Engineer Specialist on staff to
review services.
D. Testing Equipment:
1. Calibrated at reasonable intervals with
devices of an accuracy traceable to
either National Bureau of Standards
(NBS) Standards or accepted values of
natural physical constants.
1.05 LABORATORY. REPORTS
A. After each inspection and test, submit two
copies of laboratory report to Engineer, and
to Contractor. Written test reports shall be
submitted to Engineer and Contractor no
later than 3 working days after completion
of inspection or test.
' A. .Contractor will employ and pay for services
of an independent testing laboratory to
perform specified inspection and field
0
B. Include:
1. Date issued
2. Project title and number
2002 Northwest Commercial Park Quality Control
A-ALBEV 0113 01450 - 1
3. Name of inspector E. Employ services of a separate qualified '
4. Date and time of sampling or inspection testing laboratory. Arrange with laboratory
5. Identification of product and and pay for additional samples and tests
Specifications Section
required by Contractor beyond specified '
6. Location in the Project , requirements.
7. Type of inspection or test
8. Date of test 1.08 SCHEDULE OF INSPECTIONS AND '
9. Results of tests TESTS (TESTING DONE BY OWNER)
10. Conformance with Contract Documents
A. Provide laboratory testing in accordance ,
C. When requested by Engineer, provide with the following schedule.
interpretation of test results. 1. A minimum of 1 compaction .test and
associated laboratory Proctor Tests,
1.06
LIMITS ON TESTING LABORATORY
where directed by the Engineer, for each '
AUTHORITY 2001inear feet of trench backfilling.
2. Immediately prior to construction of
A.
Laboratory may not release, revoke, alter, or
aggregate base, a minimum of 1 ,
enlarge on requirements of Contract compaction test for each 200 linear feet
Documents. of subgrade with corresponding Proctor
Tests if the subgrade material varies, as '
B. Laboratory may not approve or accept any determined by the Engineer.
portion of the Work. 3. A minimum of 1 compaction test for
each 200 linear feet of aggregate
'
C. Laboratory may not assume any duties of surfacing or aggregate base, with a
Contractor. Proctor Test for each class of aggregate,
and additional tests if the gradation '
D. Laboratory has no authority to stop the .varies, as determined by the Engineer.
Work. 4. A minimum of 1 gradation and 2
extractions for every -500 tons of ,
1.07 CONTRACTOR RESPONSIBILITIES bituminous mixture placed.
5. At least 2 tests shall be performed on all
A. Deliver to laboratory at designated location other testing designated by the Engineer.
adequate samples of materials. proposed to '
be used that require testing, along with 1.09 RETESTING
proposed mix designs.
A. Where results of quality control services
B. Cooperate with laboratory personnel and prove unsatisfactory and do not indicate
provide access to the Work and to
' compliance of related work with
manufacturer
s facilities. requirements of the contract documents, '
retests are responsibility of Contractor,
C. Provide incidental labor and facilities to regardless of whether the original test was
provide .access to Work to be tested, to Contractor's responsibility. Retesting will be ,
obtain and handle samples at the site or at at the rate of 2 retests for each failed test.
source of products to be tested, to facilitate Retest of work revised or replaced by
tests and inspections, storage and curing of Contractor is Contractor's responsibility. ,
test samples. .Retesting costs invoiced to the Owner will
be deducted from Contract amount by
D. Notify Engineer and laboratory 24 hours Supplemental Agreement or Change Order..
prior to expected time for operations. '
requiring inspection and testing services.
Quality Control 2002 Northwest Commercial Park
01450 - 2 A-ALBEV 0113 '
SECTION 01500
TEMPORARY FACILITIES AND CONTROLS
' PART 1 GENERAL 3. Any Trade requiring power with
different characteristics than provided
1.01 SUNIlVIARY shall arrange and pay for access to such
power.
A. Section Includes: 4. The Contractor shall provide, install and
1. Administrative and procedural maintain safe, adequate lighting system
' requirements and limitations for:
a. Temporary Utilities: required for safety, security, and
ff
i
t
ti
f
k
e
ic
en
prosecu
on o
wor
.
1) Electricity and Lighting 5. When permanent power and lighting
2) Telephone systems are in operation, they may be
' 3) Construction Water used for construction purposes.
4) Sanitary Facilities
5) First Aid B. Te lephone:
b. Barriers 1. The Contractor shall maintain telephone
c. Protection: on-site for use of Contractors,
1) Shoring and Bracing subcontractors, and others who have
' 2) Enclosures legitimate need for telephone
3) Installed Work communication in pursuit of work of
4) Security this Project. Long distance calls are to
S) Fire Protection be by credit card.
' d. Access Roads and Parking Areas
e. Temporary Controls: C. Construction Water:
1) Noise 1. The Owner will pay for water used for
2) Construction Debris and construction purposes.
Rubbish a. Water must be obtained at a
f. Field Offices and Sheds connection approved by the Owner,
where usage .can be metered and
B. Related Sections: system sanitation can be maintained.
1. Section 01110 -Summary of Work 2. The Contractor shall verify location of
' 2. Section 01770 -Closeout Procedures temporary water supply on or near site
and shall install piping, hoses, fittings,
1.02 QUALITY ASSURANCE etc., required to distribute it as required
' by the Work.
A. Regulatory Requirements: 3. If a subcontractor needs a larger source
1. As a minimum, comply with local, state of water, the subcontractor requiring the
' and federal requirements. water is responsible for the source and
distribution.
1.03 TEMPORARY UTILITIES 4. Maintain distribution system so as to
avoid damage to existing or new
A. Electricity and Lighting: construction.
1. The Contractor shall pay for electricity 5. Avoid damage to permanent plumbing
used for construction purposes. at source of temporary water.
' 2. The electrical service shall be provided
and installed by the Contractor. D. Sanitary Facilities:
2002 Northwest Commercial Park
Temporary Facilities and Controls
A-ALBEV 0113 01500 - 1
1. Provided and relocated as necessary by
Contractor for convenient use by
workers engaged in this work.
E. Emergency first-aid facilities shall be
provided by Contractor in accordance with
all federal, state, and local laws, statutes,
ordinances, codes, and regulations:
1.04 BARRIERS
A. General:
1. Provide barriers as required to:
a. Prevent public entry to construction
areas.
b. Protect existing facilities, designated
plantings and trees, and adjacent
properties from damage from
construction activities.
B. Access:
1. Provide barricades and covered
walkways as required for public rights-
of-way, for public access to, and
emergency egress from, existing
buildings.
1.05 PROTECTION
A. Shoring and Bracing:
1. Provide temporary shoring, bracing,
protection as required for installation
and protection of Work. Assure
adequacy of such items. Repair or
replace damaged Work occasioned by
inadequate temporary supports. Leave
temporary shoring and bracing in place
until permanent construction is complete
to point . where installed Work is
properly supported.
1. Provide security program and facilities '
to protect Work, existing facilities, and
Owner's operations from unauthorized
entry, vandalism and theft.
D. Fire Protection:
1. Fire extinguishers shall be non-freeze ,
type such as A-B-C rated dry chemical
of not less than 10-pound capacity.
2. Provide and maintain in working order
during the entire construction period, a '
minimum of 1 fire extinguisher in the
construction area.
3. Contractors who maintain enclosed '
sheds on the premises shall provide and
maintain, in an accessible location, a
minimum of one non-freezing type '
extinguisher in each shed.
1.06 ACCESS ROADS AND PARKING
AREAS
A. Access Roads:
1. Maintain temporary roads accessing
public thoroughfares to serve
construction areas.
2. Existing on-site- roads may be used for
construction traffic.
3. Provide detours if necessary to maintain
unimpeded traffic flow.
4. Extend .and/or relocate as the Work
progresses.
5. Provide means of removing mud from
vehicle wheels before entering streets.
B. Parking:
1. Contractor shall provide parking space
for all employees on the site at location
indicated on Drawings or established by
the Engineer.
2. All vehicles not in use shall be locked.
B. Installed Work:
1. Provide temporary protection for
installed products; control traffic in
immediate area to minimize damage.
2. Prohibit traffic and storage on subgrade
prepared .aggregate base and
uncompacted pavement.
C. Security:
1.07 TEMPORARY CONTROLS
A. Noise Control:
1. Avoid the use of tools or equipment
which produce harmful noise.
2. Restrict the use of noise-making tools
and equipment to hours of use that will
minimize noise complaints from persons
or firms near project site.
Temporary Facilities and Controls 2002 Northwest Commercial Park
01500 - 2 A-ALBEV 0113
0
I
I'
0
0
0
0
3. Provide -noise suppression barriers on
equipment that must be operated in
performance of the Work.
B. Construction Debris and Rubbish:
1. Contractor shall provide and pay for
dumpsters and waste disposal.
2. Control accumulation of waste materials
and rubbish.
C. Dust Control:
a. Provide chemicals or water to work
areas and access roads to prevent
wind-blown soil from leaving the
site.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
3.01 INSTALLATION
A. Design, install, maintain Temporary
Facilities and Controls as needed for safe,
proper completion of work.
3.02 REMOVAL
A. General:
1. Maintain temporary facilities and
controls as long as needed for safe,
proper completion of Work:
2. Remove as rapidly as progress of Work
will permit; remove prior to Substantial
Completion.
B. Cleaning and Repair:
1. Clean and repair damage caused by
installation or use of temporary facilities
and controls.
2. Clean and repair .permanent systems
used for temporary heat, light, power, or
sanitation to satisfaction of Owner.
END OF SECTION
2002 Northwest Commercial Park Temporary Facilities and Controls
A-ALBEV 0113 01500 - 3
u
SECTION 01558
MAINTENANCE OF TRAFFIC
PART1 GENERAL
C. Minnesota Manual on Uniform Traffic
Control Devices (MMUTCD)
1.01 SUMMARY
A. Section Includes:
1. Procedures and equipment for safely
maintaining and controlling traffic
within and near the project site during
construction.
D. MMUTCD, Temporary Traffic Control
Zone Layouts (Field Manual), January 2001
E. Mn/DOT Standard Signs Manual
F. Mn/DOT Standard Plate No. 8000 -
Standard Barricades
B. Method of Measurement:
' 1. Measure all required procedures and G. Minnesota Traffic Engineering Manual, July
equipment on a lump sum basis. 1993.
2. No measurement will be made for
individual items or equipment (except as 1.03 DEFINITIONS
otherwise noted).
3. Procedural and equipment revisions A. Long Term Restriction:
resulting from minor changes or field 1. A traffic restriction or lane closure
' adjustments will be considered which is in effect during construction
incidental. without regard to the time restrictions
stated in 1.07 B.
' C. Basis of Payment:
1. Payment for the maintenance of traffic B. Short Term Restriction:
' shall be at the Contract Unit Price as
listed on the Bid Form. All associated 1. A traffic restriction or lane closure
which is in effect only during the
work items shall be considered Contractor's work hours and is
incidental. consistent with the time restrictions
' 2. Progress payment amounts will be stated in 1.07 B.
determined by the percentage of the
total contract completed based on the 1.04 SUBMITTALS
' following schedule:
A. Pre-Construction:
of Contract 1. Traffic Control Plan as detailed in 1.07
Completed % of Item Paid C.
0 0 2. Names, addresses and phone numbers of
25% 40% 2 local persons who will respond to
S0% 70% requests for maintenance as detailed in
' 75% 90% 1.08 D.
100% (Final) 100%
B. Permits:
1.02 REFERENCES 1. Obtain any and all permits necessary
from the County to allow for signing,
A. Mn/DOT 1404 -Maintenance of Traffic barricading and work within the County
' right-of--way as necessary to complete
B. Mn/DOT 1710 -Traffic Control Devices the project.
2002 Northwest Commercial Park Maintenance of Traffic
A-ALBEV 0113 01558- 1
2. Obtain any and all permits necessary
from Mn/DOT to allow for signing,
barricading and work with Mn/DOT
right-of--way as necessary to complete
the project.
1.05 QUALITY ASSURANCE
A. Operations:
1. Conduct all operations in accordance
with the Field Manual.
B. Flaggers:
1. Provide qualified flaggers familiar with
applicable traffic laws and regulations
and properly trained in the
responsibilities of traffic control,
including provisions spelled out in the
Field Manual (Flagging Handbook).
2. Flaggers shall be properly clothed and
equipped, including shirt or blouse,
slacks or trousers, sturdy shoes,
fluorescent orange hard hat, fluorescent
orange vest (reflectorized at night), a 2-
way radio, and an approved "Stop-
Slow" paddle or standard.
3. Uniformed off duty police/ patrol
officers using hand signals may be used
as flaggers. They shall be equipped with
a fluorescent orange vest and hard hat
during flagging operations.
1.06 SITE CONDITIONS
A. Parking of Contractor/Worker Vehicles:
1. Do not park vehicles in a manner or
location which:
a. Interferes with traffic flow.
b. Conflicts with resident or consumer
parking.
c. Obstructs any traffic control device.
d. Lies within the project limits unless
so approved by the Engineer.
1.07 SEQUENCING AND SCHEDULING
A. Closure and Detour Requests:
1. Submit request for short term lane
closure to the Engineer at least 24 hours
prior to time of closure, consistent with
the provisions detailed in 1.07 B.
2. Submit request to close street and divert
traffic to the Engineer at least 3 working
days prior to time of closure.
3. Authority to divert or close shall be
subject to Engineer's approval.
4. Provide notice for all closures and
detours as stated in 3.01 A.
5. Delete Mn/DOT 1404.3 "Contractor's
Request for Detour" and substitute the
following:
B. The Contractor may request that through
traffic be detoured consistent with the
provisions and restrictions found elsewhere
in this section of the Special Provisions. The
request shall contain all information needed
to justify the request and select the routes to
be established. If arrangements can be made
that are satisfactory to the agencies having
jurisdiction over the roads to be used, the
contracting authority may then, at its sole
discretion, establish an approved detour
subject to the following conditions:
1. The Contractor, at the Contractor's
expense, shall design, provide, install,
maintain, and remove. all the necessary
traffic control devices on the detour
roads.
2. The Contractor shall reimburse the City
for all expenses incurred in maintaining
and restoring the detour roads, except
for snow removal.
3. The Contractor shall fulfill their
obligations for maintenance of local
traffic by furnishing, placing, and
maintaining all traffic control devices
and other traffic protection measures
required of him on the roads undergoing
improvements.
C. Restrictions:
1. Work which interferes with traffic
operations described in this specification
shall not be performed during the
following times:
a. -From 6:00 a.m. to 8:00 a.m. -
Monday thru Friday inclusive.
b. From 4:00 p.m. to 6:00 p.m. -
Monday thru Friday inclusive.
c. From 12:00 noon on the day before
to 9:00 a.m. the day following any
0
1
1
i~
Maintenance of Traffic
2002 Northwest Commercial Park
01558- 2 A-ALBEV 0113
consecutive combinations of after the contract award and 5 days
Saturday, Sunday and legal holiday. prior to initiating any construction.
2. Lane closures will not be permitted b. As construction progresses, provide
during inclement weather or when the an updated traffic control plan for
Engineer determines that such closure the next 2 weeks of work to the
will be a hazard to traffic. Engineer (on a weekly basis) for
' 3. Flagpersons shall be utilized on any approval and/or suggested
roadway that is restricted to 1 lane for modifications.
traffic, except as approved by the c. Information to be included in the
Engineer. plan:
4. Furnish, install and maintain all proper 1) Planned sequence of
signing, flagpersons (as appropriate) and construction operations
warning devices in order to: 2) Proposed street closures or
a. Close or restrict :traffic on a restrictions and estimated dates.
roadway. 3) Provisions for routing detoured.
b. Provide adequate detour
information. traffic.
4) Signs and devices to be used.
c. Protect the work, the workers and d. The traffic control plan shall reflect
the motorist. the restrictions detailed in Paragraph
d. Inform the motorist of pending B.
construction and direct the motorist 2. Acceptance:
through the work zone. a. Each traffic control plan is subject
5. Maintain access to individual residences to acceptance, rejection or suggested
and businesses fronting roadways at all revision by the Engineer.
times, unless otherwise approved by the b. No construction operations may
affected property owner and the begin without the complete approval
Engineer. of the plan.
6. Access to individual properties fronting c. Revisions:
a roadway under construction may be 1) All revisions to the traffic
maintained on inplace or permanent control plan area subject to the
roadway, or via an Engineer approved approval of the Engineer.
gravel surface.
7. Any drop-off where traffic will cross 1.08 MAINTENANCE
from or to the inplace surface or from or
to the milled surface. shall be tapered
and/or chamfered so as to provide for A. Responsibility:
1. Maintain all traffic control devices, on a
safe passage of traffic. 24 hour basis, throughout the term of the
8. Provide for protection of traffic from contract, including work suspensions.
open excavations as described in 2. Repair or replace as necessary:
3.02.B.2. a. Devices that are damaged or moved.
9. Conduct operations to allow continual b. Lights that cease to function
fire and police access to all areas within properly.
the project. c. Barricade weights that are damaged
10. The above restrictions may be modified or fail to stabilize the barricade.
as necessary to insure safe traffic
operations. B. Inspection:
1. Check all devices twice daily, including
D. Traffic Control Plan:
1. Content: once at the end of the work day.
2. Conduct 1 night (after work hours)
a. Submit an overall traffic control inspection of all devices per week.
' plan for approval within 10 days
2002 Northwest Commercial Park Maintenance of Traffic
A-ALBEV 0113 01558- 3
3. Immediately correct all deficiencies in
alignment visibility and reflectivity. C. Drums:
1. Provide drum-like channelizers in
C. Notice: accordance with the MMUTCD,
1. Furnish names, addresses, and phone Appendix B, and the Minnesota Traffic
numbers of 2 local persons who will Engineering Manual 8-8.03.02.
respond to requests for maintenance to
the following: D. Ballast:
a. The Engineer. 1. Sandbags will be the only acceptable
b. The City Public Works Department weight to stabilize traffic control
c. Wright County Department of
devices. '
Public Works 2. During freezing conditions, the sand for
d. Mn/DOT bags and impact barrels shall be mixed
2. Provide a means of receiving
with a deicer to prevent the sand from ,
maintenance requests on a 24 hour basis. freezing.
3. Respond to all maintenance requests 3. Sandbags shall be placed on each foot of
within 2 hours. traffic control device to be established. '
D. Failure to respond to maintenance requests E. Miscellaneous:
will result in the work being completed by 1. Store the- following devices at a
the Owner with twice the cost thereof being convenient location within the project
deducted from any monies due the limits of each portion of the project for
Contractor. use in an emergency, as approved by
Engineer:
a. At least 5 extra Type I barricades
PART 2 PRODUCTS with flashers.
b. At least 5 extra Type III barricades.
2.01 EQUIPMENT c. At least 10 extra drums.
2. No direct compensation will be made
A. Signs: for furnishing, storing and erecting these
1. Provide all required signs in accordance traffic control devices.
with the MMUTCD, Mn/DOT Standard
Signs Manual, Minnesota Traffic
Engineering Manual, the Field Manual, PART 3 EXECUTION
the Plans, and as approved by the
Engineer. 3.01 PREPARATION
2. All signs shall be fabricated of either
steel or aluminum. A. Advance Notice:
3. As a minimum provide the following 1. Provide minimum 72 hour notice for all '
signs as necessary: closures and detours to the following:
a. 48 inches by 48 inches Road Work a. The Engineer.
Ahead (W21-4) b. City Fire Department '
c. Local Ambulance Dispatcher
B. Barricades: d. City Public Works Department
1. Provide 8-foot, Type III barricades in e. County Department of Public Works
accordance with the current Mn/DOT
f. Local School District ,
Standard Plate 8000. g. Postal Service
2. Provide flashers on all barricades. h. County 911 Dispatcher
3. Provide at least 1 Type III barricade in a 2. Provide minimum 48 hour notice for all
closed lane for every 1,000 feet of lane closures and detours to all affected
closure. residences and businesses, for when
Maintenance of Traffic 2002 Northwest Commercial Park
01558- 4 A-ALBEV 0113
L'
1
e
closures and detours will occur and what a. Do not deposit or store materials or
their duration will be. park equipment on or adjacent to
3. Meet with businesses affected by each any roadway open to traffic that will
restriction of access and coordinate interfere with the safe flow of
work to allow for deliveries to be made traffic.
to each affected business during b. Provide traffic barriers for any
construction. obstruction placed within the "clear
zone" as defined by the AASHTO
B. Inplace Facilities: Guide for Selecting Locations and
1. Signs: Designing Traffic Barriers.
a. Do not remove signs unless c. Keep roadways which are open to
authorized by the Engineer. traffic free from earth materials and
b. Carefully remove and store debris.
designated signs and posts for d. During construction, provide
reinstallation. devices to protect traffic and
c. Replace signs and posts damaged or pedestrians from drop-offs
lost during removal or construction. ,
openings, falling objects, splatter or
d. Provide flaggers as directed when other hazards.
"STOP" or other prohibition. signs 2. Open Excavations/Drop-Offs Adjacent
are removed. to the Traveled Roadway:
e. Reinstall all signs not being a. Schedule operations so as to
replaced in accordance with the minimize traffic exposure to uneven
MMUTCD and the Minnesota lanes, milled edges and edge drop-
Traffic Engineering Manual.. offs.
b. Provide and maintain appropriate
3.02 .OPERATIONS traffic. control in accordance with
the "Traffic Control Treatment of
A. Installation of Devices: Longitudinal Joints and Edge Drop-
1. Provide, locate and maintain all traffic offs in .Work Zones" sheets of these
control devices in accordance with the Special Provisions.
contract documents and the approved c. Close a traffic lane, auxiliary lane or
traffic control plan. shoulder on any road open to traffic
2. Provide minor modifications and field (in accordance with 1.07B) when
adjustments as directed at no additional construction operations cause a
cost to accommodate special conditions drop-off greater than 4 inches
or situations which may occur. adjacent to that lane or shoulder,
3. Signs shall be mounted on posts driven unless adequately protected by
into ground at proper height and lateral traffic barrier.
offset as detailed in the MMUTCD, or, d. Concrete or utility repairs of less
if not possible, signs shall. be maintained than 50 feet in .length and open for
on portable supports or barricades. seven days or less do not require
4. Signs shall not be mounted on metal that the adjacent lane or shoulder be
drums. closed to traffic
5. Placement of all signs and barricades e. Sign and delineate any drop-off
shall proceed in the direction of the flow (caused by construction operations)
of traffic. of less than- 4 inches as shown in the
6. Cover all traffic control devices which Field Manual.
maybe inconsistent with traffic patterns. f. When excavations on roadways
open to traffic exceed 1-foot in
B. Traffic Protection: depth:
1. General:
2002 Northwest Commercial Park
Maintenance of Traffic
A-ALBEV 0113
01558- 5
1) Place warning lights at devices intended for use on the project to the
minimum 50-foot intervals. Engineer to ensure conformance with the
3. In lieu of precast concrete barrier, MMUTCD and the Mn/DOT Standard Signs
barrels and barricades may be used Manual.
during construction, as approved by the
Engineer, provided that: B. Replace any device which is found to be
a. Construction work is actively done defective.
in or directly adjacent to the
excavation. C. Replace reflective material (on both new and
b. Workers are present. used traffic control devices) whose
c. It is daylight hours, or, if nighttime effectiveness, in the Engineer's opinion, has
hours, there is additional lighting of been substantially reduced from traffic or
the open excavation. other causes.
d. Traffic is in a single lane
(alternating) or a single lane in each D. Keep all traffic control signs and devices
direction with parking removed. furnished in a legible condition (including
e. The barrels or barricades can be set by removing any grime deposited on devices
outside the minimum widths by traffic, natural causes or by the nature of
required for traffic and at intervals
as directed by the Engineer. the work being performed).
,
E. Relocate any traffic control device that is
C. Pedestrian Access and Traffic: misplaced due to Contractor or
1. Provide continuous access to all Subcontractor operations.
adjacent residences and businesses.
2. Provide temporary boardwalk where 3.04 SCHEDULES
inplace sidewalk is removed. '
3. When access to business entrances is A. Final Bituminous Course:
prohibited, coordinate with business 1. A separate plan for traffic control may
owners to provide protection and be prepared for the installation of the
direction for alternate entrances. final bituminous wear courses.
4. Provide signs, barricades, flasher, snow 2. Plan does not have to adhere to the
fence or other devices as required to above restrictions, but shall be prepared
protect pedestrians adjacent to the work.
in detail and submitted to the Engineer '
5. Cover newly poured concrete sidewalk for approval.
with plywood after curing compound is 3. The Engineer will determine .the
applied to provide access at business viability of the planned sequence and
entrances. may accept, reject or suggest alterations
to this separate plan.
D. Removal of Devices: 4. Do not begin installation of final wear ,
1. When signs are removed, sign posts course, crosswalks or pavement
shall also be removed as soon as markings without complete approval of
possible. this separate plan by the Engineer, or
2. Removal of signs and barricades shall without inclusion of these elements in
start at the end of construction areas and the above-referenced sequence of
proceed toward oncoming traffic, unless construction. ,
otherwise directed by the Engineer.
B. Restoration of Roadway Surfaces:
3.03 FIELD QUALITY CONTROL I. Restore all roadway surfaces and areas
disturbed within 30 calendar days time
A. At least 24 hours prior to construction and after completion of utility work.
upon request, present all traffic control
,
Maintenan
ce of Traffic 2002 Northwest Commercial Park
01558- 6 A-ALBEV 0113
IJ
LJ
[1
i
2. Time elapsed between initial
construction disruption to completion of
bituminous base course shall not exceed
40 calendar days.
3. A roadway will be considered "restored"
when all backfilling and compaction is
complete and a bituminous surface
suitable to handle vehicular traffic has
been installed; except as otherwise
permitted by the Engineer.
3.05 ADDITIONAL TRAFFIC CONTROL
DEVICES
A. General Requirements:
1. In addition to the traffic control devices
approved by the Engineer prior to each
stage of construction, the Engineer may
require more traffic control as traffic
conditions warrant.
2. Furnish and install the additional traffic
control devices ordered by the Engineer.
3. The devices shall be installed and
maintained in a functional and legible
condition at all times.
B. Method of Measurement:
1. Individual .traffic control devices will
not be measured. All traffic control
devices installed on the project and
stored on the site will be included in a
lump sump quantity.
C. Basis of Payment:
I. Paymentfor all traffic control devices of
each type, installed and stored in the
project shall be on a lump sum basis at
the unit price as listed on the bid form.
Payment shall be compensation in full
for all costs of furnishing, installing,
maintaining, and subsequently removing
and disposing of the devices.
END OF SECTION
2002 Northwest Commercial Park
A-ALBEV 0113
Maintenance of TrafFc
01558- 7
LJ
Traffic Confrol Treatment of
Longitudinal Joints and
Edge Drop-offs in Work- Zones
GUIDELINES
THESE GUiDEUNES ARE INTENDED TO INCREASE TRAFFIC SAFETY USING TRAFFIC CONTROL
DEVICES. SAFETY RELATED APPURTENANCES, AND CONSTRUCTION TECHNIQUES FOR UNEVEN
LANES, At1L1ED EDGES, ANO EDGE DROP-OFFS THAT OCGUR IN HIGHWAY WORK ZONES.
THE BEST WAY TO INCREASE TRAFFlC SAFETY IS TO IAAiCE EVERY ATTEMPT TO 1liNiflTZE
EXPOSURE TO UNEVEN LANES. MILLED EDGES. AND EDGE DROP-OFFS; HOWEVER, R tS
REALIZED THAT THIS- tS OFTEN NOT POSSIBLE OR FEASIBLE. ONLY WHEN UNEVEN LANES.
flill.ED EDGES, OR EDGE DROP-OFFS ARE DEEMED NECESSARY. SHALL THE APPROPRIATE
PORTiON(S) OF THESE GUiDELTNES BE APPLIED TO ENHANCE TRAFFIC SAFETY.
APPROPRATE UNEVEN LANE WARNING S10NS OR SHOULDER WARNING S10NS SHALL BE
REPEJI7ED AFTER EACH iNTERSECTiON.
i~UXI1~tUA1 WARNING SIGN SPAgNO SHALL BE:
A - 1 MILE WHEN THE SPEED L1LIR tS GREATER 7HAN 30 MPH AND
B - 1/4 MiLE WHEN THE SPEED UUfT is 30 MPH OR LESS.
WHEN SPACE PERII[TS, 6tINIMUM WARNING SiCN SiZE SHALL BE:
A - 41j INCHES x 48 INq~ES WHEN THE SPEED LriATT tS GREATER THEN 30 WPH AND
B - 36 INCHES x 3a INCHES WHEN THE SPEED UfAR iS 30 MPH OR LESS. _
1. FOR DROP-OFFS OF t-i/2 INCHES OR LESS. APPROPRIATE WARNiNO SiGNS SHALL
BE PROVIDED.
2. FOR DROP-OFFS GREATER THAN 1-1/2 INCHES UP TO 4 INCHES:
A -THE EDGE SHALL BE TAPERED AND COiPACTED AT A RATE OF 3:1 AND
APPROPRIATE WARNING SiGNS SHALL BE PROVIDED; OR
B - iF THE TAPER IS NOT PROVIDED, TRAFFIC SHALL NOT BE PERIAFTTED T'0 CROSS
THE DROP-OFF AND THAT PORTION OF THE ROADWAY SHALL BE CIDSED TO TRAFFIC
WiTH THE APPROPRIATE WARNING SICNS AND DEVICES.
3. FOR DROP-OFFS GREATER THAN 4 INCHES UP TO 12 INCHES:
A -THE EDGE SHALL BE TAPERED AND COIPACTED AT A RATE OF 6:1 AND APPROPRIATE
WARNING SIGNS SHALL BE PROVIDED, (6:1 TAPER SHALL NOT BE USED AS A TRAFFIC
CARRYING LANE);
B -THE EDGE SHALL BE TAPERED AND COMPACTED AT A RATE OF 3:1, TRAFFIC SHALL
NOT BE ALLOWED TO CROSS THE DROP-OFF. AND THAT PORTION OF THE ROADWAY
SHALL BE CLASED TO TRAFFIC WiTH APPROPRLATE WARNING SIGNS ANO CHANNEL-
(ZING DEVICES; OR
C - IF A TAPER IS NOT PROVIDED. THE TRAFFIC OR AUXiUARY lAF1E AD.UICENT TO THE
DROP-OFF SHALL BE CLOSED TO TRAFFIC WTFH THE APPROPRIATE WARNING SIGNS
ANO CHANNELIZINO DEVICES OR A POSFTIVE BARRIER. SUCH AS A PORTABLE PRECAST
CONCRETE BARRIER. SHALL BE PROVIDED TO PREVENT TTtAFF1C FROIi Cf205SiN0 THE
DROP-OFF.
4. FOR SHOULDER EDGE DROP-OFFS:
A - 0-2 FOOT SHOULDER WIDTH AND A 0-12 INCH DROP-OFF; USE GUIDELINES AS SHOWN
B - 2-6 FOOT SHOULDER WIDTH AND A 0-4 INCH DROP-OFF: INSTALL EDGEUNE
OR USE GUIDELINES AS SHOWN
C - 6 FOOT OR GREATER SHOULDER WIDTH AND A 0-4 INCH DROP-OFF; NO TRAFFIC
CONTROL REQUIRED.
0 -GREATER THAN 2 FOOT SHOULDER WIDTH AND A 4-12 INCH DROP-OFF; USE
GUIDELINES AS SHOWN
3. DROP-OFFS GREATER THAN 4 INCHES ADJACENT TO TRAFFIC CARRYING LANES ARE
PERAIfTTED WTFHOUT TAPERS OR POSfTTVE BARRIERS FORS
A -PROJECTS WITHIN URBAN AREA WHEN THE SPEED UNIT is 30 1/PH OR UsS; OR
B -SNORT T7=RIA (7 CALENDAR DAYS OR LESS) CONCRETE OR UTILITY REPAIR. LESS T}IAN
50 FEET IN LENGTH WHEN THE SPEED UiAIT is GREATER THAN 30 IIPH.
E IAORE THAN ONE UNEVEN LANE CONDITION BETWEEN THE
LL
Q. THERE B
AT NO TiME SHA
TRAFFIC CARRYING LANES WHICH INCLUDE AUXILIARY LANES, TURN LINES, AND RAMP
ACCESS OR EGRESS AREAS. WEATHER PERI.IFFTiNO, ALL E7(POSED UNEVEN IANES
CONDITIONS WITHIN THE TRAFFIC .CARRYING LANEx SHALL BE '-IATCHEO~' WITHIN 24 HOURS_
7. iAlWNO OPERATIONS SHALL BE REQUIRED TO C01tPUTE THE FULL WIDTH OF THE SECTION
UNDER CONSTRUCTION AT THE END OF EACH WORK PERIOD.
I of 4
Traffic Control Treatment oC -
i.ongitu.dinol .Joints and
Edge Orop-offs in Work Zones
GUIDELINES
FONT. _
Appvopriafe urievcn lane wa.cning signs or shoulder warnings signs shall be repraicd after tach
intcrsoctlon_ ~ -
Maximum warning sign spacing shall bc:
a - 1 mile when the speed limit is greater than.30 mph, and
b - U4 mile when the spa~d limit is 30 mph or less_
When space permits, minimum warning sign size shah bc:
a - 48 inches x 48 inches when the spcod limit is greater than 30 mph, and
b - 36 inches x 35 inches. when -the speed limit is 30 mph or less.
2 0l 4
1
1
1
i
1
1
1
1
1
1
1
1
1
"TRAFFIC CONTROL TREATMENT OF
CONGITUOINAC JOINTS ANO
EDGE DROP--OFFS IN KORK ZONES
UNEVEN CANES
Y20-X14 •
MAXIMUM 1 - I /2 I N. ~ ( L OR R ?
~s
UNEvEN LJ~NES - uITH TaPER _
• Y20-X14
I-I/-2 IN.• TO 4 IN, ct_ OR R3
~.~ T tn.Es
I- 1 /2 I N. T4 4 I N.
LANE SI tn[_l 6E CLOSED v I TH APPROE~R t ATE ll~E 0.0Si1RE FROti
APPf-NO I X B. CFil~t-t~L I Z I NG OEY I CES AT A MAX I MlR1 OF I80 FT.
SPACIt~iG ANO A TYPE III BARRICADE EVERY 1000 FT_
NOTES FOR DIVIDED H[GH6fAYS. USE .SIGNS ON R[GHT ANO LEFT SLOE.
SIGN SEOUEN~CE SHOVM FOR-ONE DIRECTION ONLY
OTHER DIRECTION SFIALt. 6E IDENTICAL.
^ MICCEO EDGE
V2l-X9
NEON N(01
vOC;DE)t i•Q~bpt
f
NOTE• HI~~EO EDGES si-+0cx_0 BE 7REnTEO vITH TnPERS. CE-tcarcr+ELtZERS.
ADO SIGNING AS SHOvN ON EDGE DROP-OFF DETAILS.
3 OF 4
TRAFFIC CONTROL TREATMENT OF
LONGITUDINAL ,JOINTS ANp
EDGE DROP-OFFS IN WORK ZONES
EDGE DROP OFF
us-9
nor
MAXIMUM I - 1 /2 I N. ~~""`~
Y8-9
1-1/2 IN. TO 4 IN.
EDGE DROP OFF - WITH 7aPER
~.
1
1-1/2 IN. TO 4 IN. .,~ w2I-xI
DEI2 SHA(,.L BE s.u~.~
a.osEO PITH MATE
YARNING SIGNS AND giEY~I.iZING
DEVICES AT A HAXIHUti OF I00 FT_ SPACING_
'~ EDGE DROP-OFF KITN TAPER ~_4
t SHOUI_0ER - OPEN ) 4 I N. TO 12 I N. ~,
THIS COC~ITIOCt PILL. NOi 6E -
PERKITTEp UNLESS THE 6~I SLOPE IS ~
COf1PACTEO SO .THAT a VEHICLE HAY SAFELY ~
DRIVE ONTO IT YITHOUT USING CONTROL
ANO IN THE OPINION OF THE ENGINEER
THERE ARE NO OTHER HaZAF200U$ CONO[TIONS_
EDGE DROP-OFF WITH TAPER
(SH0Ul..0ER - CI.0SE0 )
~R SHALL BE CLOSED
PITH APPROPRIATE YARNING
SIGNS AND p-IZ[NG DEVICES
AT A HA)CIMAi OF 100 FT. SPACING
~~NT IANE $}-1ALL B£ CIOSEO vITH
~'PROPRIATE LANE CLOSURE LAYOUT Sf-iOVN IN
APPEI~IX B. a~NQIZING DEVICES TO BF AT
A HAX I FAJN OF 100 F T. SPAC [ NG ANO
TYpE II[ EVERY 1000 FT_
4 IN. TO 12 IN. .a u2t-x1
•+~c~ocx
1, t 1
NOTE. SIGNS ARE REOUIREO ONLY ON THE SIDE OF THE ROAD
THaT IS AFFECTED BY COrrSTRUCTION
(EXCEPT SIGNS THAT ARE FOR A LaNE CLOSURE ON
OIv10E0 HIGRVAYSi_
4 OF q
t
t
t
1
1
4 IN. TO 12 IN,
1
1
~\
~~
m
m ~
o`o ~_ -3
°m -° ~ E
m
Em°o°w3o~~° aD
° T~ou~ ~ p ~'
wc m~
Evo°o~
C~.~_ V- 6 L y
- ~• o~
F~ Fp' ~
` ~
Dom- d m
C
_C O p~~ J O
m
°
E
~~~ R+~?
dim ~ i ~
c off
iN L O
i
°'
°ow
•
Y a ~ v ~
yOO~-E~o~-< o°c 4
o~m~ c
~ 0 m 0
3
° ~o °o°~~° ~p
- °-~apo~OE p '~~ti
w» ° y u ~
m ~ ra
`m c
DLL b O p O C V O
° G' y~ rom
- m C
OP a° `E
~`°-
s
o o,
W - O
o
u~
o ,~
L`OOOVa
m
° d..,
~.~y
m ~
`
oEa~.oEm. of .
mC~m
4 L °, . n O
°o m mo~° 3c
mL m?~
o
a ~- L
a
bi i'
i my
~ ~
~ F
~ ~
= ° m
~ H
L r
rn
n°''
L pvoc ~ o
~n~~ 3 ~~
Z
W ~ ~
o
~
o~
°i
N ~ ~ ~ o W
~v
o
cm mtld
° o
~
twit °E-°E~n° -~ -'o
~OUOLC oD
a ti
~y
tid~p ~ -o' ~
T /
E ~
m O
_ F _ {
\ °vrn
co o® R
~~ < m
\\
CV
O m
FL-NO ° m or uv ~.° ~ ~ m
o Q.~y v o N
O O
~ _
~
S 7
~
~t
°
W ~ 3
.+-
~ d
^
W ? O-
On m O
O o, c 3 m..-W W
.._°a ° E vOm Emn
U °°m° o v L~~ E~°
~
O NO~ mn m
~
E "
° N'O
nN _ cm
E
o
LL ~
O °
0v
o
~ r
O ~
~ oo
TL
°
m0
~ 00 m
v
N
4- N
~_ L -
~ ~ _
C
° ~
~ ~
- O-y,-
3
L
o o
v°m
n°nc>. h~ n
mom
~
O F
c
N ~
mt4m
~ -" vE
~ my m °O~ ~O
_
L
L
~`c o
n. - c
o `o L
°
m
°
;
m °
~D
N jj
___LOO ~ ~
m
v `~
~
$ n
my
m
L ° ° ±~
m myO
` L - _
~ mm
11J _ ~ o_ ° N
~~ °~ ~
J x v
m m ° Cl
CD ~
R
r
~ ~ h rn_
1
-
°
N-
~vC ~
p
Lmm N
* .
O m
E~°D
0
N
~ n ~
-m-D
-"n o OLD
-
° ~
C 1
.~ dF mC m0
-L
n
-+-
.~ m
~
Eo°_ mv° Ec
m -
N3L p p
c,n3u
L o
v n=m - o (/~ mo'''o
(~ m
mn oo `~
n o
-
t
- _
=o~
m~ Q o °~cc
~ o o~
~
O
N c
v
~
mo °.m mo °x
- o
Nr- oonm
o
~
-lF
~ s
D
a
om ~ °-~ '~ L
C
~
(~
O
Ica` nEo o"'n
mo m
^
t_''.o
3L ooh v~u
O O O z s ': ~-~-
~ o ~ ~o ~ o y
J H I
i-- ` °
` ° - - -
No $
o $ N ~
o v ~
N ~
N v~
°z
~ ` `
3 c
E
E
1
N
m m-- N
N
L= N ~ o o E
v v
a° Qa O m
n -~ m
_ 3_°
~ ° °
°~E.- ~ o >. °
~ N~ O
^
Lmn ~ ~ l
~~ tO ~o ~Nm ~ ~ ~ ..m. L
O O p~~.
E L O Z
O Iy N °~ O h
~ m h
1
vv ° = °
° n N o` `v
of °, ~ oco ~
L
L-
Q _ }( 3f n
Z 3 7! 31f
8 8
y° - - $ 8 a
' a 8 ' - -
m
n m m 4
3 W V
m c.
~ F ° ~
Q
o
O
yE~mm of °° _ ~ ~ e
h W
3 m~°~ Comm
aE
- - s s --
a m
- E E
E ~
co
m
`E_ oov~o ~`c~ _
°-ao~v~
mc ~
L ~ s b
S
°
n ~ ~
v v v ~
a
° ° ~ c
o mL t t t t n° ov D % ~ a v c ~ z
- one aana o m~
oo~~~~ ~~mr - `-'
x
m N ao. W
H
N
`0 o a~ b N~ O J x O C
U O ° O
~
:[ 3S
L o 0
V O^ ~
-.
FO
_m C ° ~
D` L o 0
~
LL gg 2 ~ *
Z 3 ~ g
e ~
C N .
~
~ O O W
ii
0
O m - N
} L
-° ~ ~NO-
~
~ g !
3 i 8 o
- 8 8
~ - -
°
m
E
~ ° C
° ~ o W
O:
o
~
v~~ mom"- ° °
°= ~ m s a
'9 8 S
a s
v D
E N
o,
s °
_
N O S
' D ¢¢
~
g
Z O
~
O L O p
O
n 0 li F- V .~ m ~ y
Y
s ~p .. N
O ~
a ~ v p O
e
a
o z
$
~ a F
0
•.\~ .
SECTION 01600
PRODUCT REQUIREMENTS
PART1 GENERAL
1.01 SUMMARY
A. Sections Include:
1. Administrative and procedural
requirements governing:
a. Product definitions
b. Product quality assurance
c. Products
d. Product delivery, storage and
handling
e. Product options
f. Product installation
g. Cleaning and protection
2. Product Substitution Procedures
s
1
1
1.02 PRODUCT DEFINITIONS
A. Products:
1. Unless indicated otherwise, new
material, machinery, components,
equipment, fixtures and systems forming
the Work.
2. Does not include machinery ~ and
equipment used for preparation,
fabrication, conveying or erection Qf the
Work.
B. Named Products:
1. Items identified by manufacturer's
product name, including make or model
designation, indicated in the
manufacturer's published product
literature that is current as of the date of
the Contract Documents.
1. A product with operational parts,
whether motorized or manually
operated, that requires service
connections such as wiring or piping.
1.03 PRODUCT QUALITY ASSURANCE
A. Source Limitations:
1. To the fullest extent possible, provide
products of the same kind and from a
single source.
B. Limited Quantities:
1. When specified products are available
only from sources that do not or can not
produce a quantity adequate to complete
Project requirements in a timely manner,
consult with the Engineer for a
determination of the most important
product qualities before proceeding.
2. Qualities may include attributes relating
to:
a. Visual appearance
b. Strength
c. Durability
d. Compatibility
3. When a determination has been made,
select products from sources that
possess these qualities, to the fullest
extent possible.
1.04 PRODUCTS
A. Minimum Requirements:
1. Comply with specifications and
referenced standards.
C. Materials:
1. Products that are substantially shaped,
cut, worked, mixed, finished, refined or
otherwise fabricated, processed, or
installed for a part of the Work.
D. Equipment:
B. Product Provision:
1. Provide products complete with all
accessories, trim, finish, safety guards
and other devices and details needed for
a complete installation and for the
intended use and effect.
C. Components:
2002 Northwest Commercial Park Product Requirements
A-ALBEV 0113 01600 - 1
1. Items required to be supplied in quantity
within a specification section shall be 1.05 PRODUCT DELIVERY, STORAGE
the same and shall be interchangeable. AND HANDLING
D. Compatibility of Options: A. General Re uirements:
q
1. When the Contractor is given the option 1. Deliver, store and handle products in
of selecting between two or more accordance with the manufacturer's
products for use on the Project, the recommendations.
product selected shall be compatible 2. Prevent damage, deterioration, soiling
with products previously selected, even and loss, including theft.
if previously selected products were also 3. Replace damaged materials .prior to
options. acceptance by Owner at no additional
cost to the Owner.
E. Existing Products:
1. Do not use materials and equipment B. Packing and Shipping:
removed from existing premises, except 1. Deliver products to the jobsite in
as specifically required or permitted by manufacturer's sealed containers,
Contract Documents. bearing the manufacturer's name and
brand.
F. Nameplates:
1. Except for required labels and operating C. Acceptance at Site:
data, do not attach or imprint
'
' 1. Promptly inspect shipments to assure
manufacturer
s or producer
s that:
nameplates or trademarks on exposed a. Products comply with requirements
surfaces of products -which will be b. Quantities are correct
exposed to view in occupied spaces or c. Products are undamaged
on the exterior.
a. Labels: D. Storage and Protection:
1) Locate required product labels 1. Store with manufacturer's seals and
and stamps on a concealed labels intact and legible.
surface or, where required for 2. Store sensitive products in weather -
observation after installation, on tight, climate controlled enclosures.
an accessible surface that is not 3. Cover products subject to deterioration
conspicuous. with pervious sheet covering, providing
b. Equipment Nameplates: ventilation to avoid condensation.
1) Provide- a •permanent nameplate 4. For exterior storage of fabricated
on each item of service- products, place on sloped supports,
connected or power-operated above the ground.
equipment. Locate on an easily 5. Store loose granular materials on solid
accessible surface which is flat surfaces in awell-drained area.
inconspicuous in occupied Prevent mixing with foreign matter.
spaces. The nameplate shall 6. Provide off-site storage and protection
contain the following when site does not permit on-site
information -and other essential storage or protection.
operating data: 7. Arrange storage of products to permit
a) Name of product and access for inspection. Periodically
manufacturer inspect to assure products are
b) Model and serial number undamaged and are maintained under
c) Capacity required conditions.
d) Speed
e) Ratings
Product Requirements 2002 Northwest Commercial Park
01600 - 2 A-ALBEV 0113
1.06 PRODUCT OPTIONS the manufacturer for the application
indicated.
A. General Requirement: a. Manufacturer's recommendations
1. Product selection is governed by the may be contained in published
Contract Documents and governing product literature or by the
regulations by .previous project manufacturer's certification of
experience. performance.
2. General overall performance of a
B. Proprietary Specification Requirements: product is implied where the product is
1. Where only a single product or specified for a specific application.
manufacturer is named, provide the
product indicated. No substitutions will F. Compliance with .Standards, Codes and
be permitted. Regulations:
1. Where the specifications -only require
C. Semi-Proprietary Specification compliance with an imposed code,
Requirements:
1. Where two or more products or standard or regulation, select a product
that complies with applicable standards,
manufacturers are named, provide one codes and regulations.
of the products indicated. No
substitutions will be permitted. 1.07 SUBNIITTALS
a. Where products or manufacturers
are specified by name, accompanied A. Substitution Request Prior to Bid:
by the term "or equal," or "or 1. For a product substitution to be
approved equal" comply with other considered, the following conditions
Contract Document provisions must be met:
concerning "substitutions" to obtain a. All requests must be submitted in
approve for use of an unnamed writing no later than 10 calendar
product. days prior to the date for receipt of
b. Contractors and. suppliers will be the bids.
expected to provide the specified b. Faxed submittals will not be
product unless prior approval is considered.
received from the Engineer's office
in sufficient time so that all bidders c. Submit each request for substitution
(one material or product per form)
can be notified through an on the attached "Substitution.
addendum. Request Form" attached at the end
of this section (either duplicated
D. Descriptive Specification Requirements: from the Project Manual or
1. Where specifications describe a product available from the Engineer's
or assembly and list exact characteristics office) together with a self-
required, with or without use of a brand addressed, stamped envelope.
or trade name, provide a product or Submittals not accompanied by this
assembly that provides the form properly filled in and endorsed
characteristics and otherwise complies will be discarded without review.
with contract requirements. No exceptions.
d. Identify any impact of the
E. Performance Specification Requirements: substituted product on related items.
1. Where specifications require compliance e. Approved items will be hsted m
with performance requirements, provide addenda. Requests for substitution
products that comply with these will be returned in the self-
. requirements and are recommended by addressed, stamped envelope
2002 Northwest Commercial Park Product Re uirernents
q
A-ALBEV 0113 01600 - 3
provided by bidder at the Engineer's
earliest convenience.
2. Permitted Substitutions:
a. All substitutions permitted on
addenda must meet, or exceed, all
requirements of the specifications,
including, but not limited to, the
warranty.
B. Substitution Request After Bid:
1. Requests for substitution will be
considered if received within 60 days
after commencement of the work.
Requests received more than 60 days
after commencement of the work may
be considered or rejected at the
discretion of the Engineer.
a. Submit 3 copies of each request for
substitution for consideration.
Submit requests in the form and in
accordance with. procedures
required for change order proposals.
b. Identify the product or the
fabrication or installation method to
be replaced in each request. Include
related specification Section and
Drawing number. Provide complete
documentation showing compliance
with the requirements for
substitutions, and the following
information, as appropriate:
1) Product data, including
drawings and descriptions of
products, fabrication and
installation procedures.
2) Samples, where applicable or
requested.
3) A detailed comparison ` of
significant qualities of the
proposed substitution with those
of the work specified.
Significant qualities may
include elements such as size,
weight, durability, performance
and visual effect.
4) Coordination information,
including a list of changes or
modifications needed to other
parts of the Work and to
construction performed by the
Owner and separate contractors
that will become necessary to
accommodate the proposed
substitution.
5) A statement indicating the
substitution's effect on the
Contractor's construction
schedule, compared to the
schedule without approval of
the substitution. Indicate the
effect of the proposed
substitution on overall contract
time.
6) Cost information, including a
proposal of the net change, if
any, in the contract sum.
7) Certification by the Contractor
that the substitution proposed is
equal to, or better, in every
significant respect to that
required by the Contract
Documents, and that it will
perform adequately in the
application indicated, Include
the Contractor's waiver of rights
to additional payment or time
that may.. subsequently become
necessary because of the failure
of the .substitution to perform
adequately.
C. Substitutions:
1. Conditions:
a. The Contractor's substitution
request will be received and
considered by the Engineer when
one or more of the following
conditions are satisfied, as
determined by the Engineer.
Otherwise, requests will be returned
without action, except to record
noncompliance with these
requirements:
1) Extensive revisions to Contract
Documents are not required.
2) Proposed changes are in
keeping with the general intent
of Contract Documents.
3) The request is timely, fully
documented and properly
submitted. (Contractors and
suppliers will be expected to
Product Requirements 2002 Northwest Commercial Park
01600 - 4 A-ALBEV 0113
rl
1
a
provide the specified product 9) The specified product or method
unless prior approval is received of construction cannot provide a
from the Engineer's office in
sufficient time so that all warranty required by the
Contract Documents
and where
bidders can be notified through ,
the Contractor certifies that the
an addendum. proposed substitution provides
4) The specified product or method the required warranty.
of construction cannot be 10) Where a proposed substitution
provided within the contract involves .more than one prime
time. The request will not be Contractor, each Contractor
considered if the product or shall cooperate with the other
method cannot be provided as a contractors involved to
result of failure to pursue the coordinate- the work, provide
work promptly or coordinate uniformity and consistency, and
activities properly. to assure compatibility of
5) The specified product or method products.
of construction cannot receive b. Limitations:
necessary approval by a 1) The Contractor's submittal and
governing authority, and the the Engineer's acceptance of
requested substitution can be shop drawings, product data, or
approved. samples that relate to
6) A substantial advantage is construction activities not
offered to the Owner in terms of complying with the Contract
cost, time, energy conservation, Documents, does not constitute
or other considerations of merit, an acceptable or valid request
after deducting offsetting for substitution, nor does it
responsibilities the Owner may constitute approval.
be required to bear. Additional
responsibilities for the Owner D. Engineer's Action:
may include additional 1. Request Prior to Bid:
compensation to the Engineer a. If approved, substitution will be
for redesign and evaluation included in an addendum.
services, increased cost of other 2. Request After Bid
construction by the Owner or a. If necessary, within one week of
separate contractors, and similar receipt of the request for
considerations. substitution, the Engineer will
7) The specified product or method request additional information or
of construction cannot be documentation necessary for
provided in a manner that is evaluation of the request. Within
compatible with other materials, two weeks of receipt of the request,
and where the Contractor or one week of receipt of the
certifies that the substitution additional information or
will overcome the documentation, whichever is later,
incompatibility. the Engineer will notify the
8) The specified product or method Contractor of acceptance or
of construction cannot be rejection of the proposed
coordinated with other substitution. If a decision on use of a
materials, and where the proposed substitute cannot be made
Contractor certifies that the or obtained within the time
proposed substitution can be allocated, use the product specified
coordinated.
2002 Northwest Co mmercial Park Product Requirements
A-ALBEV 0113 01600 - 5
f. Records: 3) Assurance that work not
1) Test/adjust/balance records complete and accepted will be
2) Startup performance reports completed without undue delay
3) Inspection Reports: 4) Final cleaning
a) Alarm tests b. Transfer of Site to Owner:
1) Removal of temporary facilities
C. Inspection Procedures: and services
1. When prerequisites are complete, submit 2) Removal of surplus materials,
request in writing to Engineer stating rubbish, similar elements
that all requirements are satisfied and c. Submittals:
requesting inspection. Upon receipt of 1) Consent of Surety (if
Contractor's request for inspection, Performance Bond provided)
Engineer will either proceed with 2) Assurance that unsettled claims
inspection or advise Contractor of will be settled
unfilled prerequisites. 3) Transmittal of required project-
a. Following initial inspection, construction records to Owner
Engineer will either prepare 4) Proof that fees and similar
Certificate of Substantial obligations have been paid
Completion, or advise Contractor of 5) Form IC-134, "Affidavit for
Work which. must be performed Obtaining Final Settlement of
before certificate will be issued. Contract with State of
Engineer will repeat inspection Minnesota and any of its
when requested and when assured Political or Governmental
that Work has been substantially Subdivisions.
completed. 6) Certified copy of Engineer's-
b. Results of completed inspection will final punch list of itemized work
form initial "punch list" for final to be completed or corrected,
acceptance. stating that each item has been
completed or otherwise resolved
1.04 PREREQUISITES TO FINAL for acceptance and has been
ACCEPTANCE endorsed and dated by Engineer.
7) Evidence of final, continuing
A. General Requirements:
insurance coverage complying '
1. Complete, submit before requesting with insurance requirements.
Engineer's final inspection for d. Certificates of insurance for
certification of final acceptance and products and completed operations
final payment as required by General where required.
Conditions. List known exceptions, if
i 1) Final liquidated damages
any,
n request. settlement statement, acceptable
to Owner
B. Final Payment Application:
1. Administrative actions and submittals C. Re-inspection Procedure:
which must precede or .coincide with 1. Engineer will re-inspect work upon
submittal of final payment application receipt of notice that work, including
for payment include: punch list items resulting from earlier
a. Completion of Work: inspections
has been completed
except
1) Completion of Project ,
,
for items whose completion has been
requirements delayed because of circumstances that
2) Completion of items specified are acceptable to Engineer will either
for completion after Substantial prepare a certificate of final acceptance,
Completion or will advise Contractor of Work that is
Closeout Procedures 2002 Northwest Commercial Park
01770 - 2 A-ALBEV 0113
incomplete or of obligations that have
not been fulfilled, but are required for
final acceptance. If necessary, re-
inspection procedure will be repeated.
1.05 RECORDbOCUMENT SUBMITTALS
A. Miscellaneous Record Submittals:
1. Refer to other sections of specifications
for requirements of miscellaneous
record keeping and submittals in
connection with actual performance of
work. Immediately prior to date or dates
of substantial completion, complete
miscellaneous records, place in good
order, properly identified and bound or
filed, ready for continued use and
reference. Submit to Engineer for
Owner's records.
B. Maintenance Manuals:
1. Organize operating, maintenance data
into suitable sets of manageable size.
Bind into individual heavy-duty 2-inch,
3-ring vinyl-covered binders with
pocket folders, each set of data marked
with appropriate identification on both
front and spine of each binder. Include:
a. Emergency instructions
b. Spare parts listing
c. Copies of warranties
d. Wiring diagrams
e. Recommended "turnaround" cycles
f. Inspection procedures
g. Shop drawings and product data
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
1
END OF SECTION
2002 Northwest Commercial Park
Closeout Procedures
A-ALBEV 0113
01770 - 3
[i
1
1
t
1
1
PART1 GENERAL
1.01 SUMMARY
SECTION 02010
GENERAL PROVISIONS
A. Conditions of the Contract and pertinent
portions of sections in Division One of this
Project. Manual apply to the Work of this
Section as fully as though repeated herein.
B. Section includes:
1. Payment procedures for Mobilization,
Testing, Field Offices, and Permits.
2. Existing utility locations.
3. Subsurface conditions.
4. Permitting responsibilities.
5. Increased and decreased quantities.
6. Construction Staking notice and
protection thereof.
C. Related Sections:
1. Section 00800 - Supplementary
Conditions
2. Section 01110 -Summary of Work
3. Section 01450 -Quality Control
4. Section 01500 -Temporary Facilities
and Controls
1.02 PAYMENT
A. Mobilization: Payment for mobilization
shall be at the lump sum bid price. Payment
will be made as follows: When 10 percent of
the Work is complete, 50 percent
mobilization will be paid; when 30 percent
of Work is complete, 75 percent
mobilization will be paid; when 50 percent
of Work is complete, 95 percent
mobilization will be paid; when 100 percent
of Work is complete, 100 percent
mobilization will be paid.
B. Construction testing shall be done as stated
in Section 01450.
t
2002 Northwest Commercial Park
C. Permits: The Contractor shall pay all bonds
associated with obtaining permits from the
County, Minnesota Department of
Transportation, and the Department of
Natural Resources. Payment of these bonds
shall be considered incidental to the
Contract.
1.03 UTILITIES
A. The Drawings show only known
underground utilities, public and private,
and the locations are approximate. No
assurance is given that additional
underground facilities do not exist.
B. The Contractor shall notify Gopher State
One Call at .651.454.0002 prior to
commencement of any excavation operation.
C. The Contractor shall make his own
investigation to determine to what extent
existing utilities shall affect his Work.
D. The location, protection, maintenance and/or
repair, if damaged, of all in-place utilities
shall be the responsibility of the Contractor.
E. Where construction operations require the
interruption of services of a utility, the
Contractor shall notify that utility at least 24
hours before the interruption and shall
advise him of the probable time when the
service will be restored.
1.04 SUBSURFACE CONDITIONS
A. Copies of the soils reports have been bound
as an appendix to this Project Manual.
B. Data on indicated subsurface conditions are
not intended as representations or warranties
of accuracy of or continuity between soil
borings. It is expressly understood that
Owner or Engineer will not be responsible
General Provisions
A-ALBEV 0113
02010 -1
for interpretation or conclusions drawn
therefrom by Contractor. Data is made
available for convenience of Contractor.
C. It shall be the Contractor's responsibility to
determine to his own satisfaction the
location and nature of all surface obstacles
and the soil and water conditions which will
be encountered during the construction.
D. Additional test borings and other
exploratory operations may be made by
Contractor at no cost to Owner.
1.05 PERMITS
A. The Owner has applied for and will obtain
the following permits:
1. MPCA - Sanitary Sewer Extension
Permit
2. Minnesota Health Department -Water
Main Extension Permit
3. Wright County Highway Department -
Utility Permit
4. Wright County Highway Department
Driveway Permit,
5. Minnesota Department of
Transportation -Utility Permit
6. US Army Corps of Engineers -Wetland
Mitigation Permit
7. BNSF Railroad - Pipeline Crossing
Permit
B. Since the surface area to be disturbed under
this Project exceeds 30 acres in size, and
thus becomes subject to the Storm Water
Permit Program administered by the
Minnesota Pollution Control Agency, the
Contractor shall submit a "Application for
General Storm Water Permit for
Construction Activity (MNR100000)" to the
MPCA and shall become the sole permittee
responsible for implementing the short- and
long-term best management practices.
Where specific bid items are included in the
Bid Form for erosion control, the Contractor
will be paid the unit price bid for furnishing
and installing these erosion control items in
the locations and to the extent shown on the
Drawings. Where there are no specific bid
items for erosion control, or where erosion
General Provisions
control is required to an extent over and
above that shown on the Drawings or
allowed for in the quantities on the Bid
Form, this additional erosion control shall be
incidental to the Contract.
C. The Contractor shall obtain a permit from
the Minnesota Department of Natural
Resources if his dewatering procedure will
result in a pumping or appropriation volume
exceeding 10,000 gallons per day, and a
permit from the Department of Health if the
wells are 45 feet or more in depth.
D. All other permits shall be obtained by the
Contractor in .accordance with the
Supplemental General Conditions.
PART2 PRODUCTS
Not Used
PART 3 EXECUTION
3.01 CONSTRUCTION STAKES
A. Contractor shall give atwo-working-day
notice to the Engineer prior to placement of
reference points, survey markings or
construction stakes.
B. All costs for replacement and checking of
reference points, survey markings or
construction stakes lost due to the
negligence of the Contractor will be charged
to the Contractor. If such costs are not paid
to the Engineer after being billed to the
Contractor, the Engineer may recommend to
the Owner that such costs be deducted from
future payments.
END OF SECTION
2002 Northwest Commercial Park
1
1
1
1
1
t
t
t
02010 - 2 A-ALBEV 0113
SECTION 02100
SITE PREPARATION
PART 1 GENERAL Park Site west of County Road 19 shall be
paid for as common excavation and shall
1.01 SUMMARY include all labor, equipment and
appurtenances associated with the work.
A. Conditions of the Contract and pertinent
portions of sections in Division One of this C. Topsoil stripping, stockpiling and
.Project Manual, apply to the Work of this
Section as fully as though repeated herein. replacement on the East Utility Extension as
shown in the plans shall be considered
incidental to associated pipe installation.
B. Section includes:
1. Protection of existing facilities.
2. Postal delivery. PART 2 PRODUCTS
3. Clearing and grubbing.
4. Topsoil stripping and placement. 2.01 MATERIALS
5. Disposal of materials.
6. Site cleanup. A. Construction or protection fencing for trees
or other existing facilities shall be orange
C. Related Sections plastic snow fence, fastened to metal or
1. Section 02115 -Site Grading wood posts.
1.02 SITE CONDITION
PART 3 EXECUTION
A. Contractor shall accept the sites in their
present .condition. Any clearing and
3.01 PROTECTION OF EXISTING
grubbing shall be limited to those areas FACILITIES
where new construction is shown. Payment
for topsoil stripping, stockpiling, and A. All trees not designated for removal shall be
replacement shall be incidental. to the protected in-place. If it becomes apparent
contract. that a tree must be removed due to
construction, the Engineer will mark which
1.03 PAYMENT trees shall. be removed. The Contractor shall
make every effort to protect the trees. If, in
A. Payment for clearing and grubbing shall be the opinion of the Engineer, the Contractor
at the Contract unit price for each tree operates in a reckless manner so as to cause
cleared and grubbed. The Contractor must damage to a tree, the tree shall be removed
satisfy himself by personal examination of and replaced with an Owrier -accepted tree
the site to the size and diameter of trees to at no cost to the Owner.
be removed. No additional payment will be
made for any discrepancy between the type B. All trees shall be protected by fencing or
and diameter of tree to be cleared and approved barricades.
grubbed identified on the Drawings and
what is found on the Project site. C. All existing facilities designated on the
1 Drawings as to be protected shall be fenced.
B. Topsoil stripping, stockpiling and
replacement on the Northwest Commercial
`~
2002 Northwest Commercial Park Site Preparation
A-ALBEV 0113 02100 - 1
D. Contractor shall inspect and maintain responsible for compliance with all federal,
protective fencing on a daily basis. state and local laws and regulations
applicable to burning and controlling fires.
3.02. CLEARING AND GRUBBING
3.05 SITE CLEANUP
A. Vegetation such as brush, trees, heavy sod,
decayed matter, rubbish and other unsuitable A. Remove all protective fencing when
material within rights-of--way, fill areas and construction is complete and prior to final
as indicated on the Drawings shall be payment.
stripped or otherwise removed before the
excavation or backfill is started. In no case B. Remove all unused materials and debris as
shall objectionable vegetative material be the site work progresses. Before the site
allowed in or under fill. work is considered complete, all rubbish and
unused material due to excavation and
B. No trees shall be removed without grading, or connected with the final site
authorization from the Engineer in the field. improvement, must be removed or disposed
of to the satisfaction of the Engineer.
C. In areas requiring construction of
embankments or fill, all stumps, roots, etc.
shall be removed to a depth of at least one END OF SECTION
foot below the existing ground surface.
Stump holes and other holes from which
objectionable material have been removed
shall be backfilled with acceptable material
and compacted to the density specified for
the fill or embankment section they are in.
3.03 TOPSOIL STRIPPING AND
PLACEMENT
A. Topsoil shall be stripped from all rights-of-
way, utility easements and embankment fill
- areas and stockpiled in areas designated on
the drawings or as directed by the Owner.
Remove heavy growths of grass and
vegetation from areas prior to stripping
topsoil. Where trees are to be left standing,
stop topsoil stripping a sufficient distance to
prevent damage to the main root system.
Topsoil shall be replaced on the top of final
embankments and other disturbed areas not
covered by sidewalks and pavements...
3.04 DISPOSAL
A. All perishable material shall be removed ~'
from the site. If burned, it shall be under the
constant care of competent workmen and in
such a manner that .the surrounding
vegetation and adjacent property is not
jeopardized. The Contractor will be
Site Pre aration
P 2002 Northwest Commerci I Park
a
02100 - 2 A-ALBEV 0113
1
1
I1
i
i
1
SECTION 02110
DEMOLITION
PART1 GENERAL
1.01 SUMMARY
settlement or collapse of nearby structures or
facilities during demolition procedures.
A. Conditions of the Contract and pertinent
portions of Sections in Division One of .this
Project Manual apply to the Work of this
Section as fully as though repeated herein.
B. Section includes:
1. Removals.
2. Salvages.
3. Salvage and reinstall fence.
4. Removal and reinstallation.
5. Sawcut Bituminous Pavement.
6. Mill Bituminous Pavement.
C. Related Sections:
1. Section 02510 -Roadways
2. Section 02660 -Water Distribution
3. Section 02720 -Storm Sewer
4. Section 02730 -Sanitary Sewer
1.02 REFERENCES
A. References are made hereinafter to certain
Minnesota Department of Transportation
Specifications. These shall apply as
.applicable and except as may be otherwise
specified herein. Use the 2000 Edition of the
Mn/DOT Standard Specifications and the
Supplemental Specifications for
Construction.
1.03 JOB CONDITIONS
A. Examine the subgrade, verify the elevations,
observe the conditions under which the
Work is to be performed. Do not proceed
with the Work until unsatisfactory
conditions have been corrected.
B. Provide interior and exterior bracing,
shoring, or support to prevent movement,
2002 Northwest Commercial Park
A-ALBEV 0113
C. Promptly repair damages caused to adjacent
facilitates during demolition operations, as
directed by the Engineer at no cost to the
Owner.
1.04 PAYMENT
A. Payment for removals shall be at the lump
sum or unit bid price as indicated on the bid
form. Payment. shall include all costs for
labor and equipment, removing, hauling and
disposing of material as directed by the
Engineer, and as shown on the Drawings.
B. Payment for remove bituminous pavement
shall be at unit price bid as listed on the bid
form. Payment shall include all costs for
labor, equipment and disposal of the
material.
C. Payment for salvage shall be at the lump
sum or unit bid price as indicated on the bid
form. Payment shall include all costs for
labor and equipment, salvaging, and
reinstallation of the material.
D. Payment for removal and re-installations
shall be at the lump sum or unit bid price as
indicated on the bid form. Payment shall
include all costs for labor and equipment,
removing, storing and reinstalling of the
material as directed by the Engineer and as
shown on the Drawings.
E. Payment for salvage and reinstall fence shall
be at the unit bid price as listed on the bid
form. Payment shall include all labor
equipment and reinstallation of the fence.
F. Payment for milling bituminous pavement
shall be at the unit bid price as indicted on
the bid form. Payment shall include all
Demolition
02110 - 1
costs for labor and equipment removing,
hauling and disposal of material.
G. Payment for sawcut bituminous pavement
shall be at the unit price bid as listed on the
bid form.
PART2 PRODUCTS
Not Used
PART 3 EXECUTION
3.01 REMOVALS
A. Mn/DOT Spec Section 2104 shall apply
except as modified herein.
B. Culverts and Conduits: The limits of culvert
or conduit removal shall be determined by
the Engineer in the field. Payment for
culvert and conduit removal shall include all
Work and materials necessary for
excavation, removal, bulkheads, hauling and
disposal.
C. Mill bituminous pavement shall be done in
accordance with Section 2232 of the
Standard Mn/DOT Specifications.
3.02 SALVAGES
A. Materials designated as salvage that are
damaged due to negligence by the
Contractor shall be replaced at no additional
cost to the Owner.
3.03 REMOVAL AND REINSTALLATION
A. All street signs in the path of construction
shall be removed, stored and reinstalled by
the Contractor. The Contractor shall reinstall
all highway and street signs at the direction
of the Engineer, unless indicated for
removal on the Drawings.
Demolition
02110-2
3.04 CLEANUP AND DISPOSAL
A. During Work, store materials and equipment
where directed. Keep streets clear and Work
area in an orderly condition.
B. Dispose of all removal debris, not recycled,
at a MPCA approved landfill.
END OF SECTION
2002 Northwest Commercial Park
A-ALBEV 0113
t
SECTION 02115
SITE GRADING
PART 1 GENERAL be calculated by the average end
area method.
1.01 SUMMARY
F. Basis of Payment
A. Conditions of the Contract and pertinent 1. Payment for acceptable quantities of
portions of sections in Division One of this common excavation shall be at the
Project Manual, apply to the Work of this Contract unit price as listed on the Bid
Section as fully as though repeated herein. Form. Payment shall include excavation
at the roadway, ponds 3 and 4, wetland
B. Selection Includes: The Contractor shall
furnish .all labor and materials necessary to mitigation. area 1, 2, 3 and 5, borrow
1
d
areas
an
2, and the ditch bank
construct the following: grading as shown in the Earthwork
1. Common Excavation. Summary Tabulation contained in the
2. Sedimentation basins. Drawings. All associated work items
3. Detention Ponds. shall be considered incidental.
4. Wetland Mitigation Excavation. 2. Payment for acceptable quantities of
5. Ditch Bank Grading. unclassified excavation shall be at the
6. Ditch Dredging. Contract unit price as listed on the Bid
7. Disposal of Excess Material. Form. Payment shall include excavation
of ponds 1 and 2, mitigation areas 6 and
C. The extent and location of all Work 7, ditch dredging, and wetland
specified in this section shall be as shown on excavation as shown on the Earthwork
the Drawings. Summary contained in the Drawings.
All associated work items shall be
D. Related Sections considered incidental.
1. Section 02120 -Erosion Control
2. Section 02480 -Landscape Work 3. Payment for acceptable quantities of
b
d
i
su
gra
e excavat
on shall be at the
3. Section 02720 -Storm Sewer Systems contract unit price as listed on the bid
form. Payment shall include removal
E. Method of Measurement and disposal of any unsuitable material
1. Excavation Material encountered below the common
a. Common excavation and excavation limits shown on the cross
unclassified excavation will be section drawings.
measured by a plan quantity (p)
basis. Compute volumes in cubic 1.02 REFERENCES
yards by average end area method
determined from original and final A. Mn/DOT 2105
cross sections.
b. Subgrade excavation limits shall be 1.03 DEFINITIONS
determined by Field Engineer. The
Field Engineer will determine A. Excavation items will be classified in
subgrade excavation quantities by accordance with Mn/DOT 2105.2.
excavated volume (EV) of material
in its original position. Volumes will
2002 Northwest Commercial Park
Site Grading
A-ALBEV 0113 02115 -1
r
1.04 SEQUENCING AND SCHEDULING 3.02 EXCAVATING OPERATIONS
A. Complete pond grading prior to construction A. Conform to lines, grades and slopes staked
of associated intake and discharge sewers. by the Engineer.
B. Complete site grading prior to construction B. Excavate all suitable topsoil material
of roadways and pipe work. separately and stockpile for salvage.
1.05 STAKING 3.03 DISPOSAL OF EXCAVATED
MATERIAL
A. The Owner or its Engineer shall provide
necessary staking for site grading under this A. Use suitable excavated. materials for
Contract. The Contractor shall give the embankment construction as required.
Engineer 48 hours prior notice when survey
stakes are needed. Construction stakes will B. Construct embankment layers from uniform
be provided as follows: materials.
1. Pond dike elevations with cuts to bottom
-once C. All excavated materials shall be disposed of
2. Street centerline rough grades -once on-site according to the grading plans and as
3. Storm sewer piping -once directed by the Engineer in the field.
4. Sanitary sewer -once
5. Water main -once 3.04 FINISHING OPERATIONS
6. Curb and gutter -once
7. Street corner line blue top (Class 5) - A. Finish all earthwork to within 0.1 foot of the
once staked grade.
B
. Conduct finishing and topsoiling concurrent
PART 2 PRODUCTS with the grading operations to provide for
erosion control.
2.01 MATERIALS
C. Place salvage topsoil in the locations to the
Not Used lines and grades as shown on the Drawings.
PART 3 EXECUTION 3.05 SPECIAL PROVISIONS TO THE
MINNESOTA DEPARTMENT OF
3.01 GENERAL REQUIltEMENTS TRANSPORTATION'S STANDARD
SPECIFICATIONS
A. If present, remove ice and snow prior to
grading operations. A. Excavation and Embankment
1. The Contractor shall perform all
B. All grading shall conform to the planned excavation and embankment in
grades, cross-sections and stakes. accordance -with Mn/DOT Spec. 2105.
2. Topsoil shall be stripped and salvaged
C. Confine operations to established limits. for later use. Use of excess topsoil. in
other areas of the Project shall be
D. Provide temporary drainage facilities to considered incidental. Common
maintain existing drainage courses until excavation has been computed by the
permanent facilities are operative. average end area method.
3. The subgrade for the roadways shall be
in conformance with Mn/DOT Spec.
2105, 2111, and 2112. No ,direct
Site Grading 2002 Northwest Commercial Park
02115 - 2 A-ALBEV 0113
payment will be made for subgrade
preparation or test rolling.
B. Compaction Operations
1. Compaction shall be obtained by the
Specified Density Method.
2. Each lift shall be uniformly compacted
to a density not less than 95 percent of
the Standard Proctor.
3. Determination of in place density will
be made by nuclear testing. Sampling
and testing. will be done by an
independent testing laboratory. Density
test results shall be submitted to and
accepted by the Engineer. Failure by the
Contractor to perform testing by the
next working day shall not relieve the
Contractor from performing the required
tests.
4. One re-test of each failing test will be
permitted and the higher of the two
densities will be used. Re-testing shall
be performed in a timely manner.
Failure to re-test within three working
days shall not relieve the Contractor
from performing re-tests. All re-testing
shall be at the expense of the Contractor.
5. Additional sampling and testing may be
done if, in the Engineer's opinion, there
is evidence that satisfactory results are
not being achieved.
END OF SECTION
1
1
2002 Northwest Commercial Park
Site Grading
A-ALBEV 0113. 02115 - 3
1
1
1
1
1
1
SECTION 02120
EROSION PROTECTION
PART1 GENERAL
1.01 SUMMARY
A. Conditions of the Contract and pertinent
portions of sections in Division One of this
Project Manual, apply to the Work of this
Section as fully as though repeated herein.
B. Section includes:
1. Silt fence.
2. Erosion control blanket.
3. Bale checks.
4. Turf reinforcement mat.
5. Dust Control
C. Related Sections:
1. Section 02100 -Site Preparation
2. Section 02510 -Roadways
1.02 REFERENCES
1
1
1
A. References are made hereinafter to certain
Minnesota Department of Transportation
Specifications. These shall apply as
applicable and except as may be otherwise
specified herein. Use the 2000 Edition of the
Mn/DOT Standard Specifications for
Construction.
B. American Association of State Highway
Transportation Officials (AASHTO) M288-
96 Geotextile Specifications for Road
Applications.
1.03 JOB CONDITIONS
A. Examine the subgrade, verify the elevations,
observe the conditions under which Work is
to be performed. Do not proceed with the
Work until unsatisfactory conditions have
been corrected.
1.04 PAYMENT
A. Payment for silt fence shall be at the
applicable Contract unit prices for all
material required, and equipment to
complete the Work as specified; including
maintenance, replacement and repair as
necessary.
B. Payment for bale checks shall be at the Bid
Unit Price per each. bale placed. Payment
shall include all costs for labor, equipment,
materials to place bales, and for
maintenance, replacement, and repair as
necessary.
C. Payment for dust control shall be considered
incidental to the contract
PART2 PRODUCTS
2.01 SILT FENCE
A. Shall be in accordance with Mn/DOT 3886,
type heavy-duty.
2.02 BALE CHECKS
A. Shall be in accordance with Mn/DOT 3882,
-Type L
PART 3 EXECUTION
3.01 PLACING TEMPORARY EROSION
CONTROL ITEMS (NIN/DOT 2573)
A. Coordinate erosion control measures with
earthwork and turf establishment operations.
B. Complete grading, finishing,. erosion
control, and turf establishment on a drainage
area basis to prevent excessive soil erosion.
2002 Northwest Commercial Park
Erosion Protection
A-ALBEV 0113
02120 - 1
i
C. Construct items in conformance with typical
sections and elevation controls shown on the
Drawings.
D. Remove all items upon completion of the
Contract Work.
E. Spread and shape accumulated sediment to
permit natural drainage and provide for turf
establishment.
F. Maintain and repair erosion control items to
ensure proper function.
G. Erosion control for wetland protection shall
be installed prior to work on any phase of
the project.
3.04 CLEANUP AND PROTECTION
A. Upon satisfactory establishment of
permanent erosion control measures,
temporary erosion control measures shall be
removed and excess silt, soil, stones and
debris shall be cleaned up. All areas
disturbed by temporary erosion control
operations shall be restored to their original
condition or to the desired new appearance.
END OF SECTION
3.02 MAINTENANCE
A. Inspect silt fence immediately after each
runoff event and at least daily during
prolonged rainfall. Make required repairs
immediately. When sediment deposits reach
approximately one-half the height of the silt
fence, the sediment shall be removed or a
second silt fence installed.
B. Should the Contractor fail to maintain
erosion control measures as described
above, the Owner may choose to hire
another firm to maintain the erosion control
measures. Any costs associated with hiring
another firm will be deducted from the
Contract.
3.03 DUST CONTROL
A. If blowing dust becomes a nuisance, as
determined by the Engineer, the Contractor
shall apply water from a tank truck to all
trench or gravel surfaces. The rate of
application shall be as directed by the
Engineer in the field. Water application for
dust control shall continue as needed until
final pavement surface and all seeding and
sodding is completed and acceptable.
i
r
r
1
Erosion Protection
2
002 Northwest Commercial Park
02120 - 2
A-ALBEV 0113
1
s
1
1
1
1
1
i
PART1 GENERAL
1.01 StirMMARY
SECTION 02221
TRENCH EXCAVATION AND BACKFILL
A. Section Includes
1. Trench Excavation
2. Special Pipe Foundation
3. Trench Backfill
4. Compaction
5. Pipe Grade and Alignment Conflicts
B. Re lated Sections
1. Section 02660 - Water Distribution
Systems
2. Section 02720 -Storm Sewer Systems
3. Section 02730 -Sanitary Sewer Systems
C. Method of Measurement
1. Trench Excavation and Backfill
a. Consider as incidental to associated
pipe installation.
2. Coarse Filter Aggregate
a. Measure by weight in tons of
materials acceptably placed.
b. Bid price includes removal and
disposal of material it replaces.
3. Granular Pipe Bedding Materials
a. Consider as incidental to associated
pipe installation.
4. Compaction
a, Consider as incidental to associated
pipe installation.
5. Dewatering
a. Consider as incidental to associated
pipe installation.
D. Basis of Payment
1. Payment for quantities measured in this
section shall be at the contract unit price
as listed on the Bid Form. All associated
work items shall be considered
incidental.
2002 Northwest Commercial Park
Trench Excavation and Backfill
1.02 REFERENCES
A. Mn/DOT 3149 -Granular Material
1.03 SUBMITTALS
A. Provide for each granular material:
1. Name and location of source.
2. Sample gradation.
1.04 SITE CONDITIONS
A. Groundwater
1. Provide trench dewatering if
groundwater surface is above or within
3 feet of the pipe zone.
PART 2 PRODUCTS
2.01 MATERIALS
A. Coarse Filter Aggregate (Foundation) -shall
be in accordance with Mn/DOT 3149H.
B. Granular Bedding -shall be in accordance
with Mn/DOT 3149F.
PART 3 EXECUTION
3.01 CONSTRUCTION REQUIREMENTS
A. Trench Excavation
1. Alignment and Grade
a. Excavate trench to alignment and
grade as staked.
b. Excavate no more than 100 feet in
advance of pipe laying operation.
2. Trench Width at Pipe Zone
a. Center trench on pipe alignment.
b. Minimum Width: Pipe O.D. + 12
inches.
c. Maximum Width: Pipe O.D. + 24
inches (except rock excavation).
A-ALBEV 0113 02221 -1
3. Excavated Materials b. Deposit material uniformly on both
a. Use stable material for backfill. sides of pipe throughout entire
b. Waste unstable material as directed. trench width.
c. Do not place materials on sidewalk, c. Place material in 6-inch lifts and
driveways or drainageways. mechanically compact.
4. Drainage
a. Provide dewatering trenches when 2. Above Pipe Zone
a. Use native materials free of debris
required. and rock, concrete or clay lumps
b. Drain trench water into natural with a volume greater than 1/3 cubic
channels or storm sewer. foot. ~~
c. Do not drain trench water into b. Place in uniform lifts no more than
sanitary sewer. 1-foot thick.
5. Rock Excavation c. Mechanically compact each lift of
a. Blasting shall conform to all local the upper 3 feet of the trench to a
and state ordinances. Standard Proctor Density of 100
b. Submit blasting schedule for percent.
approval. d. Mechanically compact each lift
c. Minimum trench width: 36-inch. under the upper 3 feet of the trench
d. Provide minimum 6-inch vertical to a Standard Proctor Density of 95
clearance between pipe and rock percent.
trench bottom. e. Do not backfill unless approved
e. Provide minimum 12-inch compaction equipment is operating.
horizontal clearance between pipe f. Fine grade street subgrade to staked
and rock trench walls. elevation and cross section.
f. Provide pipe foundation material for 3. Replacement Backfill
pipe in rock trenches. a. Engineer to determine suitability of
native material for backfill.
B. Pipe Foundations b. Use replacement backfill in lieu of
1. Engineer to determine stability of the native materials as directed.
trench bottom. c. Place in accordance with
2. Stable trench bottom. subparagraph 2 above.
a. Shape trench bottom to conform to 4. Excess or Deficiency of Backfill
bottom half of pipe. Material
b. Excavate bell holes to permit proper a. Dispose of excess backfill material
jointing. as directed after all trenches are
3. Unstable trench bottom. backfilled.
a. No additional payment will be made b. Provide replacement backfill as
for disposal of this material. required to establish required
b. Excavate below pipe grade to surface elevation.
specified depth.
c. Refill with specified foundation 3.02 PIPE CLEARANCES AND CONFLICTS
material in accordance with plan
detail and compact. A. Provide clearance between sewers and water
main as follows:
C. Trench Backfill 1. Maintain 10-foot horizontal between
1. Pipe Zone pipes.
a. Use specified foundation material 2. Maintain 18-inch vertical separation
free of rocks and other unsuitable between pipes.
debris as directed by the Engineer.
Trench Excavation and Backfill 2002 Northwest Commercial Park
02221 - 2 A-ALBEV 0113
s
SECTION 02300
BORED AND JACKED CROSSINGS
PART 1 GENERAL responsible for permit revisions if a larger
casing is used. Additional compensation will
1.01 SUMMARY not be made for larger casing installed at the
option of the Contractor.
A. Section Includes
1. Casing Pipe Materials and Installation F. Casing lengths indicated on Drawings are
' 2. Carrier Pipe Installation minimum lengths. No additional
compensation will be allowed for longer
B. Related Sections casing lengths installed at the option of the
1. Section 01558 - Traffic Control
2. Section 0266.0 - Water Distribution Contractor.
Systems 1.02 REFERENCES
3. Section 02730 -Sanitary Sewer Systems
A. ASTM A53 -Specification for Pipe, Steel,
C. Method of Measurement Black and Hot-Dipped, Zinc Coated Welded
1. Casing Pipe and Seamless.
a. Measure by length in linear feet for
each material type and diameter 1.03 PERFORMANCE REQUIREMENTS
installed including excavation.
2. Carrier Pipe A. Boring
a. Measure by length in linear feet 1. Maximum departure from established
from the ends of the casing for each grade = 0.10 ft/100 ft.
material type and diameter. 2. Maximum departure from established
line = 1.00 ft. /100 ft.
D. Basis of Payment
1. Contract prices shall include all costs 1.04 SUBMITTALS
relating to the presence of rocks,
cobbles, or boulders within or adjacent A. Boring
to the crossing alignment. No extra 1. Submit Certificate of Compliance for
compensation will be made for their casing pipe.
removal, procedures or delays caused by
their presence. 1.05 SITE CONDITI"ONS
2. Payment for subsurface crossing items
shall be at the contract unit price as A. Contractor to provide additional borings as
listed on the bid form. All associated required to verify sub-surface conditions at
work items shall be considered the crossing site.
incidental to that item.
3. Payment for subsurface crossing items
will be based on the following schedule: PART 2 PRODUCTS
Item Unit 2.01 MATERIALS
Bore/Jack 24" Steel Casing Pipe LF
A.
Casing Pipe
E. Casings diameters indicated on the 1. Provide new materials direct from the
Drawings are minimum. The Contractor is supplier.
2002 Northwest Commercial Park Bored and Jacked Crossings
A-ALBEV 0113 02300 - 1
s
2. Steel - ASTM A53 Grade B, Welded 1. The casing pipe shall be cathodically
Joint, Wall Thickness = 0.25 inches. protected by the installation of one 17
pound sacrificial anode at each end of
2.02 EQUIPMENT the casing.
A. Boring
1. Shall remove earth concurrently as the END OF SECTION
casing progresses.
2. Shall not introduce water into the
excavation.
3. Shall not disrupt traffic.
4. Shall not damage or displace the
surrounding earth or surface.
B. Jacking
1. Shall progressively push the designated
carrier pipe through the inplace casing.
PART 3 EXECUTION
3.01 PREPARATION
A. Excavation and backfill jacking and
receiving pits in accordance with Section
02221..
3.02 INSTALLATION
A. Boring
1. Extend casing through entire distance
bored.
2. Check grade and alignment after each
casing section is installed.
3. Coordinate operations to provide
continuous support to surrounding earth
materials.
B. Jacking
1. Progressively push carrier pipe through
completed casing.
2. Strap two wooden saddle blocks to each
pipe length to provide support at regular
intervals.
3. Center carrier pipe in casing at all times.
4. Fill annular space between casing and
carrier pipe with dry blown in sand.
5. Seal each end of the casing after the
sand has been deposited.
C. Cathodic Protection
Bored and Jacked Crossings 2002 Northwest Commercial Park
02300 - 2 A-ALBEV 0113
SECTION 02480
LANDSCAPE WORK
1.05 PAYMENT
PART 1 GENERAL
A. Payment for sodding and seeding will be at
1.01 SUMMARY the applicable Contract unit prices for all
material required, and equipment to
A. Conditions of the Contract and pertinent complete the Work as specified; including
portions of sections in Division One of this maintenance, replacement and repair as
Project Manual, apply to the Work of this necessary.
Section as fully as though repeated herein.
B.
Section includes: B.
- ~ Payment for sod and seed will be made per
the following Schedule:
1. Sodding. 1. When sod or seed is placed, 60 percent
2. Seeding. of the bid unit price will be paid.
3. Topsoil Borrow. 2. When the 30 day maintenance period
4. Mulching. expires, 95 percent of the bid unit price
5. Commercial fertilizer. will be paid for sod or seed that meets
project Specifications.
C. Related Sections 3. When an acceptable stand of grass has
1. Section 02100 -Site Preparation been established, 100 percent of the sod
or seed will be paid.
1.02 REFERENCES
C. Payment for mulch shall be at the Bid unit
A. References are made hereinafter to certain price per ton of mulch placed. Payment shall
Minnesota Deparhnent of Transportation include all costs for labor, equipment,
Specifications. These shall apply as materials to place mulch, and for
applicable and except as may be otherwise maintenance, replacement, and repair as
specified herein. Use the January 1988 necessary.
edition of the Mn/DOT Specifications and
the Supplemental Specifications to the 1988 D. Payment for commercial fertilizer shall be at
Standard Specifications dated May 2, 1994. the bid unit price of fertilizer placed.
Payment shall include all costs for labor,
1.03 JOB CONDITIONS equipment, materials to place fertilizer.
A. Examine the subgrade, verify the elevations, E. Payment for disc anchoring shall be at the
observe the conditions under which Work is Bid Unit Price per acre. Payment shall
to be performed. Do not proceed with the include all costs for labor and equipment.
Work until unsatisfactory conditions have
been corrected.
PART 2 PRODUCTS
1.04 GUARANTEE
2.01 TOPSOIL
A. Guarantee lawns through the specified
maintenance .period and until final
A.
Topsoil will be stockpiled for re-use in
acceptance. landscape work. If quantity of stockpiled
topsoil is insufficient, provide additional
2002 Northwest Commercial Park Landsca a Work
P
A-ALBEV 0113 02480 - 1
topsoil as required to complete landscape PART 3 EXECUTION
work. Additional topsoil, if required, shall
meet Mn/DOT 3877. 3.01 GROUND PREPARATION
2.02 SOD A. To soil Placement: Construct 5 inches
P of
topsoil cover. Use existing topsoil. Fill all
A. Sod shall meet Mn/DOT Specifications for holes, depressions, and rivulets to a smooth
A-Lawn Sod. finish grade. The finish grade shall allow for
a smooth match with existing sod, and for
2.03 SEED (MN/DOT 3876) the top of the matted or rooted portion of the
sod to be flush with the top of adjacent
A. Seed shall be tagged to comply with the curbs, driveways and walks. Topsoil
requirements of the seed mixture required placement shall be accepted by the Engineer
herein. before sod is delivered to the Site.
B. Spread Mn/DOT Seed Mixture No. 90B, at B. Fine Grading: Immediately prior to placing
the rate of 50 pounds per acre sod or spreading seed, hand-rake the surface
of the topsoil to loosen the soil and smooth
C. Spread Mn/DOT Seed Mixture No. 15B at out any irregularities. As part of fine
the rate of 30 pounds per acre. grading, rocks 1 inch in diameter and larger
shall be removed and disposed of off site.
D. Spread Mn/DOT Seed Mixture No. 25B at Add or remove topsoil as necessary to
the rate of 30 pounds per acre. provide a smooth uniform appearance. Fine
grading shall be incidental to sodding,
2.04 MULCH unless a bid item has been included allowing
for separate payment.
A. Mulch shall meet the requirements of
Mn/DOT Spec. 3882, Type 1. 3.02 SODDING (MN/DOT 2575)
B. Mulch shall be applied to all seeded areas. A. Trim existing lawns so that placement of 2-
foot-wide rolls of sod will provide a tight
2.05 COMMERCIAL FERTILIZER match. Square off row ends where new sod
(MN/DOT 3881) is to match existing turf.
A. Commercial fertilizer shall be applied on
seeded areas only, unless noted otherwise. B. Do not deliver sod to the Site until all
topsoil placement and trimming of existing
The fertilizer analysis shall be determined -lawns have been accepted by the Engineer.
by sampling the salvaged topsoil and topsoil Do not place sod until the topsoil surface has
borrow and having the samples tested by an been fine-graded and approved, in
accepted laboratory. The recommended accordance with 3.02B.
analysis shall be applied at a rate of 400
pounds per acre prior to final soil C. Provide sod in moist 2-foot-wide rolls that ~'
preparations, unless a reduced rate is have a uniform lush, green appearance. Do
recommended by the Engineer. not deliver more sod to the site than can be
placed the same day. Sod -that shows visible
2.06 SILT FENCE signs of drying out or heating will be
rejected.
A. Silt fence shall meet the requirements of
Mn/DOT 3886, heavy-duty. D. Place sod so that all joints will be tight and
flush. Do not overlap new sod on existing
turf. Use a single 2-foot-wide row. of sod
L
andscape Work
2002 Northwest Commercial Park
02480 - 2 A-ALBEV 0113
1
trimmed to fit at row ends. Do not use odd. establishment of a good stand of turf free of
shaped pieces to fill irregular areas; instead, weeds and other obnoxious grasses. Begin
trim and square off the area to allow
placement of a 2-foot-wide roll of sod. maintenance immediately after planting.
Stagger end joints. B. Keep sod and seed bed continuously moist
and well watered for 14 days after laying.
E. Roll the new sod with a suitable landscape Reroll sod at end of the 14 day period using
roller to press the roots into place and a 200 pound roller.
eliminate air pockets. If rolling reveals
surface irregularities such as bumps or dips, C. Maintain sodded and seeded areas for at
remove the sod from the affected area, least 30 growing days after placement. A
correct the irregularity by adding or "growing" day shall be defined as any
removing topsoil, and replace and re-roll the calendar day exclusive of those days from
sod. Sod .that is not rolled promptly after June 10 to August 10 and those days from
placement will not be accepted for payment. November 1 to April 15, subject to
adjustments as made by the Engineer. The
F. Anchor sod that is placed on slopes 2:1 or adjustment to the above dates will be made
steeper by staking it into place or by by the Engineer after no more than 15 days,
installing polypropylene plastic netting. so as to shorten the excluded periods when
favorable to active growth or lengthen the
G. The Contractor is responsible for successful excluded periods when conditions are
establishment of the sod and will be required
to replace or repair sod which is displaced at unfavorable. During the maintenance period,
all sod which dries out to the point where it
__ no additional cost. is presumed dead, and all sod which has
been damaged, displaced or weakened to the
H. All sod shall be staked on slopes 2:1 or point where its replacement is necessary, or
steeper. has become heavily infected with weeds,
shall be promptly replaced with new sod.
3.03 SEEDING (NIN/DOT 2575) Areas replaced with new sod shall be
maintained by the Contractor for at least 20
A. All non-wetland seeding operations shall be growing days.
accomplished with agricultural type seed
drilUhydroseeder, operating whenever D. Seeded areas failing to show a good stand of
possible at right angles to the direction of grass within four weeks shall be re-seeded at
surface drainage, ar sown and covered by
hand. the Contractor's expense, and shall be
maintained until a satisfactory stand of grass
has become established.
B. Season of planting shall be April 1 to June 1,
and July 20 to September 20, unless changes
E.
Should the Contractor fail to water, maintain
in these dates are accepted by the Engineer. and establish all sodded and seeded areas as
described above, the Owner may choose to
C. Seeding of wetland mitigation sites shall be hire another firm to maintain the sodded
completed by a qualified landscape firm or areas. Any costs associated with hiring
wetland nursery. another firm will be deducted from the
Contract.
3.04 MAINTENANCE
3.05 CLEANUP AND PROTECTION
~` A. Maintenance of sodded and seeded areas
shall consist of watering, weeding, cutting
A.
During landscape work, store materials and
and trimming, and performing other equipment where directed. Keep pavements
necessary work incidental to the clean and Work area in an orderly condition.
2002 Northwest Commercial Park Landsca a Work
P
A-ALBEV 0113 02480 - 3
SECTION 02510
ROADWAYS
PART 1 GENERAL 6. Select Granular Borrow (LV)
a. Measure by volume in cubic yards
1.01 SUMMARY by vehicular measure of material
delivered.
A. Conditions of the Contract and pertinent 7. Geotextile Fabric
portions of sections in Division One of this a. Measure by area covered in square
Project Manual, apply to the Work of this yards.
Section as fully as though repeated herein. b. Overlap shall be excluded from
B. Section Includes:. measurement.
8. Bituminous Pavement
1. Furnishing all labor and materials a. Measure by square yard of existing
necessary to construct the following: removed and replaced. The
a. Aggregate Base pavement section shall match the
b. Bituminous Pavements existing pavement as directed in the
c. Concrete Curb and Gutter plans.
d. Concrete Driveway Pavement
E. Basis of Payment
C. The extent and location of all Work 1. Payment for acceptable quantities of
specified in this section shall be as shown on road work shall be at the contract unit
the Drawings. price as listed on the .Bid Form. All
associated work items shall be
D. Method of Measurement considered incidental.
1. Bituminous Mixture
a. Measure each mixture type by 1.02 REFERENCE
weight in tons acceptably placed.
%~ b. No deduction for bituminous A. The 2000 Edition of the Minnesota
materials in the mixture. Department of Transportation Standard
2. Bituminous Material Specifications for Highway Construction,
~ a. Incidental to bituminous mixture. shall apply together with all requirements of
~ 3. Curb and Gutter the Minnesota Department of Health and
a. Measure by length in linear feet Industrial Commission
except as altered or
along the face of the curb at the ,
modified by Specifications.
gutter line.
b. Measure each design type 1.03 STAKING
separately.
,~> 4. Driveway Pavement 1. The Engineer shall provide necessary
a. Measure by area in square yards for staking for all Work under this Contract
each thickness and type. .
The Contractor shall give the Engineer
5. Aggregate Base and Select Granular 48 hours prior notice. when survey
Borrow (CV) stakes are needed.
a. Measure by volume in cubic yards
based on planned dimensions. B. Additional staking or re-staking due to
b. Payment will be made .for the Contractor operation shall be at Contractor
proposed quantity, unless expense.
dimensional changes are authorized.
2002 Northwest Commercial Park
Roadways
A-ALBEV 0113 02510 - 1
1
1.04 SUBMITTALS 2.07 BITUMINOUS MATERIAL
A. Submit certification that materials furnished A. Mn/DOT Specification 3151.
for this Work have been tested and conform 1. 3151.2A: Asphalt Cement.
to the applicable specifications. Indicate 2. 3151.2A1: Penetration Graded Asphalt
source of materials, name and address of Cement. Penetration graded asphalt --
. testing laboratory and dates of tests. The cement shall meet the requirements of
Owner may also sample and test materials AASHTO M20.
after delivery and/or while the Work is in 3. 3151.2A2: Viscosity graded asphalt
progress; see also applicable provision in the cement shall meet the requirements of
General Conditions and General Provisions. AASHTO M226, Table 2.
4. 3151.2A3: Conventional Performance
Grade Binder.
PART 2 PRODUCTS 5. Performance graded (PG) asphalt binder
shall meet the requirements of
2.01 CONCRETE CURBING AND AASHTO MP1 except for the
DRIVEWAY modifications listed below. Binders that
contain modifiers shall also meet the
A. Mn/DOT Spec. 2531, Mn/DOT Plate 7100G applicable requirements of AASHTO
for Design B618, and Mn/DOT Plate 7035K pps,
for driveways. 6. Original Binder
a. Dynamic Shear, G*/sind, minimum:
2.02 AGGREGATE BASE AND SUBBASE kPa: 0.90
7. RTFOT Residue
A. Mn/DOT Spec. 3138, Class 5, as modified a. Dynamic Shear, G*/sind, minimum:
herein or recycled concrete meeting a Class kPa: 1.98 ~-
5 gradation. 8. PAV Residue
a. Dynamic Shear, G*/sind, maximum:
2.03 BITUMINOUS BASE COURSE kPa: 5500
b. Creep Stiffness, S, Mpa, maximum:
A. Mn/DOT 2331, Type 31B, using 345
performance graded asphalt binders PG 58- c. M-value, minimum: 0.285
28. d. Direct tension: not required ~.
2.04 BITUMINOUS BINDER COURSE 2.08 GEOTEXTILE FABRIC
'~
A. Mn/DOT 2331 T e 41A usin
Yp ~ g A. Geotextile Fabric: Mn/DOT 3733, Type V
performance graded asphalt binderg PG 58-
28. Type 42 mixture may not be substituted. 2.09 SELECT GRANULAR BORROW
2.05 BITUMINOUS WEARING COURSE A. Mn/DOT 3149
2.10 POLYETHYLENE DRAIN PIPE `~!
A. Mn/DOT 2331, Type 41A, using
performance graded asphalt binder PG 58- A. Mn/DOT 3278 and 3733 (typical).
28. Type 42 mixture may not be substituted.
2.11 COARSE FILTER AGGREGATE !~
2.06 BITUMINOUS TACK COAT
A
Mn/DOT Spec
2357 A. Mn/DOT 3149.2H
. .
.
Roadways 2002 Northwest Commercial Park
02510 - 2 A-ALBEV 0113 '
2.12 TRAFFIC SIGNS AND DEVICES equipment to restore the driveway as
shown on the Drawing.
A. Mn/DOT 2564. 5. Bituminous pavement removed for the
installation of water main shall be
B. Reflective sheeting shall be diamond grade. restored with a pavement section to
C match the existing pavement section..
. Flanged channel sign post shall be 3-pound. Payment shall be made on a square yard
basis and shall include all labor,
equipment and appurtenances necessary
PART 3 EXECUTION for the complete restoration of
bituminous pavement.
3.01 SPECIAL PROVISIONS TO THE
NIINNESOTA DEPARTMENT OF B. Excavation and Embankment
TRANSPORTATION'S STANDARD 1. The Contractor shall perform all
SPECIFICATIONS excavation and embankment in
accordance with Mn/DOT Spec. 2105.
A. Pavement Removal and Restoration 2. The subgrade for the roadways shall be
(Mn/DOT 2104) in conformance with Mn/DOT Spec.
' 1. Where the existing bituminous surface is 2105, 2111, and 2112. No direct
~ disturbed, it shall be restored with new payment will be made for subgrade
pavement of equal thickness to the preparation or test rolling.
existing pavement by the Contractor.
The minimum thickness shall be as C. Aggregate Base (Mn/DOT 2211)
specified in the Plan Manual or 1. Aggregate base shall be constructed in
Drawings. accordance with Mn/DOT 2211. The
2. Bituminous pavements shall be sawcut base shall be Class 5, placed and
with square edges in straight lines and compacted by the specified density
with vertical surfaces. Make final method.
sawcut and trimming .after. backfilling
base has been completed and base 2. Class 5 aggregate gradation shall be
~~ course material has been replaced. modified as follows:
'~ Sawcut bituminous pavements about Sleve Size Percent Passing
three feet beyond the line of rough 1 inch 100
- excavations. Prime edges of bituminous 3/4 inch 85-95
material with liquid asphalt RC70
(Mn/DOT 3151) before placing new 3/8 inch 50-85
No.4 35-75
paving mixture against old pavement. No. 10 20-60
New Work shall align exactly with old No. 40 10-35
~~ Work. No. 200- 3-8
3. All bituminous driveways shall be
constructed with 2-1/2 inches of 3. Payment for aggregate base used on the
~; bituminous wear course on 6-inches of roadway shall be as delivered and
Class 5 aggregate base. Concrete placed. Aggregate base shall be
driveways shall be constructed with 6- measured as plan quantity for all
inches of concrete and 6-inches of Class mainline streets and side streets.
5 aggregate base. Gravel driveways Aggregate base shall be measured as
shall be constructed with 6-inches of loose volume for all temporary ramping.
Class 5 aggregate base.
~~ 4. Payment for driveway restoration shall D. Mixture Production (Mn/DOT 2331). No
include all costs for materials, labor and bituminous mixture shall be placed until an
approved mix design for this Project for that
2002 Northwest Commercial Park
Roadways
A-ALBEV 0113 02510 - 3
A
specific course has been issued to the Specification 2331. All re-testing shall
Engineer from the Contractor. Bituminous be at the expense of the Contractor.
mix design shall be delivered to the 6. Additional sampling and testing may be
Engineer at least 30 days prior to the start of done if, in the Engineer's opinion, there
bituminous production. is evidence that satisfactory results are
not being achieved.
E. Compaction Operations (Mn/DOT 2331)
1. Compaction shall be obtained by the F. Not withstanding the provisions contained
Specified Density Method. Compaction
operations shall be conducted according herein, a smooth, uniform, tightly knit
surface conforming to the specified grade
to the latest edition of Mn/DOT and cross section is required. Rutting,
Specification 2331, or as modified scuffing, and raveling of the surface will be
herein. considered a failure, and subject to
2. Each lift shall be uniformly compacted corrective action. An open graded or coarse
to a density not less than 95 percent of surface will also be considered a failure.
the Marshall Density indicated on the .Should the final surface exhibit any of these
Job Mix Formula submitted to the characteristics in a few isolated areas (10
Engineer. percent of the entire length paved under this
3. Determination of in-place pavement Contract or less), the sections in question
density will be made by nuclear testing. shall be repaired or replaced as directed by
Sampling and testing will be done by an the Engineer. Where the failure .extends
independent testing laboratory. Density beyond 10 percent of the length paved, the
test results shall be submitted to and Engineer may require removal and
accepted by the Engineer prior to replacement, an FA1 seal coat in accordance
placement of the next bituminous
course. Failure by the Contractor to with MnlDOT Spec. 2356, a "Type 41A"
overlay in accordance with Mn/DOT Spec.
perform testing by the next working day 2331, or a monetary deduction for future
shall not relieve the Contractor from corrective action. Such corrective action
performing the required tests. would apply to the entire surface paved
4. Samples of the placed bituminous under this Contract unless the Engineer
mixture will be submitted to an determines that a shorter segment is
independent testing laboratory for acceptable.
gradation and extraction. Sample
locations shall be as directed by the G. Street Cleaning (Mn/DOT 2331): It shall be
Engineer or field representative. the. Contractor's responsibility to thoroughly
Samples shall be obtained at the rate of .clean the surface of the binder course before
1 per 500 ton of each mix placed per lift, applying the tack coat, leveling course, if
with a minimum of one sample per mix needed, and wearing surface. This Work
per lift day. shall be considered incidental.
5. One retest of each failing test will be
permitted and the higher of the two H. Structural Concrete (Mn/DOT 2461.4, A4B
'
densities will be used in determining the Air Content)
pay factor. Re-testing of the bituminous 1. Except as otherwise specifically
mixture shall be performed in a timely authorized, the air content of Type 3
manner. Failure to re-test the bituminous concrete shall be maintained at 6.5
mixture within three working days shall percent, plus or minus 1.5 percent, of
not relieve the Contractor from the measured volume of the freshly
performing re-tests. Pay factors will be mixed concrete. The quantity of air-
~
. based on the applicable tables as shown entraining agent needed to obtain the ~
in the latest edition of Mn/DOT desired air content shall be the
responsibility of the Contractor. Any
Roadways 2002 Northwest Commercial Park
02510 - 4 A-ALBEV 0113
,~ .
adjustments necessary to meet the percent of the contract bid price for
desired air content range shall be made the item involved.
~~ immediately. The air content of the
concrete shall be maintained within the b. Concrete having an air content less
than 3
8
ercent
but not less th
required limits except that an additional .
p
,
an
3.0 percent, will be paid for at an
0.5 percent deviation (plus or minus 2.0 adjusted unit price equal to 75
percent) will be permitted for one test percent of the contract bid price for
each day on paving and base the item involved
submit to items
construction or for one test per 500 ,
(e) and (f) below.
~ cubic yards of concrete on other types of c. .Concrete having an air content less
, construction. than 3.0 percent, but not less than
2. When air-entraining cement is used, and 2.5 percent, may be left in place
it is found that the air content of the without any payment being made
concrete is less than 6 percent or more there for, subject to items (e) and (f)
than 7 percent, the use of that particular below.
brand of cement shall be discontinued
immediately until corrective action has d. Concrete having an air content less
th
2
5
nt
h
ll b
d
.
an
perce
s
a
e remove
been taken to obtain the desired air and replaced, subject to item (e)
content, either by adding a sufficient
quantity of an approved air-entraining below.
e. Concrete having an air content less
agent to each batch to bring the air than 3.8 percent, which is placed in
content up to the desired range, or by
blending a sufficient quantity of Type I any part of a retaining wall, box.
culvert, bridge abutment, or similar
Portland cement with the air-entraining unit, such that it would not normally
cement to bring the air content down to be exposed to salt-brine freeze-thaw
the desired range, whichever is cycling, will be accepted for
necessary. Once satisfactory proportions payment at an adjusted unit price
have been determined, the air content equal to 90 percent of the contract
shall not be .allowed to fluctuate outside bid price for the item involved.
the desired range without corrective f. Concrete having an air content less
action being taken to reestablish than 3.5 percent, which is left in
optimum control. place where its surface will be
3. Type 3 concrete not conforming to the exposed to salt-brine freeze-thaw
above air content requirements will not cycling, shall be coated with an
be allowed in the Work. Should any
nonconforming concrete be approved epoxy penetrant sealer at
the Contractor's ex
ense
All
p
.
inadvertently placed in the Work (that determinations regarding the
which is found to have an air content disposition, payment
or removal of
less than 4.8 percent or more than 8.2 ,
concrete not having the required air
-_. percent), when tested in accordance with content shall be made by the
the prescribed procedure and excluding Engineer. Price adjustments will
permissible exceptions, it will not be apply only to the contract item
accepted for payment at contract prices, under which the concrete is
but shall be subject to the following furnished.
provisions governing acceptance and 4. For determination of compliance with
payment: cement-voids ratio requirements as
a. Concrete having an air content of described in Table 2461-1 for mix
more than 8.2 percent or less than design and 2461.3) for mix adjustments,
4.8 percent, but not less than 3.8 the air content shall be assumed to be
percent, will be paid for at an 5.5 percent.
adjusted unit price equal to 95
2002 Northwest Commercial Park
Roadways
A-ALBEV 0113 02510 - 5
I. Concrete Sidewalk and Pedestrian Ramps
(Mn/DOT 2521)
1. All concrete walks shall be constructed ;
with 4 inches of concrete on existing ~
granular base.
2. The membrane curing method shall be
used to cure the concrete.
3. Where the concrete surface exhibits
noticeable spalling (loss of surface
mortar and aggregate) during the
guarantee period, the affected panel.
shall be removed and replaced at the
Contractors expense. '~
4. Payment for concrete walkway and
pedestrian ramp installation shall be at
the appropriate bid item per square foot
of walkway installed and shall include
all costs for material including concrete, _
labor and .equipment to install the
walkway as shown on the Drawings.
Pedestrian ramp construction shall be
paid for at the unit bid price for the 4
inch concrete walk.
J. Concrete Curb and Gutter (Mn/DOT 2531)
1. Joint sealing with hot poured concrete
.joint sealer will not be required.
2. The membrane curing method shall be
used.
3. Where the concrete surface exhibits
noticeable spalling (loss of surface
mortar and aggregate) during the
guarantee period, the affected panel
shall be removed and replaced at the
Contractors expense.
4. Payment for curb and gutter per lineal j
foot shall include all labor and materials
to install the curb and gutter as shown
on the Drawings.
K. Geotextile (Mn/DOT 3733).
1. Geotextiles shall be installed as required ~,
by Mn/DOT 3733.
2. Payment for geotextiles shall include al _
labor, materials and equipment to place
the geotextile.
END OF SECTION ~_
Roadways 2002 Northwest Commercial Park
02510 - 6 A-ALBEV 0113
SECTION 02660
WATER DISTRIBUTION SYSTEMS
.~~
PART 1 GENERAL a. Measure valve and box of each size
and type as a unit.
1.01 SUMMARY 4. Hydrants
' a. Measure hydrants of each size and
~ A. Conditions of the Contract and pertinent type as a unit.
portions of sections in Division One of this b. Unit includes installation of hydrant,
~' Project Manual, apply to the Work of this
Section as fully as though repeated herein. base, blocking and crushed rock.
5. Corporation Stops
a. Measure corporation stops of each
B. Section Includes:
1. The famishing- of all material, labor, size and type as a unit.
6. Curb Stops and Boxes.
tools and equipment to construct a. Measure curb stops and boxes of
complete in place as shown on the each size and type as a unit.
Drawings and specified herein the 7. Service Pipe
_ .following: a. Measure by distance in linear feet.
a. Water Main Pipe and Fittings b. Measure each size separately.
b. Valves and Boxes c. Measure from center of water main
c. Hydrants to center of curb stop plus 1 foot for
d. Services. slack.
e. Insulation 8. Insulation
'~ a. Measure by volume in board feet.
C. Work shall be done in accordance with 9. Trace Wires
applicable state and local codes, rules and a. PVC water main shall be installed
ordinances. with a trace wire attached over the
entire length. The wire shall be 12
D. Related Sections:
1. Section 01300 -Submittals. gauge standard plastic type TH or
THW. Inline compression butt
splice with 3M cast kit shall be used
' E. Method of Measurement when spicing of wire is required.
~ 1. Water Main Splicing shall not be more frequent
a. Measure by distance in linear feet. than 1 per 250 feet of piping. Wire
b. Measure along pipe axis with no nut splices will not be allowed.
deduction for fittings or valves. b. At each appurtenance such as a
c. Measure in the horizontal plane valve box, the wire shall be securely
unless pipe grade exceeds 15 fastened to the metal box on an
~ percent. accepted stand-off (quick bolt)
~ 2. Fittings readily visible. Wiring shall be
a. Measure by weight in pounds. connected to the appurtenance in
b. Basis of Weight: such a way that a low voltage circuit
1) Fittings 3-inch - 16-inch: can be completed without
ANSI/AWWI C153/A21.53-88 excavation of the structure.
~, 2) Fittings 18-inch - 48-inch:
ANSI/AWWA C111/A21.10-87 c. Trace wire installation will be
.considered incidental to the
3. Valves and Boxes associated water main construction.
2002 Northwest Commercial Park 10. Connect to Existing Water Main
Water Distribution Systems
A-ALBEV 0113 02660 -1
1
a. Measure by each connection made. F. ANSI/AWWA C509 -AWWA Standard for
Payment shall include all fittings, Resilient -Seated Gate Valves, for Water
labor, equipment and appurtenances and Sewerage Systems.
with the associated work.
G. ANSI/AWWA Standard for Installation of
F. Basis of Payment Ductile Iron Water Mains and their
1. Payment for acceptable quantities of Appurtenances.
water main and appurtenances shall be
at the contract unit price as listed on the H. ANSI/AWWA C-900 -AWWA Standard -
Bid Form. All associated work items
for Polyvinyl Chloride Pipe. ~
~~
shall be considered incidental. ,
2. Payment for water main and 1.03 DELIVERY, STORAGE AND
appurtenances will be based on the HANDLING
following schedule:
A. Inspection
.Item Unit 1. Inspect all pipe and products during the
6" PVC C900 Water Main LF unloading process.
8" PVC C900 Water Main LF 2. Notify Engineer of any cracked, flawed
10" PVC C900 Water Main LF or otherwise defective products.
12" PVC C900 Water Main LF 3. Remove all products found to be
PVC/DIP Adapter EACH defective by the Engineer from the site.
6" Gate Valve & Box EA
8" Gate Valve & Box EA
B.
Handling and Storage
10" Gate Valve & Box EA 1. Handling and storage of products shall
12" Gate Valve & Box. EA be in accordance with Section 22 of
Hydrant EA ANSI/AWWA C600. ?~
Connect to Existing Water Main EA ;
.Ductile Iron Fittings LBS 1.04 SUBMITTALS
1.02 REFERENCES A. The Contractor shall submit for acceptance
complete Shop Drawings and details for all
A. ANSI/AWWA C150/A21.50 - American couplings, valves, operators, and other
National Standard for the Thickness Design special appurtenances. This shall include
of Ductile Iron Pipe, required submission for acceptance
including all manufacturers' product data,
B. ANSI/AWWA C151/A21.51 - American dimensions, sizes, types, maximum
National Standard for Ductile -Iron Pipe, loadings, and thrust anchorages.
Centrifugally Cast in Metal Molds or Sand-
. Lined Molds for Water or other Liquids.
PART 2 PRODUCTS
C. ANSI/AWWA C153/A21.53 - American
National Standard for Ductile - Iron
Compact Fittings, 3-inch through 16-inch,
for Water and Other Liquids.
D. ANSI/AWWA C-502 - AWWA ~ Standard
for Dry-Barrel Fire Hydrants.
E. ANSI/AWWA C504 AWWA Standard for
Rubber -Seated Butterfly Valves.
2.01 POLYVINYL CHLORIDE PIPE (PVC) - ~~
C900
A. Polyvinyl chloride pipe shall conform to
AWWA C-900 (DR).
B. Joints shall be elastomeric gasket joints
conforming to ASTM D3139. Said gasket
joints must be accepted by the Engineer on
Water Distribution Systems 2002 Northwest Commercial Park
02660 - 2 A-ALBEV 0113
i
1
~`
the basis of data furnished by the
manufacturer. B. Unless otherwise specified in the Contract
Documents, hydrants shall be furnished in
~' C. No compensation will be given for bends, conformance with the following
caps, plugs, reducers, and sleeves used on supplementary requirements:
main or service installation. 1. Hydrants shall have a 5-inch (nominal
~' diameter) main valve opening of the
D. Trace wires shall be installed along the type that opens against water pressure.
longitudinal length of all PVC water main 2. Hydrant barrels shall be two-piece, non-
pipe. jacket type, with flanged joint above
finished grade line and with mechanical
2.02 DUCTILE IRON PIPE AND FITTINGS joint connection at the hub end for
joining asix-inch cast iron branch pipe.
,~ A. Where specified, the pipe furnished shall be 3. Hydrant bury length, measured from the
of the ductile iron type, as specified for each bottom of the branch pipe connection to
particular use or installation, and shall be the finished ground line at the hydrant,
Class 52 unless otherwise noted on the shall be- 8 feet, 0 inches. An aluminum
Drawings. Ductile iron pipe shall conform to plate shall be attached to the nozzle
the requirements of AWWA C151/ANSI A-
21.51 (Ductile Iron Pipe Centrifugally Cast section to denote bury depth.
4. Hydrants shall have two outlet nozzles
in Metal Molds or Sand-Lined Molds). for 2-1/2-inch hose connection and one
B.
Fittings shall conform to the requirements of outlet nozzle for 4-1/2-inch streamer
connection. All outlet nozzle threads
.. ANSI A21.10, A21.11 and A21.4 or ductile shall be Standard Fire-Hose Coupling
iron compact fittings mechanical joint Screw Threads ANSI B-26. Caps shall
conforming to ANSI A21.53, A21.11 and be nut-type with chain.
A21.4. 5. .Hydrant operating mechanisms shall be
provided with "O" ring seals, preventing
, C. DI pipe and fittings shall be furnished with entrance of moisture, and shall be
~
r cement mortar lining, meeting the lubricated through an opening in the
~ requirements of AWWA C 104/ANSI A21.4 operating nut or bonnet.
for standard thickness lining. All exterior 6. The operating nut shall be No. 5, left
surfaces of the pipe and fittings shall have a opening.
tar or bituminous seal coating at least 1 mil 7. Hydrant flags shall be included with all
thick.. Spotty or thin. seal coating, or poor
coating adhesion, shall be cause for hydrants. Hydrant flags shall be "Hydra
Finder", "Nordic Flexi Flag", "Flex
rejection. Stake" with a polyurethane hinge, or an
accepted equal. The length of the flag
D. Conductivity may be achieved by shall be 5 feet. The cost of material and
conductive gaskets, with accepted copper labor necessary to install the hydrant
inserts equal to American Fastite or copper flags shall be incidental to the hydrant
straps, welded to the pipe and connected bid item.
with a silicone bronze bolt. Conductors shall 8. Detailed Drawings, catalog information,
be rated at 600 amps sustained current. and maintenance data shall be furnished
as requested by Engineer.
2.03 FIRE HYDRANTS 9. Hydrant drain ports shall come equipped
with removable threaded plugs. Where
A. Fire hydrants shall be Waterous Model hydrants are determined by the Engineer
~!; Pacer WB-67 with a 16-inch traffic flange, to be in the water table, the plugs shall
and shall conform to the applicable- be left in. In this case, a bronze plate
requirements of AWWA C-502. stating "No Drain-Pump After Use"
2002 Northwest Commercial Park Water Distribution Systems
A-ALBEV 0113 02660 - 3
shall be attached to a hex-head bolt on e. There shall be 2 low torque bearings
the hydrant nozzle. located above and below the stem
10. Hydrants operating at depths of over 10 collar. The stem nut. shall be
feet or pressures in excess of 75 PSI separate from the wedge and shall
shall have heavy-duty operating shafts, be of solid bronze. The waterway
as recommended by the manufacturer. shall be smooth and free of all
11. All hydrants shall be repainted by hand pockets, cavities and depressions in
brush with Owner approved paint. the seat area.
f. Both interior and exterior of the
2.04 BURIED VALVES body and bonnet shall be coated
with fusion bonded epoxy.
A. Gate Valves:
1. All gate valves, 2-inch to 12-inch, shall B. Valve Boxes: ,
be resilient-seated wedge gate valves.
1.
Valve boxes shall be an assembled unit ~
Mechanical joints shall conform to composed of the valve box, extension
AWWA C111/ANSI A21.11-85. stem, and self centering alignment ring.
2. All gears on gate valves shall be cut All moving parts of the extension stem
tooth steel gears, housed in heavy cast shall be enclosed in a housing to prevent
iron extended type grease cases of contact with the soil.
accepted design. 2. Value boxes shall be adjustable and
3. Manufacture shall furnish an affidavit have sufficient length to permit not less
stating that the valve and all materials than a 6-inch adjustment above and
conform to the applicable requirements below grade when the pipe is laid to the `~
and all tests specified under the specified depth.
respective standard have been 3. The valve box upper and lower sections
performed and requirements have been shall be made a minimum '/4-inch heavy ~~
met. wall high density polyethylene. All
4. Resilient Wedge Gate Valves: components shall be joined with a
a. Resilient wedge gate valve shall permanent locking design. The valve '
'
conform to ANSI/AWWAC509. box top section shall be adaptable to fit ~
Valve shall be resilient wedge gate inside a standard valve box upper
valves as manufactured by Clow section.
Corporation, or equal. 4. The stem assembly shall be of a
b. Valves shall be non-rising stem with telescoping design that allows for
a 2-inch square operating nut. variable adjustment length. The material
c. The wedge _ shall be cast iron, , shall be galvanized steel square tubing.
completely encapsulated with The stem assembly shall have abuilt-in
polyurethane rubber (except for device that keeps the stem assembly
guide and stem area). The from disengaging at its full extended
polyurethane rubber shall be length. The extension must be tested for
permanently bonded to the cast iron a torque of 1,000-foot-pound.
wedge to meet ASTM tests for 5. Value box may also be a three piece cast ~
rubber to metal bond ASTM D-429. iron type like Tyler No. GE60, type 6 ,
d. Stems for non-rising stem with a No. 6 base. Provided that box has
assemblies shall be cast bronze with an adapter to seat on the valve and an
integral collars. The non-rising stem extension stem meeting the above
stuffing box shall be the O-ring seal
requirements and a debris cap. _
. type with two rings located above 6. Covers shall be cast iron with the word
the thrust collar. The rings shall be
"water" cast into it. 1~
replaceable with the valve fully
open at full rated working pressure.
Water Distribution Systems 2002 Northwest Commercial Park
02660 - 4 A-ALBEV 0113 ~
t
2.05 BUTTERFLY VALVE
A. All butterfly valves shall be of the tight
closing, resilient seat type with rubber seats,
which are bonded to the valve body. No
metal-to-metal sealing surfaces are
permitted. Valves shall be bubble tight at
150 psi rated pressures with flow in either
direction, and shall be satisfactory for
applications involving valve operation after
long periods of inactivity. Valve discs shall
rotate 90° from the full open position to the
tight shut position. Valves shall meet the full
requirements of the AWWA Specification
C504-87, Class 150-B and rated for buried
service. The manufacturer shall have
manufactured tight-closing AWWA rubber
seated butterfly valves and buried service
operators for a period of at least five years.
~` Valves shall be epoxy coated interior per
AWWA C550.
B. Bodies shall be constructed of cast iron
ASTM A-126 Class B, and shall have
integrally cast mechanical joint ends.
~, C. Discs shall be constructed of ductile iron.
D. Shafts shall be stainless steel, type 304.
E. Seats shall be a Buna N, full circle 360.
~, F. Bearings shall be nylon or Teflon.
G. Valve operator shall be traveling nut type
designed to withstand 300 feet pounds of
input torque at full open or closed positions
without damage to the valve or operator;
must be fully gasketed and grease packed,
_ and designed to withstand submersion in
water to 10 psi; valves shall close with a
clock-wise rotation of the AWWA nut and
shall require a minimum of 30 turns to move
from. fully open to fully closed.
2
06 WATER SERVICES
.
corporation stops shall be made while the
main line is under working pressures. The
Owner's field representative shall view each
complete building service installation prior
to backfilling and while the .service pipe is
under working pressure.
B. Copper. tubing shall comply with the
following:
Federal Specifications WW-T-799 Type K
ASTM Specifications B-88-47 Type K
AWWA Specifications C-800-55 Type K
C. The copper service. lines as placed between
the water mains and the curb boxes shall
have a minimum of 8 feet of cover;
therefore, service lines mush be placed
(incidental to the Project) beneath any
obstruction which would prohibit the stated
cover if the service line was placed on top of
the said obstruction. If tunneling or jacking
of water main building services is required,
the method used shall be accepted by the
Engineer.
D. All building service locations will be
established in the field by the Engineer.
Generally, these locations will agree with
those indicated on the Drawings; however;
the Contractor shall not install a service until
,its location is verified by the Engineer. It
will be the Contractor's responsibility to
keep an accurate written record of the
location of each service and submit this to
the Engineer prior to backfilling.
2.07 CORPORATION STOPS
A. Corporation stops shall be Mueller B-25000,
Ford FB600, or accepted equal. The sizes of
the inlet thread and the size of the copper
service coupling shall be: 3/4 inch x 1 inch,
1-1/4 inch x 1-1/2 inch, and 1-1/2 inch x 2
inch for l inch, 1-1/2 inch, and 2 inch
services respectively.
A. Water services shall be constructed as
~~ shown on the detail Drawing. The copper
service pipe shall be type K, unless
otherwise specified. All field taps for
2002 Northwest Commercial Park Water Distribution Systems
A-ALBEV 0113 02660 - 5
2.08 CURB STOPS
A. Curb stops shall be Mueller H-15154 "Mark
II Oriseal", Ford B22-344M, or accepted
equal (no drain).
PART 3 EXECUTION
3.01 LOCATION OF WORK
A. The Work will be located as shown on the
Drawings.
2.09 SERVICE SADDLES
A. Service saddles shall be RockwelUSmith
Blair, Mode1317, or an accepted equal.
2.10 CURB BOXES
A. Curb boxes (8 feet long) shall be Mueller H-
10300 or Ford EM-2-75-56M for the 1 inch
size. The box shall be supplied complete
with lid and without stationary rods.
B. It may be necessary for the Engineer to shift
lines a reasonable amount to avoid an
obstruction to the construction Work or to
reduce right-of--way difficulties. The
Contractor will not be allowed any
additional compensation due to shift of
lines. Additional compensation will be
allowed only for lengthening of lines.
3.02 SHORING & SHEETING
1
1
2.11 INSULATION BOARD
A. Insulation board shall meet the requirements
of Mn/DOT 3760. Thickness shall be as
specified on the Drawings.
B. The insulation board shall be formed by the
expansion of polystyrene base resin in an
extrusion .process, and shall be
homogeneous and essentially uni-cellular.
The surface of the boards shall be extruded,
with skins. The material shall conform to the
following requirements:
Compressive strength, at
35 psi minimum
yield or 5% deflection
Flammability Self extinguishing
Water absorption after 24
hours immersion, by 0.25% maximum
volume
Thermal Conductivity at
mean temperature of 75 0.23 maximum
deg. F.
2.12 FASTENERS
A. Bolts shall be "Cor-Blue" as manufactured
by NSS Industries or accepted equal. Shop
drawings must be provided
A. Shoring, sheeting, bracing etc., shall be put
in place and maintained by the Contractor at
his own expense, as may be required to
support the side of the excavation and to
prevent any movement which may in any
way endanger personnel or injure or delay
the Work, or endanger adjacent buildings or
other structures. Where sheeting and bracing
are used, the. trench width shall be increased
accordingly. Trench sheeting shall remain in
place until pipe has been laid, tested for
defects, repaired if necessary, and the earth
around it compacted in a minimum of one
pass with vibrator equipment of a depth of
one foot over the top of the pipe. The
sheeting and bracing shall be removed in
such manner as not to endanger the
constructed pipe or other. structures, utilities
or property, whether public or private. It
shall be the Contractor's responsibility and
duty to be familiar with local and state
ordinances and regulations relating to this
type of Work and he shall assume the
responsibility for compliance therewith.
3.03 PIPE LAYING
A. The type, kind and class of pipe to be used
shall be as shown on the Drawings or
specified herein. All pipe shall be laid and
maintained to the required line and grade.
Water Distribution Systems 2002 Northwest Commercial Park
02660 - 6 A-ALBEV 0113
1
T
A
I
1
1
t
t
B. Proper implements, tools, equipment and forced home and brought to correct line and
facilities satisfactory to the Engineer shall be grade. The pipe shall be secured in place
provided and used by the Contractor for the with accepted backfill material, which shall
~~ safe and convenient prosecution of the be thoroughly compacted around the pipe.
Work. The joint areas shall remain exposed and
precautions shall be taken to prevent the soil
,~ C. At the time of pipe placement, the bedding from entering the joint space until the joint
conditions shall be such as to provide seal is effected.
uniform and continuous support for the pipe
between bell holes. Bell holes shall be H. At all times when pipe laying is not in
excavated as necessary to make the joint progress, including noon hour and overnight
connections, but they shall be no larger than periods, all open ends of the pipe line shall
would be adequate. No pipe material shall be closed by watertight plugs or other means
~, be laid in water, nor when the trench or accepted by the Engineer. If water is present
bedding conditions are otherwise unsuitable in the trench, the seals shall remain in-place
or improper. Unless otherwise permitted by until the trench is pumped completely dry.
the Engineer, bell and spigot pipe shall be
laid with the bell ends facing upgrade and I. All stubs installed for future connection
~~ the laying shall start at the downgrade end
and proceed upgrade. shall have prefabricated watertight plugs and
shall be restrained as an incidental item.
D. Before being lowered into laying position,
the Contractor shall make a thorough visual
inspection of each pipe section and
appurtenant units to detect damage or
~! unsound conditions that may need corrective
action or be cause for rejection. Inspection
procedure shall be as accepted by the
Engineer, with special methods being
required as he deems necessary to check out
suspected defects more definitely. The
Contractor shall inform the Engineer of any
defects discovered and the Engineer will
prescribe the required corrective actions or
order rejection.
E. Immediately before placement, the joint
surfaces of each pipe section and fitting
shall be inspected for the presence of foreign
matter, coating blisters, rough edges or
projections; and any imperfections so
detected shall be corrected by cleaning,
trimming, or repair as needed.
F. Any defective or damaged pipe which has
~~ had its grade or-joint disturbed after laying
- shall be replaced.
r
G. As each length of bell and spigot pipe is
placed in laying position, the spigot end
shall be centered in the bell and the pipe
3.04 THRUST RESTRAINTS -ALL FLUID
PRESSURE SYSTEMS
A. Provide all crosses, tees, dead-ends, and
bends with suitable means of overcoming
thrust including existing pipe where
required. The water main shall be restrained
using Megalug retaining system or accepted
equal. All retaining systems shall receive
two coats of bitumastic paint.
B. Where connections to existing pipe are
required, the existing pipe shall be exposed
and tied based upon the following table.
C. Based upon a test pressure of 150 psi, the
following table shows the minimum length
of pipe to be restrained where tied joints are
used.
Pipe
Diameter in
_Inches Dead End ~
.Tee Branch
or 90° Bend ~~ 0
gcnd 22- I -?
Bend
6 23 LF 7 LF ~3 LF
8 25 LF 10 LF 5 LF
10 39 LF 12 LF 5 LF
12 45 LF 16 LF 5 LF
14 60 LF 20 LF 5 LF
16 72 LF 24 LF 10 LF
2002 Northwest Commercial Park Water Distribution Systems
A-ALBEV 0113 02660 - 7
r
1
D. The cost of providing thrust restraints shall 3.06 VALVES AND FITTINGS
be considered as incidental to the cost of the
pipe installation. A. Unless otherwise specified or shown on the ~ "
Drawings, install cast iron valve boxes on all '~
3.05 HYDRANTS gate valves and on all direct burial butterfly
valves. Valve boxes shall be firmly
A. Support hydrants upon a concrete base 18 supported to maintain centered and plumb
inches square and a minimum of 6 inches alignment over the wrench nut with box
thick. Each hydrant shall be tied to the cover flush with the surface of the finished
fitting at the main with tie rods or as pavement or at such other level as may be
otherwise accepted by the Engineer. Install directed by the Engineer.
hydrant of sufficient length to provide a
minimum of 8 feet of ground cover over the 3.07 TESTING WATER MAINS
centerline of the lead pipe. The lowest outlet
nozzle on the hydrant shall be not less than A. After the line has been backfilled in
19 inches, nor more than 24 inches above accordance with these Specifications, test all
the finished ground line or the final curb line newly laid pipe, or any valved section by
the case of a new street. applying a hydrostatic pressure equivalent to
that specified in ANSUAWWA C600 except
B. Wherever a hydrant is set in pervious soil, that the minimum test pressure shall be 150
provide drainage at the base of the hydrant pounds per squaze inch. The duration of `
by placing coarse gravel or crushed stone
mixed with coarse sand from the bottom of each such test shall be at least 2 hours. The
test shall determine the leakage which shall.
~
the trench to at least 6 inches above waste
not exceed the ,limits specified in Table 6 of ,
openings in the hydrant, and to a distance of ANSI/AWWA C600. The apparatus for
1 foot around the base elbow. conducting the test shall consist of a ~~
pressure gage with pump and appurtenances, '
C. Wherever a hydrant is set in clay or other and shall be furnished and attached. to the
impervious soil, dig a drainage pit 2 feet in mains by the Contractor. Slowly fill each
diameter and 3 feet deep below each hydrant valved section of pipe with water and apply
base and fill it completely with pea rock or the specified test pressure, measured at the
crushed stone and coarse sand, under and lowest point of elevation, by means of a
around the elbow and concrete base, to level pump connected to the pipe in a satisfactory
of 6 inches above the waste opening. manner. The pump, pipe connection, gages
and all necessary appazatus shall be
D. Cover all material placed for drainage with a furnished by the Contractor.
minimum of 2 layers of tar paper. No 1. Gages and measuring devices must be
drainage system shall be .connected to a accepted by the Engineer and the
sewer. necessazy pipe taps made as directed. ~.
Before applying the specified test
E. Hydrants must, maintain their position and pressure, expel all air from the pipe.
must not be knocked out of plumb during Any cracked or defective pipes, joints,
backfilling. fittings, valves or hydrants discovered in
consequence of this pressure test shall
F. Hydrants placed where the groundwater be removed and replaced by the
;
table is less than 8 feet below the ground Contractor with sound material and the ~~
surface shall have the drain hole plugged test shall be repeated until satisfactory to
and be equipped with a tag stating the need the Engineer.
for pumping after use.
B. After the hydrostatics test has been
completed, a conductivity test shall be
Water Distribution Systems 2002 Northwest Commercial Park
02660 - 8 A-ALBEV 0113 'f
r
conducted. When replacing an existing NOT be clamped to the top
water main, the conductivity test shall be operating nut. Note: After the test,
completed prior to reconnecting the water the hydrant shall be shut off and a
services. cap loosened to allow hydrant
1. The system (pipeline and hydrants) shall drainage. Tighten cap after drainage.
be tested for electrical continuity and f. A hook-on type D.C. ammeter
,~ current capacity. The electrical test shall placed on one of the cables leading
be made after the hydrostatic pressure to the hydrant is an acceptable
test. Backfilling shall have been method of measuring current.
~ completed. The line may be tested in g. In using arc welding machines, the
sections of convenient length as current control should be set at a
accepted by the Engineer. minimum before starting. After
a. Direct current of 350 amperes, more starting the machine, advance the
or less 10 percent, shall be passed control until the current indicated on
through the pipe line for 5 minutes. the ammeter is at the desired test
Current flow through the pipe shall value. Caution: In case of open
~' be measured continuously on a circuits at joints or connections, the
suitable ammeter and shall remain voltage across the defective joint or
steady without interruption or connection will be on the order of
excessive fluctuation throughout the 50-100 volts.
5 minute test period.
b. Insufficient current or intermittent
current or arcing, indicated by large 3.08 DISINFECTION (POTABLE LINES)
fluctuation of the ammeter needle, A. Before being placed in service, all new
shall be evidence of defective water distribution systems or extensions to
electrical contact in the pipe line. existing systems, or any valved section of
f The cause shall be isolated and such extension, or any replacement in the
corrected. Thereafter, the section in existing distribution system, shall be
which the defective test occurred disinfected.
shall be retested as a unit and shall 1. Materials: Dry Calcium Hypochlorite
meet the requirements. (comparable to commercial products
c. Sources of D.C. current for these known as "HTH", "Perchloron", and
tests .may be motor generators, "Maxochlor") or Dry Chlorinated Lime
batteries, arc welding machines, etc. (frequently called chloride of lime and
~` D.C. arc welding machines will
probably be the usual source. These known to industry as bleaching powder)
maybe used.
machines are available in adequate 2. Dosage: The dosage of calcium
capacity for these tests and are
equipped with controls for hypochlorite powder containing 70
percent available chlorine shall be one
regulating the current output. pound for each 1,680 gallons of water
d. Cables from the power source to the pipe capacity treated; chlorine-yielding
section of the system under test compounds other than calcium
should be of sufficient size to carry hypochlorite powder may, on
the test current without overheating acceptance of the Engineer, be used in
or excessive voltage drop. Usable amounts proportional to their available
sizes will probably be in the range chlorine content. This dosage is
of 2/0 to 4/0 A.W.G. equivalent to a treatment of 50 parts per
e. Connections for the test shall be million available chlorine. In like
made at hydrants. The hydrants shall manner, one pound of calcium
be in the open position with the caps hypochlorite powder will treat 2,100
on during the test. The cable shall
2002 Northwest Commercial Park Water Distribution Systems
A-ALBEV 0113 02660 - 9
~~
1
gallons of water to 40 parts per million basis as construction progresses. Temporary
chlorine. water service shall be maintained on a
3. Point of Application: A predetermined continuous basis and paid for as a lump sum.
dose shall be shaken into the pipe at the Partial payments will be made on the basis
first joint attached to the existing water of the percent of total water main
pipe, and shall be repeated at frequent
predetermined intervals, preferably at constructed to date.
!~t,
each pipe joint as the pipe laying C. All service lines, headers, connections, and
progresses or as may be directed by the appurtenances shall be disinfected in
Engineer. accordance with Minnesota Health ~~
Department and AWWA rules and
B. When treated with dry calcium hypochlorite regulations.
or with dry chlorinated lime, all newly laid
pipe shall be filled very slowly to avoid ~~
washing the powder to the extremity of the END OF SECTION
pipeline. .~
C. Water main shall be disinfected for at least
24 hours. Prior to flushing, the chlorine
residual shall be at least 10 ppm.
D. Samples will be collected and tested for
bacteriological quality after the line has been
disinfected. The samples shall be collected
by an independent testing laboratory for
testing.. The costs of the testing (lab costs) ~~
will be paid for by the Contractor.
3.09 REPEAT TESTING
A. If initial disinfection fails to produce
satisfactory bacteriological samples, the
disinfection shall be repeated until ~'
satisfactory bacteriological samples are
obtained. Costs for additional disinfection
shall be borne by the Contractor.
3.10 MAINTAINING WATER SERVICE
A. While construction is underwa the
Y~
Contractor shall maintain water service to
. existing users on a continuous basis until
service from the newly installed mains can
be restored. The means and methods used
are subject to the acceptance of the
Engineer. Overland service lines connected
to a hydrant via a common header is
recommended.
B. New water main shall be constructed, tested,
and placed in service on a block-by-block
~`
Water Distribution Systems 2002 Northwest Commercial Park
02660 - 10 A-ALBEV 0113 `~
r
~; SECTION 02720
STORM SEWER SYSTEMS
b. Measure each size and type
PART 1 GENERAL separately.
4. Castings
1.01 SUMMARY a. Incidental to catch basin or
manhole.
A. .Conditions of the Contract and pertinent 5. Aprons
portions of sections in Division One of this a. Measure each size and type installed
~, Project Manual, apply to the Work of this as a unit.
Section as fully as though repeated herein. 6. Riprap
` a. Measure by volume in cubic yards
~~ B. Section Includes: based on staked surface dimensions
1. The furnishing of all material, labor, and specified thickness.
~' tools and equipment to construct
complete, in-place, all buried storm b. Measure each type and class
separately.
sewer piping as follows: 7. Geotextile Filter
a. Storm Sewer Pipe a. Measure by area in square yards
b. Storm Manholes & Appurtenances based on staked surface dimensions
c. Catch Basins & Appurtenances with no allowance for overlap or
d. Aprons seams.
e. Riprap b. Measure each type separately.
C. Work shall be done in accordance with F. Basis of Payment
applicable state and local codes, rules and 1. Payment for acceptable quantities of
ordinances. storm sewer items shall be at the
contract unit price as listed on the Bid
D. Related Sections: Form. All associated work items shall be
1. Section 01300 -Submittals considered incidental.
~' E. Method of Measurement
1. Pipe 1.02 REFERENCES
a. Measure by distance in linear feet. A. ASTM A48 -Specification for. Gray Iron
b. Measure from structure centers and
pipe ends not including end Castings.
sections. B. ASTM C76 -Specification for Reinforced
c. Measure each pipe size and class Concrete Pipe.
separately.
2. Manholes C. ASTM C361 -Specification for Reinforced
a. Measure each size and type as a Concrete Low Head Pressure Pipe.
unit.
b. Measure each size and type D. ASTM C478 - Specification for Precast
separately. Reinforced Concrete Manhole.
3. Catch Basins
a. Measure each size and type installed
as a unit.
2002 Northwest Commercial Park Storm Sewer Systems
A-ALBEV 0113 02720 - 1
1.03 DELIVERY OF MATERIALS
A. Inspect all pipe and materials during the
unloading process.
B. Notify Engineer of any cracked, flawed or
otherwise defective material.
C. Remove all materials found to be
unsatisfactory by the Engineer from the site.
1.04 SUBMITTALS
A. The Contractor shall submit for acceptance,
complete Shop Drawings and details for all
pipe, fittings, structures and other special
appurtenances. This shall include .required
submission for acceptance including all
manufacturer's product data, dimensions,
sizes, types, maximum loadings, and thrust
anchorages.
B. Source and gradation of each soil material to
be used for bedding and backfill.
PART 2 PRODUCTS
2.01 REINFORCED CONCRETE SEWER
PIPE (RCP) AND END SECTIONS
A. Reinforced concrete sewer pipe and end
sections shall conform to Mn/DOT 3236 and
shall have rubber gasket joints, Mn/DOT
3726. The class of pipe shall be as stated on
the Drawings.
B. End sections shall be provided with a
galvanized trash guard in accordance with
the detailed Drawings, which. shall be
considered incidental to the cost of the end
section. End sections shall be tied back a
minimum of three (3) pipe joints with
accepted pipe ties.
2.02 MANHOLE
A. Manhole shall be constructed according to
dimensions and details shown in the
Drawings using materials as follows:
Material .Class or Type Specification
Concrete ASTM C478
Reinforcing Grade 60 ASTM A615
ASTM C478
Manhole 12" minimum width Aluminum or
Steps with minimum 6"
" alloy
projection, 16
o.c. Polypropylene
coated
Precast
Segmental Radial Solid ASTM C-139
Blocks
Manhole
Brick Grade MA ASTM C-32
One part Type I
Mortar Portland Cement ASTM C-32
and 3 parts clean
sharp sand
B. An accepted water tight gasket shall be used
on all pipes entering and exiting manhole
unless specifically noted on the Drawing as
not required.
2.03 MATERIALS
A. All materials shall be in accordance with the
respective NIn/DOT Specification as
follows:
1. Riprap Materials - Mn/DOT 3601
2. Geotextile Filter (Type III or IV) -
Mn/DOT 3733
3. Provide Type III under the following:
a. Class I and Class II Field Stone
b. Class I Quarry Stone
c. Gabions
d. Revet Mattresses
PART 3 EXECUTION
3.01 LOCATION OF WORK
A. The Work will be located as shown on the
Drawings.
B. It may be necessary for the Engineer to shift
lines a reasonable amount to avoid an
obstruction to the construction Work or to
reduce right-of--way difficulties. The
Contractor will not be allowed any
additional compensation due to shift of
lines. Additional compensation will be
allowed only for lengthening of lines.
Storm Sewer Systems 2002 Northwest Commercial Park
02720 - 2 A-ALBEV 0113
1
[~
r
1
1
i
r
r
r
1
r
1
1
or improper. Unless otherwise permitted by
3.02 SHORING AND SHEETING the Engineer, bell and spigot pipe shall be
laid with the bell ends facing upgrade and
A. Shoring, sheeting, bracing, etc., shall be put the laying shall start at the downgrade end
in place and maintained by the Contractor at and proceed upgrade.
his own expense, as may be required to
support the side of the excavation and to D. Before being lowered into laying position,
prevent any movement which may in any the Contractor shall make a thorough visual
way endanger personnel or injure or delay inspection of each pipe section and
the Work or endanger adjacent buildings or appurtenant units to detect damage or
other structures. Where sheeting and bracing unsound conditions that may need corrective
are used, the trench width shall be increased action or be cause for rejection. Inspection
accordingly. Trench sheeting shall remain in procedure shall be as accepted by the
place until pipe has been laid, tested for Engineer, with special methods being.
- defects, repaired if necessary, and the earth required as he deems necessary to check out
around it compacted in a minimum of one suspected defects more definitely. The
pass with vibrator equipment to a depth of Contractor shall inform the Engineer of any
one foot over the top of the pipe. The defects discovered and the Engineer will
sheeting and bracing shall be removed in prescribe. the required corrective actions or
such manner as not to endanger the order rejection.
constructed pipe or other structures, utilities
or property, whether public or private. It E. Immediately before placement, the joint
shall be the Contractor's responsibility and surfaces of each pipe section and fitting
duty to be familiar with local and state shall be inspected for the presence of foreign
ordinances and regulations relating to this matter, coating blisters, rough edges or
type of Work and he shall assume the projections, and any imperfections so
responsibility for compliance therewith. detected shall be corrected by cleaning,
trimming, or repair as needed.
,~; 3.03 PIPE LAYING
D
r
A
1
I
1
A. The type, kind and class of pipe to be used
shall be as shown on the Drawings or
specified herein. All pipe shall be laid and
maintained to the required line and grade.
B. Proper implements, tools, equipment and
facilities satisfactory to the Engineer shall be
provided and used by the Contractor for the
safe and convenient prosecution of the
Work.
C. At the time of pipe placement, the bedding
conditions shall be such as to provide
uniform and continuous support for the pipe
between bell holes. Bell holes shall be
excavated as necessary to make the joint
connections, but they shall be no larger than
would be adequate. No pipe material shall
be laid in water nor when the trench or
bedding conditions are otherwise unsuitable
F. Any defective or damaged pipe which has
had its grade or joint disturbed after laying
shall be replaced.
G. As each length of bell and spigot pipe is
placed in laying position, the .spigot end
shall be centered in the bell and the pipe
forced home and brought to correct line and
grade. The pipe shall be secured in place
with accepted backfill material, which shall
be thoroughly' compacted around the pipe.
The joint areas shall remain exposed and
precautions shall be taken to prevent the soil
from entering the joint space, until the joint
seal is effected.
H. At all times when pipe laying is not in
progress, including noon hour and overnight
periods, all open ends of the pipe line shall
be closed by watertight plugs or other means
accepted by the Engineer. If water is present
2002 Northwest Commercial Park Storm Sewer Systems
A-ALBEV 0113 02720 - 3
C
SECTION 02730
SANITARY SEWER SYSTEMS
PART 1 GENERAL frame and cover to a depth of 10
feet.
1.01 SUMMARY c. Measure depth from lowest invert to
top of frame.
A. Conditions of the Contract and pertinent 3. Excess Manhole Depth
portions of sections in Division One of this a. Measure by distance in linear feet.
Project Manual, apply to the Work of this b. Measure total distance from lowest
Section as fully as though repeated herein. invert to top of frame, less 10 feet.
4. Manhole Connections
B. Section Includes: a. Measure connections to an existing
1. The furnishing of all material, labor, manhole as a unit.
tools and equipment to construct b. Unit includes cutting and patching
complete in place all buried sanitary of the manhole wall and base and
sewer piping as follows: the construction of a new invert.
a. Gravity Sanitary Sewer Pipe 5. Service Connections
b. Sanitary Manholes and a. Measure fittings of each size and
Appurtenances type as a unit.
c. Sewer Service Connections 6. Service Pipe
d. Sewer Riser Pipe a. Measure by distance in linear feet of
e. Sewer Service Pipe each size.
f. Manhole seals b. Measure horizontally from the end
of the service connection or riser
C. Work shall be done in accordance with fitting to the end of the pipe.
'~ applicable state and local codes, rules and 7. Riser Pipe
ordinances. a. Measure by distance in linear feet
for each size.
D. Related Sections: b. Measure along the pipe axis from
1. Section 01300 -Submittals the end of the service connection
`~ 2. Section 02221 -Trench Excavation &
Backfill fitting to the end of the riser fitting.
8. Manhole Seals
a. Incidental to manhole 0-10 feet pay
E. Method of Measurement item
1. Sewer Pipe .
a. Measure by distance in linear feet. F. Basis of Payment
b. Measure from manhole centers with 1. Payment for acceptable quantities of
no deduction for fittings. sanitary sewer items shall be at the
c. Measure each pipe size, class, and contract unit price as listed on the Bid
depth zone separately. Form. All associated. work items shall be,
2. Manholes considered incidental.
~: a. Measure each size and type
individually as a unit. 1.02 REFERENCES
b. Unit includes granular foundation,
base, precast barrel and cone A. ASTM A48 -Specification for Gray Iron
sections, steps, rings, manhole seal, Castings
2002 Northwest Commercial Park Sanitary Sewer Systems
A-ALBEV 0113 02730 - 1
i
B. ASTM C76 -Specification for Reinforced
Concrete Pipe
PART2 PRODUCTS
J
C. ASTM C361 -Specification for Reinforced
Concrete Low Head Pressure Pipe
D. ASTM C478 - Specification for Precast
Reinforced Concrete Manhole
E. ASTM D2321 -Recommended Practice for
Installation of Flexible Thermo-plastic
Sewer Pipe
F. ASTM D3034 - Specification for PVC
Sewer Pipe and Fittings
G. ANSI A21.4 -Standard for Cement -Mortar
Lining for Ductile Iron Pipe and Fittings
H. ANSI A21.11 - Standard for Rubber -
Gasket Joints for Ductile Iron Pressure Pipe
and Fittings
I. ANSI A21.51 -Standard for Ductile Iron
Pipe Centrifugally Cast
J. ANSI A21.53 -Standard for Ductile Iron
Compact Fittings, 3 inch through 16 inch
1.03 DELIVERY OF MATERIALS
A. Inspect all pipe and materials during
unloading process.
B. Notify Engineer of any cracked, flawed or
otherwise defective material.
C. Remove all materials found to be
unsatisfactory by the Engineer from the site.
1.04 SUBMITTALS
A. The Contractor shall submit for acceptance
complete Shop Drawings and details for all
pipe, fittings, structures, valves, operators,
and other special appurtenances. This shall
include required submission for acceptance
including all manufacturers' product data,
dimensions, sizes, types, maximum
loadings, and thrust anchorages.
2.01 POLYVINYL CHLORIDE PIPE (PVC) -
SANITARY
A. Polyvinyl chloride pipe shall conform to
ASTM D3034 (SDR35) or ASTM F789 and
shall be used to a depth not to exceed 20
feet. Sewer pipes with a depth greater than
20 feet shall be SDR 26 PVC.
B. Joints shall be elastomeric gasket joints.
Said gasket joints must be accepted by the
Engineer on the basis of data furnished by
the manufacturer.
C. An accepted water stop gasket shall be used
on the sewer main where it enters and exits a
manhole. The gasket shall be placed near the
center of the manhole wall.
D. No compensation will be given for bends,
caps, plugs, reducers, and sleeves used on
main sewer or service installation.
2.02 MANHOLE
A. Manhole shall be constructed according to
dimensions and details shown in the
Drawings using materials as follows:
Material Class or Type Specification
Concrete ASTM C478
Reinforcing Grade 60 ASTM A615 for
Billet steel bars
12" min. width ASTM C478
Manhole with min. 6" Aluminum alloy
Steps projection or polypropylene
16" o.c. coated
Precast
Segmental Radial solid ASTM C-139
Blocks
Manhole Grade MA ASTM C-32
Brick
One part type 1
portland cement
Mortar and three parts ASTM C-32
clean sharp
sand
Sanitary Sewer Systems 2002 Northwest Commercial Park
02730 - 2 A-ALBEV 0113
1
0
e
1
1
1
1
7
r
7
i
A
1
1
1
1
u
1
!1
1
I~!
ii
1
e
B. An accepted water-tight gasket shall be used a. Resilient wedge gate valve shall
on all pipes entering and exiting manhole, conform to ANSI/AWWAC509.
unless specifically noted on the Drawings as Valve shall be resilient wedge gate
not required. valves as manufactured by Clow
Corporation; or equal.
2.03 DUCTILE IRON PIPE AND FITTINGS b. Valves shall be non-rising stem with
a 2-inch square operating nut.
A. Where specified, the pipe furnished shall be c. The wedge shall be cast iron
of the ductile iron type, as specified for each completely .encapsulated with
particular use or installation and shall be polyurethane rubber (except for
Class 52 unless otherwise noted on the guide and stem area). The
Drawings. Ductile iron pipe shall conform to polyurethane rubber shall
the requirements of AWWA C151/ANSI A- permanently bond to the cast iron
21.51 (Ductile Iron Pipe Centrifugally Cast wedge to meet ASTM tests for
in Metal Molds or Sand-Lined Molds). rubber to metal bond (ASTM D-
429).
B. .Fittings shall conform to the requirements of d. Stems for non-rising .stem
ANSI A21.10, A21.11 and A21.4, or ductile assemblies shall be cast bronze with
iron compact fittings mechanical joint integral collars. The non-rising stem
conforming to ANSI A21.53, A21.11 and stuffing box shall be the O-ring seal
A21.4. type, with two rings located above
the thrust collar. The rings shall be
C. DI pipe and fittings shall be furnished with replaceable with the valve fully
cement mortar lining meeting the open at full-rated working pressure.
requirements of AWWA C104/ANSI A21.4 e. There shall be two low torque
for standard thickness lining. All exterior bearings located above and below
surfaces of the pipe and fittings shall have a the stem collar. The stem nut shall
tar or bituminous seal coating at least 1 mil be separate from the wedge and
thick. Spotty or thin seal coating, or poor shall be of solid bronze. The
coating adhesion, shall be cause for waterway shall be smooth and free
rejection. of all pockets, cavities and
depressions in the seat area.
2.04 BURIED VALVES £ Both interior and exterior of the
body and bonnet shall be coated
A. Gate Valves: with fusion-bonded epoxy.
1. All gate valves 2-inch to 10-inch shall
be resilient-seated wedge gate valves. B. Valve Boxes:
Mechanical joints shall conform to 1. Valve boxes shall be round base, three
AWWA C111/ANSI A21.11-85. piece cast iron, Tyler No. 6860, Type
2. All gears on gate valves shall be cut "G", with a No. 6 base or accepted
tooth steel gears, housed in heavy cast equal, suitable for the depth of cover
iron extended type grease cases of required by the Drawings or the General
accepted design. Requirements.
3. Manufacture shall furnish an affidavit 2. Valve boxes shall be 5-1/4-inch
stating that the valve and all materials diameter, and shall have sufficient
conform to the applicable requirements length to permit not less than- 6-inch
and all tests specified under the adjustment above and below grade when
respective standard have been the pipe is laid to the specified depth.
performed and requirements have been Length adjustment shall be screw type.
met. 3. Covers shall have the word "WATER"
4. Resilient Wedge Gate Valves: cast on the top.
2002 Northwest Commercial Park Sanitary Sewer Systems
A-ALBEV 0113 02730 - 3
A
2.05 SERVICE LINES
2.07 MANHOLE SEALS
1
A. The service lines, as placed between the
mains and property line, shall have a
minimum of 8 feet of cover; therefore,
service lines must be placed (incidental to
the Project) beneath any obstruction which
would prohibit the stated cover if the service
line was placed on top of the said
obstruction. If tunneling or jacking of
building services is required, the method
used shall be accepted by the Engineer.
B. All building service locations will be
established in the field by the Engineer.
Generally, these locations will agree with
those indicated on the Drawings; however,
the Contractor shall not install a service until
its location is verified by the Engineer. It
will be the Contractor's responsibility to
keep an accurate written record of the
location and elevation of each service and
submit this to the Engineer prior to
backfilling.
2.06 INSULATION BOARD
A. Insulation-board shall meet the requirements
of MN/DOT 3760. Thickness shall be as
specified on the Drawings.
B. The insulation board shall be formed by the
expansion of polystyrene base resin in an
extrusion process and shall be
homogeneous, and essentially uni-cellular.
The surface of the boards shall be extruded,
with skins. The material shall conform to the
following requirements:
Compressive strength at 35 psi minimum
yield or 5 /o deflection
Flammability Self extinguishing
Water absorption after 24
hours immersion, by 0.25% maximum
volume
Thermal Conductivity, at 0.23 maximum
mean temperature of 75° F
A. Casting seals shall be manufactured by
Infishield, Inc. or accepted equal.
PART 3 EXECUTION
3.01 LOCATION OF WORK
A. The Work will be located as shown on the
Drawings.
B. It may be necessary for the Engineer to shift
lines a reasonable amount to avoid an
obstruction to the construction Work or to
reduce right-of--way difficulties. -The
Contractor will not be allowed any
additional compensation due to shift of
lines. Additional compensation will be
allowed only for lengthening of lines.
3.02 SHORING AND SHEETING.
A. Shoring, sheeting, bracing etc. shall be put
in place and maintained by the Contractor at
his own expense, as may be required to
support the side of the. excavation and to
prevent any movement which may in any
way endanger personnel or injure or delay
the Work, or endanger adjacent buildings or
other structures. Where sheeting and bracing
are used, the trench width shall be increased
accordingly. Trench sheeting shall remain in
place until pipe has been laid, tested for
defects, repaired if necessary, and the earth
around it compacted in a minimum of one
pass with vibrator equipment to a depth of
one foot over the top of the pipe. The
sheeting and bracing shall be removed in
such manner as not to endanger the
constructed pipe or other structures, utilities
or property, whether public or private. It
shall be the Contractor's responsibility and
duty to be familiar with local and state
ordinances and regulations relating to this
type of Work and he shall assume the
responsibility for compliance therewith.
Sanitary Sewer Systems 2002 Northwest Commercial Park
02730 - 4 A-ALBEV 0113
1
u
~II
1
1
I~
i
1
i
e
1
0
'~I
C
-~
J
3.03 PIPE LAYING
A. The type, kind and class of pipe to be used
shall be as shown on the Drawings or
specified herein. All pipe shall be laid and
maintained to the required line and grade.
B. Proper implements, tools, equipment and
facilities satisfactory to the Engineer shall be
provided and used by the Contractor for the
safe and convenient prosecution of the
Work.
C. At the time of pipe placement, the bedding
conditions shall be such as to provide
uniform and continuous support for the pipe
between bell holes. Bell holes shall be
excavated as necessary to make the joint
connections, but they shall be no larger than
would be adequate. No pipe material shall
be laid in water, nor when the trench or
bedding. conditions are otherwise unsuitable
or improper. Unless otherwise permitted by
the Engineer, bell and spigot pipe shall be
laid with the bell ends facing upgrade, and
the laying shall start at the downgrade end
and proceed upgrade.
D. Before being lowered into laying position,
the Contractor shall make a thorough visual
inspection of each .pipe section. and
appurtenant units to detect damage or
unsound conditions that may need corrective
action or be cause for rejection. Inspection
procedure shall be as .accepted by the
Engineer, with special methods being
required as he deems necessary to check out
suspected defects more definitely. The
Contractor shall inform the Engineer of any
defects discovered and the Engineer will
prescribe the required corrective actions or
order rejection.
E. Immediately before placement, the joint
surfaces of each pipe section and fitting
shall be inspected for the presence of foreign
matter, coating blisters, rough edges or
projections; and any imperfections so
detected shall be corrected by cleaning,
trimming, or repair as needed.
F. Any defective or damaged pipe which has
had its grade or joint disturbed after laying,
shall be replaced.
G. As each length of bell and spigot pipe is
placed in laying position, the spigot end
shall be centered in the bell and the pipe
forced home and brought to correct line and
grade. The pipe shall be secured in place
with accepted backfill material, thoroughly
compacted around the pipe. The joint areas
shall remain exposed and precautions shall
be taken to prevent the soil from entering the
joint space until the joint seal is effected.
H. At all times when pipe laying is not in
progress, including noon hour-.and overnight
periods, all open ends of the pipe line shall
be closed by watertight plugs or other means
accepted by the Engineer. If water is present
in the trench, the seals shall remain in-place
until the trench is pumped completely dry.
I. All stubs installed for future connection
shall have prefabricated watertight plugs and
shall be restrained as an incidental item.
3.04 THRUST RESTRAINTS -ALL FLUID
PRESSURE SYSTEMS
A. Provide all. crosses, tees, dead-ends, and
bends with suitable means of overcoming
thrust, including existing pipe where
required. The .pressure main shall be
restrained using Megalug Retaining System
or accepted equal. All retaining systems
shall receive two coats of bitumastic paint.
B. Where connections to existing pipe are
required, the existing pipe -shall be exposed
and tied based upon the following table.
C. Based upon a test pressure of 150 psi, the
following table shows the minimum length
of pipe to be restrained where tied joints are
used.
Pipe Dead end tee 22-
diameter in branch or 45° 'l/2°
inches 90° bend bend bend;,
6 23 LF 7 LF 3 LF'
2002 Northwest Commercial Park Sanitary Sewer Systems
A-ALBEV 0113 02730 - 5
t
8 25 LF 10 LF 5 LF
10 39 LF 12 LF 5 LF
D. The cost of providing thrust restraints shall
be considered as incidental to the cost of the
pipe installation.
3.05 VALVES AND FITTINGS
A. Unless otherwise specified or shown on the
Drawings, install cast iron valve boxes on all
gate valves and on all direct burial butterfly
valves. Valve boxes shall be firmly
supported to maintain centered and plumb
alignment over the wrench nut with box
cover flush with the surface of the finished
pavement or at such other level as may be
directed by the Engineer.
3.06 MAINTAINING SEWER SERVICE
A. While construction is underway, the
Contractor shall maintain the flow in
sanitary sewers on a continuous basis until
service from the newly constructed mains
can be restored. The means and methods
used are subject to the acceptance of the
Engineer. Sewers shall be plugged by means
of an inflatable plug, and all pumps, portable
generators, hoses, and related items
appurtenant to the Work shall be provided
by the Contractor. Sanitary sewer shall be
hooked up as the main is installed-.
the initial adjustment; however, the. top '
section shall be installed without the use of
mastic. At the time of final adjustment, the '
Contractor shall remove the top section of
neoprene rubber and add extensions if
necessary to meet height and overlap '
requirements. Finally, the upper section
shall then be replaced in its' final position
using mastic in accordance with the
manufacturer's recommendation. ,
C. The seal shall be multi-section with a
neoprene rubber top section, and all lower '
sections made of EPDM rubber with a
minimum thickness of 60 mil. Each unit
shall consist of a top and bottom section and
shall have mastic on the bottom of the '
bottom section, and mastic on the top of the
top section. The mastic shall be non-
hardening butyl rubber sealant and shall seal '
to the cone/top slab of the CB/MH and over
the lip of the casting. One unit shall seal a
casting and up to six 2-inch adjusting rings. '
Depending on the number of adjusting rings
needed, the bottom section will either be 6
or 12 inches in height. A 12-inch-high
bottom section will cover up to six 2-inch
adjusting rings. If there are more adjustment
rings. per installation, there will be a '
requirement for an 8-inch EPDM rubber
extension section. There will not be an extra
pay item for this extension. '
D. Each of these extension sections shall cover
B. Where it is necessary to pump sewage up to 2 more adjusting rings. Each extension
overnight, the Contractor shall provide an
shall overlap the bottom section by 2 inches, '
operator to stay with the pumping operation and shall be overlapped by the top section
until construction operations resume the by 2 inches.
next day. Sewer service lines to individual '
users may be disconnected for a period not 3.08 SANITARY SEWER TELEVISING
to exceed 12 hours in any 1 day.
Maintaining sanitary sewer service shall be
A. The Contractor shall televise the entire ,
paid for as a lump sum. length of gravity sanitary sewer main
constructed under this Contract and provide
3.07 MANHOLE SEAL INSTALLATION two copies of the tape to the Owner for
record. The Contractor shall also provide a
A. On all sanitary manholes not under paved log showing location of all service
roadway.. connections accurate to within one foot of '
actual location. Televising the sanitary
B. On manholes, the external seal system, top sewer shall be considered incidental.
and bottom, shall be installed at the time of '
Sanitary Sewer Systems 2002 Northwest Commercial Park
02730 - 6 A-ALBEV 0113 '
1
n
~i
0
~I
B. Prior to televising the sanitary sewer
constructed under this Contract, the
Contractor shall clean the lines with a sewer
jet cleaning truck. All accumulated debris
shall be removed from the sanitary sewer by
a vacuum truck or o*.her means acceptable to
the Owner. Sewer cleaning shall commence
one manhole downstream of the project
connection point. Cleaning the sanitary
sewer shall be considered incidental.
3.09 TESTING GRAVITY SEWER MAINS
A. Upon completion of the sewer construction
and before house services are connected,
sewers shall be cleaned and Tamped. Runs of
sewer between manholes shall be straight
and true.
B. Gravity sewer pipe 27 inches and smaller
shall be air tested as described herein.
Gravity sewer, larger than 27 inches shall be
tested for infiltration as described herein.
C. If the infiltration, exfiltration or air tests fail
to meet requirements specified herein, the
Engineer reserves the .right to request
additional air testing or television work to be
done to locate leaks. The Contractor shall
receive no additional compensation for this
testing or inspection work, nor for repairs or
corrective work required to be done to the
sewers. The exfiltration test shall be used in
areas where no groundwater is present.
D. Test Procedure-Hydrostatic (Exfiltration
Test)
1. The test section shall be bulkheaded and
the pipe subjected to a hydrostatic
pressure produced by a head of water at
a depth of 3 feet above the top. of the
sewer pipe at the upper manhole under
test. In areas where groundwater exists,
this head of water shall be 3 feet above
the existing water table.
2. This head of water shall be maintained
for a period of one hour during which it
is presumed that full absorption of the
pipe body has taken place and thereafter
for a further period of 1 hour for the
actual test of leakage. During this 1 hour
test period, the measured maximum
allowable rate of exfiltration for any
section of sewer shall be 100 gallons per
inch diameter per mile of pipe per 24
hours.
E. Test Procedure-Air
1. The Contractor shall perform these tests
with equipment similar to Air-Loc
equipment .manufactured by Cherne
Industrial, Inc., Hopkins, Minnesota.
2. The air test shall be made when the pipe
is clean. The line shall be plugged at
each manhole with pneumatic balls.
Low pressure air shall be introduced
into the plugged line until the internal
air pressure reaches 4.0 psi greater than
the average back pressure of any
groundwater pressure that may
submerge the pipe. Groundwater
pressure on the submerged pipe can be
determined by multiplying the amount
of water above the pipe, in feet, by
0.433.-This number is then added to the
initial 4.0 psi introduced into the
plugged line. At least 2 minutes shall be
allowed for the air temperature to
stabilize. before readings are taken and
the timing started.
3. The portion of lines being air tested
shall pass if it does not lose air at a rate
to cause the pressure to drop from 3.5 to
3.0 p.s.i.g. (greater than the average
back pressure of any groundwater that
-may submerge the pipe) in less time
than listed as shown below.
F. Infiltration Test
1. Infiltration tests shall be made to
determine the amount of groundwater
infiltration into the sewer.
Measurements will be taken by means
of a weir placed in the line or by
methods as determined by the Engineer.
The maximum allowable rate of leakage
shall be .100 gallons per inch diameter
per mile of pipe per 24 hours for any
section of pipe.
2002 Northwest Commercial Park Sanitary Sewer Systems
A-ALBEV 0113 02730 - 7
3.10 DEFLECTION TEST
A. Deflection tests shall be performed on
flexible pipe. The tests shall be conducted
after the backfill has been in place at least
30 days. No pipe shall exceed a deflection
of 5 percent; if the deflection tests are to be
run using a rigid ball or mandrel, it shall
have a diameter equal to 95 percent of the
inside diameter of the pipe. The tests shall
be performed without use of a mechanical
pulling device. Any pipe not meeting the
deflection test shall be repaired at no cost to
the Owner.
SPECIFICATION TIME REQUIRED FORA 0.5 PSIG PRESSURE DROP
FOR SIZE AND LENGTH OF PIPE INDICATED
1
Pipe
Diameter
(in.)
2
Minimu
m
Time
(mince
c) 3
Length
for
Minimu
m
Time
(ft.)
4
Time
for
Longer
Length
(sec.)
pecified Minimum for Length (L) Shown (minsec)
100 ft 150 ft 200 ft 250 R 300 ft 350 ft 400 ft 450 ft
4 1:53 597 .190 L 1:53 1:53 1:53 1:53 1:53 1:53 1:53 1:53
6 2:50 398 .427 L 2:50 2:50 2:50 2:50 2:50 2:50 2:51 3:12
8 3:47 298 .760 L 3:47 3:47 3:47 3:47 3:48 4:26 5:04 5:42
10 4:43 239 1.187 L 4:43 4:43 4:43 4:57 5:56 6:55 7:54 8:54
12 5:40 199 1.709 L 5:40 5:40 5:42 7:08 8:33 9:58 11:24 12:50
15 7:05 159 2.671 L 7:05 7:05 8:54 11:08 13:21 15:35 17:48 20:02
18 8:30 133 3.846 L 8:30 9:37 12:49 16:01 19:14 22:26 25:38 28:51
21 9:55 114 5.235 L 9:55 13:05 17:27 21:49 26:11 30:32 34:54 39:16
24 11:20 99 6.837 L 11:24 17:57 22:48 28:30 34:11 39:53 45:35 51:17
27 12:45 88 8.653 L 14:25 21:38 28:51 36:04 43:16 50:30 57:42 64:54
30 14:10 80 10.683 L 17:48 26:43 35:37 44:31 53:25 62:19 71:13 80:07
33 15:35 72 12.926 L 21:33 32:19 43:56 53:52 64:38 75:24 86:10 96:57
36 17:00 66 15.384 L 25:39 38:28 51:17 64:06 76:55 89:44 102:34 115:23
42 19:74 57 20.942 L 34:54 52:21 69:49 87:15 104:42 122:10 139:37 157:04
48 22:67 50 27.352 L 45:35 68:23 91:11 113:58 136:46 159:33 182:21 205:09
ii
0
Service plugs shall be secured in place to prevent displacement during testing operations.
END OF SECTION ,
n
Sanitary Sewer Systems 2002 Northwest Commercial Park
02730 - 8 A-ALBEV 0113 '
n
[]
C
SECTION 02765
PAVEMENT MARKING
PART 1 GENERAL 2. All associated work items shall be
considered incidental, including the
1.01 SUMMARY following:
a. Preparing the surface
A. Section Includes: b. Controlling and protecting traffic
l . Application of temporary and permanent c. Maintaining the work through the
markings on pavement surfaces. .duration of the project.
d. Removing conflicting pavement
B. Method of Measurement:. markings-and messages.
1. Solid Lines: 3. Consider primer, labor and other
a. Measure solid lines (single and materials required for the installation of
double) by distance in linear feet of preformed plastic pavement markings as
applied material. incidental to the applicable pavement
b. Measure each color and line width marking item.
separately.
c. Measure transverse sections by the 1.02 REFERENCES
linear foot of applied material (using
24 inch solid yellow transverse lines A. Minnesota .Manual on Uniform Traffic
surrounded by 4 inch solid double Control Devices (MMUTCD).
yellow lines).
2. Broken Lines: B. Minnesota Traffic Engineering Manual.
a. Measure by distance in linear feet of
applied material. C. Mn/DOT Standard Specifications for
b. Do not measure spacing between Construction (including all Supplemental
line segments. Specifications).
c. Measure each color and line width
separately. D. Mn/DOT Specification for Epoxy Resin
3. Crosswalks: Pavement Markings (free of toxic heavy
a. Measure zebra crosswalks by area in metals)
square feet of applied material.
b. Measure lined crosswalks by linear E. Mn/DOT Technical Specification No. 1 -
foot of solid line as described above. Improved Patterned Polymer Pavement
c. Included with Traffic Signal Marking Tape for Lines and Selected
System. Symbols and Legends
4. Pavement Messages:
a. Measure individually as a unit for F. Mn/DOT Technical Specification No. 3 -
each message type (Left Turn High Durability Preformed Pavement
Arrow, Right Turn Arrow). Markings (Designed for Stoplines and
Crosswalks)
C. Basis of Payment:
1. Payment for pavement markings and G. Mn/DOT 3354 - Preformed Plastic
messages shall be at the contract unit Markings for Permanent Traffic Lane
price as listed on the Bid Form. Delineation and Legends.
2002 Northwest Commercial Park Pavement Marking
A-ALBEV 0113 02765 - 1
H. Application Specification for Traffic
Marking Paint. PART 2 PRODUCTS
I. Mn/DOT Specification for High Solids 2.01 MATERIALS '
Water Based Traffic Paint.
J.
Mn/DOT specification for .Drop-on Glass A. Tape:
1. Stamark Pavement Marking Tape, '
Beads.. Series 420 (for crosswalks and stop
bars), Series 380 (for all other pavement
K. Mn/DOT "Sign Details for Striper Train". markings), Scotch-Lane Removable '
Tape, Series 5710 (for construction
1.03 SCHEDULE zones) or Engineer approved
equivalents. '
A. Place epoxy pavement markings together
with appropriate glass spheres in accordance B. Primer:
with the Mn/DOT specifications. 1. "Stamark" brand primer P-46, or
Engineer approved equivalent. ,
B. Coordinate placement of lane tape, symbols
and legends installed on new pavement with C. Paint: '
final bituminous overlay. 1. High solids water based traffic paint in
conformance with the Mn/DOT
C. Apply and roll preformed plastic lane lines,
symbols and legends with the final rolling of specification.
,
the bituminous surface. D. Glass Beads:
1. Provide in accordance with Mn/DOT
D. .Application of pavement markings during specification (8 pounds per gallon). '
hours of darkness shall be allowed only by
approval of Engineer. 2.02 EQUIPMENT
E. On pavement open to traffic, .installation of A. Preformed Plastic Pavement Markings:
pavement markings may be suspended by 1. "Scotchliner" brand manual highway
direction of Engineer during peak traffic tape applicator (MHTA) or equivalent. '
hours or at any other time traffic is being 2. "Scotchliner" brand RTC-2 roller
unduly hampered or delayed by the work in tamper cart, or equivalent, with a
progress. minimum 2001b. (90.7 kg) load.
3. Primer applicator - Primer roller '
F. Final acceptance of preformed plastic applicator (SLT-934) with roller sleeves
pavement markings may be delayed to June (SLT-935), any solvent-resistant, long
30 of the year following installation, in order nap roller, or "Greenlite" brand GLG-12 '
to evaluate adhesive and retroreflective or PS-14 primer spray applicator.
characteristics of the pavement markings.
B. Paint: ,
G. Apply paint to bituminous surface not less 1. Self-propelled, pressure type applicator
than 7 days after placement of bituminous .subject to Engineer approval.
surface.
H. Apply epoxy pavement marking to
bituminous surface not less than 24 hours
after placement of bituminous surface. '
Pavement Marking 2002 Northwest Commercial Park
02765 - 2 A-ALBEV 0113 ,
C
~J
0
n
n
PART 3 EXECUTION b. Properly position the tape while
unwinding.
3.01 SURFACE PREPARATION c. Cut off the desired length of tape.
d. Walk on tape for initial tamping.
A. Clean the road by sweeping immediately 6. After application, firmly tamp the
prior to application. markings with a "Scotchliner" brand
RTC-2 roller tamper cart, or equivalent,
B. Do not apply pavement markings to wet- with a minimum 200 lb. (90.7 kg) load.
surfaces. 7. If conditions preclude the application of
preformed pavement markings, paint
3.02 APPLICATION shall be used until the preformed
A. Polypreformed Pavement Marking pavement markings can be properly
applied.
Application
1. Install preformed plastic pavement B. Paint Application:
markings in accordance with the 1. Apply all paint to a minimum thickness
manufacturer's specifications and as of 15 mils (wet).
follows.
2. Premark the road where tape will be C. Spacing and Layout
applied. 1. Apply all markings in accordance with
3. Prime the road: plan layout and details.
a. For overlay on existing roadway 2. Center 4 inch space between double
surfaces, prime first with "Stamark" lines on the roadway centerline, as
brand primer P-46, or equivalent. shown in Plans, or as directed by
b. Typical equipment includes a primer Engineer.
roller applicator (SLT-934) with 3. Provide 4 inch space between 4 inch
roller sleeves (SLT-935) or any solid yellow and 4 inch broken yellow
solvent-resistant long nap roller, or where used for center left turn lane
"Greenlite" brand GLG-12 or PS-14 delineation or for centerline striping.
primer spray .applicator (P-14 4. Apply broken lines in a pattern of 10
coverage is approximately 200 feet of marking and 40 feet of space.
square feet/gallon). Clean 5. Apply 24 inch wide stop lines from edge
equipment with any common of gutter across all approach lanes to the
solvent. intersection, as shown in Plans.
c. Procedure for applying primer. will 6. Locate 24 inch wide stop. lines 4-foot
include: (1) marking the road where behind crosswalk pavement markings or
tape will be applied. (2) applying as directed by Engineer.
one thin coat of P-46 to pavement, 7. Apply zebra crosswalk design in
extending at least 1 inch (2.54 cm) accordance with Figure 7.23 of the
beyond outlined areas. Let dry until Minnesota Traffic Engineering Manual
15 minutes at 70 degrees F. (21 and the following:
degrees C.). It is very important that a. Dimension "W" shall be 3 feet
the primer dry to prevent the b. Dimension "S" shall be 3 feet.
pavement tape from sliding after c. Crosswalk width shall be 6 feet.
application. d. No transverse lines.
4. Apply tape by hand, with a 8. Transverse areas shown on Plans shall
"Scotchliner" brand manual highway consist of 24 inch solid yellow lines. A 4
tape applicator (MHTA) or equivalent. inch solid double yellow line shall be
5. For hand application: installed along each end of the
a. Position the lead edge. transverse markings in accordance with
Figure 7.13 of the Minnesota Traffic
2002 Northwest Commercial Park Pavement Marking
A-ALBEV 0113 02765 - 3
ILJ
Engineering Manual. Approximately 20
feet of space shall be left between each B. When necessary, a pilot car and flaggers
transverse line. shall be used to provide adequate control
9. Turn lane pavement messages shall be
and direction of traffic. '
installed as shown in Figure 7.11 of the
Minnesota Traffic Engineering Manual C. Warning signs and barricades shall be
and shall be installed near the midpoint placed only where marking operations are in '
of the lane for which the pavement progress, shall be relocated as often as
message is serving. Top to bottom necessary, and shall not be left in place
length of arrows shall be 6' 11 ". Top to overnight. '
bottom length of words (ONLY) shall
be 8' 0". D. Traffic shall be allowed to keep moving at
10. Distance between arrows in two-way all times and the striping equipment shall be
center left turn lanes shall be 32 feet,
operated in a manner that will not make it '
measured from top of arrow to top of necessary for traffic to cross uncured
arrow. markings.
11. The Engineer shall place necessary '
"spotting" at appropriate points to E. Protective devices such as "cones" shall be
provide horizontal control for striping, of an approved type that will .not cause
and determine necessary starting and damage to the vehicle when accidentally ,
cutoff points. Skip line intervals will not struck.
be marked. Longitudinal joints and
pavement edges shall serve as horizontal F. Protect traffic and markings in accordance '
control when so directed. with applicable details of the Mn/DOT
12: A tolerance of 1/8 inch under and 1/2 "Sign Details for Striper Train".
inch over the specified width will be ,
allowed for striping provided the
variance is gradual and does not detract END OF SECTION
from the general appearance. Skip line '
segments may vary up to 1/4 foot from
the specified lengths provided the over
and under variations are reasonably
compensatory. Alignment deviations ,
from the control guide shall not exceed
2 inches. Material shall not be applied
over a longitudinal joint. Establishment '
of application tolerances shall not
relieve the Contractor of the
responsibility to comply as closely as
'
practicable with the planned dimensions.
3.03. PROTECTION OF TRAFFIC AND '
MARKINGS
A. Furnish and install all necessary warning
and directional signs and devices in order to;
maintain traffic whenever pavement
markings are applied in the presence of
traffic, and to protect uncured markings as '
needed until traffic can cross markings
without damaging markings. ,
Pavement Marking 2002 Northwest Commercial Park
02765 - 4 A-ALBEV 0113 '
July 1, 2000 TRAFFIC ENGINEERING MANUAL
TYPICAL LEFT TURN LANE rY
3.6m (12') 3.6m (12')
TURN LANE TURN LANE
100 mm (4") SOLID 1D0 mm {4") LINE
LINE WHITE
50 mm + 25 mm I I
100 mm (4 )~ ~ + -.1 I+•-
50 mm + 25 mm~ ~ r(2" 1") MAX.
(2" + 1") MAX. MAX.
100 mm (4^)SOLID LINE YELLOW
TYPICAL MESSAGE PLACEMENT
FOR TURN LANES
I
1 ~
60 m (200') )
OR LESS
(
ARROW AT
MIDPOINT
( -
15 m (50') )
( t _
6 m (20')
~ ARROWS'
2.4 m (8"0") (
(
10 m-25 m
(30'-80')
OVER 60 m (200')
15 m (50')
~ TYPICAL RIGHT TURN LANE
3.6 m (12') - 3.6 m (12')
LANE LANE
100 mm (4") LINE iD0 mm i4") SOLID
LINE WHITE
~50 mm ± 25 mm I ~ 100 mm ~50 mm ± 25 mm
(2" . 1") MAX-- 11~~-- 4 MAX. HHHH----
( ") (2" + 1") MAX.
100 mm (4") SOLID LINE WHRE
TYPICAL MARKINGS FOR
rl I~II I LEFT TURN ISLANDS
6 m (20') \
• 45°
-2 - 100 mm (4")
OLID LINES YEIL~
600 mm (24") SOLID
LINE YELLOW
150 m (500') SOLID
LINE YELLOW
** IF THE DISTANCE BETWEEN THE BEGINNING OF THE
SOLID LINE YELLOW FOR THE PAINTED LEFT TURN
LANE ISLAND AND AN EXISTING NO PASSING ZONE
(SOLID LINE YELLOW) FOR THE SAME LANE IS LESS
THAN:
1. 150 m (500') WHEN THE SPEED LIMIT IS 35 MPH OR LESS,
2. 200m (650') WHEN THE SPEED LIMIT IS 40-50 MPH,
3, 245m (800') WHEN THE SPEED LIM17 IS 55 MPH OR
GREATER
THE NO PASSING ZONES SHALL BE CONNECTED.
Text Ref.: 7-4.05.09
AT SPEEDS OVER 40 MPH
THE CROSSHATCH SPACING
MAY BE INCREASED TO
** 10 m (30') BETWEEN
CROSSHATCH LINES.
AT SPEEDS LESS THAN
40 MPH THE WIDTH OF THE
CROSSHATCH LINE MAY BE
REDUCED TO 300 mm (12").
TURN LANE AND LEFT TURN ISLAND FIGURE
July 1,1999 PAVEMENT MARKINGS 7 . J
July 1, 2000 TRAFFIC ENGINEERING MANUAL
100 mm (4") Broken Line Yellow
**150 m (500')
SOLID
LINE ** 150 m (500')
YELLOW SOLID LINE
3.6m 100mm (4") Solid line White 3.6m YELLOW
(12) (72')
I White Delineation
•
~ 100 mm (4") Double ~
Solid Line Yellow
• ~
~ 600 mm (24") Solid Line Yellow ~
45~ at 6m (20') spacing
~ (See Figure 7.11) ~
~ Yellow Delineation ~
~ ~~
•~ 42m ~
I 4.2m (14')
(tai 30m - 60m (100'-200') I 30m - 60m (100'-200')
•
•
100mm (4") Solid
Line Yellow
I 100mm (4") Solid I
Line White
1:70 1:70
Taper Taper
i
60 m (200') 60 m (200')
I I ~ I Tlt ~-
100mm (4") Broken Line White
** IF THE DISTANCE BETWEEN THE BEGINNING OF THE NO PASSING ZONE TO THE
BEGINNING OF THE TAPER FOR A MEDIAN ISLAND AND AN EXISTING NO PASSING
ZONE (SOLID LINE YELLOW) FOR THE SAME LANE IS LESS THAN_
1. 150 m (500') WHEN THE SPEED LIMIT IS 35 MPH OR LESS,
2. 200 m (650') WHEN THE SPEED LIMIT IS 40-50 MPH,
3. 245 m (800') WHEN THE SPEED LIMIT IS 55 MPH OR GREATER
THE NO PASSING ZONES SHALL BE CONNECTED.
Text Refi.: 7-4.05.12
DIVIDED ROADWAY TRANSITION FIGURE
July 1,1998 PAVEMENT MARKINGS 7 . '~ '~
~.,
TRAFFIC ENGINEERING MANUAL
Use the same signing
and marking for the
opposite direction.
R R/ T
W10-1
.600 mm
~~ )
-I 2m 5m (16')
~(6" 6"~
400 mm
(16") I
6 m (20')
0.5 m
2m
!!R R'' (6')
7m'(24')
(3')
-~_ 1
i00 mm I
(2')
R R
W10-1
X
PASSING
ZONE
W 14-3
Text Ref.: 7-4.05.14
R R
W 10-1
RAILROAD CROSSINGS WITH TRUCK STOPPING LANE FIGURE
July 1,1998 PAVEMENT MARKINGS ~ .14
I
I
I
600 mm (2')
600 mm~
(2')
ar
i
SPEED
LIMIT
30 mph
40 mph
50 mph
55 mph
1.15 Taper
X
45m 150'
85m 275'
130m 425'
150m 500'
115 m (50') Minimum
I ~ Optional
W4-2
100 mm (4") Broken Line White
>L~Without Gate Arm -- 5m (15')
from nearest rail
With Gate Arm - 2.4m (5')
from gate arm
- 100 mm (4") Solid Line White
~-
15im (50') -
TRUCK
1 Si OPPINO
LANE
R4-X4
1:15 Taper
100 mm (4") Solid
Edge Line White
it aA
July 1, 2000 TRAFFIC ENGINEERING MANUAL
(L>
WIDTH OF
INSIDE LANE tw)
WIDTH OF
PAINTED AREA (s)
WIDTH OF
SPACE
2.7m (9') 600mm (2.0') 750mm (2.5')
3.Om (10') 750mm (2.5') 750mm (2.5')
3.3m (11') 750mm (2.5') 900mm (3.0')
3.6m (12') 900mm (3.0') 900mm (3.0')
4.Om (13') 900mm (3.0') 1100mm (3.5')
~ ~
- - -~~S - - ~ - -
~~ ~
~ ~~
~ _ ~
~~ ~
~~ _ ~
1.8m (6') MIN.
450mm (1.5') MINIMUM UNSTRIPPED DISTANCE
NOTES: 1. Painted areas to be centered on centerline and lane lines.
2. A minimum of 450 mm (1.5 feet) clear distance shall be left
adjacent to the curb. If the last painted area falls into this
distance, it must be omitted.
3. On two-lane, two-way streets, use the spacing shown for a
3.3 m (11 ,foot) inside lane.
4. For divided roadways, adjustments in spacing of the blocks
should be made in the median so that the blocks are maintained
in their proper location across the traveled portion of the roadway.
5. At skewed crosswalks, the blocks are to remain parallel- to the
lane lines as shown.
Text Ref.: 7-4.08.01
PEDESTRIAN CROSSWALK MARKINGS - FIGURE
January 1,1996 ZEBRA DESIGN 7.20
~_ ~~
March 1, 1999
METRIC (ENGLISH)
ATTACHMENT
SPECIFICATIONS FOR EPOXY RESIN PAVEMENT MARHINGS
(FREE OF TOXIC HEAVY METALS)
1.0 DESCRIPTION
The work shall consist of furnishing and installing reflectorized white and yellow
two-component, 100 percent solids epoxy pavement markings. Applications are lines,
legends, symbols, crosswalks and stop lines placed on properly prepared asphaltic and
portland cement concrete pavement surfaces in accordance with the Special Provisions,
1 Plans, this Attachment and as directed by the Engineer. Upon curing, the materials produce
pavement markings of specified thickness, width and retroreflectivity that resist wear from
high traffic volumes for several years. During darkness and weather permitting, yellow
markings shall be readily distinguishable from white markings.
Values stated in the International System of Units SI apply only to projects to be constructed
in Metric units of measure. Values stated in inch-pound units (in parenthesis) apply only to
projects to be constructed in English units of measure.
2.0 QUALIFICATIONS
2.l Epoxy striping is a technical process requiring specialized equipment, quality controlled
materials and well-trained operators to produce functional, long life pavement markings. To
minimize application failures, Mn/DOT requires epoxy materials, beads, the pavement
marking contractor, and striper to be approved prior to the bidding process.
2.l .1 A pavement marking contractor and/or equipment may be qualified as follows:
1. No previous epoxy striping on any construction contract-- contact Mn/DOT to arrange for
field demonstration.
2. Recent epoxy striping experience with other state transportation departments-- contact
Mn/DOT and provide experience summary, including names of persons to be
contacted.
3. If striper is new, contact Mn/DOT to arrange for field demonstration.
2.1.2 Before any epoxy product is acceptable for bid, it shall be field tested, evaluated, approved
and assigned a product identification number by the Mn/DOT Materials Engineering Section.
An approved product is placed on the APPROVED PRODUCTS LIST which is shown in
Section 2.1.4.
2.1.3 No change in product identification, chemical composition as indicated by infrared
spectrophotometry and/or chemical analysis, or changes in the application requirements will
be allowed. Any such changes shall be submitted for further evaluation.
Paee l of l0
March 1, 1999
METRIC (ENGLISH)
Mn/DOT EPOXY PAVEMENT MARKING MATERIAL
APPROVED PRODUCTS LIST
2.1.4
Fast Drv (Type Il
Manufacturer Product Appr Date
Polycarb Inc. MARK 55.3 1998
Epoplex LS 50 1998
Slow Dry (Type II)
Manufacturer
Product
Appr Date ,
Polycarb Inc. MARK 55 1991
Epoplex LS 60 1998
3.0 MATERIAL CLASSIFICATIONS
3.1 This specification provides for the classification of epoxy resin pavement marking systems by
tYPe-
3.l .1 Type I - A fast cure material suitable for line applications and, under ideal conditions ,may
not require coning.
3.1.2 Type II - A slow cure material suitable for all applications of pavement markings under
controlled traffic conditions, i.e., coning is required and flagging may be as directed by the
Engineer.
3.1.2 Only Slow Dry Type II epoxy material shall be used for epoxypavement markings
except when specified as otherwise in the Special Provisions.
4.0 EPOXY AND BEAD REQUIREMENTS
4.1 Epoxy Resin Material
4.1.1 .The material shall be composed of epoxy resins and pigments only. No solvents are to be
given off to the environment upon application to a pavement surface.
4.1.2 The composition shall be within the tolerance permitted for the product tested and approved
by Mn/DOT. Type Il material shall be completely free of TMPTA (Tri-Methyol Propane
Tri-Acrylate) and other multi-functional monomers.
4.l .3 All. materials shall be free of lead, cadmium. mercury
hexavalent chromium and other toxic
,
heavy metals as defined by the United States Environmental Protection A ency.
4.I.4 Color -- The color of the white epoxy shall be a pure flat white, free of tints. The color of
the yellow epoxy shall closely match Color Number 33538 of Federal Standard 595 and shall
conform to the following CIE Chromaticity limits using illuminant "C":
x l 0.470 10.485 10.520 10.480
y 10.440 10.460 10.450 10.420
Daylight Directional Reflectance (Y), white, minimum 83
,
Pa e2of l0 -
March I, 1999
METRIC (ENGLISH)
Daylight Directional Reflectance (Y), yellow, minimum SO
Testing will be according to
Daylight Directional Reflectance ASTM D 2805
Color ASTM D 2805
4.1.5 Adhesion Capabilities -- When the adhesion of the material to portland cement concrete (the
concrete shall have a minimum of 2,070 kPa (300 psi.) tensile strength) is tested according to
American Concrete Institute Committee 403 testing procedure, the failure of the system must
take place in the concrete. The concrete shall be 32°C when the material is applied, after
which the material shall be allowed to cure for 72 hours at 23±2°C.
4.1.6 Abrasion Resistance -- When the abrasion resistance of the material is tested according to
' ASTM C SO1 with a CS-17 wheel under a load of 1000 grams for 1000-cycles, the wear .
index shall be no greater than 82. (The wear index is the weight in milligrams that is abraded
from the sample under the test conditions).
4.l .7 Hardness -- The Type D durometer hardness of the material shall be not less than 7S nor
more than 90 when tested according to ASTM D2240 after the material has cured for 72
hours at 23±2°C.
' 4.1.8 Tensile Strength -- The tensile strength of the material, when tested according to
ASTM D 638, shall not be less than 41,370 kPa (6,000 psi.) after 72 hours cure at 23±2°C.
4.1.9 Compressive Strength -- The compressive strength of the material, when tested according to
' ASTM D 695, shall not be less than 82,700 kPa (12,000 psi.) after 72 hours cure at 23±2°C.
4.1.]0 Shelf Life -- The individual components shall not require mixing prior to use when stored for
a period of 12 months.
4.2 Glass Beads
4.2.1 Glass beads shall meet the requirements of AASHTO M247, Type I, and:
a. Coatings -- the-beads shall be treated according to the manufacturers
i recommendations and meet the requirements of Section 4.4.2 of M247, and
b. Roundness-- the beads shall have a roundness of at least 80%.
4.2.2 For 380 µm (1S mil) applications, glass beads shall be applied at a rate of at ]east 3.0 kg/L
(2S ]b./gal.). A greater bead application rate may be necessary for meeting the
performance criteria (minimum levels of retroreflectivity). This will require
contractors to consult with all the material manufacturers.
4.3 Time to No-Track -- Type I material shall be in "no-tracking" condition in 1 S minutes or less
and within 4S minutes for Type II material. The "no-tracking" condition shall be determined
on an application of specified thickness to the pavement and covered with glass beads at the
rate of at ]east 3.0 kg/L. (2S lb./gal.). The lines for this test shall be applied with striping
equipment operated so as to have the material at manufacturer's recommended application
temperature. This maximum "no-tracking" time shall not be exceeded when the pavement
temperature varies from 10 to 49° C (SO to 120° F) and under all humidity conditions,
providing the pavement is dry. The no-tracking time shall be determined by passing over the
line with a passenger car or pickup truck at a speed of 40 to SS kmph (2S to 3S mph) in a
simulated passing maneuver. Aline showing no visual deposition of the material to the
pavement surface when viewed from a distance of 1 S m (SO ft.) shall be considered as
showing "no-tracking" and conforming to this requirement for time to "no-track."
Page 3 of ] 0
March 1, 1999
METRIC (ENGLISH) ,
5.0 APPLICATION EQUIPMENT AND PROCEDURES
5.1 Equipment '
5.1.1 Equipment furnished shall include an applicator truck of adequate size and power, designed
to apply an epoxy resin material and glass beads in a continuous or intermittent line pattern.
The equipment shall be capable of placing stripes on the left and right sides. Theleft carriage ~~
shall be capable of placing two lines simultaneously with either line in a solid or intermittent
pattern in yellow or white. With change in color usage, an amount of material equal to
fifteen 3 m (10 ft.} stripes shall be wasted to eliminate the change of the incorrect color being
applied.
5.1.2 The applicator truck (striper) and other vehicles in the striping train shall have permanently
mounted Type C flashing arrowboards. -They shall be visible to oncoming or following
traffic, depending on the type of line being placed. Arrowboard requirements are detailed in
the "Field Manual" of the Minnesota Manual of Traffic Control Devices. Also, truck
equipment shall be capable of accumulating the footage applied per gun, individually each
day. Only material application shall activate the footage accumulators. The readout shall be
digital and not adjustable.
5.1.3 The equipment shall be capable of applying glass beads in a pressurized system at a rate of at
least 3.0 kg/L (25 lb./gal.). A greater bead application rate may be necessary for meeting
the performance criteria (minimum levels of retroreflectivity). This will require '
contractors to consult with all the material manufacturers.
5.1.4 All guns on the spray carriages shall be in full view of the operator(s) during operation.
5.1.5 Each crew shall include at ]east one technical expert knowledgeable in equipment operation, '
application techniques, control of traffic, and safety regulations.
5.2 Procedures.
5.2.1 Pavement markings shall be placed in accordance with the details shown in the Plans and the 1
control points established by the Engineer.
5.2.2 The road surface shall be cleaned at the direction of the Engineer just prior to an application.
Pavement cleaning shall consist of at least brushing with a rotary broom (non-metallic), or as
recommended by the material manufacturer and acceptable to the Engineer. New Portland
cement concrete surfaces shall be sandblasted clean to remove any surface treatments and/or
laitance. On low speed [Speed Limit 65 km/h (40 mph} or less] urban portland cement
concrete roadways, sandblast cleaning shall be used for all epoxy. pavement markings..
5.2.3 If the roadway surface is dry, the epoxy material application shall immediately follow the
pavement cleaning and be preceded by an air blast. However, markings shall not be applied
when the wind or other conditions cause a film of dust to be deposited on-the pavement
surface before the material can be applied.
5.2.4 The Engineer will place necessary spotting at appropriate points as overall horizontal control
for striping and to indicate necessary starting and cutoff points. Broken-line intervals will not
be marked. Longitudinal joints, pavement edges, and existing markings shall serve as control
points when so directed.
5.2.5 A 380µm (I S mil) epoxy line requires a liter of mixed components for every 25.8 m
(84.5 ft.) of 100 mm (4 in.) wide line. Field measurements are inserted into the following
equation: Line Thickness in micrometers = Liters x O.OOI x 10-3x m3 divided by the quantity
Length in meters x width in meters (Thickness in inches = Gallons x 231 cubic inches
divided by the quantity Length (inches) x Width (inches)). Use 3.785 liters per gallon if
epoxy is metered in gallons.
Page 4 of l0
March 1, 1999
I METRIC (ENGLISH)
5.2.6 The minimum line width shall be its nominal width with 6 mm ('/a in.) greater than the
nominal width allowed provided the variation is gradual and does not detract from the
general appearance. Broken line segments, normally 2 m (6.56 ft.) every 10 m (32.81 ft.),
may vary up to 75 mm (3 in.) from the specified lengths provided the over and under
variations are reasonably compensatory. Alignment deviations from the control guide shall
not exceed ,except when approved by the Engineer. Material shall not be applied over a
longitudinal joint. Establishment of application tolerances shall not relieve the Contractor of
his responsibility to comply as closely as practicable with the planned dimensions.
5.3 Spraying Operation
5.3.1 Placement of epoxy materials shall be permitted only on a clean, dry pavement surface and
air and pavement temperatures at least 10° C (50° F) unless the manufacturer, in writing,
approves a lower temperature.
5.3.2 Two parts of epoxy component A (pigment) and one part component B (hardener) shall be
heated separately at 43°±1 ° C (1 l0°±30° F) and thoroughly mixed. All material heated over
60° C (140° F) shall be discarded. The sprayed epoxy shall be applied at 43 °±I ° C
(110°±30°F) or as recommended by the manufacturer.
5.3.3 Glass beads shall be applied immediately after the placement of the epoxy. If two bead
gradations are required by the Special Provisions, two bead dispensers are required to deliver
the specified drop rates. Otherwise the dispenser system must deliver at a minimum 3.0 kg
(25 Ib_/gal.) of beads per liter of epoxy material. A greater bead application rate may be
.necessary for meeting the performance criteria (minimum levels of retroreflectivity).
This will require contractors to consult with all the material manufacturers.
5.3.4 The Contractor shall cooperate with inspection personnel in reviewing operation of the
equipment, safety precautions, measurement of materials (components and beads),
computations to determine specific and daily application rates, sampling materials, making
other measurements, such as epoxy thickness, and notifications as to work schedule.
5.3.5 Only Tvpe II epoxy material shall be used for epoxy pavement markings except when
specified as otherwise in the Special Provisions
5.3.6 Traffic control for the pavement marking operations shall be in substantial conformance with
the "Field Manual," Minnesota Manual of Uniform Traffic Control Devices . A shadow
vehicle with atruck-mounted attenuator shall be used on high speed [SPEED LIMIT
(65 km/h) (40 mph) and greater], high volume (ADT 1500 and greater) highways.
6.0 SAMPLING RATE & PROCEDURES
6.1 One pint samples of each manufacturer's lot or batch furnished for the contract shall be
submitted to Mn/DOT at the time of manufacturing. One pint samples of both Part A
(yellow/white) & part B must be submitted to the Mn/DOT Materials Laboratory, 1400
Gervais Ave., Maplewood, Minnesota 55109. (612) 779-5550 or 5549, FAX:
(612) 779-5616. Samples shall be identified as follows:
1. Manufacturer's Name 5. Color .
2. Manufacturer's Product Number 6. Intended state project numbers.
3. Lot/Batch Number
4. Date Manufactured
6.2 Contractors will not be allowed to use material that has not. meet the requirements of
Sections 6.1 & 7.0. Contractors will be asked to remove material that does not conform to
Sections 6.1 & 7.0 and replace with material that does.
Page 5 of 10
March i, 1999
METRIC (ENGLISH) ,
7.0 CERTIFICATIONS
7.1 The manufacturer shall certify that the components meet the requirements of these
specifications and are on the Mn/DOT Approved Product List.
7.2 Certifications shall be sent along with the samples in section 6.1.
8.0 CONTAINER MARHINGS
8.1 Containers for epoxy components shall be marked with the manufacturer's name, product
identification number, lot or batch number, date of manufacture, color, net weight of
contents.
8.2 Containers for glass beads shall be marked with the name of manufacturer, the wording
"Glass. Beads," lot or batch number, coating type, date manufactured, and the net weight.
9.0 ACCEPTANCE OF PAVEMENT MARHINGS
In order to be a long-life pavement marking, epoxy markings placed in Minnesota must retain
a satisfactory level of retroreflectivity in addition to demonstrating good adhesion, resisting
chipping, and exhibiting proper daytime and nighttime colors. These attributes have been
observed and evaluated for several years and are the basis for acceptance/rejection procedures
and values used herein.
9.1 Retroreflectivity ,
9.1.1 Acceptable Minimum Retroreflectivity Values
MINIMUM AVERAGE RETROREFLECTNITY VALUES
FOR EPOXY MARKINGS
(mcd/m2/lux)
Period White Yellow
Initial* 300 200
After-One-Winter* 175 140
* Described in Section 9.1.4 Miscellaneous Traffic Controls, Numbers 4 and 5.
9.1.2 Retroreflectometers-- Measurements shall be taken with either a portable or mobile
retroreflectometer conforming to 30-meter geometry which is defined as: the entrance angle
(the angle between the illumination axis and the retroreflector axis) shall fall between 88.50°
and 88.76° and the observation angle (the angle between the illumination axis and the
observation axis) shall fall between 1.0° and 1.05°; and, the co-viewing angle (the
complement of the entrance angle) shall fall between 2.29° and 2.50°. All retroreflectivity
readings and data analysis will be provided by Mn/DOT at no cost to the Contractor.
Mn/DOT reserves the right to:
• make daytime and/or nighttime visual inspections with or without the presence
of the Contractor's representative, mainly to locate obvious or suspect areas of
deficiency, and
• determine retroreflectivity of symbols, legends and lines wider than 200 mm
(8 in.) using the portable retroreflectometer only.
9.1.3 Test Se meets -- The following methodology will be used to evaluate retroreflectivity
performance of in-service longitudinal line pavement markings:
~,
Page 6 of 10
March 1, 1999
METRIC (ENGLISH)
LENGTH AND NUMBER OF TEST SEGMENTSa PER ROADWAYb PER LINE TYPE`
Len th of Roadwa
g y Number of Test Length of Test
Segments Segments
Less than l .5 km (1 mi.) 1 300 m (0.2 mi.}
Greater than or equal to 1.5 1 per 1.5 km (1 mi.) 300 m (0.2 mi.)
km (l mi.)
a TEST SEGMENTS-- Areas of a roadway chosen for measuring retroreflectivity of the
line types.
n ROADWAY--As used here, means that portion of a street or highway ordinarily used for
vehicular traffic. In the event a street or highway includes two or more
separate roadways, the term roadway sha1J refer to each roadway
separately.
` LINE TYPE-- Longitudinal lines of the same color and function. For example, white and
yellow edge.lines are each a line type.
9.l .4 Measurements in Test Se menu
Portable Retroreflectometer
l . Take a minimum of 20 readings in each test segment per line type.
2. On broken lines (skip striping), measure every other stripe, taking no more than two
readings per stripe with readings 0.5 m (20 in.) from the ends of the marking.
3. For solid lines, divide test segment into ten areas of 30 m-(100 ft.); space readings a
. minimum of 10 m (33 ft.) and a maximum of 30 m (100 ft.) apart.
~, ~ 4. For l0 percent of each message type, take 5 readings on each message line; for 10
percent of each symbol type, take 5 readings on each symbol.
5. Upon completion of the evaluation, regardless of the results, additional test segments
may be ordered by the Engineer.
,- - Mobile Retroreflectometer
1. Calibration of the instruments shall be in accordance with the manufacturer's
instructions.
2. Retroreflectivity shall be measured at a minimum rate of 20 percent of each roadway
length byline type.
3. Should another mobile unit be available, the maximum acceptable deviation for
measurements made by the two different instruments of the same manufacturer and
for the same roadway length shall be ± 10%.
4. Repeatability for the given mobile unit shall be ± 6%.
5. Upon completion of the evaluation, regardless of the results, additional test segments
may be ordered by the Engineer
.
Miscellaneous Controls
1. Take measurements on a clean, dry roadway.
2. Collect data in direction of traffic flow.
3. Measurement units are: mcd/m2/lux.
4. Wait at least two (2) weeks from date of placement of the markings before taking
initial readings.
Paoe 7 of 10
9.1.5
9.2
March ], 1999
METRIC (ENGLISH)
5. Take after-one-winter readings in May or June to assure that spring rains have cleaned
the beads.
6. Randomly select test segments unless night reviews or other knowledge supersedes a
random selection process.
7. Measure each line type separately.
8. The Engineer may request additional readings or test segments.
9. In the event LASERLUX is not available, the Engineer may require the use of the
portable retroreflectometer or establish an alternative evaluation plan.
Contents of Retroreflectivity Report
The report shall consist of:
• State Project number
Trunk Highway number
• Test date
• Geographical location of the test site(s), including distance from the nearest
permanent site identification, such as a reference point.
• Identification of the pavement marking material tested: type, color, age, and
transverse location on the road
• Identification of the. retroreflectometer
• .Remarks concerning the overall condition of the line, messages and symbols such as
carryover of asphalt, snow plow damage, uneven distribution of beads, etc.
• Average of the readings for each test segment with one standard deviation calculated.
• Average of the readings for each message and symbol type.
Correction of Defects/Penalties
l . All pavement markings not conforming to the requirements of the Contract shall be
removed and replaced or otherwise repaired to the satisfaction of the Engineer.
Removal of unacceptable work shall be accomplished with suitable blasting or
grinding equipment unless other means are authorized by the Engineer:
2. Where yield computations show a deficiency in material usage of not more than 20
percent, Mn/DOT may require satisfactory repair or may accept the work at a reduced
unit price which is in direct proportion to the percent of the deficiency. Where the
deficiency in material usage exceeds 20%, Mn/DOT may require removal and
replacement to the satisfaction of the Engineer unless other means are approved by
the Engineer.
3. If the Engineer requires removal and replacement, the contractor shall remove (by an
approved process) at least 90% of the deficient line, with no excessive scarring of the
existing pavement. The removal width shall be one inch wider all around the nominal
width of the pavement marking to be removed.
t
1
u
t
n
U
Page 8 of l0
t
f
fl
i
[1
n
1
1
~~
March 1, 1999
METRIC (ENGLISH)
4. Where initial retroreflectivity falls below the minimum acceptable levels but not more
than 20%, the Engineer may require satisfactory repair or may accept the work at a
reduced unit price which is in direct proportion to the percent of the deficiency.
Where the deficiency in retroreflectivity exceeds 20%, i.e., less than 240 mcd/m2/lux
for white and ] 60 mcd/mz/lux for yellow, the Engineer may require the removal and
replacement to the satisfaction of the Engineer unless.other means are approved by
the Engineer.. Where minimum levels after one winter fall below the specified levels
(170 mcd/mz/lux - 135 mcd/m2/lux), Mn/DOT will notify the project contractor and
manufacturer(s) of the failure. If the initial readings were above Mn/DOT's specified
initial minimum levels (300 mcd/mZ/lux - 200 mcd/m211ux), the Engineer, contractor,
and manufacturer(s) of the materials} shall review the project together. Based on the
review an of all known aspects, the Engineer will make a determination as to why the
job failed and notify the Contractor, pavement marking contractor, and/or
manufacturer(s) in writing.
5. If this process has to be repeated on several projects with either the same contractor
and/or manufacturer(s), Mn/DOT will take corrective action. This corrective action
will be a two step process:
Step l Pavement marking contractor/manufacturer(s) will be considered not
approved for Mn/DOT projects, except to bring workmanship/product
back into compliance.
Step 2 U the first step cannot be attained, pavement marking contractor/
manufacturer(s) will not be allowed to participate in Mn/DOT projects
and/or be removed from Approved Product List.
10.0 DOCUMENTATION
Contractors applying epoxy pavement markings for Mn/DOT under a contract are required
to fill out the attached "Construction Striper Operations Daily Log" form. These forms shall
be completed at the end of each project and faxed to the "Reflective Systems Unit" at (6l2)
797-3181 Attn: Jim Carlson. Failure to submit completed forms may result in 10% of the
overall contract price for epoxy pavement markings held back. Also, if forms are not
sent in to the reflective systems unit in a timely manner projects will not be inspected during
optimum times for meeting their performance criteria. Any questions regarding this form can
be answered by calling the Reflective Systems Unit at (612} 797-3183.
Page 9 of 10
March l , l 999
METRIC (ENGLISH)
Construction Striper Operations Daily Log
D~tt~_' __.__e_..~ _.° 5P Number ~ Coritrackoi~'" ~ Recotd ', 0_ " of Q .
E~uiK~rrr~rtr~m~~ers ~tt~tenal; Suppliar ~ ' .Lr~t hto. .~ fnspa~ ~~upTM ``Re,, Hrs C T H s
~#n er Het Co~
_ ...... ~ ~ , Memo ke
TiafFicl
~~ . .
__
Traffic 2. ,L ~ ;~jy~1 yr. ~~ .W. v ~~ , DeFaulk
Aux Urnk ~~ ~~~~~} 1-'~l~
„r,:_. _ ,-. _ JLI .Save. __~
~,_ ..
_~R - - -
~_;
`.Matenz~l s - ~ • ~ ~ _ - ~ ~ Undo.. ~I
8,~ ~ Down
~~__ ~~ (~ ~ ~~>~~ Exrt toad
Beads Pounds
Segment '`qf Lt~; County= ~ Gt ~- District
~- y- ~~ ~ - .. .
R
S
Hw,y Begrn
Ref_Fnk End
_f~ef Pnt Int
seek .Ink
cht~
Material
C Tram
Timc Equip
Drlip ',wthr
Dc~,-sy __._
1~fork Tppes
A White Edge B: Yellow Edge C: White Skip D: Sr'ellow CtL E= f2" White Gore F_ B" Yellow [lore
G- Messages H. 51op Bars l: Coss walk M: Qlher Work ha: Orly Interseckionsllnterrhanges
Page 10 of 10
1
1
1
i
1
1
1
1
1
1
1
1
t
1
1
1
1
1
1
SPECIFICATION FOR PREFORMED REMOVABLE RETROREFLECTIVE
PAVEMENT MARKINGS USED IN CONSTRUCTION WORK ZONES
January 1995
General Description
This work shall consist of furnishing, installing, removing or obliterating pavement
markings in construction work zones in accordance with this provision and in reasonably
close. conformity with the dimensions and lines shown on the plans or established by the
Engineer.
~'
Materials -General
The preformed markings shall consist of white or yellow retroreflective film, on a
conformable backing.
The size, quality, and refractive index of the glass beads shall be such that the
performance requirements for the markings shall be met.
The pigments shall be selected and blended to provide pavement markings which are
The markings shall be precoated with a pressure sensitive adhesive and shall be capable
of being adhered to asphalt concrete or Portland cement concrete at temperatures as low
as 50°F and in accordance with the •manufacture's instructions without the use of heat,
solvents or other adhesive means, and shall be immediately ready for traffic after
application.
white or yellow, conforming to standard highway colors.
Preformed words and symbols shall conform to the applicable shapes and sizes as
outlined in the current "Manual on Uniform Traffic Control Devices for Streets and
Highways".
When stored in a cool dry area indoors, the materials shall be suitable for use for one
-year after the~date of purchase.
Classification
The removable retroreflective striping tape must be designed and constructed in such a
manner that it can be readily removed when the markings are no longer applicable. The
tape shall be capable of performing for the duration of a normal construction season and
shall then be capable of being removed intact or in large pieces either manually or with a
recommended roll-up device.
Requirements
Composition: The removable, preformed, retroreflective pavement markings shall
consists of glass beads embedded in a white or yellow film with a thin, flexible,
conformable backing which is precoated with a pressure sensitive adhesive. A structured
1
interlaced medium shall be incorporated to facilitate removal.
Reflectance: The white and yellow films shall have the following initial minimum
reflectance values at 0.2° and 0.5° observation angles and 86.0° entrance angle as
measured in accordance with the testing procedure of ASTM D-4061. The photometric
quantity to be measured shall be specific luminance (SL), and shall be expressed as
millicandelas per square foot per foot candle (mcdxft- )xfc- ). The metric equivalent shall
be expressed as millicandelas per square meter per lux. The test distance shall be 50 ft.
(15m) and the sample size shall be a 2.0 x 2.5 ft. rectangle (0.61 m x 0.76m).
The angular aperture of both the photoreceptor and light projector shall be 6 minutes of
~
arc. The reference center shall be the geometric center of the sample, and the reference '
axis shall be taken perpendicular to the test sample.
WHITE YELLOW
Entrance Angle 86.0° 86.0° 86.5° 88.8° 86.0° 86.0° 86.5° 88.8°
Observation Angle 0.2° 0.5° 1.0° 1.05° 0.2° 0.5° 1.0° 1.05°
Specific Luminance 1770 1270 .750 500 1310 810 450 300
SL mcd"ft~~ *fc']
Adhesion: The manufacturer shall be required to demonstrate that the properly applied
pavement marking adheres to the roadway under climatic and traffic conditions normally
encountered in the construction work zone.
Removability: The marking film shall be removable from asphalt concrete and portland
cement concrete intact or in large pieces, either manually or with aroll-up device, at
temperatures above
40°F without the use of heat, solvents, grinding or blasting.
Skid Resistance: The surface of the markings provides an initial minimum skid resistance
value of 50 BPN when tested according to ASTM E303-74.
Installation
Pavement markings in construction work zones shall be placed in accordance with the
following provisions:
At the end of each day's work, pavement markin s shall be in lace on each avin
9 P p g hft
that is open to normal traffic flow. Materials requiring removal shall be as specified
above, and marking configurations shall be in accordance with the Manual on Uniform
Traffic Control Devices.
The pavement markings shall be maintained and replaced by the Contractor without
additional compensation until they have served their purpose, at which time the contractor
s
[~
1
r
1
r
1
will be required to remove them.
Pavement markings .shall be applied to clean, dry surfaces in accordance with the
manufacturer's installation instructions or a method approved by the Engineer.
Method of Measurement
Linear pavement markings will be measured in linear feet complete-in-place for the width
specified.
Work and symbol markings will be measured in units of each or in square feet complete-
in-place.
Removal or obliteration of pavement markings in construction work .zones wil( not be
measured for payment, but shall be considered incidental to the work.
Basis of Payment
Retroreflective preformed pavement markings will be paid for at the contract unit price,
which price shall be full compensation for cleaning and preparing the pavement surface,
for furnishing and placing all materials, and for all materials, labor, tools, equipment and
incidentals necessary to complete the work.
Payment will be made under:
Pay Item
Pavement Markings, linear (width}
Pay Unit
Linear Foot
Pavement Markings, words/symbols
3
Each or Square Foot
{1
SPECIFICATION FOR DURABLE, RETROREFLECTIVE, PREFORMED,
PATTERNED PAVEMENT MARKINGS WITH IMPROVED RETROREFLECTIVITY
RETENTION
December 1996
I. DESCRIPTION
This work shall consist of furnishing and installing retroreflective preformed
patterned pavement markings in accordance with this provision and in
reasonably close conformance. to the dimensions and lines shown on the plans
or established by the engineer.
II. MATERIALS -GENERAL
The preformed patterned markings shall consist of white or yellow films with clear
and/or yellow-tinted microcrystalline ceramic beads incorporated to provide
immediate and continuing retroreflection. These films shall be manufactured
without the use of lead chromate pigments or other similar, lead-containing
chemicals.
'~ Preformed words and symbols shall conform to the applicable shapes and sizes
as outlined in the "Manual on Uniform Traffic Control Devices for Streets and
Highways."
The preformed markings shall be capable of being .adhered to asphaltic cement
concrete and Portland cement concrete by apre-coated pressure sensitive
adhesive. A surface preparation adhesive may be used to precondition the
pavement surface. The preformed markings shall conform to pavement contours
by the action of traffic. The pavement markings shall be capable of application
on new, dense and open-graded asphalt concrete wearing courses during the
paving operation in accordance with the manufacturer's instructions. After
application, the markings shall be immediately ready for traffic. The bidder shall
identify proper surface preparation adhesives (where necessary) to be applied at
the time of application, all equipment necessary for proper application, and
recommendations for application that will assure effective product performance.
The preformed markings shall be suitable for use for one year after the date of
receipt when stored in accordance with the manufacturer's recommendations.
1
IV.
CLASSIFICATION
The markings shall be highly durable, retroreflective, pliant polymer materials
designed for longitudinal and word/symbol markings subjected to high .traffic
volumes and severe wear conditions such as shear action from crossover or
encroachment on typical longitudinal configurations such as edge lines and lane
lines.
REQUIREMENTS
Composition: The retroreflective pliant polymer pavement markings shall
consist of a mixture of high-quality polymeric materials, pigments and glass
beads distributed throughout its base cross-sectional area, with a reflective layer
of microcrystalline ceramic beads bonded to a durable polyurethane topcoat
surface. The patterned surface shall have approximately 50% + or - 15% of the
surface area raised and presenting a near vertical face (f3 angle of 0° to 60°) to
traffic from any direction. (See diagram below.) The channels between the
raised areas shall be substantially free of exposed beads or particles.
t
Reflectance: The white and yellow markings shall have the following initial
expected retroreflectance values as measured in accordance with the testing
procedures of ASTM D4061. The photometric quantity to be measured shall be
coefficient of retroreflected luminance (R~) and shall be expressed as
millicandelas per square foot per foot-candle [(mcd ft-2) fc']. The metric
equivalent shall be expressed as millicandelas per square meter per lux [(mcd •
m2) • Ix']. The test distance shall be 50 feet (15 m).
EXPECTED INITIAL REFLECTANCE
White Yellow
Entrance Angle 86.0° 86.5°" 88.8° 86.0° 86.5°* 88.8°
Observation Angle 0.2° 1.0° 1.05° 0.2° 1.0° 1.05°
Retroreflected Luminance 1100 700 500 800 500 300
R [ mcd • ff2 • fc']
''These retroreflectance values are based on dark room photometric readings per
2
t
1
1
1
1
r
L1
1
1
TESTING PROCEDURE FOR REFRACTIVE INDEX OF BEADS BY LIQUID
IMMERSION
I. EQUIPMENT REQUIRED:
A. Microscope (minimum 100X magnification)
B. Light source -preferably sodium light or other monochromatic source, but
not absolutely essential
C. Refractive index liquids"
D. Microscope slide and slide cover
E. Mortar and pestle
*Available from R.P. Cargille Laboratories, Inc., Cedar Grove, NJ.
I1. PROCEDURE:
A. Using the mortar and pestle, crush a few representative beads and place
a few of these crushed particles on a microscope slide.
B. Place a drop of a refractive index liquid, with an index as close to that of
the glass as can be estimated, on the particles.
C. Cover the slide with a microscope slide cover and view the crushed
particles by transmitted light normal to the slide surface (illuminated from
the bottom). '
D. Adjust the microscope mirror to allow a minimum light intensity for
viewing. This is particularly important if sodium light is not used.
E Bring a relatively flat and transparent particle into focus.
F. By slightly raising and lowering the objective (microscope tube), look for
one or both of the following:
1. Becke Line -This light line will appear to move either into the
particle or away from it. In general, if the objective is raised, the line
will move toward the material of higher refractive index; if the
objective is lowered, the line will move toward the material of lower
index.
4
1
1
1
1
t
1
1
1
1
1
1
1
1
1
1
0
2. Variation in Particle Brightness -When raising the object from a
sharp focus, the particle will appear to get brighter or darker than
the surrounding field. If it becomes brighter, the glass has a higher
refractive index than the liquid. If it becomes darker, the glass has
a lower refractive index than the liquid. In both cases, the opposite
will be true if the object is lowered.
G. This test can be used to confirm tha
t the beads are above or below a
specified index. It can also be used to give an accurate determination of
the index (+ or - 0.001). This is done by using several refractive index
liquids until a match or near match of indices occurs. The index of the
glass will equal that of the liquid when no Becke line and no variation in
bead brightness can be observed.
The size and quality of the beads shall be such that the performance requirements for
the retroreflective pliant polymer shall be met.
' Acid Resistance: The beads shall show resistance to corrosion of their surface after
exposure to a 1 % solution (by weight) of sulfuric acid. The 1 % acid solution shall be
made by adding 5.7cc of concentrated acid into 1000cc of distilled water. CAUTION:
Always add the concentrated acid into the water, not the reverse. The test shall be
performed as follows:
Take a 1 " x 2" sample, adhere it to the bottom of a glass tray and place just enough
acid solution to completely immerse the sample. Cover the tray with a piece of glass to
prevent evaporation and allow the sample to be exposed for 24 hours under these
conditions. Then decant the acid solution (do not rinse, touch or otherwise disturb the
bead surfaces) and dry the sample while adhered to the glass tray in a 150° F. (66° C.)
oven for approximately 15 minutes.
Microscopic examination 20X shall show no °
( ) more than 15 /° of the beads having a
formation of a very distinct opaque white (corroded) layer on their entire surface.
Color: The reformed markin s sh-all consist of w
p g hite and yellow films with pigments
selected and blended to conform to standard highway colors.
Skid Resistance: The at
p terned surface of the retroreflective pliant polymer shall
provide an initial average skid resistance value of 45 BPN when tested according to
ASTM E303 except values shall be taken in one direction and then at a 45° angle from
that direction. These two values shall then be averaged to find the skid resistance of the
.patterned surface.
Patchability: The pavement marking material shall be capable of use for patching
worn areas of the same type in accordance with manufacturer's instructions.
i
Thickness: The patterned material without adhesive shall have a minimum caliper of
0.065" (1.651 mm) at the thickest portion of the patterned cross-section and a minimum
caliper of 0.02" (.508mm) at the thinnest portion of the cross-section.
.065 in.
.020 in
1
1
V. WARRANTY
The manufacturer shall warrant that pavement marking material sold for this
application in the United States and Canada will remain effective for its intended
use under normal traffic conditions and meet the minimum retained coefficient of
retroreflection value of 100 millicandelas per foot squared per foot-candle
(measured at 1.0° observation and 86.5° entrance angles) subject to the
following provisions:
TABLE 1
APPLICATION* WARRANTY PERIOD
Longitudinal Markings
Words and S mbols 4 years
2 ears
"Applications in mountainous, heavy- snowfall areas
above 5,000 ft.(1500m) are not covered by this
warranty.
If the markings are applied in accordance with all the .manufacturer's application
recommendations and fail during the warranty period to retain the minimum reflectance
values, fail to adhere to the roadway, or fail due to complete -wear-through during the
warran#y period .shown above (from the date of installation), the manufacturer's sole
responsibility and purchaser's and user's exclusive remedy shall be:
The manufacturer will. provide the replacement materials to restore the marking to its
original effectiveness.
Conditions
Such failure must be solely the result of design or manufacturing defects in the
pavement marking material and not of outside causes such as improper installation or
substrate failure. Failure to follow recommended application procedures will void this
warranty.
6
1
t
Damage to pavement markings caused by snow removal equipment is not covered
under this warranty.
A visual night inspection must be made with a manufacturer's representative and a
customer representative present to identify areas of the installation which appear to be
below the minimum retained reflectance values of 100 millicandelas per foot squared
per foot-candle. Areas which appear to be below the minimum retained reflectance
value shall be identified as "zones of measurement." To qualify for material
replacement, a "zone" must be at least 360 feet in road length and consist of either
edge lines, center lines or lane lines, but not in combination, or a single word or symbol
marking. Detailed reflectance measurement procedures are provided in the product
bulletin provided by the manufacturer.
VIII. INSTALLATION
The markings shall be applied in accordance with the manufacturer's installation
instructions. Marking configurations shall be in accordance with the "Manual on
Uniform Traffic Control Devices."
When markings are specified in the contract for newly paved asphalt concrete
surfaces, they shall be applied before public traffic is allowed on the freshly
paved surface. Preferably, the markings should be inlaid in the fresh surface
~~ during final rolling of the mat, but in any case they shall be applied before the
close of the shift on the day which the surface is paved. These markings can
also be overlaid on existing pavement surfaces.
The manufacturer shall provide application equipment, manual or automatic, as
necessary for the job requirements. These units shall be capable of applying an
unlinered, pre-coated pressure sensitive adhesive pavement marking tape.
The manual unit shall have a manually actuated tape advance system and a
foot-operated cutting mechanism.
The automatic unit shall have the capability of advancing, applying and cutting
the pavement marking tape at specific pre-programmed lengths, at speeds up to
6.5 mph when towed by an appropriate vehicle.
Additional su lemental
pp equipment for manual application of required surface
preparation adhesives or for manual tamping of the applied markings shall also
be provided.
This equipment shall be provided to the agency or its contractor representative at
no cost for whatever period or number of occasions necessary to complete the
work schedule.
~ ,
t
IX. CONTRACT UNITS-AND BASIS FOR PAYMENT
Linear pavement markings will be measured in linear feet complete-in-place for
the width specified.
Retroreflective preformed pavement markings will be paid for at the contract unit
price, which shall be full compensation for cleaning and preparing the pavement
surface, for furnishing and placing all materials, and for all materials, labor, tools,
equipment and incidentals necessary to complete the work.
Payment will be made under:
Pay Item
Preformed Pavement Marking, Linear (width)
Preformed Pavement Marking, Words/Symbols
Pay Unit
Linear Foot
Each
1
t
t
t
8
L DESCRIPTION
July 1997
This work. shall consist of furnishing and installing retroreflective preformed
pavement markings in accordance with this provision and in conformance to the
dimensions and lines shown on the plans or established by the engineer.
11. MATERIALS -GENERAL
i The preformed markings shall consist of white or yellow films with pigments selected
to conform to standard highway colors. These films shall be manufactured without
the use of lead-chromate pigments or other, similar, lead-containing chemicals.
Glass beads shall be incorporated to provide immediate and continuing
retroreflection. Ceramic skid particles shall be bonded to the top layer to provide a
skid-resistant surface.
Preformed word and symbol markings shall conform to the applicable shapes and
sizes as outlined in the "Manual on Uniform Traffic Control Devices for Streets and
_ Highways."
The preformed markings shall be capable of being adhered to asphalt cement
concrete (ACC) or Portland cement concrete (PCC) by apre-coated pressure
sensitive adhesive. A surface preparation adhesive may be used to precondition
the pavement surface. The preformed marking film shall mold itself to pavement
contours by the action of traffic. The pavement marking films .shall be capable of
overlay application on new, dense and open-graded asphalt concrete wearing
courses in accordance with the manufacturer's instructions. Following proper
application and tamping, the markings shall be immediately ready for traffic. The
bidder, when bidding, shall identify the proper solvents and/or surface preparation
adhesives (where necessary) to be applied at the time of application and all
equipment necessary for proper application, and shall make recommendations for
application that will assure effective product performance. The preformed markings
shall be suitable for use for one year after the date of receipt when stored in
accordance with the manufacturer's instructions.
III. CLASSIFICATION
High durability, retroreflective preformed pavement marking film shall be used as
transverse, channelizing and symbol/legend markings subjected to high-traffic.
volumes and severe wear conditions such as repeated shear action from crossover
or encroachment on channelization lines and stop, start or turn movements.
r
J
IV. REQUIREMENTS
Composition: The retroreflective pavement marking film shall consist of a mixture of
high-quality polymeric materials, pigments and glass beads distributed throughout its
base cross-sectional area. A reflective layer of glass beads and a layer of skid-
resistant ceramic particles shall be bonded to the top urethane wear surface. The
urethane wear surface shall have a nominal thickness of 0.005 inches (0.13mm).
The film shall have apre-coated, shear-resistant, pressure sensitive adhesive.
Color: The daytime color of the white film shall provide a minimum initial
luminance factor, Y, of 80 and shall conform to the following chromaticity
requirements: x = 0.290,- y = 0.315; x = 0.310, y = 0.295; x = 0.330, y = 0.360; x =
0.350, y = 0.340.
The daytime color of the yellow film shall provide a initial luminance factor, Y, in a
range of 36 to 59 and shall conform to the following chromaticity requirements: x =
0.474, y = 0.455; x = 0.491, y = 0.435; x = 0.512, y = 0.486; x = 0.536, y = 0.463.
Measurements shall be made in accordance with ASTM E 1349, using illuminant
"C" and 0/45 (45/0) geometry. Calculations shall be in accordance with ASTM E
308 for the 2° standard observer.
Reflectance: The white and yellow films shall have the following initial minimum
reflectance values as measured in accordance with the testing: procedures of
ASTM D 4061. The photometric quantity to be measured shall be coefficient of
retroreflected luminance (R~) and shall be expressed as millicandelas per square
foot per foot-candle (mcd • ft-2) • fc'). The metric equivalent shall be expressed as
millicandelas per square meter per lux (mcd • m~2) • Ix').
White ~ Yellow
Entrance Angle
Observation Angle
Retroreflected Luminance
R~ [(mcd • ff2) • fc']
86.0° 86.0° 86.5° 88.8°
0.2° 0.5° 1.0° 1.05°
700 500 400 250
86.0° 86.0° 86.5° 88.8°
0.2° 0.5° 1.0° 1.05°
~ 410 250 1.57 .120
Skid Resistance: The surface of the retroreflective films shall provide an initial
minimum skid resistance values of 55 BPN as measured by the British Portable
Skid Tester in accordance with ASTM E303.
i~
L!
1
t
1
1
2
Retained Skid Resistance: The surface of the retroreflective film shall retain an
average skid resistance value of 45 BPN, when tested in accordance with ASTM
E303, for a period of one year when installed in non-snow removal areas. The 45
BPN minimum value shall be an average of several readings taken in both the
wheel track and non-wheel track areas.
Patchability: The pavement marking materials shall be capable of use for patching
wom areas of the same type in accordance with the manufacturer's instructions.
Tensile Strength and Elongation: The film shall have a minimum tensile strength
of 150 pounds per square inch (28 kgs/cm2) of cross-section when measured in the
direction of the length of the roll and tested according to ASTM D638-76, except
that a sample 6" x 1" (2.54 cm x 15-.24 cm) shall be tested at_ a temperature
between 70°F and 80°F (21 °C and 26°C) using a jaw speed of 10 to 12 inches
(25.4 cm to 30.5 cm) per minute. The sample shall have a maximum elongation of
50% at break when tested by this method.
Reflectivity Retention: To have a good, effective performance life, the glass
beads must be strongly bonded and not be easil
remo
d b
t
ffi
Th
y
ve
y
ra
c wear.
e
following test shall. be employed to measure reflectivity retention:
Taber Abraser Simulation Test
Using a Taber Abraser with an H-18 wheel and a 125 gram load, the
sample shall be inspected at 200 cycles, under a microscope, to
observe the extent and type of bead failure.
N
h
n
o more t
a
15% of the beads shall be lost due to 0 out and the
p P
predominate mode of failure shall be "wear down" of the beads.
Gl
B
d
ass
ea
s: The size, quality and refractive index of the glass beads shall be
such that the performance requirements for the markings shall be met. The bead
adhesion shall be such that beads are not easily removed when the material
surface is scratched.
Glass Bead Retention: The films shall have glass bead retention qualities such
that when a 2" x 6" sample is bent over a 1/2" .diameter-mandrel, with the 2"
dimension perpendicular to the mandrel axis, microscopic examination of the area
on the mandrel shall show no more than 10% of the beads with entrapment by the
binder of less than 40%.
Thickness: The film, without adhesive, shall have a minimum thickness of 0.060 in.
(1.52mm).
t
V. WARRANTY
The manufacturer shall warrant that pavement marking material sold for
applications in the United States and Canada will remain effective for its intended
use under normal traffic conditions and meet the stated minimum value for skid
resistance subject to the following provisions:
TABLE 1
WARRANTY PERIOD
Snow Removal
Areas Non-Snow Removal
Areas
APPLICATION Road presence and
non wear-through Road presence
and non wear-through
Legends, Symbols and
Channelizin Markin s
New As halt Inla 2 ears 2 ears
As halt Overla 1 ear 2 ears
New Concrete Overla 1 Year 2 Years
Stop Bars, Crosswalks and
Gore Markings with
ADT/Lane of 6,000 or Less
New As halt Inla 1 Year 2 ears
As halt Overla --- 1 ear
New Concrete Overla --- 1 ear
If the pavement markings are applied in accordance with application procedures
and guidelines (refer to 3M Road Surface and Climate Guides) provided by the
manufacturer (which will be furnished to the applier upon request) and fail to retain
the minimum skid resistance value, fail to adhere to the roadway or fail due to
complete wear-through during the warranty period shown above (from the date of
installation), the manufacturer's sole responsibility and purchaser's and user's
exclusive remedy shall be:
The manufacturer will provide replacement materials to restore the marking to its
original effectiveness.
4
1
1
t
[l
1
General Conditions
Such- failure must be solely the result of defects in the pavement marking material
.and not of outside causes such as improper installation or road surface failure.
Failure to follow recommended application procedures and guidelines (refer to 3M
Road Surface and Climate Guides) will void this warranty.
Damage to pavement markin s caused b snow removal
g y equipment ~s not
covered under this warranty.
Re lacement markin swill
p g carry the unexpired warranty of the marking it replaces.
Claims made under this warranty will be honored only if the .customer has
maintained an accurate record of the dates of .material installation, which
constitutes the start of the warranty period.
Claims made under this warranty will be honored only if the manufacturer is
notified of a failure within a reasonable time, reasonable information requested by
the manufacturer is provided, and the manufacturer is permitted to verify the cause
of the failure.
Limitation Of Liability
3M's liability under this warranty is limited to replacement as stated herein, and 3M
assumes no liability. for any incidental or consequential damages, such. as lost
profits, business or revenues in any way related to the product regardless of the
legal theory on which the claim is based. This warranty is made in lieu of all other
warranties, express or implied, including but- not limited to the implied warranties of
merchantability, fitness for a particular purpose, and any implied warranty arising
out of a course of dealing or of performance, .custom or usage of trade.
VI. INSTALLATION
The markings shall be applied in accordance with the manufacturer's installation
instructions. Marking configurations shall be in accordance with the "Manual on
Uniform Traffic Control Devices."
VII. CONTRACT UNITS AND BASIS FOR PAYMENT
Lon itudi
g nal pavement markings will be measured m linear feet complete-in-place
for the width specified.
Symbol/legend markings will be measured in units of each or in square feet.
complete-in-place.
March 16, 1998
METRIC (ENGLISH)
APPLICATION SPECIFICATION
CONVENTIONAL PAVEMENT MARKING MATERIALS
3 MINUTE DRY ALKYD AND HIGH SOLIDS LATEX
Values stated in the International S stem of Units SI a I
Y pp y only to projects
to be constructed in Metric units of measure. Values stated in inch-pound
units (in parenthesis) apply only to projects to be constructed in English
units of measure.
Materials
The traffic marking paint shall be yellow or white in color and shall
conform to the attached Mn/DOT Specification. ALL MATERIALS shall be
free of lead, cadmium mercury hexavelent chromium and other toxic
heave metals as defined by the United States Environmental Protection
A enc .
The material shall be marked as follows:
1. Manufacturer's Name 4. Color of Material
2 Place of Manufacture 5. Batch Number
3. Date of Manufacture
Only material manufactured by a Mn/DOT approved manufacturer will
be allowed for use on Mn/DOT projects. The following manufacturers are
approved to supply material:
_ Beads Quality Paint.
Potters, Inc. Vogel Paints, Inc.
Linear Dynamics, Inc.
Centerline Industries, Inc.
Sherwin Williams, Inc.
A sample from each batch shall be submitted to the Mn/DOT Laboratory
for inspection and testing at least 15 days prior to use in the field.
~, Equipment
Application equipment for permanent markings shall consist of a machine
of the spray type capable of applying the material under pressure at a
controlled temperature through. nozzles equipped with remotely
~` controlled cutoff mechanisms and suitable line guides that will produce
Page 1 of 6
TR 1669. r 1
March 1 b, 1998
METRIC (ENGLISH)
~
clean cut lines and prevent excessive material drill. The marking material ~
shall be applied with truck-mounted traveling units properly equipped to
apply the paint stripes as required. Where two or more lines are to be
applied closely spaced, the machine shall be equipped to apply those
stripes simultaneously. For application of broken lines, the spray unit shall
include an automatic feed control device capable of being set to
produce the specified stripe to gap ratio. The truck equipment shall be
capable of accumulating the length applied by each gun individually ~;
each day. Only material application shall activate the length
accumulators. The read out shall be digital and not externally adjustable.
Vehicles in the striper train shall be deployed and equipped with traffic
control devices as set forth in the "Field Manual" of the Minnesota Manua/ ;
on Uniform Traffic Control Devices. Additionally, the shadow vehicle- shall ~
be equipped with atruck-mounted attenuator on high speed (SPEED
LIMIT 65 kmph (40 mph) and greater), high volume (ADT 1500 and greater)
highways.
The equipment shall also be capable of applying glass beads by a
pressurized system. All guns on the spray carriage shall be in full view of
the operators during the spraying operation.
Application
The Engineer will place necessary "spotting" at appropriate points to
provide horizontal control for longitudinal striping, determine starting and
cutoff points and provide inspection of all work. Broken line intervals will
not be marked. The Contractor shall cooperate with inspection personnel
and take appropriate actions to assure quality pavement marking
installations.
Pavement markings shall only be applied when the air temperature is at
least 10 C (50 F) unless the manufacturer, in writing, authorizes a lower
temperature. Markings shall not be applied when the wind or other
conditions cause a film of dust to be deposited on the pavement surface
affer cleaning and before the marking material can be applied. No
striping operations will be permitted between sundown and sunrise
without written permission from the Engineer.
~~
At the time of applying the marking material, the application area shall
be free of contamination. The contractor shall clean the roadway
surface prior to the line application in a manner and to the extent
required by the Engineer.
Page 2 of b
TR1669.r1
~_
March 1 b, 1998
METRIC (ENGLISH}
The filling of tanks, pouring of materials or cleaning of equipment shall not
be performed on unprotected pavement surfaces unless adequate
provisions are made to prevent spillage of the material. Waste material,
spent solvents and cleaning materials shall be properly stored and
disposed of in accordance with all federal, state and local laws,
regulations and ordinances.
Glass beads shall be applied immediately after application of a paint line
at a rate of 960 g/L (8 lbs./gal.). Beads shall be evenly distributed on
pavement. All material shall be placed in a workmanlike manner, which
shall result in a clearly defined line that has been adequately reflectorized
with glass beads.
All pavement striping shall be 100 mm (4 in.) wide, unless otherwise
specified, and broken line shall be in lengths of 2 m (6.56 ff.) separated by
a gap of 8 m (26.25 ff.) fora 10 m (32.81 ff.) cycle length. All pavement
striping shall be a minimum of 380 m thick (wet thickness) and the
thickness shall be uniform across the width of the line.
A tolerance of 6 mm (/a in.) over or under the specified width will be
allowed for striping provided the variation is gradual and does not detract
from the general appearance. Broken line segments may vary up to
75 mm (3 in.) from the specified lengths provided the over and under
variations are reasonably compensatory. Alignment deviations from the
control guides shall not exceed 50 mm (2 in.). Material shall not be
placed over a longitudinal joint. Establishment of application tolerances
shall not relieve the contractor of his responsibility to comply as closely as
possible with the planned dimensions.
Application for the marking material shall be such as to provide uniform
film thickness throughout the coverage area. Stripe ends shall be clean
cut and square, with a minimum of material beyond the cutoff.
Acce tance Re'ection of Pavement Markin s
~~ Acceptance or rejection of pavement markings will be based on
thickness and width of material placed as determined by field
measurements and yield calculations. Visual observations will determine
whether adhesion, chipping and color of the inplace pavement markings
is acceptable. The minimum acceptable initial retroreflectivity, as
determined in the attached METHOD OF MEASUREMENT FOR
DETERMINING AVERAGE RETROREFLECTIVITY shall equal or exceed
275 mcd/m2/lux for white and 180 mcd/m2/lux for yellow material,
respectively.
Page3of6
TR 1669. r 1
March 16, 1998
METRIC (ENGLISH)
All retrorefiectivity readings and data analysis will be provided by Mn/DOT
at no cost to the Contractor. Mn/DOT reserves the right to:
make daytime and/or nighttime visual inspections with or without
the presence of the Contractor's representative, mainly to locate
obvious or suspect areas of deficiency,
determine retroreflectivity of symbols, legends and lines wider than
200 mm (8 in.) using a portable unit only, and
accept initial retroreflecfivity based on random sampling by color
of all markings if computed averages exceed the specified
minimum values.
1
1
1
Page 4 of 6
7R 1669. r 1
March 16, 1998
METRIC (ENGL{SH)
Reduction in Payment
A reduction in pay shall be made for reduced thickness, retroreflectivi
and width. Thickness and retroreflectivity shall be computed by random .
measuring. Thickness shall be computed by the following formula:
Thickness (micrometers) = Liters x 0.001 meters3 x 10-3
~, Length (meters) x Width (meters)
Use 3.785 liters x gallons if paint is metered in gallons.
Example: A 380 micrometers thick paint line
requires a liter of material for every 25.8 m of 100 mm
wide line.
The equation in English units is:
Thickness (inches) = Gallons x 231 cubic inches
Length (inches) x Width (inches)
And 1 mil = 0.001 of an inch.
A 15 mil thick 4 inch wide line yields 320 feet per gallon.
,~ Correction of Defects
All pavement markings not conforming to the requirements of the
Contract shall be removed and replaced or otherwise repaired to the
satisfaction of the Engineer. Removal of unacceptable work shall be
accomplished. with suitable blasting or grinding equipment unless other
means are approved by the Engineer.
Where yield computations show a deficiency in material usage of not
more than 20 percent, the Engineer may require satisfactory repair or may
accept the work at a reduced unit price which is in direct proportion to
~~ the percent of the deficiency. Where the deficiency in material usage
'~ exceeds 20 percent, the Engineer may require removal and replacement
or otherwise corrected to the satisfaction of the Engineer.
;~
If the Engineer requires removal and replacement of a deficient line,
message or symbol, the contractor shall remove, by an approved
process, at least 90% of the marking material without excessive scarring
the existing pavement. The removal width shall be approximately 25 mm
(1 in.) wider all around the .deficient marking.
~' Page 5 of 6
TR1669.r1
March 16, 1998
METRIC (ENGLISH)
Where initial reflectivity readings fall below the minimum acceptable
levels by not more than 20%, the Engineer may require satisfactory repair
or may accept the work at a reduced unit price which is in direct
proportion to the percent of the deficiency. Where the deficiency in
retroreflectivity exceeds 20 percent, i.e., less than 220 mcd/m2/lux for
white and 145 mcd/m2/lux for yellow, the Engineer may require removal
and replacement or otherwise corrected to his satisfaction.
If this process has to be repeated on several projects with either the same
Contractor, subcontractor and/or manufacturer(s), Mn/DOT will take
corrective action. This corrective action will be a two step process: -
Step 1 Pavement marking
contractor/manufacturer(s}will be considered not
approved for Mn/DOT projects, except to bring
workmanship/product back into compliance. r~
Step 2 If the first step cannot be attained, the
pavement marking contractor/manufacturer(s) will not be
allowed to bid on Mn/DOT projects and/or will be removed
from product lists.
r
t
Page 6 of 6 ,~
TR 1659. r 1
ATTACHMENT .February 23, 1996
METRIC (ENGLISH)
METHOD OF MEASUREMENT FOR DETERMINING AVERAGE
RETROREFLECTIVITY
Measurements shall be taken with either a portable or mobile
retroreflectometer conforming to 30-meter geometry which is defined as:
'~' the entrance angle (the angle between the illumination axis and the
retroreflector axis) shall fall between 88.50 and 88.76 and the observation
angle (the angle between the illumination axis and the observation axis)
shall fall between 1.0 and 1.05 ;and, the co-viewing angle (the
complement of the entrance angle) shall fall between 2.29 and 2.50 .
The following methodology will be used to evaluate retroreflectivity
performance of in-service longitudinal line pavement markings:
LENGTH AND NUMBER OF TEST SEGMENT ° b
S PER ROADWAY .PER LINE TYPE
Length of Number of Test Length of Test
Roadway Segments Segments
1.5 km (1 mi.) 1 300 m (0.2 mi.)
Greater than 1 per 1.5 km (1 300 m (0.2 mi.)
or mi.)
1.5 km (1 mi.)
° TEST SEGMENTS-- Areas of a roadwa chosen
Y
for measuring retroreflectivity of the line types.
b ROADWAY--As used here, means that portion of a
street or highway ordinarily used for vehicular traffic. In
the event a street or highway includes two or more
separate roadways, the term roadway shall refer to
each roadway separately.
,~ LINE TYPE-- Longitudinal lines of the same color and
function. For example, white. and yellow edge lines are
each a line type.
Measurements in Test Se ments
PORTABLE RETROREFLECTOMETER
1. Take a minimum of 10 readings in each test segment per line type.
2. On broken lines (skip striping), take no more than two readings per
stripe, with readings 0.5 m (20 in.) from ends of .marking.
3. For solid lines, divide test segment into ten areas of 30 m (100 ff.);
space readings a minimum of 10 m (32.81 ff.) and a maximum of
30 m (100 ff.) apart.
4. For 10 percent of each message type, take 5 readings on each
message line; for 10 percent of each symbol type, take 5 readings
on each symbol.
Page 7 of 6
~' TR1669.r1
~~
.ATTACHMENT February 23, 1996
METRIC (ENGLISH
MOBI LE RETROREFLECTOMETER
1. Calibration of the instrurents shall be in accordance with the
manufacturer's instructions.
2. Retroreflectivity shall be measured at a minimum rate of 10 percent
of each roadway length by line type.
3. Should another mobile unit be available, the maximum acceptable
deviation for measurements made by the two different instruments
of the same manufacturer and for the same roadway length shall
be ± 10%.
4. Repeatability for the given mobile unit shall be ± 6%.
5. Upon completion of the evaluation, regardless of the results,
additional test segments may be ordered by the Engineer.
MISC ELLANEOUS CONTROLS
1. Take measurements on a dry, clean roadway.
2. Collect data in direction of traffic flow.
3. Measurement. units are mcd/mZ/lux.
4. Wait at least two (2) weeks from date of placement of the markings
before taking initial readings.
~~ 5. Randomly select test segments unless night reviews or other
knowledge supersedes a random selection process.
6. The Engineer may request additional readings or test segments.
7.
8 Measure each line type separately.
I
th
t LASE
. n
e even
RLUX is not available, the Engineer may require the
use of the portable retroreflectometer or establish an alternative
evaluation plan.
Contents of Retroreflectivity Report
The R eport shall consist of:
State Project number.
Trunk Highway number.
Test date.
Geographical location of the test site(s), including distance from
the nearest permanent site identification; such as a reference point.
Identification of the pavement marking material tested: type,
color, age, and transverse location on the road.
Identification of the retroreflecfiometer.
Remarks concerning the overall condition of the lines, messages
and symbols such as carryover of asphalt, uneven distribution of
beads, etc.
Average of the readings for each test segment with one standard
deviation calculated.
Average of the readings for each type of message and symbol.
Page 9 of 6
~` TR1669.r1
i
January 16, 1998
MINNESOTA DEPARTMENT OF TRANSPORTATION
SPECIFICATION
HIGH SOLIDS WATER BASED TRAFFIC PAINT
I. SCOPE
This specification covers fast-d white and ellow a
rY y crylic latex traffic marking paints for use
with drop-on-glass beads for application on concrete and bituminous pavements at spray
temperatures of up to 160°F. When applied with glass beads at pavement temperatures
above 50°F and at relative humidities of up to 75 percent, the paint shall dry to a no-track
condition within 3 minutes. The paints shall be free of lead mercury cadmium hexavalent
chromium or any other toxic heavy metals
This paint is intended for use with dual coated drop-on glass beads, having both a silicone
moisture resistance coating and a silane adherence coating. Glass beads are to be applied
at a rate of eight pounds per gallon.
II. GENERAL REQUIREMENTS
~~
A. Quality
The paint shall be formulated from first- rade materials and shall be suitable i
9 n all respects for
application at elevated spray temperatures with drop-on glass beads using conventional traffic
striping equipment.
The finished paint shall be smooth and homogeneous, free of coarse particles, skins or any
~~ other foreign materials that are detrimental to its application or appearance.
B. Package Stability
Within a eriod of twelve mon
p the from the time of delivery, the paint shall not cake, settle,
liver, thicken, skin, curdle, gel or show any other objectionable properties which cannot readily
,~ be corrected with minimal stirring. Any paint with properties that make it unsuitable for use
within the specified twelve months shall be returned to the supplier for credit.
It shall be the manufacturers responsibility to add sufficient anti-settling agents, stabilizers and
other additives to insure proper storage stability.
~-
n
i
Mn/DOT High Solids Water Based Traffic Paint
C. Manufacturing and Packaging
January 16, 1998
Manufacturer shall be capable of producing paint in batches of 1,000 gallons or larger. The
paint shall be screened with a 40 mesh or finer screen to remove any coarse particles, skins or
foreign material
The paint shall be acka ed in lined new 55 anon r
P g g o 5 gallon containers as specified. To
prevent formation of "skins", the manufacturer shall use a "float" of ammonia water on the
paint surface, or a "floating type" plastic liner on the top of the filled container, or some other
means that will effectively prevent skinning.
Drums shall be Full Removable-Head Universal meeting the requirements of DOT-17H; covers
shall have one 2-inch and one 3/4 inch fitting. Each container shall be marked with the
manufacturer's name, type of paint, batch number, date of manufacture, gross weight and
container weight. '~
III. SPECIFIC REQUIREMENTS
Properties of the finished paint.
The exact composition of the paints shall be left to the discretion of the manufacturer,
provided
.
the finished paint meets the requirements of this specification.
The vehicle shall be composed of a 100% acrylic polymer such as Rohm and Haas E-2706, or
an approved equal
Wgt per gal, 77°F, IiJS, min 12.0
Viscosity, Krebs Stormer, 77°F, K.U. 80 - 100
Grind, Hegman, minimum 3
Total Solids, % by weight, minimum 73
Non-volatile vehicle, % by weight, minimum 43
Pigment, % by weight 45 - 62 >~
Titanium Dioxide, white paint, Ibs/gal, minimum 1.0
Dry Time,12 mil wet film, @ 65% RH, minutes, max 12
Dry Through, @ 90 % RH, minutes, max 130
Daylight Directional Reflectance, white, minimum 83
Daylight Directional Reflectance, yellow, minimum 50
Contrast Ratio, minimum O.gg
Bleeding Ratio, minimum 0,97
1
Mn/DOT High Solids Water Based Traffic Paint
~~
Flexibility and Adhesion
Water Resistance
~' .Settling
Skinning, 48 hrs
Track Free Time, minutes, maximum
!~ pH, minimum
Lab Retro-reflectivity, white, minimum, mcd/m2/lux
Lab Retro-reflectivity, yellow, minimum, mcd/m2/lux
Field Retro-reflectivity, white, minimum, mcd/m2/lux
Field Retro-reflectivity, yellow, minimum, mcd/m2/lux
January 16, 1998
No cracking or flaking
No blistering or loss of adhesion
Rating of 6 or better
None
3
9.6
300
200
275
180
Organic Yellow Pigment. The prime pigment in the organic yellow paint-shall be Colour Index
Pigment Yellow Number 65 or Number 75.
Color. The color of the dry white paint shall be a pure flat white, free of tint. .The color of the
yellow paint shall closely match Color Number 33538 of Federal Standard 595 and shall
conform to the following CIE Chromaticity limits using illuminant "C"
x 10.470 10.485 10.520 10.480
y l 0.440 10.460 10.450 10.420
Heavy Metals. The white and organic yellow paints shall be free of lead, mercury, cadmium,
hexavalent chromium and other toxic heavy metals as defined by the United States
Environmental Protection Agency.
IV
. TESTING
Weight Per Gallon ASTM D 1475
_ Viscosity ASTM D 562
Fineness Of Grind ASTM D 1210
Total Solids ASTM D 2369
Total Pigment ASTM D 2371
Titanium Dioxide ASTM D 4563 ; D 1394
Dry Time(12 mils wet) ASTM D 711 (modified)
Daylight Directional Reflectance ASTM D 2805
Contrast Ratio(15 mils wet) ASTM D 2805
' Bleeding Ratio Federal Specification TT-P-85
Color ASTM D 2805
PH
Retro-reflectivit ASTM E 70
M
y n/DOT Method
t
Mn/DOT High Solids Water Based Traffic Paint
January 16, 1998 `~
Flexibility and Adhesion. Appl 15 mil wet film thickness to 3" by 5" tin panel. Dry at 77°F for ,~
24 hrs followed by 2 hrs at 122 F. When bent over a 1/2" mandrel the paint shall adhere
firmly without evidence of cracking or flaking.
Water Resistance. Apply 15 mil wet film thickness to 4" by 8" glass plates; dry at 77°F for 72
hrs. Immerse in distilled water at 77°F for 24 hrs. Allow to air dry for 2 hrs on a flat surface. ~i
Paint shall show no blistering or loss of adhesion.
Skinning. After 72 hrs in a tightly sealed 3/4 filled container, the paint shall be free of lumps
and skins when strained through a 100 mesh screen.
Settling. A homogeneous sample of paint in a full one-pint friction-top can shall be inverted
for one hour to insure a complete seal between the cover and body of the can. After one hour
the can shall be placed upright in a 120°F oven. After 5 days the can shall be cooled to room
temperature for 4 hours. When evaluated according ASTM D 869, the degree of settling shall
have a rating of 6 or better.
Track Free Time. When applied under the following conditions, the -ine shall show no visual `~
tracking when viewed from 50 feet after driving a passenger vehicle over the line at a speed
of 25-35 mph.
Fifteen mils wet film thickness.
Eight pounds of glass beads per gallon of paint.
Paint temperature at nozzle between 110 - 160° F.
Pavement temperature of 50 to 120° F.
Dry Time. Tested according to ASTM D 711, except wet film thickness shall be 12+1 mils.
The applied film shall be immediately placed in an humidity chamber controlled at 65+3
R.H. and 72.5±2.5°F and with minimal air flow.
Dry Through. The film shall be applied to anon-absorbent substrate at a wet film thickness of
12+1 mils and placed in a humidity chamber controlled at 90+5 % R.H. and 72.5+2.5°F. The
dry through time shall be determined according. to ASTM D 1640, except that the pressure
exerted shall be the minimum needed to maintain contact with .the thumb and film.
Retro-reflectivity. The lab will draw three - 4 inch wide lines, with wet film thickness of 15+1
mils. Glass beads will be dropped on at a rate of 8 pounds per gallon. A total of 3 readings
will be conducted on each sample with a 30 meter geometry LTL 2000. The average of those ~
9 readings will be the retro-refectivity of the system {paint and beads). The Field studies will ,
be conducted using a 30 meter geometry Laserlux®. These studies will be conducted at
random throughout the year.
V. MANUFACTURERS CERTIFICATION
P]
~; MNDOT High Solids Water Based Traffic Paint
January 16, 1998
Manufacturer-shall submit certified test results with each batch of paint produced for use in
Minnesota under this specification. Tests conducted on each batch shall include; weight per
gallon, viscosity, and' drying time. Testing for all other parameters in this specification shall be
carried out annually at the start of production. Certified test results shall be promptly
submitted to the Mn/DOT Materials Laboratory at 1400 E. Gervais, Maplewood, Minnesota,
55109.
VI. SAMPLING
All paint manufactured under contract for Mn/DOT shall be inspected at the factory by
Mn/DOT personnel or representatives at a frequency determined by Mn/DOT. When the place
of manufacture is located outside the boundaries of the State of Minnesota, the manufacturer
shall bear all costs of sampling and plant inspection.
For
paint ordered by private contractors for use on Minnesota painting contracts, the
manufacturer shall submit aone-pint sample of each batch along with a letter certifying the
sample represents the full manufactured batch.
The department reserves the right to base acceptance upon samples taken at the point of
delivery or from a contractors supply. Sample size shall be one pint.
r
1
e
' I. SCOPE
0
January 16, 1998
MINNESOTA DEPARTMENT OF TRANSPORTATION
SPECIFICATION
DROP-ON GLASS BEADS
This specification covers treated glass beads for reflectorizing traffic marking paint.
II. GENERAL REQUIREMENTS
Beads for use with solvent-based paints will have a "dry flow" type surface treatment.
Beads for use with water-based paints will have a dual surface. treatment consisting of
a moisture resistant silicone treatment, and a silane adherence surface treatment.
Beads for use with epoxy paints will have a moisture resistant silicone surface
treatment.
' The beads will be made from clean colorless transparent glass. They will be smooth,
spherically shaped, and free from milkiness, pits, excessive air bubbles, chips and
foreign material. .The beads will be suitable for application using conventional
striping equipment, and will produce a retro-reflectorized line when viewed at night
with automobile headlights.
III. SPECIFIC REQUIREMENTS
' The glass beads will meet the requirements of AASHTO M 247 Type 1 "standard
gradation" except the beads will have a minimum of 80 percent true spheres.
The dual treated beads will meet the moisture resistant requirements of AASHTO M
' 247 Section 4.4.2 and pass the adherence treatment Dansyl Chloride Test.
The moisture resistant silicone treated beads will meet AASHTO M 247 Section
4.2.2.
0
Mn/DOT Glass Beads January 16,1998
IV. SAMPLING AND TESTING
A. SAMPLING
The beads will be sampled at the rate of one sample per 4,000 kg (10,000 ]bs) of
beads. For beads shipped in 22 kg (50 lbs) bags a sample will consist of two bags
selected at random and reduced to approximately one quart using a sample sputter.
For bulk shipments, sampling will be by means of a perforated tube type "sampling
thief." Three samples from each of three separate containers will be combined for
one sample.
B. TESTING
Testing will be according to the requirements of AASHTO M 247.
,Adherence coating will be tested by the Dansyl Chloride Method on file at the
Mn/DOT Materials Laboratory.
Retroreflectivity will be determined by the Mn/DOT Method
1. 3 draw downs (]00 mm wide, 15 mil wet thickness) will be conducted in the
lab for each color of paint.
2. Glass beads will be dropped on at a rate of 3.6 kg (8 lbs) per gallon.
3. 3 readings will be taken per draw down.
4. The average of those 9 readings will be the retroreflectivity of the system (paint
and beads).
Roundness will be determined by the Mn/DOT Method detailed below.
Mn/DOT Method for Determining Roundness of Glass Beads
1. Reduce sample to 25 to 50 grams by means of a sample sputter. Weigh to the
nearest 0.01 grams.
2. Split the reduced sample into two fractions using a 297 µm (No. 50) sieve.
3. To separate rounds from imperfects, a smooth, 30 mm by 45 mm (12 in by 18
in), inclined glass or aluminum plate is used. The plate is inclined at
approximately 3 degrees for the +297 µm (+50) fraction and at approximately 10
degrees for the -297 µm (-50) fraction.
ii
Mn/DOT Glass Beads
January 16,1998
Slowly apply part of the beads to the top of the plate. Tap the plate with a wooden
pencil or brush to cause round beads to roll down the incline into a collecting
pan. Brush the remaining beads into a separate collecting pan. Continue with
small. applications .until the entire sample is processed. Repeat the process with
beads that rolled off plate at least three times for the +297 µm (+50) fraction and
at least four times for the -297 µm (-50) fraction.
4. Weigh the separated fractions of round beads and calculate percent rounds.
V. PACKAGING
Unless otherwise specified the beads will be packaged in moisture-proof multi-wall
shipping bags.
Each container will be marked with name and address of the manufacturer, type of
moisture treatment, batch number and date of manufacture.
The containers and contents will be delivered in a good, dry condition.
Any beads not meeting the requirements of this specification or delivered in an
unusable condition will be rejected.
3
~.
y
~u ~
dN
" 3~°
-a
+~ E
~
o
~ Q
o
3
V
LL
+~
C~
° J N
~~ . -
~ ~' v ln~ _p
c
b (n
N•+ N~ .
(n
N ~ _
Q~Q
~0 ~ ~`r
~~
N
'
cV ~~ S
~
LL ~ ° ~
m ~- to ~ S
~
L ~ I- `*
' ~- ~ -6 ,~
a0
x
~
~
~ a L
~lQ ~rr
~L
r
N 0
~ q0 ~,,, ao v. N 9
ENCLOSURE STTC
1-12-94
P. 1 OF 7
Z iI
V Q
N 1
N
r{
I
o O C
~ L
1
~ t
m p
- N
~ .0
~ f
{~,
d ~ uI
m D £
m ~ ~:
o ~ ~ c
,
m ~ 3 ~ ~
c ~ ~ y
c Q "O C I
c
- m _
~
v
m ~ r ~
i
~
m
c ~ ~ ~~ .
~
O ~ li)
~ ~ ~
m D ~
O ~~
~
E m m .~
i
v o .~ ~ ~!
a v° o o L
- ~ ~
.
N ~
~ ~ ~
z ~ ;,
~
C aS _
~
m
_
~
C ~
.
O ~
~ ~ -
lt.
3N
L ~N d
~ L ~` ~
L -' ao
-~ ~
N
s r
~ ~
.....~~ r, ~ N
w '' p '•~~
~ ~~N ~ ~
~~ ~ •~
to ~ -~.~ _
d
CA ~ N ~
~~ _ ~ ~-~-
~-
(~ $ H ~~ N ~
J'
W/
~~ J
O
2
J
m
d' 00
EI~CLOSURE STTC
1-12-94
p. 2 OF 7
GENERAL GUIDELINES.
Minimum Minimum
Number Lamp Minimum
Type Minimum Size of Lamps Candlepower Legibility Distance
A 24" x 48" 12 1 000 '/z Mile
g 30" x 60" 13 7000 ~/a Mile
C 4fl" x 96" 15 8800 1 Mile
BOARD COLOR -Non-reflective black
MINIMUM MOUNTING HEIGHT - 7 feet to the bottom of the panel
except vehicle mounted boards may be
6 feet.
OPERATION MODES - (1) Left Arrow
(2) Right Arrow
(3) Left and. Right Arrow
(4) Caution (4 or more lamps which do not
indicate any direction)
DIMMING CAPABILITIES -Provision to reduce lamp voltage to 50
percent (± 5%) for night and reduced light
operation.
FLASHING RATE -Not less than 25 nor more than 4o times per minute.
WHEN THE FLASHING ARROW
BOARD IS LOCATED IN THE TRAF-
FIC LANE ON HIGH SPEED STREETS
OR HIGHWAYS, A BLACK ON
ORANGE ARROW SIGN SHALL BE
USED EXCEPT ON MOBILE OPER-
ATIONS.
>GENERAL USAGE
Type A recommended for low-speed (0-35 mph) urban streets.
Type Band/or C required for all high-speed (40 mph or greater) roadways.
Arrow Mode shall be used only to designate lane closure.
.)udgment should be txereised in selecting the "TYpe" of arrow board for
the particular location and actual work situation.
On divided highways. arrow boards Should be placed on the. roadway
shoulder at the start of the taper or upstream of the- start of the taper
rather than centered in the closed lanes in the middle of the taper. Where
the shoulder is narrow the board may encroach on the traveled lanes down-
stream of the start of the taper only to the extent necessary_
FIGURE 10
Flashing Arrow Boards
1
1
1
1
1
1
1
1
~.
ENCLOSURE S'1'TC
~1,pTcs: 2-24=94
L Atl vehicles shop disptoy 2-360 P - 3 OP 7
oepree ftoshinp ligh7s or _
5lrobes.
Z. The odvonce worninp orrow j
' ponels shot) De type B or
type C.
i
3. The spocinp and loterot I
' position of the vehicles
shat! be determined by the ~
field supervisor, pIRECTION OF TRAVEL
J ~` V [
' 1NI'If Z31V1 ] 1MiT7i URE I - _ - -
Z 'L~!
F- I
C) ~ ~ I
I J I
-------- ---i-- -------.--~
C
(; ~ « W
C l~ c
' ~~
gyn. ~, ^~ ~ ,~ ~,.~
..~.~
i ~ ~~
~ - i
~ ~
w
J
' _ ( U
I----- I
< J >
o ~ I I~. z
' -= lxnl tin I ^ wsr -.axt
J
O J I C tI~TS
_ _ -~ C YVfTN GRE
FRONT FACING SIGNS ~ ~ ~ REAR FACING SIGNS
• ~
Figure 2 -CENTERLINE - EDGELINE STRip[NG
' TWO OR THREE VEHICLE STRIPER Tri=SIN
TWO-LANE TWO-WAY STREET OR HIGHWAY ---- -- -
ENCLOSIIRE STTC
NOTES: 2-24-94 ~ i
1. Ap vehicles shoe disploy 2-360 ~ P _ 4 OF 7
degree floshinq tights or
strobes. '
2. the odvonce worninp orrow
poneis shot) be type B or '
type C.
3. the spocinp and ioterol
position of the vehicles ~ ,
shop be determined by the
fielC supervtsor. DIRECTION OF TRAVEL
l ~'
~_
~ -------- - -- - , - ~ -------I l
J I
o~ I I ~ ~ ~ i
1NIYJ L41N
1- I
o i I ~ I
< I
( J I
i - - - - - - - - - - - - - - ~ - - - -
T - 1-'
I I .~
I I 0?TIONt,L .,
~~ ~ ~ ARROW30ARD
~~ C M1ET rurrr
~- r~.ss
~ VYTS}{ WtE
i I
I '
I i
u.,
J
J----- ~ w
z I ' ® ~
? wfr r~cxr
~-- lxnd t~ ( J ri.ss
O I I I ~ wrrx cv~ !
~ - - - - - ~ c
n r- S
FRONT FACING SIGNS ~ I ~ u (~ RcAR FACING SIGNS
Figure 5 -CENTERLINE -LANE LINE STRIPING
TWO OR THREE VEHICLE STRIPER TRAIN ,
FOUR LANE UNDIVIDED STREET OR HIGHWAY
~n-OTES:
!!. All vehlcles sno11 disploy 2-360
degree floshinq pghts or
strobes.
2. .The odvonce wornlnq orrow
ponels shop be type B or
type C.
3. The spocinq and loterol
' position of the vehlcles
shatlbe determined by the
field supervisor.
Z ~.
O
,- -
~I
1Td~J 13/A
Q----- ~.
Z
~ u+n~ ~ ~
O
L____ __.
r RONT FACING SIGNS
~~
DIRECT ION OF TRAVEL
~' ~ ~,~
- ---I-- -~--
I
~I
--- 1~
I
I .. ~ .
i
I
I I
I #~
I
I
I
I
I I
I
i~
I
V
~j
V
ENCLOSURE STTC
2-24-94
P. S OF 7
W
J
V
r~ss
~~
O '
< '
W `
C
W
C
C rvET r~stlT
r-
N !'+tiSS
VYC[14 GRE
i
Lil
J
U
W
J
t~
Z
~
wfr
r~urrt
J ~~
~ YYi7}i C.-FtE
C
1-
REAR FACING SIGNS
Figure 7 - LAftE LINE -EDGE LINE STRIPING
TWO OR THREE VEHICLE STRIPER TRAIN
FOUR LANE UNDIVIDED STREET OR HIGHWAY
i{
1
iJ
t\OTES:
2. At- vehicles snots dispioy 2-360
degree floshinp 1lghts or
strobes.
2. The advonce worninp arrow
poneis sholl be type B or
type C.
3. The spocinq and lotero!
position of the vehicles
sholl be determined by the
field supervisor.
1
PRIMARY
POSITION
D I RECTION. OF TRA VEL
I I
I
i ~~~
-+r-mss:
r
`
I
i
!
I ,,~. I
i
I I
i t~~
I ~l~
I~I
I I
~I~i~
ENCLOSURE STTC
2-24-94
P . 6 OF 7
PRIMARY ALTERNATE
POSITION POSITION
SIGNS SIGNS
Z w~ riurrr w~ r~urrt ~
'^u C~~ I
~~
c
0
ALTcRNATE POSITION
J
V
YYET /I1tKT WET -AtHT
r~ss /~r,~
wrrx uxE ~°-"-
REAR FACING SIGNS
J
r
Figure 8 -LANE LINE STRIPING
THREE VEHICLE STRIPER TRAIN
MULTI-LANE DIVIDED STREET OR HIGHWAY
~~~
~~
'~
''~
i
r
M
r
i
ENCLOSURE STTC
NOT=S: 2-24-94 .
i. An vehicles snort disDtoy 2-360 P • ~ OF ~ i
degree ftoshtnp lights or
strobes.
2. The odvonce worninp orrow~
ponels sholt be type B or
'' type C.
3. The spoclnq and loterot
°' position of the vehicles
shoA be determined Dy the
field supervisor.
i
iI
1
i
DIRECTION OF TRAVEL -
~ ~-~
' I PRIMARY ALTERNATE ,
POSITION POSITION
SIGNS SIGNS
t
= -~ C
r ~ ~ c f-----------~
C ~ I
I N Z rvFT r,uM wET r,~rrr I
O rtiss
'~""~ 1- VKT}1 UftE ~ I
I ° _ _ J
ALTERNATE POSITION
PRIMARY
POSITION ~ _.~ w
~~ ~
_ ~
w
I ~ rv~ ~r~mcr wEr~~r~vx~r
Z riss C""'1/
~ ~~
a
~ REAR- FACING SIGNS
Figure 9 -LANE LINE -EDGE LINE STRIPING
THREE VEHICLE STRIPER TRAW
DIVIDED STREET OR HIGHWAY _
PRELIMINARY GEOTECHNICAL EXPLORATION
PROPOSED NORTHWEST INDUSTRIAL PARK
ALBERTVILLE, MINNESOTA
GME PROJECT NO. 9535
t ~~ ~ t' t
t, `'
AEG ~ 1 ~~~ ~`~
S~;..~~ t;t : i~ ,:
.~
' ;~ 1 ZQ01 I
_..____. _._-- --.------ .1
il, t.i ! ILii V. its P;i; - ='.
GME CONSULTANTS, INC.
MINNEAPOLIS, MINNESOTA
i
1
July 27, 2001
GliilE CONSULTANTS, INC.
CONSULTING ENGINEERS
14000 21st Ave. No. / Minneapolis, MN 55447
Phone (763) 559-1859 / Fax (763) 559-0720
Mr. Kevin Kawlewski
Short Elliott Hendrickson, Inc.
10901 Red Circle Drive, Suite 200
Minnetonka, Minnesota 55343
GME Project No. 9535
RE: Preliminary geotechnical exploration for the proposed
Northwest Industrial Park off County Road 19
in Albertville, Minnesota
Dear Mr. Kawlewski:
Following your acceptance of our. proposal of June 20, 2001, we have
completed this geotechnical exploration. In this report we present
the results of our field and laboratory testing, and our
recommendations for feasible methods of foundation and earthwork
design and construction. Since siting and structural design of the
buildings have not yet been completed, this report is preliminary, and
additional field exploration should be carried out as design
development continues.
This report is the instrument of service defined in our proposal.. We
are submitting four copies of this report to you..
We have enjoyed working•with you on this phase of the development. If
you have questions regarding this report, please contact us.
Sincerel , ,
i I
GME ~J T TS , INC .
~,
1
Wi 1 _ C. Kwasny, P.E.
Pr~i cipal En ~ eer Pfres
WCK:ms
W:\wCK\9535.dtr.ms
t
WILLIAM C. KWASNY, PE. THOMAS P VENEMA, PE.
GREGORY R. REUTER, PE., PG. BRYAN J. RIPP, PE., PG.
MARK D. MILLSOP, RG. TIMOTHY F. McGLENNEN
• An Equal Opportunity Employer
TAMMY A. LANDERS, PE.
WILLIAM E. BLOEMENDAL, PE.
ERIN J. O'BRIEN, PE.
TABLE OF CONTENTS
PRELIMINARY GEOTECHNICAL EXPLORATION
PROPOSED NORTHWEST INDUSTRIAL PARK
ALBERTVILLE, MINNESOTA
GME PROJECT NO. 9535
SECTION PAGE
ASFE Notes Regarding Geotechnical Exploration Reports
INTRODUCTION 1
SCOPE OF SERVICES 2
FIELD EXPLORATION 3
LABORATORY TESTING 4
SITE CONDITIONS 5
Topography/Surface Features 5
Soil Conditions 6
Groundwater Conditions 7
REVIEW AND RECOMMENDATIONS 8
Discussion 8
Site. Preparation 10
Foundation Design 12
Geopier Option 13
Floor Slab Subgrade 14
Exterior Underground.tJtilities 16
Exterior Entry Slabs and Sidewalks 16
Pavement Subgrade 17
CONSTRUCTION CONSIDEP,ATIONS 18
Groundwater 18
Equipment Selection/Soil Disturbance 19
Winter Construction 20
Construction Safety 21
Construction Testing 21
GENERAL QUALIFICATIONS 22
STANDARD OF CARE 23
APPENDIX
GME CONSULTANTS, INC.
i
1
1
1
1
1
'I GME CONSULTANTS, INC.
' IMPORTANT INFORMATION ABOUT YOUR GEOTECHNICAL
ENGINEERING REP RT
' As the client of a consulting geotechnical engineer, you should know that site subsurface conditions cause more
construction problems than any other factor. ASFE/The Association of Engineering Firms Practicing in the
Geosciences offers the following suggestions and observations to help you manage your risks.
A Geotechnical Engineering Report Is Based On A Unique Set Of Project-Specific Factors
Your geotechnical engineering report is based on a subsurface exploration plan designed to consider a unique
set of project-specific factors. These factors typically include: the general nature of the structure involved, its
size, and configuration; the location of the structure on tl~e site; other improvements, such as access roads,
parking lots, and underground utilities; and the additional risk created by scope-of-service limitations imposed
by the client. To help avoid costly problems, ask your geotechnical engineer to evaluate how factors that change
subsequent to the date of the report may affect the report's recommendations.
Unless your geotechnical engineer indicates otherwise, do not use your geotechnical engineering report
• when the nature of the proposed structure is changed, for example, if an office building will be erected instead
of a parking garage, or a refrigerated warehouse will be built instead of an unrefrigerated one;
' • when the size, elevation, or configuration of the proposed structure is altered;
• when the location or orientation of the proposed structure is modified;
• when there is a change of ownership; or
• for application to an adjacent site.
Geotechnical engineers cannot accept responsibility for problems that may occur if they are not consulted after
factors considered in their report's development have changed.
' Subsurface Conditions Can Change
A geotechnical engineering report based on conditions that existed at the time of subsurface exploration. Do
not base construction decisions on a geotechnical engineering report whose adequacy may have been affected
by time. Speak with your geotechnical consultant to learn if additional tests are advisable before construction
starts. Note, too, that additional tests may be required when subsurface conditions are affected by construction
operations at or adjacent to the site, or by natural events such as floods, earthquakes, or ground water fluctu-
ations. Keep your geotechnical consultant apprised of any such events.
Most Geotechnical Findings Are Professional Judgments
Site exploration identifies actual subsurface conditions only at those points where samples are taken. The data
were extrapolated by your geotechnical engineer who then applied judgment to render an opinion about overall
subsurface conditions. The actual interface between materials may be far more gradual or abrupt than your
report indicates. Actual conditions in areas not sampled may differ from those predicted in your report. While
nothing can be done to prevent such situations, you and your geotechnical engineer can work together to help
minimize their impact. Retaining your geotechnical engineer to observe construction can be particularly bene-
ficial in this respect.
A Report's Recommendations Can Only Be Preliminary
The construction recommendations included in your geotechnical engineer's report are preliminary, because
they must be based on the assumption that conditions revealed through selective exploratory sampling are
indicative of actual conditions throughout a site. Because actual subsurface conditions can be discerned only
~ during earthwork, you should retain your geotechnical engineer to observe actual conditions and to finalize
recommendations. Only the geotechnical engineer who prepared the report is fully familiar with the background
information needed to determine whether or not the report's recommendations are valid and whether or not the
contractor is abiding by applicable recommendations. The geotechnical engineer who developed your report
cannot assume responsibility or liability for the adequacy of the report's recommendations if another party is
' retained to observe construction.
Geotechnical Services Are Performed For Specific Purposes And Persons
Consulting geotechnical engineers prepare reports to meet the specific needs of specific individuals. A report
prepared for a civil engineer may not be adequate for a construction contractor or even another civil engineer.
Unless indicated otherwise, your geotechnical engineer prepared your report expressly for you and expressly for
purposes you indicated. No other than you should apply this report for its intended purpose without first
conferring with the geotechnical engineer. No party should apply this report for any purpose other than that
originally contemplated without first conferring with the geotechnical engineer.
_ _ _ _ _ rnnc r_nnfsu~raiuTS ANC.
Geoenvironmental Concerns Are Not At Issue
Your geotechnical engineering report is not likely to relate any findings, conclusions, or recommendations about
the potential for hazardous materials existing at the site.. The equipment, techniques, and personnel used to
perform a geoenvironmental exploration differ substantially from those applied in geotechnical engineering.
Contamination can create major risks. If you have no information about the potential for your site being contam-
inated, you are advised to speak with your geotechnical consultant for information relating to geoenvironmental
issues.
A Geotechnical Engineering Report Is Subject To Misinterpretation
Costly problems can occur when other design professionals develop their plans based on misinterpretations of a
geotechnical engineering report. To help avoid misinterpretations, retain your geotechnical engineer to work
with other project design professionals who- are affected by the geotechnical report. Have your geotechnical
engineer explain report implications to design professionals affected by them, and then review those design
professionals' plans and specifications to see how they have incorporated geotechnical factors. Although certain
other design professionals may be familiar with geotechnical concerns, none knows as much about them as a
competent geotechnical engineer.
Boring Logs Should Not Be Separated From The Report
Geotechnical engineers develop final boring logs based upon their interpretation of the field logs (assembled by
site personnel) and laboratory evaluation of field samples. Geotechnical engineers customarily include only final
boring logs in their reports_ Final boring logs should not under any circumstances be redrawn for inclusion in
architectural or other design drawings, because drafters may commit errors or omissions in the transfer process.
Although photographic reproduction eliminates this problem, it does nothing to minimize the possibility of
contractors misinterpreting the logs during bid preparation. When this occurs, delays, disputes, and unantici-
pated costs are the all-too-frequent result.
To minimize the likelihood of boring log misinterpretation, give contractors ready access to the complete
geotechnical engineering report prepared or authorized for their use. (If access is provided only to the report
prepared-for you, you should advise contractors of the report's limitations, assuming that a contractor was not
one of the specific persons for.whom the report was prepared and that developing construction cost estimates
was not one of the specific purposes for which it was prepared. In other words, while a contractor may gain
important knowledge from a report prepared for another party, the contractor would be well-advised to discuss
the report with your geotechnical engineer and to perform the additional or alternative work that the contractor
believes may be needed to obtain the data specifically appropriate for construction cost estimating purposes.)
Some clients believe that it is unwise or unnecessary to give contractors access to their geotechnical engineer-
ing reports because they hold the mistaken impression that simply disclaiming responsibility for the accuracy of
subsurface information always insulates them from attendant liability. Providing the best available information to
contractors helps prevent costly construction problems. It also helps reduce the adversarial attitudes that can
aggravate problems to disproportionate scale. .
Read Responsibility Clauses Closely
Because geotechnical engineering is based extensively on judgment and opinion, it is far less exact than other
design disciplines. This situation has resulted in wholly unwarranted claims being lodged against geotechnical
engineers. To help prevent this problem, geotechnical engineers have developed a number of clauses for use in
their contracts, reports, and other documents. Responsibility clauses are not exculpatory clauses designed to
transfer geotechnical engineers' liabilities to other parties. Instead, they are definitive clauses that identify where
geotechnical engineers' responsibilities begin and end. Their use helps all parties involved recognize their
individual responsibilities and take appropriate action. Some of these definitive clauses are likely to appear in
your geotechnical engineering report. Read them closely. Your geotechnical engineer will be pleased to give full
and frank answers to any questions.'
Rely On The Geotechnical Engineer For Additional Assistance
Most ASFE-member consulting geotechnical engineering firms are familiar with a variety of techniques and
approaches that can be used to help reduce risks for all parties to a construction project, from design through
construction. Speak with your geotechnical engineer not only about geotechnical issues, but others as well, to
learn about approaches that may be of genuine benefit. You may also wish to obtain certain ASFE publications.
Contact a member of ASFE for a complimentary directory of ASFE publications.
THE ASSOCIATION
QF ENGINEERING FIRMS
PRACTICING IN THE GEOSCIENCES
8811 COLESVILLE ROAD/SUITE G106/SILVER SPRING, MD 20910
TELEPHONE: (301) 565-2733 FACSIMILE: (301) 589-2017
rMCf`fl NC111TwwITC ~w~r
t
t
it
1
L~
u
NTRODUCTION
I
Short Elliott Hendrickson, Inc. (SEH) is preparing designs for the
Northwest Industrial Park. The site of the park is located west of
County Road 19 and north of the Outlet Mall, to the north of I-94, in
Albertville, Minnesota. The site covers approximately 30 acres.
Preliminary plans call for developing this. site into lots ranging
from about 2 acres to 4.5 a cres in size. We anticipate the types of
.buildings would be one to two-story industrial, manufacturing, and
warehouse buildings. These would typically be steel frame structures
with masonry bearing walls or precast concrete bearing walls, and
floor slabs cast on-grade. Structural loads for buildings of these
.types could range from 2 to 10 kips per lineal foot, with column
loads from 50 to 200 kips.
The finished floor elevatio ns of the buildings have not yet .been set.
For typical industrial bu ildings, we estimate floor loads in the
range of 200 to 500 pound s per square foot, probably with forklift
traffic. Higher floor loads are possible for some warehouse
GME CONSULTANTS, INC. -
L
Mr. Kevin Kawlewski 2 ~ July 27, 2001
GME Project No. 9535
applications. Depending on the tenants, it is also possible that
dynamic loads could be imparted to the foundations or the floor
slabs, such as impact, rotary, or vibratory loadings.
A municipal street will be constructed through the Industrial Park in
the east-west direction. Paved parking and drive areas will surround
each building, and most of the buildings would probably have truck
docks. The traffic pattern on the paved areas would probably consist
of numerous daily passes of automobiles and light trucks (pick-ups
and vans}, •along with daily passes of heavy vehicles, such as semi-
tractor trailers of HS 20 and HS 25 loadings, and delivery trucks and
waste collection trucks. Given the proximity to Interstate 94, there
probably would be no seasonal limitations on the axle loads driven on
the pavements, and maximum legal allowable axle load of 26,000 pounds
would be permitted.
OPE OF SERVICES
The purposes of this report are to describe the soil and groundwater
conditicns encountered in our subsurface exploration; to review and
evaluate these conditions with respect to the proposed project; and to
present recommendations for feasible methods of foundation and
GME CONSULTANTS, INC.
Mr. Kevin Kawlewski
GME Project No. 9535
3
July 27, 2001
earthwork design and construction. Our scope of work was limited to
the following elements.
1. Drill and sample nine borings to depths of 20 and 25 feet
t
2. Perform routine laboratory testing on selected samples,
visually/manually classify the soil samples, and prepare
the boring logs
3. Prepare the preliminary geotechnical report
FIELD EXPLORATION
We drilled nine borings for this project, as shown on the enclosed
Soil Boring Location Diagram. SEH specified the number, depths, and
locations of tre borings, and an SEH survey crew staked the boring
locations and shot the surface elevations in National Geodetic Vertical
Datum (NGVD). We contacted Gopher State One Call before drilling to
locate public underground utilities.
We drilled the borings with a CME 550 all-terrain rig, using hollow
stem augers to advance the boreholes and sampling by the split barrel
method (ASTM: D 1586) with an automatic hammer. Our crew kept field
logs noting the methods of drilling and sampling, along with the
Standard Penetration values (N-values, "blows per foot"), preliminary
soil classifications, and observed groundwater levels. Representative
portions of the recovered soil samples were sealed in jars to reduce
GME CONSIIITANTS_ INC
Mr. Kevin Kawlewski 4 July 27, 2001
GME Project No. 9535
moisture Loss, and submitted to our laboratory for examination,
testing and final classification by a Geotechnical Engineer.
In borings 1 and 6, we obtained bulk samples of soil cuttings from
the 2 to 10 foot depth. These samples were obtained for laboratory
Standard Proctor tests.
We backfilled all the boreholes with soil cuttings to comply with
current Minnesota Department of Health regulations.
LABORATORY TESTING
The laboratory testing program caas initiated by a Geotechnical
Engineer examining each of the recovered samples to determine the
major and minor soil components, while also noting the color, degree
of saturation, and lenses or seams found in the samples. The
Engineer directed that selected samples be tested. for moisture
content. and unconfined compressive strength (by hand penetrometer).
The results of these tests are shown on the respective logs_ We also
performed that two Standard Proctor tests (ASTM: D 698); the results
of these tests are presented in the Appendix.
f.MF f`f1N SIIIT~IUTC IN ['
1
1
1
1
f
1
1
1
1
1
1
Mr. Kevin Kawlewski 5 July 27, 2001
GME Project No. 9535
The Engineer visually/manually classified each sample on the. basis of
texture and plasticity in accordance with the Unified Soil
Classification System (USCS). The capital letters in parentheses
following the written soil descriptions on the boring logs are the
estimated group symbols based on this system. A chart describing this
classification system is included in the Appendix of this report.
The Engineer grouped the soils by type into the strata shown on the
boring lots. The stratification lines shown on the logs are
approximate; in situ, the transition between soil types may be gradual
or .abrupt in the horizontal or vertical directions.
4~de will retain the soil samples from this program for 60 days after
the date of this report. If you wish to have the samples retained
beyond this time, we ask that you please advise us; otherwise, the
samples will be discarded.
SITE CONDITIONS
Topography/Surface Features
The site covers approximately 30 acres, located north of I-94 and west
of County Road 19, north of the Outlet Mall in Albertville, Minnesota.
r~uernumurnoTC cur
Mr. Kevin Kawlewski 6 July 27, 2001
GME Project No. 9535
At the time of our field exploration, part of the site was planted in
corn, and there were several wetlands on the site. The topography was
gently rolling; there was about 7 feet of elevation difference among
our borings, but the topographic map indicates that there is possibly
as much as 10 to 12 feet in elevation difference across the site.
Soil Conditions
The soil conditions we found in the borings are shown on the logs in
the Appendix of this report. The conditions that we describe and
discuss in this report are pertinent only at the boring locations and
under the environment at the time of our field exploration.
Ir. each of the borings, we encountered a topsoil layer. The topsoil
varied from a mildly organic brown sandy silt with roots and trace.
organics, to dark brown to black silty clay with roots and organics.
The topsoil varied in thickness from about 1 foot to as thick as 4.4
feet at our borings, but it is probable that the topsoil° thickness
varies significantly across the site; thus, the depth of topsoil in
our borings should not be used to compute topsoil stripping
thicknesses for site balancing or bidding purposes.
r_~ucr-n ~u c~~~TewTC ~w~r
Mr. Kevin Kawlewski 7 July 27, 2001
GME Project No. 9535
It is also possible that there is a "plow zone" below the topsoil,
where through years of agricultural plowing, the topsoil has become
mixed with the naturally-occurring non-organic near-surface soils.
Underlying the topsoil (and the plow zone), we encountered interbedded
strata of gray and brown silty clay, .sandy clay, silty sand, and
clayey sand. Theses soils were not uniform from boring to boring. In
some of the borings, the cohesive soils were stiff to-very stiff, with
N-values of 6 to 10 and moisture contents of 15% to 25%, whereas in
other borings, such as boring 3, the cohesive soils were soft, with
N-values of 3 to 4 and moisture contents of 27% to 290. The granular
soils were generally medium dense.
for specific conditions on the site.
Groundwater Conditions
Please refer to the boring logs.
We encountered groundwater while drilling only in boring 4 to a depth
of 4.4 feet. In our opinion, this may represent a perched condition
in which water infiltrating the surface is trapped in seams of more
permeable soils above very stiff and relatively low permeability silty
sandy clay.
Mr. Kevin Kawlewski 8
GME Project No. 9535
July 27, 2001
It is our opinion that the groundwater table conditions on this site
are complex. For the supplementary geotechnical exploration, we
strongly recommend the installation of piezometers to allow long-term
monitoring of the groundwater table. This would be especially true
in areas where deep utility lines and/or basements are under
consideration for the buildings.
The groundwater tables, perched and hydrostatic, will vary in
elevation seasonally and annually, depending on local amounts of
precipitation, evaporation, surface runoff, and infiltration.-
REVIEW AND RECOMMENDATIONS
Discussion
Based on our understanding of the project and the soil conditions that
we have found in our preliminary borings, it is our opinion that after
proper site preparation, the buildings can be supported - on
conventional spread footing foundations. In portions of the site
where stiff to very stiff cohesive soils or medium dense granular
soils were encountered, the site preparation should include stripping
of topsoil .and vegetation, densification of the exposed subgrade, and
placement of new compacted fill to form building pads. In areas with
GME CONSlli7e11175. INC
Mr. Kevin Kawlewski 9 July 27, 2001
GME Project No. 9535
soil conditions such as those found in boring 3, conventional soil
correction could be considered; we also recommend that you consider a
special method of site preparation, by GeopiersT"". Geopiers are
columns of highly compacted rock that stiffen loose or soft soils and
reduce post-construction settlement to acceptable limits.
The earthwork contractor should expect some difficulty in working with
the cohesive soils on this site. Much of the cohesive soils have high
moisture contents, and are extremely sensitive to disturbance from
construction equipment and foot traffic of workers. Care must be
exerted working on or with these soils. If the contractor is not
careful, excessive amounts of soil disturbance will occur, requiring
remedial subcutting and backfilling.
In our Standard Proctor tests, we found optimum moisture contents of
16.0% and 16.4%. The natural moisture content of the clays in our
borings ranged from 20% to 29o. Clays with moisture contents of about
180 or higher would require discing and drying, or treatment with
Class C fly ash or hydrated lime if you wish to avoid discing and
drying.
Details of these recommendations are presented below.
f.MF rf1N 4111TANTC INf_
Mr. Kevin Kawlewski
GME Project No. 9535
10
July 27, 2001
Site Preparation
1
1
We recommend stripping the topsoil, vegetation, and near-surface soft
or unsuitable soils from under each building footprint and from under
new pavement areas, for municipal streets and private parking lots,
extending to a distance of at least 5 feet beyond the outside edge of
the building perimeter footings, and 2 feet beyond the edge of the
pavements. The topsoil would not be reusable as fill under .the
buildings or pavements. It could be used for landscaping or hauled
from the site. We recommend that the excavators bidding on this
project be required to carry out their own exploration to determine
topsoil depths at specific building locations; our borings should not
be used fcr this purpose.
1
1
Ll
In most of_ the borings, the estimate subcutting deptris ranging as deep .
as 4 feet. However., where conditions such as in boring 3 were found,
subcutting to as great as 14 feet would be required. Wet non-organic
clays would require discing and drying, or treatment with Class C-fly
ash or hydrated lime before they can be reused as compacted fill. If
you wish to explore the soil treatment .methods, we ask that you please
contact us for further recommendations.
GME CONSULTANTS, INC.
f
Mr. Kevin Kawlewski 11 July 27, 2001
GME Project No. 9535
i
i
i
i
R
i
i
The calculation of whether there is a sufficient volume of suitable
on-site soil to construct the building pads is beyond the scope of our
services. If imported soils must be used as fill, we recommend non-
organic clay of low plasticity (Unified Classification: CL), or
select granular soil such as Mn/DOT 3149.2B1, 2B2, 2C, or 2D. If the
contractor wishes to propose a different gradation of granular fill, a
sample should be submitted to our laboratory for gradation testing and
review. We recommend that granular soils such as silt, sandy silt,
uniformly graded very fine to fine sand, or silty sand-not be used as
fill material.
After the exposed soil has been surface compacted, the fill may be
placed. Fill under roads and buildings should be placed in loose
lifts about 6 to 8 inches thick, with each lift uniformly compacted to
at least 98a of the maximum Standard Proctor dry density.
Perched or hydrostatic groundwater may infiltrate into subcut
excavations, utility trenches, and possibly footing excavations. This
groundwater should be completely removed before fill, concrete, or
utility placemer_t. In our opinion, it is likely that water could be
controlled by pumping from a suitable number of sump pits extending
below the subcuts. However, the selection of the method of dewatering
GME C~NSl1LTANTS_ INC
Mr. Kevin Kawlewski 12 July 27, 2001
GME Project No. 9535
required to properly remove water from the excavations is the
contractor's responsibility.
Foundation Design
As of the date of this report, specific foundations, loadings,
elevations, and locations are not known. Based on our understanding
of "typical" industrial park buildings, it is our opinion that the I~
foundations could bear on suitable naturally-occurring non-organic
soi:is that are undisturbed during excavation, or on compacted. fill
placed over a suitable subgrade. For preliminary design purposes, we
recommend using an allowable design bearing pressure of 2,000 to 2,500
pounds per square foot in order to limit post-construction settlement '~
to 1 inch or less. When specific building locations are chosen, we
recommend that additional borings be drilled and an extended analysis
be carried out.
We recommend that the bottom of perimeter footings for the heated
portions of the buildings bear at least 4 feet below final ,outside
grade, for protection from frost penetration. Interior footings would
typically bear .about 18 to 24 inches below finished floor elevation,
provided that they would not be subjected to freezing conditions
during or after construction. Exterior footings for signs, light
~~
GME CONSULTANTS. INC. _-
i
Mr. Kevin Kawlewski ~ 13 July 27, 2001
GME Project No. 9535
t
poles, wing walls, and loading docks should bear at least 5 feet below
final grade, because deeper frost penetration can occur in areas away
from heated buildings, especially in areas kept free of snow or ice.
i
We recommend that all continuous wall footings have a minimum width of
2 feet, and that isolated column footings have a minimum width of 3
feet, regardless of the contact pressure, to avoid excessively narrow
~I footings.
i
1
Geopier Option
With the Geopier option, it would not be necessary to subcut all soft
non-organic soils from under buildings. Rather, all organic topsoil
should be stripped, and replaced with compacted fill as described
above. - The determinations should then be made about .the number,
spacing, and depth of Geopier locations. This would be carried out
1
under the design-build process by the GeopierT"' Foundation Company.
For preliminary design purposes, with Geopiers properly placed under
continuous wall footings, column footings, and floor slabs, and with a
layer of select granular fill placed as needed to grade the site,
conventional spread footings with a design bearing pressure on the
order of 4,000 to 5,000 pounds per square foot could be used with the
Geopier design. If you wish to explore the Geopier option, we
r_u~crnrua~uTn~uTa ~ur_
Mr. Kevin Kawlewski 14 July 27, 2001
GME Project No. 9535
recommend that you contact us for further discussion. We would then
have you contact the GeopierT"" Foundation Company through their local
representative, Mr. Charles Allgood, P.E.
Floor Slab subgrade
The recommended methods of site preparation, either by conventional
soil correction or the Geopiers, would provide a subgrade with
adequate support for floor slabs, if the soils are not disturbed or
frozen. We recommend that backfill around footings and in underslab
utility trenches be granular soil, for relative ease of compaction in
confined spaces. This backfill should be placed in loose lifts about
4 to 6 inches thick, and should be compacted with rnanually-operated
vibratory plate or impact equipment to at least 95% of the maximum
Standard Proctor dry density. We recommend not using-heavy towed or
self-propelled compactors within 4 feet of newly constructed
foundation walls or. loading dock walls; such equipment can damage the
walls. For. preliminary design purposes, we recommend the slabs- on
this site be designed with a modulus of subgrade reaction of 150
pounds per cubic inch.
We recommend that the final 6 inches of fill under the floor slabs we
well-graded granular soil having less than 5% passing the No. 200
GME CONSULTANTS, INC.
Mr. Kevin Kawlewski 15 July 27, 2001
GME Project No. 9535
sieve to reduce the migration of moisture upward through the base of
the slab. A crushed gravel base (such as crushed Mn/DOT Class. 5)
should be used for warehouse slabs with heavy floor loads. The design
of the-slab and thickness of the base should be determined by the
Structural Engineer, based on the slab loading
We also recommend the placement of vapor barriers under the slabs
because of the generally cohesive nature of the soils. The purpose of
a vapor barrier is to reduce the potential for the upward migration of
water vapor from the soil into and through the concrete slabs. Water
vapor ..migrating upward through the slabs can damage floor coverings
such as tile, carpeting, or wood, or sealers, paints, or coatings.
One method for construction of a vapor barrier is given in Part 2,
Section 302, or the Manual of Concrete Practice of the American
Concrete Institute. There is-also a commentary on alternative methods
of vapor barrier construction in the April 2001 issue of Concrete
International. We recommend that you contact the manufacturers of -the
specified coatings or coverings to determine how they wish to have the
vapor barrier constructed, Their preferred method of vapor barrier
construction may differ from the ACI method.
C.MF [_1'IN SlllTANTS INC
1
Mr. Kevin Kawlewski 16 July 27, 2001
GME Project No. 9535
We recommend that the floor slabs be designed and built in accordance
with the recommendations given by the Portland Cement Association and
the American Concrete Institute. The slabs should have construction
joints and control joints at appropriate, spacings to reduce the
potential of uncontrolled shrinkage, cracking, and curling. The slabs
should be cast independent of the any foundations, or walls to permit
relative movement to occur without structural distress:
Exterior Underground Utilities
The excavated non-organic soils can be used for backfill in the new
utility line trenches. These soils should be dried or treated as
described above, and then placed in loose lifts not exceeding 6
inches, compacted to at least 950 of the maximum Standard Proctor dry
density. Within 3 feet of pavement subgrade elevation, the compaction
should be increased to at least 1000.
Exterior Entry Slabs and Sidewalks
The silty clay soils on this site are frost-susceptible; they can
heave upon freezing each winter, raising slabs built over such soils.
Exterior slabs that abut the buildings should be cast on select non-
frost susceptible (NFS) sand having less than 5o passing the No. 200
GME CONSULTANTS, INC.
1
[l
e
Mr. Kevin Kawlewski 17 July 27, 2001
GME Project No. 9535
sieve. The-NFS sand zone should be at least 5 feet thick, tapered out
to no NFS soil over a distance of about 15 feet. Plastic drainpipes
should be placed at the base of the sand, connected to the storm sewer
system, to remove infiltrating water.
1
1
1
1
1
1
1
I
As an alternative, the slabs and sidewalks could be constructed as
structural stoop slabs, supported on frost footings bearing at least 5
feet below final grade. The sidewalks and slabs should have a minimum
4-inch thick air gap between the slab and the subgrade. Insulation
should be placed along all sides of the vertical foundation walls to
prevent adfreezing of the backfill to the walls. To avoid a tripping
r:azard where the sidewalks abut the stoop slabs, the drained NFS
tapered as discussed above should be placed adjacent to the- stoop
slab...
Pavement subgrade
Preparation of the pavement subgrade has been described previously. in
the Site Preparation section of this report. Based on a subgrade
consisting of silty clay, we recommend using a Stabilometer value (R-
value) of 6 for the pavement design. You may use this value, along
with your predicted. traffic volumes and the City's desired pavement
life, to design the sections. We strongly recommend designing the
r:MC rnw~ei~ire~uTC ~~r
Mr. Kevin Kawlewski 18 July 27, 2001
GME Project No. 9535
streets with a subbase of select, .free-draining NFS sand at least 2
feet thick. As a second alternative, but one which would not. provide
the same degree of internal drainage, a geofabric could be placed over
the subgrade before the granular base course is placed. The
geofabric's primary function would be to prevent fouling (mixing) of
the clay with the Class 5 base course.
Prior to placing the subbase or base course, the subgrade .should be
test rolled with a fully loaded dump truck. Soft soils detected during
test rolling should be subcut and replaced. Fill used to replace the
subcuts and to reach design subgrade elevation should consist of
cohesive soils, moisture conditioned as previously described, to avoid
"birdbaths" in the subgrade if .granular fill were used.
ONSTRUCTION CONSIDERATIONS
Groundwater
Based on the conditions. found in our borings, it is our opinion that
groundwater might be encountered during excavation of foundations and.
utilities for this project. Any water that enters excavations from
groundwater seepage, surface runoff, or precipitation should. be
promptly pumped out. Water should not be allowed to stand ponded over
GME CONSII LTGNT S_ INC
1
i
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Mr. Kevin Kawlewski 19 July 27,-2001
GME Project No. 9535
the foundation bearing :soils, or the floor slab or the pavement
subgrade soils, since this water can soften and disturb the soils.
The contractor should not be permitted to place fill or concrete into
standing water or over softened soils in an attempt to displace these
materials. This technique can result in trapping softened soils under
the building causing excessive post-construction settlement, even if
the softened zone is only a few inches thick.
Equipment Selection/Soil Disturbance
The soil types at this site can be easily disturbed by construction
equipment, especially when the soils are. saturated or during
freeze/thaw conditions. It is the earthwork contractor's
responsibility to .choose equipment and work procedures that will not
disturb the subgrade soils. The contractor should also route
construction traffic away from foundation soils, and areas of pavements
and slabs, to minimize soil disturbance.
If the equipment the contractor selects causes .rutting or pumping, it
is the earthwork. contractor's responsibility to switch to other types
of equipment or methods. The responsibility to properly select
construction equipment to avoid disturbing soils on the site lies
GME CONSULTANTS, INC.
Mr. Kevin Kawlewski 20 July 27, 2001
GME Project No. 9535
solely with the contractor. A note to this effect should be included
in the project, specifications.
Winter Construction
We strongly.. recommend that the project specification contain a section
dealing .with winter earthwork, foundation construction, and
masonry/concrete construction for the project. The contractors should
be required to submit documentation that they have read and understand
the conditions.
Only unfrozen fill and backfill should be used, and contractors may
charge extra for importing unfrozen soil or keeping backfill from
freezing. Placement of fill and/or foundation concrete must not be
permitted on frozen soil, nor should bearing soils under footings or
slabs be allowed to freeze after concrete is placed, because
excessive post-construction settlement .could occur as the frozen
soils thaw. The concrete and masonry used in the building must-be
placed and protected in accordance with pertinent industry standards
for winter construction.
GME CONSULTONTS.INC
1
1
1
1
1
1
1
1
1
i
1
1
1
1
1
1
1
1
Mr. Kevin Kawlewski
GME Project No. 9535
21
July 27, 2001
Construction Safety
1
All excavations for this project must comply with the requirements of
1
OSHA 29 CFR, Part 1926, Subpart P, "Excavations and Trenches." This
document states that excavation safety is the sole responsibility of
the contractor. Reference to this OSHA requirement should be
t
1
i
i
1
included in the job specifications.
The responsibility to provide safe working conditions on the site,
for earthwork, building construction, or any associated operations,
is not borne in any manner by GME Consultants, Inc.
Construction Test
we recommend -that the Owner. retain the services of a geotechnical
engineering firm at the time of construction to provide full-time
observation and testing during site preparation. This should include
observation and documentation of topsoil stripping, subcutting-of
unsuitable soils, and placement of compacted fill for the building
pad and pavement areas. The Geotechnical Engineer or Materials
Technician should also test the foundation bearing soils before
forming and placement of the footings and slabs.. Testing of building
materials in accordance with Chapter 17 of the 1.997 Uniform Building
GME CONSII LTANTS_ IN C_
Mr. Kevin Kawlewski
GME Project No. 9535
22
Code should also be carried out.
July 27, 2001
We welcome the opportunity to
provide the observation and testing services for this project.
GENERAL QUALIFICATIONS
This preliminary report has been prepared based on the soil and
groundwater conditions found in our borings, and on the design data
available from SEH. As of the date of this report, specific building
locations, size, elevations, or loads have not been selected. Thus,
we have prepared our recommendations based on our experience with
similar types of developments, and the soil conditions we found on
the sites. Additional exploration with an appropriate number of
borings should be carried out on each site when building locations
and designs are chosen.
We determined the soil and groundwater conditions at nine locations
for this project. The conditions that we describe and discuss in
this report are pertinent only at the boring locations and under -the
environment of our field exploration. Variations in the subsurface
conditions were found, and it is probable that additional variations
exist that cannot be determined from our borings or from our site
reconnaissance. These variations will not become apparent until
excavation is started. No warranty, express or implied, is presented
GME CONSULTANTS, INC.
1
1
r
Mr. Kevin Kawlewski 23 July 27, 2001
GME Project No. 9535
in this report with respect to the soil and groundwater conditions on
this site.
STANDARD OF CARE
The recommendations contained in this report represent our
professional opinions. The soil testing and geotechnical engineering
services performed for this project have been conducted in a manner
consistent with that level of skill and care ordinarily exercised by
other members of the profession currently practicing in this area,
under similar budgetary and time constraints. No other warranty,
express or implied,~is madey
Prepared by: (William C. Kwasny, P.E.
Principal EngiI~ee~resi ent
~_~
Reviewed by: Thomas P. Venema, P.E.
Principal Engineer/Vice President
WCK:ms
w:\wck\9535 dtr.ms.doc
I hereb erti th this pla ,specification, or
report pr ar me or under my direct
supe is t t l a a duly Registered
Prof si I n eer der the laws of the
Stat of so
~ William C. Kwd'snyk.
Dat : ~ ~~ D'~~ Reg. 1427
w
~tuc en~ciuTwuTC ~wtc
1
t
1
u
Cl
1
1
GENERAL NOTES
DRILLING & SAMPLING SYMBOLS:
SL SS with Liner
SS Split Spoon - 1'/e" I.D., 2" O.D., unless OS Osterberg Sampler - 3" Shelby Tube
otherwise noted HS Hollow Stem Auger
ST Shelby Tube - 2" O.D., unless otherwise noted WS Wash Sample
PA Power Auger FT Fish Trail
DB Diamond Bit - NX: BX: AX RB Rock Bit
AS Auger Sample BS Bulk Sample
JS : Jar Sample PM Pressuremeter test - in-situ
VS Vane Shear
Standard "N" Penetration: Blows per foot of a 140 pound hammer falling 30 inches on a 2 inch OD split spoon, except
where noted.
WATER LEVEL MEASUREMENT SYMBOLS:
WL : Water Level
WCI : Wet Cave In
DCI Dry Cave In
WS While Sampling
WD While Drilling
BCR : Before Casing Remvoal
ACR : .After Casing Removal
AB After Boring
Water levels indicated on the boring logs are the levels measured in the boring at the times indicated. In previous soils, the
indicated elevations are considered reliable ground water levels. In impervious soils, the accurate determination of ground
water elevations is not possible in even several days observation, and additional evidence of ground water elevations must be j
sought. ,
GRADATION DESCRIPTION & TERMINOLOGY
Coarse Grained or Granular Soils have more than 50% of their dry weight retained on a #200 sieve; they are described as:
boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are
described as: clays or clayey silts if they are cohesive, and silts if they are non-cohesive. In addition to gradation, granular
soils are defined on the basis of their relative in-place density and fine grained soils on the basis of their strength or
consistency, and their plasticity.
Major Descriptive Term(s)
Component (Of Components Also Percent of
Of Sample Size Range Present in Sample) Dry Weight
Boulders Over 8 in. (200mm) Trace 1 - 9
Cobbles 8 in. to 3 in. Little 10 -19
(200mm to 75mm)
Gravel 3 in. to #4 sieve Some 20 - 34
(75mm to 2mm)
Sand #4 to #200 sieve And 35 - SO
(2mm to .074mm)
Silt Passing #200 sieve
(0.074mm to 0.005mm)
Clay Smaller than 0.005mm
CONSISTENCY OF COHESIVE SOILS: RELATIVE DENSITY OF GRANULAR SOILS:
Unconfined
Comp.
Strength, Qu,
tsf Consistency N -Blows/ft. Relative Density
0.25 Very Soft 0 - 3 Very Loose
0.25 - 0.49 Soft 4 - 9 Loose
0.50 - 0.99 Medium (Firm) 10 - 29 Medium Dense
1.00 - 1.99 Stiff 30 - 49 Dense
.2.00 - 3.99 Very Stiff 50 - 80 Very Dense
4.00 - 8.00 Hard 80 + Extremely Dense
8.00 Very Hard
1
1
1
GME CONSULTANTS, INC.
1
1
t
u
1
1
r
1
1
t
t
1
i
LOG OF BORING B-1
PROJECT
Northwest Industrial Park SITE County Road 19
Albertville, Minnesota .
CLIENT
SEH ARCHfrECT-ENGINEER
SEH
~ W
w
tL
W
F::
~-
fn UNCONFINED COMPRESSNE 5TFtENGTH TONS/FT?
--- 0---
1 2 3 4 5
~
w
LL m
~
W~
d J
j
J
W z
=
V
Fa- DESCRIPTION OF MATERIAL F-
w
J~
Q J ~
m
W
J WATER
CONTENT °,6
--- ~_-- -
STANDARD PENETRATION (BLOWS/FOOT)
w
o r
Q Z
cn a
¢
S Q
~
~
SURFACE ELEVATION
956.4
W ~
~ ~ Q
~
z
---~--
~o zo ao ao So
B
SANDY SILT
t
i
S rown
,
race organ
cs -loose -
1
S (ML) (topsoil) $
22 ~
Brown and dark brown SILTY CLAY, trace sand ~
2SS -firm - (CL) s
4.0 ~
3SS Brown and gray SILTY CLAY, trace sand,
gravel -firm - (CL)
s '
6.0 `,
Brown SILTY CLAY WITH SAND, trace gravel - ~a
4SS stiff - (CL) - is ~ •
~
9.0 `
5SS Gray SILT WITH SAND, thin brown sand
seams -medium dense - (ML)
18
~
r
I
I
'
14.4
Gra
brown SILTY CLAY
t
ac
d
l
6SS y
,
r
e san
, gray c
ay 15
seams at 19.8 feet -stiff to very stiff - (Ct)
`
,
7SS 24 •
~.
~
~~
`
~
23.4.
Gra
SILTY CLAY WITH SAND
t
l ~
8SS y
,
race grave
- 47
hard - (CL)
End of boring at 25 feet
Hollow stem auger used full depth
Borehole backfilled with cuttings
WATER LEVEL OBSERVATIONS BORING STARTED 7/ 12/O1
W.L. Groundwater not encountered GME CONSULTANTS, INC. BORING COMPLETED 7/12/O1
W.L. while drilling or after HSA removal Geotechn'~cal Materials Environmental
1400021st Avenue No. RIG
CME-SSO
DRILLER TA
W.L. Minneapolis, MN 55447
nom) s5s-,sss DRAWN I(I~B APPROVED JPB
JoB ~ 9535 SHEET 1 of 1
Boring caved at 23.1 feet after HSA The stratification lines represent appro~amate boundaries between
removal soil types; insitu the transition may be gradual.
LOG OF BORING B- 2
PROJECT
Northwest Industrial Park SITE County Road.19
Albertville, Minnesota
CLIE
SE NT
H ARCHITECT-ENGINEER
SEH
~
lL
tWi
-
~ ap (tsf)
- -Q- -
1 2 3 4 5
I-
w w
m
g
z w
~ ~
w
w
~ ~
Q
U
~ DESCRIPTION OF MATERIAL
~
~~
Q ~ ~
~
m
J WATER
CONTENT
--~--
STANDARD PENETRATION (BLOWSlFOOT)
w
o f-
Q z
to ¢ W
Q
~
~
to
SURFACE ELEVATION
~' 953.1
nw. w
to ~
>
z _ _
~-
to zo ao 4o so
Dark brown to black SILTY CLAY WITH z
1 SS 7 ~Q,
~ O
ORGANICS -firm - (CL-OL) (Topsoil)
z
2ss s ~ ~
4.4 t
3SS Gray and brown fine to medium SILTY SAND g
6.0 -loose -damp - (SM)
and brown SILTY CLAY
trace sand
Gra z
4SS ,
,
y 6 ~
gravel -firm - (CL) ~
9.0 1
SILTY SANDY CLAY
ravel
sand
trace
Gra z
SS ,
g
,
y ~~
5 10.6 seams -stiff - (CL)
ILTY SAND
l t
, trace c
ay -damp -
Gray fine S
(SM) 1
1
~
14.0
el -
Gray SILTY CLAY WITH SAND
trace
ra
S ,
g
v
14 ~ z
6S stiff - (CL)
19.4 \ ~
Brown fine to medium CLAYEY SAND
trace 55
7SS ,
silt, gravel -dense -damp - (SC)
23.0 z
Gra CLAYEY SANDY SILT - ve hard - ML
End of boring at 23.4 feet
Hollow stem auger used fuA depth
Borehole backfilled with cuttings 0.4
WATER LEVEL OBSERVATIONS BORING STARTED 7/ 12/01
W.L. Groundwater not encountered GME CONSULTANTS, INC. BORING COMPLETED 7/12/01
W.L_ while drillin or after HSA
g Geotechnical Materials Environments{
14000 21st Avenue North RIG CME-550 DRILLER TA
W.L. remova ~ Minneapolis, MN 55447
Pte} sss-less DRAWN I~(~/IB APPROVED JPB
Joe # 9535 SHEET 1 of 1
Boring caved at 21.7 feet after HSA The stratification lines represent approximate boundaries
remova between soil types; insitu the transition may be gradual.
1
1
r
r
1
t
1
1
t
~~
1
1
1
1
i
1
f
1
t
LOG OF BORING B- 3 Offset 100' E
PROJECT
Northwest Industrial Park SITE County Road 19
Albertville, Minnesota
CLIENT
SEH ARCHrrECT-ENGINEER
SEH
1--
W
w
~
~".'.
LL UNCONFINED COMPRESSIVE STRENGTH TONS/FT?
--- 0---
1 2 3 4 5
w
w
_ w
~
Z W
~ a
W
w
~ ~
Q
V
~ DESCRIPTION OF MATERIAL
~
Fw-
Q ~ ~
~
°~
J WATER
CONTENT°,6
--- •---
STANDARD PENETRATION (BLOWS/F00T)
w
o Q~
cn ¢ Q
3 ~
m SURFACE ELEVATION
952.3 a w
m o: >
z -~
io so 3o ao so
Dark brown CLAYEY SILT WITH ORGANICS
1SS ,
a z
trace sand seams -soft - (ML-OL) (Topsoil)
l
i
2SS 4
4.3 I
3SS
Brown SILTY CLAY, trace sand -soft - (CL)
a
~
s
1
I
I
4SS 7.2 z7
Gray brown SILTY CLAY -soft - (CL) ~
l
I
I
5SS
s 2
~~
~~
\
\\
14.0 `
SILTY CLAY WITH
SAND
t
a
e
v
G
l `
6SS 15.4 .
,
gra
ray
r
c
e
,
sand seams- ve stiff - CL 19
Gray brown CLAYEY SANDY SILT
trace gravel ~
, ~
`
=very stiff to hard - (ML) ,
~~
\
7SS 29 •
i
l
`
33 ~
8SS
End of boring at 25 feet
Hollow stem auger used full depth
Borehole backfilled with cuttings
WATER LEVEL OBSERVATIONS BORING STARTED 7/ 12/01
W.L. Groundwater not encountered GME CONSULTANTS, INC. BORING COMPLETED 7/12/O1
W.L. while drilfin or after HSA removal
9 Geotechnical Materials Environmental
iaooo 2,~t Avenue No. RIG CME-550 DRILLER TA
W.L. Minneapolis, MN ssaa7
ssa,ess
a DRAWN KMB APPROVED JPB
p
d JOB A 9535 SHEET 1 of 1
Boring caved at 21.8 feet after HSA The stratification lines represent approximate boundaries between
removal soil types; insitu the transition may be gradual.
LOG OF BORING B- 4
PROJECT
Northwest Industrial Park SITE County Road 19
Albertville, Minnesota
CLIENT
SEH ARCHITECT-ENGINEER
SEH
W
W
~
F-:
LL UNCONFINED COMPRESSIVE Sr12ENGTH TONSJFi?
--- 0---
1 2 3 4 5
~
tL
_ w
~
>
Z W
~ a
w
>
W
~ ~
¢
=
U
~ DESCRIPTION OF MATERIAL
N
w
F-
Q ~ ~
~
m
J WATER
CONTENT°,6
--- •---
STANDARD PENETRATION (BLOWS/FOOT)
o Q Z
m Q Q
~ F
~ SURFACE ELEVATION
956.2 a w
rn ~ >
z -~--
10 20 3o ao so
Dark brown SANDY SILT WITH ORGANICS -
S
7
~ 1s
•
1S loose - (ML-OL) (Topsoil)
2.2
2
S Brown SILTY CLAY, trace organics, sand -stiff s 1
S
SILTY CLAY
trace sand
sa
d
B
t
3S ,
,
rown
seam a
n
a
~
O s
S 4.4 feet -soft - (CL)
6.4 s
'
4S Brown fine to medium CLAYEY SAND
trace s
S ,
silt, gravel -loose -wet - (SC) ~~
~
9.0 `
SILTY SANDY CLAY
tr
B
l ~`
rown
,
ace grave
-very 17 O
SSS stiff - (CL)
l
t
20 •
6S5 15.6 ,
Gray CLAYEY SANDY SILT, trace gravel -very ;
stiff - (ML)
~
7SS 15 O
l
l
I
l
l
~
8SS 17 O
End of boring at 25 feet
Hollow stem auger used full depth
Borehole backfilled with cuttings
WATER LEVEL OBSERVATIONS BORING STARTED 7/ 12/01
W.L. ®4.2 feet before casing removal GME CONSULTANTS, INC. BORING COMPLETED 7/12/01
W.L. = 14.4 feet after HSA removal Georechn'~cal Materials Environmental
~ 4000 21st Avenue No. RIG CME-550 DRILLER TA
W L Minneapolis, MN 55447
pss~ 551 ase DRAWN I'(MB APPROVED JPB
JOB # 9535 SHEET ~ Of 1
Boring caved at 19.8 feet after HSA The stratification lines represent approximate boundaries between
removal soi{types; insitu the transition may be gradual.
1
1
1
t
t
1
1
1
1
~.
LOG OF BORING B- 5
PROJECT
Northwest Industrial Park SITE County Road 19
Albertville, Minnesota
CLIENT
SEH ARCHITECT-ENGINEER
SEH
F-
W
u-
~
-`- UNCONFINED COMPRESSNE STRENGTH TONSlFT?
1 2 3 4 5
I-
w
LL
_
w
~
~
Z w
~ }a
w
>
J
~
~
Q
=
v
~
DESCRIPTION OF MATERIAL
~
~
w
J~
Q ~ N
~
~
m
w
J
WATER
CONTENT °,6
__ ~___
STANDARD PENETRATION (BLOWS/FOOT)
w
o I-
¢ z
cn ¢ W
~
~
~
~
.SURFACE ELEVATION
956.3
a w
cn ~
>
z
-~
io so 30 4o so
0
8 trace or
anics - (ML)
Brown SANDY SILT
1 SS . g
, sr
o oil
2.0 trace sand -firm -
Brown mottled SILTY CLAY ~`
, z2
CL ; b, ~
2SS grown and gray SILTY CLAY, trace sand, 13 , Y.~
CL
tiff t
fi
o
rm - (
)
gravel - s
3SS s ~ ~
.
6.0
n and dark brown SILTY CLAY
trace sand
B
4SS ,
row 2s
-very stiff - (CL)
~
9.4 1
SSS trace gravel -medium
Brown fine SILTY SAND 29
,
M
)
dense -.damp - (S
I
I
.
'
6SS 25
r
i
!
r
i
i
7 ~
SS
~`
~
_, \
8SS 26
End of boring at 25 feet
Hollow stem auger used full depth
Borehole backfilled with cuttings
WATER LEVEL OBSERVATIONS BORING STARTED 7/ 12/01
W.L. Groundwater not encountered GME CONSULTANTS, INC. BORING COMPLETED 7/12/01
W.L.
while drilling or after HSA removal Geotechnical Materials Environmental
,400021stAvenueNo.
RIG CME-550 DRILLER TA
W.L. Minneapol'rs,MN55417
ssl ssa, ass DRAWN ICMB APPROVED JPB
p JOB ~ 9535 SHEET 1 Of 1
Boring caved at 21.5 feet after HSA The stratification lines represent appro~omate boundaries between
removal soil types; insitu the transition may be gradual.
LOG OF BORING B- 6
PROJECT
Northwest Industrial Park SITE County Road 19
Albertville, Minnesota
CLIENT
SEH ARCHITECT-ENGINEER
SEH
W
<L
W
-~ UNCONFINED C.OMPRESSNE STRENGTH TONSlFT?
1 2 3 4 5
~
W
W
_ fY
~
~
z W
~ a
w
>
W
~
z
_
U
~
DESCRIPTION OF MATERIAL
~
w
~
Q ~ (n
~
m
~
WATER
CONTENT °.6
--- e---
STANDARD PENETRATION (BLOWS/FOOT)
w
o
Q z
~ a ~
Q
~ Q
~
~
SURFACE ELEVATION
958.5 U ~
a w
u> ~ Q
>
z
---~--
10 20 3o ao eo
d
B
SILTY CLAY WITH SAND
S rown an
gray
, 2a
1
S trace gravel -firm to stiff - (CL) 7 ~ Oe
2SS s ~ O
T
3SS 8 O
6.0
ttl
B
d SILTY CLAY WITH
rown mo
e
SAND, trace
4SS gravel -very stiff - (CL) ~s ~ O
t
I
I
I
5S
S 17 O
I
I
I
I
r
14.0
G
b
SILTY CLAY WITH S
ND
S rown
ray
, trace
A 18
6
S gravel -very stiff - (CL) 21 O
I
1
I
I
.
I
1s
7SS 19.6 ~ e
e
Gray brown fine to m
dium SILTY SAND, trace
a - m -
Hollow stem auger used full depth
Borehole backfilled with cuttings
WATER LEVEL OBSERVATIONS BORING STARTED 7/ 12/01
W.L. GfOUndWater nOt enCOUntered GME CONSULTANTS, INC. BORING COMPLETED 7/12/01
W.L. while drilling or after HSA removal Geotechnical Materials Environmerstai
14000 21st Avenue No. RIG CME-550 DRILLER TA
W.L. Minneapol"rs,MN55447
(7~) sse.,ass DRAWN IQd16 APPROVED JPB
Job ~ 9535 SHEET 1 of 1
Boring caved at 15.2 feet after HSA The stratification tines represent appro~omate boundaries between
removal soil types; insitu the transition may be gradual.
A
1
t
1
1
1
t
r
n
t
i
t
r
t
t
r
1
1
i
A
LOG OF BORING B- 7
PROJECT
Northwest Industrial Park SITE County Road 19
Albertville, Minnesota
CLIENT
SEH ARCHITEC
SE T-ENGINEER
H
W
~-
~ UNCONFINED COMPRESSIVE STRENGTH TONS/Fr?
1 2--- 0--- 4 5
~
w
"~
w ~
>
z w
w a- w
>
w
~ O
Q
U
~ DESCRIPTION OF MATERIAL
~
~
Q ~ ~
~
m
~ WATER
CONTENT %
--- •---
STANDARD PENETRATION (BLOWS/FOOT)
w
o Q Z
~ ¢ ¢
~ ~
cn SURFACE ELEVATION
955.3 a w
cn o: j
z ---~---
10 20 so ao so
k b
CLAYEY SILT WITH ORGANI
D
S
SS rown
ar
C
- ~s
1 soft - (ML-OL) (Topsoil) 4
2.2
2SS Brown and gray SILTY CLAY, trace sand -firm ,p~
5
SILTY CLAY
t
B
d
d
3SS ,
race san
rown
, coarse san
layer at 6.4 feet -stiff - (CL) B O
6.6 `
`
4SS Brown SILTY CLAY WITH SAND -stiff - (CL) 15
~
9 0 `
SILTY CLAY
B
t
d `
rown
,
race san
-very stiff - »
5SS (CL-ML) ~ 2s •
/~
'
~
14.4
SILTY CLAY WITH SAND
Gra
trace
ravel - ' ~
6SS y
,
g 12
stiff - (CL) ,
18.0
SILTY CLAY
G
t
d '
,
race san
ray
, gravel -stiff - s
~
7SS (CL-ML) ~a - O
End of boring at 20 feet
Hollow stem auger used full depth
Borehole backf~lled with cuttings
WATER LEVEL OBSERVATIONS BORING STARTED 7/ 12/01
W.L. Groundwater not encountered GME CONSULTANTS, INC. BORING COMPLETED 7/12/01
W.L. while drillin or after HSA removal
g Geotechnical Materials Enrinmmenlal
~ 400021st Avenue No- RIG CME-550 DRILLER TA
W L Minneapolis, MN 55447
n~ 55a,ase DRAWN I(M$ APPROVED JPB
JOB # 9535 SHEET 1 of 1
Boring caved at 16.8 feet after HSA The stratification lines represent approximate boundaries between
removal soil types; insitu the Vansition may be gradual.
LOG OF BORING B- 8
PROJECT
Northwest Industrial Park SITE County.Road 19
Alberivllle, Minnesota
CLIENT
SEH ARCHITECT-ENGINEER
SEH
F-
W
~-
.-.
~- UNCONFINED COMPRESSIVE STRENGTH TONS/FT?
1 2 3 4 5
1-
w
~
_ w
~
~
Z W
~°}'
w
>
j
~ ~
¢
_
U
H DESCRIPTION OF MATERIAL
~
w
f- ~
a ~ 'S
~
m
J WATER
CONTENT °,b
_-- ~_--
STANDARD PENETRATION (BLOWS/FOOT)
w
o 1-
a Z
m Q w
Q
~
~
cn
SURFACE ELEVATION
954.5
a w
~ ~
>
z ,o~
-`~`--
io so 3o ao so
Dark brown CLAYEY SILT WITH ORGANICS -
SS
s 2a
1 stiff - (ML-OL) (Topsoil)
2.3 ~
2SS Brown and dark brown SILTY CLAY, trace sand 7 r0,
-firm - (CL)
4.4 ,
'~
3SS Brown and gray SILTY CLAY
trace sand -stiff - ~~ a
,
(CL)
`
~ zz
~
7.0 \
4SS Dark brown fine to medium CLAYEY SAND ~s
,
trace silt, gravel -medium dense -damp - (SC) ;
9.0
ra
SILTY CLAY WITH SAND
trace
Dark
5SS y
,
g
10 ~
gravel -stiff - (CL-ML}
4
~
13.5
SILTY CLAY WITH SAND
stiff
G
CL i
-
ray
- (
)
6S ~5
S
I
I
I
I
I
I
1
18.8
7SS Gray fine to medium SILTY SAND, trace clay,
d
d
ium
ense -dam - S
ravel -me
End of boring at 20 feet
Hollow stem auger used full depth
Borehole backfilled with cuttings
WATER LEVEL OBSERVATIONS BORING STARTED 7/ 12/01
W.L. GfOUndWatef nOt enCOUntered GME CONSULTANTS, INC. BORING COMPLETED 7/12/01
W.L. while drilliR or after HSA removal
g Geotechnical Materials Erni~onmental
14000 21st Avenue No. RIG CME-550 DRILLER TA
W.L. Minneapolis, MN 55447
(763) 55&1858 DRAWN KMB APPROVED JPB
JoB g 9535 SHEET 1 of 1
Boring caved at 17.7 feet after HSA The stratification lines represent approximate boundaries between
removal soil types; insitu the transition may be gradual.
t
y
1
1
t
1
t
r
i
i
1
r
E
w
i
t
1
r
i
i
i
r
LOG OF BORING B- 9
PROJECT
Northwest Industrial Park SfTE County Road 19
Albertville, Minnesota
CLIENT
SEH ARCHITECT-ENGINEER
SEH
W
W
LL
-
^
~
N UNCONFINED COMPRESSIVE STRENGTH TONSIFr?
' 2 --- Q---
4 5
t-
w
~
= W
~
~
Z W
W}
J F- w
W
J
~ z
¢
=
(J
Q
¢ DESCRIPTION OF MATERIAL h-
w
J~
? p
m
W
J WATER
CONTENT°,6
___ •___
STANDARD PENETRATION (BLOWSIFOOT
~
~
Q Z
~ Q
a
~
~
rn
SURFACE ELEVATION
958.6 U
wa w
cn o;
>
z )
_
to 20 -~_- m so
Brown mottled SILTY CLAY, trace sand, gravel is
1SS -firm - (CL) ~ ~ •
2.0 ,
Brown and gray SILTY CLAY, trace sand -stiff - '
2SS (CL) $ O
4.0 ,
Brown SILTY CLAY WITH SAND, trace gravel - '
3SS stiff to very stiff - {CL) s
4SS ~~
i
9.0
Brown SILTY CLAY, trace sand -very stiff to ' ~
5SS hard - (CL-ML) ~s
~
.
~~
~
\
S ~
6S 32
i
i
i
i
7SS 25 i
End of boring at 20 feet
Hollow stem auger used full depth
Borehole backfilled with cuttings
WATER LEVEL OBSERVATIONS BORING STARTED 7/1 2/O1
W.L. Groundwater not encountered GME CONSULTANTS, INC, BORING COMPLETED 7/12101
W.L. while drilling or after HSA removal Geotechnical Materials Environmenml
,aooo st~c A
N RIG
CME-550
DRILLER
TA
wanue
o.
W,t_, Minneapdis, MN 55447 DRAWN KMB APPROVED JPB
ns3155s-,ass
JOB # 953$
SHEET 1 of 1
Boring caved at 17.3 feet after .HSA The stratification lines represent approximate boundaries between
removal soil types; insitu the transition may be gradual.
r
r
r
r
t
r
i
i
r
140
135
130
125
~-
0
0
120
~
m
U
w
a
0 115
z
0
o_
}
~-
110
z
w
0
r
0
105
100
95
90
85
0 5 10 15 20 25 30 35
MOISTURE CONTENT -PERCENT OF DRY WEIGHT
GME CONSULTANTS, INC.
Geotechnical-Materials-Environmental
14000 21st Avenue North
Mi
li
Mi
5544
nneapo
s,
nnesota
7
[6121 559-1859
MOISTURE -DENSITY RELATIONS OF SOILS AND
SOIL-AGGREGATE MIXTURES
~/30/01
DATE
9535
:
GME PROJECT NO.
PROJECT: Northwest Industrial Park
LOCATION: Albertville, Minnesota
GRAPH NO. B- 6 SAMPLE N0. B- 6
SOURCE OF MATERIAL: __ On site: Auger sample, 2-10 feet
B
SIL
rown
TY CLAY WITH SAND
SOIL DESCRIPTION:
U CL
NIFIED CLASSIFICATION
:
METHOD OF TEST: ASTM: D 698 Method B
CLAY PREPARATION: Yes
NATURAL MOISTURE CONTENT: %
PERCENT PASSING NO. 200 SIEVE:
OPTIMUM MOISTURE CONTENT: 16.0 %
MAXIMUM DRY DENSITY: 108.7 pcf
Zero air void curve for
specific gravities of
2.80
2
70
.
2.60
CLASSIFICATION OF SOILS FOR ENGINEERING PURPOSES
(ASTM: D 2487 and 2488)
Major divisions I Group Typical names Laboratory classification criteria
symbols
w d GW
d c
>=
c ~
0 0 °c
~m 16m
ro-
Q m O v GP
w
w V ~
y W
i N > p O
~, ~° _ z
> O r m `c d
N
a ~ t ~ o GM
o t d _ E
A a m
0 0- -3a ~
Z ~ w'~~
w C d V O
- w > m
b t ~ n GC
vm ~Q
m
t .°i
m W
~ ~
m m
w_
o ~ w d sw
O w v c
E c ca o
O O d w C
w
i0 m '» ~ O
L ~ d N m
L m O ` SP
m
m w O ~
= O Z
,,,, `° c
N m W d
t L C
c w o SM
m d
L ~ 5 E
m E L w w u
`o ~ 3~ c
~ - m
~ V O
C N
in Q SC
m
'm
0
0
Z
m
L
w ~'
m
v E
m w
c
m °'
rn m
c °.'
~` E
`o
m
L
c
L
w
O
ML
0
c
m
j. L
m
V q
c . CL
w E
in n
J OL
c MH
c
A
w L
~ ~
V ~
~ °i CH
c ~
a _
='• E
in
v
~ OH
V
w
w m o Pt
_ ~ w
O
Well-graded gravels, gravel-sand
mixtures, little or na tines
Poorly graded gravels, gravel-
sand mixtures, little or no fines
Silty gravels, gravel-sand-silt
mixtures
Clayey gravels, gravel-sand-clay
mixtures
Well-graded sands, gravelly
sands, little or no lines
Poorly graded sands, gravelly
sands, little or no tines
Silty sands, sand-sill mixtures
Clayey sands, sand-clay mix-
tures
Inorganic silts and very tine
sands, rock flour, silty or clay-
ey tine sands or clayey silts
with slight plasticity
Inorganic clays of low to me-
dium plasticity, gravelly clays,
sandy clays, silty clays, lean
clays
Organic silts and organic silty t
a
clays of low plasticiiy ~
Inorganic silts, micaceous or c
`a
diatomaceous tine sandy or
silty soils, elastic silts
Inorganic clays of high plas-
ticity, fat clays
Organic clays of medium to
high plasticity, organic silts
Peat and other highly organic
5011
X60 (~30)Z
C~ -greater than 4; C~= between 1 and 3
~ ~
c Om OroX06o
o+
W c
rn
w ~~
W m
ot meeting all gradation requirements for GW
O (~ y
V O
. ~ N
- N
v
3~~
N
N ~ 0
C
~ m ~
Atterberg limits below "A"
~ 0 3 ~ o
~ E line or P.I. less than 4
Above "A" line with P.1.
~
~ n ~ ~ m w between 4 and 7 are border-
~ z line cases requiring use
N ,c, Atterberg limits below "A^ of dual symbols
L line or P.I. greater than 7
o,a
0 N
` c - - X60 (~so)a
C~=-greater than 6; C~= between 1 and 3
~ Oio OtoX06o
C w '
A W
~ C
C ~ ..
of O w
o ~ o ~
Not meeting all gradation requirements for SW
w ~o O C a+
d C ~- y V _
W u W V W
~ v d n c
m a w o_ N ~
a c ~ ~ c ~, Atterberg limits below "A"
n o 1° t0 m n
L
~ line or P.I. less than 4 Limits plotting in hatched
W
N
V r
c ~ m ~
zone with P.1. between 4
E
~ a o _°
~
y QwJ~,n and 7 are borderline cases
-
0 'N requiring use of dual sym-
Atterberg limits below "A" bols_
line or P.1. greater than 7
F
l
ifi
ti
f ti --
or c
ass
ca
on o
ne-grained -
soils and fine fraction of coarse- ___
grained soils.
Atterberg Limits plotting in
hatched area are borderline ciassi- C
lications requiring use of dual
symbols
Equation of A-line:
PI=0.73 (LL - 20)
~e
V
•P~
. OH and MH
CL
~
CL-ML __ ;
- --- ML and OL
i
10
7
4
0
0 10 20 30 40 SO 60 70 80 90 700
Liquid Limii
Plasticity Chart
t
1
1
1
1
i
I
t
1
1
1
r
r
SPECIAL NOTES ON PLACEMENT OF COMPACTED FILL SOIL
GENERAL
The placement of compacted fill for support of foundations, floor slabs, pavements, or earth structures should be
carried out by an experienced excavator with the proper equipment. The excavator must be prepared to adapt his
procedures, equipment,-and materials to the type of project, to weather conditions, and the structural-requirements of
the architect and engineer. Methods and materials used in summer may not be applicable in winter; fill used in dry
excavations may not be suitable in wet excavations or during periods of precipitation; proposed fill soil may require
wetting or drying for proper placement and compaction. Conditions may also vary. during the course of a project or in
different areas of the site. These needs should be addressed in the project drawings and specifications.
EXCAVATION/BACKFILL BELOW THE WATER TABLE
It is common to have to excavate and replace unsuitable soils below the water table for site correction. As a general
I rule of prudent construction technique, we recommend that excavation/backfill below the water table not be permitted,
unless the excavation is dewatered. Numerous problems can develop when this procedure is attempted without
dewatering.
Inability of the equipment operators and soil technicians to
,~' observe that all unsuitable soil/materials have been removed from
the base of the excavation.
- Inability to observe and measure that proper lateral oversizing 'is
provided.
-Inability to prevent or correct sloughing of excavation sidewalls,
which can result in unsuitable soils trapped within the .select
backfill:
- Inability of the contractor to adequately and uniformly compact
the backfill
-Possibility of disturbance of the suitable soils at the base of the
excavation.
The dewatering methods, normally chosen at the contractor's option, should follow prudent construction practice.
Excavations in clay can often be dewatered with sump pits and pumps; this technique would not be applicable for
excavation extending into permeable granular soil, especially for depths significantly below the water table. Dewater-
ing granular soils should normally be done with well points or wells. When dewatering is needed, we strongly
recommend that the procedures be discussed at pre-bid or pre-construction meetings. The dewatering technique
chosen by the contractor should be reviewed. by the architect and engineer before construction starts; it should not be
left until excavation is under way.
The selection of proper backfill materials is important when working in dewatered excavations. Even with dewatering,
the base is usually wet and the contractor must be careful not to disturb the base. We recommend that the first lifts of
backfill be a clean medium to course grain sand with less than 5% passing the #200 sieve. The use of silty sand, clayey
sand, or cohesive/semi-cohesive soils is not recommended for such situations: The excavator should be required to
submit samples of the proposed material(s) he plans to use as backfill before the fill is hauled to the site, so that it can
be tested for suitability. '
WINTER EARTHWORK CONSTRUCTION .
Winter earthwork presents -its owri range of problems which must be overcome; the situation may be complicated by
the need for dewatering discussed above.
During freezing conditions, the fill used must not be frozen when delivered to the site. It also must not be allowed to
freeze during or after compaction. Since the ability to work the soil while keeping it from freezing depends in part on
the soil type, the specifications should require the contractor to submit a sample of his proposed fill before construc-
tion starts, for laboratory testing. If the soil engineer and structural engineer determine that it is not suitable, it should
be rejected. In general, silty sand, clayey sand, and cohesive/semi-cohesive soils should not be used as fill under
freezing conditions. All frozen soil of any type should be rejected for use as compacted fill.
~~ It is important that compacted fill be protected from freezing after it is placed. The excavator should be required to
submit a plan for protecting the soil. The plan should include details on the. type and amount of material (straw,
blankets, extra loose fill, topsoil, etc.) proposed for use as frost protection. The need to protect the soil from freezing is
ongoing throughout construction and applies both before and after concrete is placed, until backfilling for final frost
protection is completed. Foundations placed on frozen soil can experience heaving and significant settlement, rota-
tion, or other movement as the soil thaws. Such movement can also occur if the soil is allowed to freeze after the
concrete is placed and then allowed to thaw. The higher the percentage of fines (clay and silt, P-200 material) in the fill,
the more critical is the need for protection from freezing.
rnncr_nmcinTn~urc liar
f~
MOISTURE CONTROL OF FELL
The contractor should be required to adjust the moisture content of the soil to within a narrow range near the optimum
moisture content (as defined by the applicable Proctor or AASHTO Test). In general, fill should be placed within about
2% of optimum. The need for moisture control is more critical as the percentage of fines increases. Naturally-occurring
clayey sand or cohesive/semi-cohesive soil are often much wetter than the optimum. Placing and attempting to
compact such soils to the specified density may be difficult, or not possible. Even if compacted to the specified density,
excessively wet soils may not be suitable as floor slab or pavement subgrades due to pumping under applied load. This
is especially true when wet cohesive/semi-cohesive soil is used as backfill in utility trenches under streets. Excessively
wet soil in thick fill sections may cause post-construction settlement beyond that estimated for fill placed at or near
(+2%) the optimum moisture content.
An exception to this would be low permeability soil placed as a pond liner or for a dam. Such soil should usually be
placed at 2% to 4% above the optimum moisture content, to provide for a lower insitu permeability. Also, shrinking/
swelling soils (expansive clay} should be placed at about 2% to 4% above optimum moisture to reduce the possibility of
soil expansion. Clayey silt, silt, or very silty fine sand should be placed excessively dry. Such soils can undergo
post-construction consolidation upon being wetted, even if the specified density had been achieved. This is caused by
the collapse of flocculant soil particle arrangement, and can result in settlement of buildings or slabs constructed over
the soil.
Proper control of fill soil moisture is the responsibility of the excavator. The excavator should evaluate the need for
wetting or drying the soils, based either on the data in the soil report, or his own site testing. If the excavator is bringing
in off-site fill, it is also his responsibility to evaluate the moisture content of the soil, and the need for wetting or drying.
We recommend that this matter be addressed in the project specifications.
CONSTRUCTION ON COMPACTED SOIL
After the select fill has been placed, compacted, and tested, it must be maintained and protected in order to properly
support structures. The suitability of compacted fill soil can be greatly diminished if it is allowed to freeze, become
saturated while unconfined (such as in footing excavations or at the surface of slab/placement sub.grade), or disturbed
by construction equipment.
The responsibility for protecting the soil, or for correcting any disturbance, should be clearly defined in the specifica-
tions. Soils which become wet and soft after compaction testing do not necessarily reflect inaccurate field density
tests. Especially with non-expansive cohesive/semi-cohesive soils, saturation when unconfined can severely reduce
the shear strength while the density remains adequate. The reduced shear strength can cause footings, floor slabs, or
pavements to settle or fail under load. We strongly recommend that all pavement subgrade be test rolled (MN/DOT
Specification 2111) immediately before paving to determine if the subgrade has not been protected and soft spots have
developed.
FLOOR SLAB SUBGRADE AND UTILITY TRENCHES
This facet of construction presents special problems, especially if the slab subgrade is allowed to freeze. When the soil
thaws, it undergoes a period of temporarily lower shear strength. Floor slabs should not be cast over soil in such a
weakened or frozen condition (reference pertinent PCA and ACI publications). To do so can result in cracked and
failing slabs. The time period to heat and thaw a building may place the construction schedule and/or costs in
jeopardy. We strongly recommend that this matter be reviewed in pre-bid and pre-construction meetings.
Backfilling of utility trenches in the floor slab subgrade can be difficult. If the soil is wet, compaction to the specified
density may be difficult, or not possible. The narrowly cut trenches may preclude the use of proper compaction
equipment. With the use of small equipment in.confined areas, the contractor must place the soil in thin lifts (4 to 6
inches), with the soil at the proper moisture Content. This work is typically carried out by contractors other than the
mass grading or earthwork contractor. We strongly recommend that the responsibility to carry out the compaction be
clearly detailed in the applicable section of the specifications, and reviewed with the appropriate contractor and
subcontractor.
1
1
r
ti
r
t
i
i
I~
1
GME CONSULTANTS_ INC.
1
c
DUCTILE-IRON & COMPACT FITTINGS
Weight in Pounds per ANSUAWWA C1531/A21.53-94
The following table contains the weights of compact ductile iron fittings as listed in the AWWA
C 153 specification. The weights of fitting sizes not listed in the AWWA tables were obtained
from the Tyler/Union Utilities Catalog, dated 05/01/97.
t
r
1
r
1
7
BENDS(MJ-MJ) SLEEVES CAP PLUG
SIZE 90 45 22-1/2 11-1/4" SHORT LONG
4" 27 23 18 16 17 20 10 10
6" 39 32 32 30 28 36 17 18
8" 57 46 46 42 38 46 25 26
10" 89 70 64 58 49 62 35 36
12" 108 86 84 74 56 76 44 46
l4" 210 164 148 130 111 140 85 79
16" 264 202 178 158 130 172 93 100
18" 335 250 255 205 160 225 122 130
REDUCERS (LARGE-END MJ xSMALL-END PE)
SIZE x4 x6 x8
- x10 x12 x14 x16 x18 x20
6" 26 - - - - - -
8" 34 - -
32 - - - - - -
10" 43 46 50 - - - - -
12" 60 60 62 64 - - - - -
14" - 104 98 92 92 - - - -
16" 136 128 123 119 132 - - -
18" - 195 185 175 190 190 - -
r
REDUCERS (SMALL-END MJ x LARGE-END PE)
SIZE x4 x6 x8 x10 x12 x14 x16 x18 x20
6" 26 - _ - _
8" 33 35 - - - _ _ _ _
10" 44 46 49 - - - _ _
12" 60 58 61 61 - - - - _
14" - 100 99 96 90 - - - -
16" 125 l24 124 122 133 - - -
18" - - 170 -165 150 175 170 - -
MECHANICAL -JOINT TEES
SIZE x4 x6 x8 x10 x12 xl4 x16 x18 x20
4"
32
-
-
_
_
_
_ __
_ _
_
6.' 46 56 _ - - - - -
8" 60 72 86 - - - _ _
10" 78 90 105 120 - - -
12" 94 1l0 125 140 160 - - -
14" 172 182 206 228 234 280 - - -
16" - ~ 228 248 264 280 ~ 316 322 - -
18 - 275 295 315 335 380 405 435
REDUCERS (MJ - MJ)
SIZE x4 x6 x8 x10 x12 x14 x16
6" 24 - _ -
8" 32 36
10" 46 47 50 - - - -
12" 58 60 60 64 -
14" - 100 100 l00 ]00 - -
16" - l24 124 124 124 140 -
18" - - 190 195 180 190 ]95
1
i
i
1
1
1
1
1
V
1
1
i
1
1
i
1
l
r
r
t
REDUCERS (PE x PE)
SIZE x4 x6 x8 x10 x12 xl4 x16
6" 22 - - - - _ -
8" 32 33 - - - - -
10" 46 46 49 - - - -
12" 58 57 59 59 - - -
14" - 102 94 90 88 - -
16" - 124 119 119 113 129 -
]8" - - 170 160 150 160 145
CROSSES (MJ x MJ)
SIZE x4 x6 x8 x10 x12 x14 xl6 x18
6" 62 80 - _ - _ - -
8" 84 -108 120 -
l0
98
l18
138
l55 _
-
- _
- _ -
-
12" 123 140 162 187 212 - - -
14" - 210 231 255 269 299 - -
16" - 250 264 286 3l0 - -~ I i ~ -
18" - -
-
-
-
Fittings
Fittings shall be measured on a pound basis of compact ductile iron fittings as published in
AWWA C153 excluding the weight of glands, gaskets, bolts or other accessories.
t