5.0 Galpin - Special Provisions 070220SPECIAL PROVISIONS – The Bluffs at Lucy Lake
TABLE OF CONTENTS
SECTION TITLE PAGE
1. SCOPE OF WORK SP-1
2. GENERAL CONDITIONS SP-1
3. OWNER SP-1
4. CONTRACT DRAWINGS SP-2
5. BIDDING SP-2
6. CONSTRUCTION SCHEDULE & COMPLETION DATE SP-2
7 INSURANCE SP-3
8. LIQUIDATED DAMAGES SP-3
9. PAYMENT TO CONTRACTOR SP-3
10. WORKMANSHIP AND CLEANUP SP-4
11. MISCELLANEOUS SP-4
12. TREE REMOVAL SP-4
13. SITE GRADING SP-4
14. SITE DRAINAGE SP-6
15. SANITARY SEWER SP-6
16. WATERMAIN SP-7
17. STORM SEWER SP-7
18. UTILITY TRENCH COMPACTION SP-7
19. STREET CONSTRUCTION SP-8
20. SAFETY SP-9
21. PERMITS SP-9
22. GUARANTEE SP-9
23. CORRECTIONS SP-9
SP-1
SPECIAL PROVISIONS
The Bluffs at Lucy Lake
1. SCOPE OF WORK
1.1 The WORK to be performed under the provisions of these Contract Documents includes
all WORK necessary to construct The Bluffs at Lucy Lake as shown on the PLANS. The
WORK is divided into three (3) sections.
1.2 Section I "Site Grading, Erosion Control and Restoration" shall consist of all site grading
work necessary to establish the finished grades as established on the Grading, Drainage and
Erosion Control Plans, and as specified in these SPECIFICATIONS or as directed by the
ENGINEER. The WORK shall include the following: Clearing and Grubbing of all areas
necessary to complete grading and utility WORK; Street and lot grading; rough grading for trails,
Subgrade correction within the fill areas of the public streets and building pads; Pond
Excavation; Implementation and maintenance of soil erosion control measures; installation of
drainage culverts; and respreading of topsoil and seeding disturbed areas outside the curb to
curb portion of the street right of ways, as directed by the ENGINEER. This work may be
completed under a separate contract.
1.3 Section II "Utility Construction" shall consist of the construction work required to
complete all utilities as shown on the PLANS or as described in these SPECIFICATIONS. The
work shall include construction of the following: Sanitary sewer mains and services; Watermains
and services; Storm Sewers; Related appurtenances, backfilling, required pipe bedding,
returning disturbed areas to grade, and respreading topsoil and seeding disturbed areas outside
the curb portion of the streets.
1.4 Section III "Street Construction and Restoration" shall consist of all construction work to
build the streets and restore the boulevard areas as shown on the PLANS or as described in
these SPECIFICATIONS. The WORK shall include construction of the following: Final shaping;
Concrete curb and gutter; Crushed rock base; Bituminous Base; Bituminous wearing surface;
Bituminous trail; Concrete walks; Backfilling of Curb; Striping; Signage; Spreading of topsoil;
seeding and mulching or sodding all disturbed areas as directed by the ENGINEER.
2. GENERAL CONDITIONS
2.1 The GENERAL CONDITIONS are general in scope and may contain provisions or refer
to conditions not relevant to the WORK to be performed. GENERAL CONDITIONS provisions
pertaining to a non-existent condition or which conflict with any provision of the SPECIAL
PROVISIONS, shall have no meaning in the CONTRACT and shall be disregarded.
3. OWNER
3.1 The term OWNER means - CHAN THREE DEVELOPMENT, INC.
10850 Old County Rd 15 Suite 200
Plymouth, MN 55441
Contact: Craig Allen
Email: Craig@GonyeaCompany.com
Ph: (952) 270-4473
SP-2
4. CONTRACT DRAWINGS
4.1 The CONTRACT DRAWINGS or PLANS on which the Proposal and CONTRACT are
based, consists of 29 sheets. These sheets bear the general title: The Bluffs at Lucy Lake,
CHAN THREE DEVELOPMENT, INC. The sheets are specifically identified as:
Sheet No. Description
1 Title Sheet
2-4 Street Plans
5-7 Sanitary Sewer and Watermain Plans
8-12 Storm Sewer Plans
13-15 Grading Plans
16 Erosion Control Plan
17-23 Construction Details
5. BIDDING
5.1 Section I – Site Grading – may be completed under a separate contract, bidders must
specify if their bids are tied together. Section II – Utilities, and Section III - Streets will be
awarded to one (1) successful bidder and will be completed under one (1) contract, for the on-
site utility work. The OWNER may choose to remove one section of the contract or complete
items under a separate contract.
6. CONSTRUCTION SCHEDULE & COMPLETION DATE
6.1 The projected construction start for The Bluffs at Lucy Lake is Fall 2020, after City
Council approval.
6.2 The OWNER and CONTRACTOR shall determine and agree upon a construction
schedule prior to signing of the contract. This schedule shall be used to determine the
completion date for the work.
6.3 The Completion Date for all WORK will be set as follows: The completion date shall be
established by adding the number of calendar days listed below to the date of issuance
of the Notice to Proceed or to the date that WORK is started on the project, whichever
comes first.
All Grading Work 20 Working Days
All Utility and Street Work through the Bituminous Base Course - 30 Working Days
Final Bituminous Wear Course (2021 Construction) - 10 Working Days
Prior to signing of Contract Documents a meeting with all Contractors, the Owner and Engineer
in attendance will be held to work out a detailed Construction Schedule and Completion Dates
on this project. The above listed Working Days are approximate and final schedules will be
determined at the above referenced meeting. All Street Work must be Completed By October
31, 2017 thru the bituminous base course.
6.4 No WORK shall be performed, nor shall any material or equipment be stored at the
WORK site prior to receipt of the Notice to Proceed.
SP-3
7. INSURANCE
7.1 Insurance requirements shall be in accordance with section GC 24 except as modified in
7.2 below: The Contractor shall obtain the stated minimum insurance coverage and maintain it
at all times throughout the life of the Contract.
7.2 Insurance Requirements
Liability Insurance: Contractor shall maintain general liability insurance coverage, in an
amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate and apply
on a per project basis and include a waiver of subrogation. Contractor’s insurance carrier
must be rated at least an A minus by A.M. Best.
Owner shall be named as an Additional Insured on a primary basis on Contractor’s general
liability policy. Additional Insured coverage shall include both work in progress (ongoing
operations) and completed work (completed operations). Additional Insured status shall be
provided on the CG2010 11/85 or its equivalent (combination of the CG2010 07/04 &
CG2037 07/04). Additional Insured coverage shall be maintained for at least one year upon
completion of the project. The General Aggregate on the Contractor’s General Liability
policy shall apply on a per project basis. Contractor’s policy shall provide that Owner
receive at least thirty (30) days written notice prior to cancellation, nonrenewal or alteration
in the terms of the policy. Contractor shall provide to Owner a Certificate of Liability
Insurance evidencing such coverage and provide replacement Certificates as needed.
Indemnification: Contractor shall indemnify and hold Owner and Owner’s customer
harmless from any and all claims arising out of or relating to Contractor’s Work or arising out
of or relating to any act or omission of Contractor. Indemnification shall include all
expenses, including, without limitation, attorney fees incurred by Owner and Owner’s
customer in the investigation or defense of a claim. Additionally, to the fullest extent allowed
by law, Contractor agrees to purchase insurance providing for such indemnification.
INSURANCE REQUIREMENTS – List OWNER as additional insured.
Subcontractors shall procure and maintain, at its sole cost and expense, the insurance
requirements listed above.
8. LIQUIDATED DAMAGES
8.1 The sum of Five Hundred and No/100 Dollars ($500.00) shall be deducted from any
monies due the CONTRACTOR for each and every calendar day that the WO RK remains
uncompleted beyond the completion dates as established in these SPECIFICATIONS. The
CONTRACTOR shall note that the liquidated damages shall pertain to each of the completion
dates as specified in these SPECIFICATIONS. This deduction of monies shall not be assessed
as a penalty, but rather as predetermined liquidated damages to be sustained by the OWNER.
9. PAYMENTS TO CONTRACTOR
9.1 The time required for the OWNER shall be revised to require the OWNER to make
payment on the approved partial and final payment estimates within thirty (30) days of the
approved City of Chanhassen resolution reducing the financial guarantee that is in force
guaranteeing said work to the City. The amount of each payment to the CONTRACTOR shall
not exceed each reduction approved by the City of Chanhassen for work completed. These
reductions will be scheduled for approval at the City of Chanhassen Council meetings
SP-4
convening each month. A five (5%) percent retainage will be held on all work completed until all
or a portion of the work has been accepted, and the financial guarantee is reduced to zero (0)
by the City of Chanhassen.
10. WORKMANSHIP AND CLEANUP
10.1 It is the intention and purpose of these SPECIFICATIONS to obtain good workmanship
throughout the project and to complete the WORK in full working order. WORK shall be
performed fully in accordance with the PLANS and SPECIFICATIONS. The site of the WORK
shall be left in an equal to or better than cleanliness condition upon completion of the WORK.
11. MISCELLANEOUS
11.1 The ENGINEER and the CITY shall be notified, in writing, 48 hours prior to
commencement of the WORK. CONTRACTORS shall be subject to shut down if proper prior
notification is not given. The CONTRACTOR shall ensure that the CITY has given the Notice to
Proceed, prior to any site work.
11.2 The CONTRACTOR shall immediately repair or replace, at his own expense, any
defective materials or workmanship including embankment settlements of which he is notified
during the construction period, or within one year after the date of Final Acceptance of the
WORK by the OWNER and the City of Chanhassen.
11.3 City streets that are utilized for access to or egress from the site shall be kept free of dirt
and other debris resulting from the construction. The CONTRACTOR shall clean the streets
with a skidloader/skidsteer and a street sweeper as necessary, if the tracking is by the
CONTRACTOR and/or one of their sub-contractors/vendors, it shall be the CONTRACTOR’S
responsibility; this shall be incidental to the site work.
11.4 The CONTRACTOR will be given notice when an unsatisfactory condition exists. The
CONTRACTOR shall perform the necessary clean up or repair WORK within 48 hours or the
WORK will be completed by others and any costs incurred by the OWNER will be deducted
from any monies due the CONTRACTOR.
12. TREE REMOVAL
12.1 Clearing and grubbing limits shall be marked in the field by the Engineer prior to any tree
removal. Trees marked to be saved shall be protected by the CONTRACTOR against damage
from equipment or workers. Any trees damaged by the CONTRACTOR shall be replaced inch
per caliper inch measured four (4) feet above ground at the CONTRACTOR'S expense. All
dead trees within ten feet of the clearing limits shall also be removed.
12.1 A site walk will be conducted prior to tree removal with the CONTRACTOR, OWNER,
ENGINEER, and City of Chanhassen Forester.
12.3 No burial of any tree parts or any type of rubble will be permitted on site.
13. SITE GRADING
13.1 The grading CONTRACTOR shall grade the site to the contours shown on the Grading,
Drainage and Erosion Control Plan, allowing for the specified hold downs. The street areas
shall be held down to the subgrade elevation as shown on the Standard Details. The building
pad areas shall be held down as shown on the Grading, Drainage and Erosion Control Plan.
SP-5
13.2 A subsurface exploration has been done for this site by a Soils Engineer and is available
for your review; please contact the ENGINEER for a copy if needed. The CONTRACTOR shall
thoroughly examine the site and the existing soil conditions to determine the extent of the
WORK.
13.3 All silt fence required on the PLANS shall be installed and checked prior to
commencement of any grading WORK. The silt fence to be installed in areas that are graded
shall be installed immediately after topsoil has been respread. No payment shall be released, to
the CONTRACTOR, for any silt fence not properly installed. Upon the completion of the site
grading, a site walk-thru will be completed with the OWNER and the ENGINEER to add
additional silt fence and silt fence j-hooks to help eliminate potential erosion issues, payment will
be made under the – silt fence after grading line item.
13.4 The CONTRACTOR shall notify the ENGINEER when a portion of the grading work is
within tolerance for approval. All areas shall be checked and approved prior to the
CONTRACTOR leaving the PROJECT site.
13.5 The grading CONTRACTOR shall be required to install drainage ways, ditches with rock
checks or have installed the temporary drainage culverts shown on the Grading, Drainage and
Erosion Control Plan to maintain drainage throughout the site during grading operations and
upon site grading completion.
13.6 The Contractor doing the utility and street construction will be required to accept the
responsibility of maintaining the accepted site as approved with the uniform 6" layer of topsoil.
Any areas disturbed by the utility or street construction will have to be rechecked and verified at
both the subgrade and top of topsoil prior to acceptance and final payment of the utility and
street work.
13.7 The Contractors shall be required to stockpile on site at a location determined in the field
by the Owner all boulders 12" or larger in diameter that are found on site.
13.8 The Contractor shall be responsible for the maintenance of all the silt fence and the
costs for the maintenance and inspection will be paid for at the bid unit price.
13.9 The Contractor (Grading, Utility, and Street) will be responsible for maintaining all
erosion control, BMP’S, and other storm water management items listed in the SWPPP through
the completion of the grading, utility construction, street construction, installation of the minor
utilities, and the establishment of the turf. The contractor shall sign the NPDES Permit as the
co-permitee (Contractor). After the establishment of all turf, the contractor shall sign over the
NPDES Permit to the Owner. Any Contractor or Contractor’s Subcontractor will be considered
a co-permitee and required to meet the NPDES Permit requirements and the SWPPP
requirements. The Contractor shall be responsible for the SWPPP Inspections as part of
the project Scope of Work. (see 13.11)
13.10 The Contractor shall be responsible for the cleaning of the sedimentation pond(s) two
times. Once after the bituminous base course has been installed, and again after the wear
course has been installed, prior to final acceptance. This item will be paid as a lump sum for
cleaning all the ponds. The amount will be paid at the bid price regardless of the amount of
sediment in the ponds.
13.11 The Contractor shall fill out the Inspection and Maintenance Report (Project Log) each
week and/or within 24 hours after any rainfall greater than 0.5 inches. The Contractor shall
submit the log (electronic copy, be email) to the Engineer each week and a monthly summary
SP-6
and with any payment request. One copy of the Report must remain on site at all times, in
accordance with the rules outlined in the storm water permit. Payment will not be authorized for
any work until these forms are complete and reviewed by the engineer.
13.12 The Contractor shall provide the Engineer the Original Report and a copy prior to final
acceptance or transfer of ownership to a different permitee.
13.13 All restoration shall be done in accordance with MnDot seeding specifications. Prior to
restoration, all seed mixtures shall be verified to be the proper seasonal mixture.
14. SITE DRAINAGE
14.1 The CONTRACTOR shall be required to provide for drainage throughout the site during
his construction operations. The CONTRACTOR shall leave the site at the end of each
construction day in such condition that in the event of rain there will be no water ponded within
the building pads and/or street areas of the site.
14.2 The CONTRACTOR shall be required to maintain the site in such a condition that no
water ponds within the street area for a period of time exceeding 24 hours. In the event that
water is ponding within the street areas for a period of time longer than 24 hours the
CONTRACTOR shall be penalized a sum of $500.00 per day that water is ponding beyond the
initial 24 hour period. This penalty shall be applied to each individual area of the site where
ponding is evident. This money shall be deducted from monies due the CONTRACTOR for
work previously completed and shall be used to offset extra costs incurred by the OWNER for
street subgrade correction work due to soft subgrades.
15. SANITARY SEWER
15.1 All sanitary sewer shall be constructed in accordance with the City of Chanhassen
Standard Details.
15.2 The pipe used for Sanitary Sewer Mainlines and service lines deeper than 26 feet below
finished centerline shall be ductile iron pipe, as specified in the Standard Sewer Construction
Specifications. The pipe used for Sanitary Sewer Mainlines and service lines between 15 and
26 feet deep shall be polyvinyl chloride SDR 26. The pipe used for Sanitary Sewer Mainlines
and services lines less than 15 feet deep shall be polyvinyl chloride SDR 35 as specified in the
Standard Sewer Construction Specifications, unless otherwise noted on the Construction Plans.
15.3 The CONTRACTOR shall be paid at the Bid Price for Trench Stabilization Rock for the
actual amount of rock used as ordered by the ENGINEER. The quantity listed in the Proposal is
approximate; the ENGINEER may order the CONTRACTOR to use as little or as much rock as
is required to complete the PROJECT.
15.4 The CONTRACTOR shall install the sewer services to Nine (9) feet past the property
line, with the tracer wire and fence post, as shown on the STANDARD DETAILS.
15.5 The CONTRACTOR shall be required to perform in accordance with the Standard Sewer
Construction specifications the following tests:
1. Low Pressure Air Test 2. Deflection Test 3. Lamping of lines with City and Engineer present. 4. Television inspection of all lines.
15.6 The CONTRACTOR shall submit the original and one copy of the television inspection
report to the ENGINEER.
SP-7
15.7 Manhole Frames and Covers - Manhole frames and covers shall be Neenah R-1642-B
with B type solid lid, or approved equal, unless otherwise noted on the Construction Plans or
City of Chanhassen Specifications.
16. WATERMAIN
16.1 All watermain shall be constructed in accordance with the City of Chanhassen
Engineering Guidelines and Standard Details.
16.2 All water services shall be one (1.0) inch or (1.5) inch ID PE or HDPE SDR-9, as noted
on the Construction Plans and shall be located in the field by the ENGINEER. The water
services shall be extended to ten (10) feet past the property line as shown on the STANDARD
DETAILS.
16.3 All watermain fittings, valves, and hydrants shall be furnished with mechanical joints and
megalug connectors meeting the latest A.W.W.A. Specifications.
16.4 The CONTRACTOR shall be required to perform a hydrostatic pressure test and
connectivity test in accordance with the Standard Watermain Specification's on all watermain
constructed on this project.
16.5 Curb stop boxes shall have a one and a quarter inch upper section.
16.6 All hydrants are to be installed with eight foot bury length from the finished ground line at
the hydrant to the bottom of the branch pipe connection.
16.7 Stainless Steel Bolts only. No other type bolts will be allowed.
16.8 Resilient seat wedge valves shall be used on all sizes of watermain.
17. STORM SEWER
17.1 All storm sewer shall be constructed in accordance with the City of Chanhassen
Standard Details.
17.2 All Storm Sewer shall be reinforced concrete pipe (RCP) Class 5 or better unless
another class is noted on the PLANS. Joints shall be type R-4.
17.3 Temporary drainage culverts shall be Corrugated Metal Pipe or HDPE Pipe meeting
MnDOT Specifications. The Utility Contractor shall be responsible for the Removal of any
Temporary Drainage Pipes, Ways, or Swales, when Utilities are installed in that area of the Site,
no direct compensation will be made for this WORK.
17.4 Storm Sewer materials and construction shall be in conformance with the latest MnDOT
Standard Specifications for Construction.
17.5 The CONTRACTOR shall install wimcos, circle “h” inlet protection, Haybales, or other
approved BMP devices at all storm sewer inlets to prevent eroding soils from entering the storm
sewer system. Haybales shall be maintained until the turf has been established.
18 UTILITY TRENCH COMPACTION
18.1 Fill placed below three feet of subgrade elevation should be compacted to a minimum of
95 percent of standard Proctor density (ASTM D 698). This fill should not be more than 3
percentage points over the soil's optimum moisture content as determined by the standard
Proctor. Fill placed within the upper three feet of subgrade and the aggregate base and within
the entire utility trench adjacent to building pad areas should be compacted to a minimum of 100
SP-8
percent of the standard Proctor density. This fill should not be more than 1 percentage point
over the soil's optimum moisture content as determined by standard Proctor.
18.2 If the existing moisture content of the backfill material below three feet of subgrade is
greater than 3 percentage points above the optimum moisture content, the soil shall be
compacted to a minimum density of 3 pounds per cubic feet less than the standard Proctor
curve at that moisture content. At no time shall the density be less than 90 percent of the
standard Proctor density. This modification of the compaction specification shall at no time be
used or applied to the upper 3 feet of the subgrade or the aggregate base.
18.3 In areas where the sewer is installed adjacent to building pad areas the CONTRACTOR
will be required to meet site grading compaction specifications for building pad construction in
the utility trench.
19. STREET CONSTRUCTION
19.1 All street work shall be completed in accordance with the City of Chanhassen Standard
Details.
19.2 Following utility installation, and prior to placement of aggregate base, the
CONTRACTOR shall be required to reshape the street subgrade to provide for positive
drainage so that water does not pond in any areas prior to placement of the granular base. The
subgrade shall be graded to within +/- .1 ' of the proposed subgrade. The contractor will be
required to perform a test roll prior to placement of Select Granular (MNDot 3149.2B2) and the
Class 5 base (MNDot 3138 A1).
19.3 The aggregate base shall be class 5 base made up of 100% crushed virgin quarry stone
meeting MnDOT Specification 3138 A1 and installed in accordance with MnDOT Specification
2211 with compaction by the specified density method. The Contractor may use recycled class
5 base material if approved in writing by the City of Chanhassen, prior to placement of any
recycled material the CONTRACTOR shall provide the ENGINEER with a copy of the written
approval letter. A manual plate tamper shall be used along the face of the curb.
19.4 The Bituminous Base Course shall be in accordance with MnDOT Specification 2360. A
manual plate tamper shall be used along the face of the curb.
19.5 The Bituminous Wear Course shall be in accordance with MnDOT Specification 2360.
A rubber tired roller is to be used on all wear course installed.
19.6 Prior to placement of the granular base, the CONTRACTOR shall notify the Engineer
that the subbase is prepared. The subgrade shall then be toleranced to within +/- 1/4 inch of
design grade. Upon approval of the grade the CONTRACTOR shall perform a test roll of the
approved area. The test roll shall be done using a tandem truck with gross weight of 25 tons. A
Soils Engineer shall be present during test rolling and provide written certification to the City that
the test passed or necessary corrections or recommendations if the test failed.
19.7 Prior to placement of the aggregate base, all manhole and valve box castings shall be
removed or lowered below the bottom of the aggregate level. Following construction of the first
bituminous lift the CONTRACTOR shall adjust all the castings .5" below the first lift.
Immediately prior to the construction of the final bituminous lift, the CONTRACTOR shall adjust
all castings to their final elevation of one (1) inch below the final surface. The bid items for
"Adjust Manhole Castings" and "Adjust Valve Box Castings" shall be compensation for all
adjustments required to establish the finished grades for the tops of these structures. Ramping
of manholes for snow plow protection will not be allowed.
19.8 The aggregate base, curb and gutter, and bituminous base surface shall be constructed
by the CONTRACTOR during the 2020 Construction Season, following completion of the utility
SP-9
WORK. The bituminous wear course shall be installed in the 2021 construction season, as
directed by the OWNER. The CONTRACTOR shall be responsible for the necessary street
cleaning prior to placement of final Bituminous Surface. The CONTRACTOR shall be aware
that the OWNER or Companies working for the OWNER will be building houses and or
performing other construction activities in the immediate area and that the streets may need
additional cleaning. The CONTRACTOR will also have to coordinate their work with the other
people working in the area.
19.9 Following completion of the curb and gutter construction, the CONTRACTOR shall
backfill the curb and spread a minimum of 4" of topsoil on the boulevard area. Following the
installation of the minor utilities (NSP, Northwestern Bell, Gas, ... etc.) the CONTRACTOR shall
reshape the boulevard areas and sod three (3) feet behind the curb, between the curb and walk
(trail) plus one roll outside of the walk/trail and install silt fence behind the blvd. sod, and seed
and mulch all other disturbed areas as specified in the site grading section of the
SPECIFICATIONS.
19.10 Following completion of the curb and gutter construction and the installation of the minor
utilities (XCEL, Qwest, Minnegasco, Comcast, Electric, Cable TV, Gas, etc.) the
CONTRACTOR shall regrade the boulevard areas and shall also reshape the overflow areas
and EOF”s as designated on the Grading, Drainage, and Erosion Control Plan.
19.11 The City of Chanhassen requires Neenah Foundry Company, East Jordan Works
charcoal grey coated cast iron truncated dome panels for all pedestrian ramps.
20. SAFETY
20.1 The CONTRACTOR shall be solely responsible for the safe protection of the work and
shall perform the work in accordance with the latest guidelines set forth by O.S.H.A. and the
Department of Labor and Industry.
21. PERMITS
21.1 The CONTRACTOR shall be responsible for obtaining any required permits from the
City for connections to existing municipal utilities or excavations in public right of way. The
CONTRACTOR shall be responsible for all fees, bonding and proof of insurance required by the
City.
22. GUARANTEE
22.1 The CONTRACTOR shall be required upon City Council acceptance of the work or a
portion thereof to submit a maintenance bond in the amount of the work being accepted to the
City of Chanhassen guaranteeing that work to the City of Chanhassen for a period of two (2)
years from the date of acceptance.
23. CORRECTIONS
The following are corrections to the general specifications and supercede the specification in
question.
23.1