Loading...
HomeMy WebLinkAbout43-93 RESOLUTIONMIN," • 1 • • RESOLUTION NO. 41-93 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH FAYE1TE TREE & TRENCH IN THE AMOUNT OF $44,508.80 PLUS A 10% CONTINGENCY OF $4,450.00 FOR WATER AND SEWER ADJUSTMENTS FOR THE NORTH STREET IMPROVEMENTS PROJECT AND APPROVAL OF A BUDGET ADJUSTMENT IN THE AMOUNT OF $6,358.00. • BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Sectiont. That the City Council hereby authorizes the Mayor and City Clerk to execute a contract with Fayette Tree & Trench in the amount of $44,508.80 plus a 10% contingency of $4,450.00 for water and sewer adjustments for the North Street improvements project. A copy of the contract authorized for payment are attached hereto marked Exhibit "A' and made a part hereof. &cum/. The City Council hereby approves a budget adjustment increasing Water Mains, Acct. No. 5400 5600 5808 00, Project No. 90019 in the amount of $6,358.00 by decreasing Water Mains (as needed), Acct. No. 5400 5600 5808 00. A copy of the approved budget adjustment is attached hereto and made a part hereof. PASSED AND APPROVED this _ealL day of April , 1993. ATTEST: OPer Si Sherry Er. Thomas, City Clerk APPROVED: BY: red /A4 Hanna, Mayor City of Fayetteyille,Arkansas • Budget Adjustment Form Budge! Ycar 1993 Department: Public Works Division: Engineering Program: Water Mains Date Requested 4-2-93 Adjustment # Project or licm Requested: North Street Water & Sewer Adjustments Project or Item Deleted: Water Line Adjustments as needed Justification of this Increase: Bids came in higher than the budgeted amount. Justification of this Decrease: No specific project has been assigned. Account Name Increase Amount Account Number PrOjta Number Water Mains $6,358.00 5400 5600 00 90019 Daman Account Name Amount Account Number Project Number Water Mains as needed $6,358.00 5400 5600 5fia 00 N/A Approval Signatures %et? iZaW Requested By actio keys, S L 1p.get Zord* r • artmentbirector f -e -t 73 - cAPR % 7 -)C -AN "IS Admin. Services D Mayor Budget Office Um Ooly 'Type: A B C D Date of Approval Posted to General Ledger Entered in Category Log Budget Office Copy 1 4 a • BID: 93-18 DATE: 4/2/93 TIME: 1100 AM • CITY OF FAYETTE-1° 11E 113 W MOUNTAIN ST FAYETTEVILLE, AR DESCRIPTION: NORTH STREET IMPROVEMENTS WATER & SEWER ADJUSTMENTS FAYETM TREE & TRENCH INC. P.O. BOX 471 FAYETTEVILLE AR 72702 1 • • FOCHTMAN ENT. INC P.O. DFIAWER 1188 FAYETTEVILLE AR 72702 1 710 L F. 12" DP CLASS 50 W/POLYTHYLENE ENC. COMPLETE IN PLACE 2 2 EACH 12"X12' TAPPING SLEEVE W/VALVE 3 1 EACH ir BUTTERFLY VALVE W/BOX COMPLETE IN PLACE $20,717.80 $4.9313.00 $1,060.00 $24,850.00 $8,000.00 $1,400.00 4 2 EACH FIRE HYDRANTS AND VALVE W/BOX $2,5130.00 $3,300.00 COMPLETE IN PLACE 5 2 EACH 2" WATER LINE CROSSING W/4 SCH $3,800.00 $9,000.00 40 ENCASEMENT PPE 2500 LBS 0.1. FMINGS INSTALLED 68.825.00 $5,030.03 7 30 LF. 13" DIP CLASS 51 WATER UNE $375.00 $1,200.03 W/POLYTHYLENE ENCASTMENT 8 2 EACH WATER SERVICE UNE ADJUSTMENT $550.00 $2,500.00 AND FE LOCATION 9 2 EACH RAISE S/S MANHOLE TO FINISHED $1 ,500.0D $1 .100.00 ROADWAY GRADE 10 1 EACH 8" GATE VALVE W/BOX COMPLETE IN $380.00 $475.00 PLACE 11 LS. TRENCH AND EXCAVATION SAFETY $355.00 $7,100.00 12 LS. 2" WATER METER RELO PER DETAIL SHEET TOTALS: CERTIFIED BY: (.9t16304ASItpeGEFI bmThESS A Q3 $1,880.00 $5,100.00 I 711,....„_025 00 • • I tagpr o c. \vow 1 710 L F. 12" DP CLASS 50 W/POLYTHYLENE ENC. COMPLETE IN PLACE 2 2 EACH 12"X12' TAPPING SLEEVE W/VALVE 3 1 EACH ir BUTTERFLY VALVE W/BOX COMPLETE IN PLACE $20,717.80 $4.9313.00 $1,060.00 $24,850.00 $8,000.00 $1,400.00 4 2 EACH FIRE HYDRANTS AND VALVE W/BOX $2,5130.00 $3,300.00 COMPLETE IN PLACE 5 2 EACH 2" WATER LINE CROSSING W/4 SCH $3,800.00 $9,000.00 40 ENCASEMENT PPE 2500 LBS 0.1. FMINGS INSTALLED 68.825.00 $5,030.03 7 30 LF. 13" DIP CLASS 51 WATER UNE $375.00 $1,200.03 W/POLYTHYLENE ENCASTMENT 8 2 EACH WATER SERVICE UNE ADJUSTMENT $550.00 $2,500.00 AND FE LOCATION 9 2 EACH RAISE S/S MANHOLE TO FINISHED $1 ,500.0D $1 .100.00 ROADWAY GRADE 10 1 EACH 8" GATE VALVE W/BOX COMPLETE IN $380.00 $475.00 PLACE 11 LS. TRENCH AND EXCAVATION SAFETY $355.00 $7,100.00 12 LS. 2" WATER METER RELO PER DETAIL SHEET TOTALS: CERTIFIED BY: (.9t16304ASItpeGEFI bmThESS A Q3 $1,880.00 $5,100.00 I 711,....„_025 00 • • City Engineer's Office City of Fayetteville, Arkansas Detailed Specifications for North Street Improvements Water & Sewer Adjustments • February, 1993 City Administration Building 113 W. Mountain Street 72701 • 4 • INDEX ADVERTISEMENT FOR BIDS BID BOND PROPOSAL ARKANSAS PERFORMANCE AND PAYMENT BOND CONTRACT AGREEMENT INSTRUCTIONS TO BIDDERS GENERAL CONDITIONS OF THE SPECIFICATIONS DETAILED SPECIFICATIONS PART I CONTRACT STIPULATIONS DETAILED SPECIFICATIONS PART II CONSTRUCTION SPECIFICATIONS DETAILED SPECIFICATIONS PART III MATER/ALS STANDARD DETAIL DRAWINGS TRENCH & EXCAVATION SAFTY REGULATIONS • • • • • City of Fayetteville Advertisement for Bid /93-16 • Notice is hereby given that the City of Fayetteville, Fayetteville, Arkansas, hereinafter called the owner, will receive sealed bids at the Purchasing Office room number 306, City Administration Building, 113 W. Mountain Street, Fayetteville, Arkansas 72701, until 11:00 a.m., on April 2, 1993, for the furnishing of all tools, materials, labor, and equipment, and performing the necessary work to be done to complete the construction of approximately 665 feet of 12" water line and certain sewer adjustments as outlined by the plans and specifications, which can be obtained at no cost from the Office of the City Engineer. Each bid must be accompanied by a surety bond in the amount equal to five percent (5%) of the whole bid, said bond to be issued by a surety company licensed to do business in the state of Arkansas, said bond to be retained as liquidated damages in case successful bidder fails, neglects or refuses to enter into the contract for the construction of said works, and furnish the necessary bonds within ten (10) days from and after the date the award is made. The owner reserves the right to reject any or all bids, and to waive any formalities deemed to be in its best interest. The attention of all bidders is called to the fact that if this contract exceeds $20,000 they must be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature, as amended. Peggy Bates, Purchasing Officer To N.W.A. Times: Please publish on March 19, 1993 and March 26, 1993 • • • BID BOND • KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto as owner in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this day of 19 The condition of the above obligation is such that whereas the Principal has submitted to certain bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the a NOW THEREFOR, (a) If said Bid shall be rejected, or in the alternate. (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid. then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of the obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. 2 • 1 1. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Principal Surety SEAL BY: • • 4 Proposal of...gag-it 1,0 a corporation* 0 • PROPOSAL • Place 4". iftLS t2ii2,14wc, Date Opzi gime-0 • • • • organized and existing under the laws of the State of , and qualified to do business in the State of Arkansas; a Partnership* consisting of an Individual* trading as TO THE CITY OF FAYETTEVILLE, ARKANSAS: • 1 The bidder in compliance with your invitation for bids for the construction of North Street Improvements -Water & Sewer Adiustmentq having examined the Plans and Specifications with related documents and the site of the proposed work, and being familiar with all the conditions surrounding the work, including the availability of materials and labor, hereby proposes to furnish all labor, material, and supplies required to be furnished, and to construct the project in accordance with the Contract Documents, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on a date to be specified in a written "Work Order" of the Engineer, and to fully complete the project within 25. consecutive calendar days. Bidder acknowledges receipt of the following addenda: * Fill out applicable blank 4 • 4 • • ARKANSAS PERFORMANCE ANb'PAYMENT BOND (14-604 Arkansas Statutes) KNOW ALL MEN BY THESE PRESENTS; That we (1) • 4 • a (2) , hereinafter called "Principal" and (3) of , State of hereinafter called the "Surety", are held and firmly bound unto (4) , hereinafter called "Owner" in the penal sum of dollars ($ ), in lawful money of the United States, for the payment of which sum well and truly to be made, said principals and Surety bind themselves, their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, dated the day of , 19 , a copy of which is attached and made a part hereof for the construction of: NOW, THEREOFRE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agree- ment of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, and shall promptly make payment to all persons, firms, subcontractors and corporations furnishing material for or performing labor in the prosecution of the work provided for in such contract, any any authorized extension or modification thereof, all amounts due for, but not limited to, materials, lubricants, oil, gasoline, coal and coke, repair on machinery, equipment and tools consumed or used in connection with the construction of said work, fuel oil, camp equipment, food for men, feed for animals, premium for bonds and liability and workmen's compensation insurance, rentals on machinery, equipment and draft animals; also for taxes or payments due the State of Arkansas or any political subdivisions thereof which shall have arisen on account of, or in connection with, the wages earned by workmen covered by the bond; and for all labor performed in such work whether by subcontractor or otherwise, then this obligation shall be void, otherwise to remain in full force and effect. 7 • • • • . • • • • • The Surety agrees the terms of this bond shall cover the payment by • the principal of not less than the prevailing hourly rate of wages as determined by the Arkansas Department of Labor or U, S. Secretary of Labor, whichever is greater, to all workmen performing work under the contract, PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alternation, or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same, shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract as to the work or to the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied, IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each of which shall be deemed an original, this day of ,19 ATTEST: • (PRINCIPAL) BY SECRETARY (PRINCIPAL) (TITLE) (SEAL) (ADDRESS) WITNESS AS TO PRINCIPAL (SURETY) BY ADDRESS ATTORNEY-IN-FACT ATTEST: SECRETARY (SURETY) (SEAL) WITNESS AS TO ATTORNEY-IN-FACT ADDRESS ADDRESS 8 • • • • • • • NOTE: Date of Bond must not be prior to date of Contract. (1) Correct name of Contractor (2) A Corporation, a Partnership, or an individual, as case may be (3) Correct name of Surety (4) Correct name of Owner (5) If Contractor is Partnership, all partners shall execute bond (6) This bond must be filed with the Circuit Court of the County where the work is to be performed, prior to the start of const- ruction (7) Must be executed by Arkansas Local Resident Agency for Surety • 9 • • 6 • • • 1 • • • BID SCHEDULE North Street Improvements -Water & Sewer Adjustments Item Estimated Quantity Unit ** Extended No. and Description Price 1. 710 L.F. 12" DIP Class 50c7240,42zialsassiaillatifi'XS W/Polythylene Enc. Dollars Sgoillitgo complete in place 2. 2 Each 12"x12" Tapping vies.,014,4,404-jr„, ,r944,„dalepiegiferd 74(e±, sleeve W/valve Dollars $1103600 $ 06 3. 1 each 12" Butterfly ta-nc, M.S.4,gbie(4;- valve w/box Doll rs complete in place $ Ot.o, 00 1 4. 2 each Fire Hydrants and 0,„4.440.,,,a,14/-04154g,,„dule, valve w/box - Do11ars4642A0Cere. $46-53D10,5 complete in place $/I qs0 00 5. 2 Each 2" Water line crossing W/4"sch 40 encasement pipe Dollars $ 118cc. o� $34lionoa 6. 2500 lbs D.I. Fittings installed Aop.ASt44/fla-atiAbike&wawlit Dollars rg $5,105- $ ty.g5:02, 7. 30 L.F. 6" DIP class 51 07,144,„„thaa,,A.L,ht water line W/ Dollars polythylene encast. Si/act $ 31500 8. 2 Each Water service line 47141.,A4„41.041- ottafr adjustment and Dollars e2MoCesiir relocation $275-00 $Sc,00 9. 2 Each Raise S/S manhole 4444,m.-Aiditpciudr-ii to finished roadway Dollars4 grade S '150,0o $/ co0,0 0 10. 1 Each 6" gate valve W/ box complete in place 11. L.S. 444 0.. ALIcketiel. Dollars 4 3&S $3?oi 00 • Trench and tuba - kia-Lcbsi-.-A143F.L.L42 -ncia excavation safety $3561cro $ 38o,00 12. L.S. 2" Water Meter Relo per detail sheet $4c170,00 gespata.a 7rD $1,814, do TOTAL Att44isrnUe-Gescrace---ta..-egitie-f. Words Numbers ceded/2— ecitt IA 6 $ ipbsos. ice • • • • • s *4 Unit Prices to be shown in words and figures. In case of discrepancy aMount shown in words will govern. The unit prices shall include all labor, materials, bailing, shoring, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within ten (10) days and deliver the Surety Bond or Bonds as required by Paragraph 8 of the Generti Condition The bid security attached in the sum of is to become the property of the Owner in the event the ontract nd bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. SEAL - if bid is by a corporation Respectfully Submitted: By • • v sEWE 077 KAM PER itlitto_ Ito oriZA SiP0:00114( a a A:t 42/ -01-citi)04i2,,o.a,a- 1310 71 et,S etc J.t. a- - c_ 7261-, —yob 6/0 193 . . , . . a AMERICAN STATES HOME OFFICE: PERFORMANCE KNOW ALL MEN BY THESE PRESENTS, That . . . . INSURANCE COMPANY INDIANAPOLIS, INDIANA AND PAYMENT BOND WP FAYETTE TREE & TRENCH, INC. as Principal, (hereinafter called Principal) and AMERICAN offices in Indianapolis, Indiana, as CITY OF FAYETTEVILLE, ARKANSAS STATES INSURANCE COMPANY, an Indiana corporation, Surety, (hereinafter called Surety), are held and with principal firmly bound unto as Obligee, (here- EIGHT inafter called the Obligee) in the amount 6.80/100 of FORTY FOUR THOUSAND FIVE HUNDRED Dollars ($44,508.80*** ) for the payment of which sum well and successors and assigns firmly by these WHEREAS, the Principal did on written contract with said Obligee truly to be presents. thp 7T11 made, we bind ourselves, day of APRIL our heirs, executors, 1993 administrators, , enter IMPROVEMENTS into a for WATER & SEWER ADJUSTMENTS — NORTH STREET which Contract is by reference made NOW, THEREFORE, THE CONDITION indemnify the Obligee against any (a) faithfully perform said contract pletion of said Contract by persons obligation shall be null and void; otherwise This bond is executed and accepted (1) That the Obligee shall faithfully to be performed by the Obligee. (2) That the Obligee shall notify Office, of any breach of said the knowledge of the Obligee. (3) All suits at law or proceedings after the completion of said said contract for its completion. SIGNED, SEALED AND DATED this_71_11 Form 9-1041 (12-71) a part hereof, OF loss or damage and (b) pay firms or corporations to remain subject and punctually the Surety Contract within in equity contract, and day and is hereinafter referred to as the Contract. THIS OBLIGATION IS SUCH, That if the Principal directly arising by reason of the failure of the Principal all just claims for labor and material furnished in having direct contracts with the Principal, in full force and effect. to the following conditions: perform all the terms and conditions of said by registered letter, addressed and mailed to it at a reasonable time after such breach shall have to recover on this bond must be instituted within six in any event within twelve months from the date of APRIL shall to the com- then this Contract its Home come to months fixed in 19 93 f.x," FAYETTE TREE & TRENCH, INC. i A , Arti AMERICAN BY. STATES 1/ i i 4 / 0 INSURANCE Principal COMPANY Attorney -In -fact. 4 • • ._ . O r 0 Z Ill of Fayetteville , and State of Arkansas < ix Its nue end lawful Attomey(s)-in-Fact, with lull power and authority hereby conferred In its flys, place and stead, to execute, acknowledge and CI Y ItI \ ) Z Z delis any and all bonds, magazines, contnets of knonnIty and other conditional or obligatory underteidnga, provided. however. 1 — to that the penal sum of any one such instrument executed hereunder shall not exceed as O 0 to i— cc — z Z <cc ii Ill LINI EL co 0_ w a m a GENERAL POWEil OF ATTORNEY American States Insurance Company INDIANAPOLIS, INDIANA KNOW ALL MEN SY THESE PFtESENTS, that American States Insurance Company, a Corporation duly organized and existing under the laws of the State al India and having lb labels' office In Me City of Indianapolis, hath made, conedtumd and appointed, and does by these presents meink constitute and sport -- ROBERT M. RENNER OR KEVIN RENNER eneeeenellmad 0 ° CO % 0 0 I UJ ATTEST C;\ -%^.0"%.0•0•••••••A ZaSsetiga::. Z Assistant ViesPraldeM Lll Z • < L• lij Z < CO F- z CC C° • F 3 u. - u) • z z cc 0 TWO MILLION FIVE HUNDRED THOUSAND AND. NO/100 02 54)0,000.00) DOLLARS Ind le bind the Capetian nimbi as key and M the ems extent a if such bonds wAt ritorlitite Resident, sated with the common seal of the Corporation Co and cluty attiestsd by Ns Secretary, hereby ratifying mid contra% that the slid nay do in the premises. This Poe of Attorney is executed and rimy be revolted pursuant to and by &unlucky granted by Section 7.07o/ the 13y4aMt4 American States Insurance Company. which reads as Mows: "The Chairmen, Me President or any Vice -President (including any Executes Senior Vice-Preeident, Second ViesPresident or Assistant vicsPresidend shoe have poser, by end with the commis with molother officer of the Commas, to 11001aM AttanisYs-in-blet as IM business of the Concretion may require and to authorize es, such person to otecute, NMI of the Corporation, any bonds, recognizing:es, stipulations and undertaldngs, whether by way of misty or othenvisir IN WITNESS WHEREOF, Amonican States Insurance Company lap nese presents to be signed by its Vies -President, attested by its Assistant Vice -President and Its corporate seal be hereto Shred Sat My al August A.D. 19_21_ AMEMCAN STATES INSURANCE COMPANY U. I 0 Z STATE OF INDIANA irc• - 118 COUNTY OF MANOR O 2 o • < < z > 0 0 .:c 0 0 z co cc (ow — In salmons whereof, I Mve Mamba set my Mind and dated the seal of said Coloration, this rr. - P4D•g ••••• STATE OF INDIANA } as COUNTY OF MARION 011 this 23rd day of Murat .4 A D 19 91 before me personally cams Joseph ti Haim , to me known, who being by me duly sworn, mcknowledgia '. - . ol the *ova Instrument and did depose and say; that he le a VIce-President of American Stales insurance Compeer that he seal of sildflithporation; that the seal affixed to the said instrument is such corporate seal; that It was so affixed by authority of . Of DIrecithe pl eald Cosporadon; and that he signed his name thereto under like authority. And said Joseph F. Heim - 1.,-. stinst 2** thato * acqn with_lolm J. Rosich and knows him to be the Mann Vice-Pmninett of Mel Conntratien; ern that lie exectited the above iMIOVIIIIMIt. KATHLEEN FOUL leg? Plairatme .10bINION COIINTEOATE op el MY COMMISSION WPM* Notary Pu i, John .1 Roof eh , the Assistant Vice -President of AMERICAN STATES INSURANCE COMPANY, do hereby certify that the above and foregoing le a true and correct copy of a Power of Attorney, executed by mid AMERICAN STATES INSURANCE COMPANY, which Is eta in force arid effect. This Csalicate my be signed and seined by facsimile under and by the authority of Secdon 8.0301 the By -Laws of AMERICAN STATES INSURANCE COMPANY which reads as foam: "Ad policies and other Instruments of Insurance issued by the Corporation RIM be signed on behalf of the Corporation by the Chairman, the president or sny vice-president (noluding wry Executive Vice -President, Senior Vice -President, Vice-Preeldsrit, Second vairProsioont or Aseletant VIce-PresIdent) and the secretary, issistml secretory, or other omow,whon signstme. If the inalzument Is duly countsethimild by an authorized representative of the Corporation, may be feceinnIMe. Such Moneta and fassinges awes shall be authorized and binding upon the Corporation notwithstanding the fact MA any math officer SS have coned to be such °Meet at the tioseltial omit_ or other instrumsrd of Insurance shall have been ectually issued by Se Corporadon.";94 94459 , (1-91) • THIS POWER OF ATTORNEY MUST CONTAIN A VALIDATING STATEMENT PRINTED IN THE MARGIN HEREOF IN RED INK, WITH A RED DIAGONAL IMPRINT — AMERICAN STATES INSURANCE — PRESENT IN ITS ENTIRETY. IF YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OF THIS POWER OF ATTORNEY, CALL 317-262-6262 OR WRITE US AT P.O. BOX 1638. INDIANAPOLIS, IN 46206-1636. • • • 4 • • • COMIRAcr AGREEMENT • • 1. THIS CONTRACT AND AGREEMENT, made and entered into this Lex day of 4..^.1, , 1912, by and between the City of Fayetteville, Arkansas, Party ofUthe First Part, acting through it's duly authorized representative, and Fayette Tree & Trench, Inc. P. 0. Box 471 Fayetteville, AR 72702-0471 Party of the Second Part: WITNESSEIH: That for and in consideration of the payments to be made as hereinafter set forth, theparty of the Second Part hereby agrees to furnish all tools, labor, eqUipment, materials, and supplies required to the furnished and to construct the improvements designated as North Street Im?rovements - Water and Sewer Adjustments, a Unit Price Contract in the amount of $44,508.80 for the City of Fayetteville, Arkansas, in exact accordance with the Plans on file at the Office of the City Engineer, and Specifications, Proposals, Stipulations, and Special Provisions attached hereto and made a part hereof as fully as though copied herein, under the direction of and to the entire satisfaction of the Party of the First Pert and in accordance with the laws of the State of Arkansas. 2. It is further agreed ani understood by and between the parties hereunto that the Party of the First Part agrees to pay and the Party of the Second Pert agrees to accept as full and final campensation for all work done under this agreement, the Unit Prices and/or Lump Sum Price named in the Proposal which is hereto attached, such payment to be made in lawful money of the United States, at the time and in the manner set forth in the Specifications. 3. The Party of the Second Part agrees, for the consideration above expressed, to begin and complete the work within the time specified in the Proposal Time is expressly made of the essence of this Contract. If the Party of the Second Part ahall fail to complete the work in the time specified he shall pay to the Party of the First Part, as liquidated damages, ascertained and agreed, and not in the nature of a • • • 1 • • • • • • • penalty, the amount specified in the Proposal for each day delayed, for each Schedule delayed, which shall be deducted from the final amount to be paid under the Contract. Extensions of time may be granted with waiver of liquidated damages as provided for in the Specifications. 4. The Party of the Second Part agrees to furnish a Bond, with an approved Surety thereon, guaranteeing the performance of this Contract, as required by the lows of the State of Arkansas, and for not less than one hundred (100) percent of the amount of this Contract Said Bond shall be conditioned on full and complete performance of this Contract and acceptance by the City of Fayetteville for the payment of all labor and materials entering into or incident to the proposed improvements and shall guarantee the work against faulty workmanship or materials for a period of one (1) year after completion. The Surety on said Bond shall be a Surety Company of financial resources satisfactory to the Party of the First Part, and authorized to do business in the State of Arkansas. 5. The Party of the second Part agrees also to carry Public Liability Insurance, Property Damage Insurance, and Workman's Compensation Insurance in amounts as required by these Specifications. WITNESS OUR HANDS THIS 62L DAY OF Attest by City Clerk tVteNsaas Corporate Seal (if au) CITY OF FAYETTEVILLE 1988 Contractor 417:1 -v -i-4/0 • Briasse atiWIPACA-ca pa( Afry (ftisinese p 701 M02' • la • • 4 4 4 • I a 1 4 • • • A • a x • INSTRUCTIONS TO BIADDERSA 1. • a • • 1. 9UALIFICATIONS OF CONTRACTORS: Before submitting a bid, bidders must be licensed under the terms of Act 156 of the 1965 Acts of the Arkansas General Assembly, and the successful bidder must be legally qualified in all respects to do business in the State of Arkansas. • When called upon to do so after receipt of Proposals, bidder shall prepare a Financial Statement, Experience Record, and Equipment Schedule. These statements shall reflect the current status of the bidder. The statements of each bidder must show net liquid assets or credit facilities in an amount of not less than fifteen (15) percent of the total amount bid. Each bidder must ha -e had at least three (3) year's experience in construction of similar improvements and must have successfully completed at least three (3) such projects. Each bidder must have equipment available which, in the opinion of the Engineer, is adequate to complete the work under these Specifications in the time allowed for completion. Should any bids be received from bidders whose statement, when filed, fail to show that the bidder's qualifications meet the minimum requirements above -enumerated, such bids may be rejected. 2. LOCAL CONDITIONS: Bidders shall read the Specifications, examine the Plans, and make their own estimates of the existing facilities and the difficulties which will attend the execution of the work called for by the proposed Contract, including local conditions, uncertainty of weather, and all other contingencies. Bidders shall satisfy themselves by personal examination of the location of the proposed work, and by such means as they may choose, as to actual conditions and requirements. Information derived from the Plans and Specifications or from the Engineer or his assistants shall not relieve the bidder of this responsibility. 3. PROPOSAL GUARANTEES: Proposals must be accompanied by either a certified or cashier's check, drawn on a National Bank or a bank having membership in the Federal Reserve System, or a Bid Bond executed by a satisfactory Surety. The proposal guarantee shall be in an amount not less than five (5) percent of the bid and made payable to the Contracting Authority to whom the Proposal is made. A lesser amount will not be accepted. The proposal guarantee, or other bid qualifications, shall be sealed in a separate envelope firmly attached to the outside of the sealed Proposal. The outer envelope shall be opened first, and if the documents are not found to be in order, the sealed Proposal shall be returned to the bidder unopened. The amount of any check or bond shall be retained by the Contracting Authority as liquidated damages in case the bidder neglects or refuses to enter into a contract and to furnish the required contract bond within ten (10) days after the prescribed contract and bond forms are presented for signature. 12 • • • • • 4 1 • Checks of unsuccessful bidders will be returned immediately 4fter a contract has been executed. 4. PROPOSALS: (a) Proposals shall be strictly in accord with the prescribed forms, furnished with the Specifications. Any modifications or deviations therefrom may be considered sufficient cause for rejection. (b) The bidder shall state in words and figures the lump sum and unit prices for which he proposes to do each item of work covered by the Proposal. In case words and figures do not agree, the words shall govern and the figures shall be disregarded. (c) /t is to be understood that the lump sum required in the Proposal is for the furnishing of all materials required to be furnished and the doing of all work required under these Contract Documents, including items for which no quantities are given, and the quantities given in the "List of Variable Quantities" at the end of the Proposal. The "Unit Prices for Variation of Quantities" required are for adjustment of the "Basic Bid" by reason of variation of actual variable quantities from the quanti les given in the "List of Variable Quantities". In case unit prices are not required, it is to be understood that the lump sum required in the Proposal is for the furnishing of all materials required to be furnished and the doing of all work required under these Contract Documents. (d) Proposals may be submitted for any or all Schedules, if more than one Schedule is included in the work, but bidders submitting a proposal for a "construction" Schedule must submit a proposal for any other Schedule of work incident thereto, such as "Electrical" and "Plumbing". Where a bidder bids on more than one Schedule and desires to accept the proposal, but any reservation on the part of the bidder to make a decision on what Schedules he will accept after bids are opened will render the bid null and void. (e) Proposals must be signed, in writing, by an individual authorized to bind the bidder. (f) Proposals must be submitted complete, with all other Contract tocurents in their original binding as furnished by the Engineer. They must be submitted at the place and on or before the time specified in the Advertisement for Bids. (g) Proposals must be submitted in sealed envelopes addressed to the Contracting authority, and clearly marked on the outside of the envelope, "Proposal for Construction Contract" to be opened at (date and time). The Bidder's current Arkansas Contractok's license number must be marked on the envelope. (h) The Contracting Authority will not consider bids covering only a portion of these specifications. 11 • (i) The unbala material unbalancing will 5. MODIFICATION OF No modification unless such modifications icing of bids will not be tolerated. Evidence of be considered cause for rejection. BIDS: of bids already submitted will be considered are received prior to the hour set for opening. 6. BID BONDS, CONTRACT BONDS, AND INSURANCE: Attention of bidders is called to Act 82 of the 1935 Acts of the Arkansas General Assembly, which requires that all bid bonds, performance bonds, labor bonds, employer's liability insurance, public liability insurance, workmen's collective insurance, and property damage insurance must be secured through resident agents of Arkansas. 7. CLARIFICATION OF CONTRACT DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the Plans, Specifications, or other proposed Contract Documents, he may submit to the Engineer a written request for any interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed Documents will be made only by an Addendum duly issued, and a copy of such Addendum will be mailed to each person who has previously secured or who subsequently secures a set of Documents. The Contracting Authority will not be responsible for any other explanations or interpretations of the proposed Documents. S. EXEC::TION OF CONTRACT DOCUMENTS: Following the award and within ten (10) days, provided for in the Proposal, the successful bidder shall properly execute five (5) counterparts of the Contract Documents. 9. BASIS OF AWARD: Bids will be considered on the basis of the total bid price or prices given in the Proposal. In the event Unit Prices are required they will not be considered except that evidence of serious unbalancing of the Unit Prices shall be considered cause for rejection of bids. The Contract(s) will be awarded to the bidder (or bidders in the case of more than one Schedule of Work) submitting the lowest and best bid (or combination of bids), considering the Contractor's experience and ability to do the work, and the character and quality of the equipment he proposes to furnish. The Contracting Authority reserves the right to select such bids or combination of bids which in its opinion would serve its interest best. The Contracting Authority reserves the right to select between any Alternatives in the Proposal. . sq 10 EXCEPTIONS TO INSTRUCTIONS TO BIDDERS: If this contract is less than $ 20,000.00 the following exception applies: The Contract or is not required to be licensed under the terms of Act 150 or the 1965 Acts of the General Assembly. 11. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to commence work on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 25 consecutive calendar days thereafter. The amount of liciudated damages is herby set at $250.00 per day. 12. NOTICE OF SPECIAL CONDITIONS: Attention is particularly called to those parts of the contract documents and specifications which deal with the following: (a) Inspection and testing of materials. (b) Insurance requirements. (c) Wage rates. (d) Special equipment which the Contractor must use on the job. 13. SAFETY STANDARDS AND ACCIDENT PREVENTION: With respect to all work performed under this contract, the Contractor shall: 1. Comply with the safety standards provisions of applicable laws, building and construction codes and the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596), and the requirements of Title 29 of the Code of Federal Regulations, Section 1518 as published in the "Federal Register", Volume 36, No. 75, Saturday, April 17, 1971. 2. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. 3. Maintain at his office or other well known place at the job site, all articles necessary for giving first aid to the injured, and shall make standing arrangements for the immediate removal to a hospital or a doctors care of persons (including employees), who may be injured on the job site. In no case shall employees be permitted to work at a job site before the employer has made a standing arrangement for the removal of injured persons to a hospital or a doctors care. 15 It S S. GENERAL CONDITIONS OF THE SPECIFICATIONS 1. GENERAL DESCRIPTION: The work embraced in these Contract Documents consists of the following: Construction of approximately 685 L.F. of 12" DIP water line, tire 1-lyarants, vaives etc. AlSo the necessary sewer adjustments, as described on the plans. 2. DEFINITION OF TERMS: Wherever in these Documents the following terms are used, they are understood to have the following meanings: "OWNER" or "CONTRACTING AUTHORITY" shall mean the City of Fayetteville, Arkansas. "ENGINEERS" or "ENGINEER" shall mean the City Engineer, Fayetteville, Ar.Kansas, City Administration Building,113 West Mountain Street Fayetteville, Arkansas. "CONTRACTOR" shall mean the individual, partnership, or corporation that may have entered into the contract with the Contracting Authority to perform the work specified herein. "WORK" shall mean the furnishing of all necessary tools, labor, equipment, materials, and supplies required to be furnished by the Contractor under these Specifications. 3. LAWS AND REGULATIONS: All work shall be done in conformity with the laws of the State of Arkansas, and any subdivision thereof, municipal and local laws 'and ordinances, and all applicable federal statutes, laws or regulations. No convict labor shall be employed on this project. 4. CONTRACT DOCUMENTS: The "Advertisement for Bids", the "Proposal", the "Bond" the "Instructions to Bidders", the "General Conditions", the "Detailed Specifications", and the "Plans", are each and all of the Specifications component parts to the agreements governing the work to be done and the materials and equipment to be furnished. 16 St The Contract Documents are complimentary, and what is called for by one shall be as binding as if called for by all. The intention of the Documents is to include all tools, labor, equipment, materials and supplies necessary for the proper execution of the work. Materials or work described in words which so applied have a well-known Technical or Trade meaning shall be held to refer to such recognized meaning. The following copies of the executed Contract Documents will be provided: One for the Contracting Authority, One for the successful Bidder, One for the Engineer, One for the Surety, One for filing with the Circuit Clerk in the County where the Work is to be performed. 5. SUBCONTRACTS: The Contractor shall, as soon as practicable after the signing of the Contract, submit to the Engineer, in writing, the names of any Sub- contractors he proposes for any part of the work. The Engineer's approval must be secured, in writing, on all Sub- contracts before they are made and signed. The Contractor shall be held fully responsible to the Contracting Authority and the Engineer for the acts and omissions of his Subcontractors and of the persons directly or indirectly employed by his Subcontractors. Nothing contained in these Specifications or in the Contract Documents shall create any contractual relation between any Subcontractor and the Contracting Authority. 6. THE CONTRACTOR: It is understood and agreed that the Contractor has satisfied hi^ - self as to the nature and location of the work, the conformation of the ground, the character, quality, and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer, agent, or employee of the Contracting Authority or Engineer, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. 17 7. THE ENGINEER: The Contracting Authority contemplates and the Contractor shall permit and make possible a thorough inspection by the Engineer of all work and materials furnished under the Contract Documents. The Contractor shall perform the work to the satisfaction of the Engineer. No work shall be performed by the Contractor without the knowledge and approval of the Engineer. The Contractor shall be an "independent contractor" with full power and authority to select the means, methods and manner of performing the work, being responsible to the Contracting Authority for all materials delivered and the results contracted for. The authority of any represen- tative of the Contracting Authority of the Engineer is limited to such determinations concerning the interpretation and performance of the Contract Documents. The failure of any representative of the Contracting Authority or of the Engineer to condemn or reject work or materials, or otherwise to exercise any function entrusted to him, shall not excuse the Contractor from the faithful performance of this Contract, nor shall such action imply any acceptance by the Contracting Authority or by the Engineer of faulty work or materials. The Engineer shall, within a reasonable time after presentation, make decisions in writing on claims arising between the Contracting Authority and the Contractor and shall make interpretations of plans and specifications. S. BOND: Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the amount of ninety-five (95) percent of the contract sum, guaranteeing the faithful performance of all covenants, stipulations, and agreements of the Contract, the payment of all bills and obligations arising from the execution and performance of the Contract, and guaranteeing the work against faulty workmanship and materils during construction and for one year after completion, all provisions of the bond to be complete and in full accordance with the statutory require- ments. The bond shall be executed with the proper Sureties through a company -licensed and qualified to operate in the State and approved by the Con- tracting Authority. If at any time during the continuance of the Contract, the Surety on the Contractor's bond becomes irresponsible, the Contracting Authority shall have the right to require additional sufficient Sureties which the Contractor shall furnish to the satisfaction of the Contracting Authority within ten (10) days after the notice to do so. In default, thereof, the Contract may be suspended, and all payments or money due the Contractor withheld. The bond must be filed with the Circuit Clerk of the County in which the work is to be performed before any work under the Contract is performed. A form of this bond is attached hereto and made a part of these Specifications. 18 .. • 9. INSURANCE: The Contractor shall maintain such insurance as will protect him from claims under workmen's compensation acts and other employee benefits and from claims for damages because of bodily injury, including death, and from claims for damages to property which may arise out of operations or the work, Whether such operations be by himself or by any subcontractor or any- one directly or indirectly employed by either of them. The insurance shall be written in companies authorized to do and doing business in Arkansas and for not less than the following limits: Comprehensive General Public Liability with bodily injury limits of $ 100,000 and $ 300,000 and property damage limits of $ 50,000; Comprehensive Automobile Liability (owned, hired and non -owned Vehicles) with bodily injury limits of $ 100,000 and $ 300,000 and property damage limit of $ 50,000 for each accident; Standard Workmen's Compensation and Employer's Liability covering with statutory limits; Contractual liability insurance with bodily injury limits of $ 100,000 and $ 300,000 and property damage limits of $ 50,000. Certificates of such insurance shall be filed with the Engineer before work commences under any contract or subcontract. 10. ROYALTIES AND PATENTS: The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights, and shall save the Contracting Authority from loss on account thereof. 11. INSPECTION: The detailed manner and method of performing the work shall be under the direction and control of the Contractor, but all work done shall at all times be subject to the inspection of the Engineer or his authorized representative to see that it is done in accordance with the Contract Documents. Inspectors may be appointed by the Engineer or Contracting Authority and their duty shall be to guard the Contracting Authority against defects and deficiencies in the work and to see that the work is done in accordance with the Contract Documents. Inspectors shall have authority, subject to the final decision of the Engineer, to condemn and reject any defective work and to suspend the work when it is not being done properly, but the responsibility for the work and compliance with the Contract Documents and all applicable laws, rules and regulations shall be the Contractor's. Inspectors shall have no authority to permit any deviation from the Plans and Specifications except on written order from the Engineer, and the Contractor will be liable for any deviation except on such written order. 19 • • The inspector shall in no case act as foreman or perform other duties for the Contractor, nor interfere with the management of the work by the latter. Any advice which the inspector may give the Contractor shall in no wise be construed as binding to the Engineer in any way or releasing the Contractor from fulfilling all the terms of the Contract. All condemned work shall be promptly taken out and replaced by satisfactory work. Should the Contractor fail or refuse to comply with instructions in this respect, the Contracting Authority may, upon certifi- cation by the Engineer, withhold payment or proceed to terminate the contract as provided herein. Any defective work may be rejected by the Engineer at any time before final acceptance of the work, even though the same may have been previously overlooked and estimated for payment. 12. WORKMANSHIP AND SUPERINTENDENCE: The Contractor shall keep on this work, during progress, a competent superintendent and any necessary assistants. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor shall provide proper tools and equipment and the service of all workmen, mechanics, tradesmen, and other employees necessary in the execution of the work contemplated herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who is disorderly, intemperate, or in- competent, or who neglects or refuses to perform his work in a satisfactory manner, shall be promptly discharged. It is particularly called to the Contractor's attention that only first-class workmanship will be acceptable. 13. POSITION, GRADIENT, AND ALIGN;SENT: The Engineer shall set such stakes to proper line and grade as may be necessary for guidance of the Contractor in the proper performance of the work, and all work must conform closely to the lines and grades given. It shall be the duty of the Contractor and his employees to call the Engineer's attention to any stakes which may have been disturbed or which seem to be off line or grade. The Contractor shall carefully preserve bench marks, reference points, and stakes, and in case of willful or careless desruction, he shall be charged with the resulting expense and shall be responsible for any mis- takes that may be caused by their unnecessary disturbance or loss. 14. PROTECTION OF WORK, PROPERTY, AND PERSONS AND CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: The Contractor shall adequately protect the work, the Contracting Authority's property, adjacent property and the public from injury, damage or loss arising in connection with the contract or the work. 20 The Contractor shall provide and maintain all passageways, guard fences, lights or other facilities for safety and protection required by any public authority or local conditions. The Contractor assumes entire responsibility and liability for any third party claims and actions based upon or arising out of injuries, including death to persons or damage to or destruction of property, sus- tained or alleged to have been sustained in connection with or to have arisen out of or incidental to the performance of this contract by the Contractor, his agents and employees and his subcontractor, their agents and employees, regardless of whether such claims or actions are founded in whole or in part upon alleged negligence of the Contracting Authority, Contracting Authority's representatives or the Engineer, or the employees, agents or licensees thereof. The Contractor shall indemnify and hold harmless the Contracting Authority and its representatives and the Engineer and his representatives in respect to any such matters. 15. LEGAL RESTRICTIONS AND PERMITS: The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature, and shall give due and adequate notices to those in control of all properties which may be affected by his operations. Permits, licenses, and easements for permanent structures or permanent changes in existing facilities will be provided by the Contracting Authority unless otherwise specified. The Contractor must obtain per- mission from the Contracting Authority or other proper authority before blockading any roads or highways, and shall furnish all necessary barricades and detour signs. The Contractor shall give all notices and comply with all laws, ordinances, rules, and regulations bearing on the conduct of the work as drawn or specified. 16. ASS IG:7• ITS: No assignment by the Contractor of the contract, or any part there- of, or of the funds to be received thereunder by the Contractor, will be recognized unless such assignment has had the written approval of the Con- tracting Authority, and the Surety has been given due notice of the assign- ment in writing. No assignment, transfer, or subletting, even though consented to, shall relieve the Contractor of his liabilities under this Contract. Should any Assignee fail to perform the work undertaken by him in a satisfactory manner, the Contracting Authority may, at its option, annul and terminate Assignee's contract. 17. OTHER CONTRACTS: The Contracting Authority reserves the right to let other contracts in connection with this work. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. 21 I. • . Whatever work being done by the Contracting Authority's forces or by any other Contractor is contiguous to work covered by this Contract, the respective rights of the various interest involved shall be established by the Engineer, in order to secure the completion of the various portions of the work in general harmony. 18. SUSPENSION OF WORK: The Contracting Authority may at any time suspend the work or any part thereof by civino ten (10) day's notice to the Contractor in writing; the work shall be resumed by the Contractor ten (10) days after the date fixed in a written notice from the Contracting Authority to the Contractor to do so. If the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if the Contracting Authority does not give notice in writing to the Contractor to resume work at a date within twenty (20) days of the date fixed in the written notice to suspend, except in the case of litigation, then the Contractor may abandon that portion of the work so suspended, and he will be entitled to the estimates and payments for all work done on the portions so abandoned, if any. 19. THE CONTRACTING AUTHORITY'S RIGHT TO DO WORK: If the Contractor should neglect to presecute the work properly or fail to perform any provision of this Contract, the Contracting Authority after three (3) day's written notice to the Contractor may without prejudice to any other remedy it may have, make good such deficiencies, and may de- duct the cost thereof from payments then or thereafter due the Contractor. 20. THE CONTRACTING AUTHORITY'S RIGHT TO TERMINATE CONTRACT: If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should refuse or should fail, except in case for which extension of time is provided to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to Subcontractors or for material or labor, or -desregard laws, ordinances, or the instructions of the Engineer, or other- wise be guilty of a substantial violation of any provision of the Contract, then the Contracting Authority, upon the certificate of the Engineer that sufficient cause exists to justify such action, may, without prejudice to any other right or remedy and after giving the Contractor ten (10) day's written notice, terminate the employment of the Contractor as provided under Paragraph 21, immediately following. In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expenses shall exceed such unpaid balance, the Contractor shall pay the difference to the Contracting Authority. The expense incurred by the Contracting Authority as herein provided and the damage incurred through the Contractor's default, shall be certified by the Engineer. 22 I • 0 .' • Pending settlement of the Engineer may suspend action Contractor shall not be entitle reason of such delay, nor shall although such extension of time deems it in the interest of the disputes on any point of controversy, on all or any part of the work. The i to any claim for loss or damage by he be entitled to extension of time, may be granted by the Engineer if he work. 21. TERMINATION FOR BREACH: In the event that any of the provisions of this Contract are violated by the Contractor or by any of his Subcontractors, the Contracting Authority may serve written notice upon the Contractor and the Surety of its intention to terminate such Contract, such notices to contain the reasons for such intentions to terminate the Contract, and unless within ten (10) days after the serving of such notice upon the Contractor such violation shall cease and satisfactory arrangements for correction by made, the Contract shall, upon the expiration of said ten (10) days, cease and terminate. In the event of any such termination, the Contracting Authority shall immediately serve notice thereof upon the Surety and the Contractor, and the Surety shall have the right to take over and perform the Contract, provided, however, that if the Surety does not commence performance thereof within thirty (30) days from the date of the mailing to such Surety of notice of termination, the Contracting Authority may take over the work and prosecute the same :to completion by contract for the account and at the expense of the Contractor, and the Contractor and his Surety shall be liable to the Contracting Authority for any excess cost occasioned the Contracting Authority thereby, and in such event the Contracting Authority may take possession of and utilize in completing the work, such materials, appliances, and plant as may be on the site of the work and necessary therefor. 22. PAY:'.ENTS :4ITHHELD: The Contracting Authority may withhold or, on accout of subsequently discovered evidence, nullify the whole or part of any certificate to such extent as may be necessary to protect the Contract- ing Authority from loss on account of: (a) Defective work not remedied, (b) Claims filed or reasonable evidence indicating probable filing of claims, (c) Failure of the Contractor to make payments properly to Subcontractor or for material or labor, (d) Damage to another Contractor, (e) Incomplete work When the above grounds are removed, payment shall be made for amounts withheld because of them. 23. DELAYS AND EXTENSIONS OF TIME: If, at any time, the Contractor considers he is being delayed by an act or neglect of the Contracting Authority or its employees, or by any other Contractor employed by the Contracting Authority, or by any changes or additions ordered in the work, or for any reason beyond his control, 23 Sr , a • he shall within ten (10) days from the beginning of such delay notify the Engineer in writing of the causes of any such delay. Extensions of time, with relief from responsibility for liquidated damages incurred by the Contracting Authority on account of such delay, will be granted the Contractor, when, in the opinion of the Engineer, the causes so called to his attention warrant such extensions of time. No claims for delay will be considered unless such notice has been filed with the Engineer within the time specified above. The Contractor will be required to furnish the Engineer two copies of each purchase order for materials and equipment as they are issued. If the Contractor shall seek an extension of time because of delay in receiving delivery of critical materials, such extension of time may be granted when, in the opinion of the Engineer, the extension is warranted and the delay is in no way caused by the Contractor's financial status or by any act or failure to act on the part of the Contractor. Failure to get items of material or equipment not essential to the completion of those portions of the work, which, in the opinion of the Engineer requires supervision by an Engineer, shall not be deemed justification for waiver of liquidated damages, however, even though such delays are beyond the Contractor's control, and even though such items of material or equipment may be essential to the actual placing in operation of a portion of all of the project. When such items of materials or equipment are delayed for reasons beyond the Contractor's control, he shall complete all other work within the specified construction period. Extensions of time, without relief from responsibility for liqui- dated damages incurred by the Contracting Authority on account of delays, may be granted the Contractor on account of his failure to complete the work within the time specified. 24. ADDITIONAL, OMITTED, OR CHANGED WORK: The Contracting Authority, without invalidating the Contract may order additional work to be done in connection with the Contract or may alter or deduct from the work, the Contract sum to be adjusted accordingly. Additional work shall be done as ordered in writing by the Engineer, which order shall state the location, character, and amount of extra work. All such work shall be executed under the conditions of the original contract and subject to the same inspection and tests as though therein included. Compensation for additional, omitted, or changed work shall be adjusted as follows: Any changes in quantities of work for which unit prices are required in the Proposal shall be at and for the price bid. Work for which prices are not required shall be paid for or deducted, as the case may be, upon the basis of an estimate prepared by the Contractor and approved by the Engineer, prior to the written order changing the quantity of work. If the Contractor claims compensation for additional work not ordered as aforesaid, or for claims of damages sustained, he shall make a written statement of claims for compensation or damages to the Engineer, 24 a which statement shall be in the hands of the Engineer within such time as will allow a full consideration of the basis for such claim, and in no case later than fifteen (15) days after the work has been completed or damages sustained. The Contractor shall furnish, if required, any accounts, bills, or vouchers relating thereto. Unless such claims are made as re- ruired, they shall be considered forfeited and invalid. The Contracting Authority reserves the right to contract with any person or firm other than the Contractor for any or all extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim for damages for anticipated profits on any portion of the work to be omitted. 25. ARBITRATION: (a) Demand for Arbitration. Any decision of the Engineer which is subject to arbitration shall be submitted to arbitration upon the demand of either party to the dispute. The Contractor shall not cause a delay of the work because of the pendency of arbitration proceedings, except with the written permission of the Engineer, and then only until the arbitrators shall have any oppor- tunity to determine whether or not the work shall continue until they decide the matters in dispute. The demand for arbitration shall be delivered Engineer and the adverse party, either personally or by the last known address of each, within ten (10) days of Engineer's decision, and in no case after final payment If the Engineer fails to make a decision within a reaso for arbitration may be made as if his decision had been the demanding party. in writing to the registered mail to the receipt of the has been accepted. iable time, a demand rendered against (b) Arbitrators. No one shall be nominated or act as an arbitra- tor who is in any way financially interested in this Contract or in the business affairs of the Contracting Authority, or the Contractor, or the Engineer, or otherwise connected with any of them. Each Arbitrator shall be a person in general familiar with the work or the problem involved in the dispute submitted to arbitration. Unless otherwise provided by controlling statutes, the parties may agree upon one arbitrator; otherwise there shall be three, one named in writing by each party to this Contract, to the other party, and the third chosen by those two arbitrators. If there be one arbitrator, his decision shall be binding; if three, the decision of any two shall be binding in respect to both the matter submitted to and the procedure followed during the arbitration. Such decision shall be a condition precedent to any right of legal action. (c) Arbitration Procedure. The arbitrators shall deliver a written notice to each of the parties and to the Engineer, either personally or by registered mail to the last known address of each, of the time and place for the beginning of the hearing of the matters submitted to them. 25 Each party may submit to the arbitrators such evidence and arguments as he may desire and the arbitrators may consider pertinent. •The arbitrators shall, however, be the judges of all matters of law and fact relating to both the subject matters of and the procedure during arbitration and shall not be bound by technical rules of law or procedure. They may hear evidence in whatever form they desire. The parties may be represented before them by such persons as each may select, subject to the discipli- nary power of the arbitrators if such representative shall interfere with the orderly or speedy conduct of the proceedings. Each party, and the Engineer, shall supply the arbitrators with such papers and information as they demand, or with any witness whose move- ments are subject to their respective control, and upon refusal or neglect to comply with such demands, the arbitrator may render their decision without the evidence which might have been solicited therefrom, and the absence of such evidence shall afford no ground for challenge of the award by the party refusing or neglecting to comply with such demand. The submission to arbitration (the statement of the matters in dispute between the parties to be passed upon by the arbitrators) shall be writing duly acknowledged before a notary. Unless waived in writing by both parties to the arbitration, the arbitrators, before hearing testimony, shall be sworn by an officer authorized by law to administer an oath, faithfully and fairly to hear and examine the matters in controversy and to make a just award according to the best of their understanding. The arbitrators, if they deem the case demands it, are authorized to award to the party whose contention is sustained such sums as they shall consider proper for the time, expense, and trouble incident to the arbitration, and if the arbitration was demanded without reasonable cause, damages for delay, and other losses. The award of the arbitrators shall be in writing and acknowledged like a deed to be recorded, and a duplicate shall be delivered personally or by registered mail forthwith upon its rendition, to each of the parties to the controversy and to the Engineer. Judgement may be rendered upon the award by the Federal Court or by the highest State Court having juris- diction to render same. The award of the arbitrators shall not be open to obiection on account of the form of the oroceedinas or the award, unless otherwise provided by the controlling statutes. In the event of such statutes pro- viding on any matter covered by this Article otherwise than as herein - before specified, the method of procedure throughout and the legal effect of the award shall be wholly in accord with said statutes, it being the intention hereby to lay down a principle of action to be followed, leaving its local application to be adapted to the legal requirements of the jurisdiction having authority over the arbitration. The Engineer shall not be deemed a party to the dispute. He is given the right to appear before the arbitrators to explain the basis of his decision and give evidence as they may require. 'I-, 26. REFERENCE TO MANUFACTURER OR TRADE NMtS: Whenever a material, article or piece of equipment is identified on the plans or in the specifications by reference to manufacturers' or vendors' names, trade names, catalogue numbers, etc., it is intended merely to establish a standard; and, any material, article, or equipment of other manufacturers and vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provided the material, article, or equipment so proposed, is, in the opinion of the Engineer, of equal substance and function. It shall not be purchased or installed by the contractor without the Engineers' written approval. 27. USE OF COMPLETED PORTIONS: The Contracting Authority shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding that the time for completing the entire work on such portions may not have expired; but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use of completed portions increases the cost of, or delays the work, the Contractor shall be entitled to such extra compensation or extension of time, or both, as the Engineer may determine. The Contracting Authority, in taking possession of completed portions, shall agree to accept the decision of the Engineer, on matters relating to responsibility for damages that may occur to any portion of the work during the period of possession preceding acceptance and final payment. 28. ACCEPTANCE AND FINAL PAYMENT: As soon as the work has been substantially and satisfactorily completed, the Engineer will make a final estimate stating that the work provided for under this Contract has been completed and is accepted by him under the terms and conditions thereof, with qualifications, if any, as stated. If certain parts of the work are not completed or if certain corrections must be made in the work even though the work is substantially completed, the Engineer is authorized to determine the amount which in his opinion is required for completion and/or correction of the work, and such amount may be withheld from the final payment to the Contractor, pending the completion and correction as required. The balance found to be due the Contractor shall be paid by the Contracting authority within forty (40) days after the date of the final estimate. Prior to filing for final estimates, the Contractor shall file with the Engineer a receipt in full from each manufacturer, subcontractor, dealer and supplier for all equipment and material used on the work and a complete release of all liens which may have arisen from this Contract. In lieu thereof, the Contractor shall file statements showing balance due or claimed on all accounts and the Contracting Authority shall have the right, if it so elects, to withhold sufficient money to pay such balances until receipts in full or satisfactory evidence of final determination are filed with the Engineer who may then make the final estimate. 27 .. . The making and acceptance of the final payment shall constitute a waiver of all claims by the Contracting Authority, other than those arising from incomplete or uncorrected work, unsettled liens, or from faulty workmanship or materials, and of all claims by the Contractor, except those previously made and still unsettled. If the work has been partially but substantially completed to the extent that all adjustments in the Contract sum may be made, the Engineer may, if material delay in completion is anticipated or if otherwise deemed in the interest of the work, make the final estimate, retaining, in addition to other requirements which may be specified under payments, an amount representing the cost of unfinished work. Such payment shall be under the terms and conditions governing final payment. Neither the making of the final estimate, or final payment, shall relieve the Contractor of his responsibility for faulty materials or workmanship, and he shall remedy any defects and pay for any damage resulting therefrom which shall appear within a period of one (1) year from the date of substantial completion. The Owner shall give notice of observed defects with reasonable promptness, and all questions arising under this paragraph shall be decided by the Engineer. 29. PAYMENTS TO CONTRACTOR: The Engineer will on or about the Twentieth (20th) day of each month make an estimate of the work done. As soon thereafter as possible, and as soon as the Contractor has filed receipted bills showing that he has paid the previous month's bills, the Contractor will be paid seventy (70) percent of the value of work in place, plus ten (10) percent for that portion of the work accepted for beneficial occupancy, plus (20) percent of the value of work that has been properly cleaned up, plus fifty (50) percent of the value of the materials on the job site but not in place (figured from the Contractors paid invoices), minus amounts previously paid. A final estimate will be made following the final inspection as provided under paragraph 28, after which time and within a period of forty (40) days, the Contractor will be paid the full amount of the contract price, less amounts previously paid. Payment will be made only for the actual quantities installed. The Contracting Authority may withhold or, on account of sub- sequently discovered evidence, nullify the whole or part of any certificates to such extent as may be necessary to protect the Contracting Authority from loss on account of: (a) Defective work not remedied, (b) Claims filed or reasonable evidence indicating probable filing of claims,. - (c) Failure of the Contractor to make payments properly to Sub- contractor or for material or labor, (d) Damage to another Contractor, (e) Incomplete work. 1. • When the above grounds are removed, payment shall be made for amounts withheld because of them. 30. SHOP AND ERECTION DRAWINGS: The Contractor shall furnish the Engineer with triplicate copies of all shop and erection drawings for approval. These drawings shall include the drawings prepared on structural and reinforcing steel, special layout drawings of equipment or machinery purchased under this Contract, and other supplementary drawings required in the prosecution of the work. One copy shall be returned to the Contractor and two copies retained by the Engineer for field and office reference. The approval of such drawings by the Engineer does not constitute an acceptance of responsibility of their accuracy. 31. LABORATORY TESTS: All material entering into the work is subject to various tests as may be required by the specifications. The cost of all such tests shall be the responsibility of the Contractor furnishing such material. The Contractor shall also bear the cost of any tests arising out of his desire to use materials which may be questionable in the opinion of the Engineer. 32. DRINKING WATER AND SANITARY FACILITIES: The Contractor shall provide safe drinking water for his workmen during the construction period. The water shall be delivered through a spigot, angle jet fountain, or other approved device. Common drinking cups will be prohibited. The Contractor shall furnish adequate sanitary facilities for workmen in the work area during the construction period. 33. CONSTRUCTION SAFETY: Throughout these specifications, whenever engineering decisions are to be made to ensure adequate construction in accordance with the plans and specifications, such inspection and engineering decisions are not to be construed as supervision of the Contractors' work force, nor make the Engineer responsible for providing a safe place for the performance of the work by the Contractor or the Contractors' employees or those of the suppliers, his subcontractors, nor for access, visits, use, work, travel, or occupance by any person, as these responsi- bilities are covered under the provisions of the contract, the Contractors insurance and performance bond and cannot be the responsi- bility of the Engineer. The above provision does not prevent the Engineer or his 29 • DETAILED SPECIFICATIONS PART I - CONTRACT STIPULATIONS I-1 SPECIFICATIONS: These detailed specifications are drawn with the object of securing first class workmanship and materials throughout the work embraced in this contract, and of securing completed structures properly and well constructed with regard to all local conditions. Both the Construction Specifications and the Material Specifications are Standard Specification and are subject to modification in this section or on the Plans. Where notes on the Plans are in direct conflict with the Standard Specifications, the notes on the Plans shall govern. The following are exceptions to the Standard Specifications: (1) Rock will not be paid for separately on this job. Any anticipated rock excavation shall be in the Unit Prices given in the proposal. (2) The cost of all concrete shall be included in the appropriate unit price for pipe or encasement and none shall be paid for separately. I-2 EXTENT OF WORK: It is mutually agreed and understood that the contractor will furnish all tools, labor, equipment, materials, and supplies required to be furnished, and will construct complete all work shown on the Plans and in these Specifications. The Work consists of: Constructing approximately 685 l.f. of 12" DIP water line, fire hydrants, valves, and some sewer adjustments. Furnish all labor and materials required to be furnished to construct the waterlines, encasements, and valve installations as shown on the Plans. I-3 LIST OF PLANS: The Plans are bound separate from the specifications and are generally titled North SrrPPr Tmprncnmen+ - Water & Sewer Adjustments. DESCRIPTION Vicinity Map & Index and Plans SHEET NO. 1 31 I-4 LANDS ANO RIGHTS -OF -WAY: The Owner will provide all permanent easements or permits actually required for the construction of the work in all Schedules. The Contractor shall lease, buy, or make satisfactory provisions, without obligation to the Owner, for all other temporary land easements or rights -of -way which he may require for access or storage of materials or equipment. 32 DETAILED SPECIFICATIONS PART II - CONSTRUCTION SPECIFICATIONS II -1 PLANNING AND EXECUTION OF THE WORK: The construction work included under these specifications shall be so planned and executed that the various portions of the work will be carried on concurrently and the whole completed within the time allowed. Water main connections requiring shut -down of water service to users shall be coordinated through the City Engineer. II -2 EXCAVATION - GENERAL: All excavation shall be carried accurately to the line and grade shown on the Plans and established by the Engineer. When excavation is carried below or beyond that required, the space shall be filled for compacted SB-2. No claim for additional compensation shall be made for such backfilling of excess excavation unless the Contracting Authority or its agent is responsible for the error. When necessary to protect the laborers, the work, or adjacent property, the Contractor shall provide and install shoring. Such shoring shall remain in place until the backfill has proceeded to a point where it can be safely removed, except that, if in the opinion of the City Engineer damage is liable to result from withdrawing shoring, it shall remain in place. II -3 EXCAVATION - TRENCHES FOR WATER MAINS: Trenches for water lines shall be the for the proper installation of the pipe. All pipe li trenches of such depth as to provide a minimum cover over the too of pipe barrel unless otherwise shown or shall increase depth as necessary for crossing other pipe lines and to provide required cover for valves and valve boxes. Trench will be deepened to the extent necessary so as not to exceed the maximum permissible deflection of the pipe being installed, with maximum permissible deflection being as recommended by the pipe manufacturer. Width of pipe trench for all water lines shall be adequate for the installation of the pipe and make-up joints, but in no case shall the width of the trench at the top of the pipe be wider than the outside diameter of the pipe plus two (2) feet. width and depth necessary nes shall be laid in of thirty-six inches ans. The bottom of the trench shall be accurately graded so that the pipe will be in continuous and uniform contact with and have a longitudinal bearing on undisturbed soil for the full length of the pipe, except for such distance as necessary for adequate bell holes and proper sealing of the pipe joints. DS -3 .. . If the soil at the bottom of the trench is mucky or if the subgrade is too soft to properly support the pipe, the Contractor shall excavate below the lower extremity of the pipe as directed by the Engineer, and place_a cushion of sand, gravel, or crushed stone thoroughly tamped into place to receive the pipe. Material used for this purpose shall be SB-2. II -4 EXCAVATION - ROCK IN TRENCHES: Rock excavation shall be defined as solid rock in formation which cannot be excavated efficiently by adequate power shovels or excavators of recognized standard manufacture in good condition and adequate size, well handled by skilled operators; and boulders or pieces of detached rock, which may be embedded in materials not classed as rock, exceeding ten (1) cubic feet in volume. The term "excavated efficiently" as used in this Specification shall mean that where formation rock can be excavated at a lower cost per cubic yard of useful excavation by blasting, barring, or wedging, it shall be so excavated and will be classified as rock. The Contractor's attention is called to the fact that a shale formation exists in Fayetteville that generally can be dug and, therefore this material will not be classified as rock except where it cannot be efficiently excavated as defined above. The volume of rock excavation shall be determined by the horizontal measurement of length of trench in which rock occurs, the vertical measurement of depth of rock and a width of "D". "D" shall be the nominal diameter of the pipe plus 15 inches, but not less than 24 inches. II -5 EXCAVATION - CLASSIFICATION, MEASUREMENT AND PAYMENT: All excavation not classed as rock shall be classed as common excavation. The volumes of rock excavation shall be determined per Section II -4 of these Specifications. Rock excavation shall be paid for at the unit contract price given in the Proposal. The cost of all common excavation in trenches for water mains shall be included in the contract unit price for pipe and shall not be paid for separately. All rock excavation in trenches for water mains shall be measured and paid for as rock excavation. II -6 BLASTING: Blasting will be permitted only when proper precautions are taken for the protection of persons, the work, and adjacent property; and any damage done to the work or property by blasting shall be repaired by the Contractor at the Contractor's expense. DS -4 a. Blasting will be done only after securing written permission from the City Engineer's office. The Contractor shall be liable for all injuries or deaths to persons or damage to property caused by blasts or explosions. The attention of the Contractor is called to Section 9 of the General Conditions of the Specifications entitled "Insurance". The cost of all work under this Section shall be included in the Contract unit price for rock excavation and will not be paid for separately. II -7 BACKFILLING: All trenches shall be backfilled immediately after the pipe is laid using methods that will not disturb the pipe. Material used for backfilling shall consist of the excavation or borrow of sand, gravel, or other material approved by the Engineer, and shall be free of trash, lumber and other debris. After the pipework has been approved, trenches shall be backfilled with fine, loose earth free from clods or stones larger than three (3) inches in any dimension, and of proper moisture content. This selected material shall be carefully deposited by hand in layers not to exceed four (4) inches in thickness on both sides of the pipe and thoroughly and carefully rammed around the pipe until the backfill has been brought up to the springline of the pipe. The back - fill shall then continue without tamping but with same material, placed by hand, to a point at least twelve (12) inches above the top of the pipe. If the excavation is not suitable for this purpose, as determined by the Engineer, then SB-2 shall be used for this operation. The remainder of the backfill may then be backfilled by any approved method which will not injure or disturb the pipe. Trenches outside the public right-of-way will be neatly graded up and left slightly "over -full" so that subsequent settlement will leave the route level with the surrounding terrain. Trench on public property shall be filled and refilled as necessary to provide a smooth, well -graded appearance. All backfill shall be settled and consolidated until further settlement will not occur. It is the intent of this Specification that the Contractor shall be responsible for settlement of backfill in all work covered herein. He shall refill trenches as often as necessary to bring them back to original grade, and during that period settlement is occuring shall refill them often enough to avoid hazardous conditions or inconvenience. All excavated material which is unsuitable, or not needed for backfill shall be wasted or disposed of to the satisfaction of the Engineer. Surfaces shall be cleaned up, all hummocks and piles smoothed down and the surface left neat and workmanlike. Where existing drainage ditches are disturbed or obstructed with excavated material, such material shall be entirely removed and the ditch left true to original line and grade. Street shoulders shall be restored to their original contours. DS -5 • • All roadways and driveways shall be backfilled with SB-2 up to the road surface. The roadway and driveway surface shall then be replaced as called for elsewhere in these Specifications. The attention of the Contractor is called to a separate Section in these specifications concerning crossing lawns. SB-2 shall be measured and paid for as subgrade material at the unit contract price given in the proposal. The cost of all other work described in this section shall be included in the unit contract price for the installation of pipe and shall not be paid for separately. Water for flooding trenches shall be furnished free of charge by the City of Fayetteville. II -8 HANDLING AND LAYING OF WATER PIPE: In the transportation, unloading, and handling of water pipe, the pipe shall not be dropped, let roll and collide with another pipe, or be subjected to any unnecessary jar, impact, or other treatment that might crack or otherwise damage the pipe. Before laying pipe in trench, the bottom of the trench shall be carefully graded and prepared and bell holes excavated so the pipe shall have a uniform support along its entire length, except at bell holes, and shall not be allowed to rest on hard supports through a portion of its length only. All pipe shall have at least 36 inches of cover, unless otherwise shown on the Plans. Deflections from a straight line or grade, as required by vertical curves, horizontal curves, or offsets, shall not exceed 6/D inches per linear foot of pipe, where D represents the nominal diameter of the pipe expressed in inches, between the centerlines extended between any two connecting pipes. If the alignment requires. deflections in excess of these limitations, special bends, or a sufficient number of shorter lengths of pipe shall be furnished to provide angular deflections within the limit set forth above, as approved by the Engineer. The inside of the pipe and all parts involved in jointing shall be cleaned of all dirt, mud, grease, and other foreign material before the pipe is laid or the joint started. Ends of pipe shall be temporarily plugged at the close of each day's work. In laying mechanical joint or 'push -on' joint pipe, the manufacturer's recommendations for securing good joints shall be rigidly followed. The laying of the pipe shall be done in accordance with applicable AWWA Standards. DS -6 , 44 4 Adequate backing blocks of Class "B" concrete shall be provided at all points of unbalanced pressure, such as bends, tees, or wyes as shown on the Plans in such a manner that all joints between pipe and fittings aee accessible for repair. Pipe shall be measured and paid for as pipe for water mains at the appropriate unit contract price given in the Proposal. Class 'B' Concrete shall be measured as the actual amount placed and paid for at the unit contract price as given in the Proposal. The cost of all other work required under this section shall be considered subsidiary to the laying of pipe or the placement of concrete and shall be included inthe appropriate unit price. II -9 CROSSING AND PARALLELING EXISTING UTILITY LINES: The construction of water lines will necessitate the crossing and paralleling of existing utility lines, including water mains and services and natural gas mains and services. The known locations of such utility mains are shown in their approximate position on the Plans, but utility service lines are not indicated on the Plans. The owners of the utility lines shall be notified before any crossing is made or other work initiated that may disturb a utility line or interrupt service to a customer. The Contractor is referred to that section of the General Conditions of these Specifications where the Contractor's responsibilities for utility crossings is stated. The cost of all work under this section will be included in appropriate contract unit prices, and none will be paid for separately. II -10 CROSSING BURIED TELEPHONE CABLE: The location of buried telephone cable is shown approximately on the Plans as determined from telephone company markers indicating' the location of the cable. The Contractor will exercise extreme caution in approaching the location of buried cable. Contractor shall notify the Southwestern Bell Telephone Company (Dial 4102 in Fayetteville) and wait until a representative of the telephone company is on the job site to locate buried cables. The Contractor will not attempt to locate or uncover cable without a representative of the telephone company present. The cost of all work under this Section will be included in appropriate contract unit prices, and none will be paid for separately. DS -7 II -11 CUTTING AND REPLACING SPECIAL SURFACES: ,. Whenever it becomes necessary in excavating for trench to disturb special surfaces, such as paved or gravel streets, drives, walks, or parking areas, the original surface shall be restored after completion of the backfill operation. In these instances, special care shall be used in making the backfill to eliminate future settlement. The surface shall be restored using the same type of surfacing materials that were used in the original surfacing. Backfill of trench lying within roadways shall be in strict accordance with the applicable provisions as stated in Section II -7 of these Specifications. The condition of the backfill, with special regard to the degree of compaction, shall be checked and approved by the Engineer before any surfacing is placed over the backfill. The replacement of special surfacing shall follow as soon as practical after the completion of the backfilling operation so as to restore the roadway to its original condition and traffic capacity. If in the opinion of the Engineer the replacement of surfacing is lagging, he may, at his discretion, stop the pipe laying operation until the replacement of surfacing proceeds in a satisfactory manner. Immediately prior to replacing asphalt or concrete pavement or surfacing, a chalk line shall be made along both sides of the trench at the proper width, and the pavement trimmed, along a straight and vertical line. No claims u:i,ll be allowed for additional width of pavement cut and replaced occasioned by this requirement. The quanitity of asphalt and concrete pavement cut and replaced will be determined by the horizontal length of pavement actually cut and replaced measured along the centerline of the trench multiplied by a width of thirty-six (36) inches, except that where a width greater than thirty-six (36) inches is required and authorized by the Engineer, the actual width of pavement cut and replaced shall be used in determining the quantity of pavement cut and replaced. In gravel surfaced streets or parking areas, the gravel will be disturbed in excavating for sewer trench. After the backfill has been so placed that no further appreciable settlement will occur, gravel surfacing shall be replaced to the same compacted thickness as the original surfacing. During construction operations, the gravel on the remainder of the street not occupied by the trench may be disturbed and covered with dirt from the excavation. After completion of the backfill, such dirt shall be removed as completely as possible and additional gravel placed on the street as directed by the Engineer until the street is satisfactorily restored to its original condition. Gravel surfacing cut and replaced will be paid for at the appropriate contract unit price as given in the Proposal. Contract unit prices shall be inclusive of materials, placement, and all work incidental thereto. DS -8 . II -12 CROSSING LAWNS: - The following shall apply to all lines crossing lawns, as designed on the Plans. After settlement has occurred, the disturbed areas shall be dressed out with three (3) to four (4) inches of top soil. The dressed out areas shall then be seeded with the appropriate grass or grass mixture. If lawns, bushes and small trees are likely to be damaged by the work, they shall be taken up ahead of construction. They shall be properly protected until such time that they can be re -set. It is the intention of this specification that lawns be restored as closely as possible to their original condition. The cost of all work under this section shall be included in the appropriate unit price for pipe and shall not be paid for separately. II -13 TESTING AND STERILIZING WATER MAINS: Water mains shall be subject to 200 psi test as herein specified. All lines shall be backfilled and concrete backing installed at points of unbalanced pressure prior to the initiation of any pressure test. Each valved section of the pipe lines as selected by the Engineer for test shall be slowly filled with water. Before applying the test pressure for 200 psi, all air shall be expelled from the pipe by blowing -off at fire hydrants. If necessary to properly expel air prior to test, Contractor will tap lines at high points with corporation stops. Each section of pipe line to be tested shall be subjected to 200 psi test pressure, based on the elevation of the lowest point in the line or section of line under test and corrected to the elevation of the test gauge. Duration of 200 psi test shall be for at least two (2) hours in all cases. Pressure shall be applied to the line by means of a pump, pipe connections, and all other necessary apparatus for applying pressure and measuring the resultant leakage from the line under test. All such apparatus shall be furnished by the Contractor. All necessary taps will be made by City forces at the expense of the Contractor. Pressure will be measured with gauges as furnished by the Engineer. While the pipe being tested is under pressure, it shall be walked to check for leakage appearing at the surface of the ground or from any exposed valves or other appurtenances. In conjunction with the 200 psi pressure test, a leakage test shall be performed. Contractor shall provide necessary meter or pumping reservoir or other satisfactory means of determining the amount of water pumped into, the line to sustain the specified test pressure of 200 psi. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain the specified leakage test pressure of 200 psi after the air in the pipe has been expelled and the line filled with water. DS -9 Leakage shall be no more than that allowed by AWWA specifications. All5pipe lines shall be checked for leaks and deficiencies, repaired, and retested if necessary until they pass the above specified leakage test for the size and type of pipe installed. Even though pipe lines may pass the leakage test, any leaks apparent at the ground's surface, any leaking joints, fittings, or appurtenances that are detected shall be repaired to the satisfaction of the Engineer. All new water line extensions will be sterilized with chlorine before being accepted by the Owner and placed into service. Sodium or calcium hypochlorite (HTHO or chlorine gas may be used in such amounts as to provide a dosage of not less than 50 parts per million in the piping being sterilized. The sterilizing agent may be introduced in any manner so as to provide uniform distribution along the pipe line. All in -line valves in water lines being sterilized shall be opened and closed several times during the sterilizing period. Contractor will use extreme caution to be certain that strono sterilizing anent is not flushed back into any part of the water distribution in such a manner that it reaches water consumers. Following a contact period of at least 24 hours the heavily chlorinated sterilizing water shall be completely flushed from all pipes, and the pipes rinsed and thoroughly flushed with large quantities of clear water. Samples shall be taken from all water line extensions as directed by the Engineer and analyzed for bacterial purity by the State Department of Health. The sterilizing process shall be repeated as necessary until all samples indicate that the water is safe and approved by the State Department of Health. Resterilization of the water lines at the Contractor's expense shall be required if State Department of Health approval has not been received after three weeks of testing. Water for all sterilizing and testing operations will be furnished the Contractor by the Owner at no cost to the Contractor. The cost of all sterilizing and testing operations including pipe taps, sterilant, any temporary valves or caps, test pumping and equipment, and all work incidental thereto will be included in the unit contract prices for pipe, and no separate payment will be made for testing and sterilizing water line extensions. II -14 CROSSING FENCES: The installation of lines will necessitate crossing several fences as shown on the Plans. Fences will be repaired by the Contractor so as to be equal or better than their original condition prior to construction. Before cutting fences, adequate horizontal bracing will be installed in the fence on each side of the cut so as to maintain the tension in the fence wire. Replacement of fence shall be in a workmanlike- manner, and wire shall be stretched tight and adequately secured to posts by means of 1 inch fencing staples. If necessary to accomplish proper closure, the Contractor shall furnish and install new fencing, posts, wire, etc. to properly restore the fence. Materials shall be of equal quality and size to those as originally installed. DS -10 S. The, Contractor shall be responsible for temporary fencing, gates, gaps, etc., as necessary to maintain fences in a stockproof condition during the construction of the pipe line until permanent fence repairs can be accomplished. He shall take all necessary precautions and will assume full responsibility to insure that livestock does not stray or gain entry to cropped areas or to public roads. The cost of fence repairs in all Schedules will be included in the unit contract prices for pipe, and no separate payment will be made for crossing and repairing fences. II -15 INSTALLATION OF FIRE HYDRANTS: Fire hydrants shall be properly located with respect to property line and streets, and shall be set at proper elevation, truly plumbed and properly oriented. Hydrants shall be set upon a slab of stone or concrete four (4) inches thick and not less than fifteen (15) inches square. Hydrants shall be backed with Class "B" concrete to prevent the hydrant from blowing off the lead. Hydrants shall be set with at least three (3) cubic feet of crushed stone or washed gravel at the base to serve as drainage. Fire hydrant extensions shall be used as necessary to bring fire hydrants up to grade. Fire hydrants will be measured as the unit installed, at the appropriate unit price as given in the Proposal. The cost for all other work under this Section will be included in the unit price for installation of fire hydrants and shall not be paid for separately. II -16 CONNECTION TO EXISTING WATER LINE: Connection to the existing water line shall be made at the location and in the manner shown on the Plans. When water service must be discontinued to make a tie-in, the Contractor shall notify all affected customers 24 hours in advance and estimate the time required to restore The cost of all work associated with tying -in shall be included in the unit price for the installation of pipe and shall not be paid for separately. II -17 INSTALLATION OF VALVES: All valves will be set with operating stems set in true vertical positions. Valve boxes shall be adjusted so that the cover conforms to the adjacent grade. All costs incidental to the installation of valves shall be included in the contract unit price for valves. DS -11 II -18 CONCRETE: All concrete shall be composed of the materials described in Paragraphs 4, 5, and 6, Part III, and shall be proportioned by weight in such manner as to obtain a plastic workable mix. All concrete shall be Class "B" as shown on the Plans. Class "B" concrete shall contain not more than seven (7) gallons of water to the sack of cement, including the water in the aggregates, and not less than five (5) sacks of cement per cubic yard of concrete, and have a twenty-eight (28) day compressive strength of at least twenty-five hundred (2500) pounds per square inch. Concrete shall be mixed in an approved mixer for not less than one and one-half (1;) minutes after all materials are in the drum and shall be deposited within thirty (30) minutes after mixing. Hand -mixed concrete will not be allowed. In placing concrete, care shall be taken that the freshly placed mass is so placed and vibrated that there is no tendency for the coarse aggregate to segregate from the mortar. All concrete shall be properly protected from too rapid curing or from freezing while green. The cost of all work in this section shall be included in the unit contract price for Class "B" Concrete and shall not be paid for separately. II -19 CLEANING UP: After the construction work is completed, all refuse and debris resulting from the work shall be cleaned up and disposed of to the satisfaction of the Engineer. All excess excavation, waste concrete, piping, lumber, other refuse shall be removed from tie site of the work and the site leveled, graded, and dressed up until it is neat, smooth, and workmanlike. It shall be specifically understood that the clean up operation shall be maintained as closely as possible to the pipe laying operation. If, in the opinion of the Engineer, the clean up operation is not being maintained satisfactorily, he may interrupt the pipe laying operation until such clean up is completed to his satisfaction. The cost of all work under this section shall be included in the lump sum contract price and will not be paid for separately. II -20 CLEARING: Clearing operations will be required in the execution of various portions of the work. Clearing shall be no more than actually required for installation of the line. No indiscriminate destruction of trees will be tolerated. Within lawn areas, bushes and small trees will be taken up and protected until DS -12 . . construction is completed in the area. They shall then be re -set. No open burning will be allowed. All trees and brush will be hauled.off to a disposal site approved by the Engineer. The cost of all work under this section shall be included in the appropriate unit cost for pipe and shall not be paid for separately. The Contractor, by personal inspection, should satisfy himself on the exact amount of clearing that may be required. II -21 INSTALLATION OF BUTTERFLY VALVE:, Butterfly valves shall be installed in strict conformance with the manufacturers recommendations, with operating stems in a true vertical position. Fill around the 12 -inch Butterfly Valve shall consist of select material approved by the Engineer. Such material shall be free from trash, lumber, or other debris and shall be carefully and thoroughly compacted around and under the valve installation to prevent settling. The 8 -inch pipe used for the valve box shall be carefully set in a true vertical position over the operating nut and not allowed to be pushed out of line by the backfilling operation. II -22 FILL OVER 12" WATER LINE The fill over the 12" water line shall be to the ne and grade shown on the plans and shall be compacted to 90 percent of s4pdrd proctor. The embankment slope shall be riprapped as shown on the pjpii. The top of the embankment shall be cov ed with 4 -inches of top soil. Fertilizer shall then be applied atjWe rate of 800 pounds per acre of 10-20-10, or equivalent. Incorporab6n shall be at least two (2) inches. Seeding shall be accordi the following schedule: JULY 1 - AUGUST 31 Tall Fescue (Co N/A 35#/acre Bermuda Seed, H led 5#/acre Bermuda Seed, nhilled 10#/acre Brown Top ljfllet 10#/acre SEPTEMBZ 1 - OCTOBER 15 TaYf Fescue (Ky 31) Wed Top (Common) Crimson Clover (Dixie) 35#/acre 5#/acre 20#/acre DS -13 . . . . DETAILED SPECIFICATIONS PART III - MATERIAL SPECIFICATIONS III -1 GENERAL: All materials shall be in compliance with the latest revisions of the ASA or AWWA Specifications noted. The Engineer retains the right to reject any materials or items not specifically covered in the Plans or Specifications. III -2 DUCTILE IRON PIPE FOR WATER MAINS: Pipe shall be Class 50 Ductile Iron Pipe, designed and manufactured in accordance with applicable AWWA Standards. Fittings shall be designed in accordance with ASA A 21.10-1971 /AWWA C110-71. All fittings shall be Class 250 and shall be MJ. this mechanical joint shall conform in all respects to ANSI A21.11/AWWA 0111. All pipe and fittings shallbe bituminous coated outside and standard cement lining inside in accordance with AWWA C 104-74/ASA A21.4. Pipe shall have Type II (push -on) joints, except that 6" pipe for hydrant leads shall be MJ. Push -on joint and mechanical rubber gaskets shall conform to ANSI A21.11-1972/AWWA C111-72. III -3 PVC PIPE FOR WATER MAINS: Plastic pipe shall be designed and manufactured in accordance with AWWA Specification C-900-81. All plastic pipe shall be designed for 200 psi working pressure and shall have the same outside diameter as ductile iron pipe. Plastic pipe 1/2 inch through 3 inches shall be designed and manufactured in accordance with AWWA Specification C901-78 for 200 psi working pressure. III -4 RETAINER GLANDS': Retainer glands shall be ductile iron. DS -15 III -5 CONCRETE AGGREGATES: Fine aggregate shall consist of sand or other approved inert material with similar characteristics, having hard, strong, durable particles not more than one (1) percent by weight of clay lumps or three (3) percent by width of material removed by decantation. Mortar specimens made with the fine aggregate shall have a compressive strength at twenty-eight (28) days of not less than ninety (90) percent of the strength of similar specimens made with Ottawa sand having a fineness modulus of 2.40+0.10. Fine aggregate shall have a fineness modulus of not less than 2.40 and not more than 3.00 and the variation in modulus shall be limited to +.20 from the average of all tests. Gradation shall fall within the following requirements: TOTAL PASSING PERCENT BY WEIGHT No. 4 Sieve 95 - 100 No. 16 Sieve 35 - 75 No. 50 Sieve 10 - 25 No. 100 Sieve 2 - 8 Coarse aggregate shall consist of crushed stone, gravel, or other inert material of similar characteristics, having clean, hard, strong, durable, uncoated particles with not more than five (5) percent by weight of soft fragments, one-fourth (1/4) percent by weight of clay lumps, and one (1) percent by weight of material removed by decantation, except that when the material removed by decantation consists essentially of crushed dirt the maximum amount permitted may be increased to one and one-half (131) percent by weight. Coarse aggregate may be either of two sizes, 1½ inch and smaller or 3/4 inch and smaller, and shall be graded within the following requirements: PERCENT PASSING BY WEIGHT Maximum size mesh screen (sq. mesh) 97 - 100 Half -maximum size mesh screen (sq. mesh) 40 - 70 No. 4 Sieve 0 - 6 III -6 CEMENT: Portland cement shall conform to the requirements of the Standard Specifications for Portland Cement, ASTM Designation C 150, Type 1. Masonry cement shall conform to the requirements of the Standard Specifications for Masonry Cement, ASMT Designation C 91. DS -16 III -7 WATER: Water for mixing concrete shall be clean and free from injurious amounts of oils, acids, alkalies, salt, organic matter, or other deleterious substances. Test specimens of mortar made from the materials and the water to be used shall develop not less than ninety-five (95) percent of the seven (7) day tensile or compressive strength of the same materials and distilled water. III -8 GATE VALVES: Gate valves shall be equal to the Mueller resilient seat gate valve as manufactured by the Mueller Company and shall be designed for a working pressure of 200 psi and a test pressure of 400 psi. Valves shall have 0 -ring seals and non -rising stems. Valve shall open left (counter- clockwise) and shall have mechanical joint ends. III -9 VALVE BOXES: All buried gate valves shall be furnished with suitable cast iron valve boxes. Boxes shall be two-piece, Buffalo type with 50" shaft. Boxes shall be screw or telescoping type, complete with lid, and of adequate length for the installation. Boxes shall be similar or equal to Mueller H-10360. III -10 FIRE HYDRANTS: All fire hydrants shall be Improved AWWA type fire hydrants with a 5a" valve opening. Nozzle threads shall be National Standard. Hydrants shall open "Left" by means of a 1≤" pentabonal operating nut. Hydrant shall be finished with red lead primer only. Hydrants shall be furnished with 6 inch mechanical joint inlets for cast iron pipe. Bury shall be 42 inches. Hydrants shall be Mueller Improved Hydrant No. A-24015, or approved equal. After installation fire hydrant barrels shall be painted with paint containing reflectorized glass beads (3M Company #7216 paint, or approved equal). DS -17 ,. . GRAVEL FOR SUBGRADE AND GRAVEL STREET REPAIR: . . Gravel for subgrade shall be SB-2 and shall conform to the following specifications: SIZE OF SIEVE PERCENT BY WEIGHT TOTAL RETAINED 1½" 0 1" 0 3/4" 10 to 50 #4 50 to 75 TOTAL PASSING #40 10 to 30 #200 3 to 10 The fraction passing the #200 sieve shall not be greater than two-thirds the fraction passing the #40 sieve. The fraction passing the #40 sieve shall have a liquid limit not greater than twenty-five and a plasticity index not greater than six. III -11 TAPPING VALVES: Tapping valves shall be similar in construction to standard AWWA gate valves and shall have MJ outlets for cast iron pipe. III -12 TAPPING SLEEVES: Tapping sleeves shall be MJ for cast iron pipe, similar or equal to Mueller H-615. Tapping sleeves shall, with the use of suitable gaskets, be good for AWWA Class "C" or "D" pipe, and with Class "B" Pipe in the 4 and 6 inch size. III -13 FITTINGS': Fittings shall be either Gray Iron (250 psi) or Ductile Iron (350 psi) designed in accordance with ANSI/AWWA C110-77, except as noted otherwise on the Plans. All fittings shall be mechanical joint conforming in all respects to ANSI A21.11/AWWA C111. Fittings shall be bituminous coated outside with standard cement lining inside in accordance with ASA A21.4/ AWWA C104-71. Ductile iron retainer glands shall be used on fire hydrant branch lines and vertical bends. DS -16 . . III -17 3/4" AND 1" CONNECTIONS TO C900 PVC PIPE CL200 OR AC PIPE CL200 (4", 6", 8"): 4" x 3/4" Service Saddle 101 N 5.40 x 3/4" cc Romac 6" x 3/4" Service Saddle 101 N 7.50 x 3/4" cc Romac 8" x 3/4" Service Saddle 101 N 9.62 x 3/4" cc Romac 411 x 1" Service Saddle 101 N 5.40 x 3/4" cc Romac 6" x 1" Service Saddle 101 N 7.50 x 3/4" cc Romac 8" x 1" Service Saddle 101 N 9.62 x 3/4" cc Romac (or approved equals) II1-18 2" CONNECTIONS TO 4", 6", 8", 10", and 12" A.C. P.V.C C.I. OR D.I. PIPE: 4" x 2" Service Saddle 101 N 54.0 x 2" I.P. Romac 6" x 2" Service Saddle 101 N 7.50 x 2" I.P. Romac 8" x 2" Service Saddle 101 N 9.62 x 2" I.P. Romac 10" x 2" Service Saddle 101 N. 12.12 x 2" I.P. Romac 12" x 2" Service Saddle 101 N 14.38 x 2" I.P. Romac (or approved equals) III -19 VALVE SET-UP FOR 2" CONNECTIONS: 2" Close or all -thread Brass Nipple 2" x 6" Brass Nipple 2" Ball Valve Tip x Top 31900 manufactured by James Jones Company, (or approved equal) 2" 441 Cast Coupling Rockwell 441-00000248-900, (or approved equal) III -5 . Tapping valves shall be,.similar in construction•to. :standard AWWA gate valves and shall have MJ outlets for cast iron pipe. III -12 TAPPING SLEEVES: Tapping sleeves shall be MJ for cast iron pipe, similar or equal to Mueller H-615. Tapping sleeves shall, with the use of suitable gaskets, be good for AWWA Class "C" or "D" pipe, and with Class "B" pipe in the four (4) and six (6) inch size. III -13 FITTINGS: Fittings shall be either Gray Iron (250 psi) or Ductile Iron (350 psi) designed in accordance with ANSI/AWWA C110-77. All fittings shall be mechanical joint conforming in all respects to ANSI A21.11/AWWA C111. Fittings shall be bituminous coated outside with standard cement lining inside in accordance with ASA A21.4/AWWA C104-71. Ductile iron retainer glands shall be used on fire hydrant branch lines and vertical bends. 111-14 ENCASEMENT PIPE: All encasement pipe shall be steel pipe, the diameter and the length of the pipe shall be as indicated on the plans. The steel pipe shall have a minimum wall thickness of h inch. III -15 BALL VALVES: Ball valves shall be similar or equal to the James Jones J-1900. III -16 RECONNECTING 3/4" Corporation Stop Muller 110 compression H-15008 3/4" 3 part Union Muller 110 compression H-15403 3/4" Male Iron Pipe by Muller 110 compression H-15428 3/4" Female Iron Pipe by Muller 110 compression H-15451 1" Corporation Stop Muller 110 compression H-15008 1" 3 part Union Muller 110 compression H-15403 1" Male Iron Pipe by Muller 110 compression H-15428 1" Female Iron Pipe by Muller 110 compression H-15451 3/4" x 4" Nipple Galvanized 3/4" x 4" Steel Coupling Rockwell 3/4" x 4" Nipple Galvanized 3/4" x 4" Steel Coupling Rockwell (or approved equals) III -17 POLYETHYLENE ENCASEMENT Procedures set forth in ANSI/AWWA C -105/A21.5-82, or latest revision, shall be followed during construction. Polyttiylene encasement will be installed on all ductile or cast iron pipe and fittings used on this project. • � w - � =�7 U 0 W �z �7Y z <0 NQ U �l I rr a ❑� O0 U U z W❑ WNW Y II NIL aw r❑ m U N i QwX z <( ,J� W 1 N Q m d W O m m I I 1 z d e i7 ❑ �' : Q X = LL 11••••44••77 Q. O X Q a N K W O Q0w O `r d• 4—I. (Nfl 01- m U L (N U O O � I' p 7 O� �Ijzl II I II O e iF oD �7 W ae\ UU a a p . Q'. W❑ Q m .. . ' N \ 0< U z z Q oo• \: � s — LLJ •• i .„ d tYN X (9lu� W ~ NQ¢ O Q❑ J< m n❑ a W NOUQ W JNJ ❑ Q 0 W >1> > ❑W0 0 m oOW< •dz w n ao� Uz cvU. c LL W \<_ORIGINAL GROUND LEVEL RETAINER GLAND BEND BEND THRUST BOLTED STRAPS £TAINER GLANDS "IC RETAINER GLAND s T CONCRETE BLOCKING 1 �.11 •~_UNDISTURBED EARTH-1'�• 4 EDGE OF TRENCH CONCRETE BLOCKING ___/?C• 5- Ss_4 .. BEND TEE PJyt i' PLUG CONCRETE BLOCKING CONC. BLOCKING +" "' EDGE Of TRENCH ( CROSS • II ti CONCRETE BLOCKING FOR BENDS, TEES & CROSSES F1�4;0Net7 2RAVO C.Lfr44'& CC'%JC ZET 0..A68 :I .:ONCR@TE TAT A90 ' g' CONGKlTEI SECTION 'BB' C.I. MANN°LE PKAMC Atb C01VVE :.s 21_n11 �. eaALE: V211t l p Q m O c ro m amE 3 a w° E u o m o m E aO7i L c o Li -m N Q U C o o��Z C 'D • O L +O+ ° ° q U U C U U ° c U LZ U m O O U z 4'. 'n 000a 4a W a0 S 1 b c'n oo U 5 + I I 0 =---" x a - z 4o � a N O7 a a sauDA II a o S •xDW Li -.9-.£ II N 'as se —a UINj A -,Z I P O U C N :::: m Or Z "•%O m O mago�vL D.:. Ln.≥v c>.dc vo U a r U -C a W z ctn m a.4 CO *A d O—tZ w o m o L° a c r m • 0 �cnMma�icnD_ ricn m 0 U 0 ESCAT• "SeT 9URFACM JJD15T'JRSGD eAg¢TN TTI 5UIzFfCB wLf"1+cCMENT- Gu cowaFS'rC (4000 PSI ) wIrW CA9Pnu bVCIC E)4IgfINCv 5rRe6T SURFACE GOMPIGTC7 W I DTH TIuTY 12+M I i4. CITY STREET CROSSING W0 OGALE RIO C. II . 1 ' • h-IU Q c N- o N N III n "— ° o to _II W Z U)IIIIII� in W ii!- o N Ii II=11 Z Z / o w I=_� 0 I=1 I iI-I 11= o o llillllllllW � Illlll iII_I II' a� � IIJ r \ IIIIIIii !I1=1 111111111_1 i !I,,� -- — a tOt •NIW �.v m 111111 J Q �^ 111 I o Q Z 111111 ?Z W L N _ 11=1 I m p Q Q ii'— I —III g I I 1=1 11=1 I I- ' 1=II=III —I I W —I 11=1 I I; ' —III—IIII 11= 3 cv a III —I II i— '—III—I I 1-I' U 1111111 '"lip Qa. U 1 III 11111- o I111111� Li w 4. 0 �,—"II I I II II= i ILl III 01 I I, I- I - U) X U O L � H � W �+-� W Q W L z� v: 1111 n o =111:: >< v:::; 1111111 ? ti II111 ra.:: a UJW- Q _ _ I I-� I I- _ N I `D W -I I iIII III -III =HI HI I -I I: 1 I I-1 I I-1 :III=1 1- Z w �l r W r III W 111111 °oz C III NU O 1=1I1=111 111=111=1II-1' °� IIIIIIIII��I' �� L) 11111111= _ ~ LO III -I II -III= o I I -III- cm U III= w ,A � Is SECTION A•A G• I• MAP 4OL.2 PRt+1E MJv GOVER VARIABLE _________ -2 : 7 u to ::: ®- •:..i4: dl_o' .4. * COt4c• MN LoO( ' ' • I Nd�RT • t GI' pd TYPICAL MANHOLE SEC1 S 'e' ritiSS SN A� 'a' cot4cete rJ'GALE: I�Z° I ,Cn PoR MAWt•IOLE9 I \ \ • ..M1 - r{•Mp FLOW LINE OF CREEK ---H I I � CONCRETE ENCASEMENT 611 Outside 611 Diometer Of Pipe Minimum Dimension a Pay Line • ENCASEMENT DETAIL 1'" CREEK CROSSINGS • I 6' .. • (o/ 7 o X a "rp) 1...- a." cal/ DAretic/ r).P /c (ro\5s) ..-.--- �- a" 6r// "IVe. c %500 '36" ,y l ... a �/� �� r ss — .. '' l8" �rle .fi¢r yokes 611923- 990 J- /y/Qtom,-- o o) 36 "w& X 3 't¼ ,; DR 3;, J- m4 -f :-cv Zox IJ 3" 43C' %" 7'/vor. o/yfi c/ i %? CerJ-t-e r _ 2" Dh' 9 CTS CIAss eZo�_;__ C.or1 t`tic1' . Dow 056urn (fv/-S7S - b(38 .. O fi�r_lc�ri N er1on <Sv/- 57c- 838'3,) 7cor I'n o._.L.Nn..a7'-cr, 4 Is G corms_ ,'Y1>' fo //q t'oA01. Mete t .be.._ u.rlvssAee/ by c7pd F4 yeIle ✓1//e 4wd zu.1 lNs7t4//Pc/. /N Mel /out 6a Fat -c. tile. /odp )s -.-.m . �ROMA IINNDUS CC. Doti 8MI92 I tyre 101 Painted Saddle with U•Boft SINGLE STRAP style 101S alnted Saddle with Stainless Steel Strap E SADDLES Style 101 N Nylon Saddle with Stainless Steel Sir SIZE 1/2• -214•-P O.D. PIPE RANGE LP.wC.C. TAP 1.114• -1.1/Y —r LP.o(C.C.TAP/2-1Q•W0NLY 01 0114 APPROX WEIGHT (Ibs.)„ 1-1/2' .1.90 $12.75 $23.13 $29.10 N/A N/A WA 1.7 2' ..2.38 — 13.72 3.45 15.31 23.43 29.46 N/A N/A WA 1.7 3' 23.84 30.02 WA N/A WA 2.5 4' 4.00 — 16.72 4.50 18.11 24.19 30.27 $22.49 $30.39 $37.40 4.25 4' 24.30 30.96 24.65 30.86 37.98 4.00 6' s 6.00 — 19.69 29.69 36.81 27.39 35.06 43.24 5.1 6' 6.63 21.03 33.25 37.40 29.62 35.42 43.82 .4.'75`. 8". : 8.00 .- 23.84 ..8.63 - 25.23 .10.00 29.39 34.47 42.07 32.37 40.91 50.25 5.5:':, 8' ; 34.83 42.77 37.40 41.49 50.84 •:'5.OY:a; 10" . 39.50 48.49 45.61 52.64 57.19 10' _ 11.10 29.39 39.50 48.49 45.61 55.88 59.82 7.5 12' 12 003, . 31.62 45.34 56.09 47.39 60.75 66.22 9.0 ti 12"j ..13.2O -C. ; 31.62 45.34 56.09 47.39 65.08 69.53 9 0 n : • Not reconrnended for IPS Size PVC Saddles for ductile Won sized PVC C-900 and iron J ( ) pipe size PVC should be preformed at factory. Stainless steel straps recommended for. use on PVC pipe. Please specify O.D. when ordering. TO ORDER.; Add tap size to the upper - w; P range of the saddle. • UPPER TAP TYPE .i„ STYLE RANGE SIZE THREAD •... EXAMPLE: Painted Saddle with U -Bolt• 101 - 7 50 x 3/4• IP Stainless Steel Strap —add letter'S': 101S — 7.50 x 3/4* IP Nylon Saddle —add letter "1W: 101 N —7.50 x3/4• IP When ordering for PVC pipe, specify O.D. (Di. or IPS) I. �a� L/n1II 9 ii or, U rT N X . N l\ r O a 4 li' 5i Itn • -•r IiZ2 �� jl! i k E RAA:YL� i;a : kj' s, !DS5!!j lY �y g iiE N !$Jg';n ;. s >a F ;,s. pi. • •:. C y 1 xY' • • •.. - •. •,.IFS -v. •\.x. sJl tIr'c S1.l1 IT 2.a . } I I : .. i• cEEEE) iihr-. I___ 3lBv4ron___ a�' ����RX Q 9'aw j t nT•.� %\• , i I ; S u IAT , ' :� o YiJ fs Imo. y:T 1 ��Cr �. 1 ,• f I 4 J1901 CURB STOPS BRONZE Super Stop Ball Valves J1900 J 1921 J -NUMBER DESCRIPTION SIZES (INCHES) J-1900 INLET AND OUTLET IRON PIPE THREAD, TEE HEAD V4 1 1½ 2 J -1900W INLET AND OUTLET IRON PIPE THREAD, TEE HEAD WITH LOCKWING 14 1 - - J-1901 INLET IRON PIPE THREAD, OUTLET COPPER SERVICE PIPE, TEE HEAD 14 1 1½ 2 .1-1901W INLET IRON PIPE THREAD, OUTLET COPPER SERVICE PIPE, TEE HEAD WITH LOCKWING 14 1 - J-1905 INLET AND OUTLET IRON PIPE THREAD, (EVER HANDLE 14 1 1+h 2 J -1905W INLET AND OUTLET IRON PIPE THREAD, LEVER HANDLE WITH LOCKWING i11 1 - J-1906 INLET IRON PIPE THREAD, OUTLET COPPER SERVICE PIPE, LEVER HANDLE INLET IRON PIPE THREAD, OUTLETCOPPER SERVICE PIPE, LEVEiiiiANOLE WITH LOCKWING 111 1 1+h 2 J -1906W 1i 1 - J-1921 INLET COMPRESSION CONNECTION FOR TUBE SIZE PLASTIC OR COPPER TUBING, OUTLET IRON PIPE THREAD, TEE HEAD 2A 1 144 2 4-1921W INLET COMPRESSION CONNECTION FOR TUBE SIZE PLASTIC OR COPPER TUBING, OUTLET IRON PIPE THREAD, TEE HEAD WITH LOCKWING Mt - - J-1923 INLET COMPRESSION CONNECTION FOR TUBE SIZE PLASTIC OR COPPER TUBING, OUTLET IRON PIPE THREAD, LEVER HANDLE 1i 1 1% 2 J -1923W INLET COMPRESSION CONNECTION FOR TUBE SIZE PLASTIC OR COPPER TUBING, OUTLET IRON PIPE THREAD, LEVER HANDLE WITH LOCKWING 111! — — NOTE: Other models are also available with and without stops and with various end configurations. JAMES JONES COMPANY • 4127 Temple City Boulevard • El Monte, Calif. 91734 TELEPHONE: AREA CODE 213.443.9191 I $INCa 1x12 ID -10 Federal Regi PART 1926-(AMENCED] Subpart M —(Amended] Vol. 54, No. 209 / Tuetday, October 81. 1989 / Pules and 1. By reviSin! the authority citation for subpart %f of part 1926 to read as follows: Authority. Sec. 107. Contract Work Hours and Safety Standards Act (Construction Safety Act) (40 U.S.C. 333): Seca. 4.6, a Occupational Safety and Health Act o11970 (29 C.S.C. 653.653.63:): Secretary of Labors Order No.12-71 (36 FR 6754). e-76 (41 FR 25059). cr 9-63 (46 FR 35736). as applicable. and 29 CFR part 1911. 2. By revising subpart P of part 1926 to read as follows: Subpart P —Excavations Sec 1926.650 Scope, application. and definitions applicable to this subpart 1926.651 General requirements. 1926.652 Requirements for protective systems. Appendix A to Subpart P —Soil Classiticadon Appendix B to Subpart P —Sloping and Benching Appendix C to Subpart P —Timber Shoring for Trenches Appendix D to Subpart P—Aluedaum Hydraulic Shoring for Trenches Appendix E to Subpart P—Alternativa to Timber Shoring Appendix F to Subpart P —Selection of Protective Systems Subpart P —Excavation) Authority. See. 107. Contract Worker Hoots and Safety Standards Act (Coast ucdon Safety Act) (4011SC. 333); Sea. 4.6.6. Occupational Safety and Health Act of 1970 (29 U.S.C 653.666,637): Secretary of Labor's Order No. 12-71 (36 FR 6754), 5-76(41 FR 25039). or 9-63 (4e FR 35736). as applicable. and 29 CFR part 1911. 1 1926.650 Scope. application, and definition applicable to this subpart (a) Scope and application. Thin subpart applies to all open excavations made in the earth's surface. Excavations are defined to include trenches. (b) Definitions applicable to this subpart Accepted engineering practices means those requirements which are compatible with standards of practice required by a registered professional engineer. Aluminum Hydraulic Shoring means a pre-engineered shoring system comprised of aluminum hydraulic cylinders (crossbraces) used in conjunction with vertical rails (uprights) or horizontal rails (walers). Such system is designed. specifically to support the sidewalls of an excavation and prevent cave -iris. Bell-bottom pier hole means a type of shaft or footing excavation. the bottom of which is made lager than the core section above to form a belled shape. Benching (Benching system) means a method of protecting employees from cave-ins by excavating the sides of an excavation to form one or a series of horizontal levels or steps, usually with vertical or near -vertical surfaces between levels. Cave-in means the separation of a mass of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield or support system. and its sudden movement into the excavation, either by falling or sliding, in suf dent quantity so that it could entrap, bury. or otherwise injure and immobilize a person. Competent person means one who is capable of identifying existing and predictable hazards in the surroundings. or working conditions which are unsanitary, hazardous, or dangerous to employees, and who has authorization to take prompt corrective measures to eliminate them. Cross braces mean the horizontal members of a shoring system installed perpendicular to the sides of the excavation, the ends of which bear against either uprights or wales. Excavation means any man-made cut. cavity, tench. or depression in an earth surface, formed by earth removal. Faces or sides means the vertical or inclined earth surfaces formed as a result of excavation work. Failure means the breakage. displacement or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means an atmosphere which by resson of being explosive, flammable, poisonous. corrosive. oxidizing. Irritating. Oxygen deficient, toxic or otherwise harmful. may cause death. (]mess, or injury. Kickout means the accidental release or failure of a cross brace. Protective system means a method of protecting employees from cave-ins. from material that could fall or roll from an excavation face or into an excavation, or from the collapse of adjacent structures. Protective systems include support systems. sloping and benching systems, shield systems, and other systems that provide the necessary protection. Ramp means an inclined walldng or working surface that is used to gain access to one point from another, and Is constructed from earth or from "e"c9" • structural materials such as steal Cr wood. Regis:ernd Prafessic:.cl Z -;_r. is means a perscn who i3 :siz:e:eas a professional er:Fne_: in the state where the work is to be per.-crxed. However, a professional enginee:.registered in any state is deemed to be a "registered professional engineer" within the meaning of this standard when approving designs for "mamtactu ed protective systems" or"tabulated data" to be used in interstate cc_erca. Sheeting means the members of a shoring system that retain the earth in position and in turn are supported by other members of the shoring system. Shield (Shield system) means a structure that is able to withstand the forces imposed on it by a cave-in and thereby protect employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along as work progresses. Additionally, shields can be either premanufactured or job -built in accordance with 11926.652 (c)(3) or (c)(4). Shields used in trenches are usually referred to as "trench boxes" or "trench shields." Sharing (Shoring system) means a structure such as a metal hydraulic,. mechanical or timber shoring system that supports the sides of an excavation and which is designed to prevent cave- ins. Sides. See "Faces." Sloping (Sloping system) means a method of protecting employees from cave -fns by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave -S. The angle of incline required to prevent a cave-in varies with differences in such factors as the soil type. environmental conditions of exposure. and application of surcharge loads. Stable rock means natural solid mineral material that can be excavated with vertical sides and will remain intact while exposed. Unstable rock is considered to be stable when the rock material on the side or sides of the excavation is secured against caving -in or movement by rock bolts or by another protective system that has been designed by a registered professional engineer. Structural ramp means a ramp built of steel or wood, usually used for vehicle access. Ramps made of soil or rock are not considered structural ramps. Support system means a structure such as underpinning, bracing, or shoring, which provides support to an adjacent structure. underground 45960 " Federh) Register / VoL 54, No. 209 / Tuesday, October 31. 1959 / Rule, and Regulations installation, or the sides of an excavation. Tabulated data means tables and charts approved by a registered professional engineer and used to design and construct a protective system. Trench [french excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench than 1measured at the 5 fbottom) eet (4.4 m). If forms orIs tthter other structures are installed or constructed In an excavation to as to reduce the dimension measured from the forms or structure to the side of the excavation to 15 feet (43 m) or less (measured at the bottom of the excavation), the excavation Is also considered to be a Trench box. See "Shield." 7}rnch shield See "Shield." Uprights means the vertical members of a trench shoring system placed in contact with the earth and usually positioned o nottccontact each Individual ther. Uprights placed so that individual members are closely spaced. In contact with or interconnected to each other, are often called "sheeting." Wales means horizontal members of a shoring system placed parallel to the excavation face whose aides bear against the vertical members of the shoring system or earth. I tezaesl timed rgrrranonts. (a) Surface eneumbmnea All surface encumbrances that are located so as to create a hazard to employees shall be removed or suppaled as necessary, to safeguard employees (b) Underground Installations. (1) The estimated location of utility installations, such as sewer, telephone, fuel, electric, water lines, or any other underground Installations that reasonably may be expected to be encountered during excavation work, shall be determined prior to opening an excavation. (2) Utility companies or owners shall be contacted within established or customary local response times, advised of the proposed work, and asked to establish the location of the utility underground installations prior to the start of actual excavation. When utility companies or owners cannot respond to a request to locate underground utility installations within 24 hours (unless a longer period is required y state or local law), or cannot estaolish the exact location of these Installations, the employer may proceed. provided the employer does to with caution, and provided detection equipment or other acceptable means to locate utility installations are used. (3) When excavation operations approach the estimated location of underground installations, the exact location of the installations shall be determined by safe and acceptable means. (4) Whiletbe excavation is open. underground installations shall be protected, supported or removed as necessary to safeguard employees. (c) Access and egress—(1).Structural ramps. (i) Structural ramps that are need solely by employees as a means of access or egress from excavations shall be designed by a competent person. Structural ramps used for access or egress of equipment shall be designed by a competent person qualified in structural design. and shall be constructed In accordance with the design. (Ii) Ramps and runways constructed of two or mom structural members shall have the structural members connected together to prevent displacement (iii) Structural member used for ramps and runways shall be of uniform S (iv) Cleats or other appropriate means used to connect runway structural members shall be attached to the bottom of the runway or shall be attacked in a manna to prevent tripping. (v) StreGoral ramps used In lieu of step shall be provided with cleats or other surface treatments on the top surface to prevent slip itg (2) Mean of WM from trench encavations A stairway, ladder, ramp a other safe means of egress shall be located in trench excavations that are 4 feet(1.22 m) or man In depth so asto require no more than 25 feet (732 m) of lateral travel for employee. (d) Exposure to vehicular traffic Employees exposed to public vehicular traffic shall be provided with, and shall wen, warning vests or other suitable garments marked with of made of refiectorized or bigh-visibility material. (e) Exposure to falling loads. No employee shall be permitted underneath loads handled by lifting or digging equipment Em oyes shall be required to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling materials. Operators may remain in the cabs of vehicles being loaded or unloaded when the vehicles are equipped. In accordance with I 192&eol(b)(6). to provide adequate protection for the operator during loading and unloading operations (I) Waning system for mobile equipment. When mobile equipment is operated adjacent to an excavation, or when such equipment is required to approach the edge of an excavation. and the operator does not have a clear and direct view of the edge of the excavation, a warning system shall be utilized such as barricades, hand or mechanical signals, or stop logs. If possible. the grade should be away from the excavation. (g) Hazardous atmospheres —(1) Testing and controls. In addition to the requirements set forth in subparts D and E of this part (29 CFR 192e.50-1926.107) to prevent exposure to harmful levels of atmospheric contaminants and to assure acceptable atmospheric conditions, the following requirements shall apply. (I) Where oxygen deficiency (atmospheres containing less than 19.5 percent oxygen) or a hazardous atmosphere exists or could reasonably be expected to exist such as in excavations in landfill areas or excavations In areas where hazardous substances are dated nearby, the atmospheres in the excavation shall be tested before employees enter excavations greater than 4 feet (1.71 m) in depth. (il) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 193 percent oxygen and other hazardous a Thsse precautions include providing respiratory protection or ventilation in accordance with subparts D and E of this part respectively. (ill) Adequate precaution shall be .taken such as providing ventilation, to prevent employee exposure to an atmosphere containing a concentration of a flammable gas In excess of 20 percent of the lower flammable limit of the (le When controls are used that are intended to reduce the level of atmospheric contaminants to acceptable levels testing shall be conducted as often as necessary to ensure that the atmosphere realncym an p ( ) (i) equipment such as breathing apparatus. a safety harness and line. or a basket stretcher. shall be readily available whom hazardous atmospheric conditions exist or may reasonably be expected to develop during work in an excavation. This equipment shall be attended when in use. (ti) Employees entering bell-bottom pier holes or other similar deep and confined footing excavations, shall wear a harness with a life -line securely attached to it. The lifeline shall be separate from any .line used to handle materials and shall be individually S Federal Rsr bc / Vol, 54. No. 200 / Tuesday, October 31. ig99 / Rolm and Regulations ,aM attended at all times while the employee wearing the lifeline is in the excavation. (b) Protection from hazards associated with water ac ymulaton. (1) Employees shall not work in excavations in which there is accumulated water. or in excavations in which water is accumulathy, unless adequate precautions have been taken to protect employees against the hazards posed by water accumulation. The precautions necessary to protect employees adequately very with each situation, but could include special support or shield systems to protect from cave-ins. water removal to control the level of accumulating water, or use of a safety harness and lifeline. (2) If water is controlled or prevented from accumulating by the use of water removal equipment the water removal equipment and open tions shall be monitored by a competent person to ensure proper operation, (9) ff excavation work interrupts the natural drainage of surface water (such as streams). diversion ditches, dikes, or other suitable mesas shall be used to prevent surface water from entering the excavation and to provide adequate drainage of the area adjacent to the excavation. Excavations subject to runoff from heavy rains will require en inspection by a competent person and compliance with paragraphs (h)(1) and (b)(2) of this section. WhenStability stability ofadjoining aer (1) buildings. walls, or other structures Is endangered by excavation operations• support systems such u shoring. bracing, or underpinning shall be provided to anus the stability of such structures for the protection of employees. (2) Excavation below the level of the base or footing of any foundation or retaining wall that could be reasonably expected to pose a hazard to employees shall not be permitted except whew (i) A support system. such as underpinning. Is provided to ensure the safety of employees and the stability of the structure; or (ii) The excavation is in stable rock; or (iii) A registered professional engineer has approved the determination that the structure is sufficently removed from the excavation so as to be unaffected by the excavation activity: or professional hasapprooved detstered erminationthatengineer such excavation work will not pose a hazard to employees. (3) Sidewdlu. pavements, and appurtenant structure shall not be undermined unless a support system or another method of protection is 11' • .1 'r - . I YI 1 .1.1 .I .1 1 • 1 . 1 I VI 11 1.1 1 ..II 1 1 . !,@I 1 1 .I Ri!11 . . . . .1. 11 1. 1(_1II , .1 . . II I 1 .1 •.1. 11 . . 1 . 11 VI j4J ,- • 11.4w- 114 .N. 1I . I I 11 .I II I. 1 PH.� .11.. 1 1111 , . . V T. .IIII 1'11 1 . . 11 . 1 I 1. 1.. II .. . .I 1 I.I. I.. •U I- 1 . 1 .11. 11 '-1. . . 11. ,$,_ J,,, I. i.).- . .I 1 ..II . 1 ll Iii 1 ..1 1. 1. 1 ..1 . 1 1 I1. . .III . - 1 1 •. L. ...Y .._.. ,. III I'I. J,i - I51 .II . . LII. I ... I . ..1 . . 1 11 I ., I.. I. 'I II I 'r II L. L. 1. 11 . •... . ,I,'9T Iii . , . • . 1. I L' so,. . I . . . I . it. lii . .1 . I .I . .. II 1. 1 .1 11 1.11 ii') I! .111. I I .. 1 IMS. 1 tI. .. 1 of .1. I .. , . M1 1TI . 1 I .. .I 1. I. . I .I. .1 ..1 •!.,1 1 I . . 11 415962 Padnd Rgfitsre / VoL 54 No. 200 / Tuesday.. October 31. S / Rules and Regulalfoxza ' . ' (c) lixplaaatory information as may be nscea.ap to sid tbs mer In maidna a correct selection of a protective system from the da IS labula$ud data whiob ldmidiles the fsagistwed pmbealomteagisanerhs pmnd S. data. shall he masabtasd silks jobs. derfeseeaeharJboo dab peotsedvs ayebm. Aka that sloe the date may be stored off the jobelte. buta copy of n data A"bemadeavaWble to the rM . , ,11 , ' I . I' IW Designs .ball be tin written form and adticlode stint the iofowtg ZA)11s mappdtads dtbe slopes that were determined to be safe fntbe partlealar p Iuct iui The tar6'merions that were determtsed to be sale for the purticdn (C) The ldeatity tithe registered am design. (iii) At land ama copy of the design shall be miintahnd at di. $obeite while the dope Is beft ao .tat d. Abs that time 6e deep mead me be at the johdts. ire a copy shall be at available b the Suarary we schema. (c)Dapofaappormaystmor 1 able& systems, and other p,Wflns n Designs d.apmt qua. skit systems. and athr pobetlse syesms shall be adacted and 000sbteasd by the employeor his d..#.. ad shag been accordance with ib regtierente of paragraph (c)(lb or, Is the alternative, paragraph (cx2): or. in the alamative, paragraph lcx3l: at. in lb. akamativa. paragraph (c)(4) a tsfowa: (1) Option ilp—demions M air f cpp.ndices A. C anal D, Designs tar timber shoring in teaches shall be determined in accordance with the conditions and requirements set forth in appendices A and C to this subpart. Designs for aluminum hydraulic shoring shall be in accordance with paragraph rx2) of this section but if manufacturer's tabulated data cannot be utilized, designs shall be in accordance with appendix D. (2) Optan (2)--,Dez*ns thing Manu(ocYrasr's Tabulated Data. (i) Design of support systems, shield systems, aratherptotective systems that are drawn from manufacture9s tabulated data shall be in accordance with all sp.dfaboa. reammandatlona, ad limitations issued or made by the aanafaetmer. F. ..,.l ,. .,... . . 11 ., .1 . „ N: .. J..1 . .Id •„ .11 II .... ... • • ku N„ ALP • I Y 11 Y• • N• .1 Ia • .1 11 Y I . . .4• .r. u r... it l • I. .I-, ,I ty .I .. • 1 :n. NI .I rl .I .1, • , ,.. , Id PP , •i•i I '' • . II I. I' 1t,,T :.$Jl!."'! I r •!j IJ.1 j I III I. .., II J ii i , , .. 4'I.",T tj I'.;',' - ,. • li'11 11 1 _. .. 1 1 II ''I'., _Y. • 11. i. 1 1 -I • •1..,. .1 L ii II , 1 I ta r1c' • •_!.' •j •1 r . .Il•1. 't 1.j •ii_ •.• t. I. .., ,..! 4 •1• j rt:t1 )4T'. r•; . t Federal Vol. 54. No. 209 / Tuesday. October 31. I= / Rules and (U) Installation of a support system shall be closely coordinated with the excavation of trenches. (f) Sloping and benching sysfams. Employees shall not be permitted to work on the faces of sloped or benched excavations at levels above other employees except when employees at the lower levels are adequately protected from the hazard of falling. rolling, or sliding material or equipment. (g) Shield systems— (1) CenwL (I) Shield systems shall not be subjected to load@ exceeding those which the system was designed to withstand. (U) Shields shall be Installed in a manner to restrict lateral or other hazardous movement of the shield In the event of the application of sudden lateral loads. (ill) Employees shall be protected from the hazard of cave -Ins when entering or exiting the areas protected by (Iv) Employ... vEmm loy... s am be allowed In shields when shields are being Installed emoved or moved verbally. (2) Additional nquinemeat for ahiaid system@ tad in trench exmd to to al Excavations of earth material a level not greater than 2 het (Si m) below the bottom of a shield shall be permitted. but ody If the shield is dedpsd to resist the fo res SSated far the fall depth of the trentW. and these ar no Indications while the trench is open of a possible Ion of soil from behind or below the bottom of the shield. Appendix A taSubpart P Soil CS.fffmt w appendix drbibes a of ) classifying soil and took deposits based m die and mvbeomental condition, and an the structure and composition at the earth deposit The appendix fl dttla at. SIb regabman4 end Met aanatable visual and monad bob br re b The when a�sloppiing or bachkygsyste Is designed In saoe dance with W@ regsinmome at forth In f 1525A62(b)(2) ass method of protection for doyen from cave -ter. This appendix also apples whom timbe abasing for aavetln Is destg sd as a method of protection from aveda In accordance with appendix C b subpart P of pan tam, ad when alt bydnale Bering Is deelpd in accordance with appendix D. This Appendix also apples B OfhK live aratama a duped and selected for We from data papered in s000rdana with the egahmab set forth In f ta2M52(4L ad the w of the dab e predicated on the We of the soh elaslhatlm system at forth In this appendix. (b) Dioddis a. The defidtias and examples gWa below a hued col, in whole or In pert, the followbri Amman !beery for Testing Materials (AS I) Standards DM3-e6 and Duet The Unified Soils Classification System. The U.S. Department of Apiculture (USDA) Textural Classification Scheme; and Thu National Bureau of Standards Report BSS -i23. Ca enbdsoil means a sail in which the particles an held together by a chemical agent, suck as caldum hhe d-dample s. annot�nat • aahed into powder or individual soil particles by finger Pr Cohmvw sail mean clay (fine grimed all. or soil with a high clay content, which hu cohesive abong& Cohesive soil doss not tumble. can be excavated with vertical eideslopu. and Is plastic when mdse. Cahedve sell Is hard to brisk op when dry. and exWblb lB wba Cohesive b significant soils dude thin silt ssandy clay, unmerged. silty y, clay er and oqanic don Y. Thy wilma's sod that visible cone of mdahn orient Pbnaud meets no astral that We a tendency to brisk aeng locusts places d Laecn with little ndst ma. or a steal that exhibits apes ormda sack en session crade.In an expand eaface. Crwmbrsoii our gavel, nod ar silt. (aoaa pulsed soW with kids err m stay aontont. Geeser se9 has no ahedve swop I Sea odd gonular soils ablbh apparent o en. Crawler aril aaonmt be wedded when maid and onmbl o aaelty when dry. Loyedayssa sue two or asw dlstmctly dlffannt rah or rock type aemaged in layers. NatWest sexes a weekrrd glom lea ale or side are considered Afoot soil mesa a amdida In whale a aril loot and fade dmp. Moist eobwdve sell am be shaped IMe a ball and rolled btu eel dlsmsrdr Seeds bdfae arokDsg beset prowler dell thd ambles esa aoksdve aseW will edrthlt alga d PI@aHc mars m laopetyd a aril wbab Blows the edl b be dafaamsd a rndted wdthod arrddng, or appetdabie vehwa Sabemedsoil an a Si in which the vaW@ a mod with water. Sawn"— do not regsSaw. fbt C— or tsar sawaSe. to necesemy for the papers d tadnmmet such r a pocket pas ometer a purpose fer iM o this a `, of ateaoridaa aad and rook doped%b a an attar that on be ex rasa wit wen side. and remain bbd while composed Subafled soil an soil which Is unIs Lee seeping. oftes type A mar cohesive soils with an urmbrd WmPrdv aesngth d u in per sgas fact (tsy (144 kP.) erpests. clay. dry day loom d, roeee ain silty day loam and sandy ray loam. Cemented soils such as caliche and hardpan an also considered Type A. However, no soil is Type A it: (I) The soil is Baesd; or (ti) The all Is subject to vibration from heavy traffic. pas driving, or similar effects; or The soil hu been previously disturbed or (lv) The soil Is part of a sloped. layered system where the layers dip into the excavation on a slope of four horisoael to cone vertical (4H.1V) or pater. or (v) The matarW Is subject to other factors that would require it b be classified as a Ina stable material, Typo B mess (i) Cohesive soil with an unconfined kPa) less thanl.erod(MkPa)rard(~ (ti) Crueler aak.donles..al. saguler pan! ( lab auebsd rock), silt loam. seedy Icest"in some mastt, silty day loam and sandy day loam. (W) PrevieSy disesbed soils except those which would otherwise be cleared as Type C (Iv) Soil that aaaeb the rcmead enPflNIV5 strength or aarentatia osasts for Tne A. bat lsfkisad err frjDryreakWetIsadstableor (vn Maledd Wet ls pad d a sloped. erle antler am slops lees deep then fsa habmid to r varied (QtiV), but only H We astral would nil be clashed r That 7yp@Can (I) Cohesive soh with an eaaahmd aaesp usSve sbagIh sins %f (a kW) coo Is- sad)Gra@ rsso babdbggavul.suM (Ia) 0e gsdsailwestfromwhih warto beely @@@phi a (far)S bmersedrackthataadsbbls.or (v) Material in a doped layered system who th. eyes dip into the aavatim or a doped Law belsaabl bone vertical or steeper. saes thelosdperwitetsestwhithaSlwlllWl I. @mp.rlod h an be tCed by .—a pocket pe@traesswer. by comb pementia it" ad abler aaatboda woe sell mess vas that oaabw 'r' dy mare mabta a than moimt sod. bet In such a range of nines that cohesive essential will slap or begin to when vast Grader atW that would ..crest aniwve mane when matt will • (2)Boob ofcensWadm. The dasihatim of the deposits shall be made bud a We realty d atart cone ve=al and at least ae anal endy@b Saab enelys "IF. . r ..i*r14. _ gered*yM aIiakrpred*IMss. a ahs8 b. dasSISM i sar.drdan I weakest l Syr. However, seek layer aivael d Svt .dlewaamn wilesltei Ike b the Sxavmu aw drat W opasmvatiasaod asst$ shomsxrsseei (0 Obaars asmdaadaoC that m excavated aslaoula tb.xid"t of W exanOaftaismt. W rsag. d�y sizes end S. town" amounts siprfds sizes. Soil that is primarily eampad dSn► ?'sired memdd is eoh.dn maiefd Sam ccwpasd?badly of owns lad Sued r gavel b ptu dsrmatedd (ti) Obsrv. and as it b excevued. Soil that aamieis �t nmatedb txd notWin. Sod tthpatt breeakss uppesetySmd does (il)Obsensn themid. ofIS sn.d d Run land m a .t sill spa off s versold be Onad. tali spelb sseapesedmW14 ratltla" bmedm sitmttar. (iv)c Saint nmad)arntrtbt excavation and the nonada kudos evidimdsebengatlUlyad othr undrpoiad as and SISSY previsalydlesbmdad. i (r) Obeerv. W aped dd.d W excaation i identity layad nylon Examfa lulus sysa m M tfyIthe Isye slop. lwad t mwtlaiatisY the dpae dale?. s/he Lena. test�matlos and the aldOba Sec..s.1 oiled esca, frsddeeadwdaiwet* weer asepigbOe W star ddee exact Ss. eWJationdth.lenddW water table. (Frill ObsnnlbsAmad)eseeli. the excevam and W as each- the ssCSr ti._.S amesrd sit'—' d eadwalabwty aide. acuvam tun. (2J Atlaand mm Ursa) soslpis ai.o_ sawp(n is adducts to ddrmbe qurWdva u wallas quahtaftn properties if sod and b provide ma anfmmai m in order to daesity area taopady. (i) Plaaualiy. Mold a moist r wet sample of sell Job a balland atlempl to vak It Jose tisead.a thin u %4wAJaAw mass. CsluskeAM dda nbesuccaasb*rolled into 8wssvithout Farasampla ii'atIsue WDbtch jS0mm)of %- inch thread can beheld on one and without tearhl, lbstailis cehsSva 111) Cryauuyth if the anti b dryand aatbl.s a W on or with moderate preaaom loco individual gains r fine powdr.a le pa•d•r (ang cabins"— of pr nLaadmilt).iftheeauIsaryamLJS tab clump• wbki beach ar lab ands ahoopa.That W smallr steps San aolyae bola. up with diffi altf H any be dayln kdyni.b. hsdcaadiceticn Wasui.taamd. tin'! m4 be aooaidmd esOesmd, (�) Thumbpaoaaarim ]7s rlmb penetration StanAa.ed iaatlmab the wnevmbmed a.mpndn etmngthdoobsw each [air bleach W thumb p.amamMet - rrhdtAiedcan Soabybr2U .I and Ms S(ASDQ Sbodesd m D241F"St drd Boos IV'--' J —ice for l7YDssalpda of a the W W only with very pest sift p.Cai. with a areas ampnadrs esslarhn b tha that add w b. Sn,JishtSs a saaeafahamt .ample, math asabg.ahapdtp1Ln roue u practicable atlraraatlai kq Ins a.bdma W dabdagsan drys W!-, x115— aestlmLlate expoedaeveningl dvencs.(raindoodler), W daeslScetion d W Solt must bas changed (lv)airiratagpskaesa Iletlatesd ummf od ampaedn aemngth of W ss oleo Js dkedand by des dun plot paaaearr by news a bad-syated (v) Ayiq meL The basin pwpoesdtb drying test is i diflnd.m between thadvaatmw with bseura abmm.d cohasM maeedaL and gmalr atedaL The paeebus for4w dryws east Mvdvu dwW . ea�ple d a"a that le appaW Wywa inch With (1.ie cm) ad tax irias (1531 a) Indiaeresesuntil itistkra $*,elder (A) U W angle Irdopa oath. one it aid* aiptitamt as a, Jaditated. to bye La dif enmitnbls Sal. aeeasay lobaaka ample W eau was dpifcent cobdes seiS adat.lfe .dl cabs dalb.dYe tiaras two. puISss the •• dumps of the sample by hand r by stepping on then If the clumps do not pulverise sadly. the material Is cohertn wtth bracer if they palmie easily lots very sad fragments, the ms rsel Is psasr. Appsodlu Ito Subpart? Sloping oMBathirf (a) Scapsoadoppliooebn. This appmW Osmdea *Wbcrin far sloping and berafngwdatn.dasmathode o(pwtocbq emplsyses weakbgi nsoasabms hoer can - lathe aa•-'--_taofthsappedlxspply when the detlp of ahping andbsnching protective cccor m n�S Is to be a at perfnud In in i Aetalakp terse W ale? b wbiai an sxnvatlm face Is excantad flLL_a sesflt WaY&is condition rhea uwb L lamiss r A likely to amn. Dfsba Is sddaoced by aae3 phenarana as the danbpmant of fin case ta the face d r adjacent to an open oftantla; upbblraalittle dump. Sone add madbm{ysapnsOtrLa the basal an axavetim ad*01 St PJ down Into ts_ali aNiagapestunA. awpreiriedasanewYonb thatb Sr tarn S. coSt sspwrtia s_Yatavwe laud Is axp ice ache W Chao distance to vertical rise (A:V} SAeri term espssaear•. a pebd d time lees than r egunl to 34 hod ihatam excretion Is opa (dlq.Unm--(i)ad Sall ad esat d•prn shot be slanted in atxrdasa v itbappandle As whpet Pd pen Iai (2) Jdrlaa aise mhlraiga the mamtasllewebbabp/run poi ramp depositshal be determined ha Tabb6 4 C adIt (3) Acts ilea& (1) 'Rs ended sips eWl not hrmmgr dun SaaxJtea abowmhle dept l )8) The total slopeshalheI=sow aam%inch "S Isar? thaw W C. ads 6= d sera-. egdpa.aL pea s twhla W ad below the tend ll s stevedmSereiaa ads thpli bs dyram. et saaaWl be b e Vital Ranter / Vol. a1. No. 209 / Tuesday, October 31.5959 / Rata and Regulalans. 43955 . TABLE B-1 MAXIMUM ALLOWABLE SLOPES SOIL OR ROCK TYPE MAXIMUM ALLOWABLE SLOPES(H:V){1] FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK VERTICAL (901 TYPE A (2] 3/4:1 (53°) (451 TYPE TYPE B C 111 (34°) NOTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. 2. A short-term maximum allowable slope of 1/2H:IV (63°) is allowed in excavations in Type A soil that are 12 feet (3.67 a) or less in depth. Short,term maximum allowable slopes for excavations greater than 12 feet (3.67 m) in depth shall be 3/4H:1V (53°). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. '— as slope cma crelso s (AU dopes stated below an to the halmoeal to vas al moo) B-LI 6moruHau mode hi Type A sea L All simple slope sxcaystloo m test a less In depth shall hays a modicum allowable slope of %d. 20' Max. A1 3/4 Simple Slo-a--Gmsmml s by of oansmu which am opa 24which m u home a lees (short tam) and hoe a less m dapeh Sru hive 5 msxl a 46111 'Padmal BUSS / VoL 54. No. 309 / Tuesday, gctober 31. 1919 / Ruin and Ra4uIatioaa 1 12' Max. A t Multiple Banc i 3. All excavations ! feet or Ins in depth which have onvopported vertlatly sided lower portions .hell have a meximmn vertical side of 3K feet. Pedal Redder / Vol. 54, No. 200 / Tuesday. October 81. 1980 / Rules and Reguladcts 33067 • i Ll 3/S g' Max. I3>' Max. Unsupported Vertically Sided Lower posdoe—.'.'+a Wum a Feet In Depth All oxcovetlons mote than a feet but not own than 12 het In depth which unsupported vertically sided lower portion* shall vv* a maximum silowabls dope of L1 and a maxim® vertical dd* of 2% feet. Unsupported VetSlly Sided Ion Palloa—Maziso m 12 Fed Is Depth AS excavations 26 het or lac in depth which hove vertically sided lower porticos that an suppat.d or ehl.ldd shaIl have a mt durum allowable dope of 749. The support or shield eyshm mat abed at Masi L Inches above the top of the vertlal side. u000rt or sb'eld system 43!�j 20' Max. Min. Total height of vertical side Supated or Molded Vertlaefy Sided Lower Portia e. Au other simple do W. compound elope. and vw*m* sided Iowa Porda ccw.ds shell be is eaamdeaa with tM otne options permitted under t-d26.e62(b). lFis Lxavadoa Mad. in Type B soil 1. AS stmph slope sxavatt m feet or hu in depth .hall haves maximum allowable slops of 29. . 4di70 . Fad i z.5sR / Vol. sc No. 2w / Tuesday. October s1. 14eo / Ruin and ResULtloni AU 3/4 C OVER A C OVER d a / VoL b1. No. 200 / tees ay. October bf. 1960 / Rules and . U n A OVER B C � 1 A OVER C b �1 t4 c �t t� B OVER C s All other doped excavations shall be in .coordana with the other options permitted In 118211.11644 Appendix C to subpart P feet (aa a) in depth. This appendix moat be cued when chip of tuber ehadog systems had be designed In ueadeea with the mguYemeem ad tort in 12MAra(b) Timber Shoring far Trenches protective systems is to be peeiamed In sad 11eaaee*4 pendix emtala IQ Scope In'.apa Scone accordance with 1 leftnr(cx1). Other times sharing ceoflgerait other systems (b) Sat/ Ciamolaerlaa, In ardor we to the dam g ted in We sppudix, the edl 4y m(a that can need Umber shoring of tappet mach as hydraulic sad pos aatlo or types in which the noun than I. made is provided u a method of protection from syst"M and other protective systems math mot fiat be determined odes the oil can -In. In aenahes that do not exceed 20 as sloping. benching, shielding. sad hewing hen ' Fadaeit Ragldsr / Vol 54. No. 200 / Tuesday, October 31, 1900 / Rules and Regulations • ' • classifidtion method eat forth in appendix A of subpart P of this part. (c) Presentation of Infonnaion. Information Is presented in several forms as follows: (1) Information is presented in tabular farm In Tables C -LL C -ti. and Ceti, and Tables C -ti. C44 and Cale following paragraph (a) of the appendix. Each table presents the minimum sizes of timber members to use In a shoring system, and each table contains data only for the particular soil type in which the excavation or portion of the excavation is made. The data an arranged to allow the user the flexibility to select from among seven) acceptable configurations ofmemers based on �b the aoeabraoee. Stable rock is de exempt from shoring requirements and therefore, no data are in -ted for this condition. formation concerning the basis of the data and the limitations of the data is id in paragraph (d) of this appendix. coo on in. team memseiwu. (3) Information explaining the an of the tabular data is presented In paragraph (a) of this appendix. (4) Information Illustrating the ten of the tabular data is presented In paragraph (f) of this appendix. (5) Mfemllaoeous notations regarding Tables C-ti1Mough C -1A and Tables C -ti of A paragraph presented in (g) (d) Basis and limitations of the dom,—(1) Dimension. of timberm.mbm. (11 The sizes of the timber members listed in Tabies C -I.1 through C-1.3 are taken from the National Bureau of Standards (NDS) report: "Recommended Technical Ptovlsions for Construction Practice in Shoring and Sloping of Trenches and Excavathne." In addition, whets NRS did not recommend specific -1- of members. member elzoa are based an an analysis of the aises required for mm by existing codes and on empirical practice. (U) The required dimensions of the membm listed In Tables C -ti through C"LU refer to actual dimensions and not nomInd dimensions of the Umber. Employee wanting to use nominal alze sharing an directed to Tables C -ti through C -La. at have this choice under 11gta.ea2(c)(3). and an referred to The Corps of Engineer. The Bureau of Reclamation or data from other acceptable sources. (2) Limitation of application (1)111* not intended that the timber shoring specification apply to every situation that may be experienced In the field. Thew data were developed to apply to the situations that are most commonly experienced In current trenching practice. Shoring systems for me in situations that an not covered by the data in this appendix most be designed as specified in 11920.a02(c). (ii) When any of the following conditions an present the members specified in the tables we not considered adequate. Either an alternate timber shoring system tan be designed or another type of protective system designed In accordance with; 192LUL (A) When leads imposed by structures or by stored material adjacent to the trench weigh in excess of the load imposed by a two -foot veil surcharge. The term "adjacent" as used here means the area within a horizontal distance from the edge of the trench equal to the depth of the trench. (B) When vertical loads imposed on cross braces exceed a 240 -pound gravity load distributeden a one -toot section of the center of the aoesbram. (C) When surcharge loads are present from equipment weighing in excess of moon pounds. (D) When only the lower portion of a trench Is shored and the remaining portion of the trench is eloped or benched unless: The sloped portion is sloped at an angle less steep than throe horizontal to one vertical: or the members are selected from the tables for use at a depth which Is determined from the top of the overall teach, and not from the toe of the sloped portico. (e) Use of Tablas. The members of the shoring system that an to be selected using this information an the aces brace., the uprights. and the wales, whom wales an required. Minim gzoa of members an specified for use In different types of s -LL Then an six tables of Information, two for each sail type. The soil type must first be determined In accordance with the and classification system described in appendix A tosubpartP of part 2920. Usingthe appropriate table. the selection of the ds and spacing of the members Is then made. The selection Is band on the depth and width of the french when the members are to be Installed and in most Instances, the selection is also based on the horizontal spacing of the aosabnoes. Instances when a choice of horizontal spacing of aonabncing is available, the 6mlzmtal spacing of the aoesbrsaes mart be those. by the use bef9re the size of any member can be determined. When the a011 type. the width and depth of the trench, and the horizontal spacing of the aonbracea are known, the size and vertical spacing of the aoesbreces, the sire and vertical spacing of the wales. and the stsa and bostsontal spacing of the uprights can be read from the appropriate table. (I) &ampin to lllusnom the Use of Tables C-2.2 thnmgh C-24 (1) &ample I. A trench dug InType A soil I. 13 fast deep and five fast wide. Prom Table C-2.2. for acceptable arrangements of timber can be used. Ananpment SI Space 4 x 4 aosebraces at six feet horizontally and four feat vertically. Wales an not required Space axe uprights at six fast horizontally. This arrangement is commonly called "skip shoring." Ananpmerrt *2 Space a xe eoeabnces at eight fast horizontally and few feet vertically. cs no wale. at four feet vertically. Spaace 2xe uprights at four feet horizontally. Aramngement *3 Spam ex ......braces at 10 fee hormartally and fore test vertically. Spew ex 10 wales at for fee vertically. Space 2X0 uprights at five fast horizontally. Arrangement s4 Space Oxe crosabracee at 12 feet horizontally and four feet vertically. Space 10x10 wales at four feet vertically, Spaces Ixe uprights at six feet horizontally. (2) Example 2. A trench dug in Type B soil in.13 feet deep and five feet wide. From Tablet -12 three acceptable arrangements of members an listed Araangement a'1 Space axe aonbreces at six feet horizontally and five feet vertically. Space axe wales at five fast vertically. Space 2xe uprights at two fast horizontally. Arrangement *2 Span ex a ao..bnae at eight feet horizontally and five fens vertically. Space lox 10 wales at five feet vertically. Spam 2x0 uprights at two feet horizontally. Arrangement ea Space axe craesbracee at 10 het . horizontally and five fast vertically. Space 10X12 wolas at five feet vertically. Spam axe uprights at two fait vertically. (3) &ample A A trench dug InType C moll is 13 het deep and five feat wide. Prom Table eta two acceptable arrangements of members can be used. Anargaaunf *1 Spam lXa maeebracas at six feet horizontally and five fag vertically. Spam Iox12 wales at five het vertically. Position axe uprights as closely together as possible. if water must be retained use special tongue and groove uprights to form tight ahaetiq. Ananpmn t *2 Space ex 10 croesbraces at eight fee horizontally and Ave feet vertically. Spam 1ZX12 wales at five fast vertically. Position 2X0 uprights ins close sheeting configuration unless water pressure must be misted Tight shooting must be used when water must be retained (ei&ample 4. A trench dug In Type C soil is 20 feet deep and 11 feet wide. The size and spacing of members for the section of torch that is over 13 fee in depth is determined using Table C- 1.3. Only one arrangement of members is ceIx 10 aoesbnms at six fast horizontally and five fee vertically. Space 12X12 wales at five feet vertically. Use axe tight sheeting. Use of Tables C-LI through C-LI would follow the same procedure. (g) Note for all Tables. 1. Member sizes at spacings other than indicated an to be determined as specified in 1192tU2(c). "Dedgv of Protective Systems." C / VaL 54. No. 209 / Tueadey, Obtober 31. 1999 / RUIN Bad Reeolttloul 45979 . , 2. When conditions an saturated or submerped sea Tight SbsMUne. light Sheeting refer to the us of specially -edged timber planks lt lust three inches thick. steel abet pSiry.orAmur construction that when driven or placed in position provide a tight wall to resist the lateral pressure of water and to prevent the loss of backSU material. Clss Shoed" refers to the placement of planks elde-by-eider allowing as little space as possible between them. 3. All spaateg Indicated is measured center tacater. 4. Wales to be installed with greeter dimension horizontal. S. lithe vertical distance from the cater of the lowest aossbrace to the bottom of the barb exceeds two and onehSM fast uprights shall be firmly embedded ora mudsW shall be asd. When uprights an embedded the vertical distance from the centre of the lowest aosbece to the bottom of the tench shall not exceed 2e than When mudsihs an used the vertical distance shall not exceed 42 Inches. MnddW an wales that an Metalled at the toe of the trench side. I. Trench lade may be used in Use of or in combination with timber aosbraces. 7. Placement d aosbncs. When the verUcel spacing of aosbrces is four fast. place the top aoshace no men than two fast below the top of the trench. When the vertical spacing of aonbraces to five feet plan the top acesbrace no more than 2d fast below the top of the tench. seine Come msism I 45974 • • Y+adanf Ragbiter / Vol. 54. No. 209 / Tuesday, October 31,1990 / Rules and Regulations Z ao U Q C. N J I— X X O N N or ==Wit b X W W lL N O O J Q ♦ U, — Z O� z � o L n f7 MI W L 00 E q U,- W L L N W CC V V Co m C W L J M M N V U r W 6 v N 1 ,V V 1 1 V C C V V n V IAVI W N CC W G r {� ,r r 6 rid 1.- r + J x S m Ct zr r ,Z.., v N- V. Q 1 W CC X Co Z :?p X CD X a IC b X Co X O N 4.1 O C n Y y 01E W L '4.1 (3 F •'+W W Q {t .v N O V C O < V C V V C C G I x I—' 2 NC — ■ N c C N 4 N V C ♦a Or UI d 'O X .. X b ,O IC ,O IC ,o X IC IC to X ,O Co X '.O Co x 10 IC am O X o S a. N I I-. SC n o q> 2 Lj Z 6 W a. I-. d > dr W m . O ,n u= CL11 Cd,q OLa. O: W W Z W r O 6 X IC X C IC 'C C IC X C k C a'C b C X C r J r O 3 W CC O W L > W -fl a d '.0 C X 'C O V 'C x .O V IC .O IC ,O X ,O '0 x .O X IC 10 C X C 0 r x x a'2 x x x x X 1-0 eC e C C C C C C C C y SE C Lo Z c V V X c X X it X 'C a X X 'C X ,O X 10 X 'C ,O X C X O X o u L Y J C. V V V V V V C IC C C C m r W Cu C r V's- •0 N Z r O O O 0 O 0 O O 0 O O 0 Z X C .- .. W C U W O C W In r • C. r O C. r d r N dr. r d Ir Q <i0 d d 7 r N 6 -. > r 10 d > r W S > r 6 > d > La W N •r S X2 • M -U.ur Wo 0..01aJ W W W in p - O — O r ,i'� •-• ,n — O r O N `J N O O CC a r v 6 VoL 54. No. Zoe / Tasiday, Oeeobar As see I Ruin mM Rovdad a _ '475 N U �y 2 N X S{~i1 P1 K Cl H h y .O .O in f1 en •Za O�W 4Fi Vlir in h M in in in /1 N i y v (.1 r► O O O N O N N 23 NZ m r r m r r r rKK ry z w« h N N M M in py O M .D a) m m m m - M ' KK N m tt m m .O Pd a w .Y .e o m m a �6 N �N C n000 Y Ct 06 .OK u d 23 K K 0 K .t li .O K .O K .O K .O S • .O m m r t ��.... Ny pp F oo 1+0 oo 1+'0 o Fm •y O i+ o i+m g ^0 r Zi KpUw Y y • Sy a.- as NZ �Y'7 YY N i y 7 7 O y O Uy Yl O tl O41Yi N O O 0 O v1 in A O > N I--. 4597E Fedenl''."a.: / VoL 64, No. 200 / Tuesday. October 31, iN9'/ Rules and Regulations C, z t,/ N W Y O fl Y Z O N M Ins — s S 47 S O tv N N iu N N N to U Z Fr tr N ./1 N N N N HZ O N N N N N ~ Nm r .yy.. r! N rr O e r N a. 6 N • r r n.. r r U F.Z+ Nad IA N N WI N M y ,. O O a o a S r r r r r m Sao - 9 eq —r k0. m v P4 NC m m m y co W ox i O O O t• tSD. Ke F O m m co m co N U C O O U K co o _ tK m m K t• H .O C O D -4 o O o • m m m Z O r N Z F O ^ ^ —c F r r Z --'a F • e e•O YOd Y OOYO 0.v p, W M1^ YOd y O N H Z S Z 'aN N 7 o N Z J .7 w Z t• Z O O WIOo ^ F N taalO tai W .. r ^ F 7 N O 5k. 9v 0 • Sun1 R.dtr / VOL 64. No. 209 / Tuesday, Ociober 9i, in9 / Rules and Ragaladoiu _ ' 4bo77 Go Zi O X U `* C Y N .7 O O_ e(.. '0 k X X X z a a a N 25l -.O co N N X X -S0. a a ma - As ae O N N a Q Q .Q V rl 0 Q • C iP4 •q Y ~ oy K N K 0 8 M t .i - f•l P1 AI P5 YO r CUJ M M . z 7 '0 7 0 t7I S V O OO' QV' Y Y UI >�ea z� z� a a z� a a a a a a a °aI. I.ic .4'S W N S 7 7 a • M O P O P X m O O m O w H- OS r 6 W yY C 4 C Z5 •XO C CCO C • eei C7 Z ' w V y l� ms a a a a a a a a a a a a uA � ad K .0 .O '0 .O .O .0 OK Ot •.y� yM 2 N a a .0 .0 .0 C 0 H0 ., a .O .0 .0 .O .0 .0 .0 .0 .0 .O O ..1 X X X X X X X X X t w s 16 a a .o .o '0 w .o .o .o .0 o 'a', .i ' K d• X X K K . K X X X .KO K .��0(t d�t C !+ p a a a a a a .0 .0 .0 .0 .0 .0 G oNq U, i 0 -o C a a .0 .0 a .0 .0 .0 .0 .0 .0 .0 .4k F N .Xt ..4 d •X7 d 0 ..0 .Xo .XO .XO .Xo .XO Y V O a a .0 .O a .0 .0 .0 .0 .0 .0 .0 ,Y y° a a o a a a .Xo .Xo Xo .Xo Xo w: 0 mu N "I, .. O O O a. O 1+ O O O O F 1+ 1� Z m 9 06 V F .0 CyN .0 CO N .O C O N N O y� Ste+ o 0 E 0 'Fj Y1 Y'1 g 2 2 (.y r ..., jam. N O N / VoL a4 . No. moo / Zu..dayl October as.1Qaa / Rdn tad Ryalatloo, ' 4. • • sates . N U '*4 4 d 4 d m Z St N Z IF.1 1.1 r m co W *4* X W W 1.1 d O O O N m r r r X•l J v -t -7 W KS .010 .D .O X .O X .O *4 U i 1•1 n .1 a • z WW i in in in in in in in in in >m N N O N N C r r " X r X .XO m O CXD O O O O N r r ci C-. a. F -' ISI in N in in in in in in N W 4' o J r .p .p .O .O co m m m m n °'1 W F r K m K K X *4 m J *4 .O '.O 14 .O K .O i4 co m .O C Is U W a W .O .O .O K m x C *44 *44 .O .O C Ill-. s .XO .XO .O .C C U. O .O K CO co C $ 4 O. K M *44 *44 *4 .O .C m d d d .O .O .O i F IC % K X K co X m X m yd J X d d x d .D .O .O .O .D go m r W pp F F pp a a r o a M a a r N •'. F r F _ •+ u F C U W .O m O O .D C O • .O m O W S d d d d V Y so 41. a. W • Y .0 W IWi. d d d so J J J VIZ 7 7 J NZ IN In— J J J NZ is U F IX.I O W W Z W W O W W .�. O O O F N O O J N O O C r N I -.-.F w . 0 S 0.0 0 O V. Y —o e Ct £0 Y ; mu IC M .. a .0• C■ to Y C a' V Y mu NC Cu lou C. S e CS r 1J N i 7 P V C II - O • -Is WE Y8 O S Y Y -Is w V u C m m 003 N W 7 C 93z CS • . • Pederd VoL 64. No. 209 / Tuesday. October 81.1999 / Roles and Regulations • {5978' z M o ..d of S Z W a av a M • m o Y •• 3 1�f n in a d a r t r 9 —o ca c a az.•a N l Y O S� Si Si N Si M Y; 06 Y N a N W • Y N • v W O N a N N o N O r r rKCC MrCC ^^ C. M y 4 O O iV _ r. N V A 1 zIa Z 4 V = Z a t Si Si N N Si N Y > y 0 C O I VC C Y O O .y �. •z K K K K q Y Fr 'r O O W r • • s e •• p rn as O e • m .o o CC o r t o U 4 PC 4 4 O 4 m N U) PCI ylCD 6 • 0. *O .• CO W O CD iv H y b 4 PC b 4 CD ••I O UI r O w M F+ N a b H. a a 4 4 • o a O M Y we 4 a 4 4 4 CD r W Y !7+ 1 rNi H YFi R g 9 r ar r ice, r ••• r Ti 7 C C G Yf .O CC 0 • C CC • • .O • • • • 41 S 0<. v a 6 Id 0. C•I O a a Y O 110*. 41 110110110 N N > > > N Z > > NZ NZ N Vl • t S bJ0W 0 0 O O - Si a a tao o k. a • 459W FidoW R.gSsr / VoL 54. No. 200 / Tuesday, October s1, iON /Ruin and Regulations • Appendix D to Subpart P Aluminum Hydraulic Shoring for Trenches (a) Scope This appendix contains information that can be used whm alumimm hydraulic shoring Is pievWed as a method of protection against cave-ins in trenches that do act exceed 20 feet (e.1m) in depth. This appendix most be used when design of the alumim n hydraulic protective system cannot be performed in accordance with 1 iOZas52(cXZ). (b) Soil Cionification. In order to use presented in ski. ap endix. the saildata type dor types in which the excavation is made must nsthod set forth in appendix A uo of torn rawtlon. presented In several forms as (1) Information Is presented in tabular form in Tables D -LL D -LL D -i.5 and E -Lt Each table presents the maximum vertical and horizontal spadop that may be used with various aluminum member alsse and various hydraulic cylinder dues. Each table contains data only for the particular and type In which the excavation or portion of the excavation is meds. Tables D -t1 and all an for vertical shores in Types A and B seIL Tables D-13 and DI.4 an for horizontal wale systems In Types B and C soil. (2) Information canundng the basis of the tabular data and the limitations of the data Is presented in paragraph (d) of this appendix. (3) Information explaining the use of the tabular data Is presented In paragraph (a) of this appendix. (4) InformaUs Illustrating the us. of the tabular data is presented In paragraph (0 of this appendix. (5) Mlseellaneous notations (footnotes) regarding Table D-2.1 through D-1.4 an presented in paragraph Ig) of this appendix. (6) Figure& illustrating typical butalLrions of hydraulic shoring. an included Just prior to the Tables. The Illustrations page Is entitled "Aluminum Hydraulic Sbmhnt Typical Installations." (d) Basis and limitations of tM data (1) Vertical shore mile and horizontal wales are those that most the Section Modulus requirements In the D-1 Tables. Aluminum material is noel -T6 or material of equivalent strength and properties. (2) Hydraulic cylinders spe ifications. (1) 2. Inch cylinders shall be a minimum 24n h inside diameter with a minimum cats working capacity of no leer than 16.00 pounds axial compressive load at maximum extension. -Maximum extension is to include full range of cylinder extensions as recommended by product manufaturer. (Ii) 3 -Inch cylinders shall be. minimum Inch insidediameter y with a cafe working capacity of not lose than 10.00 pounds axial compressive load at extensions so recommended by product manufacturer. (3) limitation of ace; wcation. (I) It is not intended that the aluminum hydraulic specification apply to every situation that may be experienced in the field Then data were developed to apply to the situations that are most commonly experienced in current benching practice. Shoring systems for use in situations that am not covered by the date In this appendix must be otherwise designed as specified In () 102tS')e). (ii) When any of the following conditions an present, the members specified in the Tables are not considered adequate. 1n this rase. an alternative aluminum hydraulic shoring system or other type of protective system must be designed in accordance with 11a26.e5i (A) When vertical loads imposed on aces braces exceed a 10o Pound gravity load distributed on a one foot section of the center of the hydraulic cylinder. (B) When surcharge Wads an present from equipment weighing in excess of 7B.o0 p (C) When only the lower portion or a bench is shored and the remaining portion of the bench le eloped or benched nooses: The doped portion is sloped at an angle lee. steep than three horizontal 20 ens vertical or the members an selected from the tables for use at a depth which Is determined from the top of the overall trench, and net from the beef the sloped Patlm (o) Use of Tables 1>-2.L 1-12 fl -1U and D-LiL The member of the ahoriig system that are to be selected _'- are the hydraulic cylinder& and either the vertical shares or the horizontal wales. When a walar system Is used the vertical timber sheeting to be used Is also selected from these tables The Tables D -L1 and D -L2 for vertical shoes an used In Type A and B soils that do not require sheethg. Type B soils that may require sheeting. and Type C sods that always sequin sheeting age found is the horizontal wale Tables D -1J and D-i.a The and type must first be determined in accordance with the" classification system desalbud In appendbc art P of part 2x26. Using the appropriate ato le te table, the selection of the eW and spacingof the members Is made. The selection is based an the depth and width of the trench when the members are to be installed. In than tables the vertical spacing is held constant at her feet on canter. The tables show the maximum horizontal spacing of cylindat allowed for each sies of waleio the wale system tables. and S the vertlesl shell tahias. the hydraulic cylinder horizontal spacing Is the same as the vertical .bat - Example MWuaaW. the Use of the Tables (1) Example 1: AbeachduginTypeAsotlta6lastdeep and 3 feet wide. From Table D-2.1: Find. vertical shores and 2lack diameter cylinders spaced a feet an tenter (o.c.) horizontally and 4 feet an center (o.c.) vertically. (See Figures I & 3 for typical ostalhtions.) (2) Example t . A trench Is dug in Type 9 soil that does not require shooting. l2 test deep and 5 feet wide. From Table D -1i: Find vertical shores and 2 inch dimeter cylinders spaced 6.5 fat o.c. horizontally and 4 het ore vertically. (See Figures 1 & afar typical Ins' lions.) (3) A trench Is dug In Type B sell that does not require abating. but does experience some minor reveling of the beach face. The trench is 16 feet deep and 6 feet wide. From Table D -1.t Find vertical shores and 2 inch diameter cylinder (with special overaleeves as designated by footnote e.2) spaced 53 feet as horizontally and 4 fast o.c. vertically. plywood (per footnote (gX7) to the D-1 Table) should be used behind the shores. (See Figures S It 3 for typical installations.) (4) Example C A trench is dug in previously disturbed Type B sot with characteristics of a Type C ecLL and will require shooting. The trench Is 25 feet deep and 12 feet wide. a foot horizontal spacing between cylinders is desired for working space. From Table D-1.3: Find horizontal wale with a section modulus of 14.0spaced at 4 feet o.a vertically and 5 inch diameter cylinder spaced at a foot maximum O.C. horizontally. 3x12 12 timber shooting Is required at does special vertically. (Soo Figure 4 for typical Wtallaucn.) (5) Example & A'beorh is dug in Type C soil, a test dop and 41 'set wide. Horizontal cylinder spacing to excess of a bet to desired for warkbig space. From Table D•1.t Find horizontal wale with a @action modulus of 7. end 2 inch diameter cTEnden spaced at 6.5 feet to. horizontally. Or. find horizontal wale with a fah @action modulus and Since diameter cylinder spaced at 10 feet o.c. badzonWiy. Both wales am spaced tier as vertically. 2X12 ember shooting Is required at does We vernal y. (Sea Figure 4 for —Pbotnoiid ss ap aenlrote& for Tables ate. D -L& D -LS and D-1 a (1) For applWeons other than these hated In the tibia refer 1011aaa.6g2(c)(2) for use of inemfadmts tabulated data. For trench depths in monies of 20 hat. rdor ta 1 lanaea2(cXil) and I i42aa621c a (2)2 Inch diameter cylinders, at width. shall hove stnctwal sod tube (2tax2Bxaia7a) overal@aw& or structural ovaralesves of manufacturers specification. extending the fat aaSapead.laytd (3) Hydra lk cyllden capadtia& (1) 2 inch cylinders shag be a dnimum 2 -lath inside diameter with a ooh working capacity d not Les than ime0c pounds axial compressive load at aaidmm extension. Maximum extension is to ledude full range of cylinder extensions as recommended by product (it) 3 -lath cylinders shell be a minimum 3 - Inch beside diameter with a safe work capacity dust lees than 60.00 pounds axial comp eWve load at maximum extension. . Maximum extension Is to Include full range of cylinder extensions as recommended by product manufacturer. (4) All spacing Indicated is measured center to center. (a) Vertical shoring rails shall hove a minimum section modulus of 0.40 inch. (6) When vertical shores are used, then =mat be a mWmum of three shores spaced equally. horizontally. In a group. (7) Plywood shall be 1.125 in. thick softwood or OJS twit thiS.ply. arctic whim birth (Finland �.m plywood b=et Intended u s structural member. but only for prevention of local raveling (slougblq of the bunch face) between shorn { Fedw4 Re lsta / VoL 54. No. 200 / Tuesday. October31.1980 / Rules and Regulations - • ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. 1 FIGURE NO. 2 VER"YORNA C MM MMTrAL AWMM -. se M'TORA" &.01110 MMr RTwOOa NORIZOGTAL HORIZONTAL SPACING 10' MA% VERTICAL SPACING A' ZMAX. FIGURE NO. 3 WRTCAL MIO1LO IsTACNal % VERTICAL SPACING A' MAX. 2' MAX. VERTICAL RAIL VERTICAL RAIL I HYDRAULIC CYLINDER 10 MAX. -r • VERTICAL • SPACERS Al MAX 2' MAX. FIGURE NO.4 A AAMAM MMMMAC &1011M1 was ITIMM 11.110--. HORIZONTAL SPACING A IERTICAL RAIL 2' MAX. HYDRAULIC 1 CYLINDER VERTICAL SPACING b 4 NYORAULIC CYLINDER PLY 11000 NR ZnUT SUITING NYORAUL IC CYLINDER • . 1 atiaw/Rdaand 45UB4 Fe'd" Ramer / V0L 54. No. 200 / mesday. October 31. lno / Ruin and 0 O Z o=o Zr. N� Z O � o� R3 A. MC � a�z � z z 00 in vi 'O tea O y QQ N ��yy O O a C / Vol. 54 No. 200 / Tuesday, Ogober 81, iQN / Ruin and IC a p4 z en � I I en z z z z z z z z z a � O OO vi o- o 0C O� N ND odd p d OC — •• to S v' 0C O N p� N N N N v A Z z -I- z z z z z z z �.+ N N1 N en Pf N en H1 z W OO r O OOO OO N O ; ad 0% �G odd we d O� N U z z z z. z z z z z ee N N on N en en N fn !n Ii O eG O T C N C �O O DO C O w " O 'C O' — .+ S d z y • z O Z" O O V's OO " O O - en N v ri N a In N a vi It •iy __ii.! I g00 >"Fp ¢ 0 a O .7 O Q v ' 4R . Fedd ue s r/ Vol 54. No. 200 / Tundgr October 31.10% / Rolm end Regulations . o � I •en Ltr M h Z z z z z z z z z z 0 F :i en to rn re to to en en d rD Cl V O tR O O N O h O O .G ,C C - V h tq en tI1 .G y 4 z ��"r1 ztriztl Z zN Z z ztr,1 z Z �.. t+ sNo 4 N en P1 Ns en en O h O r, O O �G a : ri tb t•; vi 0 xF ox y q z z Z Z Z Z Z Z Z Z N N t.f N V% N1 N to of g D K L) v O tl'1 O O tI1 O tH O O 2 •O .G O V h as to to d H � Z � O O M O O h O O p en h � i Ft d V. O La UJ ro {y !�.'i' tQ' p ^p,N L�U i�0.�' O 0 0 • Federal Register / VoL 54. No. 200 /Tuesday. October 31. 1900 / Ruin and Appends 9 to Subpert P—Albma9we to T1ndw $MdI%9 Figure 1. Aluminum Hydraulic Shoring i RtICAL RAIL TORAULIC CYLINDER Vaal 1IAI 4' NI Figure 2. Pneumatic/hydraulic Shoring mi . L R4Nm RRRa mse 4 _ • Naval Rolow / Vol K N0. M / Tzna , Odobir a1, f9er / Raw and Pesch*= ' _ ' " Figure 3. Trench Jacks (Screw Jacks) y Fadtteal Edits J Vol. 34 No. mo 1 Tymsdgr. Odober 37, iS 1 Rilat and Rqnlatoni Appss tt F io 6nrpatt P-6dsoWsn N Protse1M SvttUfflS The tofowlq Hama an a gnphk summary of the requinmants contained in wbpsrt P for uuevedons m fat or sn an depth. protective .yea for se in exnvetians mete than 10 feet in depth mmt be dussed by a rsaunnd pnfeoknal engineer in accmdens with t ittsseu (b) and (c). Is the excavation more than 5 feet in depth? Is there potential Is the excavation for cave-in? entirely in stable rock? maevat lea ay be made with ay vertical sides. Excavation must be sloped, shored, or shielded. Sloping Shoring or selected, selected. Co to Figure 2 1 1 Co to Figure 3 FIrURE I - PRELIMINARY DECISIONS a o oeyTeals • VoL B1. No. 209 / Tuesday, October•31. 1980 / Rules and Sloping selected as the method of protection Will soil classification be made in accordance with 31926.652 (b)? Excavation must comply with one of the following three options: Option 1: sf 1926.652 (b)(2) which requires Appendices A and B to be followed Option 2: 31926.652 (b)(3) which requires other tabulated data [see definition) to be followed. Option 3: .1926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. Excavations must comply with51926.6S2 (b)(1) which requires a slope of 1½H:IV (34'). FIGURE 2.- SLOPING OPTIONS 1 'r Fedled Rybht / V0L 5C No. 200 / 1waday. Oetoher 3i. 1geO / Rule and Shoring or shielding selected as the method of protection. Soil classification is required when shoring or shielding is used. The excavation must comply with one of the following four options: Option 1 51926.652 (c)(1) which requires Appendices A and C to be followed (e.g. tiaber shoring). Option 2 11926.652 (c)(2) which requires manufacturers data to be followed (e.g. hydraulic shoring,trench jacks, air shores, shields). option 3 51926.652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). option 4 51926.652 (c)(4) which requires the excavation to be designed by a registered professional engineer 'e.g. any designed system). FIGURE 3 - SHORING AND SHIELDING OPTIONS (PR Doc Is..n? Plied 16Aa•ia a:16 am] aaum Case an►asa K i 1 From: �a Tim Y T <J, ,A t, s f wS CeAc V CITY OF FAYETTEVILLE p- 2z -y3 CONTRACT/ LEASE REVIEW For M A Y O R' S APPROVAL Sid Norbash Engineering/Public Works --------------------- ------------------------ Name Division/Department Project: North Street Water & Sewer Adjustments Firm: Fayette Tree & Trench Contract: Construction Please Return to the Above Noted Person By : ASAP Date ***************************************************************** Budget Review: An administrative budget adjustment is attached. — — r— — --------------- ------------- Budget Coordinator Date ***************************************************************** 4..as i City 'At PurchasingOf ficer I a Audi /-6 - qy Date '2 -54 - Date (- io-94 Date Date FAYETTEVI LLE hM*iICr4ii.V i a 10Yll' �.�i;CTac� DEPARTMENTAL CORRESPONDENCE To: Kevin Crosson, Public Works Director Thru: Don Bunn, City Engineer From: Sid Norbash, Staff Engineer Date: January 5, 1994 Re: North Street Water & Sewer Relocations Construction Contract - Change Order #1 Due to unexpected field changes and conditions, certain adjustments have been necessitated. The increase in the amount of the contract is $6,503.58 as indicated on the attached change order form. However, there were some cost under -runs in the original contract, a summary is as follows: Original Contract Price $44,508.80 Contingency 4,450.00 Total Budget for Contract $48,958.80 Actual Contract Price 42,453.45 Change Order #1 6,503.58 Total Actual Cost $48,957.03 contingencies were approved by the Council for the Construction contract, in the amount of $4,450.00 please see attached copies of the respective Resolution 43-93. We are requesting approval from you and the Mayor. The original change orders are attached for Mayor's signature. SN/sn attachments RESOLUTION NO. as -a% A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH FAYETTE TREE & TRENCH IN THE AMOUNT OF $44,508.80 PLUS A 10% CONTINGENCY OF $4,450.00 FOR WATER AND SEWER ADJUSTMENTS FOR THE NORTH STREET IMPROVEMENTS PROJECT AND APPROVAL OF A BUDGET ADJUSTMENT IN THE AMOUNT OF $6,358.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section1. That the City Council hereby authorizes the Mayor and City Clerk to execute a contract with Fayette Tree & Trench in the amount of $44,508.80 plus a 10% contingency of $4,450.00 for water and sewer adjustments for the North Street improvements project. A copy of the contract authorized for payment are attached hereto marked Exhibit A' and made a part hereof. St c ion 2. The City Council hereby approves a budget adjustment increasing Water Mains, Acct. No. 5400 5600 5808 00, Project No. 90019 in the amount of $6,358.00 by decreasing Water Mains (as needed), Acct. No. 5400 5600 5808 00. A copy of the approved budget adjustment is attached hereto and made a part hereof. PASSED AND APPROVED this St day of -11_, 1993. APPROVED: ATTEST: By: Sherry . Thomas, City Clerk • . RECONCILIATION CHANGE ORDER PROJECTTITLE Nnrth St -reef Water and Sumer Rpinrafinns PROJECT NO. 90019 CONTRACT NO. CONTRACT DATE d-6-91 CO The following changes are hereby made to the Contract Documents: 201 L.F. of 4" Sewer Service Relocation $ 3191.11 39 L.F. 8" Clay Sewer Pipe replacement with D.I.P due to 1871.10 shallow depth Remove old 2" Water Meter 786.50 Remove & Replace existing 2" leaky water line to Tune's meter 654.87 Justification: $6,503.58 These conditions were found in the field after lines were exposed by construction excavation and could not be anticipated prior to that. CHANGE TO CONTRACT PRICE Actual Contract Price: $ 42,453.45 Current contract price, as adjusted by previous change orders: $ 42, 453. 45 The Contract Price due to this Change Order will be [increased) [decreased] by $ 6503.58 The new Contract Price due to this Change Order will be: $ 48,957.03 CHANGE TO CONTRACT TIME The Contract Time will be [increased] [decreased] by N/A calendar days. The date for completion of all work under the contract will be SAME AS BEFORE Approvals Required: To be effective, this order must be approved by the Owner if it changes the scope or objective of the project, or as may otherwise be required under the terms of the Supplementary General Conditions of the Contract. Requested by -r'4 -r/ fl i-G Recommended by Approved by Contractor: Approved by Mayor: Wiley -Fisk Form 15-3 date date date "" date