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) &in to lllusnom the Use of Tables
C-2.2 thnmgh C-24
(1) &le 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) &le 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&le 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