Loading...
HomeMy WebLinkAbout87-94 RESOLUTION• 1 • • • RESOLUTION NO, 87-94 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRUCTION CONTRACT IN THE AMOUNT OF $208.395.00 PLUS A CONTINGENCY OF $20,839.50 WITH BONDS -LONG, INC. FOR CONSTRUCTION OF SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION, WHITE RIVER WATERSHED MINISYSTEM 18 B/C, AND MANHOLE REHABILITATION. BE 11' RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. The City Council hereby authorizes the Mayor and City Clerk to execute a contruction contract in the amount of $208.395.00 plus a contingency of $20,839.50 with Bonds -Long, Inc. for construction of sanitary sewer main replacement and rehabilitation, White River Watershed Minisystem 18 BIC, and manhole rehabilitation. A copy of the contract and hid tabulation are attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 2nd day of August 1994. ATTEST: By. Traci Paul, City Clerk APPROVED: By: Fired Hanna, Mayor 1 • i • 1 • m zz Y, z rr 1 O Z_' O z-1 00 T 1 r 0 W m m m 0 0 z 0) -1 C 0 -4 0 z 0 �1 W O N .0 '6,3' O co Ca O g c 8 8 • > D D>w J o i>• > D• 'T: •p • IJ 4 IJ _ — CC `' C 'N 0 J •C 1.▪ Cc - lc Q ASI P1)11 (1‘1V }!. IN"IH T1O}IMV{V :1.)VI1.I'1 t Y ! T, ,T, n ! 1 < Rf T, r: PAR 1 IAL MANIIUI F RI PI .1(1 -MINT to - i Pt z T r MANHOI F DRAGE ADJI'SI HENT 1INI"1VaS 3N3W.LSi IIUV 3(IVN!) « « » • 8 - 8 8 8 8 C$ J 8 8 8 8 8 8 8 8 8 8 8 a E g c^ s 8 2 ❑ cm O • I -1 z R • 10b Cc —1 N•-•— CC t: tf 0 o 0 8€ c 8 § 8 c O 8 r8 'S o- 8.8 c4 8 g 8 c 8 O• ' I co O I P o 0 tiOEL1f)N,LSNUJ H'8HH r' r' 8 g 'LI 8 8E 0t. 8 8 8 8 81 4 i ❑ C 1 CI H r » « « r 0 • clj 8 — .nl 1 --,I ki o 8? 8 S 8 e 1) b gi n 8 8 8 8 8 8 8 8 8 8$ 8 8: MI'M SYS.] FM 18 B/C tiOlIVIf1HV1 UIH FAVY TrI'114E TI -PF Cr. OF FAVE 9EV _LE, ARKANSAS DEPARTMENTAL CORRESPONDENCE wir 1, 4ti -E 0R:—Efc %I eES. ri: -cizr eorJix - _CnJG, irJC. i... icy-aee} To: Kevin Crosson, Public Wor s Dir for 0 yy From: David Jurgens, Water/Sewer Date: November 7, 1994 I� Re: Change Order # 1- Minisystem 18B/C Manhole Rehabilitation 1. Background. Several additional small-scale items of work have been found in the course of the current manhole rehabilitation construction contract in minisystem 18B/C. These are being found when we vacuum test manholes after the main deficiencies are repaired. When this occurs, we determine if further repair is required and cost-effective. The work is the same as being done on other manholes. The largest deficiencies are identified for replacement in this change order, with a total cost of $8,360.00. The work is being performed by Bonds -Long Construction, Inc. 2. Budgeting. This change order is below the $20,839.50 contingency approved with this contract. 3. Approval. This change order is below $10,000 and the contingency funds are approved, making the Department Director the approval authority. 4. Staff Recommendation. The Staff recommends approval of the change order in the amount of $8,360. Enclosures: Proposed Change Order ENGE . NS:k-2:. DEP MS' akI Gf74.v CHANGE ORDER OWNER: FAYCEv/cLE iArez AJJ4S PROJECT NAME: 54i-44ySE[NE,t NA/d Rt.4ncenedr /WO gc//A4/GiTA77eN, IVN/re ,t.YCC ('y IVlrECS//EO , M,N/SYSTIN Ad dir f+a,RAcr,e / M•W.4Clf 1ZEWA4IL/rApc1u LOCATION: F.t veravI.-c C, A.exAN.I A J SHEET / OF 3 CHANGE ORDER NO. PROJECT NO. /6 -0‘2. -ti.... CONTRACTOR: aONLLI -LUNG . /NC DATE: vcrr1Bcst ZS J994 I. DESCRIPTION OF CHANGES INVOLVED: A. The following changes are hereby made to the Contract Documents: ***For each item, describe the change, the reason for the change, and indicate the adjustment to the Contract Price and the Contract Time.*** INc.Rtase PA? mem 1 AT Facts Ice taco rc tit EAc4, pda.we IIJfLc, TESTtuG or MAnfl{oLES 0e) rim) (IQ)146P/(JEJS&S1fl)5k4,U8/S31/ ANo(.1G)S4t EKCeSSIJE IN FI LTAATI Cn v643 Fcu.JO Au0 N o (0g -tat -We Wtr Ic RAO Seek) Rec u t /W O. 6 E ATE44G.ie Enc,µ tttLu4C•co I.SC.xCAS E B IN uteASE Pnr ITEM I49 Ffekki &c.1 ti 8c4c0 Q✓d it A 06scleasPc.ica 1a -me ANoJWT 514C,41J IN THE MAUNcu; gr:Al2 %Tem Rik OA ANO TUf CGaJr4nGT- PAY Ise 14s 2 6A Arg 12.v. cc' Cern L tMc(Lt:4SC? PAY IV(N (4 it FRam 10 EACI4 T4 IZEAci4 • AS engi6i4iPN a 2 -On Arstcco.oc CALLA D INc.24{ASE PAY Irivet 1A 12 l=acFM 8 v'1= T:. 12,4lc 4 Not 15 PC'c900.4510 i.Jca-vert- 'Ta CnIPA PLY IA/1fl4 TNL ate; ) i2.0.4 iJTs Pct t•.1 t I ITe PA 4 d P AT SZE O, CJ PCNL v F E APO A NEW PAY nem 1A 14 D&)t m (zxT7¢+1 W3Rlc_ (gec:uliAc o on1 MANc%oLCS CM) 3o Ati o (Ia)> A TJ 6Lzr TN& pimp -t& AIJr7 C:eveg. !i) PCCI +°L( RnT TIRE HAN11CLL' OPtJIIJco YViTtA SIJFPICitt1JT L3>?t$!4r1Cn Aao Sr.LL vattr 1146 tweis3 21G V 11QtL v\ td,r$ CAco.uo lt.k:Ac4se. SArlt IttAS.1J $ Lo coca 1�tcLrn5L= nid A00iTic'JAL s i lc t(. r t o ra 8 o o •CO I r4 C%tc hag C20p, yea TMTAL IJ(1WA.IC 114 c:e.ITTL&T AMnJNr 41 8360 •O a 1 Change Order City of Fayetteville Sanitary Sewer Improvements SHEET 2 OF 3 CHANGE ORDER NO. II. CHANGE ORDER CONDITIONS: 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in the preceding Description of Changes involved, with the Supplemental Contract Drawings designated as canu(t med,ht, No 1 , and under the provisions of the Original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price granted for this Change Order or any previous Change Orders. 4. The Contractor expressly agrees that he will place under coverage of his Performance, Labor and Material, and Maintenance Bonds and Contractor's Insurance all Work covered by this Change Order. The Contractor will furnish to the Owner evidence of increased coverage of his Performance, Labor and Material, and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent (20%). III. ADJUSTMENTS IN CONTRACT TIME 1. Final Completion Date of Original Contract 0 catQdvt 14t tggt 2. Net change due to all previous Change Order U Days 3. Final Completion Date not including this Change Order No. ( Di.cCHbeet-14 1994 4. Addition to Contract Time due this Change Order No. a. Avoidable Delay Extension 0 Days b. Unavoidable Delay Extension X (<0 Days 5. Final Completion Date including this Change Order No. ( loatmAEa- 3c) lard 11400;.2eJ 1 CAL D.t-J lk+v OLAy 2 is .1jJG Ccat-4AcT Pet 1DAv,O JvaceeaS, Change Order City of Fayetteville Sanitary Sewer Improvements rf. 1 1 June 1994 • . : • CONTRACT DOCUMENTS Sanitary Sewer Main Replacement and Rehabilitation White River Watershed Mini System 18 B/C Contract Manhole Rehabilitation City of Fayetteville Fayetteville, Arkansas prepared by RJN Group, Inc. Consulting Engineers Dallas, Texas in association with McClelland Consulting Engineers, Inc. Fayetteville, Arkansas CONTRACT DOCUMENTS SANITARY SEWER MANHOLE REHABILITATION WHITE RIVER WATERSHED MINI SYSTEM 18 B/C CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS JUNE 1994 I hereby state that these Contract Documents ��n-?� were prepared under my direct supervision and A��` Fk....:W% that I am a duly Registered Professional 4.-1.e91% S 1 .r Engineer under the laws of the State of tuba Arkansas. f GOCInfit cL 5 61 'i�ri t��E' wsTER G�. t���%0%� �EN: Arkansas temporary permit number 94-28, Issued May 12 for the year 1994. Signature of Holder. „An, 6161 Bonds -Long Inc. Contractor P.O. Box 747 Street Address Clinton, AR 72031 City & State (501) 745-8810 Telephone CONTRACT DOCUMENTS SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION WHITE RIVER WATERSHED MINI SYSTEM 18 B/C CONTRACT I MANHOLE REHABILITATION CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS PREPARED BY RJN GROUP INC. CONSULTING ENGINEERS DALLAS, TEXAS IN ASSOCIATION WITH McCLELLAND CONSULTING ENGINEERS, INC. FAYETTEVILLE, ARKANSAS JUNE 1994 CONTRACT DOCUMENTS FOR THE CITY OF FAYETTEVILLE SEWER SYSTEM IMPROVEMENTS TABLE OF CONTENTS TITLE SECTION Pages BIDDING DOCUMENTS A INVITATION TO BID INSTRUCTIONS TO BIDDERS* BID BID BOND SUBCONTRACTORS STATEMENT OF EXPERIENCE OF BIDDER STATEMENT OF COMMITMENT CONTRACTUAL DOCUMENTS 8 AGREEMENT 1-3 ARKANSAS STATUTORY PERFORMANCE 1-2 AND PAYMENT BOND CERTIFICATE OF OWNER'S ATTORNEY 1 CONDITIONS OF THE CONTRACT GENERAL CONDITIONS* SUPPLEMENTARY CONDITIONS C C1 CONSTRUCTION FORMS D 1-89 1-3 SUBMITTAL RECORD 1 PERIODIC PAYMENT FORMS 1-5 CHANGE ORDER 1-3 CONSTRUCTION LETTER 1 CITY OF FAYETTEVILLE INVITATION TO BID SANITARY SEWER MANHOLE REHABILITATION WHITE RIVER WATERSHED MINI SYSTEM 18 B/C RECEIPT OF BIDS Separate sealed bids for Sanitary Sewer Main Replacement and White River Watershed Rehabilitation, Mini System 18 B/C, in Fayetteville, Arkansas are invited and will be received at the office of the Purchasing Officer located at 113 W. Mountain, Fayetteville, Arkansas, 72701 on or before, but no later than 2:00 PM, Local Time, on July 7, 1994, and immediately thereafter or as soon thereafter as is practicable all bids received will be publicly opened and the bid prices read aloud. The rehabilitation work includes replacement of 199 manhole covers and frames, replacement of approximately 244 vertical feet of manhole frame and grade adjustments, sealing of 244 manhole frames and grade adjustments, and replacement of 27 manholes. Sealed envelopes or packages containing bids shall be marked or endorsed "Sanitary Sewer Manhole Rehabilitation, White River Watershed, Mini System 18 B/C in Fayetteville, Arkansas." CONTRACT DOCUMENTS Copies of the Contract Documents are on file and are available for inspection at the offices of McClelland Consulting Engineers, Inc. 1810 N. College Avenue, Fayetteville, Arkansas. Said Contract Documents are by this reference incorporated into and made a part of this Invitation to Bid and should be consulted for full particulars. Copies of the Contract Documents required for review or bidding purposes may be obtained only from the Office of McClelland Consulting Engineers, Inc., 1810 N. College Avenue, Fayetteville, Arkansas, upon payment to McClelland Consulting Engineers, Inc., 1810 N. College, Fayetteville, Arkansas, of $60.00 in check or money order for each set of documents obtained. The Contract Document fee is non-refundable. 1 Invitation to Bid City of Fayetteville Sanitary Sewer Improvements BID SECURITY Each bid shall be accompanied by a certified check or a cashier's check or bid bond payable to the order of the City of Fayetteville, Arkansas in an amount not less than five percent of the bid as a guarantee that the bidder will, within ten (10) days after the date of the award of contract, execute an agreement and file bonds and insurance as required by the Contract Documents if his bid is accepted. RIGHT TO REJECT BIDS The Owner reserves the right to reject all bids for failure to comply with all requirements of this notice or any of the Contract Documents; however, the Owner may waive any minor defects or informalities at its discretion. The Owner reserves the right to defer the acceptance of any bid and the execution of a contract for a period not exceeding ninety (90) days after the date of opening of bids. Extension of time beyond the ninety (90) day period after the date of opening of bids may be made -- only by mutual agreement between the Owner, the successful bidder and the Surety for the successful bidder. AWARD OF CONTRACT Unless all bids are rejected the contract award will be made to the lowest, responsible, responsive Bidder. In determining who is the lowest responsive, responsible bidder, the Owner will consider all relevant factors which the Owner may consider in determining who is the lowest responsive, responsible bidder. Any bid may be modified or withdrawn prior to the above scheduled time for the opening of bids. No bidder may withdraw a bid within 90 days after the actual date of the opening thereof. The successful bidder shall furnish a performance bond, labor and material bond, and a maintenance bond each for one hundred (100$')" percent of the Contract amount and shall file certificates with the Owner that he has obtained and will continue to. carry Workmen's Compensation Insurance, Owner's and Engineer's Protective Insurance, public and private liability and property damage insurance in adequate amount and for the life of the Contract. Invitation to Bid City of Fayetteville Sanitary Sewer Improvements 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TABLE OF CONTENTS FOR INSTRUCTIONS TO BIDDERS SUBJECT PAGE A EXAMINATION OF SITE 1 B EASEMENTS 1 C EXAMINATION OF BIDDING DOCUMENTS 1 D INTERPRETATION OF CONTRACT DOCUMENTS 1 E MATERIAL SUBSTITUTION 2 F APPROXIMATE QUANTITIES 2 G PREPARATION OF BID 2 H SIGNING OF BID 3 I BID SECURITY 3 J RETURN OF BID SECURITIES 3 K AGREEMENT, BONDS, INSURANCE 3 L DESIGNATION OF SUBCONTRACTORS 3 11 BID SUBMITTAL 4 N WITHDRAWAL OF BID 4 O QUALIFICATION OF BIDDERS 4 P DISQUALIFICATION OF BIDDERS 5 Q PENALTY FOR COLLUSION 5 R LICENSE 5 S PRECONSTRUCTION CONFERENCE 6 T BID OPENING 6 U AWARD OF CONTRACT 6 ✓ EFFECTIVE DATE OF AWARD 7 W EXECUTION OF AGREEMENT 7 X FAILURE TO EXECUTE AGREEMENT AND FILE BONDS AND INSURANCE 7 Y PAYMENT FOR EXCESS COSTS AND LIQUIDATED DAMAGES 8 Z COMMENCEMENT AND COMPLETION OF WORK 8 AA INFORMATION NOT GUARANTEED 8 BB COVENANT AGAINST CONTINGENT FEES 9 CC GRATUITIES 9 DD SUBCONTRACTS UNDER CONSTRUCTION CONTRACTS. . . ▪ 10 INSTRUCTIONS TO BIDDERS A. Examination of Site Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all laws, regulations, and other factors affecting performance of the Work. He shall carefully correlate his observations with the requirements of the Contract Documents and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute a representation of compliance by the Bidder. There will be no subsequent financial adjustment for lack of familiarization. B. Easements Portions of the improvements under this project may involve construction on private property for which easements have been secured by the Owner. Work performed on, or use of such easements, shall be subject to the provisions of the easement agreements on file and open to inspection in the office of the Owner. C. Examination of Bidding Documents Each Bidder by making his Bid represents that he has read and understands the Bidding Documents. The Bidder shall include in his bid prices any and all costs that may be necessary to complete the work in accordance with the requirements of the Contract Documents. D. Interpretation of Contract Documents Questions regarding documents, discrepancies, omissions, or intent of the Specifications or drawings shall be submitted in writing to the Owner through the Engineer, at least ten days prior to opening of bids to provide time for issuing and forwarding an addendum. Any interpretation of the Contract Documents will be made only by addendum duly issued or delivered by the Owner to each person receiving a set of documents. The Owner will not be responsible for any other explanations or interpretations of the Contract Documents. 1 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements E. Material Substitution Each Bidder shall base his Bid upon the materials and equipment as described in the Bidding Documents. The successful Contractor will not be allowed to make any substitutions on his own initiative, but in each instance will be required to obtain authorization from the Owner before installing any work in variance with requirements of the Contract Documents. F. Approximate Quantities Contractor, by submitting his Proposal, understands that the Owner or Engineer cannot guarantee the amount of work, if any, which will result from the Contract. The quantities stated, on which unit prices are invited, are approximate only. Bids will be compared on the basis of number of units stated in the Bidding Schedule. Payment on the Contract on unit price items will be based on the actual number of units installed in the completed work. G. Preparation of Bid Only bids which are made out on the Bid Form included in this document will be considered. The Bid Form must not be separated from this document. Amounts are to be shown in both words and figures where indicated. In case of discrepancy between words and figures the words shall prevail, unless it clearly appears in Owner's opinion that the words rather than the figures are in error. If any portion of the Bid is required to be given in unit prices and totals and a discrepancy exists between the unit price totals, the unit prices shall prevail, unless it clearly appears in Owner's opinion that the unit prices rather than the total are in error. If a discrepancy exists between the total base Bid and the true sum of the individual Bid items, the true sum shall prevail. A Bid will be rejected if it does not contain a price for each and every item named in the bidding schedule. Bidders are warned against making any erasures or alterations of any kind, and Bids which contain omissions, erasures, conditions, alterations, or additions not called for may be rejected. If a deficiently prepared bid is not rejected, the Owner may demand correction of any deficiency and award the contract to the bidder upon satisfactory compliance with the Instructions. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 2 H . Signing of Bid If the Bidder is a corporation, the legal name of the corporation shall be set forth together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation. If Bidder is a co -partnership, the true name of the firm shall be set forth together with the signatures of all the partners. If Bidder is an individual, his signature shall be inscribed. If signature is by an agent, other than an officer of a corporation or a member of a partnership, a power of attorney must be on file with the Owner prior to opening Bids or submitting Bids; otherwise, the Bid may be regarded as irregular. I. Bid Security No Bid will be considered unless accompanied by a Bid security as defined in the Invitation to Bid, as a guarantee that if the Bid is accepted the Bidder will execute the Agreement and file bonds and insurance as required by the Contract Documents within 10 days from the date of the award of the Contract. For the bid bond to be acceptable, the name of the surety company issuing said bond shall be licensed to do business in the State of Arkansas and shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of the bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. J . Return of Bid Securities The security of the two lowest Bidders will be returned after the execution of the agreement with the successful Bidder and the approval of his bonds and insurance. The security of all other Bidders will be returned promptly after the Bids have been opened and reviewed by the Owner. If all Bids are rejected the securities will be returned at the time of rejection. K . Agreement. Bonds. Insurance The attention of Bidders is specifically directed to the forms of agreement and bonds to be executed and types of insurance to be taken out in the event a contract award is made. 3 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements L. Desianation of Subcontractors Each bidder shall list on the form included in these documents the names and addresses of all subcontractors who will perform work or labor or render service to the Bidder on or about the construction site in an amount in excess of five percent of the Bidder's total base Bid. Each Bidder shall show on the form the portion of the work to be done by each subcontractor. The Contractor shall be required to perform a minimum of ten (10) percent of the contract amount with his own crews. M. Bid Submittal 1. Each Bid, properly signed, together with the Bid security and all documents bound herewith, shall be enclosed in a sealed envelope addressed and entitled as specified in the Invitation to Bid and delivered to the office designated in the Invitation to Bid. 2. Each Bidder shall submit with his Bid one copy of Volume I of the Contract Documents with all Addendum and the "Subcontractors" form contained in this document. N. Withdrawal of Bid Any Bid may be withdrawn at any time prior to the hour fixed in the Invitation to Bid for the opening of Bids, provided that a request in writing, executed by the Bidder, or his duly authorized representative, for the withdrawal of such Bid is filed with the Owner prior to the time specified for opening of Bids. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid. O. Qualification of Bidders 1. It is the intention of the Owner to award a Contract only to a Bidder who furnishes satisfactory evidence that he has the requisite experience and ability and that he has sufficient capital, facilities, and plant to enable him to prosecute the work successfully and promptly, and to complete the work within the time specified in the Contract Documents. 2 Each Bidder shall submit with his Bid the executed Bidder's "Statement of Experience" form and "Statement of Commitment" form contained in this document. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 4 3. The Owner reserves the right to require the three lowest Bidders to file proof within seven (7) calendar days of the Bid opening of their ability to finance and execute the project. This proof shall include, but not be limited to, a financial statement certified by a CPA for the last three years, a list of equipment owned by Bidder, a backlog of jobs under contract and amounts, and a record of successful completion of similar projects. 4. The successful bidder shall conform to the Rules and Regulations of Arkansas Department of Finance and Administration concerning nonresident contractor's notice and bond requirements. 5. The prospective bidders must meet the statutorily prescribed requirements before Award of Contract by the Owner. 6 In order to perform public work, the successful Bidder shall, as applicable, hold or obtain such Contractor's and Business Licenses as required by State statutes and the Rules and Regulations of the Arkansas Contractor's Licensing Board. P. Disqualification of Bidders More than one Bid for the same work described in this document from an individual, firm or partnership, a corporation or an association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one Bid for the work contemplated will cause the rejection of all Bids in which such Bidder is interested. If there is reasonable grounds for believing that collusion exists among the Bidders, the Bids of the participants in such collusion will not be considered. Q. Penalty for Collusion If at any time it shall be found that the person, firm, or corporation to whom the contract has been awarded has, in presenting any Bid or Bids, colluded with any other party or parties, then the Contract so awarded shall be null and void, and the Contractor and his sureties shall be liable to the Owner for all loss or damage which the Owner may suffer thereby, and the Owner may advertise for new Bids for said work. 5 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements R. License Each Bidder shall possess state and local licenses as are required by law, and shall furnish satisfactory proof to the Owner upon request that, the licenses are in effect during the entire period of the Contract. S. Preconstruction Conference A preconstruction conference shall be held after the time of the Contract award and before the Notice to Proceed to discuss the responsibility of each party in the project and to clarify any questions. Representatives of the Contractor shall be required to attend the conference. T. Bid Openina Bids will be opened and the prices bid will be read aloud publicly at the time and place indicated in the Invitation to Bid. Bidders or their agents are invited to be present. U. Award of Contract 1. The Owner shall award a contract to the Bidder whom, in the Owner's judgement, is the lowest responsive, responsible Bidder. The Owner reserves the right to reject all Bids, to waive informalities, and to reject nonconforming, nonresponsive, or conditional Bids. 2. In evaluating Bids, Owner shall consider the qualifications of the Bidders whether or not the Bids comply with the prescribed requirements, and alternatives and unit prices if requested in the Bid Form. Owner may consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment), and may reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. 3. A responsive Bidder shall be one who has responded accurately to all requirements of these Contract Documents and the preparation and submission of his Bid. If any alterations, erasures or changes are made to the printed Bid Form, the Bid shall be considered nonresponsive. Instructions to Bidders City of Fayetteville Sanitary SewerImprovements 6 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4 The Owner reserves the right to accept and incorporate corrections, clarifications or modifications following bid opening when to do so would not, in the Owner's opinion, prejudice the bidding process or create any improper advantage to any bidder; and to waive irregularities and informalities in any proposal submitted or in the bidding process; provided, however, that the waiver of any prior defect or informality shall not be considered a waiver of any future or similar defects or informalities and bidders should not rely upon, or anticipate, such waivers in submitting their proposals. 5. If the Contract is awarded, Owner shall give the apparent successful Bidder a Notice of Award within 90 days after date of the Bid Opening. V. Effective Date of Award If a Contract is awarded by the Owner, such award shall be effective when formal notice of such award, signed by the authorized representative of the Owner, has been delivered to the intended awardee, by some officer or agent of the Owner duly authorized to give such notice or received by mail at the main business address shown on his Bid. W. Execution of Agreement Copies of the Agreement in the number stated in the form of Agreement, shall be executed by the successful Bidder, and returned, together with the required bonds and insurance, within ten days from and after the date of the award of the Contract. Effective date of bonds shall be the same or later than the date of the Agreement. The Owner has ten days from receipt of acceptable performance bonds and Agreement (signed by the Contractor) to sign the Agreement and return to the Contractor an executed duplicate of the Agreement. X. Failure to Execute Agreement and File Bonds and Insurance Failure of a successful file required bonds and shall be just cause for failure of a successful Bidder to execute the Agreement and insurance within the required time the annulment of the awards. On Bidder to execute the Agreement and 7 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements file the required bonds and insurance within the required time, he shall forfeit his Bid security as agreed hereinbefore. Upon annulment of an award as aforesaid, the Owner may then award a Contract to the next lowest responsible Bidder. Y. Payment for Excess Costs and Liquidated Damages The successful Contractor will be required to pay for excess cost of field engineering and inspection and liquidated damages as defined in the General Conditions of the Contract, if extensions of time are granted by Owner because of avoidable delays as defined in the General Conditions of the Contract. Z. Commencement and Completion of Work The Notice to Proceed shall be issued within ten days of the execution of the Agreement by the owner. The successful Bidder shall commence work within ten calendar days from and after the issuance by the Owner of a written Notice to Proceed, shall substantially complete all work in accordance with the terms and conditions of the Contract Documents no later than November 14, 1994, and shall complete all work in accordance with the terms and conditions of the Contract Documents no later than December 14, 1994. The Notice to Proceed will be issued after receipt of acceptable insurance, bonds, and other required items. AA. Information Not Guaranteed 1. All information given on the Drawings or in the other Contract Documents relating to subsurface and other conditions, natural phenomena, existing pipes, and other structures is from the best sources at present available to the Owner. All such information is furnished only for the information and convenience of bidders and is not guaranteed. 2. It is agreed and understood that the Owner does not warrant or guarantee that the subsurface or other conditions, natural phenomena, existing pipes or other structures encountered during construction will be the same as those indicated on the Drawings or in the other Contract Documents.. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 8 3. It is agreed further and understood that no bidders or contractor shall use or be entitled to use any of the information made available to him or obtained in any examination made by him in any manner as a basis of or ground for any claim or demand against the Owner or the Engineer, arising from or by reason of any variance which may exist between the information made available and the actual subsurface or other conditions, natural phenomena, existing pipes or other structures actually encountered during the construction work, except as may otherwise be expressly provided for in the Contract Documents. IBB. Covenant Against Contingent Fees The contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee. For breach or violation of this warranty the owner shall have the right to annul this contract without liability or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 1 CC. Gratuities I I LI I I r I The owner may, by written notice to the contractor, terminate the right of the contractor to proceed under this contract if it is found, after notice and hearing, by the owner that gratuities (in the form of entertainment, gifts, or otherwise) were offered or given by the contractor or any agent or representative of contractor, to any official or employee of the Owner with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending, or the making of any determinations with respect to the performance of this contract: Provided, that if the existence of the facts upon which the Owner makes such findings are in issue, they may be reviewed in proceedings pursuant to Article 30 (Arbitration) of the General Conditions of this contract. 2. In the event this contract is terminated as provided in the paragraph (1) above, the owner shall be entitled: a) to pursue the same remedies against the contractor as it could pursue in the event of a breach of the contract by the contractor, and 9 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements I b) as a penalty in addition to any other damages to which it may be entitled by law, to exemplary damages in an amount (as determined by the Owner) which shall be not less than three nor more than ten times the costs incurred by the contractor of providing any such gratuities to any such officer or employee. 3. The rights and remedies of the owner provided in this clause shall not be exclusive and are in additions to any rights and remedies provided by law or under this contract. DD. Subcontracts Under Construction Contracts The award or execution of all subcontracts by a prime contractor and the procurement and negotiation procedures used by such prime contractor in awarding or executing such subcontracts shall comply with: 1. All provisions of State and local law; 2. All provisions of these General Conditions with respect to fraud and other unlawful or corrupt practices; and 3. All provisions of these General Conditions with respect to access to facilities and records and audit of records. IH I I I I I I END OF INSTRUCTIONS TO BIDDERS SECTION , I I Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 10 I ' SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION WHITE RIVER WATERSHED MINI SYSTEM 18 B/C CONTRACT 1 MANHOLE REHABILITATION ADDENDUM NO. 1 Release Date: July 1, 1994 Information to Bidders: The Contract Documents for the above titled project are revised and amended as follows: 1. Section G - Manhole Work Item Forms Delete the following numbered manholes in Mini System 18 B/C from the schedule: 2 9 20C 103 504 527 ' 3 10/13L 20D 105 506 587 3A 11/13M 20E 106 507 594 ' 3B 15 21 108 508 1003 3C 17 90A 128 509 1007 ' 4 18 97 132 510 5 19 98A 502 511 6 20 99 503 512 7 20A 100A3 504A 512A 8 20B 100A4 505 513 ' 2. BID. Replace pages 2, 3 and 4 of the BID with the enclosed pages 2, 3 and 4 (Addendum No. 1) of the Bid. These revised pages shall be attached to the Bid pages bound in the documents. Bidders shall acknowledge receipt of this addendum on the Bid (page 1) and on the outside of the sealed bid envelope. ' Gregory M. Thiel, P.E. Project Engineer RJN Group, Inc. 1 Bid City of Fayetteville Addendum No. 1 Sanitary Sewer Improvements I L_1 I I I I I I C I I L I I I I CITY OF FAYETTEVILLE, AR BID SANITARY SEWER MANHOLE REHABILITATION WHITE RIVER WATERSHED MINI SYSTEM 18 B/C Name of Bidder Bonds -Lon Business Address 133 Iron Clirtcn. AR Date '.Lly 7 To: The City of Fayetteville, AR The undersigned, as Bidder, declares that the only person or parties interested in this Bid as principals are those named herein; that this Bid is made without collusion with any person, firm or corporation; that he has carefully examined the location of the proposed work, the proposed forms of Agreement and Bonds, and the Contract Drawings and Specifications for the above designated work, all other documents referred to or mentioned in the Contract Documents, the Contract Drawings and Specifications, including Addenda Nos. 1 , and issued thereto; and he proposes and agrees if this bid is accepted that he will contract with the City of Fayetteville, AR, in the form of the copy of the Agreement included in these Contract Documents, to provide all necessary machinery, tools, apparatus, and other means of construction, including utility and transportation services necessary to do all the work and furnish all materials and equipment specified or referred to in the Contract Documents, in the manner and time therein prescribed and according to the requirements of the City of Fayetteville, AR as therein set forth to furnish the Contractor's Bonds and Insurance, and to do all other things required of the Contractor by the Contract Documents, and that he will take in full payment therefor the sums set forth in the following Bid Schedule. BID SCHEDULE Bidder agrees to perform all the work described in the Contract Document for the following unit prices. Note: Bids shall include sales tax and all other applicable taxes. 1 Bid City of Fayetteville Sanitary Sewer Improvements MANHOLE REHABILITATION PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID (Furnish and install, including all appurtenant work, complete in place, the following items:) ' 1A1 155 EA Replace Manhole Frame and Cover Per Section D2-2 (material only) ' One Hundred ' __Dollars & No ___ Cents per EA $_100.00 $15,500.00 1A2 159 EA Paved Frame & Grade Adjustment Sealing per Section D2-4 Four Hundred Dollars & No Cents per EA $_400.00 $63,600.00 I 1A3 40 EA Nonpaved Frame & Grade '• Adjustment Sealing per Section D2-4 ' Three Hundred Dollars & No Cents per EA $_300.00 $12,000.00 ' 1A4 199 VF Manhole Grade Adjustments per Section D2-3 (material only) ' Five Dollars & No Cents per VF $ 5.00 $ 995.00 1 2 Bid City of Fayetteville Addendum No. 1 Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID ' lA5 8 EA Replace Manhole Flattop per Section D2-5 Two Hundred ' Dollars & No Cents per EA $_200.00 $ 1.600.00 ' 1A6 20 VF Pressure Grout Manhole per Section D2-7 One Hundred Dollars & No Cents per VF $_100.00 $ 2,000.00 1A7 105 EA Interior Manhole Coating per Section D2-8 or D2-9 Four Hundred Forty Dollars & No Cents per EA $_440.00 $_46,200.00 lA8 145 EA Pressure Grout Pipe Seals and lower 18" of manhole ' per Section D2-7 Three Hundred Dollars & No Cents per EA $ 300.00 $_43,500.00 1A9 6 EA Complete Standard Manhole Replacement 48" diameter 0 - 6 feet deep, per Section D2-5 One Thousand Two Hundred Dollars & No Cents per EA $1,200.00 $_7,200.00 3 Bid City of Fayetteville Addendum No. 1 Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID I. 1A10 20 VF Additional Standard Manhole Replacement Depth per Section D2-5 1 1All ' 1Al2 ' lAl3 II Il I One Hundred Dollars & No Cents per VF $ 100.00 $_2,000.00 10 EA Complete Shallow Manhole Replacement per Section D2-5 One Thousand Dollars & No Cents per EA $1,000.00 $10.000.00 8 VF Partial Manhole Replacement per Section D2-5 Two Hundred Dollars & No Cents per VF 11 EA Replace Manhole Bench and Trough per Section D2-6 Two Hundred _ Dollars & No Cents per EA TOTAL MANHOLE REHABILITATION $ 208.395.00 $_200.00 $ 1.600.00 $_200.00 $_2,200.00 Two Hundred Eight Thousand _Three Hundred Ninety -Five Dollars and No Cents (in writing) 4 Bid ' City of Fayetteville Addendum No. 1 Sanitary Sewer Improvements L I I I I I I II. BID CONDITIONS It is expressly understood and agreed that the preceding total Bid is the basis for establishing the amount of the Bid security on this Bid for Sanitary Sewer Manhole Rehabilitation, White River Watershed, Mini System 18 B/C for the City of Fayetteville, AR, and that this total Bid is not to be construed to be a Lump Sum Bid. It is further understood that quantities in the bidding schedule for unit price items are approximate only, and that payment of a Contract will be made only on the actual quantities of work completed in place, measured on the basis defined in the General Conditions, Specifications, or other Contract Documents. There shall be no measurement or separate payment for any items not listed and all costs pertaining thereto shall be included in the unit prices for other items listed in the Proposal. The undersigned has carefully checked the above bidding schedule ' against the Contract Drawings, Specifications, and other Contract Documents before preparing this Bid and accepts the said quantities to be substantially correct, both as to classification ' and amount, and as correctly listing the complete work to be done in accordance with the Contract Drawings, Specifications, and other Contract Documents. ' If this Bid is accepted and the undersigned shall fail to contract as aforesaid and to give the Performance Bond, Labor and Material Bond, and Maintenance Bond required by the Conditions of ' Contract or by law, and to provide all insurance as required by the Contract Documents within ten (10) days after the date of the notice of award of the Contract, the Owner may, at his option, ' determine that the Bidder has abandoned his Contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the ' Owner as liquidated damages. The undersigned agrees to fully complete all work covered by this ' Bid to the point of substantial completion no later than November 14, 1994. The undersigned further agrees to fully complete all work covered by this Bid to the point of final ' acceptance by the Owner no later than December 14, 1994. If the undersigned fails to complete the work within the contract time, or extension of time granted by the Owner for unavoidable delays, then the undersigned shall pay to the Owner liquidated damages ' for each calendar day beyond the day stipulated in the Contract Documents. I 1J 5 Bid City of Fayetteville Sanitary Sewer Improvements By submission of this Bid, the undersigned certifies, and in the_•, case of a joint bid, each party thereto certifies as to his own organization, that in connection with the proposal: A. The prices in the proposal have been arrived at �. independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; B. Unless otherwise required by law, the prices which have been quoted in the bid have not knowingly been disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; and, C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not submit a bid for the purpose of restricting competition. D. He is the person in the Bidder's within that organization for the being bid and shall also certify participated, and will not parti contrary to Paragraphs A through organization responsible -. decision as to the prices that he has not :ipate in any action C above. E. He is not the person in the Bidder's organization responsible within that organization for the decision as to the prices being bid but that he has been authorized to act as agent for the persons responsible for such decision in certifying that such persons have not participated, and will not participate, in any action contrary to Paragraphs A through C above, and as their agent shall so certify; and shall also certify that he has not participated, and will not participate in any action contrary to Paragraphs A through C above. 6 Bid City of Fayetteville Sanitary Sewer Improvements L Ti I I I L I L L I L Ti I I H I I I I I H I U I III. BID SECURITY Accompanying this :id is a in the amount of C h• Dollars. ($ ) Note: The total amount of Bid security shall be based on the Total Bid of this Contract. IV. BIDDER'S SIGNATURE A. An Individual By (SEAL) (Individual's Name) doing business as Business address: Phone No.: B. A Partnership By (Firm Name) (SEAL) Business address: Phone No.: (General Partner) 7 Bid City of Fayetteville Sanitary Sewer Improvements C. A Corporation / By p_C, J (Corporate Seal) Attest (Se etary) Business address: A Phone No.:/ 5 O D. A Joint Venture By Name) (Address) (Address) /6' (Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above). Subscribed and sworn to before me this day of , 1994. Notary Public S Bid City of Fayetteville Sanitary Sewer Improvements. I BID BOND KNOW ALL MEN BY THESE PRESENTS, That we ' (hereinafter called the Principal) and (hereinafter called the Surety), a corporation chartered and existing under the laws of the State of with its principal office in City of and authorized to do business in the State of Arkansas are held and firmly bound unto the City of Fayetteville, AR (hereinafter I called the Owner), in the full and just sum of Dollars ($ ) good and lawful money of the United States of America, to be paid upon ' demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, executors, administrators, and assigns, jointly and severally and ' firmly by the presents. WHEREAS, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment ' and incidentals necessary to perform Sanitary Sewer Manhole Rehabilitation, White River Watershed, Mini System 18 B/C as described in these Contract Documents, WHEREAS, the Contractor desires to file this bond in accordance with law, in lieu of a certified bidder's check otherwise ' required to accompany this Bid. NOW, THEREFORE: The conditions of this obligation are such that if the Bid be accepted, the Principal shall, within ten (10) days ' after the date of receipt of a written notice of award of contract, execute a contract in accordance with the Bid and upon the terms, conditions and price(s) set forth therein, of form and ' manner required by the Owner, and execute a sufficient and satisfactory contract Performance Bond, Labor and Material Bond, and Maintenance Bond, each payable to the Owner, in an amount of • One Hundred Percent (100%) of the total Contract price in form ' and with security satisfactory to said Owner, then this obligation to be void; otherwise to be and remain in full force and virtue in law; and the Surety shall, upon failure of the Principal to comply with any or all of the foregoing requirements within the time specified above, immediately pay to the aforesaid Owner, upon demand, the amount hereof in good and lawful money of the United States of America not as a penalty but as liquidated damages. I I 1 Bid Bond City of Fayetteville Sanitary Sewer Improvements Surety companies executing Bonds must hold Certificates of 'Authority as Acceptable Sureties, must appear on the Treasury Department's most current list (Circular 570 as amended), and be authorized to transact business in the State where the Project is located. IN TESTIMONY THEREOF, the Principal and Surety have caused these presents to be duly signed and sealed this day of 1994. Principal By (Seal) Surety Countersigned Local Resident Producing Agent for r I , I I I I Bid Bond 2 City of Fayetteville Sanitary Sewer Improvements I I I I I I I I L I STATEMENT OF EXPERIENCE OF BIDDER The Bidder shall state below the work of similar magnitude or character which he has done, and shall give reference to his experience, skill and business standing and of his ability to conduct the work as completely and as rapidly as required under the terms of the contract. References shall include the name and telephone number of the project representative to be contacted. Protect and Location Reference (1) c_',,Cu it C',y 4 C S .' ' • I (2)C. ] % �� 7 l �,` /f/f/ (4) i �l (5) L- /ai''tC[/rcS (6) 1 (7) I I n I I t 1 Statement of Experience City of Fayetteville Sanitary Sewer Improvements STATEMENT OF COMMITMENT The Bidder shall state below the current projects which he is currently under contract, dollar value of contracts, and estimated time of completion. Estimated Percent Date of Currently ----. (1) (3) (4) (5) (6) (7) (8) (9) (10) 1 Statement of Commitment City of Fayetteville Sanitary Sewer Improvements I ' SUBCONTRACTORS ' List of Major Subcontractors The Bidder expressly agrees that: I1. If awarded a Contract as a result of this Bid, the major subcontractors used in the prosecution of the work will be ' those listed below, and 2. The following list includes all subcontractors who will perform work representing approximately five percent or more of the Total Bid. 3. The Bidder represents that the subcontractors listed below are financially responsible and are qualified to perform the work required. Category Name of Subcontractor Address I C C [_1 I I I tl -7/ * Contractor to write name of interior coating supplierLt�� (Strong Seal or Quadex). 1 Subcontractors City of Fayetteville Sanitary Sewer Improvements L. 1 CITY OF FAYETTEVILLE, ARKANSAS AGREEMENT ' SANITARY SEWER MANHOLE REHABILITATION WHITE RIVER WATERSHED MINI SYSTEM 18 B/C THIS AGREEMENT, made this — day of , 1994, by 1 and between the City of Fayetteville, Arkansas, a municipal corporation, hereinafter called the Owner, and hereinafter called the Contractor. ' WITNESSETH: WHEREAS, the Owner has heretofore solicited Bids for all the work and improvements for the doing of all things included within the hereinafter specified Sanitary Sewer Manhole Rehabilitation White River Watershed, Mini System 18 B/C. IWHEREAS, the Owner did on the day of , 1994 find that the Contractor was the lowest responsive, responsible Bidder for the hereinafter specified work and did award the Contractor a Contract for said work. NOW, THEREFORE, for and in consideration of their mutual promises, covenants, undertaking and agreements, the parties hereto do hereby agree as follows: I L D I I I L LI ARTICLE I - WORK TO BE DONE BY CONTRACTOR The Contractor agrees, at his own cost and expense, to do all the work and to furnish all the labor, materials, equipment and other property necessary to do, construct, install and complete all the works and improvements included in Sanitary Sewer Manhole Rehabilitation White River Watershed, for Mini System 18 B/C. All in full accordance with and in compliance with and as required by the hereinafter specified Contract Documents and any addenda for said work, and to do, at his own cost and expense, all other things required of the Contractor by said Contract Documents for said work. ARTICLE II - CONTRACT DOCUMENTS The Contract Documents are defined in the General Conditions. 3 Agreement City of Fayetteville Sewer System Improvements I ARTICLE III - CONTRACT AMOUNT ' The Contractor agrees to receive and accept the attached contract unit prices and/or lump sum prices as full compensation for furnishing all materials and equipment for doing all the work contemplated and embraced in this Agreement; also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the Owner, and for all risks of every description connected with the work; also for well and faithfully completing the work, and the whole thereof, in the manner and according to and in compliance with the Contract Documents and the requirements of the Engineer under them, also for any and all things required by the Contract Documents. ARTICLE IV - LIQUIDATED DAMAGES OR ACTUAL DAMAGES AND EXCESS ENGINEERING COSTS The Contractor shall, and agrees to, pay to excess engineering as described in the General Conditions. The Contractor shall, and agrees to, pay for liquidated damages or actual damages if the Contractor fails to complete the project within the specified time in accordance with the General Conditions. ARTICLE V - STARTING AND COMPLETION The Contractor agrees to commence work under this Agreement within ten calendar days of receipt of written Notice to Proceed and to complete all work included in this Contract to the point of substantial completion no later than November 14, 1994. The contractor further agrees to complete all work to the point of final acceptance by the Owner no later than December 14, 1994. The Contractor shall, and agrees to, furnish and deliver to the Owner, the Faithful Performance Bond, the Contractor's Labor and Material Bond, the Maintenance Bond and the insurance certificates and policies of insurance required of him by provisions of the Contract Documents, and to do, prior to starting work, all other things which are required of him by the Contract Documents as a prerequisite of starting work. 11 I i Agreement 2 City of Fayetteville Sewer System Improvements I I I ARTICLE VI - PAYMENTS TO CONTRACTOR The Owner agrees with said Contractor to employ, and does hereby employ, the said Contractor to provide the materials and do all the work, and do all other things hereinabove contained or referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions set forth or referred to in the Contract Documents; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. There shall be no measurement or separate payment for any items not listed and all costs pertaining thereto shall be included in the Contract unit prices for other items listed. IN WITNESS WHEREOF, the parties hereto have caused this Instrument to be executed in three original counterparts the day and year first above written. (SEAL) Attest: I Name (please type) Name y3 C L o ti b (please type) Title Title t'QC!≥,)EN; I (SEAL) CITY OF FAYETTEVILLE, AR I - V/ Attest: �/ n, '� _ is 4` , By t •,, il5v,•� e Name 1 Ac .! f tL�1 Name _ I(please type) (please type) Title ;i - y' GFzk Title MAy_,IZ I El 9 City of Sewer System Agreement Fayetteville Improvements I IARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND ' We as Principal, hereinafter called Principal, and a corporation organized and existing under the laws of the State of Arkansas and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto as Obligee, here inafter called Owner, in the amount of Dollars ($ ), for the payment whereof Principal and Surety bind themselves, their I heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated entered into a contract with owner for Sanitary Sewer Manhole Rehabilitation White River Watershed Mini System 18 B/C which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITIONS OF THIS OBLIGATION IS SUCH that if the 1 principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure to do so and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner's I priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond 1 outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor ' shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. I I E Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. I 1 Performance Bond City of Fayetteville Sanitary Sewer Improvements I CERTIFICATE OF OWNER'S ATTORNEY I, the undersigned, , the duly authorized and acting legal representative of , do hereby certify as follows: I have examined the attached contract(s) and surety bonds and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions and provisions thereof. I I Date: I I I I LI I I I 1 TABLE OF CONTENTS FOR GENERAL CONDITIONS ' SUBJECT PAGE A DEFINITIONS 1 ' B CONTRACT DOCUMENTS: DEFINITIONS. . . . . . . 6 C PRELIMINARY MATTERS . . . . . . . . . . . . . 8 ID CONTRACT DOCUMENTS: INTENT AND REUSE . . . . 11 E AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS. . . . . . . . . . . . . . . 14 F BONDS AND INSURANCE . . . . . . . . . . . . . 18 G CONTRACTOR'S RESPONSIBILITIES . . . . . . . . 29 H OTHER WORK. . . . . . . . . . . . . . . . . . 43 I OWNER'S RESPONSIBILITIES. . . . . . . . . . . 45 1 J ENGINEER'S STATUS DURING CONSTRUCTION . . . . 46 K CHANGES IN WORK . . . . . . . . . . . . . . . 50 L CHANGES IN CONTRACT PRICE . . . . . . . . as 52 M CHANGES IN CONTRACT TIME. . . . . . . . . . . 60 N WARRANTY AND GUARANTEE; TESTS AND OBSERVATIONS; ' CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK. . . . . . . . . . . . . . . . 63 0 PAYMENTS TO CONTRACTOR AND COMPLETION . . . . 68 P SUSPENSION OF WORK AND TERMINATION. . . . . . 79 Q ARBITRATION . . . . . . . . . . . . . . . . 83 R LIQUIDATED DAMAGES OR ACTUAL DAMAGES FOR DELAY . . . . . . . . . . . . . . . . . . 85 Is EXCESS ENGINEERING COSTS. . . . . . . . . . . 87 T MISCELLANEOUS . . . . . . . . . . . . . . . . 88 I I I I I INDEX TO GENERAL CONDITIONS Paragraph Acceptance Access to the Work Addenda, definition of Agreement, definition of All Risk Insurance Amendment, Written Application for Progress Payment Request Arbitration As Directed, definition of As Shown, definition of Availability of Lands Avoidable Delays Award, Notice of, definition of Number Page Number 0.12 76 N.2 63 A.1 1 A.2, B.3.a 1,6 F.2.a 19 A.41, D.2 5,12 0.2 4 A.3 A.4 E.1 M.2.a A.23 Before Starting Construction C.5 Bid, definition of A.5 Bidder, definition A.6 Bidding Documents t 8.2 Bonds and Insurance F.1, F..2 Bonds, definition of A.7 Bonds, delivery of C.1, F.1 Bonds, Performance and Other B.3.b, F.1 Cash Allowances Certificate of Insurance Changes in Contract Price Changes in Contract Time Change Order, definition of Change Orders, Engineer's Responsibility Change Orders, to be 'Executed Changes in Work Claims, Waiver of, on Final Payment Clarifications and Interpretations Cleaning Completion Completion, Substantial Commencement of Contract Time Conditions of Contract Conference, Pre -Construction Conflict, Error, Discrepancy - Contractor to Report Construction Machinery, Equipment, etc. ii L.6 F.2.c L ,M A.8 J.5 K.4 K. O:14 J.4 G.10.b O 0.8 C.3 B.4 C.6 C.5.a, D.l.c G.2.b 68 83 1 14 61 8 1 3- 6 18,19 1 8,18 7,18 58 22 47 60 1 47 45 45 78 46 36 68 73 8 7 I I L I Li J I I L L► I 8,11 30 1 1 LI ' Continuing the Work G.15 40 Contract Documents - Amending and Supplementing D.2 12 I Contract Documents, definition of A.9, B 2,6 Contract Documents, Discrepancies and Omissions D.4 12 Contract Documents: Intent and Reuse D.1 11 Contract Documents: Titles and Headings D.5 13 Contract Price, Change of L 52 Contract price, definition of A.10 2 Contract Time, Change of M 60 Contract Time, Commencement of C.3 8 Contract Time, definition of A.11 2 Contractor, definition of A.12 2 Contractor May Stop Work or Terminate P.3 82 Contractor's Continuing Obligation 0.13 77 ' Contractor's Duty to Report Discrepancy in Documents C.5.a,D.l.b 8,11 Contractor's Fee, Costs Plus L.5.a 57 Contractor's Liability Insurance F.2.a 19 Contractor's Responsibilities - • in General G 29 Contractor's Warranty of Title 0.6 71 Contractor's - Other H 43 Contractual Documents B.3 6 Contractual Liability Insurance F.2.a 19 1 Coordinating Contractor, definition of H.2 44 Coordination H.2 44 Copies of Documents C.2 8 Correction or Removal of Defective Work N.6 60 Correction Period, One Year N.7 60 Correction, Removal or Acceptance of Defective Work - in General N.6 thru N.9 65,66 Cost, Net Decrease L.5.a.(2) 57 Cost of Work L.4,O.4 53,70 Costs, Supplemental L.4.a.(5) 54 Day, definition of A.13 2 Defective, definition of A.14 2 Defective Work, Acceptance of N.8 66 Defective Work, Correction or Removal of N.6 65 Defective Work, Rejecting 3.6 47 Definitions A 1 Delays 14.2, 14.3 61,62 Delivery of Bonds C.1 8 Determination for Unit Prices 3.8 47 Disputes, Decisions by Engineer J.9 48 Documents, Copies of C.2 8 Documents, Record G.11 37 Documents, Reuse of D.3 12 Drawings and/or Plans, definition of A.15 2 Easements E.1 14 , Effective Date of Agreement, definition of A.16 2 Emergencies G.13 38 , Engineer, definition of A.17 2 Engineering Cost, Excess S - 82 Engineer's Decisions J.8, J.9 47,48 Engineer's, Notice Work is Acceptable O.12 76 Engineer's Responsibilities, Limitations on J.10 49 Engineer's Recommendation of Payment O.7, O.11 71,76 Engineer's Status During Construction J 46 Equipment, Labor, Materials G.2 30 Equivalent Materials and Equipment G.4 31 Excess Engineering Costs S 87 Extension of Time M.3 62 Explorations of Physical Conditions E.2.a 14 Fee, Contractor's Costs Plus L.5 - 57 Field Order - definition of A.18 3 Field Order - issued by Engineer K.2 50 Final Acceptance, definition of A.19 3 Final Application for Payment O.11 76 Final Observation O.10 76 Final Payment and Acceptance O.12 76 Final Payment, Recommendation of O.12 76 General Requirements, definition of A.20 3 General Provisions T.3 88 Giving Notice T.1 88 Guarantee of Work, by Contractor N.1 63 Headings, Titles and D.5 13 Hold Harmless Agreement F.3 24 Indemnification G.16 41 1 Observation, Final O.10 76 Observation Tests and N.3 58 Insurance, Amount of Coverage F.2.a.(4) 19 Insurance, Bonds and F.2 - 19 Insurance, Certificates of C.5.c, F.2.c 9,22 Insurance, Completed Operations F.2.a. 19 Insurance, Contractor's Liability F.2.a. 19 Insurance, Contractual Liability F.2.a 19 Insurance Companies, Notification of F.5 28 Insurance,. Owner's Liability F.3 24 Insurance, Property F.2,F.3,F.4. 19,24 Insurance, Waiver of Rights F.6 25 Insurance, Workmen's Compensation F.2 19 Insurance, Workmen's Occupational Diseases F.2.b.(1) 20 Interpretations and Clarifications J.4 46 Investigations of Physical Conditions E.2 14 I iv I I Labor and Material Bond F.l.b 18 Labor, Materials and Equipment G.2 30 Laws and Regulations A.22,G.8 3,31 Liability Insurance, Contractor's F.2.a. 19 • Liability Insurance, Owner's and Engineer's F.2.a. 19 • Limitations on Engineer's Responsibilities J.10 49 Liquidated Damages R 85 Materials and Equipment, furnished by Contractor G.2.a, G.2.c 30 Materials and Equipment, not incorporated in work 0.2.b 68 • Materials or Equipment, Equivalent G.4 31 Miscellaneous, Provisions T 88 Notice, Giving T.1 88 Notice of Award, definition of A.23 3 Notice of Acceptability of Project 0.12.a 71 ' Notice to Proceed, definition of A.24 3 Notice to Proceed C.3 8 ' "Or -Equal" items G.4.a 31 Other Contractors, Work by Others H 43 Other Work H 43 Overtime Work, Prohibition of G.2.a 30 Owner, definition of A.25 3 Owner May Correct Defective Work N.9 66 Owner May Stop Work N.5 65 Owner May Suspend Work, Terminate P.1, P.2 79,80 Owner's Duty to Execute Change Orders I.6 45 • Owner's Liability Insurance F.2.a. 19 Owner's Representative 3.1 46 Owner's Responsibilities I 45 ' Partial Utilization, definition of A.26 3 Partial Utilization 0.9 69 Partial Utilization, 1 Property Insurance F.4.b 25 Partial Waiver of Liens 0.5 66 Patent Fees and Royalties G.6 34 Payment Request, definition of A.27 3 Payment Request, Final 0.1 68 Payment Request, Progress 0.2 68 ' Payments to Contractor and Completion 0 68 Payments, Recommendation of 0.7 71 Payments to Contractor 0 68 I Iv II Payments to Contractor, when due O.7.b, O.12.a, 71,76 1 Payments to contractor, withholding O.7.d . 72 Payments, Reporting and Invoicing Cost -of -Work O.4 _ 70 Payments, -Unit Prices O.3 70 Performance, Bonds a. F.1.a . 18 Permits „ 'G.7 t 35 Physical Conditions E.2 14 Physical Conditions, Engineer's Review E.2.d 15 Physical Conditions, Existing E.2.b 14 Structures Physical Conditions, Exploration and Reports E.2.a 14, Physical Conditions, Possible Document Change E.2.e 15' Physical Conditions, Price and Time Adjustment E.2.f 15 Physical Conditions, Report to Differing Conditions E.2.c 15 Physical Conditions, Underground Facilities E.3 16 Pre -Construction Conference C.6 9 Preliminary Matters. C 8 Premises, Use of G.10 36 Price, Change in Contract L 52 I Price, contract, definition of A.10 2 Progress Payment, Applications for . O.2 68 Progress Payment, Review of Applications O.7 7.1 Progress Schedule C.5.b(1), O.1 9,68 Project, definition of A.28 3 Project Representative J.3 46 Project Starting C.4 8 Property Insurance F.2.a,F.2.a.(5) 19,20 Property Insurance - Partial Utilization F.4.b. 25 Protection, Safety and G.12 37 Provide A.29 4 Recommendation of Payment O.7.a, O.11 71,76 Record Documents G.11 37 Reference Points E.4 17 Regulations, Laws and G.8 35 Rejecting Defective Work J.6 47 Related Work at Site H.1• 43 Remedies Not Exclusive T.3.b 88 Removal or Correction of Defective Work N.6 65 Resident Engineer A.31 4 Resident Project Representative, definition of A.30 4 Resident Project Representative J.3 46 vi , I [1 I L, I I I I [1 Responsibilities, Contractor's G 29 Responsibilities, Engineer's J 41 Responsibilities, Owner's I 45 Retainage Reuse of Documents O.2.d D.3 69 12 Rights of Way E.1 14 Royalties, Patent Fees and G.6 34 Safety and Protection Samples, and Drawings Schedule of Shop Drawing Submissions Schedule of Values Schedule of Progress C.5,C.6,C.7,G. Schedules, Finalizing Shop Drawings and Samples Shop Drawings, definition of Shop Drawings, Use for Substitutions Site, Visits to by Engineer Specifications, definition of Specifications and Drawings Starting Construction, Before Starting the Project Stopping Work, by Contractor Stopping Work, by Owner Subcontractor, definition of Subcontractors - in General Subcontractors, Required Provisions Substitute or "Or -Equal" Items Substantial Completion, Statement of Substantial Completion, definition of Subsurface Conditions Supplemental Costs Supplementary Conditions, definition Supplementing Contract Documents Suppliers, definition of Surety, consent to payment Surety, Engineer's Duties Surety, Notice of changes Surety, Qualification of Suspending Work, by Owner Suspension of work and Termination Superintendent, Contractor's Supervision and Superintendent 3,G of G. 12 G.14 C.5.b, O.1 C.5.b.(3)1O.1 14,P.2.a.(6) C.7 G.11, G.14 A.32 G.4.a J.2 A.33 B.5 C.5, C.6 C.4 P.3 N.5 A.34 G.5.a F.6., G.5.a G.4 O.8 A.35 E.2.a, E.3 L.4.a.(5) A.36 D.2 A.37 O.11 J.10.a K.5 F.1 P.1.a P G.l.b G.1 37 39 9,68 9,68 8,9,10,31,39,81 10 37,39 4 31 46 7 8,9 8 82 65 4 33 28,33 31 73 4 14,16 54 12 4 76 49 51 18 79 79 29 29 Taxes G.9 36 Termination, by Contractor P.3 82 Termination, by Owner P.2 80 ' Termination, Suspension of Work P 79 Tests and Observations N.3 63 Time, Change of Contract M 60 Time, Computation of T.2 88 Time, Contract, definition of A.11 2 Titles and Headings D.5 123 I I vii I Unavoidable Delays M.2.b Uncovering Work N.4 Underground Facilities, definition of A.38 Underground Facilities, Not Indicated E.3.b Underground Facilities, Protection of E.3.a.(2),G.12 Underground Facilities, Indicated E.3.a Unforseen Physical Conditions E.3 Unit Price Work, definition of A.39 Unit Price Work, general L.7,O.1,O.3,O.7.c Unit Prices L.3.a, O.3 Unit Prices, Adjustment of L.5.b Use of Premises G.10 Utility Owners G.7,G.12.a.(3),H.1 Values, Schedule of O.1 Variations in Work, Authorized G.14.b,G.13,J.5' Visits to Site - by Engineer J.2 Waiver of Claims, on Final Payment O.14 Waiver of Rights F.6 Warranty and Guarantee N.1 Warranty of Title, contractor's O.6 Work, Access to • - N.2 Work by Others H Work, Cost -of- L.4 Work, Continuing During Disputes G.15 Work, definition of A.40 Work Directive Change, definition of A.41 Work Directive Change D.2.a.(3) Work, Neglected by Contractor N.9 Work, Stopping by Contractor P.3 Work, Stoppingby Owner P.1, P.2 Written Amendment, definition of A.42 Written Amendment D.2,K.1,L.1,M.1 61 64 5 16 16,37 �. 16 16 5 58,63,65,67 52,65 57 36 35,37,43 68 39,38,42 46 78 28• 63 66 63 43 53 40 5 5 12- 66 82 79,80 5 12,50,52,60 I I I I I I I I I I Li viii I I IA. Definitions GENERAL CONDITIONS Whenever used in these General Conditions or in the other Contract Documents, the following terms have the meanings indicated which are applicable to both the singular and 1 plural thereof: 1. Addenda - Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Documents or the Contract Documents. ' 2. Agreement - The written agreement between Owner and Contractor covering the work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 3. "As directed", "as permitted", "reviewed", or words of similar import mean the direction, requirements, or ' permission of the Engineer, unless stated otherwise. 4. "As shown", "as indicated", "as detailed", or words of similar import refer to the Contract Drawings unless ' stated otherwise. 5. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the work to be performed. 6. Bidder - Any person, partnership, corporation, association, or affiliation submitting a bid for the work. ' 7. Bonds - Bid, performance, and labor and material bonds and other instruments of security. ' 8. change Order - A document recommended by Engineer, which is signed by the Contractor and the Owner authorizing an addition, deletion or revision in the work, or an adjustment in the contract price or the contract time, issued on or after the effective date of the Agreement. I J 1 1 General Conditions City of Fayetteville Sanitary Sewer Improvements Li Paragraph A continued I 9. Contract Documents - The Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid (including documentation accompanying the Bid and any post -Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Bonds,ethese General Conditions, Conditions of Contract, the Specifications,• the Plans and/or Drawings as the same are more specifically identified in the Agreement, together with all amendments, modifications, and supplements issued on or after the execution of the Agreement. - 10. Contract Price- The moneys payable by Contractor. under the Contract Documents ,Agreement. Owner to ' as stated in the 11. Contract Time - The number of days (computed as provided in paragraph T.2) or the`date stated in the Agreement for the completion of the work. 12. Contractor -, The person, firm or corporation with whom Owner has entered into the Agreement.. 13. Day - A calendar day of twenty-four hours measured from midnight to the next midnight. 14. Defective - An adjective which when modifying the word work refers to work that is faulty or deficient, br does not conform to the Contract Documents, or does not meet the requirements of any observation, reference standards test or review referred to in the Contract Documents, or has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been.assumed by Owner at Substantial. Completion). 15. Drawings and/or Plans - The drawings and/or plans which show the character and scope of the work to be performed and which have been prepared or reviewed by the Engineer and are referred to in the Contract Documents. 16. Effective date of the Agreement - The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 17. Engineer - The firm of RJN Group Inc., Consulting Engineers, Dallas, Texas, acting through its authorized representatives. 4 , I L CI I. I I I I I I General Conditions 2 City of Fayetteville Sanitary Sewer Improvements 11 ' Paragraph A continued 18. Field Order - A written order issued by Engineer which orders minor changes in the work in accordance with paragraph J.5 but which does not involve a change in the contract price or the contract time. 19. Final Acceptance - The date when the construction of the project is complete in accordance with the Contract Documents so that the entire project can be utilized for purposes for which it is intended and all monies due the Contractor have been paid him in the final payment estimate. 20. General Requirements - Sections of the Specifications. 21. Construction Observer - The authorized representative of ' Engineer who is assigned to the site or any part thereof. 22. Laws and Regulations; Laws or Regulations - Laws, rules, regulations, ordinances, codes and/or orders. 23. Notice of Award - The written notice by Owner to the apparent successful Bidder stating that upon compliance by the apparent successful Bidder with the conditions precedent enumerated therein, within the time specified, Owner will sign and deliver the Agreement. 24. Notice to Proceed - A written notice given by Owner to Contractor (with a copy to Engineer) fixing the date on which the Contractor Time will commence to run and on which Contractor shall start to perform his obligation under the Contract Documents. ' 25. Owner - City of Fayetteville. 26. Partial Utilization - Placing a portion of the Work to be ' provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. ' 27. Payment Request - The form reviewed by the Engineer which is to be used by Contractor in requesting progress or final payment and which is to include such supporting documentation as is required by the Contract Documents. 28. Project - The total construction of which the work to be ' provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. I 3 General Conditions ' City of Fayetteville Sanitary Sewer Improvements Paragraph A continued ' 29. Provide - means "furnish and install". 30. Resident Project Representative representative of Engineer who any part thereof. - the authorized I is assigned to the site or 31. Resident Engineer - The authorized representative of the Engineer who is•assigned to the overall project and may have engineering personnel responsibility. 32. Shop Drawings - All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by Contractor, a Subcontractor, manufacturer, fabricator, supplier or distributor to illustrate some portion of the work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a manufacturer, fabricator, supplier or distributor and submitted by Contractor to illustrate material or equipment for some portion of the work. 33. Specifications - Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the work and certain administrative details applicable thereto. 34. Subcontractor - An individual, firm or corporation having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the work at the site. 35. Substantial Completion - The work (or a specified part .thereof) has progressed to the point where, in the opinion of Engineer as'evidenced by his definitive Statement of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the work (or specified part) can be utilized for the purposes for which it was intended; or if there be no such statement issued, when final payment is due in accordance with paragraph O.8. The terms "substantially complete" and "substantially completed" as applied to any work refer to Substantial Completion thereof. 36. Supplementary Conditions - The part of the Contract Documents which amends or supplements these General Conditions. 37. Supplier - A manufacturer, fabricator, supplier, distributor, materialman or vendor. L I I I I I I I I I I I J General Conditions City of Fayetteville Sanitary Sewer Improvements I I I I U I 'L1 I I I I I 1 1] I I I I Paragraph A continued 38. Underground Facilities - All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials; electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. 39. Unit Price Work - Work to be paid for on the basis of unit prices. 40. work - The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, all as required by the Contract Documents. 41. Work Directive Change - A written directive to Contractor, issued on or after the Effective Date of the Agreement and signed by Owner and recommended by Engineer, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph E.2 or E.3 or to emergencies under paragraph G.13. A Work Directive Change may not change the Contract Price or the Contract Time, but is evidence that the parties expect that the change directed or documented by a Work Directive Change will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided in paragraph L and M. 42. Written Amendment - A written amendment of the Contract Documents, signed by Owner and Contractor on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly Work -related aspects of the Contract Documents. I General Conditions City of Fayetteville Sanitary Sewer Improvements r B. Contract Documents: Definitions I 1. General The Contract Documents comprise the following general classifications of documents, including all additions, deletions, and modifications incorporated therein before the execution of the Agreement: Bidding Documents ' Contractual Documents Conditions of the Contract , Specifications 'Drawings and/or Plans 2. Bidding Documents The Bidding Documents issued -by the Owner to assist Bidders in preparing their Bids include: a. Invitation to Bid bound herewith. b. Instructions to Bidders bound herewith. ' C. The Bid which is the offer of a Bidder to perform the work described in the Contract Documents, made out .and submitted on the prescribed Bid form bound herewith, properly signed and guaranteed. d. Any Addenda issued during the time of Bidding, or , forming a part of the Contract Documents used by the Bidder for the preparation of his Bid, shall be covered in the Bid, and shall be made a part of the contract. Receipt of each Addendum shall be acknowledged in the Bid. 3. Contractual Documents ' a. Agreement The Agreement covers the performance described in the Contract Documents, supplemental Addenda thereto and all special provisions pertaining to the materials therefor. The Agreement f herewith. of the work including all general and work or orm is bound General Conditions 6 City of Fayetteville Sanitary Sewer Improvements ' Paragraph B continued b. Bonds (1) Arkansas Statutory Performance and Payment Bond. 4. Conditions of the Contract a. General Conditions of the Contract bound herewith ' and of which this paragraph is a part. b. Supplementary Conditions of this Contract bound ' herewith. c. Federal/State laws and regulations applicable to ' this Contract and bound herewith. d. Wage requirements applicable to this Contract and bound herewith. 5. Specifications and Drawings ' a. Contract Specifications bound herewith, which are listed in the table of contents for these Contract Documents. b. Contract Drawings including but not limited to those listed in the drawing index of the Contract Drawings. I 1 7 General Conditions ' City of Fayetteville Sanitary Sewer Improvements L C. Preliminary Matters 1. Delivery of Bonds When Contractor delivers the executed Agreements to Owner, Contractor shall also deliver to Owner such Bonds as Contractor may be required to furnish in accordance with paragraph F.1. 2. Copies of Documents - Owner shall furnish to Contractor up to five copies (unless otherwise specified) of the Contract Documents. Additional copies will be furnished, upon request, at the cost of reproduction. 3. Commencement of Contract Time; Notice to Proceed , The Contract Time will commence to run on the thirtieth day after the Effective Date of the Agreement, or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty (30) days after the Effective Date ' of the Agreement. 4. Starting the Project a. Contractor shall start to perform the work within ten (10) calendar days from the date when the Contract Time commences to run, but no work shall be done at the site prior to the date on which the Contract Time commences to run. b. The Contractor shall notify the O hours before starting work at the his intentions to do so. In case suspension of work, he shall give before resuming work. aner in writing 48 site of the work or of a temporary reasonable notice 5. Before Starting Construction a. Before undertaking each part of the work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error or discrepancy which Contractor may discover and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby; however, Contractor shall not be liable to Owner or Engineer General Conditions 8 City of Fayetteville , Sanitary Sewer Improvements E IParagraph C.5.a continued for failure to report any conflict, error or discrepancy in the Contract Documents, unless Contractor had actual knowledge thereof or should reasonably have known thereof. b. Within ten (10) days after the effective date of the Agreement (unless otherwise specified), Contractor ' shall submit to Engineer for review: (1) An estimated progress schedule indicating the starting and completion dates of the various ' stages of the Work. (2) A preliminary schedule of Shop Drawing submissions. (3) A preliminary schedule of values for all of the Work which will include quantities and prices of ' items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for ' progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by Contractor at the time of submission. c. Before a Notice to Proceed will be issued Contractor 1 shall deliver to Owner, with a copy to Engineer, certificates (and other evidence of insurance requested by Owner) of insurance which Contractor is required to purchase and maintain. 6. Pre -Construction Conference ' Within twenty (20) days after the effective date of the Agreement, but before Contractor starts the work at the site, a conference will be held for review of the schedules referred to in paragraph C.5.b, to establish procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, ' and to establish a working understanding among the parties as to the work. 9 General Conditions ' City of Fayetteville Sanitary Sewer Improvements I Paragraph C continued I 7. Finalizing Schedules a. At least ten (10) days before submission of the first Application for Payment a conference attended by Contractor, Engineer and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph C.5.b. The finalized progress schedule will provide an orderly progression of thework to completion within the Contract Time, but review by the Engineer will neither impose on Engineer responsibility for the progress or scheduling of the work nor relieve Contractor from full responsibility therefore. The finalized schedule of Shop Drawing submissions will provide a workable arrangement for processing the submissions. The finalized schedule of values will be reviewed by the Engineer as to form and substance. . r I 4 1 I I •1 1 < • •i 7. 1 •1 General Conditions 10 • City of Fayetteville Sanitary Sewer Improvements I D. Contract Documents: Intent and Reuse ' 1. Intent a. The Contract Documents comprise the entire Agreement between Owner and Contractor concerning the work. The 1 Contract Documents will be construed in accordance with the law of the place of the Project. ' b. It is the intent of the Specifications and Drawings to describe a complete project (or part thereof) to be constructed in accordance with the Contract ' Documents. Any work that may reasonably be inferred from the Specifications or Drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment such words shall be interpreted in accordance with such meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the code ' of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code in effect at the time of opening of Bids (or, on the effective date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall change the duties and responsibilities of Owner, Contractor or Engineer, or any of their agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to Engineer, or any of Engineer's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the work or any duty or authority to undertake responsibility contrary to the provisions of paragraph J.10.c or J.10.d. Clarifications and interpretations of the Contract Documents shall be issued by Engineer. IC. If, during the performance of the work, Contractor finds a conflict, error or discrepancy in the Contract Documents, Contractor shall so report to ' Engineer in writing at once and before proceeding with the work affected thereby shall obtain a written interpretation or clarification from Engineer; ' however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof or should reasonably have known thereof. 11 General Conditions ' City of Fayetteville Sanitary Sewer Improvements I Paragraph D continued 2. Amending and Supplementing Contract Documents a. The Contract Documents may be amended to provide for ' additions, deletions and revisions in the work or to modify the terms and conditions thereof in one or more of the following ways: (1) A formal written amendment. (2) A Change Order (pursuant to paragraph K.4). , (3) A work directive.change (pursuant to'.paragraph K.1). Contract Price and Contract Time may only be changed by a Change Order or a written amendment as indicated in paragraphs L.2 and M.1. b. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the work may be authorized by: (1) Field Order (pursuant.to paragraph J.5). ' -(2) Engineer's review of a Shop Drawing or. sample • .(pursuant to paragraphs G.14.b.(1) or G.14.d). (3) Engineer's written interpretation or clarification (pursuant to paragraph4J.4). 3. Reuse of Documents Neither'Contractor nor any Subcontractor, or Supplier or other person or organization performing or furnishing any of the work under a direct or indirect contract with Owner shall have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer; and they shall not reuse any of them on extensions of the Project or any other project without written consent of Owner and Engineer and specific written- verification or adaptation by Engineer. 4. Discrepancies and Omissions a. Should anything which is necessary for a clear understanding of the work be omitted from the Contract Documents, or should it appear that various instructions are in conflict, the Contractor shall secure written instructions from the Engineer before , proceeding with the work affected by such omissions or discrepancies. General Conditions 12 City of Fayetteville Sanitary Sewer Improvements I I I Paragraph D.4 continued b. In resolving inconsistencies among two or more sections of the Contract Documents, precedence shall be given in the following order: First Agreement Second Laws and Regulations Third Supplementary Conditions Fourth General Conditions • Fifth Specifications Sixth Contract Drawings I I I I I I I I I 1 1 Li 11 c. Figured dimensions on Plans shall take precedence over scale dimensions. Detailed Plans in the Documents shall take precedence over general Plans. Titles and Headings a. The titles and headings printed on the Contract Drawings, in the General Conditions, in the Contract Specifications, and elsewhere in the Contract Documents are inserted for convenience and reference only, and shall not be taken or considered as having any bearing on the interpretation thereof. b. Separation of the Contract Specifications into Divisions and Sections shall not operate to make the Engineer an arbiter to establish limits of work between the Contractor and Subcontractors, or between trades. 13 General Conditions City of Fayetteville Sanitary Sewer Improvements I E. Availability of Lands; Physical Conditions: Reference Points • 1. Availability of Lands Owner shall furnish, as indicated in the Contract Documents, the lands upon which the work is to be performed, rights -of -way for access thereto, and such other lands which are designated for the use of Contractor. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by Owner, unless otherwise provided in the Contract Documents. If Contractor believes that any delay in Owner's furnishing these lands, rights -of -way or easements entitles Contractor to an extension of the Contract Time, Contractor may make a claim thereof as provided in Paragraph M. Contractor shall provide for all additional lands and access thereto that may be ' required for temporary construction facilities or storage of materials and equipment. 2. Physical Conditions a. Explorations and Reports Reference is made to the Instructions to Bidders for identification of those reports of explorations and tests of subsurface conditions at the site that have been utilized by Engineer in preparation of the Contract Documents. Contractor may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for Contractor's purposes. , Except as indicated in the immediately preceding sentence and in paragraph E.2.f, Contractor shall have full responsibility with respect to subsurface conditions at the site. b. Existing Structures Reference is made to the Instructions to Bidders for I identification of those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities referred to in paragraph'E.3) which are at or contiguous to the site that have been utilized by Engineer in preparation of the Contract Documents. Contractor may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for Contractor's purposes. Except as indicated in the immediately General Conditions 14 City of Fayetteville Sanitary Sewer Improvements I Paragraph E.2.b continued preceding sentence and in paragraph E.2.f, Contractor shall have full responsibility with respect to physical conditions in or relating to such structures. c. Report of Differing Conditions I I I I I I I I I I• I I Li If contractor believes that any technical data on which Contractor is entitled to rely as provided in paragraphs E.2.a and E.2.b is inaccurate, or any physical condition uncovered or revealed at the site differs materially from that indicated, reflected or referred to in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before performing any work in connection therewith (except in an emergency as permitted by paragraph G.13), notify Owner and Engineer in writing about the inaccuracy or difference. d. Engineer's Review Engineer will promptly review the pertinent conditions, determine the necessity of obtaining additional explorations or tests with respect thereto and advise Owner in writing (with a copy to Contractor) or Engineer's findings and conclusions. e. Possible Document Change If Engineer concludes that there is a material error in the Contract Documents or that because of newly discovered conditions a change in the Contract Documents is required, a Work Directive Change or a Change Order will be issued as provided in Paragraph K to reflect and document the consequences of the inaccuracy or difference. f. Possible Price and Time Adjustments In each such case, an increase or decrease in the Contract Price or an extension or shortening of the Contract Time, or any combination thereof, will be allowable to the extent that they are attributable to any such inaccuracy or difference. If Owner and Contractor are unable to agree as to the amount or length thereof, a claim may be made therefore as provided in Paragraph L and M. 15 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph E continued 1 3. Physical Conditions - Underground Facilities a. Shown or Indicated , The information and data shown or indicated in the Contract Documents with respect -to existing Underground Facilities at or contiguous to the site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: (1) Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and, (2) Contractor shall have full responsibility for reviewing and checking all such information and data, for locating all underground facilities shown or indicated in the Contract Documents, for coordination of the work with the owners of such underground facilities during construction, for safety and protection thereof and repairing any damage thereto resulting from the work, the cost of all of which will be considered as having been included in the contract price. ' b. Not Shown or Indicated If an underground facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of, Contractor shall, promptly after becoming aware thereof and before performing any work affected thereby (except in an emergency as permitted by paragraph G.13), identify the owner of such underground facility and give written notice thereof• to that owner and to Owner and Engineer. Engineer ' will promptly review the underground facility to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the underground facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, Contractor shall be responsible for the safety and protection of such underground facility as provided in paragraphs G.12.a and G.12.b. Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, to the -extent that they are attributable to the existence of General Conditions 16 City of Fayetteville Sanitary Sewer Improvements I Paragraph E.3.b continued any underground facility that was not shown or I indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of. If the parties are unable to agree as Ito the amount or length thereof, Contractor may make a claim therefore as provided in Paragraphs L and M. 4. Reference Points IOwner shall provide engineering surveys for construction to establish reference points which in his judgment are I necessary to enable Contractor to proceed with the work (unless otherwise specified), Contractor shall be responsible for laying out the work shall protect and preserve the established reference points, and shall make ' no changes or relocations without the prior written approval of Owner. Contractor shall report to Engineer whenever any reference point is lost, destroyed, or requires relocation because of necessary changes in grades or locations, and shall be responsible for replacement or relocation of such reference points by professionally qualified personnel. C r I F I I I I 17 General Conditions I City of Fayetteville Sanitary Sewer Improvements I F. Bonds and Insurance ' 1. Performance and Other Bonds The Contractor shall, at the time he executes the ' Agreement, furnish bonds payable to the Owner in the form of bonds set forth herein, secured by a surety company acceptable to the Owner, as follows: a. Arkansas Statutory Performance and Payment Bond in an amount equal to 100 percent of the total contract price conditioned upon the faithful performance of all covenants and stipulations under the contract and holding good for a period of two years after the date when final payment becomes due, except as otherwise provided by law or regulation or by the Contract Documents to protect the Owner against the results of defective materials, workmanship, and equipment during that time. b. It is the responsibility of the Contractor to notify ' all surety companies and other signers of any of the bonds listed above, to familiarize themselves with all of the conditions and provisions of this - Contract. All surety companies and other signers shall waive their right of notification by the Owner of any change or modification of this Contract, or of decreased or increased work, or of the cancellation of this Contract, or of any other acts by the Owner or its authorized employees or agents under the terms of this Contract. The waiver by the surety companies and other signers shall in no way relieve the surety companies and other signers of their obligations • under this Contract. c. If the Surety on any Bond furnished by Contractor is declared bankrupt, or becomes insolvent, or its right to do business is terminated in any state where any part of the Project is located, or it ceases to meet the requirements herein, Contractor shall within five days thereafter substitute another Bond and Surety, both of which shall be acceptable to Owner. d. All Bonds shall be in the forms prescribed by law or regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. 1 General Conditions 18 City of Fayetteville 1 Sanitary Sewer Improvements I H I H I H I I I (3) claims for damages because of bodily injury, sickness or disease, or death of any person other than the Contractor's employees; ' (4) claims for damages insured by usual personal injury liability coverage which are sustained (1) by a person as a result of an offense directly or indirectly related to employment of ' such person by the Contractor, or (2) by another person; (5) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom; I 19 General Conditions ' City of Fayetteville Sanitary Sewer Improvements Paragraph F.1 continued 2. Contractor's Liability Insurance a. The Contractor shall obtain, purchase, and maintain throughout the duration of the contract, including all excepted time extensions, all insurance coverages described below. The Contractor shall purchase from and maintain in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, such insurance as will protect the contractor from claims set forth below which may arise out of or result from the Contractor's operations under the Contract, and for which the Contractor may be legally liable, whether such operations be by the Contractor or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (1) claims under workers' or workmens' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; (2) claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees; I Paragraph F.2 continued ' (6) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of any motor vehicle; and (7) claims involving contractual liability insurance applicable to the Contractor's obligations under Paragraph G.16. b. The insurance required by Subparagraph F.2.a shall be written for not less than limits of liability specified in the Contract Documents, Supplemental Conditions, or required by law, whichever coverage is greater. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption from date of commencement of the work until date of final payment and termination of any coverage required to be maintained after final payment. Notwithstanding the above, the insurance required by paragraph F.2 shall be on an occurrence basis. ■ Such insurance shall be written to include the following coverages and for not less than the following minimum limits or greater if required by law: '(1) Worker's Compensation, Occupational Disease and Employer's Liability Insurance: (a) State: (in which this contract is performed) Statutory limits. (b) Applicable Federal (if any) - Statutory limits. • (c) Employer's Liability - if applicable in state Bodily Injury by Accident - $500,000 each accident Bodily Injury by Disease - $500,000 each employee Bodily Injury by Disease - $500,000 each policy limit I General Conditions 20 City of Fayetteville ' Sanitary Sewer Improvements L Paragraph F.2.b continued (2) Commercial General Liability Insurance including ' as minimum coverages: Premises - Operations Liability Independent Contractor's Protective Liability Products and Completed Operations Liability Broad Form Property Damage Endorsement Blanket Contractual Personal Injury, with Employment Exclusion deleted (a) Special Requirements: i. Property Damage Liability Insurance will ' provide "X, C. and U" (Explosion, collapse and underground hazard) coverage as applicable. ii. Products and Completed Operations to be maintained for (2)* years after final ' payment. iii. The owner, engineer, their consultants, agents and employees, shall be named as I "additional insureds" on the commercial general liability policy of the general contractor and/or subcontractor of any tier. (b) Limits of Liability: ' $1,000,000 Each occurrence as respects Bodily Injury Liability or Property Damage Liability, or both combined. ' $2,000,000 General Aggregate $1,000,000 Products/Completed Operations Aggregate $1,000,000 Personal and Advertising Injury (3) Automobile Liability Insurance: • ' (a) Special Requirements: i. All owned, hired, and nonowned vehicles including the loading or unloading thereof. 21 General Conditions ' City of Fayetteville Sanitary Sewer Improvements I Paragraph F.2.b continued ii. The owner, engineer,, their consultants, agents and employees, shall be named as "additional insureds" on the commercial automobile liability policy of the .general contractor and/or subcontractor of any tier. (b) Limits of Liability: $1,000,000 Each occurrence as respects Bodily Injury Liability or Property Damage Liability, or both combined. '(4) Owner's and Contractor's Protective Liability Insurance: The Contractor will furnish and maintain this separate policy during the entire period of construction an Owner's Protective Liability ,Policy written in the name of the owner, engineer, and engineer's consultants,with the following limits of liability: IT I I II I 1 ri Limits of Liability $1,000,000 Each occurrence as respects Bodily Injury • Liability or Property Damage Liability, or both combined. $2,000,000 General Aggregate ' •(5) Umbrella/Excess Liability Insurance: Limits of Liability $5,000,000 Each Occurrence (minimum) $5,000,000 Aggregate (minimum) c. Certificates of Insurance for the above coverages and • the Owner's Protective Policy shall be submitted to the Engineer for transmittal to the Owner for his approval prior to the start of construction. The Contractor shall certify to the Owner that he has obtained or will obtain similar certificates of insurance from each of his Subcontractors before their work commences. Each Subcontractor must be covered by insurance of the same character and in the same amounts as the Contractor unless the Contractor and Owner agree that a reduced coverage is adequate. General Conditions 22 City of Fayetteville Sanitary Sewer Improvements I Paragraph F.2.c continued Each subcontractor's insurance shall cover the Owner, ' Engineer, their agents and employees. The Contractor shall submit a statement with each monthly affidavit stating that he has obtained certificates of ' insurance, or other satisfactory evidence, that all required insurance is in force for each of the Subcontractors listed on his affidavit. If the "additional insureds" have other insurance which is applicable to the loss, it shall be on an excess or contingent basis. The amount of the company's liability under this policy shall not be reduced by the existence of such other insurance. Contractors certificates shall be in duplicate on standard Acord forms. Certificate of insurance shall contain a statement therein or a rider attached thereto incorporating the indemnity clause stated in Paragraph G.16 (Indemnification) of the General Conditions, and including the changes and additions made in those subparagraphs or within the Supplemental General Conditions. These Certificates and the insurance policies ' required by this Paragraph F.2 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days' prior written notice has been given to the Owner and Engineer. If any of the foregoing insurance coverages are required to remain in force after final payment and are reasonably available, an additional certificate evidencing continuation of such coverage shall be submitted with the final Application for Payment. Information concerning reduction of coverage shall be furnished by the Contractor with reasonable promptness in accordance with the Contractor's information and belief. The obligations of the Contractor under the provisions of this article shall not extend to the ' liability of the Engineer, his agents or employees arising out of (1) the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or specifications, or (2) the giving of or the failure to give directions or instructions by the Engineer, his agents or employees to the extent that such giving or failure to give is the cause of the injury or damage. I 23 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph F continued ' 3. Owner's Liability Insurance a. The Owner shall be responsible for purchasing and maintaining the Owner's usual liability insurance. Optionally, the Owner may purchase and maintain other insurance for self-protection against claims which may arise from operations under the Contract. The Contractor shall not be responsible for purchasing and maintaining this optional Owner's liability insurance unless. specifically required by the Contract Documents. Property Insurance a. Unless otherwise provided, the Contractor shall purchase and maintain,1 in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, property insurance in the amount of the initial Contract Sum as well as subsequent modifications thereto for the entire Work at the site on a replacement cost basis without voluntary deductibles. Such property insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final`payment has been made as provided in Paragraph 0.12or until no person or entity other than the Owner has an insurable interest in the property required by this Paragraph F.3 to be covered, whichever is earlier. This insurance shall include interests of the Owner, Engineer, the Contractor, Subcontractors and Sub -subcontractors in the Work. -- Property insurance shall be on all-risk policy form and shall insure against the perils of fire and flood and extended coverage and physical loss or damage including, without duplication of coverage, theft, vandalism, malicious mischief, collapse, false -work, temporary buildings and debris removal including demolition occasioned by enforcement of any applicable legal requirements, and shall cover reasonable compensation for Engineer's services and expenses required as a result of such insured loss. Coverage for other perils shall not be required I unless otherwise provided in the Contract Documents. I General Conditions 24 City of Fayetteville Sanitary Sewer Improvements L Paragraph F.4.a continued Property Insurance provided by Contractor shall not cover any tools, apparatus, machinery, scaffolding, hoists, forms, staging, shoring and other similar items commonly referred to as construction equipment, 1 which may be on the site and the capital value of which is not included in the Work. The Contractor shall make his own arrangements for any insurance he may require on such construction equipment. If the Contractor does not intend to purchase such property insurance required by the Contract and with all of the coverages in the amount described above, the Contractor shall so inform the Owner in writing prior to commencement of the Work. The Owner may then effect insurance which will protect the interests of the Owner, Contractor, Subcontractors and Sub -subcontractors in the Work, and by appropriate Change Order the cost thereof shall be charged to the Contractor. If the Owner is damaged by the failure or neglect of the Contractor to purchase or maintain insurance as described above, 1 without so notifying the Owner, the Contractor shall bear all reasonable costs properly attributable thereto. ' If the property insurance required minimum deductibles and such deductibles are identified in the Contract Documents, the Contractor shall pay costs not covered because of such deductibles. If the Owner or insurer increases the required minimum deductibles above the amounts so identified or if the ' Owner elects to purchase this insurance with voluntary deductible amounts, the Owner shall be responsible for payment of the additional costs not covered because of such increased or voluntary • deductibles. If deductibles are not identified in the Contract Documents, the Contractor shall pay costs not covered because of deductibles. The property insurance for the Work requires a maximum deductible of: $10,000 per claim. b. Partial Utilization - Property Insurance If Owner finds it necessary to occupy or use a portion or portions of the work prior to substantial ' completion of all the work, such use or occupancy may be accomplished in accordance with the provision for partial utilization; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged 25 General Conditions ' City of Fayetteville Sanitary Sewer Improvements I Paragraph F.4.b continued 1 notice thereof and in writing effected the changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. c. Boiler and Machinery Insurance The Contractor shall purchase and maintain boiler and I machinery insurance required by the Contract Documents or by law, which shall specifically cover such insured objects during installation and until final acceptance or unless agreed otherwise by the Owner; this insurance shall include interests of the Owner, Contractor, Subcontractors and Sub -subcontractors in the Work, and the Owner and Contractor shall be named insureds. d. Loss of Use Insurance The Owner, at the Owner's option, may purchase and maintain such insurance as will insure the Owner against loss of use of the Owner's property due to fire or other hazards, however caused. e. If the Owner requests in writing that insurance for risks other than those described herein or for other special hazards be included in the property policy, the Contractor shall, if possible, such insurance, and the cost thereof shall to the Owner by appropriate Change Order. insurance include be charged f. If during the Project construction period the Owner insures properties, real or personal or both, adjoining or adjacent to the site by property insurance under policies separate form those insuring the Project, or if after final payment property insurance is to be provided on the completed Project through a policy or policies other than those insuring the Project during the construction period, the Owner shall waive all right in accordance with the terms of Subparagraph F.4.h for damages caused by fire or other perils covered by this separate property insurance. All separate policies shall provide this waiver of subrogation by endorsement or otherwise. 1 I 11 I ', General Conditions 26 City of Fayetteville S.'iTl Si YV CC41DY Ttnv.va..aa..-i- 1. I I L I I Li I I I I I U I J E Paragraph F.4 continued g. Before an exposure to loss may occur, the Contractor shall file with the Owner a copy of each policy that includes insurance coverages required by the Paragraph F.4. Each policy shall contain all generally applicable conditions, definitions, exclusions and endorsements related to this Project. Each policy shall contain a provision that the policy will not be canceled or allowed to expire until at least 30 days prior written notice has been given to the Owner. h. Waivers of Subrogation If permitted by the Owner's and Contractor's insurance companies, without penalties, the Owner and Contractor waive all rights against (1) each other and any of their Subcontractor, Sub -subcontractors, agents and employees, each of the other, and (2) the Engineer, Engineer's consultants, separate contractors if any, and any of their Subcontractors, Sub -subcontractors, agents and employees, for damages caused by fire or other perils to the extent covered by property insurance obtained pursuant to this Paragraph F.4 or other property insurance applicable to the Work, except such rights as they have to proceeds of such insurance held by the Owner as fiduciary. The Owner or Contractor, as appropriate, shall require of the Engineer, Engineer's consultants, separate contractors if any, and the Subcontractors, Sub -subcontractors, agents and employees of any of them, by appropriate agreements, written where legally required for validity, similar waivers each in favor of other parties enumerated herein. The policies shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective as to a person or entity even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise did not pay the insurance premium directly or indirectly, and whether or not the person or entity had an insurable interest in the property damaged. 27 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph F continued I Miscellaneous Requirements a. All insurance coverage shall be provided by insurance companies having policy holder ratings no lower than "A" and financial ratings not lower than "XII" in the Best's Insurance Guide, latest edition in effect as of the date of the Contract. b. The Contractor is responsible for determining that Subcontractors are adequately insured against claims arising out of or relating to the Work. The premium cost and charges for such insurance.shall be paid by each Subcontractor. c. The limits of liability as stated, may be arrived at 1 ,using a Split -Limit or a Combined Single Limit basis. However, the total limit of lability shall not be less than that stated in the requirements. Notification of Insurance Companies It is the responsibility of the Contractor to notify all insurance companies to familiarize themselves with all of the conditions and provisions of this Contract. The insurance companies shall waive their right of notification by the Owner of any change or modification of this Contract, or of decreased or increased work, or of the cancellation of this Contract, or of any other acts by the Owner or its authorized employees or agents under the terms of this Contract. The waiver by the insurance companies shall in no way relieve the insurance companies of their obligations under this Contract. 7, Subcontractor Bond The Contractor must secure from listed subcontractors a payment and performance bond if subcontractor bid is in excess of fifty thousand dollars ($50,000); and for other purposes as prescribed in Arkansas Senate Bill, Act 190 as engrossed 1/28/93. I I General Conditions 28 City of Fayetteville I G. Contractor's Responsibilities 1. Supervision and Superintendent a. Contractor shall supervise and direct the work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but Contractor shall not be solely responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence or procedure of construction which is indicated in and required by the Contract Documents. Contractor shall 1 be responsible to see that the finished work complies accurately with the Contract Documents. b. Contractor shall keep on the work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to Owner 1 and Engineer except under extraordinary circumstances. The superintendent will be Contractor's representative at the site and shall have authority to act on behalf of Contractor. All 1 communications given to the superintendent shall be as binding as if given to Contractor. C. During the performance of this Contract, the Contractor shall maintain a suitable office at the site of the work which shall be the headquarters of the foreman or superintendent authorized to receive ' drawings, instructions, or other communications, articles, or things from the Owner or its agents; and any such thing given to the said foreman or superintendent or delivered to the Contractor's office at the site of the work in his absence shall be deemed to have been given to the Contractor. The Contractor shall have a telephone installed in this office. I I I 29 General Conditions ' City of Fayetteville Sanitary Sewer Improvements I Paragraph G continued ii 2. Labor, Materials and Equipment a. Contractor shall provide competent, suitably S qualified personnel to survey and lay out the work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons, or the work, or property at the site or adjacent thereto, all work at the site shall be performed during regular working hours, and Contractor will not permit overtime work or the performance of work on Saturday, Sunday or any legal holiday without owner's written consent given after prior written notice to Engineer. Regular working hours shall be a consecutive eight hour period between the hours of seven o'clock A.M. and six o'clock P.M., Monday through Friday. b. Unless otherwise specified in the General Requirements, Contractor shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, • telephone, water and sanitary facilities, and all other facilities and incidentals necessary for the execution, testing, initial 1` operation and completion of the work. c. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by Engineer, Contractor shall furnish evidence (including reports or required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any instructions will be effective to assign to Engineer, or any of Engineer's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the work or any duty or authority to undertake responsibility contrary to the provisions of paragraph J.10.c or J.10.d. General Conditions 30' City of Fayetteville , I Paragraph G continued 3. Adjusting Progress Schedule IContractor shall submit to Engineer for review (to the extent indicated in paragraph C.7) adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 4. Substitute or "or -Equal" Items a. Whenever materials or equipment are specified or described in the Drawings or Specifications by using 1 the name or a proprietary item of the name of a particular Supplier the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words 1 indicating that no substitution is permitted, materials or equipment of other Suppliers may be reviewed by Engineer if sufficient information is submitted by Contractor to allow Engineer to determine that the material or equipment proposed is equivalent to that named. The procedure for review by Engineer will include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be reviewed by Engineer from anyone other than Contractor. If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make written application Ito Engineer for review thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified. The application will state that the evaluation and review of the proposed substitute will not prejudice Contractor's achievement of Substantial Completion on time, whether or not review of the substitute for use in the work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified shall be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain 31 General Conditions I City of Fayetteville Sanitary Sewer Improvements I Paragraph G.4 continued an itemized estimate of all costs that will result directly or indirectly for use of such substitute, including costs or redesign and claims of other contractors affected by the resulting change, all of which shall be considered by Engineer in evaluating the proposed substitute. Engineer may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. Engineer will be the sole reviewer, and no substitute will be ordered or installed unless Engineer has agreed to the use of the substitute in writing. Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. Contractor. will not be entitled to a change in Contract Time and/or Contract Price for any additional expenses associated with providing substitutions or "or -equal" items. b. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction to•be reviewed by the Engineer, if Contractor submits sufficient information to allow Engineer to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by Engineer will be similar to that provided in paragraph G.4.a as applied by Engineer and as may be supplemented in the General Requirements. c. Engineer will be allowed a reasonable time within which to evaluate each proposed substitute. Engineer will be the sole reviewer, and no substitute will be ordered, as evidenced by either a Change Order or an approved Shop Drawing. Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect tc any substitute. Engineer will record time required by Engineer and Engineer's consultants in evaluating substitutions proposed by Contractor and in making changes in the Contract Documents occasioned thereby. Whether or not Engineer reviews a proposed substitute, Contractor shall reimburse Owner for the charges of Engineer and Engineer's consultants for evaluating each proposed substitute. u .1 I I 1 I 1 1 I 1 1 I General Conditions 32 City of Fayetteville CAni art, Qcornr Tmnrnvnmcntc I I I Li I L I L U I Paragraph G continued Concerning Subcontractors, Suppliers and Others a. Contractor shall not employ any Subcontractor, Supplier or other person, or organization (including those reviewed by the Owner and Engineer as indicated in paragraph G.5.b), whether initially or as a substitute, against whom Owner or Engineer may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the work against whom Contractor has reasonable objection. b. If the Specifications require the identity of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the principal items of materials and equipment) to be submitted to Owner in advance of the specified date prior to the Effective Date of the Agreement for review by Owner and Engineer and if Contractor has submitted a list thereof in accordance with the Specifications, Owner's or Engineer's review (either in writing or by failing to make written objection thereto by the date indicated for review or objection in the bidding documents or the Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case Contractor shall submit a substitute, the Contract Price will be increased by the difference in the cost occasioned by such substitution and an appropriate Change order will be issued or Written Amendment signed. No review by Owner or Engineer of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of Owner or Engineer to reject defective work. c. If the Bid requires the listing of Suppliers for certain equipment items, the Contractor will be required to provide a Supplier that conforms to the Specifications and performs adequately the functions and achieve the results called for by the general design. The Contractor will not be entitled to an increase in Contract Price or Contract Time if the listed Supplier does not conform to the Specifications. The Engineer and Owner will not accept or approve the listed Suppliers prior to the Effective Date of the Agreement. The Engineer's review of Suppliers shop drawings will determine general conformance to the Specifications and shall I 33 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph G.5 continued not constitute a waiver of any right.of Owner or Engineer to reject defective work. This paragraph waives the requirements in paragraph G.5.b. d. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractor, Suppliers and other persons and organizations performing or furnishing any of the work under a direct or indirect contract with Contractor just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of Owner or Engineer to pay or to see to the payment ofmoneys due any such Subcontractor, ,any Supplier or other person or organization except as may otherwise be required by Laws and Regulations. e. The divisions and sections of the Specifications and ,the identifications of any Drawings shall not control Contractor in dividing the work among Subcontractors or Suppliers or delineating the work to be performed by any specific trade. All work performed for Contractor by a Subcontractor 1 will be pursuant to an appropriate agreement between Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer and contains waiver provisions as required by paragraph F.6. Contractor shall pay each, Subcontractor a just share of any insurance moneys received by Contractor on account of losses under policies issued pursuant to paragraph F.2.d. 6. Patent Fees and Royalties Contractor shall pay all license fees and royalties and I assume all costs incident to the use in the performance of the work or the incorporation in the work of, any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the work, and if to the actual knowledge of Owner or Engineer, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others. The existence of such rights shall be disclosed by Owner in the Contract General Conditions. 34 City of Fayetteville Sanitary Sewer Improvements I Paragraph G.6 continued Documents. Contractor shall indemnify and hold harmless ' the Owner, Engineer, and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including attorneys' fees Sand court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the work or resulting from the incorporation in the work of any invention, design, 1 process, product, or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. ' 7. Permits Contractor shall obtain and pay for all construction permits and licenses unless otherwise stated. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and construction observation fees necessary for the prosecution of the work, which are applicable at the time of opening of Bids, or if there are no Bids on the Effective Date of the Agreement. Contractor shall pay all charges of utility service companies for connections to the work, and Owner shall pay all charges of such companies for capital costs related thereto such as plant investment fees. 8. Laws and Regulations ' a. Contractor shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor's compliance ' with any Laws or Regulations. b. If Contractor observes that the Specifications or Drawings are at variance with any Laws or Regulations, Contractor shall give Engineer prompt written notice thereof, and any necessary changes will be authorized by one of the methods indicated in paragraph D.2. If Contractor performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations, and without such notice to Engineer, Contractor shall bear all costs arising therefrom; however, it shall not be Contractor's primary responsibility to make certain that the ' Specifications and Drawings are in accordance with such Laws and Regulations. 35 General Conditions City of Fayetteville Sanitary Sewer Improvements E Paragraph G continued 9. Taxes Contractor shall pay all sales, consumer, use and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 10. Use of Premises ' a. Contractor shall confine construction equipment, the storage of materials, and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment, or other materials, or equipment. Contractor shall assume full responsibility for any damage to any such land or area, -or to,the owner or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against Owner or Engineer by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or .at law. Contractor shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold Owner and Engineer harmless from and against all claims, damages,. losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against Owner or Engineer to the extent based on a claim arising out of Contractor's performance of the Work. I b. During the progress of the work, Contractor shall keep the work site free from accumulations of waste materials, rubbish, and other debris resulting from the work. At the completion of the work Contractor shall remove all waste materials, rubbish, and debris • from and about the premises as well as all tools, appliances, construction equipment, and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by Owner. Contractor shall restore to their original condition those portions of the site not designated for alteration by the Contract Documents. General Conditions 36 City of Fayetteville I Sanitary Sewer Imnrovements I Paragraph G.10 continued c. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the work or adjacent property to stresses or pressures that will endanger it. 11. Record Documents Contractor shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Directive 1 Changes, Field Orders and written interpretations and clarifications (issued pursuant to paragraph J.4) in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work, these record documents, samples and Shop Drawings will be delivered to Engineer for Owner. 12. Safety and Protection a. Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to ' prevent damage, injury, or loss to: (1) All employees on the work site and other persons who may be affected thereby. (2) All the work and all materials or equipment to be incorporated therein, whether in storage on or off the site. (3) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation, or replacement in the course of construction. b. Contractor shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, 37 General Conditions ' City of Fayetteville Sanitary Sewer Improvements Paragraph G.12.b continued I removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph G.12.a.(1) or G.12.a.(3) caused, • directly or indirectly, in whole or in part, by Contractor, any Supplier or any other person or organization directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor). Contractor's duties and responsibilities for the safety and protection of the work shall continue until such time as all the work is completed and Engineer has issued a notice to Owner and Contractor in accordance with paragraph - 0.12 that the work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). c. Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 13. Emergencies In emergencies affecting the safety or protection of persons, the work, or property at the site or adjacent thereto, Contractor, without special instruction or authorization from Engineer or Owner, is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice of any significant changes in the work or deviations from the Contract Documents caused thereby. If Engineer determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Directive Change or Change Order will be issued to document the consequences of the changes or variations. '•i El General Conditions 38 City of Fayetteville I San 1tary Ro`ucr TmnrnUmman*c I Paragraph G continued 14. Shop Drawings and Samples a. After checking and verifying all field measurements and after complying with applicable procedures ' specified in the General Requirements, Contractor shall submit to Engineer for review, in accordance with the Schedule of Shop Drawings, submissions which will bear a stamp or specific written indication that Contractor has performed Contractor's responsibilities under the Contract Documents with respect to the review of the submission. All submissions will be identified as Engineer may require. The data shown on the Shop Drawings will be complete with respect to dimensions, design criteria, materials of construction, and like information to enable Engineer to review the information as required. I b. Contractor shall also submit to Engineer for review with such promptness as to cause no delay in work, all samples required by the Contract Documents. All ' samples will have been checked by and accompanied by a specific written indication that Contractor has performed Contractor's responsibilities under the ' Contract Documents with respect to the review of the submission and will be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended. (1) Before submission of each Shop Drawing or sample Contractor shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. r(2) At the time of each submission, Contractor shall in writing call Engineer's attention to any deviations that the Shop Drawings or samples may have from the requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to Engineer for review and approval of each such variation. I I 39 General Conditions ' City of Fayetteville Sanitary Sewer Improvements I Paragraph G.14 continued I c. Engineer will review with reasonable promptness Shop Drawings and samples, but Engineer's review shall be. only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, sequences, techniques or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review of a separate item as such will not indicate compliance of the assembly in which the item functions. Contractor shall make.any corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and resubmit new samples for review. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. I d. Engineer's review of Shop Drawings or samples shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has in writing called Engineer's attention to each such variation at the time of submission as required by paragraph G.14.b.(2) and Engineer has given written review of _ each such variation by a specific written notation thereof incorporated in -or accompanying the Shop Drawing or sample approval; nor will any review by • Engineer relieve Contractor from responsibility for errors or omissions in the Shop Drawings or from responsibility for having complied with the provisions of paragraph G.14.b.(1). e. Where a Shop Drawing Specifications, any Engineer's review of the sole expense and 15. Continuing the Work or sample is required by the related Work performed prior to the pertinent submission will be responsibility of Contractor. Contractor shall carry on the work and maintain the , progress schedule during all disputes or disagreements with Owner. No work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph P.3 or as Contractor and owner may otherwise agree in writing. I I General Conditions 40 City of Fayetteville Sanitary Sewer Tmnrnvementn J Paragraph G continued 16. Indemnification (Hold Harmless Agreement) a. To the fullest extent permitted by Laws and Regulations Contractor shall indemnify and hold ' harmless Owner and Engineer and their consultants, agents and employees from and against all claims, damages, losses and expenses direct, indirect or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of Contractor, any ' Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any 1 of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. b. The foregoing Subparagraph shall, but not by way of limitation, specifically include all claims and ' judgements which may be made against the Owner, Engineer, Engineer's consultants, and agents and employees of any of them under the Illinois Structural Work Law, and similar laws of other state or governmental body having jurisdiction; and further, against claims and judgements arising from violations of public ordinances and requirements of governing authorities due to the Contractor's or Subcontractor's method of execution of the work. c. In any and all claims against Owner or Engineer or any of their consultants, agents or employees by any employee of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the ' indemnification obligation described hereinbefore shall not be limited in any way by any limitation on the amount or type of damages, compensation or I benefits payable by or for Contractor or any Subcontractor under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. 41 General Conditions ' City of Fayetteville Sanitary Sewer Improvements Paragraph G.16 continued d. The obligations of Contractor under paragraph G.16 shall not extend to the liability of Engineer, Engineer's consultants, agents or employees arising out of the preparation or review of maps, drawings, opinions, reports, surveys, Change Orders, designs, or Specifications. I r. 1 General Conditions 42 City of Fayetteville Sanitary Sewer Improvements I H. Other Work ' 1. Related Work at Site a. Owner may perform other work related to the Project ' at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts therefore which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work; and, if Contractor believes that such performance will involve additional expense to Contractor or requires additional time and the ' parties are unable to agree as to the extent thereof, Contractor may make a claim therefore as provided in paragraphs L and M. ' b. Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise ' altering their work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected. The duties and ' responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. co If any part of Contractor's Work depends for proper execution or results upon the work of any such other contractor or utility owner (or Owner), Contractor I I 43 General Conditions ' City of Fayetteville Sanitary Sewer Improvements Paragraph H.l.c continued I shall inspect and promptly report to Engineer in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure so to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work except for latent or nonapparent defects and deficiencies in the other work. 2. Coordination If Owner contracts with others for the performance of 1 other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided, in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither Owner nor Engineer shall have any authority or responsibility in respect of such coordination. I I U I General Conditions 44 City of Fayetteville C 7T44 Ca4.a.- Tw.nrn roman C I II. Owner's Responsibilities Ii. Owner shall issue all communications to Contractor through Engineer. 1 2. In case of termination of the employment of Engineer, Owner shall appoint an Engineer against whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. ' Any dispute in connection with such appointment may be subject to arbitration. 3. Owner shall furnish the data required of Owner under the Contract Documents promptly and shall make payments to Contractor promptly after they are due as provided in paragraphs 0.2 and O.7. 4. Owner's will provide lands and easements and provide engineering surveys to establish reference points as set forth in paragraphs E.1 and E.4. Paragraph E.2 refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of subsurface '• conditions at the site and in existing structures which have been utilized by Engineer in preparing the Drawings and Specifications. ' 5. Owner's responsibilities in respect of purchasing property insurance is set forth in paragraph F.7. ' 6. Owner is obligated to execute Change Orders as indicated in paragraph K.4. • 7. Owner's responsibility in respect of certain observations, tests, and reviews is set forth in paragraph N.3.b. 8. In connection with Owner's right to stop Work or suspend Work, see paragraphs N.5 and P.1. Paragraph P.2 deals with Owner's right to terminate services of Contractor under certain circumstances. I I I 45 General Conditions ' City of Fayetteville Sanitary Sewer Improvements Ll J. Engineer's Status During Construction 1 1. Owners Representative 1 Engineer will be Owner's representative during the construction period. The duties, responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents and shall not be extended without •written consent of Owner and Engineer: 1 2. Visits to Site Engineer will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous on -site observations to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for owner a greater degree of confidence that the completed work will conform to the Contract Documents. . On the basis of such visits and on -site observations as an experienced and qualified design professional, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defects and deficiencies in the Work. , 3. Project Representation Engineer will furnish a Resident Project Representative to assist Engineer in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be the same as the Engineer unless otherwise designated in the Supplementary Conditions. 1 4. Clarifications and Interpretations Engineer will issue with reasonable promptness such written clarifications or interpretations of the requirements of•the Contract Documents (in the form of Drawings or otherwise) as Engineer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree to the amount or extent thereof, Contractor may make a claim therefor as provided in paragraphs L or M. •1 General Conditions 46 City of Fayetteville Sanitary Sewer Improvements I IParagraph J continued 5. Authorized Variations in Work ' Engineer may authorize minor variations in the work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on Owner, and also on Contractor who shall perform the Work involved promptly. If Contractor believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefor as provided in paragraphs L or M. ' 6. Rejecting Defective Work Engineer will have authority to reject Work which Engineer believes to be defective, and will also have authority to require special review, observation, or testing of the Work as provided in paragraph N.4.b, whether or not the Work is fabricated, installed or completed. ' 7. Shop Drawings, Change Orders, and Payments a. In connection with Engineer's responsibility for Shop Drawings and samples, see paragraphs G.14. ' b. In connection with Engineer's responsibilities as to Change Orders, see paragraphs K, L, and M. c. In connection with Engineer's responsibilities in respect of Applications for Payment, etc., see paragraph O. 8. Determinations for Unit Prices Engineer will have authority to determine the actual quantities and classifications of items of Unit Price Work performed by contractor, and the written decisions of Engineer on such matters will be final, binding on Owner and Contractor and not subject to appeal (except as modified by Engineer to reflect changed factual conditions). I 1 47 General Conditions City of Fayetteville Sanitary Sewer Improvements E1 I Paragraph J continued 9. Decisions on Disputes . a. Engineer will be the initial interpreter of the requirements of the ContractoDocuments and judge of the work thereunder. Claims, 'disputes and other matters relating to the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under paragraphs L and M in respect of changes •in the Contract Price or Contract Time will be referred initially to Engineer in writing with a request for a formal decision in accordance with this paragraph, which Engineer will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant to Engineer and the other party to the Agreement promptly (but in no event later than thirty days) after the occurrence of the event giving rise thereto, and written supporting data will be submitted.to Engineer and the other party within sixty (60) days after such occurrence unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim. b. When functioning as interpreter and judge under paragraphs J.4 and J.9, Engineer will not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by Engineer pursuant to paragraphs J.4 and J.9 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 0.14) will be a condition precedent to any exercise by Owner or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim dispute or other matter. General Conditions 48 City of Fayetteville Sanitary Sewer, Improvements I I u u L I r - L CT L U I I I I I I I L L L I I I I Li I I I Paragraph J continued 10. Limitations on Engineer's Responsibilities a. Neither Engineer's authority to act under this paragraph I or elsewhere in the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of Engineer to Contractor, any Subcontractor. Supplier, or any of their agents or employees or any other person performing any of the Work, or to any surety for any of them. b. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed" or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "proper" or adjectives of like effect or import are used, to describe requirement, direction, review or judgment of Engineer as to the work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to Engineer any duty to authority to perform construction observation or direct performance of the Work or authority to undertake responsibility contrary to the provisions of paragraph I.8.c or I.8.d. c. Engineer will not be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and Engineer will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. d. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractors, or of the agents or employees of any Contractor or Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 49 General Conditions City of Fayetteville Sanitary Sewer Improvements I K. Changes in Work 1. Without invalidating the Agreement and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions or revisions in the Work; these will be authorized by a Written Amendment, a Change Order, or a Work Directive Change. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 2. If Owner and Contractor are unable to agree as to the extent, if any, of an increase or decrease in the Contract Price or an extension or shortening of the Contract Time that should be allowed as a result of a Work Directive Change, a claim may be made therefor as provided in paragraph L or M. 3. Contractor shall not be entitled to an increase in the Contract Price or an extension of the. Contract Time with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraph D.2 except in the case of an emergency as provided in paragraph G.13 and except in the case of uncovering Work as provided in paragraph N.4.b. 4. Owner and Contractor shall execute appropriate Change Orders (or Written Amendments) covering: a. Changes in the Work which are ordered by Owner pursuant to paragraph K.1, are required because of defective Work under paragraph N.8 or correcting defective Work under paragraph N.9, or are agreed to by the parties; b. Changes in the Contract Price or Contract Time which are agreed to by the parties; and c. Changes in the Contract Price or Contract Time which embody the substance of any written decision rendered by Engineer pursuant to paragraph J.9. provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the progress schedule as provided in paragraph G.15. I I I I I I I I I I I I I I C1 1.1 I General Conditions 50 City of Fayetteville San ltart, Cc41or Tmnrnvomnntc P1 Paragraph K continued 5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond Ito be given to a surety, the giving of any such notice will be Contractor's responsibility, and the amount of each applicable Bond will be adjusted accordingly. 1 I I P1 J Li I 1 I I I I I [I P1 51 General Conditions City of Fayetteville Sanitary Sewer Improvements I L. Changes in Contract Price I 1. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by Contractor shall be at his expense without change in the Contract Price. 2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to Engineer promptly (but in no event later than thirty (30) days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim , with supporting data shall be delivered within sixty (60) days after such occurrence (unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by Engineer in accordance with paragraph J.9.a if Owner and Contractor cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph L.2. 3. The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: a. Where the Work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of the items involved (subject to the provisions of paragraph L.7). b. By a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph L.5.a.(2)(a). c. On the basis of the Cost of the Work (determined as provided in paragraphs L.4.a and L.5.b) plus a Contractor's Fee for overhead and profit (determined as provided in paragraphs L.5.a and L.5.b. I General Conditions 52 City of Fayetteville Ranitary Rnwar Tmnrnvamnntc I Paragraph L continued 4. Cost -of -Work ' a. The term Cost -of -Work means the sum of all costs necessarily incurred and paid by Contractor in the proper performance of the Work. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph L.4.b: ' (1) Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Payroll costs for ' employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay ' applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by Owner. ' (2) Cost of all materials and equipment furnished and incorporated in the work, including costs of transportation and storage thereof, and Supplier's field services required in connection 1 therewith. All case discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to Owner and Contractor shall make provisions so that they may be obtained. 53 General Conditions City of Fayetteville Sanitary Sewer Improvements L Paragraph L.4.a continued I (3) Payments made by Contractor to the Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to Owner who will then determine, with the advice of Engineer, which bids may be accepted. .If a Subcontract provided that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as Contractor's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. (4) Costs of special consultants (including, but not limited to, engineer, architects, testing laboratories, surveyors, lawyers and / accountants) employed for services specifically related to the Work. (5) Supplemental costs including the following: (a) The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. (b) Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and , cost less market value of such items used but not consumed which remain the property of Contractor. (c) Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements reviewed by Owner with the advice of Engineer, and the cost of transportation, loading, unloading, installation, dismantling and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. General Conditions 54 City of Fayetteville Sanitary Sewer Imnrovements I Paragraph L.4.a.(5) continued (d) Sales, consumer, use or similar taxes related to the work, and for which Contractor is liable, imposed by Laws and Regulations. (e) Deposits lost for causes other than negligence of Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. (f) Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by Contractor in connection with the execution of the work, provided they have resulted from causes other than the negligence of ' Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be ' liable. Such losses shall include settlements made with the written consent and review of Owner. No such losses, ' damages and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's Fee. If, however, any such loss or damage requires ' reconstruction and Contractor is placed in charge thereof, Contractor shall be paid for services a proportionate fee to that stated ' in paragraph L.5.a.(2). (g) The cost of utilities, fuel and sanitary facilities at the site. (h) Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. I I I [1 (i) Cost of premiums for additional Bonds and insurance required because of changes in the Work. b. The term Cost -of -Work shall not include any of the following: I 55 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph L.4.a. continued ' (1) Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other personnel employed by Contractor whether at the site or in Contractor's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph L.4.a.(1) or specifically covered by paragraph L.4.a.(4) - all of which are to be considered administrative costs covered by the ' Contractor's Fee. (2) Expenses of Contractor's principal and branch offices other than Contractor's office at the site. (3) Any part of Contractor's- capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. (4) Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by paragraph L.4.a.(5)(i)). (5) Costs due to the negligence of Contractor, any , Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. I (6) Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph L.4.a. I I General Conditions 56 City of Fayetteville Sanitary Sewer Imnrovements I Paragraph L continued Is. Contractor's Fee a. The Contractor's Fee allowed to Contractor for overhead and profit shall be determined as follows: ' (1) A mutually agreed fixed fee; or if none can be agreed upon, ' (2) A fee based on the following percentages of the various portions of the Cost of the Work: (a) The Contractor's Fee shall be fifteen (15) percent for payroll costs and the cost of materials and equipment as defined in ' paragraphs L.4.a.(1) and L.4.a.(2); (b) The Contractor's Fee shall be five (5) percent on the work performed by Subcontractors as defined in paragraph L.4.a.(3); and if a Subcontract is on the basis of Cost -of -Work plus a Fee, the ' maximum allowable to the Subcontractor as a fee for overhead and profit shall be fifteen (15) percent; ' (c) No fee shall be payable on costs defined in paragraphs L.4.a.(4), L.4.a.(5), and L.5 (costs associated with supplemental costs or special consultants); (d) The amount of credit to be allowed by Contractor to Owner for any such change which results in a net decrease in cost, will be the amount of the actual net decrease plus a deduction in Contractor's Fee by an amount equal to ten (10) percent of the net decrease; and (e) When both additions and credits are involved in any one change, the adjustment in Contractor's Fee shall be computed on the basis of the net change in accordance with paragraphs L.5.a.(2)(a) through L.5.a.(2)(d), inclusive. b. Whenever the cost of any Work is to be determined pursuant to paragraph L.4, Contractor will submit an itemized cost breakdown together with supporting data. 557 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph L continued 6. Cash Allowances: a. It is understood that Contractor has included in the ' Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be reviewed by the Engineer. ' Contractor agrees that: (1) The allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered to the site, and all applicable taxes; and (2) Contractor's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. b. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 7. Unit Price Work: a. Where the Contract Documents provide that all or part , of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit ' Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer in ' accordance with Paragraph J.8. b. Each unit price will be deemed, to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately • identified item.. General Conditions 58 City of Fayetteville Sanitary Sewer Improvements I Paragraph L.7 continued C. The unit price of an item of Unit Price Work shall be ' subject to re-evaluation and adjustment under the following conditions: (1) If the total cost of a particular item of Unit Price Work amounts to 115 percent or more of the Contract Price and the variation in the quantity of that particular item of Unit Price Work ' performed by Contractor differs by more than 15 percent from the estimated quantity of such item indicated in the Agreement; and (2) If there is no corresponding adjustment with respect to any other item of Work; and (3) If Contractor believes that it has incurred additional expense as a result thereof; or (4) If Owner believes that the quantity variation entitles it to an adjustment in the unit price, either Owner or Contractor may make a claim for a adjustment in the Contract Price in accordance with Paragraph L if the parties are unable to agree as to effect of any such variations in the ' quantity of Unit Price Work performed. I I [1 Ii 59 General Conditions City of Fayetteville Sanitary Sewer Improvements I M. Changes in Contract Time 1. General a. The Contract Time may only be changed by a Change Order or a Written Amendment. Any claim for an extension or shortening of the Contract Time shall be based on written notice delivered by the party making the claim to the other party and to Engineer promptly (but in no event later than thirty (30) days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty (60) days after such occurrence (unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Time shall be determined by Engineer in accordance with paragraph J.8 if Owner and Contractor cannot otherwise agree. No claim for an adjustment in the Contract Time will be valid if not submitted in accordance with the requirements of this paragraph M.l.a. b. The Contract Time may be extended in an amount equal to time lost due to delays (unavoidable delays) beyond the control of Contractor if a claim is made as provided in paragraph M.l.a. Such delays shall include, but not be limited to, acts or neglect by Owner or others performing additional work as contemplated by paragraph H, or to fires, floods, labor disputes, epidemics, abnormal weather conditions, or acts of God. C. All time limits stated in the Contract Documents are of the essence of the Agreement. Provisions of this paragraph M.1 shall not exclude recovery for damages (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) for delay by either party. I I I L C I I fl H General Conditions City of Fayetteville Sanitary Sewer Improvements C Paragraph M continued 2. Delays ' a. Avoidable Delays ' (1) Avoidable delays in the prosecution or completion of the Work shall include all delays which might have been avoided by the exercise of care, prudence, foresight, or diligence on the part of the Contractor. (2) Delays in the prosecution of parts of the Work ' which may in themselves be unavoidable but do not necessarily prevent or delay the prosecution of other parts of the work nor the completion of ' the whole work within the time herein specified; reasonable loss of time resulting from the necessity of submitting drawings to the Engineer for approval and from the making of surveys, ' measurements, and observations; and such interruptions as may occur in the prosecution of the work on account of the reasonable ' interference of other Contractors employed by the Owner, which do not necessarily prevent the completion of the whole work within the time herein specified, will be deemed avoidable delays within the meaning of this Contract. b. Unavoidable Delays Unavoidable delays in the prosecution or completion of the Work under this Contract shall include all ' delays which may result through causes beyond the control of the Contractor and which he could not have provided against by the exercise of care, prudence, t foresight, or diligence. Such delays shall include, but not be limited to, acts or neglect by Owner or others performing additional work as contemplated by paragraph H or to fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. Orders issued by the Owner changing the amount of Work to be done, the quantity of material to be ' furnished, or the manner in which the Work is to be prosecuted; failure of the Owner to provide rights- of- way; and unforeseen delays in the completion of the Work of other contractors under contract with the Owner will be considered unavoidable delays, so far as they necessarily interfere with the Contractor's completion of the whole of the Work. Delays due to 61 General Conditions ' City of Fayetteville Sanitary Sewer Improvements Paragraph M.2.b continued ' adverse weather conditions will not be regarded as unavoidable delays as the Contractor should understand that such conditions are to be expected and plan his Work accordingly. 3. Extension of Time a. For Unavoidable Delays For delays which are unavoidable as provided in , paragraph M.2.b, as determined by the Owner, the Contractor will be allowed, if he applies for the same, an extension of time beyond the time specified for completion, proportionate to such unavoidable delayor delays, within which to complete the , Contract. The Contractor will not be charged, because of any extension of time for such unavoidable delay, any liquidated damage and/or actual damages as provided in paragraph R. b. For Avoidable Delay (1) Extensions of time will not be granted because , of avoidable delays. (2) Contractor will be charged liquidated damages or actual damages as provided in paragraph R for avoidable delays. 1 I I I r I I 11 General Conditions 62 City of Fayetteville Sanitary Sewer Improvements I ' N. Warranty and Guarantee: Tests and Observations• Correction Removal, or Acceptance of Defective Work 1. Warranty and Guarantee Contractor warranties and guarantees to Owner and Engineer that all work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to Contractor. All defective Work, whether or not in place, may be rejected, corrected or agreed to as provided in this paragraph N. ' 2. Access to Work Engineer and Engineer's representatives, other representatives of Owner, testing agencies and ' governmental agencies with jurisdictional interests will have access to the work at reasonable times for observation and testing. Contractor shall provide proper and safe conditions for such access. 3. Tests and Observations a. Contractor shall give Engineer timely notice of readiness of the Work for all required observations, tests, or reviews. ' b. If Laws or Regulations of any public body having jurisdiction requires any Work (or part thereof) to specifically be observed or tested. Contractor shall assume full responsibility therefor, pay all costs in connection therewith and furnish Engineer with the required certificates of inspection, testing, or approval. Contractor shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with Owner's or Engineer's agreed to Supplier of materials or equipment proposed to be incorporated in the work, or of materials or equipment submitted for approval ' prior to Contractor's purchase thereof for incorporation in the Work. The cost of all observations, tests, and approvals in addition to the above which are required by the Contract Documents shall be paid by Owner (unless otherwise specified). I I I c. All observations, tests, or reviews other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations agreed to by Owner and Contractor (or by Engineer if so specified). I 63 General Conditions City of Fayetteville Sanitary Sewer Improvements I j Paragraph N.3 continued d. If any Work (including the work of others) that is to be observed or tested is covered without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Engineer timely notice of '. Contractor's intention to cover such work and Engineer has not acted with reasonable promptness in response to such notice. r e. Neither observations by Engineer nor observations, tests, or reviews by others shall relieve Contractor from his obligations to perform the work in accordance with the Contract Documents. 4. Uncovering work , a. If any work is covered contrary to the written request of'Engineer, it must, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. b. If Engineer considers it necessary or advisable that covered work be observed by Engineer or tested by others, Contractor, at Engineer's request, shall uncover, expose or otherwise make available for observation or testing as Engineer may require, that portion of the work in question, furnishing all necessary labor, material and equipment. If it is found that such work is defective, Contractor shall bear all the expenses of such uncovering, exposure, observation, testing and reconstruction, (including but not limited to fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriated decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in paragraph L.- If, however, such work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, testing and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefor as provided in paragraphs L and M. I 1 General Conditions 64 City of Fayetteville Sanitary Sewer Improvements I ' Paragraph N continued 5. Owner May Stop the Work If the work is defective, or Contractor fails to supply sufficient skilled workmen or suitable materials or equipment,or fails to furnish or perform the Work in such ' a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the work, or any portion thereof, until the cause for ' such order has been eliminated; however, this right of Owner to stop the work shall not give rise to any duty on the part of the Owner to exercise this right for the ' benefit of Contractor or any other party. 6. Correction or Removal of Defective Work ' a. If required by Engineer, Contractor shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, ' or, if the Work has been rejected by Engineer, remove it from the site and replace it with suitable Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals) made necessary thereby. ' b. If the Contractor fails to remove defective work within ten days after receipt of written notice, the ' rejected material or work may be removed by the Owner and the cost of such removal shall be taken out of the money that may be due or may become due the ' Contractor on account of or by virtue of this Contract. No such rejected material shall again be offered for use by the Contractor under this Contract. ' 7. One Year Correction Period If within one year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any work is found to be defective, Contractor shall promptly, without cost to Owner and in accordance ' with Owner's written instructions, either correct such defective work, or, if it has been rejected by Owner, remove it from the site and replace it with nondefective work. If Contractor does not promptly comply with the 65 General Conditions ' City of Fayetteville Sanitary Sewer Improvements I Paragraph N.7 continued 1 terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the_defective work corrected or the rejected work removed and replaced, and all direct and indirect costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by Contractor. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 8. Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective work, Owner (and, prior to Engineer's recommendation of final payment, also Engineer) prefers to accept it, Owner may do so. Contractor shall bear all.direct, indirect and consequential costs attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be reviewed by Engineer as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys and other professionals). If any such acceptance occurs prior to Engineer's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the. parties are unable to agree as to the amount thereof, Owner may make a claim therefor as provided in paragraph L. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. ' 9. Owner May Correct Defective Work If Contractor fails within a reasonable time after written notice of Engineer to proceed to correct defective work or to remove and replace rejected work as required by Engineer in accordance with or if Contractor fails to perform the work in accordance with the Contract Documents or if Contractor fails to comply with any other provision of the Contract Documents, owner may, .after seven days' written notice to Contractor, correct and remedy any such deficiency. In exercising his right under this paragraph Owner shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from General Conditions 66 City of Fayetteville Sanitary Sewer Improvements I I 11 I L L L I n Li I I I L I II C C Paragraph N.9 continued all or part of the site, take possession of all or part of the work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the site and incorporate in the work all materials and equipment stored at the site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents and employees such access to the site as may be necessary to enable Owner to exercise his rights under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies will be charged against Contractor in an amount reviewed by Engineer, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price, and if the parties are unable to agree as to the amount thereof, Owner may make a claim therefor as provided in paragraph L. Such direct, indirect and consequential costs will include but not be limited to fees and charges of engineers, architects, attorneys and other professionals, all court and arbitration costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the work attributable to the exercise by Owner of Owner's rights hereunder. 67 General Conditions City of Fayetteville Sanitary Sewer Improvements I 4 O. Payments to Contractor and Completion 1. Schedules The schedule of values established as provided in paragraph C.7 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment. Progress payments on account of Unit Price Work will be based on the number of units completed. 2. Application for Progress Payments a. The contractor shall, on the calendar month, together with Engineer, make an estimate of performed as of the 15th day accordance with this Contract preceding estimate was made. 25th day of each a representative of the the value of the work of the month in since the last •The Contractor shall then prepare and submit the estimate to the Engineer on the periodical estimate for partial payment forms, copies of which are bound with these Contract Documents. The number of copies to be submitted will be determined by the Engineer after construction has started. b. Upon presentation of certified copies of purchase bills and freight bills, the Owner will permit inclusion in such monthly estimates payment for materials that will eventually be incorporated in the project, providing that such material is suitably stored on the site at the time of submission of the estimate for payment. At the time the next following monthly estimate is submitted, certified copies of receipted purchase and freight bills for the stored materials included in the monthly payment estimate submitted two months previously shall be submitted. If the Contractor fails to submit proof of payment with the monthly payment estimate, those items of stored materials for which no proof of payment has been submitted will be deleted from the current payment estimate. Such materials when so paid for by the Owner will become the property of the Owner and, in case of default on the part of the Contractor, the Owner may use or cause to be used by others these materials in construction of the project. However, the Contractor shall be responsible for safe guarding such materials against loss or damage of any nature whatsoever, and in case of any loss or damage the Contractor shallreplace such lost or damaged materials at no cost to the Owner. I I L II L I I L C I C C I General Conditions 68 City of Fayetteville Sanitary Sewer Improvements I ' Paragraph O.2.b continued (1) Except as provided in paragraph O.2.b, the first application for payment shall be of the value of the work done and of materials proposed and suitable for permanent incorporation in the C C I C I I I I 11 I I I Li L work, delivered, and suitably and safely stored at the site of the work since the Contractor shall have begun the performance of this Contract; and every subsequent estimate, except the final estimate, shall be of value of the work done and materials delivered and suitably stored at the site of the work since the last preceding estimate was made. c. No application for partial payment shall be made when, in the judgement of the Engineer, the total value of the Work done and materials incorporated into the Work under this Contract since the last preceding estimate amount is less than $10,000. d. Applications for payment shall be signed by the Engineer and approved by the Owner, and after such approval, the Owner, subject to the foregoing provisions, will pay or cause to be paid an amount equal to the estimated value of the work performed less a retained amount in accordance with the following schedule: (1) Ten (10) percent until construction is 50 percent complete. (2) Five (5) percent after construction is 50 percent complete, provided that the Contractor is making adequate progress and there is no specific cause for greater withholding. (3) When the project is substantially complete (operational or beneficial use as determined by the Engineer) the retained amount will be reduced to two (2) percent of the value of work which is substantially complete, or two hundred (200) percent of the value of each item as determined by the Engineer to complete said item or items of work, whichever is greater. e. Contractor shall furnish with each application for payment a Contractor's sworn affidavit listing all parties to receive payments on that request. 69 General Conditions ' City of Fayetteville Sanitary Sewer Improvements Paragraph O.2 continued f. If required by,the regulatory agencies, the Contractor and his subcontractor shall prepare weekly sworn affidavits with respect to the payment of wages in accordance with the provisions as set forth in the "Anti-Kickback":Act, and submit affidavits with the progress payment requests. 3. Unit Price Items a. Unit price items listed in the Bid form and in the Agreement,form may be of two types, "unit price construction items", and "unit price work items ordered by the Engineer during construction". For all unit price items quantities, as set forth are the best.estimates which can be made during design, since actual quantities cannot be. determined until construction. is underway. b. The Contractor shall study carefully the _.,Specifications to determine the extent and scope of the work included under lump sum items in the Contract. It may be that work under some unit price items is in addition to similar work to be performed under. lump sum items and paid for thereunder. c. Unit Price Construction Items Unit price construction items will be used to pay for work not included under a lump sum item but required by the Contract. d. Unit Price Work Items Order by the Engineer During Construction - These unit price items will be used to pay for designated work, not shown on the Contract Drawings, when ordered by the Engineer in writing during construction. 4. Reporting and Invoicing Cost -of -Work All cost -of -work items, shall be reported daily and signed by the Contractor and the Engineer, which daily reports shall thereafter be considered the true record of cost- of- work done. Completely detailed invoices covering the cost -of -work shall be submitted for payment not later than 15 days after the completion of the work. The charges for work performed by the Contractor, by a Subcontractor, and by an employee of a Subcontractor shall be reported separately. Substantiating invoices from suppliers, vendors and Subcontractors shall be included with the Contractor's invoices. The Contractor 1 I •i 1 I, I 1 I 1 ii .1 General Conditions 70 - City of Fayetteville Sanitary, Sewer Improvements J Paragraph O.4 continued shall permit examination of accounts, bills, and vouchers relating to the cost -of -work when requested by the Engineer. 5. Partial Waiver of Liens 1 Partial waiver of liens shall accompany each payment request to cover the full amount of the previous payment ' request. The Contractor shall procure from each and every Subcontractor and suppliers of material or labor a partial waiver of lien to release the Owner of any claim to a mechanics lien, which they or any of them may have under the mechanics lien laws of the State in which the project is located. Any payments made by the Owner without requiring strict compliance to the terms of this paragraph shall not be construed as a waiver by the Owner of the right to insist upon strict compliance with the terms of this approach as a condition of later payments. i6. Contractor's Warranty of Title Contractor warrants and guarantees that title to all ' work, materials and equipment covered by any Application for Payment, whether incorporated in the project or not, will pass to Owner no later than the time of payment free and clear of all Liens. 7. Review of Progress Payment Requests a. Engineer will, within fifteen (15) days after receipt of each payment request, either indicate in writing a recommendation of payment and present the request to ' Owner, or return the payment request to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the request. Thirty (30) days after presentation of the Application for Payment with Engineer's recommendation, the amount recommended will (subject to the provisions of paragraph O.7.f) become due and when due will be paid by Owner to Contractor. b. If the Owner fails to make payment thirty (30) days after review by the Engineer, in addition to other remedies available to the Contractor, there may be added to each such payment interest at an annual rate of twelve (12) percent commencing on the first day after said payment is due and continuing until the payment is received by the Contractor. 71 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph 0.7 continued c. Engineer's recommendation of any payment requested in a payment request will constitute a representation by Engineer to Owner, based on Engineer's on -site observations of the work in progress as an experienced and qualified design professional and on Engineer's review of the payment request and the accompanying data and schedules that the 'Work has progressed to the point indicated; that, to the best of the Engineer's knowledge, information and belief, the quality of the work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon - substantial completion, to the results of any subsequent tests called for in the Contract Documents to a final determination of quantities and classifications for Unit Price Work under paragraph J.8 and to any other qualifications stated in the .recommendation); and that Contractor is entitled to payment of the amount recommended. However, by recommending any such payment, Engineer will not thereby be deemed to have represented that exhaustive or continuous on -site observations have been made to• check the quality or the quantity of the work, or that the means, methods, techniques, sequences, and procedures of construction have been reviewed or that any examination has been made to ascertain how or for what purpose Contractor has used the moneys paid or to be paid to Contractor on account of the Contract Price, or that title to any work, materials or equipment has passed to Owner free and clear of any Liens. d. Engineer's recommendation of final payment will ' constitute an additional representation by Engineer to Owner that the conditions precedent to Contractor's being entitled to final payment as set forthin paragraph O.8.a have been fulfilled. e. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make such representations to Owner. Engineer may also refuse to recommend any such payment, or, because of subsequently discovered 1 evidence or the results of subsequent observations or tests, nullify any such payment previously • recommended; to such extent as may be necessary to Engineer's opinion to protect Owner from loss because: (1) The Work is defective, or completed work has been damaged requiring correction or replacement. General Conditions 72 ' City of Fayetteville , Sanitary Sewer Improvements I Paragraph O.7.e continued (2) The Contract Price has been reduced by Written Amendment or Change Order. (3) Owner has been required to correct defective Work or complete the Work in accordance with ' paragraph N.6.b. (4) Engineer's actual knowledge of the occurrence of any of the events enumerated in paragraphs P.2.a.(l) through P.2.a.(9) inclusive. f. Owner may refuse to make payment of the full amount recommended by Engineer because claims have been made against Owner on account of Contractor's performance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling Owner to a set-off against the amount recommended, but Owner must give Contractor immediate I written notice (with a copy to Engineer) stating the reasons for such action. 8. Substantial Completion a. When Contractor considers the entire work ready for its intended use and all final restoration and ' testing is complete, Contractor shall notify Owner and Engineer in writing the entire Work is Substantially Complete and request that Engineer ' issue a Statement of Substantial Completion. Within a reasonable time thereafter, Owner, Contractor and Engineer shall make an observation of the Work to determine the status of completion. If Engineer does not consider the work Substantially Complete, Engineer will notify Contractor in writing, giving his reasons therefore. If Engineer considers the work substantially complete, Engineer will prepare and deliver to Owner a tentative Statement of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. This list shall be called a punch list. Owner shall have fourteen (14) days after receipt of the tentative certificate during which he may make written objection to Engineer as to any provisions of the ' certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not Substantially Complete, Engineer will within ' fourteen days after submission of the tentative certificate to Owner notify Contractor in writing, stating his reasons therefore. If, after consideration of Owner's objections, Engineer 73 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph O.8.a continued I considers the Work Substantially Complete, Engineer will within said fourteen (14) days execute and deliver to Owner and Contractor a definitive Statement of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. At the time of delivery of the tentative Statement of Substantial Completion Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, heat, utilities and insurance and warranties. Unless Owner and Contractor agree otherwise in writing and so inform Engineer prior to Engineer's issuing the definitive Statement of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. b. Owner shall have the right to exclude Contractor from the work after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the punch list. 9. Partial Utilization ' a. Use by Owner of any finished part of the Work, which has specifically been identified in the Contract Documents, or which owner, Engineer and Contractor agree constitutes a separately functioning and useable part of the Work that can be used by Owner without significant interference with Contractor's performance of the remainder of the Work; may be accomplished prior Substantial Completion of all the Work subject to the following: (1) Owner at any time may request Contractor in writing to permit Owner to use any part of the work which•Owner believes to be ready for its intended use and substantially complete. If Contractor agrees; Contractor will certify to Owner and Engineer that said part of the Work is substantially complete and request Engineer to issue a Statement of Substantial Completion for that part of the Work. Contractor at any time may notify Owner and Engineer in writing that • Contractor considers any such part of the Work ready for its' intended use and substantially complete and request Engineer to issue a •1 General Conditions 74 City of Fayetteville Sanitary Sewer Improvements I 1 Paragraph O.9.a continued Statement of Substantial Completion for that ' part of the Work. Within a reasonable time after either such request, Owner and Contractor shall observe that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefore. If Engineer considers that part of the Work to be substantially complete, the provisions of paragraph 0.8 will apply with ' respect to Statement of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. ' (2) Owner may at any time request Contractor in writing to permit Owner to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to Engineer and within a reasonable ' time thereafter Owner, Contractor, and Engineer shall observe that part of the Work to determine its status of completion and will prepare a list of the items remaining to be completed or corrected thereon before final payment. If Contractor does not object in writing to Owner and Engineer that such part of the Work is not ' ready for separate operation by Owner, Engineer will finalize the list of items to completed or corrected and will deliver such list to Owner and Contractor together with a written ' recommendation as to the division of responsibilities pending final payment between Owner and Contractor with respect to security, ' operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part of the Work which will become binding upon Owner and Contractor at the time when Owner takes over such operation (unless they shall have otherwise agreed in writing and so informed Engineer). During such operation and prior to ' Substantial Completion of such part of the Work, Owner shall allow Contractor reasonable access to complete or correct items on said list and to complete other related Work. (3) No occupancy or separate operation of part of ' the Work will be accomplished prior to compliance with the requirements of paragraph F.7 in respect of property insurance. 1 75 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph O continued I 10. Final Observation Upon written notice from Contractor that Work or an , agreed portion thereof is complete, Engineer will make a final observation with Owner and Contractor and will notify Contractor in writing of all particulars in which I this observation reveals that the work is incomplete or defective. Contractor shall immediately take such measures as are necessary to remedy such deficiencies. , 11. Final Application For Payment After Contractor has completed all such corrections and I delivered all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, marked -up record documents as provided in paragraph G.11 and other documents - all as required by the Contract Documents, and after Engineer has indicated that the Work is acceptable, subject to the provisions of paragraph O.16 Contractor may make application for final payment request following the procedure for progress payment requests. The final payment requests shall be accompanied by all documentation called for in the Contract Documents, together with complete and legally effective releases or waivers (satisfactory to Owner) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by Owner, Contractor may furnish receipts or releases in full; an affidavit of Contractor that the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and that all payrolls, material and equipment bills, and other indebtedness connected with the work for which Owner or his property might in any way be responsible, have been paid or otherwise satisfied; and consent of the Surety, if any, to final payment. If any Subcontractor, Supplier fails to furnish a release or receipt in full, Contractor may furnish a Bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. 12. Final Payment and Acceptance a. If, on the basis of Engineer's observation of the Work during construction and final observation, and Engineer's review of the final payment request and accompanying documentation - all as required by the Contract Documents, Engineer has been shown that the work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within ten (10) days after receipt of final. payment request, indicate in General Conditions 76 City of Fayetteville Sanitary Sewer Improvements I Paragraph O.12 continued writing Engineer's recommendation of payment and present the request to Owner for payment. Thereupon Engineer will give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of paragraph O.14. Otherwise, Engineer will return the payment request to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor L shall make the necessary corrections and resubmit the payment request. Thirty (30) days after presentation to Owner of the Application and accompanying documentation, in appropriate form and substance, and with Engineer's recommendation and notice of acceptability, the amount recommended by Engineer will become due and will be paid by owner to Contractor. b. If, through no fault of Contractor, final completion of the Work is significantly delayed thereof and if Engineer so confirms, Owner shall, upon receipt of Contractor's final payment request and recommendation of Engineer, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph F.1, the ' written consent of the Surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the request for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 13. Contractor's Continuing Obligation contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or ' final payment by Engineer, nor the issuance of a certificate of substantial completion, nor any payment of Owner to Contractor under the Contract Documents, nor any use or occupancy of the Work or any part thereof by Owner, nor any act of acceptance by Owner nor any failure to do so, nor the issuance of a notice of acceptability by Engineer pursuant to paragraph O.12, nor any correction of defective work by owner shall constitute an acceptance of Work not in accordance with the Contract Documents or a release of contractor's obligation to 1 77 General Conditions ' City of Fayetteville Sanitary Sewer Improvements I Paragraph O.13 continued perform the Work in accordance with the Contract Documents (except as provided in paragraph O.14). 14. Waiver of Claims The making and acceptance of final payment shall constitute: a. A waiver of all claims by Owner against Contractor, except claims arising from unsettled Liens, from defective Work appearing after final observation pursuant to paragraph O.10 or from failure to comply with the Contract Documents or the terms of any special guarantees specified therein; however, it will not constitute a waiver by Owner of any rights in respect of Contractor's continuing obligations under the Contract. Documents. b. A waiver of 'all claims by Contractor against Owner other than those, previously made in writing and still unsettled. V 1 C7 General Conditions 78 City of Fayetteville Sanitary Sewer Improvements Suspension of Work and Termination 1. Owner May Suspend Work a. Owner may, at any time and without cause, suspend the work or any portion thereof for a period of not more than ninety (90) days by notice in writing to Contractor and Engineer which shall fix the date on which work shall be resumed. Contractor shall resume ' the work on the date so fixed. Contractor may be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if he makes a claim therefor as provided in paragraphs L and M. b. Owner may suspend work upon occurrence of any one or more of the following events: (1) If Contractor fails to supply a qualified superintendent, sufficient skilled workmen, subcontractors, or suitable materials or equipment. (2) If Contractor repeatedly fails to make prompt payments to subcontractors or for labor, materials, or equipment. (3) If Contractor disregards Laws and Regulations, of any public body having jurisdiction. (4) If Contractor otherwise violates in any substantial way any provisions of the Contract Documents the Owner shall have authority to suspend the Work wholly or in part, for such period of time as he may deem necessary, because of conditions unfavorable for the prosecution of ' the Work, or to conditions which in his opinion warrant such action, or for such time as is necessary by reason of failure on the part of the Contractor to carry out orders given, or to perform any or all provisions of the Contract. No additional compensation will be paid the Contractor because of any costs caused by such suspension, except when the suspension is ordered for reasons not resulting from any act or omission on the part of the Contractor. I 79 General Conditions 1 City of Fayetteville Sanitary Sewer Improvements I Paragraph P.1 continued I c. If it becomes necessary to suspend work for an indefinite period of time, the Contractor shall store all materials in such manner that they will not obstruct or impede the traveling public unnecessarily or become damaged in any way, take every precaution to prevent damage or deterioration of the Work performed, provide suitable drainage of the roadway, and erect temporary structures where necessary. The Contractor shall not suspend work without written authority from the Owner. • 2. Owner May Terminate a. Upon the occurrence of any one or more of the following events: (1) If Contractor commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if Contractor takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency; (2) If a petition is filed against Contractor under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against Contractor under any other federal or state law in effect at the time relating to bankruptcy or insolvency; (3) If Contractor makes a general assignment for the benefit of creditors; (4) ' If a trustee, receiver, custodian or agent of Contractor is appointed under applicable law or under contract; whose appointment or authority to take charge of property of Contractor is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of Contractor's creditors; (5) If Contractor admits in writing an inability to pay its debts generally as they become due; II General Conditions 80 City of Fayetteville Sanitary Sewer Improvements I I I I I I I I I I I I I I [1 I I [1 Paragraph P.2.a continued (6) If Contractor persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph C.7 as revised from time to time); (7) If Contractor disregards Laws or Regulations of any public body having jurisdiction; (8) If Contractor disregards the authority of Engineer; or (9) If Contractor otherwise violated in any substantial way any provisions of the Contract Documents. b. Owner may after giving Contractor (and the surety, if there be one) fourteen (14) days' written notice and to the extent permitted by Laws and Regulations, terminate the services of Contractor, exclude Contractor from the site and take possession of the work and of all Contractor's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the work all materials and equipment stored at the site or for which Owner has paid Contractor but which are stored elsewhere, and finish the work as Owner may deem expedient. In such case, Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect and consequential costs of completing the Work, (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) such excess will be paid to Contractor. If such costs exceed such unpaid balance, Contractor shall pay the difference to Owner. Such costs incurred by Owner will be reviewed by Engineer and incorporated in a Change Order, but when exercising any rights or remedies under this paragraph Owner shall not be required to obtain the lowest figure for the work performed. I 81 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph P.2 continued I c. Where Contractor's services have been so terminated by Owner, the termination shall not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not , release Contractor from liability. d. •Upon fourteen (14) days' written notice to Contractor • and Engineer, Owner may, without cause and without prejudice to any other right or remedy, elect to • abandon the work and terminate the Agreement. In such case, Contractor shall be paid for all Work executed and any expense sustained plus reasonable termination expenses, which will include, but not be limited to, direct, indirect and consequential costs (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs). 3. Contractor -May Stop Work or Terminate I If, through no act or fault of Contractor, the work is suspended for a period of more than ninety (90) days by I. Owner or under an order of court or other public authority, or Engineer fails to act on any payment request within thirty (30) days after it is submitted, or Owner fails for thirty (30) days to pay Contractor any sum finally determined to be due, then Contractor may, upon fourteen days' written notice to Owner and Engineer, • terminate the Agreement and recover from Owner payment for all work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if Engineer has failed to act on an Application for Payment or Owner has failed to make any payment as aforesaid, Contractor may upon fourteen (14) days' notice to Owner and Engineer stop the work until payment of all amounts then due. The provisions of this paragraph shall not relieve Contractor of his obligations under paragraph G.15 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with Owner. I General Conditions 82 City of Fayetteville Sanitary Sewer Improvements , I Q. Arbitration Ii. Claims, disputes and other matters in question between Owner and Contractor arising out of, or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the making or acceptance ' of final payment as provided by paragraph O.14) may be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American • Arbitration Association then obtaining subject to the limitations of this Paragraph Q. The Owner and Contractor must jointly agree to have specific claims, ' disputes and other matters in question to be settled by arbitration. Arbitration entered into in accordance herewith as provided in this Paragraph Q will be specifically enforceable under the prevailing arbitration 1 law of any court having jurisdiction. 2. No request for arbitration of any claim, dispute or other matter that is required to be referred to Engineer initially for decision in accordance with paragraph J.9 will be made until the earlier of (a) the date on which ' Engineer has rendered a decision or (b) the tenth (10th) day after the parties have presented their evidence in writing to Engineer if a written decision has not been rendered by Engineer before that date. No request for 1 arbitration of any such claim, dispute, or other matter shall be made later than thirty (30) days after the date on which Engineer has rendered a written decision in respect thereof in accordance with paragraph J.9; and the failure to request arbitration within said thirty (30) days period shall result in Engineer's decision being final and binding upon Owner and Contractor. If Engineer renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but shall not supersede the arbitration proceedings, ' except where the decision is acceptable to the parties concerned. No request for arbitration of any written decision of Engineer rendered in accordance with paragraph J.8 will be made later than ten (10) days after the party making such demand has delivered written notice of intention to appeal as provided in paragraph 3.8. ' 3. Notice of the request for arbitration shall be filed in writing with the other party to the Agreement and with the American Arbitration Association, and a copy shall be sent to Engineer for information. The request for arbitration will be made within the 30 day or 10 day period specified in paragraph Q•2 as applicable, and in all other cases within a reasonable time after the 83 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph Q.3 continued 1 claim, dispute or other matter in question has arisen, and in no event shall any such request be made after institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. 4. No arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner any other person or entity (including Engineer, Engineer's agents, employees or consultants) who is not a party to this Contract unless: a. The inclusion of such other person or entity is 1 necessary if complete relief is to be afforded among those who are already parties to the arbitration. b. Such other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings. c. The written consent of the other person or entity sought to be included and of. Owner and Contractor has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 1 5. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court having jurisdiction thereof, and will not be subject to modification or appeal except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10, 11). [1 I 1 I General Conditions 84 City of Fayetteville Sanitary Sewer Improvements I R. Liquidated Damages or Actual Damages for Delay 1. General Time is of the essence of this Contract, liquidated ' damages or actual damages for delay will be assessed against the Contractor for failure to complete the work within the time(s) specified in these Contract Documents. 2. Liquidated Damages Should the Contractor fail to complete the work, or any part thereof, in the time stipulated in the Contract or within such extra time as may have been allowed for unavoidable delays by extensions granted as provided in Paragraph M, the Contractor shall reimburse the Owner for the additional expense and damage for each calendar day, Sundays and legal holidays included, that the Contract remains uncompleted after the Contract completion date. It is agreed that the amount of such additional expense and damage incurred by reason of failure to complete the work is the per -diem rate stipulated in the Bid. The said amounts are hereby agreed upon as liquidated damages for the loss to the Owner on account of expense due to the employment of Engineers, inspectors, construction reviewers, and other employees after the expiration of the time of completion, and if applicable, expenses incurred by the Owner as a result of the impact of the Contractor on other contractors under this project or 1 other contracts, and on account of the value of the operation of the works dependent thereon. It is expressly understood and agreed that this amount is not to be considered in the nature of a penalty, but as liquidated damages, which have accrued against the Contractor. The Owner shall have the right to deduct such damages from any amount due, or that may become due the Contractor, or the amount of such damages shall be due and collectible from the Contractor or his Surety. 3. Actual Damages for Delay Failure to meet the Contract Completion Date(s) by the Contractor will subject the Contractor to liability for ' all damages suffered by the Owner. Damages that might accrue to the Owner include, but are not limited to, the additional costs for project inspection by others, 1 construction review by RJN Environmental, the Owner's project administration and overhead, the Engineer's project administration and overhead, loss of revenue from the completed facility, delay or impact damages from other Contractors on this Contract or other Contractors on other Contracts resulting from the delay, rental costs incurred by the Owner as a result of delay in completion 85 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph R.3 continued of this contract, value and use loss arising from this delay, and all legal costs associated with administration of this General Condition or with any litigation arising out of this General Condition. The Owner may, without prejudice to any other remedies that may be available, withhold from any monies due, or which may become due the Contractor, all damages sustained or which may be sustained in accordance with this paragraph R.3. The rights and remedies of the Owner provided inn this paragraph R.3 are in addition to any other remedies provided by law or under this Contract. 4. Liquidated Damages will be assessed in accordance with Paragraph R.5 for each calendar day beyond the dates stipulated below: a. For each calendar day beyond the Contractual Date of Substantial Completion until the date when Substantial Completion is achieved. b. For each calendar day beyond ,the Contractual Date of Final Completion or 30 calendar days after the actual date of Substantial Completion, whichever is later, until the date when Final Completion is achieved. 5. Liquidated damages will be assessed as follows: Final Amount of Contract Liquidated Damages Per Day Less than $1,000,000 $1,000 1,000,000 and less than 3,000,000 2,000 3,000,000 and less than 5,000,000 3,000 5,000,000 and less than 10,000,000 4,000 10,000,000 and over 1 5,000 General Conditions 86 City of Fayetteville Sanitary Sewer Improvements I I I I I I I I I I Li I S. Excess Engineering Costs Ii. General Excess engineering costs shall be applicable only during ' the Contract Time provided in the Agreement. 2. Overtime ' a. The Owner shall charge to Contractor for all engineering and construction observation expenses incurred by Owner in connection with any overtime work. For any such overtime during the regular specified Contract Time beyond the regular eight hour day and for any time worked on Saturday, Sunday, or holidays, the charges for such personnel will be as provided in the Schedule of Charges below. b. These charges for excess engineering will be deducted from the Contractor's monthly payment request. c. Schedule of Charges to be as follows for all ' engineering and construction observation expenses incurred by the Owner in connection with any overtime work. Personnel Hourly Rate Project Manager $ 85.00 Resident Engineer 60.00 Resident Project Representative 45.00 Clerical/Office Technician 25.00 Id. The Contractor shall not work over a 10 -hour day without written permission from the Owner. ' e. The Engineer shall determine when observation of construction activities beyond the regular eight -hour day is required. I L I I 87 General Conditions City of Fayetteville Sanitary Sewer Improvements I T. Miscellaneous 1 1. Giving Notice I. Whenever any provision of the Contract Documents requires .the giving of written notice it shall be deemed to have been validly given if delivered in person to the , individual or to a member of the firm or to an -officer of the corporation for whom it is intended, or if delivered at or sent by registered or certifiedmail, postage prepaid, to the last business address known to the giver of the notice. 1 2. Computation of'Time a. When any period of time, is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday 'or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the. computation. B. A calendar day of twenty-four (24) hours measured from midnight to the next midnight shall constitute a day. 3. General , a. Should Owner or Contractor suffer injury or damage to his person or property because of any error, omission or act of the other party of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph T.3.a shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. b. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular ' but without limitation, the warranties, guarantees and obligations imposed upon Contractor by paragraph G.16.a, N.1, N.7, N.9, 0.6, P.2.a and all of the rights and remedies available to Owner and Engineer thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available to any or all of them which are otherwise imposed or available I General Conditions City of Fayetteville Sanitary Sewer Improvements IF I ' Paragraph T continued by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph shall be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents shall survive final payment and termination or completion of this Agreement. I I I I L I I I I C1 I C END OF THIS SECTION 89 General Conditions City of Fayetteville Sanitary Sewer Improvements I SUPPLEMENTARY CONDITIONS I A. General D 1 1 I I 1 I I I I These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and effect. Paragraph E.1: Availability of Lands Add the following sentence to the end of paragraph E.1: Contractor shall confine all construction activities within the easements indicated on the plans. Paragraph F.1: Performance and Other Bonds Add the following new paragraphs as part of paragraph F.1: e. Bonds meeting the requirements of Arkansas Highway and Transportation Department are required for all work performed within their right of ways. Paragraph F: Bonds and Insurance Add the following paragraph to Paragraph F: 7. Insurance Rating All insurance contracts must maintain a Best's Rating of A: Class VI or better. E. Paragraph N.7.: Correction Period Modify the heading and first sentence of Paragraph N.7. as follows: Two Year Correction Period If within two years after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any work is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions, either correct such defective work, or, if it has been rejected by Owner, remove it from the site and replace it with nondefective work. C1-1 Supplementary Conditions City of Fayetteville Sanitary Sewer Improvements I F. Paragraph 0 2 a• Application for Progress Payments Delete paragraph 0.2.a and substitute the following new paragraph: a. The Contractor, together with a representative of the Engineer, shall make an estimate of the value of the work performed ten days prior to a specified date each month in accordance with this Contract. The payment due date shall be determined at the preconstruction meeting. G. Paragraph 0 7 b• Review of Payment Requests Modify first sentence of paragraph 0.7.b as follows: , a. "If the Owner fails to make payment thirty (30) days after receipt of invoice and Engineers approval, in addition to ..." H. Paragraph 0.8: Substantial Completion I Add the following new paragraph as part of paragraph 0.8: 0.8.c. Substantial completion is defined as all excavation, material, labor, bedding, backfill, final restoration, and testing required to complete the work as defined in the Contract documents. Individual job numbers will be considered for substantial, completion. I. Paragraph A.17: Engineer Delete paragraph A.17 and substitute the following new paragraph: 17. Engineer - The firms of RAIN Environmental Associates, Inc., Consulting Engineers, Dallas, Texas and McClelland Consulting Engineers, Inc., Fayetteville, Arkansas, acting through their authorized representatives. 1J 1 1 Supplementary. Conditions C1-2 City of Fayetteville Sewer System Improvements L J. Paragraph E.2.a. Delete paragraph E.2.a and substitute the following new paragraph: a. No reports of explorations and tests of subsurface conditions at the site are available. ' K. Paragraph 0.9 Delete paragraph 0.9 of the General Conditions. L. Paragraph 0.2.d Delete paragraph 0.2.d. and substitute the following new paragraph: d. Applications for payment shall be signed by the Engineer and approved by the Owner, and after such approval, the ' Owner, subject to the foregoing provisions, will pay or cause to be paid an amount equal to the estimated value of the work performed less a retained amount of ten (10) percent until Final Acceptance by the Owner. M. Tort Immunity ' The City of Fayetteville has Tort Immunity under Arkansas Law. Nothing in these contract documents shall be construed or interpreted as the City waiving that Tort Immunity. 1 END OF SUPPLEMENTARY CONDITIONS I 1] C1-3 Supplementary Conditions City of Fayetteville Sanitary Sewer Improvements 0 0 0® p© o 1 1 SUBMITTAL RECORD JOG CM SUBIL NO a SN. R EV. NOIN. SPECIFICATION DIVi SECT CONTRACTOR RE: PROJECT NO. FILE NO. RJN GROUP, INC. SUBMIT T0: RJN GROUP, INC. CONTRACT DRAWING NOS. SUBMITTED BY TEL. A B •' ACTION TAKEN w o - a ' H W W Is V Q z JJ W W W W 1 • O I W Z W ► Fm Q - 7 O W W 7 a 2 W 0 p II m a4 = 1 0 oz m u V W— a L' W i j 0 v O W - a t W < m j ► a ► i 2 a u m 7 1 a m a m ¢i O N. m m3 J W a m m Owl. NO. DATED SU►PUER DESCRIPTION 1 i I 1 I I I I lill DIS-PIBUTIov BY REMARKS C _ o C'LE COPY(!) SUBCONTRACTOR (I) ^ c ► s ^ C r n is BY 1 '� — THESE ARE SUBMITTED AS CHECKED BELOW. : ' o am 5-R'5,7:CN =_Y RJN GROUP. INC_ I I F LE COPY (I ; FOR REWIEV I2 RETURNS CORRECTED PRINT RJN/FIELD fil � C FCP TOUR JS( ' 9Y .^. AS REOUE5'ED FOR iNFORNAT 3N I iDwTApC�DA5 pJ TwORt.ED RF r4E5Ew TpTIvE •I I I QUANTITY ROUTING DATE SENT DATE RECEIVE* SEPIA PRINT DATA MS EM 10 0 1� E z 18 0 z F -' a z a a 0 w 1 1 1 0 0 z E W S. E w 0 a 0 z E h a a a H U z H E E 0 W CO CO w 0 z N 0 El Ea El U u H E El 0 U 0 ZW wa^ aam a� W a ° w o w E 4- -' E°cc zo E 0 Wy w °i kw OE^ ,Hr UD CE f� N ZU` U U E 9a ^ E � zEv OH OH N E-� ZZV' N U a cn N ^ C' 1 E 9 z U 0 a-� aN U E°zN H fl 1 zW w.. 1 w wu ❑ w O w Q D It.❑ 'S. 1 oo W z O ha D E O a 1 o a O N N o 1 E • xUv 1 O U 1 • i ZE Ear ` OH O >4 1 EEv z -. 1 O O E W L^ v H ✓ U 1 z O z N OF -'--- U GE. n 1 U CO ❑ 1 1 1 E z , Ew zW wa,.. a�O1 wO wU °w O w °. E a -- O - o E Z O DaE a a w Ca w� OE^ U �E^ Zr-) a U w O H 9a^ F Ln zE` OH OF N N rl 2<— ro N 00 0 E El � �NrC�j M v ✓ U E •^4 z z U H H 0 aN m U 0 fri N ro U u C) �o^ HZ'- ___ 1-4 u w 0 0 w w a E z w A 1° z w I I I i I z E N 0 a a z a . O Ea 0 U ;. O H O z E o z z a >4 a W H h o a a a a a 0 O E H z aU) U Cl) HH H Cl) 0 0 o NOO W w a E H H O E 0 H N �3 El H W O H a H U U) N a .. H z z HH El w 04 a ❑ ru H x H 0 0 F U Vt 000 0 4.. 0 (AW 0111 i J� C ❑ {) •.i U W O•.iI roe) (dl.) COV o C Ito y) 0 ro m fro OW 14140 N ° C W JJ •n 0 ON •O11kro•O O WO W Uroro0 C N ro r.a) ro row H rtA cd W E+r CJJ U g W+)r1+) ONOOOO vTnrv>v>c/rtrrt/rV► �ro O,CU0C y W 0 U ro 0 H W$ C 4J Uw ro W a ld ro� U CC 'k H H CTJ J )wP m ro.C N 0 EV U•� C4) -H k W k L +)14 y) W.C 0b U WV C E 4) U k ro W 0 0 N W8 N >>++ (t140 krta) v-�Saa O 0 a f o - o14 W ' - 1-1 y -,-�i .C ►wi s- yU C A 0. W U W Up, C 0.0[10 P•riUb+ .CO pUU V W .0N'00C O 0 rt•N C W rob zz W W+> 0 U .. $SOH w+) COLEib CH7 y°ro:A ° 14 3 a 1 W c d o W 0 'O .C b+ O N z r1004) W 1) a U C40 i) ro -4 W 4) N E> C V N ro (�WW WV •••••••• W O0 .�0 EC .Cr-.C W i aro W W ro H PC E.C W C -w 0W bW b10C .. �to (O roww C +)+) y+) W •• w (d Cb Ei) 0 0) N ro •••••• .,l E W .7 y ro C U U ro 3 � 6 k.. It 0p.114 C H zo wt N W V VW W W N W y,� 'O � ❑ E U � W C W N W.Q 140 W ro 4 w rl N 0 N 014 aC U4 • ..m �aW w NH°oob U .Ci wm 00+ o E.C a O C U W0 VI kW4j 0 rt y•ri•i U 1000 (0>,b+N •b W t4'.C ro $4 W C H' O W •• ro N , C • Cy U . Pitt DV •.Cw It row•-, . b3Oaas w W W rt b+ y 0 0 0 0 . U . C .. y.Q' W cal •.-i-4 4) xN 14 --I�rt Frol ro0 ..Wv ,1.r , OCU W C1.� p E C m U 01C W ° N ro zin a C U 0 ,OWCU b,o •Ndrol •r . • ,grWio N •wUJW.r•�W- CUro C W0+ toAU. E-p4)4)N4) roro C...�y b>1jbC rttU (dint O wOOb00 W UCro y om•drOi0 E4J{Wlr-4 L1 O U Eft t.C!a 'O W W 0 4 rl •r1 W C .� W U V W SCd WJA.) CCW> W•r4 W ro Wrl $4UW .i0 0C144) ) - $44-) W W 4-10'W ,� 00d1104a y'N,-W14t0 It ILLtw It❑ W W$4W oV g0a0C�° U .Coro xrow >oW.�. 3CU >+ W 1•ON4 ❑+) W C >UU WC >100 O4C O aC O O o o 0 4 to rob ul d o E C W b rob w N C C E U pHot 0•O0(D4)0 'O ftc 14 -Hit HW°tC ro ro C•ro W rt •C rl rt C W a' y) 0 U C Od y ••i .C 0 OH > N •'I rt yN 04 N .,�rororof00 ro U4[C W 01O 0x0 WW WWyWW 0U&V Es .04)140 y,1AU0W00 k••i0 wEW W (0C141414 ro0$4 W+)WE9EE Wi•7E A .0 •• y-40000 W E 3 N ,C E y- a y C 0 4)0' 1414 0) 0 ro4j w y 'O .-H O C C ro.0 U b W W 0'.C C o> E y ••+ W r+ W C-i vvvvvvvv OroiW W•OW (4-4.it.00(0NW4ro4-))W E w C W roU N a N H ) z •• H m m lkd O .C w .k k ro O ro o N W ,k .C •H .C ) 41 0 0• -I .C 4 -it U } z H 0. 0 cal z C W N a w 0 El H z 0 C It U > C 0 .a v 4 I I I I 1 I I I I J I J I. CHANGE ORDER SHEET OF CHANGE ORDER NO. OWNER: PROJECT NAME: LOCATION: CONTRACTOR: PROJECT NO. DATE: I. DESCRIPTION OF CHANGES INVOLVED: The following changes are hereby made to the Contract Documents: ***For each item, describe the change, the reason for the change, and indicate the adjustment to the Contract Price and the Contract Time.*** 1 Change Order City of Fayetteville Sanitary Sewer Improvements 4 I SHEET OF CHANGE ORDER NO. II..CHANGE ORDER CONDITIONS: 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in the preceding Description of Changes involved, with the Supplemental Contract Drawings designated as , and under the provisions of the Original Contract,_ including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. I I1 I I 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of ' equipment. 3. Contractor agrees there will be no additional extensions'of contract time and no additional increase in Contract Price granted for this Change Order or any previous Change Orders. 4. The Contractor expressly'agrees that he will place under coverage of his Performance, Labor and Material, and Maintenance Bonds and Contractor's Insurance all Work covered by this Change Order. The Contractor will furnish to the Owner evidence of increased coverage of his Performance, Labor and Material, and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent (20%). III. ADJUSTMENTS IN CONTRACT TIMEt 1. Final Completion Date of Original Contract 2. Net change due to all previous Change Order 3. Final Completion Date not including this Change Order No. _ 4. Addition to Contract Time due this Change Order No. a. Avoidable Delay Extension. b. Unavoidable Delay Extension. . . . . . . . . 5. Final- Completion Date including this Change Order No. Change Order 2 City of Fayetteville Sanitary Sewer Improvements 1 J I Ii Days I Days Days , 1 I I 1 1 1 SHEET OF CHANGE ORDER NO. IV. ADJUSTMENTS IN AMOUNT OF CONTRACT: 1. Amount of Original Contract $ 2. Net (addition)(reduction) due to all previous Change Orders Nos. to $ M 4. 5 Amount of Contract, not including this Change Order $ (Addition)(Reduction) to Contract due to this Change Order $ Amount of Contract including this Change Order $ RECOMMENDED FOR ACCEPTANCE: ( ) (For RJN Environmental Associates, Inc.) Date ACCEPTED: CONTRACTOR: By: ( ) Signature of Authorized Representative Date OWNER: By: ( Signature of Authorized Representative Date 3 Change Order City of Fayetteville Sanitary Sewer Improvements I *** Date *** *** CITY LETTERHEAD *** Dear Resident: In a continuing program to maintain and upgrade the City sewer systems, several sewer projects are scheduled this year, including Sanitary Sewer Main Replacement and Rehabilitation, White River Watershed, Mini System 18 B/C for the City of Fayetteville, AR. A *** Cost *** dollar renovation project, financed by the funds will be underway for the next *** State Time ***. This project will include eliminating many sources of stormwater entering the sanitary sewer system from defects in the sanitary sewer system. Work on this project is scheduled to begin during *** Name of Week and Month ***. The Contractor *** Name of Contractor *** of *** Name of City and State *** and our consulting engineers, RAIN ' Environmental Associates, Inc. in association with McClelland Consulting Engineers, Inc. both have successfully completed similar projects. A very important concern of the City on a project of this type is the restoration of street and parkway openings. Restoration work will be completed on a timely basis once construction is ' completed in an area. If you have any questions about this project, please contact *** Name of Resident Engineer ***, RJN Group, inc. at their construction office *** Telephone Number of Construction Office ISincerely, ICity of Fayetteville, AR I I I I Dl -1 SUMMARY OF WORK A. General Ii. The Plans, Special Conditions and Provisions Documents, and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturer's name, ' number or identification included therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the Contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though • required by all. Section I of these specifications is made a part of the Contract. ' The order of precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Drawings ' 2. Specifications 3. Arkansas State Highway and Transportation Department Specifications ' The following special conditions shall be applicable to this project and shall be given over any conflicts with the Contract Documents under the provisions stated above. 2. Work Covered By Contract The work to be performed is generally described in the Invitation to Bid and indicated in the Contract Documents. 3. Contractor's Duties a. Except as specifically noted, provide and pay for: 1) Labor, materials, and equipment. 2) Tools, construction equipment, and machinery. 3) Samples, shipping costs, and tests. 1 D1-1(1) City of Fayetteville Sewer System Improvements 4) Necessary utilities, such as water supply, electrical power, telephones, roads, fences, and sanitary facilities, including maintenance thereof. 1 5) Other facilities and services necessary for proper execution and completion of work. I b. Perform all the work described in these General Requirements except where specifically indicated to be done. by others. 1 1 F C. Pay legally required patent fees, sales, consumer, and use taxes. ' d. Secure and pay for legally required permits, licenses, and government fees. e. Give required notices. 1 f. Employ workmen and foremen with sufficient knowledge, skill, and experience to perform the work assigned to them. g. Comply with codes, laws, ordinances, rules, 1 regulations, orders, and other legal requirements of public authorities bearing on the conduct of the work. 1 h. Submit written notice to Owners+Representative of observed variance of Contract Documents from legal requirements. Any necessary changes will be adjusted as provided in the Contract for changes in the work. i. Enforce discipline and good order among Contractor and subcontractor employees. Any person employed by Contractor or subcontractors who does not perform his work in a skillful manner, is incompetent, or acts in a disorderly or intemperate manner shall, at the written request of Owner, be removed from the project immediately and shall not be employed in any portion of the work without the approval of Owner. j. Provide at all times facilities for access and inspection of the work by representatives of Owner and by official governmental agencies designated by Owner as having the right to inspect the work. k. Cooperate with other contractors who may be performing work of Owner, and with Owner's employees working in the vicinity of the work done under the Contract. •1 City of Fayetteville D1-1(2) Sewer System Improvements I I I I I I I I I I I I J L I 1 I I 4. 1. Submit shop drawings on all materials and equipment to be installed on the project. in. The labor classification and minimum wage rates herein were established pursuant to the Arkansas Prevailing Wage Law and shall govern on all work performed by the contractor or any sub -contractor on the site of the project covered by these contract documents. At a minimum, the prevailing hourly rate of wages following shall be paid to all workers performing work under the contract. The scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. Contractor's Use of Premises a. Confine operations at site to areas permitted by law, ordinances, permits, and the Contract Documents. b. Do not load or permit any part of a structure to be subjected to any force that will endanger its safety. c. Comply with and enforce Owner's instructions regarding signs, advertisements, fires, and smoke. d. Assume responsibility for protection and safekeeping of products stored on premises. e. Do not discharge smoke, dust, or other contaminants into the atmosphere, or fluids or materials into any waterway as will violate regulations of any legally constituted authority. f. Move stored products which interfere with the operations of Owner or other Contractors. g. Obtain and pay for additional storage or work areas needed for operations. h. No alcohol shall be consumed on the site. i. Existing Manhole Steps The steps of the existing manholes can not be guaranteed for safety, therefore, Contractor shall provide all necessary equipment to assure safe access and a safe working environment inside the manhole. C1 D1-1(3) City of Fayetteville Sewer System Improvements I 5. Existing Facilities a. The existing facilities will be in continuous operation during the construction period. b. Plan and conduct construction operations to avoid disturbing existing structures, piping, equipment, and services in any manner which will interrupt or impair operations, except as approved by owners Representative. c. Submit for approval a construction sequence, and written explanations of the temporary facilities and appurtenances intended to be used in maintaining the uninterrupted operation of the existing sanitary sewer system and any other affected utilities. 6. Sequence of Construction a. The Contractor shall contact property owners 48 .hours in advance describing the work to be performed on private property prior to any construction or rehabilitation work on that property. b. Repair items associated with all manhole rehabilitation shall be performed in the presence of the Resident Engineer or such work will not be accepted by Engineer. c. Excavation work shall be performed in an orderly manner so that all excavation work is completed in an area before moving to another area unless authorization is given by the Engineer or Owner. d. Prior to final surface restoration, the Contractor shall insure that all testing has been completed and reviewed by the Engineer. e. The Contractor shall submit to the Engineer each night the next days proposed activities. f. The Contractor shall submit a weekly schedule on each Thursday for the next week's construction activities. g. A revised monthly progress schedule shall be submitted with each payment request. h. The City shall not reimburse the Contractor for any water used to perform the work as required in the contract. I I I I I Li I I I City of Fayetteville D1-1(4) Sewer System Improvements I' I I I I I I I I I I I I I L1 I I I i. All local residents who will be denied access to their driveways shall be notified by the Contractor two (2) working days prior to the closure of their access. j. All driveways which are open cut shall have at least a temporary riding surface at the end of each day and will be considered a non -pay item. k. Project signs shall be required in accordance with the Supplementary Conditions, and shall be considered a non -pay item. 1. All cast iron frames and lids from manhole structures which are required to be removed per the Manhole Repair Work Item Schedule (Section G), shall be disposed by the Contractor at no additional cost to the Contract. M. Work shall be completed in Mini systems 18 B/C and 10 before beginning work in Mini system 5. 7. Abbreviations The following abbreviations as used in the Contract Documents have the listed meanings: A . . . . . AASHTO . . . ACI ANSI AREA . . . ASTM . . . . AWWA Bil BOD btu C... cc . . cf.. cfm Co . . conc Corp CRSI cu. . cy. . ampere American Association of State Highway and Transportation Officials American Concrete Institute American National Standards Institute American Railroad Engineers Association American Society for Testing and Materials American Water Works Association basic impulse insulation level • biochemical oxygen demand • British Thermal Unit • degrees Celsius cubic centimeter cubic foot • cubic feet per minute Company • concrete Corporation Concrete Reinforcing Steel Institute cubic cubic yard D1-1(5) City of Fayetteville Sewer System Improvements F . . . . . . degrees Fahrenheit FIA . . T. . Factory Insurance Association FM . . .'. . Factory Mutual fpm . . . . . feet per minute•. fps feet per second ft . : . . . feet FS . . . . . . Federal Specifications g. . . . . . gram ga . . .. gauge gal gallon gpd . . . gallons per day gpm . . . gallons per minute H -O -A . . . Hand -off -automatic h. . . . . . hour HP . . . . . . horsepower hz . . . . . . hertz IEEE . •. . Institute of:Electrical and Electronic Engineers ` Inc. . . . . . Incorporated L . . . . . . Liter lb . . . . . . pound lbs . . . . . pounds max . . . . .• maximum min minimum mg/L . . . . . milligrams per liter mgd . . . . . million gallons per day mm . . . . . . millimeter MS . . . . . . Military Specifications NBBPVI . . . . National Board of Boiler and Pressure Vessel Inspectors NBS •. . . . . National Bureau of Standards NEC . . . . . National Electrical Code NEMA . . . . . National Electrical Manufacturers Association NFPA . . . . . National Fire Protection Association no . . . . . . number OSHA . . . . . Occupational Safety and Health Administration ppm . . . . . parts per million psf . ... . . pounds per square foot psi . . . . . pounds per square inch gauge pvc . . . . . polyvinyl chloride L City of Fayetteville D1-1(6) Sewer System Improvements 1 .1 I •1 I. I 1 D1-2 CUTTING AND PATCHING A I I I I I I Ti I General 1. Description a. Cutting and patching shall include the cutting (including excavation), fitting, or patching necessary to: 1) Remove and replace defective work. 2) Remove and replace work not conforming to the Contract Documents. 3) Remove samples of completed work for specified testing. 4) Install specified work in existing construction. 5) Inspection of covered work. 6) Obtaining samples of completed work for testing. 7) Alteration of completed work. b. Work performed by another Contractor shall not be cut or altered without written consent of Owners Representative. 2. Submittals a. Before doing any cutting submit a written notice to Owners Representative requesting consent, including: 1) Description of affected work. 2) Necessity for cutting. 3) Scope of cutting and patching. 4) Trades and products to be used and extent of refinishing. b. Prior to doing cutting and patching identified in writing by Owners Representative as additional work, submit a cost estimate. c. Notify Owners Representative when work is to be performed. I D1 -2(l) City of Fayetteville Sewer System Improvements I B. Materials , Materials used for replacement of work removed shall comply with the Specifications for the type of work to be done. C. Execution I 1. Provide shoring, bracing, and support as necessary to maintain structural integrity of the project and to conform with all safety requirements established by law. 2. Protect adjacent portions of work and existing , facilities from damage due to cutting and patching operations. 3. Execute excavating and backfilling as specified. 4. Restore work which has been cut or removed. Install new products to provide completed work meeting all requirements of the Contract Documents. 5. Refinish entire surfaces as necessary to provide an even I and uniform finish. D. Measurement and Payment ' Cutting and patching required to perform the work will not be measured nor paid for separately. The cost shall be included in the Contract Price for the items of work that require cutting and patching. END OF SECTION D1-2 ' I 1 1 I [1 City of Fayetteville D1-2(2) Sewer System Improvements U I A I I D1-3 SUBMITTALS Progress Schedule 1. Prepare a detailed progress schedule in graphic form showing proposed dates of starting and completing each major division of the work, monthly completion percentages, and anticipated monthly payment requests. 2. The schedule shall be consistent with the time and order of work requirements of the Specifications, and shall be the basis of Contractor's operations. 3. A condensed critical path method schedule is preferred ' but another practicable form of presentation will be acceptable. ' 4. Submit three copies to Engineer within 10 days after the effective date of Award. I5. At the end of every pay request period, submit a revised schedule showing the current status of the work as compared to the projected status. The current application for a progress payment will not be processed ' until the revised schedule is delivered to Engineer. ' B. General 1. Shop Drawings, Project Data, and Samples a. General Submit to Owners Representative shop drawings, project data, and samples required by the Specifications. b. Shop Drawings 1) Shop drawings are original drawings prepared by the Contractor, subcontractors, suppliers, or distributors which illustrate some portion of the work and show fabrication, layout, setting, or erection details of equipment, materials, and components. 2) Unless otherwise instructed, submit to Owners Representative for review and approval three prints of each plan or two prints and one reproducible sepia or reproducible on vellum. ' Owner Representative will return with review comments one print or one reproducible. D1-3(1) City of Fayetteville Sewer System Improvements L 3) Shop drawings shall be 8-1/2 by 11 inches, 8-1/2 by 14 inches or standard size plans, or as directed by Owner Representative, and shall be clearly identified as to location of the equipment, material, and apparatus in the work. 4) Fold drawings to an approximate size of 8-1/2 by , 11 inches in such a manner that the title block will be located in the lower right hand corner of the exposed surface. Roll, do not fold, reproducible copies of drawings. 5) Furnish Owner Representative, as requested, without extra charge, the number of complete sets of prints of shop drawings as Owner Representative shall request for office files and for use in the field. C. Project Data ' • 1) Project data are manufacturers' standard schematic drawings, catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, parts lists and other standard ' descriptive data. 2) Modify drawings to delete information not applicable and to add information applicable to the project. 3) Mark copies of printed material to identify pertinent materials, products, or models. 4) Show dimensions and clearances required, performance characteristics and capacities, and wiring diagrams and controls. 5) Submittal procedures shall be the same as for shop drawings. d. Samples 1) Samples are examples to illustrate materials, equipment, or workmanship, and to establish , standards by which completed work is judged. 2) Samples submitted shall be of sufficient size and quantity to illustrate functional characteristics of product or material and full range of colors available. 3) Field samples and mock-ups when required by the specifications shall be erected at the project site where directed. I Ill City of Fayetteville D1-3(2) Sewer System Improvements I I I I I L [TI I I I I I e. Contractor Responsibilities 1) Review and approve shop drawings, project data, and samples before submitting them. 2) Verify field measurements, field construction criteria, catalog numbers, and similar data. 3) Coordinate each submittal with the requirements of the Contract Documents. 4) Submit shop drawings for major equipment items in one package to permit checking complete installation details. 5) In a clear space above the title block, or on the back, hand stamp the following, and enter the required information: Name of Owner - City of Fayetteville Project Name - Sanitary Sewer Manhole Rehabilitation, White River Watershed, Mini System 18 B/C Date Identification Contract Drawing No. Specification Section This document has been checked for accuracy of content and for compliance with the Contract Documents and is hereby approved. The information contained herein has been coordinated with all involved Contractors. IContractor Signed 6) Contractor's responsibility for errors, ' omissions,and deviations from requirements of the Contract Documents in submittals is not relieved by Owners Representative's review. ' 7) Notify Owners Representative, in writing at time of submittal, of deviations in submittals from requirements of the Contract Documents. D1-3(3) City of Fayetteville Sewer System Improvements 8) Do not install materials or equipment which require submittals until the submittals are returned with Owners Representative's stamp and initials or signature indicating review. , 9) Revise returned resubmit until Indicate on the been made other Representative. shop drawings as required and Final approval is obtained. drawings any changes which have than those requested by Owners 10) submit new project data and samples when the initial submittal is returned disapproved. 11) No claim will be allowed for damages or extension of time because of delays in the work resulting from rejection of material or from revision and resubmittal of shop drawings, project data, or samples. f. Owners Representative's Duties 1) Owners Representative will review submittals for compliance with the Contract Documents and with. the design concept of the project. 1 2) Review of a separate item does not constitute acceptance of an assembly in which thefl item ' functions. 3) Owners Representative will affix a stamp to the returned copy -of each -submittal. The stamp will be marked to indicate "Furnish as Submitted", "Furnish as Corrected", "Rejected", or "No Review Required". The stamp will be initialed or signed certifying the submittal review. 2. Photographs of Surface Conditions , a. A still picture of existing surface conditions shall be provided for all manhole repairs. ' b. The following information shall be provided on a color photograph. 1) Date of photograph. 2) Cover enough area to show all existing , conditions within a 20' radius of the work area. 3) Job number and work to be performed. i City of Fayetteville D1-3(4) Sewer System Improvements C IC. Contractor shall have the option of providing a Video Tape Recording of the Surface Conditions. Audio descriptions on the tape will give job number ' and location of each site. Quality of video shall be acceptable to the Owners Representative. 3. Final Inspections a. Notify Owner in writing when project, or designated portion of project, is substantially complete. b. Owners Representative will make an inspection of the substantially completed work, and prepare and submit to Contractor a list of items to be completed or corrected. c. Take immediate steps to remedy the listed deficiencies, and notify Owner in writing that the project is complete and ready for final inspection. ' d. Owners Representative will make a final inspection and, if he considers the work is complete, he will notify Owner that the work is ready for final 'acceptance. 4. Closeout Submittals ' a. Special guarantees and bonds. ' b. Certificates of inspection required by laws and ordinances for mechanical and electrical work, and any other legally required inspections.c. ' Contractor's Waiver of Liens. d. Separate Waivers of Lien for subcontractors, suppliers, and others with lien rights against ' property of Owner. e. Final payment estimate. 5. Work Schedule a. Prepare a detailed weekly work schedule and submit the schedule to the Owners Representative on the Thursday before the schedule is to take effect. b. Contractor shall update the weekly work schedule on a daily basis so to advise the Owners Representative where and on what the Contractor will be working. ' c. Work schedule shall include, but not be limited to, a listing of job numbers and manholes that will be worked on a daily basis and a brief description of the type of work to take place. ' D1-3(5) City of Fayetteville Sewer System Improvements D1-4 MATERIAL AND PERFORMANCE TESTING A. General 1. Scope a. Perform the inspections and tests required by the Specifications. b. Provide product certification as required by the Specifications. c. Neither observations by Owners Representative, nor inspections, tests, or approvals by other than Contractor, shall relieve Contractor from his obligation to perform the work in accordance with the requirements of the Contract Documents. B. Measurement and Payment No Contract Prices are established for Material and Performance Testing. END OF SECTION D1-4 D1-4(1) City of Fayetteville Sewer System Improvements L L I A. General D1-5 CONTROL OF CONSTRUCTION SITE ' 1. Removal of Debris Keep the work sites free from accumulating waste materials and rubbish caused by his work or employees. All materials and equipment required on the site shall be kept in such a manner so as to cause a minimum of ' inconvenience and nuisance to other Contractors and the general public. The site shall be kept broom clean. I I I El I I L L I I I 2. Traffic Control a. Contractor shall, at all times, conduct the work in such a manner as to insure least obstruction to vehicular and pedestrian traffic while paying particular attention to avoid inconvenience in hospital and school zones. Notify Owners Representative at least three work days in advance of starting any construction work which might inconvenience or endanger traffic. A minimum of one lane shall be open to traffic at all times. b. Submit a traffic control plan to Owner, Owners Representative, and appropriate highway official three days prior to closing any road. Contractor shall inform police, fire, public works, and bus service companies on the day of closure. C. When any section or portion of road is closed to traffic, provide, erect, and maintain barricades, red flags, detour signs, and lights at each end of the closed section, at all intersecting roads, and at all locations shown on the plans, in accordance with the City of Fort Worth Standard Specification. d. Contractor shall provide a sequencing arrow panel when performing construction on heavily traveled roads and streets. The sign panel shall consist of a minimum of 22 amber lamps. The lamps shall be divided into two groups of three arrowheads each with arrowheads of each group aligned or behind the other laterally and the arrowheads of separate groups being opposed. I D1 -5(l) City of Fayetteville Sewer System Improvements I e. Replace any traffic sign or post which has been damaged or removed because of the contractor's operations. f. Contractor shall provide access to private property. Driveways, sidewalks, and alleys shall not be blocked for periods greater than two hours. 3. Fencing shall be placed around open excavation or trenches at the end of a day in a manner acceptable to the Owners Representative and the Owner. Fencing and placement of same shall meet the approval of the Owners Representative. 4. Equipment Operation a. Where the Contractor's equipment is operated on any portion of a traveled surface or structures used by traffic on or adjacent to the section under construction, the Contractor shall clean the traveled surface of all dirt and debris at the end of each days operations.The cost of this work shall be included in the unit price bid and no additional compensation will•be allowed.. b. Protect traveled'surfaces and structures on or adjacent to the work, in a manner satisfactory to the Owners Representative, from damage by lugs or cleats or equipment. Walking of tracked -rolled equipment directly on paved streets, driveways, curbs, or sidewalks shall not be allowed. c. Equipment used in the performance of the work shall comply with legal loading limits established by the statutes of State or local regulations when moved over or operated on any traveled surface or structure unless permission in writing has been issued by the Owners Representative. •Before using any equipment which may exceed the legal loading, the Contractor shall secure a permit, allowing ample time for an analysis of stresses to determine whether or not the proposed loading is within safe limits. The Owner will not be responsible for any delay in construction operations or for any costs incurred by the Contractor as a result of compliance with the above requirements. 1 I City of Fayetteville D1-5(2) Sewer System Improvements I I I I Li I I I LI I I I I I II I 5. 6. Utilities a. The Contractor shall notify public and private utility companies which may have overhead or underground facilities in the area at least 48 hours before construction begins. The Contractor shall make necessary arrangements for having these companies locate, protect, brace or move their facilities as may be necessary for construction of the improvements. Costs incurred due to the moving, bracing, or protection of utilities or in satisfying the requirements of the utility companies shall be incidental to the cost of the proposed improvement. b. The Contractor shall proceed with caution with excavation operations so that the exact location of underground utilities and structures, both known and unknown, may be determined. The Contractor shall take all reasonable precautions against damage to the utility or structure. However, in the event of a break in an existing utility, he shall immediately notify a responsible official from the organization operating the utility. The Contractor shall lend all possible assistance in restoring service, and shall assume all costs connected with the repair of any damaged utility. c. It is understood and agreed that the Contractor has considered in his bid all of the permanent and temporary utility appurtenances in their present or relocated positions and that no additional compensation will be allowed for any delays, inconvenience, or damage sustained by him due to any interference from the said utility appurtenances or the operation of moving them either by the utility companies or by him; or on account of any special construction methods required in prosecuting his work due to the existence of said appurtenances either in their present or relocated positions. Accident Reporting a. Notification Accidents occurring on the job which damage public or private property, or result in injury to workers or other persons, shall be promptly reported to the Police Department. I D1-5(3) City of Fayetteville Sewer System Improvements b. Utilities + Accidents involving utilities shall be reported to the affected utility. This applies to all accidents, including, but not limited to, traffic accidents, broken pipe lines, power and.telephone facilities and damage to adjacent properties. B. Measurement and Payment No Contract Prices are established for Control of Construction Site. END OF SECTION D1-5 r 0 i City of Fayetteville D1-5(4) Sewer System Improvements D1-6 MEASUREMENT AND PAYMENT A. General ' The Contract price shall cover all Work required by the Contract Documents. All costs in connection with the proper and successful completion of the Work, including furnishing ' all materials, equipment, supplies, and appurtenances; providing all equipment and tools; and performing all necessary labor and supervision to fully complete the Work, ' shall be included in the unit and lump sum prices bid. All Work not specifically set forth as a pay item in the Agreement shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the Contract prices. 1. Estimated Quantities Quantities stipulated in the Bid Form or Contract Documents are approximate and are to be used only (a) as a basis for estimating the probable cost of the Work and (b) for the purpose of comparing the bids submitted for the Work. The actual amounts of work done and materials furnished under unit price items may differ from the ' estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. Contractor agrees that he will 1 make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials ' actually furnished and the estimated amounts therefore. 2. Measurements and Payments Payments will be made in accordance with the General Conditions for actual quantities constructed or installed in accordance with the Contract Documents, be they more or less than the listed quantities; said quantities being measured as hereinafter specified. ' 3. Items Not Listed In Contract There shall be no measurement or separate payment for any items not listed in the Contract and all costs pertaining thereto shall be included in the contract unit prices for other items listed. I END OF SECTION D1-6 I I D1 -6(l) City of Fayetteville Sewer System Improvements I tA. General 1 1. Scope This section describes manhole testing to effectively ' confirm the watertight integrity of new manholes and existing manholes following infiltration and inflow related repairs. 2. Description a. Infiltration may be observed in manhole defects at manhole walls, pipe seals or bench/trough areas. Infiltration related repairs are intended to eliminate leakage of groundwater into manholes. b. Inflow may be observed in manhole defects at manhole frames, covers, frame seals, grade adjustments, ' grade adjustment seals, corbels, or walls. Inflow related repairs are intended to eliminate sources of surface water entry that become active during rainfall events. 3. Testing, Observations and Guarantee Period a. The testing required shall be performed by the Contractor at locations designated by the Engineer and documented to the satisfaction of the Engineer. ' b. The Contractor shall test rehabilitation work completed by the Contractor and by the Owner. Testing shall not be performed on a specific manhole until all work as shown on the Manhole Work Item Repair Form has been completed for that specific manhole. D1-7 MANHOLE TESTING El I I B. LI C. Any rehabilitated manholes or new manholes that observed to be leaking by the Engineer shall be subject to additional repairs. The Contractor only be responsible for all additional repairs those work items completed by the Contractor. Materials Not specified. are shall of I D1-7(1) City of Fayetteville Sewer System Improvements s C. Execution 1. Infiltration Testing a. All rehabilitated manholes and new manholes shall be vacuum tested by the Contractor in the presence of the Engineer for sources of infiltration. Testing will be made during high groundwater conditions, wherever possible. All testing shall be performed 'in the presence of the Engineer. b. Manholes shall be tested after installation with all connections (existing and/or proposed) in place. Drop -connections and gas sealing connections shall be installed -prior to testing. The lines entering rthe manhole shall be temporally plugged with the plugs braced to prevent them from being drawn into the -manhole. The plugs shall be installed in the lines beyond drop -connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of 10 inches of mercury shall be drawn, and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after' the required test time. If the drop in the level is less than 1 -inch of mercury (final vacuum greater -than 9 inches of mercury), the I Li I I I manhole will have passed the vacuum test. After a successful test, the temporary plugs will be removed. The required test time is determined from Table I. Table I MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 1" N (10"H - 9"Hg) (MIN:SEC) HEIGHT OF M.H. (DEPTH IN FT.) b` 48" M.H. . 60" M.H. 72" M.H. 0 - 20' :40. :50 1:00 22' :44 :55 1:06 24' :48 1:00 1:12 26' :52 1.05 1.18 28' :56 1:10 1:24 30' 1:00 1:15 2' DEPTHS -ADD FOR EACH 2' :04 :05 f:30ADDITI0NAL LJ I I 1 1 City of. Fayetteville D1-7(2) Sewer System Improvements I IC. Manhole vacuum levels observed to drop greater than 1 -inch of mercury (Final vacuum less than 9 inches of mercury) will have failed the test and will 1 require additional rehabilitation. The Contractor shall make the necessary repairs at no additional compensation for only those work items completed by the Contractor. The manhole shall then be retested 'as described above until a successful test is made. 2. Inflow Testing a. All rehabilitated manholes and new manholes shall be dye water tested. Manholes shall be dye water tested in the presence of the Engineer. The dye test shall consist of applying a concentrated dye solution around the manhole frame. Dyed water shall be applied for at least ten minutes. b. Manholes observed to be actively leaking will have failed the test and will not be acceptable. Manholes failing the test will require additional rehabilitation by the Contractor at no additional compensation. The Contractor shall be responsible for only those work items completed by the Contractor. The manhole shall then be retested as described above until a successful test is made. ID. Measurement and Payment No contract unit prices are established for manhole testing. However, specific sections of the Contract Documents indicate that certain percentages of various contract prices will not be eligible for payment unless testing has been performed. I END OF SECTION D1-7 I Ii I D1-7(3) City of Fayetteville Sewer System Improvements I ID1-8 TRENCH SAFETY SYSTEM IA. General 1 1. Scope This section describes the trench safety requirements ' for construction of sanitary sewers and appurtenances in accordance with the Contract Documents. 2. Description The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P -Excavations shall be the minimum governing requirements for trench safety. Said standards are included at the end of this section. 3. Trench Protection Protect open cut trenches against collapse as required by State or Federal Laws governing the protection of life or property. Minimum protection shall conform to the recommendations of the occupational Safety and Health Administration Standards (OSHA) for construction. ' B. Materials Not Specified. C. Execution I The apparent low bidder shall be required to submit a site ' specific trench safety plan prepared, seal, signed, and dated by a professional engineer registered in the State of Texas. The trench safety plan shall specify the method or methods of trench safety to be used with specific information given for each so that it is clear what is required to meet governing requirements for trench safety. The submittal of the trench safety plan to the Owner and Engineer is for information only. The submittal of the trench safety plan in no way relieves the contractor from his responsibility for trench safety. 1 I I D1-8(1) City of League City Sewer System Improvements •1 29 CFR Ch. XVI1 (7-1-92 Edition) U I Subpart P —Excavations AUTHORITY: Sec. 107, Contract Worker Hours and Safety Standards Act (Construc- tion Safety Act) (40 U.S.C. 333); Sees. 4, 6, 8, Occupational Safety and Health Act of 1970 (29 U.S.C. 653, 655, 657); Secretary of Labor's Order No. 12-71 (36 FR 8754), 8-76 (41 FR 25059), or 9-83 (48 FR 35736), as ap- plicable, and 29 CFR part 1911. SOURCE: 54 FR 45959, Oct. 31, 1989, unless otherwise noted. § 1926.650 Scope, application, and defini. I tions applicable to this subpart. ^(a) Scope and application. This sub- part appliesto all open excavations made in the earth's surface. Excava- tions 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 com- prised of aluminum hydraulic cylin- ders (crossbraces) used in conjunction with vertical rails (uprights) or hori- zontal rails (walers). Such system is designed, specifically to support the sidewalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a belled shape. 218 I I I I 1] I I I I I I I 11 I I 11 I I Occupational Safety and Health Admin., Labor Nrn(hiuu ( III 11('11111F. S> ;rm mean. 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 sup- port system. and its sudden movement into the excavation, either by falling or sliding, in sufficient quantity so that it could entrap, bury, or other- wise injure and immobilize a person. Competent person means one who is capable of identifying existing and predictable hazards in the surround- ings, or working conditions which are unsanitary, hazardous, or dangerous to employees, and who has authoriza- tion to take prompt corrective meas- ures to eliminate them. Cross braces mean the horizontal members of a shoring system installed perpendicular to the sides of the exca- vation, the ends of which bear against either uprights or wales. Excavation means any man-made cut, cavity, trench, or depression in an earth surface, formed by earth remov- al. Faces or sides means the vertical or inclined earth surfaces formed as a result of excavation work. Failure means the breakage, dis- placement, or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means an at- mosphere which by reason of being ex- plosive, flammable, poisonous, corro- sive, oxidizing, irritating, oxygen defi- cient, toxic, or otherwise harmful, may cause death. illness, or injury. Kickout means the accidental re- lease 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 ex- cavation, or from the collapse of adja- cent structures. Protective systems in- clude support systems, sloping and benching systems, shield systems, and other systems that provide the neces- sary protection. § 1926.650 Iiu,np nu aus an nin In cd uualking or working surface that is used to gain access to one point from another, and Is constructed from earth or from structural materials such as steel or wood. Registered Professional Engineer means a person who is registered as a professional engineer in the state where the work is to be performed. However, a professional engineer, reg- istered in any state is deemed to be a "registered professional engineer" within the meaning of this standard when approving designs for 'manufac- tured protective systems" or "tabulat- ed data" to be used in interstate com- merce. 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 pro- gresses. 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." Shoring (Shoring system) means a structure such as a metal hydraulic. mechanical or timber shoring system that supports the sides of an excava- tion and which is designed to prevent cave-ins. Sides. See "Faces." Sloping (Sloping system) means a method of protecting employees from cave-ins by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins. The angle of incline required to prevent a cave-in varies with differ- ences in such factors as the soil type, environmental conditions of exposure, and application of surcharge loads. Stable rock means natural solid min- eral 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 ex - 219 I § 1926.651 cavation is secured against caving -In or movement by rock bolts or by another protective system that has been de- signed by a registered professional en- gineer. Structural ramp means a ramp built of steel or wood, usually used for vehi- cle 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 In- stallation, or the sides of an excava- tion. Tabulated data means tables and charts approved by a registered profes- sional engineer and used to design and construct a protective system. Trench (Trench excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is great- er than the width/but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m). If forms or other structures are installed or constructed in an excavation so as to reduce the dimension measured from the forms or structure to the side of the excavation to 15 feet (4.6 m) or less (measured at the bottom of the excavation), the excavation is also con- sidered to be a trench. Trench box. See "Shield." Trench shield. See "Shield." Uprights means the vertical mem- bers of a trench shoring system placed in contact with the earth and usually positioned so that individual members do not contact each other. 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 sides bear against the vertical members of the shoring system or earth. - § 1926.651 General requirements. - (a) Surface encumbrances. All sur- face encumbrances that are located so as to create a hazard to employees shall be removed or supported, as nec- essary, to safeguard employees. (b) Underground Installations. (1) The estimated location of utility in - 29 CFR Ch. XV11 (7-1-92 Edition) st ail at Ions, such as sewer, telephone, fuel, electric, water lines, or any other underground installations that reason- ably may be expected to be encoun- tered during excavation work, shall be determined prior to opening an exca- vation. (2) Utility companies or owners shall be contacted within established or cus- tomary local response times, advised of the proposed work, and asked to es- tablish the location of the utility un- derground installations prior to the start of actual excavation. When utili- ty companies or owners cannot re- spond to a request to locate under- ground utility installations within 24 hours (unless a longer period is re- quired by state or local law), or cannot establish the exact location of these installations, the employer may pro-. ceed, provided the employer does so with caution, and provided detection equipment or other acceptable means to locate utility installations are used. (3) When excavation operations ap- proach the estimated location of un- derground installations, the exact lo- cation of the installations shall be de- termined by safe and acceptable means. (4) While the excavation is open, un- derground installations shall be pro- tected, supported or removed as neces- sary to safeguard employees. (c) Access and egress —(1) Structural ramps. (I) Structural ramps that are used 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 con- structed in accordance with the design. (ii) Ramps and runways constructed of two or more structural members shall have the structural members connected together to prevent dis- placement. (iii) Structural members used for ramps and runways shall be of uni- form thickness. (iv) Cleats or other appropriate means used to connect runway struc- tural members shall be attached to the bottom of the runway or shall be at - I 11 I I I I A I I 220 I I I I I I I I I I I J I Li I I I I Occupational Safety and Health Admin., Labor tnrhed in a manner to prevent trip- ping - (v) Structural ramps used in lieu of steps shall be provided with cleats or other surface treatments on the top surface to prevent slipping. (2 i Means o/ egress from trench exca- rations. A stairway, ladder, ramp or other safe means of egress shall be lo- cated in trench excavations that are 4 feet (1.22 m) or more In depth so as to require no more than 25 feet (7.62 m) of lateral travel for employees. (d) Exposure to vehicular traffic. Employers exposed to public vehicular traffic shall be provided with, and shall wear, warning vests or other suit- able garments marked with or made of reflectorized or high -visibility materi- al. (e) Exposure totalling loads. No em- ployee shall be permitted underneath loads handled by lifting or digging equipment. Employees shall be re- quired 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 § 1926.601(b)(6), to provide adequate protection for the operator during loading and unloading operations. (f) Warning system for mobile equip- ment. When mobile equipment is oper- ated 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 ex- cavation, a warning system shall be utilized such as barricades, hand or mechanical signals, or stop logs. If pos- sible, 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 1926.50- 1926.107) to prevent exposure to harmful levels of atmospheric con- taminants and to assure acceptable at- mospheric conditions, the following re- quirements shall apply: (I) Where oxygen deficiency (atmos- pheres containing less than 19.5 per- cent- oxygen) or a hazardous atmos- phere exists or could reasonably be ex- § 1926.651 peeled to exist, such as to excavations in landfill areas or excavations in areas where hazardous substances are stored nearby, the atmospheres In the excavation shall be tested before em- ployees enter excavations greater than 4 feet (1 22 m) in depth. (it) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and other hazardous atmospheres. These precautions in- clude providing proper respiratory protection or ventilation in accordance with subparts D and E of this part re- spectively. (iii) Adequate precaution shall be taken such as providing ventilation, to prevent employee exposure to an at- mosphere containing a concentration of a flammable gas in excess of 20 per- cent of the lower flammable limit of the gas. (iv) When controls are used that are intended to reduce the level of atmos- pheric contaminants to acceptable levels, testing shall be conducted as often as necessary to ensure that the atmosphere remains safe. (2) Emergency rescue equipment (i) Emergency rescue equipment, such as breathing apparatus, a safety harness and line, or a basket stretcher, shall be readily available where hazardous at- mospheric conditions exist or may rea- sonably be expected to develop during work in an excavation. This equipment shall be attended when in use. (ii) 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 at- tended at all times while the employee wearing the lifeline is in the excava- tion. (h) Protection from hazards associ- ated with water accumulation. (1) Em- ployees shall not work in excavations in which there is accumulated water, or in excavations In which water is ac- cumulating, unless adequate precau- tions have been taken to protect em- ployees against the hazards posed by water accumulation. The precautions necessary to protect employees ade- quately vary with each situation, but 221 I § 1926.651 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 prevent- ed from accumulating by the use of water removal equipment. the water removal, equipment and operations shall be monitored by a competent person to ensure proper operation. (3) If excavation work. interrupts the natural drainage of surface water (such as streams), diversion ditches, dikes, or other suitable means shall be used to prevent surface water from en- tering the excavation and to provide adequate drainage of the area adja- cent to the excavation. Excavations subject to runoff from heavy rains will require an inspection by a competent person and compliance with para- graphs (h)(1) and (h)(2) of this sec- tion. (1) Stability of adjacent structures. (1) Where the stability of adjoining buildings, walls, or other structures is endangered by excavation operations, support systems such as shoring, brac- ing, or underpinning shall be provided to ensure the stability of such struc- tures for the protection of employees. (2) Excavation below the level of the base or footing of any foundation or retaining wall that could be reason- ably expected to pose a hazard to em- ployees shall not be permitted except when: - (i) A support system, such as under- pinning, 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 engi- neer has approved the determination that the structure is sufficently re- moved from the excavation so as to be unaffected by the excavation activity; or (iv) A registered professional engi- neer has approved the determination that such excavation work. will not pose a hazard to employees. . (3) Sidewalks, pavements, and appur- tenant structure shall not be under- mined unless a support system or an- other method of protection is provided 29 CFR Ch. XVII�(7-1-92 Edition) to protect employees from the possible collapse of such structures. (j) Protection of employees from loose rock or soil. (1) Adequate protec- tion shall be provided to protect em- ployees from loose rock or soil that could pose a hazard by falling or roll- ing from an excavation face. Such pro- tection shall consist of scaling to remove loose material; installation of protective barricades at intervals as necessary on the face to stop and con- tain falling material: or other means that provide equivalent protection. (2) Employees shall be protected from excavated or 'other materials or equipment that could pose a hazard by falling or rolling into excavations. Pro- tection shall be provided by placing and keeping such materials or equip- ment at least 2 feet (.61 m) from the edge of excavations, or by the use of retaining devices that are sufficient to prevent materials or equipment from falling or rolling into excavations, or by a combination of both if necessary. (k) Inspections. (1) Daily inspections of excavations, the adjacent areas, and protective systems shall be made by a competent person for evidence of a sit- uation that could result in possible cave-ins, indications of failure of pro- tective systems, hazardous atmos- pheres, or other hazardous conditions. An inspection shall be conducted by the competent person prior to the start of work and as needed throtgh- out the shift. Inspections shall also be made after every rainstorm or other hazard increasing occurrence. These inspections are only required when employee exposure can be reasonably anticipated. (2) Where the 'competent person finds evidence of a situation that could result in a possible cave-in, indications of failure of protective systems, haz- ardous atmospheres, or other hazard- ous conditions, exposed employees shall be removed from the hazardous area until the necessary precautions have been taken to ensure their safety. (1) Fall protection. ,(1) Where em- ployees or equipment are required or permitted to cross over excavations, walkways or bridges with standard guardrails shall be provided. I I [1 I I 1 I I I I on') I I I L I L I I I I I 1 I I Occupational Safety and Health Admin., Labor 12 t Adi qu,il r bat : it I plial protrc tton shalI be pro' idcd at all remotely locnted exca%attons. All wells, pits, shafts. etc.. shall be barricaded or cov- ered. Upon completion of exploration and similar operations, temporary wells, pits, shafts. etc.. shall be back - filled. g 19'21, G52 Requirements for protective ny,tcros. la) Proteet7071 of cnmPloperS in ezra- rations. (1) Each employee in an exca- vation shall be protected from cave-ins by an adequate protective system de- signed in accordance with paragraph (b) or (c) of this section except when: (t) F.xca',ations are made entirely in static rock: or (ii) Excavations are less than 5 feet t 1.52m) in depth and examination of the ground by a competent person provides no indication of a potential cave-in. (2) Protective systems shall have the capacity to resist without failure all loads that are intended or could rea- sonably be expected to be applied or transmitted to the system. (b) Design of sloping and benching systems. The slopes and configurations of sloping and benching systems shall be selected and constructed by the em- ployer or his designee and shall be in accordance with the requirements of paragraph (b)(1): or, in the alterna- tive, paragraph (b)(2): or, in the alter- native, paragraph (b)(3). or, in the al- ternative, paragraph (b)(4), as follows: (1) Option (1) —Allowable configura- tions and slopes. (i) Excavations shall be sloped at an angle not steeper than one and one-half horizontal to one vertical (34 degrees measured from the horizontal), unless the employer uses one of the other options listed below. (ii) Slopes specified in paragraph (b)(1)(i) of this section, shall be exca- vated to form configurations that are in accordance with the slopes shown for Type C soil in Appendix B to this subpart. (2) Option (2) —Determination of slopes and configurations using Ap- pendices A and B. Maximum allowable slopes, and allowable configurations for sloping and benching systems, shall be determined in accordance with the conditions and requirements 1926.652 .et f,i • 1lit A ,iiui It subpart. (3) Option (3)—Dcslg713 US7119 other tabulated data. (I) Designs of sloping or benching systems shall be selected from and be in accordance with tabu- lated data, such as tables and charts (it) The tabulated data shall be in written form and shall include all of the following. (A) Identification of the parameters that affect the selection of a sloping or benching system drawn from such data: (B) Identification of the limits of use of the data, to include the magnitude and configuration of slopes deter- mined to be safe: (C) Explanatory- information as may be necessary to aid the user in making a correct selection of a protective system from the data. (iii) At least one copy of the tabulat- ed data which identifies the registered professional engineer who approved the data, shall be maintained at the jobsite during construction of the pro- tective system. After that time the data may be stored off the jobsite. but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4) —Design by a regis- tered professional engineer. (i) Sloping and benching systems not utilizing Option (1) or Option (2) or Option (3) under paragraph (b) of this section shall be approved by a registered pro- fessional engineer, (ti) Designs shall be to written form and shall include at least the follow- ing: (A) The magnitude of the slopes that were determined to be safe for the particular project; (B) The configurations that were de- termined to be safe for the particular project; and (C) The identity of the registered professional engineer approving the design. (iii) At least one copy of the design shall be maintained at the jobsite while the slope is being constructed. After that time the design need not be at the jobsite, but a copy shall be made available to the Secretary upon request. (c) Design of support systems, shield systems, and other protective systems. 223 § 1926.652 Designs of support systems shield sys• (ems, and other protective systems shall be selected and constructed by. the employer or his designee and shall be in accordance with the require- ments of paragraph (c)(1); or, in the alternative, paragraph (e)(2): or, in the alternative, paragraph (c)(3): or, in the alternative. paragraph (c)(4) as fol- lows: (1) Option (1) —Designs using appen- dices A, C and D. Designs for, timber shoring in trenches shall be deter- mined in accordance with the condi- tions and requirements set forth in ap- pendices A and C to this subpart. De- signs for aluminum hydraulic shoring shall be inaccordance with, paragraph (c)(2) of this section, but if manufac- turer's tabulated data cannot be uti- lized, designs shall be in accordance with appendix D. (2) Option (2) —Designs Using Manu- facturer's Tabulated Data. (1) Design of support systems, shield systems, or other protective systems that are drawnfrom manufacturer's tabulated data shall be in accordance with all specifications, recommendations, and limitations issued or made by the man- ufacturer. (ii) Deviation from the specifica- tions, recommendations, and limita- tions issued or made by the manufac- turer shall only be allowed after the manufacturer issues specific written approval. (iii) Manufacturer's specifications, recommendations, and limitations, and manufacturer's approval to deviate from the specifications, recommenda- tions, and limitations shall be in writ- ten form at the jobsite during con- struction of the protective system. After that time this data may be stored off the jobsite, but a copy shall be made available to the Secretary upon request. (3) Option (3) —Designs using other tabulated data. (I) Designs of support systems; shield systems, or other pro- tective systems shall be selected from and be in accordance with tabulated data, such as tables and charts. (ii) The tabulated data shall be in written form and include all of the fol- lowing: 29 CFR Ch. XVII (7-1-92 Edition) (A) Identification of the parameters that affect the selection of a protec- tive system drawn from such data; ' (B) Identification of the limits of use of the data; - (C) Explanatory Information as may be necessary to aid the user in making a correct selection of a protective system from.the data. (ill) At least one copy of the tabulat- ed data, which identifies the regis- tered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made available to the Secretary upon re- quest. (4) Option (4) —Design by a regis- tered professional engineer. (1) Sup- port systems, shield systems, and other protective systems not utilizing Option 1, Option 2 or Option 3, above, shall be approved by a registered pro- fessional engineer. (ii) Designs shall be in written form and shall includekiie following: (A) A plan indicating the sizes, types, and configurations of the mate- rials to be used in the protective system; and (B) The identity of the registered professional engineer approving the design. -. (iii) At least one copy of the design shall be maintained at the jobsite during construction of the protective system. After that time, the design may be stored off the jobsite, but a copy of the design shall be made avail- able to the Secretary upon request. (d) Materials and equipment. (1) Ma- terials and equipment used for protec- tive systems shall be free from damage or defects that might impair their proper function. (2) Manufactured ' materials and equipment used for protective systems shall be used and maintained in a manner that is consistent with the rev: ommendations of the manufacturer, and in a manner that will prevent em- ployee exposure to hazards. (3) When material or equipment , that is used for protective systems is damaged, a competent person shall ex- amine the material or equipment and evaluate its suitability for continued I 1 I 1 1 n Li 1 1 1 I I I I C1 I I I Li I I I I I I I I I Occupational Safety and Health Admin., Labor use. 11 I lit' t nnipt trilt pt r:.tat c:uluOl assure the material or equipment is able to support the intended loads or is otherwise suitable for safe use, then such material or equipment shall be removed from service, and shall be cl aluated and approved by a regis- tered professional engineer before being returned to service. (c) Installation and rcmoral of sup- port —(1) General. (t) Members of sup- port systems shall be securely connect- ed together to prevent sliding, falling, kickouts, or other predictable failure. (ii) Support systems shall be in- stalled and removed in a manner that protects enlp:oyces from cave-ins. Structuracnilapses, or from being struck by members of the support system. (Iii) Individual members of support systems shall not be subjected to loads exceeding those which those members were designed to withstand. (iv) Before temporary removal of in- dividual members begins, additional precautions shall be taken to ensure the safety of employees, such as in- stalling other structural members to carry the loads imposed on the sup- port system. (v) Removal shall begin at, and progress from, the bottom of the exca- vation. Members shall be released slowly so as to note any indication of possible failure of the remaining mem- bers of the structure or possible cave- in of the sides of the excavation. (vi) Backfilling shall progress to- gether with the removal of support systems from excavations. (2) Additional requirements for sup- port systems for trench excavations. Ii) Excavation of material to a level no greater than 2 feet (.61 m) below the bottom of the members of a support system shall be permitted, but only if the system is designed to resist the forces calculated for the full depth of the trench, and there are no indica- tions while the trench is open of a pos- sible loss of soil from behind or below the bottom of the support system. (ii) Installation of a support system shall be closely coordinated with the excavation of trenches. (f) Sloping and benching systems. Employees shall not be permitted to work on the faces of sloped or benched Subpt. P, App. A 1'l'111111'fs al it•\Cis abolc of liur tin ployces 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) General. (t) Shield systems shall not be subjected to loads exceeding those which the system was designed to withstand. (ti) 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. (iii) Employees shall be protected from the hazard of cave-ins when en- tering or exiting the areas protected by shields. (iv) Employees shall not be allowed in shields when shields are being in- stalled, removed, or moved vertically. (2) Additional requirement for shield systems used in trench excavations. Excavations of earth material to a level not greater than 2 feet (.61 m) below the bottom of a shield shall be permitted, but only if the shield is de- signed to resist the forces calculated for the full depth of the trench, and there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the shield. APPENDIX A TO SUBPART P -SOIL CLASSIFICATION (a) Scope and application —(1) Scope. This appendix describes a method of classifying soil and rock deposits based on site and envi- ronmental conditions, and on the structure and composition of the earth deposits. The appendix contains definitions, sets forth re- quirements, and describes acceptable visual and manual tests for use in classifying soils. (2) Application. This appendix applies when a sloping or benching system Is de- signed in accordance with the requirements set forth in § 1926-652(b)(2) as a method of protection for employees from cave-ins. This appendix also applies when timber shoring for excavations is designed as a method of protection from cave-ins In ac- cordance with appendix C to subpart P of part 1926. and when aluminum hydraulic shoring is designed in accordance with ap- pendix D. This Appendix also applies if other protective systems are designed and selected for use from data prepared in ac- cordance with the requirements set forth in I1926.652(c), and the use of the data is I 225 I Subpt. P. App. A predicated on the use of the soil classlflca- tion system set forth in this appendix. (b) Definitions. The definitions and exam- ples given below. are based on. In whole or in part, the following: American Society for Testing Materials (ASTM) Standards D653- 85 and D2488: The Unified Soils Classifica- tion System. The U.S. Department of Agri- culture (USDA) Textural Classification Scheme; and The National Bureau of Stand- ards Report BSS -121. Cemented soil means a soil In which the particles are held together by a chemical agent, such as calcium carbonate, such that a hand size sample cannot be crushed into powder or Individual soil particles by finger pressure. Cohesive soil means clay (fine grained soil), or soil with a high clay content, which has cohesive strength. Cohesive soil does not crumble, can be excavated with vertical sideslopes, and is plastic when moist. Cohe- sive soil is hard to break up when dry, and exhibits - significant cohesion when sub- merged. Cohesive soils include clayey silt. sandy clay, silty clay, clay and organic clay. Dry soil means soil that does not exhibit visible signs of moisture content. Fissured means a soil material that has a tendency to break along definite planes of fracture with little resistance, or a material that exhibits open cracks, such as tension cracks, in an exposed surface. Granular soil means gravel, sand, or silt, (coarse grained soil) with little or no clay content. Granular soil has no cohesive strength. Some moist granular soils exhibit apparent cohesion. Granular soil cannot be molded when moist and crumbles easily when dry. Layered system means two or more dis- tinctly different soil or rock types arranged in layers. Micaceous seams or weakened planes it rock or shale are considered lay- ered. Moist soil means a condition in which a soil looks and feels damp. Moist cohesive soil can easily be shaped into a ball and rolled into small diameter threads before crumbling. Moist granular soil that contains some cohesive material will exhibit signs of cohesion between particles. Plastic means a property of a soil which allows the soil to be deformed or molded without cracking, or appreciable volume• change. Saturated soil means a soil in which the voids are filled with water. Saturation does not require flow. Saturation, or near satura- tion, is necessary for the proper use of in- struments such as a pocket penetrometer or sheer vane. Soil classification system means, for the purpose of this subpart, a method of catego- rizing soil and rock deposits In a hierarchy of Stable Rock, Type A. Type B, and Type C, in decreasing order of stability. The cate- 29 CFR Ch,-XVII (7-1-92 (dition) gorles are determined based on an analysts of the properties and performance charac- teristics of 'the deposits and the environ- mental conditions of exposure. Stable rock. means natural solid mineral matter that can be'excavated with vertical sides and remain intact while exposed. Submerged soil means soil which is under- water or is free seeping. Type A means cohesive soils with an un- confined compressive strength of 1.5 ton per square foot (tsf) (144 kPa) or greater. Exam- ples of cohesive soils are: clay, silty clay, sandy clay, clay loam and, in some cases, silty clay loam and sandy clay loam. Ce• mented soils such as caliche and hardpan arc also considered Type A. However, no soil Is Type A If: (i) The soil is fissured: or (ii) The soil is subject to vibration from heavy traffic, pile driving, or similar effects: or (iii) The soil has been previously dis- turbed; or (iv) The soil is part of a sloped, layered system -where the layers dip into the excava- tion on a slope of four horizontal to one ver- tical (4H:1V) or greater; or (v) The material Is subject to other factors that would require it to be classified as a less stable material. Type B means: (1) Cohesive soil with an unconfined com- pressive strength greater than 0.5 tsf (48 kPa) but less than 1.5 tsf (144 kPa); or (ii) Granular cohesionless soils including: angular gravel (similar to crushed rock), silt, silt loam, sandy loam and. In some cases, silty clay loam and sandy clay loam. (iii) Previously disturbed soils except those which would otherwise be classed as Type C soil. (iv) Soil that meets the unconfined com- pressive strength or -cementation require- ments for Type A, but is fissured or subject to vibration; or (v) Dry rock that is not stable; or (vi) Material that is part of a sloped, lay- ered system where the layers dip into the excavation on a slope less steep than four horizontal to one vertical (4H:1V), but only if the material would otherwise be classified as Type B. Type C means: (I) Cohesive soil with an unconfined com- pressive strength of 0.5 tsf (48 kPa) or less; or (ii) Granular soils Including gravel, sand, and loamy sand; or (iii) Submerged soil or soil from which water is freely seeping; or (iv) Submerged rock that is not stable, or (v) Material in a sloped, layered system where the layers dip into the excavation or a slope of four horizontal to one vertical (4H:1V) or steeper. I I 'I I I I I I I I I I I I I I I I i I Occupational Safety and Heallh Admin., Labor 1111 ,')t cal d 1 L)1),11 I, %III Si). ;J.!)1 III' ik1I: the load per unit arcs at which a suit all] fail in compression. It call be determined by laboratory testing, or estimated in the field using a pocket penetrometer. by thumb per, etration tests, and other methods. Wcl soil means soil that contains signifi- cantly more moisture than moist soil, but in such a range of values that cohesive materi- al sill slump or begin to flow aben vibrated. Granular material that would exhibit cohe- sive properties when moist will lose those coheshe properties when set. Cc ) Rcqurrcnirnts -(1) Classttiealion of soil and rock deposits. Each soil and rock dcposlt shall be classified by a competent person as Sl,,b',e Rock. Type A Type B, or Type C in accordance with the def:niticns set forth In paragraph (b) of this appendix. 12) Bois o' e;asst'Ication. The classitica- t'or. of the deposits shall be made based on the results of at least one visual and at least one manual analysis- Such analyses shall be conducted by a competent person using tests described in paragraph (d) below, or in other recognized methods of soil classifica- tion and testing such as those adopted by the America Society for Testing Materials. or the U.S. Department of Agriculture tex- tural classification system. (3) Visual and manual analyses The visual and manual analyses, such as those noted as being acceptable in paragraph (dl of this appendix. shall be designed and con- duced to provide sufficient quantitative and qualitative information as may be nec- essary to identify properly the properties, factors, and conditions affecting the classifi- cation of the deposits. (4) Layered systems in a layered system. the system shall be classified in accordance with its weakest layer. However, each layer may be classified individually where a more stable layer lies under a less stable layer. (5) Reclassification. If, after classifying a deposit, the properties. factors, or condi- tions affecting its classification change in any way, the changes shall be evaluated by a competent person. The deposit shall be re- classified as necessary to reflect the changed circumstances. (d) Acceptable visual and manual tests. — (1) Visual tests. Visual analysis is conducted to determine qualitative information regard- ing the excavation site in general, the soil adjacent to the excavation, the soil forming the sides of the open excavation, and the soil taken as samples from excavated mate- rial. (i) Observe samples of soil that are exca- vated and soil in the sides of the excavation. Estimate the range of particle sizes and the relative amounts of the particle sizes. Soil that is primarily composed of fine-grained material is cohesive material. Soil composed primarily of coarse -grained sand or gravel is granular material. Subpt. P. App. A I11I k l.. -,x11 . iII ac. It Ls IXL 1%%A'I♦I ISo1I that remains in clumps when excavated Is cohesive Soil that breaks up easily and does not slay In clumps Is granular. (hl) Observe (lie side of the opened exca- vation and the surface area adjacent to the excavation. Crack like openings such as ten- sion cracks could indicate fissured material. if chunks of soil spall off a vertical side, the soil could be fissured. Small spans are evi- dence of mot ing ground and are indications of potentially hazardous situations. It%) Observe the area adjacent to the exca- vation and the excavation itself for evidence of existing utility and other underground structures, and to Identify previously dis- I urbed soil (v) Observe the opened side of the excava- tion to :dcntify layered syst(ms. Examine layered systems to identify if the layers slope toward the excavation. Estimate the degree of slope of the layers. (vi) Obseie the area adjacent to the exca- vation and the sides of the opened excava- tion for evidence of surface water, water seeping from the sides of the excavation, or the location of the level of the water table. (vii) Observe the area adjacent to the ex- cavation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. (2) Manual tests. Manual analysis of soil samples is conducted to determine quantita- tive as well as qualitative properties of soil and to provide more information In order to classify soil properly. (I) Plasticity. Mold a moist or wet sample of soil Into a ball and attempt to roll it into threads as thin as v -inch in diameter. Cohe- sive material can be successfully rolled into threads without crumbling. For example. If at least a two inch (50 mm) length of Winch thread can be held on one end without tear- ing, the soil is cohesive. (ii) Dry strength. If the soil is dry and crumbles on its own or with moderate pres- sure into individual grains or fine powder, it is granular (any combination of gravel. sand, or silt). if the soil is dry and falls into clumps which break up Into smaller clumps. but the smaller clumps can only be broken up with difficulty, it may be clay in any combination with gravel, sand or silt. if the dry soil breaks into clumps which do not break up into small clumps and which can only be broken with difficulty, and there is no visual indication the soil is fissured, the soil may be considered unfissured. (ill) Thumb penetration. The thumb pene• tration test can be used to estimate the un- confined compressive strength of cohesive soils. (This test is based on the thumb pene- tration test described in American Society for Testing and Materials (ASTM) Standard designation D2488 —"Standard Recommend- ed Practice for Description of Soils (Visual - 227 1 Subpt. P, App. B Manual Procedure).') Type A soils with an unconfined compressive strength of 1.5 tsf can be readily Indented by the thumb; how- ever, they can be penetrated by the thumb only with very great effort. Type C soils with an unconfined compressive strength of 0.5 tsf can be easily penetrated several inches by the thumb, and can be molded by light finger pressure. This test should be conducted on an undisturbed 'soil sample, such as a large clump of spoil, as soon as practicable after excavation to keep to a ml- minurn the effects of exposure to drying In- fluences. If the excavation is later exposed to wetting Influences (rain, flooding), the classification of the soil must be changed ac- cordingly. (Iv) Other strength tests. Estimates of un- confined compressive strength of soils can also be obtained by use of a pocket pene- trometer or by using a hand -operated shear - vane. (v) Drying test. The basic purpose of the drying testis to differentiate between cohe- sive material with fissures, unfissured cohe- sive material, and granular material. The procedure for the drying test involves drying a sample of soil that is approximate- ly one inch thick (2.54 cm) and six inches (15.24 cm) in diameter until It is thoroughly dry: (A) If the sample develops cracks as it dries, significant fissures are indicated. (B) Samples that dry without cracking are to be broken by hand. If considerable force is necessary to break a sample, the soil has significant cohesive material content. The soil can be classified as a unfissured cohe- sive material and the unconfined compres- sive strength should be determined. (C) If a sample breaks easily by hand, it is either a fissured cohesive material or a granular material. To distinguish between the two, pulverzz the dried clumps of the sample by hand or by stepping on them. If the clumps do not pulverize easily, the ma- terial is cohesive with fissures. If they pul- verize easily into very small fragments, the material is granular. APPENDIX B TO SUBPART P -SLOPING AND BENCHING (a) Scope and application.' This appendix contains specifications for sloping and benching when used as methods of protect- ing employees working in excavations from cave-ins. The requirements of this appendix apply when the design of sloping and bench - 29 CH Ch. XV11 (7-1-92 Edition) Ing protective systems is to be perrornied In accordance with the requirements set forth In t 1926.652(b)(2). (b) Definitions. Actual slope means the slope to which an excavation face is excavated. Distress means that the soil is in a condi- tion where a cave-in is Imminent or is likely to occur. Distress is evidenced by such phe- nomena as the development of fissures in the face of or adjacent to an open excava- tion; the subsidence of the edge of an exca- vation; the slumping of material from the face or the bulging or heaving of material from the bottom of an excavation: the spall- Ing of material from the face of an excava- tion; and ravelling. i.e., small amounts of material such as pebbles or little clumps of material suddenly separating from the face of an excavation and trickling or rolling down into the excavation. - Maximum allowable slope means ,the steepest Incline of an excavation face that is acceptable for the most favorable site condi- tions as protection against cave-ins, and Is expressed as the ratio of horizontal distance to vertical rise (H:V). Short term exposure means a period of time less than or equal to 24 hours that an excavation is open. (c) Requirements —(l) Soil classification. Soil and rock deposits shall be classified in accordance with appendix A to subpart P of part 1926. (2) Maximum allowable slope. The maxi- mum allowable slope for a soil or rock de- posit shall be determined from Table B -I of this appendix. (3) Actual slope. (1) The actual slope shall not be steeper than the maximum allowable slope. (ii) The actual slope shall be less steep than the maximum. allowable slope, when there are signs of distress. If that situation occurs, the slope shall be cut back to an actual slope which is at least 'h horizontal to one vertical (%H:1V) less steep than the maximum allowable slope. (iii) When surcharge loads from stored material or equipment# operating equip- ment, or traffic are present, a competent person shall determine the degree to which the actual slope must be reduced below the maximum allowable slope, and shall assure that such reduction is achieved. Surcharge loads from adjacent structures shall be eval- uated in accordance with 1 1926.651(1). (4) Configurations. Configurations of slop- ing and benching systems shall be In accord- ance with Figure B-1. I I Li 1 I 1 C Li J •1 Occupational Safety and Health Admin., Labor MAXIMUM ALLOWABLE SI CP[5 Subpt. P, App. 6 `Li. OR ROCK 1vPL 1'A•I"uM ALLOWABLE S°OPCS(H:11)`1) iOR E XCA.A1]ONS LESS THPN 20 FEET : ^ STABLE ROCK V(RC AL t9O`) TYPC A I:: 344•: (531) 1 YPt a ::1 ;4511 1YPE C ly:I t341) NOTES. 1. Numbers Shawn n parentheses next tc maxinum al:owa51e s'opes are angles expressed in degrees frc ff the hcrizortal. Angles nave been rounded off. 2. A shirt -term Tax Mur a'l:.able slope of 1/24: I b (63°) is allowed in excavations in T)pe A soil that are 12 feet (3.67 m) or less in depth. 6hort-ter, maximum allnvable slopes for excavations greater than i2 feet (3.67 m) in depth c}all be 3!44:14 (53°). 3. S10 rng Cr benching for excavations greater than 20 feet deep shall be designed by a registered professr:nal engineer. Figure B -I Slope Configurations (All slopes stated below are in the horizontal to vertical ratio; B-1.1 Excavations made in Type A soil. 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of %:1. 229 4. Subpt. P. App. B 29 CFR Ch. XVII (7-1-92 Edition) SIMPLE SLOPE —GENERAL Exception: Simple slope excavations which are open 24 hours or less (short term) and which are 12 feet or less in depth shall have a maximum allowable slope of ½:l. T 12' Max. 1/2 SIMPLE SLOPE -SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 3/. to 1 and maximum bench dimensions as follows: 3 22(1 Occupational Safety and Health Admin., Labor SIMPLE BENCH Subpt. P, App. 8 MULTIPLE BENCH 3. All excavat:o'is 8 feet or less in depth which have unsupported vertically sided lower portions shall have a maximum vertical side of 3% feet. UNSUPPORTED VERTICALLY SIDED LOWER PORTION -MAXIMUM 8 FEET IN DF.Pi H All excavations more than 8 feet but not more than 12 feet in depth which unsupported vertically sided lower portions shall have a maximum allowable slope of 1:1 and a mr • imum vertical side of 3½ feet. 231 I Subpt. P, App. B 29 CFR Ch. XVII (1 1-92 Edition) 1 UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 12 FEET IN DEPTH All excavations 20 feet or less in depth which have vertically sided lower portions that are supported or shielded shall have a maximum allowable slope of %:l. The support or shield system must extend at least 18 inches above the top of the vertical side. spport or shield system 1 i 1 20' Max. 18" Min. 1 Total height of vertical side 1 SUPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION 1 4. All other simple slope, compound slope, and vertically sided lower portion excavations shall be in accordance with the other options permitted under 11926.652(b). B-1.2 Excavations Made in Type B Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1. SIMPLE SLOPE 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1 and maximum bench dimensions as follows: Li I C I F I I Occupational Safety and Health Admin., Labor Subpt. P, App. 6 This bench allowed in cohesive soil only. l 20 Max 1 / 4' Max. ` / SINGLE BENCH / This bench allowed in cohest%e soil. only i i 20' Max. A' L' Max. / L' Max. MULTIPLE BENCH 3. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1:1. c.......♦ ..W ch:n1A cucrom .ical side 233 Subpt. P, App. 5 29 CFR Ch. XV11 (7-i-92 Edition) VERTICALLY SIDED LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in t 1926.652(b). B-1.3 Excavations Made In Type C Soil 1. All simple slope excavations 20 feet or less In depth shall have a maximum allowable slope of 1¼1. A' 1L SIMPLE SLOPE 2. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1ih:1. 20' Max. Support or shield system AZ l • l8 Min. iTotal height of vertical side 5 234 Occupational Safety and Health Admin., Labor Subpt. P, App. B VERTICAL SIDED LOWER PORTION 3. All other sloped excav ations shall be in accordance with the other options permlued in 6 1926.652(b). B-1.4 Excavations Made in Layered Soils I All excavations 20 feet or less in depth made In layered soils shall have a maximum allowable slope for each layer as set forth below. a OVER A C OVER A C OVER d 235 I Subpt. P, App. C _\ M1 A OVER B A OVER C B OVER C 29 CFR Ch. XVII (7-1-92 Edition) c / t 1, B ill C 4l. 2. All other sloped excavations shall be in accordance with the other options permitted in § 1926.652(b). APPENDIX C TO SUBPART P -TIMBER SHORING FOR TRENCHES (a) Scope. This appendix contains infor- mation that can be used timber shoring is provided as a method of protection from cave-ins in trenches that do not exceed 20 feet (6.1 m) in depth. This appendix must be used when design of timber shoring protec- tive systems is to be performed in accord- ance with § 1926.652(cXl). Other timber shoring configurations; other systems of support such as hydraulic and pneumatic systems; and other protective systems such as sloping, benching, shielding, and freezing systems must be designed in accordance with the requirements set forth in § 1926.652(b) and § 1926.652(c). (b) Soil Classi/ication. In order to use the data presented in this appendix, the sot) type or types in which the excavation is made must first be determined using the soil classification method set forth in appen- dix A of subpart P of this part. (c) Presentation of Information. Informa- tion is presented in several forms as follows: (1) Information is presented in tabular form in Tables C-1.1. C-1.2, and C-1.3, and Tables C-2.1. C-2.2 and C-2.3 following I I I I L I Li El I I I non I 11 I I I 11 I] I I I I I I I I In Li J Occupottonal Safety and Health Admin., Labor pit: ti it ,g) of lh'otitit ndtx Pat'II table presents the minhnurn sizes of timber mem- bers to use in a shoring system. and each table contains data only for the particular suit type In which the excavation or portion of the excavation Is made. The data are ar- ranged to allow the user the flexibility to select from among seteral acceptable con- figurations of members based on varying the horizontal spacing of the crossbraces Slablc rock Is exempt from shoring require meats and therefore. no data are presented for this condition L2) Information concerning the basis of the tabular data and the limitations of the da .s presented In paragraph td) of this apperdlx, and on the tables theinselves. (31 1nforrna''on explaining the use of the tabular data is pies o need in paragraph (e) of Ih:s appendix (4) Information itlus;rat:ng the use of the tabular data is presented in paragraph (f) of this appendix c5) Miscellaneous notations regarding Tables C-1.1 through C-1.3 and Tables C- 2.1 through C-2.3 are presented in para- graph (gi of this Appendix (d) Basis and limitations of the data. —U) Dimensions of timber members. (1) The sizes of the timber members listed in Tables C- 1.1 through C-1.3 are taken from the Na- tional Bureau of Standards (NBS) report, "Recommended Technical Provisions for Construction Practice in Shoring and Slop- ing of Trenches and Excavations." In addi- tion, where NBS did not recommend specific sizes of members, member sizes are based on an analysis of the sizes required for use by existing codes and on empirica: practice (ii) The required dimens:ons of the mem- bers listed in Tables C-1.1 through C-1.3 refer to actual dimensions and not nominal dimensions of the timber. Employers want- ing to use nominal size shoring are directed to Tables C-2.1 through C-2.3 or have this choice under § 1926.652(c)(3). and are re- ferred to The Corps of Engineers, The Bureau of Reclamation or data from other acceptable sources. (2) Limitation of application. (I) It is not intended that the timber shoring specifica- tion apply to every situation that may be experienced In the field. These data were developed to apply to the situations that are most commonly experienced in current trenching practice. Shoring systems for use In situations that are not covered by the data in this appendix must be designed as specified In L 1926 652(c). (ii) When any of the following conditions are present, the members specified in the tables are not considered adequate. Either an alternate timber shoring system must be designed or another type of protective system designed in accordance with %1926.652. Subpt. P, App. C tAl When loads Imposed b) struetun - or by stored material adjacent to the trench weigh in excess of the load Imposed by a two -foot soil surcharge. The term ' adja- cent" as used here means the area within a horizontal distance from the edge of the trench equal to the depth of the trench iB) When tertiral loads Imposed on cross braces exceed a 240 pound grattty load dis. trib.ited on R one -foot sect;on of the center of the crossbrace. tC) When surcharge loads are present from, equipment w eighing in excess of 20,000 pounds (D) When only the lower portion of a trench Is shored and the remaining portion of the trend; is sloped or benched unless: Tl•e sloped portion is sloped at an angle l^ss steep than. Three horizontal to one target]: or the tut tubers are se :acted from i he I ables for use at a depth wl.ich is determined from the top of the overall trench. and not from the toe of the sloped portion. (e) Use of Tables. The members of the shoring system that are to be selected using this Information are the cross braces, the uprights, and the wales, where wales are re• quired. Minimum sizes of members are spec- ified for use in different types of soil. There are six tables of information, two for each soil type. The soil type must first be deter- mined in accordance with the soil classifica- tion system described in appendix A to sub- part P of part 1926. Using the appropriate table, the selection of the size and spacing of the members is then made. The selection is based on the depth and width of the trench where the members are to be in- stalled and, ;n most instances, the selection is also based on the horizontal spacing of the crossbraces. Instances where a choice of horizontal spacing of crossbracing Is avail- able, the horizontal spacing of the cross - braces must be chosen by the user before the size of any member can be determined. When the soil type, the width and depth of the trench, and the horizontal spacing of the crossbraces are known, the size and ver- tical spacing of the crossbraces. the size and vertical spacing of the wales. and the size and horizontal spacing of the uprights can be read from the appropriate table. U) Examples to Illustrate the Use of Tables C-1.1 through C-1.3. (1) Example 1. A trench dug in Type A soil is 13 feet deep and five feet wide. From Table C-1.1, for acceptable arrange- ments of timber can be used. Arrangement #1 Space 4x4 crossbraces at six feet horizon- tally and four feet vertically. Wales are not required. 237 I Subpt. Pt App. C ,Zt•a�c 3 8 nptirhts at siv fret I,"-t:,at nl 1>. 'rhis arrangement Is commonly called skip shoring." A rrayivemcnt #2 Space 4 6 crossbraces at eight feet hons. zontally and four feel vertically. Space 8 . 8 wales at four feet vertically. Space 2 6 uprights at four feet horizon- tally. Arranocmrtit #3 Space 6 - 6 crossbraces at 10 feet horizon- tally and four feet vertically. Space 8 t.10 wales at four feet vertically Space 2 t 6 uprights at five feet horizontal ly. • Arrangement #4 Space 6.6 crossbraces at 12 feet horizon- tally and four feet vertically. Space 10. 10 wales at four feet vertically. Spaces 3 • 8 uprights at six feet horizon- tally. ' (2) Example 2. A trench dug in Type B soil in 13 feet deep and five feet wide. From Table C-1.2 three acceptable arrangements of members are listed. Arrangement #1 Space 6x6 crossbraces at six feet horizon- tally and five feet vertically. Space 88 wales at five feet vertically. Space 2x6 uprights at two feet horizontal- ly. r Arrangement #2 Space 6r:8 crossbraces at eight feet hori- zontally and five feet vertically. - Space 10 x 10 wales at five feet vertically. Space 2x6 uprights at two -feet horizontal- ly. Arrangement p3 Space 8x8 crossbraces at 10 feet horizon- tally and five feet vertically. Space 10x12 wales at five feet vertically. Space 2x6 uprights at two feet vertically. (3) Example 3. A trench dug in Type C soil is 13 feet deep and five feet wide. From Table C-1.3 two acceptable arrange- ments of members can be used. Arrangement #1 Space 8x8 crossbraces at six feet horizon- tally and five feet vertically. Space lOx 12 wales at five feet vertically. Position -2x6 uprights as closely together as possible. - If water must be retained use special tongue and groove uprights to form tight sheeting. . 29 CFR Ch. XVII (7-1-92 Edition) .1 • Space 8 - 10 erossbrncis at eight feet hori- zontally and fist let vertically. Space 12 - 12 wales at five feet vertically. Position 2.6 uprights in a close sheeting configuration unless water pressure must be resisted. Tight sheeting must be ❑sod where water must be retained. (4) Example 4. A trench dug in Type C soil Is 20 feet deep and 11 feet wide. The size and sparing of mentbers for the section of trench that is over 15 feet in depth is determined using Table C-1.3. Only one arrangement of mem- bers is provided. Space 8 • 10 crossbraces at six feet hori- zontally and five feet vertically. Space 12 • 12 wales at five feet vertically. Use 3 N 6 tight sheeting. Use of Tables C-2.1 through C-2.3 would follow' the same procedures. (g) Notes for all Tables. 1. Member sizes at spacings other than in- dicated are to be determined as specified in § 1926.652(c), "Design of Protective Sys- tems." 2. When conditions are saturated or sub- merged use Tight Sheeting. Tight Sheeting refers to the use of specially -edged timber planks (e.g., tongue and groove) at least three Inches thick, steel sheet piling, or similar 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 backfill material. Close Sheeting refers to the placement of planks side -by -side allowing as little space as possi- ble between them. 3. All spacing indicated is measured center to center. 4. Wales to be installed with greater di- mension horizontal. 5. If the vertical distance from.the center of the lowest crossbrace to the bottom of the trench exceeds two and one-half feet, uprights shall be firmly embedded or a mudsill shall be used. Where uprights are embedded, the vertical distance from the center of the lowest crossbrace to the bottom of the trench shall not exceed 36 inches. When mudsills are used, the vertical distance shall not exceed 42 inches. Mudsills are wales that are installed at the toe of the trench side. 6. Trench jack3 may be used in lieu of or1 in combination with timber crossbraces. 1. Placement cf crossbraces. When the ver- tical spacing of crossbraces is four feet. place the top crossbrace no more than two feet below the top of the trench. When the vertical spacing of crossbraces Is five feet, place the top crossbrace no more than 2.5 feet below the top of the trench. I I I I I I I I [.l I I I 23R Occupational Safety and Health Admin., Labor H Y P W 2 C .� 1' Y d 1-• N r 1- — n - 2Z N 1 -. V - Z -r J £ 2 Q. I r N _ r - r -o 11 s N V z C W x• W ¢ 9 J - O H N Subpt. P, App. C U h a n J Q .0 1O - x S N N O W ti W 4 J Q J C C, N 6 r • x C x - Q • S - . � L l W Q i' 1 1 O 11 v O v v O v J f t -c C O O O N2 -- Y- C ✓- W Q] QJ -- O O C. x o x x x x ,— 2¢ C 2¢ 5 O h O -- o 2 r - W w Q 4 O v < O p O V a p O O J n--+ f o O C n u .0 O .O .O .o Ic C ¢ J G - I - 'a NJ 10 .C 10 .O C 10 LO C C d a, 4 W O. X X x x X x X X X % O 10 10 .C C 10 .0 10 10 C C UT O U H .0 1^ 'C .C .O '.0 .0 1O .0 IC tC trzP X Y >C % x X x X x w 4 v l v C .C v .C 10 '0 L: IL C a O 1- • _ O G F- C v 10 O b in 10 .O 'O C C 1O x x x x % x x x x n e o av C 10 10 C C F- 0 s c f- e e •v a 10 Io .O 'C Io e x x x x x x x x x x 4 Q p v a V 10 10 .C IL 6 _ W I- C NZ.- O a O O a O O O O C O O --.a I- F- F- - H H H F r r - H [Y U W Q C N 'O W O h IL C CN w n n L- n 1b. 6 n -a G 1 n n -- a S d v = O - ID O O O _ = O yl ¢ N O C O O in U' O O 4 - - 1- .--1 .-. N (y - tt L 239 Subpt. P, App. C • • < IL Y L Ls V 4 W K Vl a • N y v W i w - r 6 F N N Z z S x w I/\ U v r I o O_ U, S tzzi Cu L Y — F y 29 CFR Ch. XVII (7-1-92 Edition) U V N J ^_ F i` W .C L' r Y. W 1s Ir J ' G 3 O C L 'S NJ j • N N V V. < x X x Y 1 li F -F V 4: ✓1 N N fl JI Vl N if. G W >L 1. N `- O O O N O N N _ -- % X X X % X % x IO v •C C O C O O C O N V Z F F r W N N ✓1 u1 N "I N J1 W 6 W w. > 6 0 C o O F 0 m m m m r % X X X X x % x X G. - •D O Ip .C m m m O o .O I --.N IC m m m m m m W - X X X % % X X X W 0.b •O .C • .C m m m m W � oxo O G O F- ', .O .C .D •O m c' Z O• X X X % X x X x X X W 0. IC L C O .C •C m m - u O O .C .O .C •D m m m Y m m O. v '0 .% C.%C b O I-1 O 3 •C •O IC •.C m m m - a x X x X x X. % X X C .C •C •C C m m - U O NZ F O O O O 01 O -o a a - 2 -I.-1 W F F F F F F F F F Yu W ,c o .0 C 0u •o m o 0 :� • 0<L r L Y I+ — O .: z0.—' 6 0. O. ojc 0. a a 1 C 0. 6 6 p p Vi m UZ0 0N Z x nrs.yx Iu 14 W O W W N O O O O In N O O > N C Y it F — r F — — F N 0 0 0 J I I I I I I I I I I r� L I I I In I u Occupational Saf.ty and Health Admin., Labor Subpt. P. App. C J ^� G. 4 VI r J -v G -:1 r I - c- F' .- y Y. W ¢ J L .c 6 J 4 1. ft C.) J' O ♦ S S 2 S -. L .-.-l- n• JL.+ - x. W r. v Z 4Y ' 1 h N N - NZ .-. r _ r ._ .-. ., J L LL' r" X X % x X % O -. m N C N N c a H a r r rI L ^ I CM - ^ HF+Z-, c E f- Z ♦ y. in .n N N Y L r L:G LL >S LL 2 V O I X O O 0 C O-. C Y I„ _ r C C s X X X % Z m A. m m O ¢ O O G r O I O O O O MIN I"' m ¢ r r L N X % % X X % m - - LIv r U W ox 4 O C C F L Z F ¢ Z P X Y I-. S S 3- ¢ ¢ s' - T' - C LL C o c o G z G H _ ¢ - -I -L F j m X X X X % % ¢ L m m m m m m D iE 3 0 -t m m - C - _ x X x x x % . s .C m m S ¢ m - .+ 0 —c r — J I- F I- L I- - Z _ 2' J LL 'C Z - ¢ 4 .C U 4 C". a,.. Z L • 4r 4_ a,•j o - y, p= VIZ =J UZ 4I Z O LCAZ N Z N Z I • • G O C .. _ . C C .a-].4- v _ - F — _ - - 1 241 Svbpt. P, App. C 29 CFR Ch. XVII (7-1-92 Edition) dTIT U O O 'C 'O S x Y. X % J .t O N I- O H •C l w w x x -, C: J L m � a N O J .t •C X % X x Sv a v a N V 6 O • ~;� •• "l •D x .C C x •C O O y x x • Y. r•• 1 r+ N L li L • -U —o L• L U [ O V Y 7 F...n u- J V L . y. U C u y ... P. y >C.La. • ItsN J Y u 6 u C3w v o . NZ y y' u O O N y J CO OC m m CC m m m 6 O N i.. Z Y ZY X X ZY X X X X X X x C .+ M m m K ,C m m rC m m Q L L 6 y U ♦ C N N Z II u n F F '4E U Z J v V v v d d J d d w 6 w v .1 w S J 1 4 m 2 n m C s 1 c v a x O •C •C •C •C •C •C •D .C •O •0 m ti L ,... x v v •G 'C rC d ,C •C it C C rC C N ZI N C. z O d u w C 2 A d r O v Y.` L. •C ,O •C L L L m •y V)I t0 V. Ls F x X X X X X X X % X X x X L m ID- J C .C .C ,C .C •C .C •O ,O •0 U> U IA La. 6 1 .T ••� ••� zi a w s J v v •C .c a .o •c C ,C .c •c •c La:, uxo OW s w Q ~ X X X X X X X X X X X X C F- P. K J v v v v -, .C •C .C •C •C C Y �. S —o C m w Vi ) N 5 J N �o •O a d •C �o �o ,c J a U X x x X x % X X x X % K K X X X 9L y. y U d V V Q J V .CC ,O •D .C .C d r E O 30 J .l •C '0 J .C ,C •O •C C .C C I.Y X X X X X X x x X X X x -, 1• v v O J v d d •C S •C .C •C C 6 ^ 0 N • U O O O O O 00 O O O O c — N Z F F F F- F F F' F F F - I- J c r u H O n V w C 6C N L _ _ _ m O N .c m O N Y: G S _ w 2 C. C. 6 6_ p_ L G. 1 L 6 6 NU,'— • t y v _ 0 IY Z I O O O O N N O O w0 w0 w w H - - F - - F N O C 4Y F+ ._ 242 Occupational Safety and Heallh Admin., Labor Subpt. P, App. C V V 6 s V O 6' ^ O ^ Sa.n.T W W J • O O C 0J % X .3 X 2 N J 'C • W ` C — m o r r x u . r y U W E L J ' Y N V N .^ .n N N J• N N LL ppqq > L u- a O:, W O O N C N N u WmyC v W _ _ u - O N v X X X X X Y. . X Y. C F' Y O .C Q' 6 t0 O C 4 O N — L L _'11 Z_ U V^ Y T 1 Ii .7-- C E r C. H r :.� Y E Z • y N N N N N N N N N W l r ❑ N R I X < O F ~ 0.-.S !I N .D .O OD m 2 S tG m Z f 6 r X X }C X X X % X X C l L r O H O N N " N J .C C GO a0 C S C L J u .al X X X X X X X X J J U it .C I 'O �C m C .C C aC V C ' w _ O xl V Hp CI 'C X X v C •C •C .C C C C C r r M L G C Y FI N .C .C .C .C 'C C C C % % d E y X X % X X X d C v v v .o .C .C Y E 30 Y F c C J -c 'O C .O C X X % S X X X - X .. - -.C S C - �. ^l S C W N N Z H F F .".. C ... r O u r H S 6 .C C Ci .C C 0 C' H O F x C W O Y1 W N C C C F _ ❑ C W H r H v 1 ' 243 Subpf. P, App. C t tL I- L L V N ¢ u u ry E W F N O. ` - N •S N- C'. U - = IV J i X U m -J n y x U Z U :i ¢ 4 F I - m— E N 29 CFR'Ch. XVII (7-1-92 Edition) u V < D. J C N x x W s J .. O J _ 'P L L .L •C K' x x x x x x v • S. L . Z L. C.. N O N O N N m O O O N O O N - ¢ in v G y V O I- m x x x x = m m m m m m O N y, .O m m m m - x x x x 'o m m m m m O .C 'C m m m m x x x x x x 'C 'C• I .G m m K 0 0 o m m m J x x x x x x • .C .C .C 'O m m 0 I -- 'C .O m m m x % . x % x I'- o N♦ZrI~i.1 O - - - - - - Z ¢ V 4I 'C m O d m d U 'O Y W C' lil 0<1. - du Cu uu Lu du C u Ii] J] 6 y 6 d C1 0 A• d WO d O 6 d O d O CO U, N > > > VIZ > > NZ NS O N2 N V; S r V F W II O O fO YY O ¢ 4 F F _ _ 0 N 7pN 0 I I I I I H I I I I [_1 I I I I rI I I Occupational Saf.ty and Health Admin., Labor APPENuix D TO SUBPART P- ALUMINUM HYDRAULIC SHORING FOR TRENCHES ,a) Scope This appendix contains Infor- mation that can be us rd when aluminum hydraulic shoring Is prcvlded as a method of protection against ca%e-ins in trenches that do not exceed 20 feet (6.1m) In depth. This appendix must be used when design of the aluminum hydraulic protective system cannot be performed In accordance with 1 1926.652(c)(2). (b) Soil Ciosstriection In order to use data presented in this appendix, the soil type or types in which the excavation is made must first be determined using the soil class;f:catlon method set forth in appen- dix A of subpart P of part 1926 (c) PTrSCnta!ion of Jnforeiatron Informa- tion is presented in several forms as follows: (1) Information is presented in tabular form in Tables D-1.1, D-1 2. D-13 and E- 1 4 Each table presents the maximum verti- cal and horizontal spacings that may be used with various aluminum member sizes and various hydraulic cylinder sizes. Each table contains data only for the particular soil type in which the excavation or portion of the excavation is made. Tables D-1.1 and D-1.2 are for vertical shores Jn-types A and B soil. Tables D-1.3 and D1.4 are for hori- zontal waler systems in Types B and C soil. (2) Information concerning 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 (e) of this appendix. (4) Information illustrating the use of the tabular data is presented in. paragraph (f) of this appendix. (5) Miscellaneous notations (footnotes) re- garding Table D-1.1 through D-1.4 are pre- sented in paragraph (g) of this appendix. (6) Figures. illustrating typical installa- tions of hydraulic shoring, are included Just prior to the Tables. The illustrations page is entitled "Aluminum Hydraulic Shoring: Typical Installations." (d) Basis and limitations of the data. (1) Vertical shore rails and horizontal wales are those that meet the Section Mod- ulus requirements in the D I Tables. Alumi- num material is 6061-T6 or material of equivalent strength and properties. (2) Hydraulic cylinders specifications. II) 2 -inch cylinders shall be a minimum 2 -inch inside diameter with a minimum safe work- ing capacity of no less than 18.000 pounds axial compressive load at maximum exten- sion. Maximum extension is to include full range of cylinder extensions as recommend- ed by product manufaturer. (II) 3 -inch cylinders shall be a minimum 3 - inch inside diameter with a safe working ca- Subpt. P, App. D pak:t) of not lrss than j0.o0U I•, „nds .i\niI corpressive load at extensions as recom- mended by product manufacturer. (3) Limitation of application. (I) It is not Intended that the aluminum hydraulic specification apply to every situa- (ion that may be experienced In the field. These data were developed to apply to the situaticr.s that are most commonly experi- enced to current trenching practice Shoring systems (or use in situations that are not covered by the data in this appendix must be otherwise designed as specified In 1 1926 652c). (11) When any of the foaowing conditions are present. the members specified in the Tables arc not considered adequate. In this case, an alternative aluminum hydraulic shoring system or other type of protective system ❑:u:t be designed In accordance with 1 1926 652. (A) When vertical loads imposed on cross braces exceed a 100 Pound gra)ity load dis- tributed on a one foot section of the center of the hydraulic cylinder. (B) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (C) When only the lower portion or a trench Is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three 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 trench, and not from the toe of the sloped portion. (e) Use of Tables D-1.1, D-1.2, D-1 3 and D-1.4 The members of the shoring system that are to be selected using this informs- t:cn are the hydraulic cylinders, and either the vertical shores or the horizontal wales. When a waler system is used the vertical timber sheeting to be used is also selected from these tables. The Tables D-l.l and D- 1.2 for vertical shores are used in Type A and B soils that do not require sheeting. Type B soils that may require sheeting, and Type C soils that always require sheeting are found in the horizontal wale Tables D- 1.3 and D-1.4. The soil type must first be de- termined in accordance with the soil classifi- cation system described in appendix A to subpart P of part 1926. Using the appropri- ate table, the selection of the size and spac- ing of the members is made. The selection is based on the depth and width of the trench where the members are to be Installed. In these tables the vertical spacing is held con- stant at four feet on center. The tables show the maximum horizontal spacing of cylinders allowed for each size of wale in the waler system tables, and in the vertical shore tables, the hydraulic cylinder horizon- tal spacing is the same as the vertical shore spacing. 245 I Subpt. P. App. D (f) Example to lllustrotr the ('sr of the Tables. (t) Example 1: A trench dug in Type A soil is 6 feet deep and 3 feet wide. From Table D-1.1: Find ver- tical shores and 2 Inch diameter cylinders spaced 8 fuel on center ,o.c.) horizontally and 4 feet on center (o.c.) vertically. (Sec Figures I & 3 for typical installations.) (2) Example 2: A trench is dug In Type B soil that does not require sheeting. 13 feet deep and 5 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinders spaced 6.5 feet or. horizontally and 4 feet o.c. vertical- ly. (See Figures 1 & 3 for typical installa- tions.) (3) A trench is dug in Type B soil that does not require sheeting, but does expert- encn som(- minor raveling of the trench face. The trench is 16 feet deep and 9 feet wide. - From Table D-1.2: Find vertical shores and 2 inch diameter cylinder (with special overs- leeves as designated by footnote #2) spaced 5.5 feet o.c. horizontally and 4 feet o.c. verti- cally, plywood (per footnote (g)l7) to the D- 1 Table) should be used behind the shores. (See Figures 2 & 3 for typical installations.) (4) Example 4: A trench is dug in previous- ly disturbed Type B soil, with characteris- tics of a Type C soil, and will require sheet- ing. The trench is 18 feet deep and 12 feet wide. 8 foot horizontal spacing between cyl- inders is desired for working space. From Table D-1.3: Find horizontal wale with a section modulus of 14.0 spaced at 4 feet o.c. vertically and 3 Inch diameter cylinder spaced at 9 feet maximum o.c. horizontally. 3 x 12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Example 5: A trench is dug in Type C soil, 9 feet deep and 4 feet wide. Horizontal cylinder spacing in excess of 6 feet is desired for working space. From Table D-1.4: Find horizontal wale with a section modulus of 7.0 and 2 inch diameter cylinders spaced at 6.5 feet o.c. horizontally. Or, find horizontal wale with a 14.0 section modulus and 3 inch diameter cylinder spaced at 10 feet o.c. hori- zontally. Both wales are spaced 4 feet o.c. 29 CFR Ch. XVII (7-1-92 Edition) vertically. 3 • 12_ timber sheeting is required at close spacing vertically. (See Figure 4 for typical Inst al lat Ion.) (g) Footnotes. and general notes. for Tables D-1.1. D-1.2. D-1.3, and D-1.4. (1) For applications other than those listed in the tables, refer to 4 I926.652(c)(2) for use of manufacturer's tabulated data. For trench depths in excess of 20 feet, refer to S 1926.652(c)(21 and § 1926.652(c)(3). ' (2) 2 inch dameter cylinders, at this width, shall have structural steel tube (3.5'• 3.5 • 0.1875) oversleeves, or structural oversleeves of manufacturer's specification, extending the full, collapsed length. (3) Hydraulic cylinders capacities. (t) 2 inch cylinders shall be a minimum 2 -inch inside diameter with a sale working capacity of not less than 18.000 pounds axial com- pressive load at maximum extension. Maxi- mum extension is to include full range of cylinder extensions as recommended by product manufacturer. (ii) 3 -Inch cylinders shall be a minimum 3 - inch inside diameter with a safe work capac- ity of not less than 30,000 pounds axial com- pressive load at maximum extension. Maxi- mum extension is to'include full range of cylinder extensions as recommended by product manufacturer. (4) All spacing indicated is measured center to center. (5) Vertical shoring rails shall have a min- imum section modulus of 0.40 inch. (6) When vertical shores are used, there must be a minimum of three shores spaced equally, horizontally, in a group. (7) Plywood shall be 1.125 in. thick softwood or 0.75 inch. thick, 14 ply, arctic white birch (Finland form). Please note that plywood is not intended as a structural member, but only for prevention of local raveling (sloughing of the trench face) be- tween shores. (8) See appendix C for timber specifica- tions. (9) Wales are calculated for simple span conditions. (10) See appendix D. item (d), for basis and limitations of the data. I I I I I I I I I 11 [1 nAe I 1 1 1 Occupational Safety and Health Admin., Lobor Subpt. P, App. D ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. 1 / FIGURE NO. 2 V 1 O1 •aI J.MY / / r{.•ul .IwMY VIM I,.I •n w•q / w60'C.LC WAW 1(NI P.. Ml1 Mn. rIwOCOI YOIIIOU AL •01'$OY••• S•.C:.G SPACI AtG i9 / ri FIICA. Iii. r.D1A Ul I: YI INDEIt ?(r _ h• • K A�T2 �• _44 • 1B" MU• • .•DIAJL'. :•I :rDFM a / L P.•rC.�ID ('/ I r EA'lCA• I " I y' SPACING .r" �• YE4•ICAL t 'Ai 1� SPACING / IcAx2• "AA. icy Z' MAN r... FIGURE NO. 3 V(P•CA. 11 M. wr,.J.c O'Co.D • ro 4<Af DI c\ VCNIICAI S PAC INC AI MAY. 2 MAT. FIGURE NO. 4 A.dpJSYYD.AILC 4dMO n AIPIYIY(Y •KW // M 012C'1. SPACING E ItIICAI RAIL 2 W4. 4/ M1DIAL.IC C•. I PENT ICAL SPACING UPP iA0 SYEe'ING NYC IAULIC CT I.IDEA 247 Subpt. P, App. D 29 CFR,Ch. XVII (7-1-92 Edition) G. N V U • wO i� O Q P . C- Z ce jF NQO C O 6z d, V Q v 3 z K - O Ln C U W u N< W Fa zt. C. U W z O N Q c A R1�UO W aQG �UZ P c Z> A F U W o — o - z 43 • ^ 00 zz•. w X�G 00 00 r EE Q c a 0 u • C d z a K K c v v .a c c u d � Q Q O u u [1. W 'Oc.� W �O^- W �N W�''W u pOce O a O a O a > O gz°z° r, Occupational Sofety and Health Admin., labor Subpt. P. App. 0 a T W aC I C - E= T G a' V z x N — W oc ^ C C r t U _ 3 L s o U v F Z a z - T — -,j->. U u c o v - _ b z T c.. C — N r — Z ,� F o m o0 °° w vi u u XQ a tW .!. A i ° U - K C 9 A cc ;fl { Gy C - vu — U F °F O Z 47 O U. C F^ .il h > a - > a O - a ° F zz 249 Subpt. P, App. D 7 .=V -F}- Q v O cc z3a k 29 CFR Ch. XVII (7-1-92 Edition) a �? g 0Z I IS Gi VI w MJ — 0 7. Z 7_ Z 7. 7 7 '1. '7_ O z _ _ _ T T T T I. T. Ti a r < C'. U C C C C O O VI C C ul C a X P r� .C Oct r. u O L C u; L f! N N r1 fl !_ C 7 ` / �'. 77 'T /. 7. 7. '_ Z 7 c -F - F - -F - - -= - - } I"' J N N T. N O T. r I Q 7_ !_ 7_ 7_ — m U LL C NZ ^ C C C S x OP fV K) aC C Nl �C T _ O 0 Y. a 3 C Z_ Z Z Z Z Z Z Z — pp J Q N OLC a .0 - Z C C C a C r, C a w H oXLI ac O• N 'C x C VI .G O' O • Z O Co n 00 N f'. N - ri r - h W � cO N < Q U 3 Z F P a [f'� e e W y — C C O er O ce O u. Oz aJN Q CD CD O > F C C, I e 230 Occupational Safety and Health Admin., Labor Subpt. P. App. D I I F s V C N LL - % r1 - - Q x C r - r r s K r _ _ I/ r n r •� r' r. N' fi r G C I/ C r' 1 G C L C < c L C G Q r x N r. 'C _ u w Cl 1— Y " 14 N I o V. ✓ v x _ f} '- z IC C C v Vt x r r C .. ..] J C Q UY F 1 ' O s - r Y x V y. 3-_ - [�}yv ' z z I Z 7 7_ Z Z G , -5. _ _ - -. _ _ _ a OL C N fJ n. rv. r N r-.1 z3�a z — C r. G _ r i .. .r C C V ' .C C Q r x r r. .C 5 C I1 I I• CJ r • _ ... V- G C r. C C u0 1 L - 3 k r r — Q ^ Q F� C y ° 4-.- - bILSZa O W > C— I-� C j N W > C Cry C 251 Subpf. P, App. E 29 CM Ch. XVII (7-1-92'Edifion) APPENDIX E TO SUBPART P -ALTERNATIVES TO TIMBER . 11UH ING 18" 0 VER SPA' AN, RTICAL RAIL YDRAULIC CYLINDER a FigureJl. Aluminum Hydraulic Shoring rro J' ,f .r u o 000 Figure 2. Pneumatic/hydraulic Shoring 252 Occupational Sofety and Health Admin., Labor 1, 1. 11 . ➢11 .. ks (Si rL Fig,.re 4. Tiench Shie:ds A\) Subpt. P. App. E 253 Subpt. P, App. F 29.CFR Ch. XVII (7-1-92 Edition) APPENDIX F TO SUBPART P -SELECTION OF PROTECTIVE SYSTEMS The following figures are a graphic summary of the requirements contained in subpart P for excavations 20 feet or less In depth. Protective systems for use in excavations more than 20 feet in depth must be designed by a registered professional engineer in accordance with 1 1926.652 (b) and (c). Is the excavation more than 5 feet in depth? Is there potential for cave-in? Sloping selecte Go to Figure 2 FIC Excavation may be made with vertical sides. Excavation must be sloped, shored, or shielded. Shari selec Is the excavation entirely in stable rock? shielding Go to Figure 3 I - PRELIMINARY DECISIONS Occupational Safety and Health Admin., Labor Sit+�fnt; srlrctPd ac t('r mrthod of protrction G 111 si:I cl e'Ttf IiJ1: ii be radr in accordance with j1926.652 (b' F xray at ir- r.,St ct+^p' with C -C of ttt! Ic1:,w:nf t'rtP t i cn5- 0;:ior I: (b)(2) which requires Appendices A and B to be followed Option 2: 7926.652 (b)l3) which requires other tabulated Bata (lee deftniticr.. to be followed. Option 3: 11926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. Subpf. P, App. F Fxcetatia-s Host co-trly watt 't :b)(1) 'l.ic` E y,.: is n F.. rt .^f 1.H 1V ('. FIGURE 2. - SLOPING OPTIONS 255 I Subpf. P. App. F 29 CFR Ch. XVII (7-1-92 Edition) 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: I 1 Option 1 51926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). Option 2 §1926.652 (c)(2) which requires manufacturers data to be followed (e.g. hydraulic shoring,trench jacks, air shores, shields). Option 3 31926.652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). Option 4 31926.652 (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 I 1 I I I I I I 1 I I i I I i I I I TABLE OF CONTENTS FOR PART D -SPECIAL CONDITIONS DIVISION 2 SITE WORK Section Subiect D2-1 SITE PREPARATION D2-2 REPLACEMENT OF MANHOLE FRAMES AND COVERS D2-3 REPLACEMENT OF MANHOLE FRAME AND GRADE ADJUSTMENTS D2-4 SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS D2-5 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES D2-6 REPLACEMENT OF MANHOLE BENCH AND TROUGH D2-7 MANHOLE GROUTING D2-8 INTERIOR MANHOLE COATING (STRONG SEAL SYSTEM) D2-9 INTERIOR MANHOLE COATING (QUADEX SYSTEM) D2-10 BACKFILL D2-11 SANITARY SEWER CONSTRUCTION D2-12 RESTORATION D2-1 SITE PREPARATION General 1. Clear areas necessary for performance of the work and confine operations to that area provided through easements, licenses, agreements and rights -of -way. Entrance upon any lands outside of that area provided by easements, licenses, agreements or public rights -of -way, shall be at the Contractor's sole liability. 2. Do not occupy any portion of the project site prior to the date established in the Notice to Proceed without prior approval of the Owner. 3. Contractor shall be aware of certain requirements by individual property owners as specified in Section I. Materials Not specified Execution 1. General Remove, relocate, reconstruct or work around natural obstructions, existing facilities and improvements encountered during site preparation as herein specified. Take care while performing site preparation work adjacent to facilities intended to remain in place. Promptly repair damage to existing facilities. Dispose of waste materials in a satisfactory manner off the work site. 2. Surface Obstructions a. Saw cut the obstruction in straight lines or remove it to the nearest construction joint if located within five feet of the centerline of the trench. In no case shall the D2-1(1) City of Fayetteville Sewer System Improvements I joint or line of cut be the edge of the trench. obstructions removed to specified and to the di original construction. required by the utility cost to the Owner. less than one foot outside Reconstruct surface permit construction as mensions, lines and grades of Restore damaged utilities as company at no additional b. Protect, move,,or brace public and private utilities as specified in Section - Control of Construction Site. c. Maintain mailboxes in the manner that the Postal Service requires to prevent interruption of mail delivery. d. Site preparation includes the removal of trees, shrubs, brush, crops, and other vegetation within the limits of the easements (right-of-way), or as may be provided for in licenses, permits and agreements. All efforts shall be made to retain existing landscaping. In the event that trees, shrubbery, and hedges cannot be saved, then prior approval of the Owner and the Owners Representative must be obtained before the existing landscaping is removed. 1) Trees All trees shall be saved unless removal is approved by the Owner and the Owner's Representative. Trim trees in accordance with the Owner's instructions. 2) Shrubbery Shrubbery shall be saved unless removal is approved by the Owner and the Owners Representative. Make reasonable efforts to save all shrubbery by trimming, in accordance with acceptable pruning practices, and treating wound surfaces with a commercial pruning compound. 3) Small Plants and, Flowers At least two weeks prior to the start of construction, notify property owners of the proposed starting date so that the property owners can remove any small plants or flowers. e. Fences interfering with construction, and located within public rights -of -way or as may be allowed for in permits or agreements, may be removed only if the I II I I 1] 1 I 1 City of Fayetteville D2-1(2) Sewer System Improvements I I I I opening is provided with a temporary gate which will be maintained in a closed position except to permit passage of equipment and vehicles, unless otherwise herein specified. Fences within temporary construction easements may be removed provided that temporary fencing is installed in such a manner as to serve the purpose of the fencing removed. Fencing removed shall be restored to the condition existing prior to construction unless otherwise specified. The Contractor is solely liable for the straying of any animals protected or corralled or other damage caused by any fence so removed. If. Private Sewer Facilities J I Make every reasonable effort to protect private sewer facilities. Private sewer facilities are not shown on the Plans. When these facilities are disturbed or damaged by the work, make necessary repairs to the facilities to maintain continuous service prior to the close of the work day at no additional cost to the owner. Ig. Property Pins I L I I 7 L I I CJ ii Preserve property corners, pins and markers. In the event any property corners, pins, or markers are removed by the Contractor, such property points shall be replaced at the Contractor's expense and shall be re -set by competent surveyors properly licensed to do such work. In the event such points are section corners or Federal land corners, they shall be referenced and filed with the appropriate authority. h. Sodded and Landscaped Areas Minimize disturbance to sodded and/or landscaped thoroughfares and areas on or adjacent to improved property. Do not use such areas as storage sites for construction supplies and insofar as practicable, keep free from stockpiles or excavated materials. Subsurface Obstruction a. Where existing utilities and service lines are encountered, notify the Owner thereof at least 48 hours (not including weekends and/or holidays) in advance of performing any work in the vicinity. I D2-1(3) City of Fayetteville Sewer System Improvements I Excavate, install pipeline and backfill in the I vicinity of such utilities in the manner required by the respective Owner and, if requested, under his direct supervision. ,The Contractor shall be responsible for, damages to a public or private utility that may occur as the result of the construction. b. Protect, move, or brace public and private utilities as specified in Section - Control of Construction Site. I c. Make a reasonable effort to ascertain the existence of obstructions and locate obstructions by digging in advance of machine excavation where definite I information is not available as to their exact location. Where such facilities are unexpectedly encountered and damaged,notify responsible officials and other affected parties and arrange for the prompt repair and restoration of service. D. Measurement and Payment No contract prices are established for Site Preparation. 1 END OF SECTION D2-1 1 1 i City of Fayetteville D2-1(4) Sewer System Improvements I ' D2-2 REPLACEMENT OF MANHOLE FRAMES AND COVERS IA. General 1. Description This Section describes replacement of manhole frames and covers. Manholes designated for replacement of frames and covers are listed on the Manhole Rehabilitation Schedule in Section G. I B. Materials 1 1. Frames I I I I I Li I I a. Frame material shall be cast iron conforming to ASTM A 48, Class 30 or better. The frame shall exhibit a tensile strength of not less than 30,000 psi. b. Frames for standard manholes shall be Neenah R -1726-A, or approved equal. c. Bearing surfaces between the ring and cover shall be machine finished or ground to assure nonrocking fit in any position, and interchangeability. 2. Covers a. The replacement cover shall form a water resistant seal between the frame and manhole cover surface. The cover shall have pick bars or pick slots and a machined bearing surface on the bottom of the casting. The cover shall conform to ASTM A 48, Class 30 or better, for Gray Iron. The cover shall have a tensile strength of 30,000 psi. b. A typical standard manhole cover design shall be Neenah R -1726-A or approved equal. c. Covers shall set flush with the rim of the frame and shall have no larger than a 1/8 inch gap between the frame and cover. d. Bearing surfaces shall be machine finished. I D2-2(1) City of Fayetteville Sewer System Improvements C. El] Execution 1. The contractor shall be responsible for supplying the required material for the replacement of the manhole frames and covers, including the unloading, temporary storage, and transporting of the materials. 11 2. The replacement manhole frame shall be compatible with the replacement manhole cover specified insuring a water resistant seal between frame and cover. 3. Seal replacement frames to the existing manhole in accordance with Section - Sealing of Manhole Frame and Grade Adjustments. 4. Manhole frames that are observed to be. cracked, broken, pitted, or contain gaps in the bearing surface preventing a water resistant seal shall be replaced. 5. Remove scrap frames and covers from site. I Measurement and Payment Payment shall be based on the Contract Unit Price per manhole frame and cover replaced and shall be for material only. Payment for sealing of the manhole frame and surface restoration shall be paid for in accordance with Section - Sealing of Manhole Frame and Grade Adjustments. END OF SECTION D2-2 I L L .1 I LI 1 I City of Fayetteville D2-2(2) S Sewer Svstem Tmnrnvemnntc D2-3 REPLACEMENT OF MANHOLE FRAMES AND GRADE ADJUSTMENTS General 1. Description This section describes replacement of existing defective manhole frame grade adjustments and the installation of new adjustments where existing manholes must be raised. Manholes designated for replacement of frames are listed on the Manhole Rehabilitation Schedule in Section G. Installation of new adjustments where existing manholes must be raised will be designated by the Engineer. Materials designated for shallow manhole construction are given on the Drawings. Materials i. Precast concrete grade adjustment rings and flattops shall conform to the requirements of ASTM C-478 and shall be one continuous structure. To accommodate steep surface grades, non -uniform precast adjustment rings may be manufactured so that they are two -inches deep on one side and three -inches deep on the opposite side. In no instance may any non -uniform precast adjustment rings be less than two -inches thick or be of multiple piece construction. Adjustment rings of uniform thickness shall be a least two inches thick. Minimum thickness of flattops shall be 8 inches in non -paved areas and 10 inches in paved areas. 2. The replacement precast grade adjustments shall provide a structural capacity equal to or greater than the existing or specified manhole frame, and shall not affect the opening size or surface appearance. 3. Cracked or multiple piece precast concrete grade adjustment rings will not be accepted. Execution 1. Existing Grade Adjustment Rings a. Existing grade adjustment rings constructed of precast concrete may be reused provided they are not cracked and are in otherwise good condition. D2-3(1) City of Fayetteville Sewer System Improvements I b. Existing frame grade adjustments that are constructed of brick, block, or materials other than precast concrete rings shall be ieplaced. 2. Seal frame and grade adjustments in accordance with I Section - Sealing of Manhole Frame and Grade Adjustments. - 3. Existing flattops found to be defective shall be replaced. 4. Seal flattops in accordance with Section - Sealing of 1 Manhole Frame and Grade Adjustments. D. Measurement and Payment 1. Payment shall be made at the Contract Unit Price for new precast grade adjustments. This shall be for the cost of the new precast concrete adiustment material only. Payment for grade adjustments with a nonuniform depth shall be based on the average vertical depth dimension. All other material costs and labor costs shall be compensated in payment made at the Contract Unit Price for sealing of frame and grade adjustments. 2. Payment will not include the height of joint material. , 3. •Existing adjustments that are reinstalled are, not eligible for payment." 4. Payment for sealing of the frame and grade adjustments shall be paid for in accordance with Section - Sealing of Manhole Frame and Grade Adjustments. 5. Payment for flattop replacement shall beat the Contract Unit Price per flattop replaced and shall include payment for sealing of the flattop in accordance with Section - Sealing of Manhole Frame and Grade Adjustments. I • END OF SECTION D2-3 1 City of Fayetteville D2-3(2) Sewer System Improvements I E I Li I I I I D2-4 SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS A. General 1. Scope This section governs the materials required and construction procedures for sealing manhole frames and grade adjustments. Manholes designated for sealing of frame and grade adjustments are listed in the Manhole Rehabilitation Schedule in Section G. B. Materials 1. Bitumastic Gasket Material Bitumastic gasket material shall meet or exceed Federal Specification SS -S -210A. The material shall show no signs of deterioration for a period of 30 days when immersed in solutions of acid, alkali or saturated hydrogen sulfide. Joints shall show no sagging when tested at 135F for a period of five days. Bitumastic Gasket Material shall be EZ-STIK. Trowelable bitumastic material shall be GS -7O2 compound or equal. 2. Precast Grade Adjustments and Flattops shall be as specified in Section - Replacement of Manhole Frames and Grade Adjustments. 3. Concrete Bonding Agent Bonding agent shall be Acyrl #60 as manufactured by the Thuro-Seal Company or equal. 4. Portland Cement Concrete As specified in Section - Restoration. 5. Polyethylene iMinimum thickness of 4 mils. I El I 1 D2-4(1) City of Fayetteville Sewer System Improvements I C. Execution 1. Excavation a. Nonpaved Areas Excavate adjacent entire frame to a below the top of Limit excavation The sides of the vertical for more depth. b. Paved Areas to the manhole to expose the minimum depth of the top 6 -inches the structurally sound structure. to a 6 -foot by 6 -foot work area. trench shall not deviate from the than 1/2 inch for each foot of Make a square or rectangular full depth sawcut and remove the pavement,by breaking. out from the sawcut toward the manhole to avoid breaking the frame. Do not use pavement breaking equipment in the sawcut. Frames broken during excavation shall be replaced at the Contractor's expense. Excavate the work area to expose the entire frame to a.minimum depth of the top 6 -inches below the top of the structurally sound structure. 2. Sealing Procedure a. Remove manhole frame from the manhole structure. ,Separate and observe the condition of the grade adjustments. If the grade adjustments are loose, deteriorated, broken, or show structural defects replace them in' accordance with these Specifications. Replace adjustments that are constructed of brick, block, or materials other than precast concrete rings with precast concrete rings, or where necessary, and approved by the Owners Representative, a precast flattop section. Precast concrete rings, or a precast concrete flattop sections will be the only adjustments allowed. b. In brick or block manholes where it is difficult to determine where grade adjustments and walls meet, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Owners Representative prior to replacement of the grade adjustments or manhole frame. Existing brickwork, which is structurally satisfactory, if damaged by the Contractor shall be replaced at the contractor's expense. City of Fayetteville D2-4(2) Sewer System Improvements" I I I 1 I I Ii I I 11 I I I I CJ I I I I I c. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed with an application of a quick setting hydraulic cement to provide a smooth working surface as thin as possible. d. If the inside diameter of the manhole is too large to safely support new adjustments or frame, then a flattop section shall be installed. e. Joint surfaces between the frame, adjustments, and cone section shall be free of dirt, stones, debris, and voids to ensure a watertight seal. Place a flexible gasket joint material, minimum 1/2 inch thick, in two concentric rings along the inside and outside edge of each joint, or use trowelable material in lieu of preformed gasket material. Position the butt joint for each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Owners Representative may be used to obtain final surface elevation of the manhole frame. f. When precast concrete grade adjustment rings are placed on the manhole structure to obtain proper grade, no more than 24 vertical inches may be used, unless approved by the Owners Representative. g. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. h. Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regraded near the manhole. I D2-4(3) City of Fayetteville Sewer System Improvements i. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the Drawings. j.. On non -paved manholes, exterior surface of all 1 exposed grade adjustments and four inches below sound structure shall be cleaned with a wire brush •and then. waterproofed with trowelable bitumastic` gasket material in accordance with the manufacturer's specifications. A protective polyethylene cover shall be placed over the waterproofing material when backfilling, following sealing of the frame and grade adjustment. 3. • Backfill I. a. Non -paved , Excavated material subject to review of the Engineer shall be used for backfill and mechanically• compacted following sealing of the frame and grade adjustments. Bentonite may be added to backfill at •the. Contractor's discretion. The level of the backfill shall be to one inch above the frame bottom with the removed topsoil. being placed on top of the compacted impervious backfill prior to replacement of sod. . b. Paved Portland cement concrete (c.f. Section D2-10) shall be used for backfill following sealing of the frame •and grade adjustments to prevent compaction of the joint material and extend to 6 inches below the top of structurally sound structure as shown on the Detail for Manhole Restoration. 4. Restoration Restore surfaces in accordance with Section - Restoration. Grassed areas shall be replaced with sod to match existing conditions. �r s 5. Testing of Rehabilitated Frame and Grade Adjustment Seals. . Test rehabilitated frame and grade adjustment seals for watertightness in accordance with Section - Manhole Testing. r 1 City of Fayetteville D2-4(4) Sewer System Improvements F E D. Measurement and Payment Items listed below shall be paid for separately. Cost of all items not specifically listed for separate payment shall be considered incidental to the contract. 1. Non -paved frame and grade adjustment sealing. 2. Paved frame and grade adjustment sealing. IUnit Price for sealing frames and grade adjustments shall be eligible for 60 percent payment after the repair is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible after restoration is complete. END OF SECTION D2-4 I I I E v El I LI Li I I I D2-4(5) City of Fayetteville Sewer System Improvements I D2-5 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES IA. General 1. Description This section describes complete and partial replacement 1 of manholes. Manholes scheduled for replacement are listed in the Manhole Rehabilitation Schedule in Section G. 1 B. Materials 1. Precast concrete and cast -in -place concrete manholes will be allowed for complete manhole replacements. Precast manhole sections only will be allowed for partial replacement of manholes. I 2. Frames and covers shall be as specified in Section - Replacement of Manhole Frames and Covers. Exceptions to these materials shall include shallow manhole construction as detailed on the Drawings. 3. Exterior surfaces of manhole sections shall be coated with two mop coats of coal tar epoxy paint, Koppers "Bitumastic Super Service Black", Tnemec, "46-450 Heavy Tnemecol", or equal. Dry film thickness shall be a minimum of 14.0 mils per coat. Recoating shall be done in accordance with manufacturer's recommendations. 4. Non -Shrink Grout Grout shall be non -shrink in the plastic state and show no expansion after set as tested in accordance with ASTM C 827 and shall develop compressive strength not less than 3,000 psi with a trowelable mix within 24 hours per ASTM C 109. The placement time shall be not less than 45 minutes based on initial set per ASTM C 191. Test results shall be furnished by the manufacturer and I I [1 submitted to the Engineer. 5. opening for each connecting a compression type flexible integrally into the manhole pipe shall be circular with rubber wall. shall be manufactured in accordanc e D2-5(1) City of Fayetteville Sewer System Improvements 6. Steps a. Manhole steps will not be required. 7. Cast -In -Place (Monolithic) Concrete Manholes 1 The design of standard manholes shall be the responsibility of the Contractor. Shallow manholes shall be constructed as detailed on the Drawings. Sketches of all manholes indicating complete details of the proposed design shall be submitted to the Engineer for review prior to ordering material and/or construction. Cast in place construction will be considered for circular manholes only unless appropriately designed with reinforcing steel. The concrete for circular manholes shall be reinforced• with wire mesh conforming with this document. The minimum sidewall thickness shall be 6 inches or one -eighth the inside diameter whichever is greater. The base thickness of manhole below the underside of flow channel shall vary, depending on the diameter, the depth of manhole, whether base is reinforced or not and on the type of joint occurring between base slab and wall. The minimum base thickness shall be 8 inches or 1/8 the manhole diameter plus 1/30th of the manhole depth, whichever is greater. a. Foundations of manholes for sanitary sewer shall be concrete of a minimum compressive strength of 4000 psi at 28 days. The invert channels shall be smooth, accurately shaped, and in accordance with the plans. Where changing line sizes occur, the crowns (top insides) of the pipe should be matched unlessotherwiseapproved by the Engineer. The invert of the manholes shall be shaped and smooth so that no projections will exist. Flow channels will be formed in the inverts so that the manhole will be self-cleaning and free of areas where solids may be deposited as sewage flows through the manhole from all inlet pipes to all outlet pipes. Where the pipe can be laid continuously through the manhole, the pipe can be placed in the base. After the construction ofthe manhole, the pipe can be trimmed by cutting out the top half after the concrete base is constructed and has cured sufficiently. If it is not possible to lay the pipe continuously through the manhole base, the invert may be poured and formed directly in the concrete of the manhole base. • The invert floor shall have a minimum slope of 1" per foot unless noted otherwise. The manhole invert shall extend from wall to wall. The minimum thickness for all bases shall eight (8) inches. Reinforce bases with #4 bars at 12 -inch centers each way. Tie and place reinforcing steel above the midpoint. The minimum cover over the reinforcement shall be two (2) inches. •When the connecting City of Fayetteville D2-5(2) Sewer System Improvements E I 1 I I Li I I L I I Li [1 ii I F I Li pipelines are required to have concrete embedment, extend the embedment reinforcing steel not less than twenty (20) bar diameters into the manhole base. b. Pipe extending from the manhole shall be cradled in concrete to the first pipe joint in the same pour as the manhole foundation. Embedment of reinforcing steel shall extend not less than twenty (20) bar diameters into manhole base. c. A minimum of six (6) inches rock cushion shall be used beneath manhole foundations. Where trench has been overexcavated, the void created shall be completely filled with a rock cushion to the underside of the manhole base. d. In the event that ground water is present during the pouring of a cast -in -place manhole foundation, a pump shall be used to remove the ground water. Prior to pouring, the subgrade shall be stable, free from muck and groundwater. After the concrete foundation has been placed, the pump shall continue to run for at least two (2) hours to enable the concrete to obtain its initial set. e. Cast -in -place concrete manholes shall have a minimum inside diameter at the base of four (4') feet and an inside diameter at the top of the cone section of not less than twenty-four (24") inches unless specified otherwise herein. The manhole shall have a minimum wall thickness of six (6") inches and shall be smooth having no form marks on the interior wall or exterior wall of the manhole exceeding one - quarter (;") inch in depth. Concrete used for the manhole barrel and cone section shall be a minimum compressive strength of 4000 psi at 28 days, with a slump of five (5") inches to seven (7") inches during the placement. Concrete shall not be so dry as to cause extensive honeycombing. During the placement of the concrete in the manhole barrel forms, thorough vibrating shall be completed at two (2') foot intervals. If cold joints are necessary because of a time lapse of more than one hour between placements then a concrete bonding adhesive shall be applied to the existing concrete. A concrete collar at least four (4") inches thick shall extend a minimum of eight (8") inches above and below the new joint around the outside of the manhole. If honeycombing of the barrel of the manhole is found to be present after removal of the forms, such honeycombing shall be repaired as directed by the Engineer. Any form marks on the inside wall shall be smoothed and grouted as directed. Curing compounds or covers may or may not be used at the option of the Contractor to protect the concrete to prevent cracking during the curing D2-5(3) City of Fayetteville Sewer System Improvements I process and to protect the manhole during freezing temperatures. The manhole shall not be backfilled for at least two (2) working days after forms have been removed or a minimum of three (3) working days after the concrete has been placed. f. Reinforcing steel used in design of reinforced manhole foundations shall conform to ASTM A 615, Grade 60, deformed bars. I g. Welded steel wire fabrics for cast -in -place manholes shall conform to ASTM 185. a h. Manholes bases shall be integral cast. The diameter of the integral base pad shall be eight (8) inches greater than outside diameter of the manhole. 8. Precast Concrete Manhole Sections a. Manholes shall conform to ASTM C 478 as specified 1 herein and shall be Hardwall Fabricators or equal. b. Wall thickness shall be not less than one -twelfth (1/12) of inside diameter or five (5) inches, whichever is greater, to be used when the manhole depth is less than sixteen (16) feet; one -twelfth (1/12) of inside diameter plus one (1) inch or (5) inches, whichever is greater, to be used when manhole depth is sixteen (16) feet or greater. c. Concentric cones shall be utilized when manhole depth exceeds six feet. The clear opening of the cone shall be 26 inches. d. Reinforced concrete flat -top sections shall have a minimum 26 -inch diameter opening and be a minimum eight inches thick in non -traffic areas and a minimum ten inches thick in traffic areas. Reinforce flat -top sections with #4 bars at 12 -inch a centers each way. Tie and place reinforcing steel below the slab mid point. The minimum cover over the reinforcement shall be two (2) inches. e. Openings for each connecting pipe shall be circular with a compression type flexible rubber gasket cast integrally into the manhole wall. Flexible gaskets shall be manufactured in accordance with rubber joint specification ASTM C 443 and shall meet the performance and test requirements of ASTM C 425 for compression joints. Flexible gaskets shall be A-Lok 'or equal. f. Preformed and trowelable bitumastic joint sealants shall be Kent -seal, Ram-Nek, E -Z Stick, or equal. The minimum dimension of preformed material shall be one-half (1/2) inch square. City. of Fayetteville D2-5(4) Sewer System Improvements I g. Do not deliver precast concrete sections to the job until representative concrete cylinders have attained a strength of at least 80 percent of the specified minimum. Inspect precast concrete sections when delivered. Cracked or otherwise ' visibly defective units will be rejected. h. The maximum depth of lifting holes shall be no more than one-half the manhole wall thickness. After placement of the manhole, the lifting holes shall be sealed with a non shrink grout. t9. Preformed and trowelable bitumastic joint sealants shall be RAM-NEK, CS -102 Con Seal, or equal. The minimum dimension of preformed material shall be one-half (1/2) inch square. 10. Backfill shall be as accordance in Section - Backfill. 11. Fernco couplings, Indiana seals or equal shall be utilized to connect replacement pipe to existing pipe. Replacement pipe shall be of the same size as existing pipe. Type of pipe shall be in accordance with Section - Sanitary Sewer Construction. I C. Execution I 1. Complete Manhole Replacement a. Manholes designated for complete replacement shall be completely reconstructed using cast -in -place or new precast concrete sections. The existing manhole structure shall be completely removed prior to installation of the new structure. ' b. Manhole diameters unless otherwise noted shall be 48 inches for pipe between 6 inches and 24 inches in diameter and 60 inches for pipe between 27 inches and 36 inches in diameter. c. Install frames and covers in accordance with Section - Sealing of Manhole Frame and Grade 1 Adjustments. d. Form inverts with mortar material and steel -trowel to produce a dense, smooth finish and shape to form a "U" -shaped channel approximating the lower one-half (1/2) cross section of the connecting pipelines and extending upward three -fourths (3/4) of the inside pipe diameter in a "U" -shape. Provide smooth transitions for pipes of different sizes, different elevations, and/or at different angles. I D2-5(5) City of Fayetteville Sewer System Improvements Also form inverts to provide self-cleaning by sloping normally two (2) inches from manhole wall to I edge of "U" channel with a smooth finish. e. Pipe holes at manholes shall be permanently sealed watertight after installation of the connecting pipelines. f. The Contractor shall remove all debris and prevent any material from entering the sewer.line. Debris shall be taken to a landfill or dump site approved ' by the Owner. g. -All sanitary and storm pipe damaged during excavation shall be replaced at no additional compensation unless otherwise noted. h. Any incoming pipes which are 2 feet or more above the outgoing invert elevation shall be equipped with outside drop connections. i. Complete manhole replacement shall also include` replacement of frame, cover, bench/trough, and sealing of frame and frame and grade adjustments. j. Service lines encountered shall be connected to the main sewer outside the manhole using an integral tee connection. 2. Partial Manhole Replacement a. The extent of partial manhole replacement shall be based on the depth of deterioration shown on the rehabilitation schedule. The Owners Representative shall be notified if additional deterioration, exists. The remaining structure shall be capable of supporting the newly constructed portions of the manhole. b. , Excavate the work area to expose the entire depth of deterioration in the existing manhole, to a minimum depth of 6 inches below the top of structurally - sound structure. co Perform reconstruction to allow easy access to the manhole. No more than 12 inches of depth of precast concrete grade adjustment rings shall be allowed to obtain proper grade. d. Precast concrete corbel, or barrel sections may be , used as necessary. The diameter of the sections shall be consistent with the existing remaining structure. Place a flattop section on existing manhole structure prior to setting sections. Flattop sections shall not overhang existing manhole structures by more than 6 inches. If the clearance -from the underside of the proposed flattop to the City of Fayetteville D2-5(6) Sewer System Improvements f manhole invert is less than 4 1/2 feet, the manhole shall be completely replaced. e. Partial Manhole Replacement shall also include ' replacement of frame, cover, and sealing of frame and frame and grade adjustments. f. Remove any debris in any manhole which has had work performed on it. 3. Shallow manholes shall be constructed for specific locations in the sanitary sewer system for depths less than four feet where specifically designated on the Project Plans, or as directed by the Engineer. Shallow manholes shall be constructed rectangular in shape from 4000 psi concrete formed in place as detailed in the drawings. 4. Manhole Adjustments Provide new manholes with a maximum of one (1) foot of adjustment ring(s) underneath the casting. Seal adjustment ring joints as specified in Section - Sealing of Manhole Frame and Grade Adjustments. 5. Formwork a. Vertical concrete surfaces shall be formed. The underside of slabs and beams shall be formed except where the concrete is placed against the ground. Sloping surfaces shall be formed unless otherwise authorized by Engineer. b. Construct and erect forms so that the concrete will have the shape, line, and grade indicated. Make forms mortar tight and sufficiently rigid to prevent deformation under load. Use an adequate number of walers, stiffeners, and braces to insure straight walls. c. Formwork, shoring, and bracing design shall meet the requirements of ACI 347. d. Except as noted, tolerances for formed surfaces shall meet the requirements of ACI 301. Edges of form panels in contact with concrete exposed to view in the finished work shall be flush within 1/32 inch. Forms for plane surfaces shall be such that i the concrete will be plane within 1/8 inch in four ft. Leading edges of concrete shall lie within 1/4 inch as measured from a 10 -ft template. e. Provide as -cast smooth form finish for formed concrete surfaces that are to be exposed to view, or that are to be covered with a coating material other than cement plaster applied directly to the concrete. D2-5(7) City of Fayetteville Sewer System Improvements f. Produce smooth form finish by selecting form . material to impart a smooth, hard, uniform texture and arranging them orderly and symmetrically with a minimum of seams. 4-4 g. Repair and patch defective areas with all fins and other projections completely removed and smoothed. 6. Reinforcement a. Reinforcing steel shall be, placed in accordance with ACI 301 and ACI 318. When concrete is placed,. reinforcing shall be free of rust, scale,.or other coatings that will affect the bond. Reinforcement shall be accurately.placed, adequately supported, • and secured in position at intersectionswith annealed wire not' less than 16-ga or with clips. • Reinforcement shall be supported to keep it away from exposed surfaces. Nails or other devices shall not be driven into forms to support reinforcement. b. Provide the following concrete cover unless otherwise shown on the drawings: Bottom face of slabs 1 inch • Top face of slabs 2 inches 7. Placing Concrete a. General (1) Do not place concrete until forms have been oiled, reinforcement has been fastened in position, form ties at construction joints have been retightened, and embedments and openings have been placed and anchored. (2) Remove debris from the space in which concrete LI •1 I U �I is to be placed. b. Convey concrete from the mixer to the place of final deposit by methods which will prevent separation or loss of materials. The free fall of concrete shall not exceed three feet. c.- Consolidating I (1) • Consolidate concrete with mechanical vibrating equipment and provide stand by equipment. Apply vibration directly to the concrete. Vibration shall be sufficient to cause settlement of the concrete into place. Apply vibration at the point of deposit and in the freshly placed `• concrete. It shall be of sufficient duration to accomplish compaction and embedment of reinforcement and fixtures. City of Fayetteville D2-5(8) Sewer System Improvements Si 1 1 (2) Supplement vibration by forking and spading by hand in the corners and angles of forms and along form surfaces while the concrete is plastic under the vibratory action. 8. Curing 1 a. Maintain concrete in a moist condition for seven days after placement. Curing may be by any of the following means: 1 (1) Curing with burlap, cotton, or mats kept continuously wet, or by keeping forms continuously wet. 1 (2) Waterproof paper curing. Lay four inches at seams and seal with tape. 1 (3) Membrane curing by power spraying with a fugitive dye included. Do not use this method on surfaces which will receive a finish 1 treatment of any kind. Submit manufacturer's descriptive data of curing compounds for approval. 9. Testing of Reconstructed Manholes Test manholes in accordance with Section - Manhole 1 Testing. D. Measurement and Payment 1. Complete manhole replacement shall be paid at the 1 Contract Unit Prices as follows: a. A unit price to cover the construction of one standard manhole of the diameter and type indicated; 0 to 6 feet in depth. ' b. A unit price which shall cover the entire cost of each additional foot of vertical manhole depth in excess of 6 feet, measured to the nearest 0.1 foot. 1 2. Partial manhole replacement shall be paid at the Contract Unit Price per vertical foot of depth measured to the nearest 0.1 foot from the top of the frame. 1 3. Shallow manhole replacement shall be paid at the Contract Unit Price per each. I I D2-5(9) City of Fayetteville Sewer System Improvements 1 4. The prices shall be payment in full for performing arid' ' completing theework and for furnishing`all labor and :_, materials necessary including excavation and removal -of the existing structure, trench safety system, �= replacement of frame and cover, installing new adjustment rings, and/or flattops, bench/trough for complete manholes, backfilling, surface restoration, and all testing. 5. The Unit Prices for complete and partial manhole replacement shall be eligible for 60 percent of the bid price after the repair is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible after restoration is complete. END OF SECTION D2-5 ' • i 1 I I I I I Ii City of Fayetteville D2-5(10) Sewer System Improvements , I 1 A. 1 1 1 C. 1 1 I 1 I 1 1 1 1 I D2-6 REPLACEMENT OF MANHOLE BENCH AND TROUGH General 1. Description This section describes replacement of defective manhole bench and trough. Manholes designated for replacement of bench and trough are listed on the Manhole Rehabilitation Schedule in Section G. Materials 1. Materials for Bench and Trough Replacement Portland Cement concrete in accordance with Section - Restoration. Execution 1. Procedure for Bench and Trough Replacement The existing deteriorated bench and trough area shall be completely removed. Care must be taken to avoid damaging other areas of the manhole structure. Loose and broken concrete shall be routinely removed from the manhole to eliminate the possibility of pieces entering the sewer lines. After removal of loose and broken concrete, a new bench and trough shall be formed. Sanitary sewer service shall be maintained during bench and trough replacement. If the manhole does not have an existing concrete base, minimum bench and trough thickness shall be 4 inches. 2. Finishing a. The bench and trough shall be furnished in such a manner so that a watertight seal exists between the manhole walls, pipe, and bench/trough area. b. The trough shall be troweled so that the wetted surface is smooth. The invert of the trough shall form a continuous conduit with the sewer pipe entering and leaving the manhole provided that the pipe was originally constructed or intended to be constructed in this manner. Care shall be taken to prevent the degradation of freshly poured troughs. D2-6(1) City of Fayetteville Sewer System Improvements c. .The bench and trough shall be cleaned of silt, debris or foreign matter of any kind. 3. Testing of Bench and Trough Replacements Test of bench and trough replacements for watertightness in accordance with Section - Manhole Testing. D. Measurement and Payment Payment shall be based on the Contract Unit Price per each manhole as indicated in the Manhole Rehabilitation Schedule ' in Section G. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment, and testing necessary to complete the work including removal of the existing defective bench and trough, and installation and sealing of the replacement bench and trough. 1 END OF SECTION D2-6 ri • I I 1 City of Fayetteville, D2-6(2) Sewer System Improvements it D2-7 MANHOLE GROUTING A I I I 1 1 1 General 1. 3 4. Scope This section governs all work, materials and testing required for the pressure grouting of manhole defects. Manholes or sections of manholes with active leaks will be designated by the Engineer for manhole grouting. Manholes designated for seal between slipliner and pipe are listed on the Manhole Rehabilitation Schedule in Section G. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of pressure grouting of manhole defects in accordance with the Contract Documents. Manufacturers Recommendations Materials, additives, mixture ratios, and procedures utilized for the grouting process shall be in accordance with manufacturers' recommendations. Manholes Manholes to be grouted are of brick, block, or poured concrete construction. IB. Materials I I 1. 2. Scope This section governs the materials required for completion of pressure grouting of manhole defects. Grouting Materials a. Urethane Gel Grout 1) Urethane gel grout, such as Scotch -Seal 5610 gel or equal shall be a hydrophilic polymer. The chemical shall be mixed within the range of from 8 to 10 parts of water and shall contain a reinforcing agent supplied by the same manufacturer. The material shall gel and cure I D2 -7(l) City of Fayetteville Sewer System Improvements I to a tough flexible elastomeric condition. When wet, the gel shall exhibit strength properties of at least 25 psi tensile at 150 percent elongation. The material shall not change in linear dimension more than eight percent when subjected to wet and dry cycles. 2) The chemical grout shall be applied so as to have the grout material flow freely into the defects. To avoid any wastage of the material flowing through the defects gel control agent may be added. The following properties shall be exhibited by the grout: a) Documented service of satisfactory performance in similar usage. b) Controllable reaction times and shrinkage through the use of chemicals supplied by the same manufacturer. The minimum gel set time shall be established so that adequate grout travel is achieved. c) Resistance to chemicals; resistant to most ' organic solvents, mild acids and alkali. d) Compressive recovery return to original shape after repeated deformation. M e) The chemical shall be essentially non-toxic in a cured form. ' f) Sealing material shall not be rigid or brittle when subjected to dry atmosphere. The material shall be able to withstand freeze/thaw and moving load conditions. g) Sealing material shall be noncorrosive. 3), A reinforcing agent such as Scotch -Seal Brand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturer's recommendations. Any 5612 reinforcing agent which contains lumps must be discarded. Care must be taken to be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pH being outside this range, take a small amount of water from the tank to which Gel Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test sample. Scotch -Seal Brand Gel Reinforcing Agent 5612 should disperse readily. If precipitation occurs, drain the tank and retest. Repeat as necessary until dispersion occurs. If dispersion does not occur, do not use the water source. City of Fayetteville D2-7(2) Sewer System Improvements I 4) A filler material such as Celite 292 (diatomaceous earth) from John Mansville or equivalent shall be utilized. The addition of ' the filler material shall not exceed the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is required. The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations. 3. Additives Grout additions may be utilized for catalyzing the gel reaction, inhibiting the gel reaction, buffering the solution, lowering the freezing temperature of the solution, acting as a filler, providing strength or for inhibition of root growth. 4. Root Control ' A root inhibiting chemical such as dichlobenil shall be added to the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months. 5. Material Identification Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 6. Mixing and Handling Mixing and handling of chemical grout and forming constituents, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate ' protective measures to ensure that chemicals or gels produced by the chemicals are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval ' of the Engineer. Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operations. ' 7. Portland Cement As specified in Section - Restoration. D2-7(3) City of Fayetteville Sewer System Improvements I 8. Oakum , Activated oakum, such as Fibrotite Oakum as manufactured by Avanti International or equivalent shall be utilized for sealing of annular space between slipliner and pipe. 9. Non -Shrink Grout As specified in Section - Concrete Structures. C. Execution 1. General Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments or partial manhole ' replacement is complete. 2. Preliminary Repairs a. Seal all unsealed lifting holes, unsealed step , holes, voids larger than approximately one half (1/2) inch in thickness. All cracked or deteriorated material shall be removed from the area to be patched and replaced with Octocrete, as manufactured by IPA Systems, Inc. or equal, in accordance with manufacturer's specifications. b. Cut and trim all roots within the manhole. 3. Temperature Normal grouting operations including application of interior coating shall be performed at temperatures of 40F or greater. If grouting is performed below temperatures .of 40F, then it, must be performed in accordance with manufacturers recommendations. 4. Grouting Materials Usage Grouting of the manhole may include frame seal, frame , and grade adjustments, corbel, wall, pipe seals, and/or bench/trough. Areas of the manhole designated to be grouted will be directed by the Engineer. If entire manhole is scheduled for grouting, grouting shall include the entire manhole including corbel, wall, pipe seals and bench/trough. Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the specified manhole from the bench/trough to the maximum height of 18 inches from the crown. City of Fayetteville D2-7(4) Sewer System-Imnrnvements I I I I I I I I I I I I I I I 1 5. 6. Drilling and injection a. Injection holes shall be drilled through the manhole at 120 degree angles from each other at the same plane of elevation. Rows shall be separated no more than three vertical feet, and the holes shall be staggered with the holes in the rows above and below. Provide additional injection holes near observed defects and at pipe seals. A minimum of 6 injection holes shall be provided. b. Grout shall be injected through the holes under pressure with a suitable probe. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed with grout. c. Grouting from the ground surface shall not be allowed. d. Grout travel shall be verified by observation of grout to defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. e. Injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar. Testing of Rehabilitated Manholes Testing of rehabilitated manholes for watertightness shall be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section - Manhole Testing. I D2-7(5) City of Fayetteville Sewer System Improvements D. Measurement and Payment If••the entire manhole is grouted, the Contract Unit Price shall' be a per vertical foot basis based on the depth (ft.) of the manhole as indicated on the Manhole Rehabilitation Schedule in Section G. Payment for grouting pipe seals and 18 inches above crown of• pipe of manhole shall be based on the Contract Unit Price per each manhole constructed as indicated on the Manhole :Rehabilitation Schedule in Section G. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment, preliminary repairs and testing necessary to.complete the work including grouting with urethane grout. Unit Price for grouting shall be eligible for 90 percent 1 payment after the.repair is made, an additional 10 percent is eligible after testing is complete. Is City of Fayetteville Sewer System Improve END OF SECTION D2-7 D2-7(6) V. 1.1 1 I I I I I I I I I I I D2-8 INTERIOR MANHOLE COATING (STRONG SEAL SYSTEM) A. General 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule listed in Section G. Interior manhole coating shall meet the requirements of this Section or Section D2-9. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. ' 4. Manholes I Manholes to be coated are of brick, block, or poured concrete construction. B. Materials 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Strong Seal MS -2A proprietary pre -blended mixture of Portland cement, chemically -active aggregates, glass fibers and other additives specifically selected for special properties as manufactured by Stronglite Products Corporation and designated STRONG -SEAL MS -2A. No material (other than clean potable water) shall be used with or added to STRONG -SEAL MS -2A without prior approval or recommendation from Stronglite Products Corporation. IJ D2-8(1) City of Fayetteville Sewer System Improvements I Material Identification Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals used and provide case histories of successful use or defend the. choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be. subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating• operations. C. Execution 1. General Manhole coating shall not be performed until sealing of manhole frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. Preliminary Repairs a. All foreign materials shall be removed from the manhole interior using high pressure water spray (minimum 1500 psi). Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wall of the manhole.. b. All unsealed voids larger in thickness at least one the first co lifting, holes, unsealed step holes, than approximately one half (1/2) inch shall be filled with STRONG -SEAL MS -2A hour (1) prior to spray application of 3t. c. Active leaks shall be stopped specifically for that purpose manufacturers! recommendation require grouting to stop the. be performed in accordance wi using products and according to Some leaks may inflow. Grouting shall th Section D2-7. I I I I I I I I I I I Li I City of Fayetteville D2-8(2) Sewer System Improvements Id. After all repairs have been completed, remove all loose material. 3. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F, using ' ice if necessary. 4. Interior Manholes Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule listed in Section G. The interior coating shall be applied to ' the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance ' with the manufacturer's recommendations and the following procedure. ' (1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 1500 psi.) (2) Place covers over invert to prevent extraneous material from entering the sewer. (3) The surface prior to application shall be damp without noticeable free water droplets or ' running water. Materials shall be spray applied (using a Strong -Seal Spraymate Model 35 machine) to a minimum uniform thickness to insure that I I I I I all voids and crevices are filled and a smooth surface remains after troweling. The troweling shall compact the material into such voids and crevices and to set the bond to the manhole surface. After the first application has taken an initial set, but not later than 24 hours, a second coat shall be spray applied to assure a minimum total finished thickness of 1/2" and trowelled to a smooth finish. After the second application to the walls, the wooden bench covers shall be removed and the bench sprayed in such a manner as to produce a bench having a gradual slope from the walls to the invert with the wall/bench intersection built radius for the full intersection. The be no less than 1/2 up and rounded to a uniform circumference of the thickness of the bench shall inch at the invert and shall D2-8(3) City of Fayetteville Sewer System Improvements I increase in the direction of the wall so as to provide the required slope. (4) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. (5) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. , (6) Caution should be taken to minimize exposure of applied product to sunlight and air movement. If application of second coat is to be longer than 15 minutes after completion of 1st coat, the manhole cover shall be set back in place. At no time should the finished product be .exposed to sunlight or air movement for longer than 15 minutes before replacing the manhole cover.• In extremely hot and arid climates manhole should be shaded while reconstruction is in process. (7) No application shall be made to frozen surfaces or if freezing is expected to occur inside the manhole within 24 hours after application. If , ambient temperatures are in excess of 95 degrees F, precautions shall be taken to keep the mix temperature at time of application below 90 degrees F. Mix water temperature shall not exceed 85 degrees F. Chill with ice if necessary. 5. Testing of Rehabilitated Manholes - , a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section - Manhole Testing. , b. At least two 3 inch diameter X 6 inch tall cylinders shall be taken from each days work with the date, location and job recorded on each. The cylinders shall be sent to StrongLite Products Corp., Pine Bluff, Arkansas for testing. A compression test will be made per ASTM C495, and the -results will be furnished to the Owner. I City of Fayetteville D2-8(4) j'I Sewer System Improvements I ID. Measurement and Payment Payment shall be based on the Contract Unit Price per each ' manhole coated as indicated in the Manhole Rehabilitation Schedule in Section G. The Contract Unit Price shall be payment in full for performing the work and for furnishing ' all labor, supervision, materials, equipment and all testing necessary to complete the work. I I I I I I I I I I L I I END OF SECTION D2-8 1 D2-8(5) City of Fayetteville Sewer System Improvements D2-9 INTERIOR MANHOLE COATING (QUADEX SYSTEM) 1 A. General 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Work Item Repair Form listed in Section G. Interior manhole coating shall meet the requirements of this Section or of Section D2-8. 2. Description ' The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations ' Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4. Manholes Manholes to be coated are of brick, block, or poured concrete construction. B. Materials Ii. Scope This section governs the materials required for completion of interior coating of manholes. ' 2. Interior Coating ' Quadex QM-ls and Quadex Excel proprietary pre -blended cement based synthetic granite (Donnafill) enhanced polypropylene fiber reinforced coatings as manufactured by Quadex, Inc. No material (other than clean potable water) shall be used with or added to Quadex QM-ls or Quadex Excel without prior approval or recommendation from Quadex, Inc. D2 -9(l) City of Fayetteville Sewer System Improvements Material Identification I Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling I Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer.. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. C. Execution I 1. General Manhole coating shall not be performed until sealing of manhole frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Preliminary Repairs a. All foreign materials shall be removed from the manhole interior using high pressure water spray (minimum 3500 psi). Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wall of the manhole. b. All unsealed lifting holes, unsealed step holes, voids larger than approximately one half (1/2) inch in thickness shall be filled with patching compound at least one hour (1) prior to spray application of • the first coat. c. Active leaks shall be stopped using products , specifically for that purpose and according to manufacturers' recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with Section D2-7. City. of Fayetteville D2-9(2) Sewer System Improvements I d. After all repairs have been completed, remove all loose material. 3. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F, using ice if necessary. 4. Interior Manhole Coating ' a. Manholes scheduled for interior coating are shown on the manhole Work Item Repair Form listed in Section G. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. ' (1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray ' (minimum 3500 psi.) (2) Place covers over invert to prevent extraneous material from entering the sewer. (3) The surface prior to application shall be damp without noticeable free water droplets or running water. QM-ls material shall be spray applied (using a Quadex Model 900D application machine or manufacturer approved equal) to a ' minimum uniform thickness of 1/2 -inch minimum. Troweling shall begin immediately following the spray application. The troweled surface shall t be smooth with no evidence of previous void areas. After the walls are coated, the wooden bench covers shall be removed and the bench sprayed with Excel material in such a manner as to produce a bench having a gradual slope from the walls to the invert with the wall/bench intersection built up and rounded to a uniform radius for the full circumference of the ' intersection. The thickness of the bench shall be no less than 1/2 -inch at the invert and shall increase in the direction of the wall so as to provide the required slope. 1 I D2-9(3) City of Fayetteville Sewer System Improvements I (4) The final application shall have a -minimum of.... four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. (5) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. (6) Caution should be taken to minimize exposure of applied product to sunlight and air movement. At no time should the finished product be exposed to sunlight or air movement for longer than 15 minutes before replacing the manhole cover. In extremely hot and arid climates manhole should be shaded while reconstruction is in process. (7) No application shall be made to frozen surfaces or if freezing is expected to occur inside the manhole within 24 hours after application. If ambient temperatures are in excess of 95 degrees F, precautions shall be taken to keep the mix temperature at time of application below 90 degrees F. Mix water temperature shall not exceed 85 degrees F. Chill with ice if necessary. III L I I I L I 5. Testing of Rehabilitated Manholes , a. Testing of rehabilitated manholes for shall be performed by the Contractor operations are complete in accordance Section D1-7. watertightness after with b. At least two 3 -inch diameter X 6 -inch tall cylinders shall be taken from each days work with the date,. location and job recorded on each. The cylinders' shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C780, and the results will be furnished to the Engineer and Owner on request. City of Fayetteville D2-9(4) Sewer System Improvements I [1 I D. Measurement and Payment Payment shall be based on the Contract Unit Price per each manhole coated as indicated in the Manhole Rehabilitation Schedule form in Section G. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all testing necessary to complete the work. I END OF SECTION D2-9 I I I I I I I I L' C I I D2-9(5) City of Fayetteville Sewer System Improvements I, D2-10 BACKFILL A. General 1. This section governs all labor, equipment, materials and testing required to properly backfill trenches and excavations around manholes and structures. 2. No granular embedment or other backfill material shall be used by the Contractor without approval by the Engineer. B. Materials 1. Trench Foundations Materials: Three-inch minus river- ' run or pit -run gravel, free from clay balls, roots, and organic matter; well crushed gravel or crushed rock graded with less than 8 percent by weight passing the ' 1/4 -inch sieve. Submit samples for approval prior to delivery of the material to the site. Trench foundation material shall only be used where unsuitable soil conditions are encountered under sewers before the depth of standard embedment is reached. 2. Embedment: ' a. Embedment material shall be 1-1/2 inch minus crushed gravel or crushed rock, free from dirt, clay balls, ' and organic material, well graded from coarse to fine, containing sufficient finer material for proper compaction, and less than 8 percent by weight passing the No. 200 sieve. Arkansas Highway and ' Transportation Department classification "Class -7 Base" shall qualify as embedment material. '• b. Grit Imported crushed limestone screenings from concrete coarse aggregate, maximum size 1/2 -inch. 3. Trench Backfill: Trench backfill will be divided into the general classification as follows: a. Street Backfill: Street backfill material above the pipe embedment material shall be crushed stone so proportioned as to meet the requirements for a Class 7 aggregate as specified in Table 303-1 of the Arkansas State Highway and Transportation Department Standard Specifications for Highway Construction. I D2-10(1) City of Fayetteville Sewer System Improvements e' b. Trench Backfill: Backfill for trenches in unpaved areas shall meet the. following requirements: (1) Excavated material free from roots, organic matter, trash, debris, rocks larger than 12 inches, and other deleterious materials. Suitable material may be obtained by the Contractor from the excavation for the proposed pipelines. Provide imported material of equivalent quality, if required to accomplish the work. Description •1. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment and testing for the completion of backfill operations in accordance with the Contract Documents. a. Unless otherwise specified, all sewer trenches and excavation around structures shall be backfilled to. the original surface of the ground. b. The Contractorshall be responsible for all damage or damages which might occur as a result of the settlement of trench or other backfill made by him ' in the fulfillment of these Contract Documents, within and during a period of two (2) years from and after the date of final acceptance thereof by the Owner, including the cost to the,owner of all claims of damages, filed with and court actions brought against the said Owner for and because of such damage, and the repair to the satisfaction of the Owner of any and each pavement, driveway, curb, slab, walk, or structure damages by such backfill settlement. D. 2. "Pavement Areas" alleys, parking • sidewalks. r Execution 1. General shall be defined as all streets, paved areas, driveways, curbs and gutters, and e a. Remove trash and debris from the excavation prior to backfilling. b. Backfilling trenches and excavations to the original ground surface. unless otherwise indicated on the Drawings. I City of Fayetteville D2-10(2) Sewer System Improvements . 11 I IC. Carefully place backfill materials to avoid damage to or displacement of the pipeline and other exposed utilities or structure. d. Do not backfill with frozen material or when a blanket of snow prevents proper compaction. Backfill shall not contain waste material, trees, ' organic material, rubbish or other deleterious substances. t• e. The backfill material shall be placed in lifts. Each lift shall be compacted to the required density prior to the next lift being placed. f. In gardens or flower gardens, the original topsoil shall be replaced to original elevation, location, and depth. Minimum depth shall be twelve (12) inches. • ' 2. Backfilling in Street Right -of -Way and Pavement Areas a. Backfill trenches under and within 2 feet of all ' existing and proposed pavement, driveway pavement, sidewalk, and curb and gutter using granular trench backfill. b. Granular trench backfill shall consist of the following: I Class 7 crushed limestone conforming to the reference standard. c. Compaction Method Granular trench backfill shall be mechanically compacted in layers of twelve inches loose measure. Each layer shall be firmly compacted to 95 percent of maximum density as determined by ASTM D 1557 (Modified Proctor Test). Material may be compacted ' by tamping or by using surface vibrators in such a manner as not to disturb or injure the pipe. At least 48 inches of cover over sewer pipe shall be provided before using mobile trench compactors of the hydrohammer or impactor type. d. Undermining of Paved Surfaces Where undermining of paved surfaces has occurred, Contractor shall remove the paved surface above the undermined area prior to placing backfill. I I D2-10(3) City of Fayetteville Sewer System Improvements I 3. Backfilling in Areas Other Than Street Right -of -Way and Pavement Areas a. Backfill trenches using acceptable job excavated t materials or as directed by the Engineer. b. Backfill in layers of eighteen inches maximum and I. mechanically compact to 90 percent of maximum density as defined by ASTM D 1557 (Modified Proctor test). c. Place a minimum of 18 inches of granular backfill above the top of pipe in areas where the existing surface elevation is less than 24 inches above the proposed top of pipe. The granular backfill shall extend on foot from each side of the' pipe and shall be placed at a 1:1 slope to bedding material or the existing ground surface. Testing I AllFdensity: tests shall be performed by per A.S.T.M. standards by an independent testing laboratory whose qualifications have been reviewed by the Engineer. a. Tests shall be performed at two (2) feet vertical intervals beginning at a level two (2) feet above the top of all installed pipes and continuing to the top of the completed backfill, at excavations for partial or complete manhole replacements only, to assure a minimum density of 95 percent Proctor. Test reports shall be furnished to the Engineer upon completion of. testing, as part of the qualification for acceptance of the installed pipe. The Engineer expects to perform unannounced spot checks of the compaction tests for verification and control purposes. These, spot checks will be performed by Engineer at Owner expense and will not be charged to the Contractor. However, the Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the Engineer. b. The cost of providing access to the level of trench backfill to be tested will be a cost to the Contractor, and no extra compensation will be allowed for exposing of the backfill layer to be tested by the Owner. c. Test results not conforming to specified densities shall be paid for by the Contractor at no 'additional cost to the Owner. City of Fayetteville D2-10(4) Sewer System Improvements I 5. Responsibility of Contractor for Backfill Settlement Wherever trenches or other excavations made by the Contractor in the performance of work under these Contract Documents have not been properly filled, or where settlement has occurred at any time prior to the ' expiration of the one year correction period, to the extent that the top of the backfill is below the original ground surface, such trenches shall be refilled and backfill surface compacted and smoothed to conform to the elevation of the adjacent ground surface. All sod in lawns damaged by reasons of such settlement, and the repair thereof, shall be replaced. E. Measurement and Payment 1. Payment for the work in this Section will be included as part of the unit price and lump sum bid amounts stated ' in the Proposal. 2. Payment for trench foundation material will be based on the Contract unit price per cubic yard actually used as authorized by the Engineer. No measurement and payment shall be made for existing material which is reused. Payment for this item shall constitute full compensation for all materials, labor, equipment, and incidentals necessary to furnish material and for placing and compacting it and for the extra depth of trench ' excavation required below the manhole base grade to provide for a stable base for the manhole. This item is to provide for unstable base encountered in the progress t of the work and shall be used only at the direction of the Engineer. ' END OF SECTION D2-10 H I I H I I D2-10(5) City of Fayetteville Sewer System Improvements I D2-11 SANITARY SEWER CONSTRUCTION A. General 1. Scope This Section governs all work, materials and testing required for installation of gravity pipelines of the ' respective types and sizes shown on the Drawings for the particular location and conforming to the requirements of these specifications. All pipelines shall be ' constructed to proper line and grade as shown on the Drawings and shall result in an unobstructed, smooth and uniform conduit. 2. Description Sanitary sewer construction shall consist of furnishing ' all labor, materials and equipment for the complete installation of sewers and appurtenances in accordance with the Contract Documents. 3. Revisions of Standards When reference is made to a Standard Specification i.e. ASTM, ANSI, AWWA, MCIB, the Specification referred to shall be understood to mean the latest revision of said specification as amended at the time of the Notice to ' Bidders, except as noted on the Drawings or in the Specifications. B I I C I I� Materials 1. General This section governs materials required for pipeline construction. a. Requirements Furnish pipe of materials, joint types, sizes, and strength classes indicated and specified. Higher strengths may be furnished at the Contractor's option, at no additional cost to the Owner. b. Manufacturer The manufacturer shall be experienced in the design, manufacture and commercial supplying of the specific material. D2-11(1) City of Fayetteville Sewer System Improvements Li Li C. Testing ' Testing shall be performed by the manufacturer's quality control personnel in conformance with applicable standards. Testing may be witnessed by Owner, Engineer, or an independent. testing laboratory. The Contractor shall provide three (3) • copies of certified test reports indicating that material does conform to the specifications. d. Handling I The manufacturer and contractor shall use equipment and methods adequate to protect the pipe, joint elements and prevent shock contact of adjacent unit during moving or storage. Damaged sections that cause reasonable doubt as to their structural strength or watertightness will be rejected. 2. Pipe, Fittings, Joints, Coatings and Linings a. General Furnish pipe and fittings of materials, joint types, sizes, strength classes, coatings and linings as indicated and specified. Rubber couplings shall be as manufactured by Mission Rubber Co., Fern Co., or equivalent. Rubber couplings shall be fastened using two type C-305 stainless steel adjustable clamps to provide a leakproof seal. b. Ductile -iron pipe and fittings shall be Class 52 conforming to ASNI A21.51, except as otherwise specified herein. 1) General Furnish maximum pipe lengths normally produced by the manufacturer, except for fittings, closures, and specials. 2) Joints Mechanical and push -on joints for pipe and fittings shall conform to the requirements of ANSI A21.11. Flanged joints for ductile iron pipe and fittings shall conform to the requirements of ANSI A21.10. Gaskets shall be neoprene or other synthetic rubber material. Natural rubber gaskets will not be allowed. fl Li Li I F' I I City of Fayetteville D2-11(2) Sewer System Improvements 3) Fittings Fittings shall be in accordance with ANSI/AWWA C 110/A21.10 and shall have a pressure rating of not less than that specified for the pipe. Fittings used with ductile iron pipe shall be ductile iron or cast iron. Fittings for pipe with mechanical joints shall have mechanical I. joints. Fittings for pipe with push -on joints shall have either mechanical joints or push -on joints. 4) Coatings Where required pipe and fittings shall be furnished with exterior bituminous coating conforming to ANSI A21.51. 5) Linings Polyethylene Lining: Polyethylene complying with ANSI/ASTM D-1248 fusion bonded to the interior of pipe and fittings. The material shall be compounded to prevent ultraviolet degradation during storage above ground. The standard nominal thickness of the lining shall be 40 mils. After lining, the product shall be tested for voids and holidays in accordance with ASTM G-62, Method B, using a 7500 volt High Voltage Tester. ' c. SDR 26 Polyvinyl Chloride (PVC) Plastic Sewer Pipe and Fittings shall conform to ASTM D-3034 for pipes 6 inches through 15 inches in diameter. SDR 26 Polyvinyl Chloride (PVC) sewer pipe and fittings shall conform to ASTM D-2241 for pipes 18 inches in diameter. 1) Furnish maximum pipe lengths normally produced by the manufacturer except for fittings, closures and specials. ' 2) The pipe shall be made of PVC plastic having a cell classification of 12454 B, or 12454 C as defined in ASTM D 1784. The resin portion of the copolymer compounds shall contain a minimum of 90 percent vinyl chloride and the compounding ingredients shall not exceed 10 percent by weight. The compounding ingredients may consist • of lubricants, stabilizers, non poly (vinyl chloride) resin modifiers, and pigment essential for processing, property control, and coloring. Certification of resin compounding shall be provided by the pipe manufacturer prior to shipment to the job site. I D2-11(3) City of Fayetteville Sewer System Improvements One test to verify resin compounding may be required by the Owner or Engineer. The test shall be performed by an independent testing laboratory to which the Owner has no objection and shall be performed on a sample of pipe obtained from the job site. The test shall be performed at no additional cost to the Owner and shall be performed in accordance with ASTM D 817 -.Ash Determination for pipe manufactured with primarily noncombustible compounding ingredients. 3) Pipe shall have an integral wall bell and spigot joint and a minimum wall thickness conforming to SDR 26. 4) Joints shall conform to ASTM D 3212. Joints shall be push -on type only with the bell -end grooved to receive a gasket. Elastomeric seal (gasket) shall have a basic polymer of synthetic rubber conforming to ASTM F 477. Natural rubber gaskets will not be allowed. 5) Fittings defined as tee or wye connections suitable for assembly to four (4) inch or six (6) inch building service lines shall be bell - end with a minimum wall thickness conforming to SDR 26 and shall be furnished by the pipe manufacturer. d. Polyvinyl Chloride (PVC) Plastic Water Pipe The pipe material shall be Polyvinyl Chloride (PVC) 9 meeting the requirements of ASTM D 1784, with a cell classification of 12454-B. The standard Dimensional Ratio for the pipe will be DR14 (Class 200) conforming to AWWA 900. I I I 11 I I •1 I 1I I i I I U 1 City of Fayetteville D2-11(4) Sewer System Improvements I C. Installation Ii. General a. Install pipelines in accordance with the applicable reference standard listed below and as specified herein. 1) ASTM D 2321 - PVC Solid Wall, PVC Composite Wall. 2) AWWA C 600 - Installation of Ductile Iron Water Mains and Thin Appurtenances. 2. Site Preparation and Excavation a. Site preparation shall be as specified in Section - Site Preparation. b. Excavation shall be as specified in Section - Complete and Partial Replacement of Manholes. co All existing lines which are to be abandoned shall be internally inspected to identify locations of all existing service connections. 3. Pipe Embedments a. Install a minimum of 6 inches of crushed limestone pipe bedding at all locations except where the pipe is encased in concrete. b. Place pipe bedding below and on the sides of the pipe as indicated in the typical trench details on the Drawings. C. Compact bedding and dig bell holes for bell and socket pipe so that the pipe is uniformly supported for its entire length and will be true to line and grade after installation. 4. Pipe Laying a. Pipe laying shall not proceed if the trench width as measured at the top of pipe exceeds the maximum allowable trench width. If this occurs the Contractor shall provide, to the approval of the Engineer better bedding for the pipe or pipe of sufficient strength to provide safe supporting strength. B. Store and handle pipe and fittings with care to prevent damage thereto. Do not use hooks to transport or handle pipe or fittings. Do not drop pipe or fittings. D2-11(5) City of Fayetteville Sewer System Improvements I C. . Rejected pipe and fittings shall be marked and 2removed from the Project Site at no cost to the I Owner. Examine pipe and fittings for soundness and specification compliance prior to placement in the trench. d. Clean joint contact surfaces prior to jointing. Use lubricants, primers, or adhesives as recommended by the pipe or joint manufacturer. e. Pipe laying normally shall begin at the lowest point. p f. Unless otherwise required, lay all pipe straight between manholes. Excavate bell holes for each pipe joint. When jointed, the pipe shall form a true and smooth pipeline. 5. -Connection of Pipes of Dissimilar Materials I Connect different pipe materials using proprietary transition couplings, that will provide permanent and watertight connections which will withstand the hydrostatic test pressure. 6. Polyethylene Wrapping Polyethylene material for pipe encasement shall meet the requirements of ANSI/AWWA C -105/A21.5-82, or latest revision thereof. tI 7. Backfill I Backfill trenches as'specified in Section - Backfill. Clay dams or concrete dams (1500 psi minimum) shall be placed at locations as shown on the Contract Drawings, or as directed by the Engineer. 8. Bypass Pumping Perform bypass pumping for flow control. No bypassed wastewater shall discharge to natural or manmade drainage structures. D. Measurement and Payment Payment for the work in this Section will be included in the unit or lump sum prices for the item affected thereby. END OF SECTION D2-11 City of Fayetteville D2-11(6) Sewer System Improvements I D2-12 RESTORATION A. General Ii. Restore the project site to conditions not less than that existing prior to starting construction unless otherwise required by these specifications, Permits and/or Licenses, or shown on the Plans and as specified in Section I. ' a. Coordinate surface restoration work with the affected private property owners. b. Private property over which the Owner has prior rights (i.e. utility easement, sewer easement) and/or has obtained rights -of -way, agreements, licenses and/or agreements from the property owner to allow construction of a sanitary sewer pipeline and appurtenances, shall be restored in conformance with these Contract Documents. c. Restore Public property with strict adherence to the requirements of the public body having jurisdiction therein. d. No restoration shall occur until testing is complete and accepted by the Owners Representative. e. Complete final surface restoration within three weeks of the repair or as directed by the Owners Representative. 2. Reference Standards Surface restoration including pavement, driveways, sidewalks, curb and gutters, and sodding shall be in accordance with the current edition of Arkansas Highway and Transportation Department Standard Specifications for Highway Construction. 1 B. Materials 1. Topsoil a. Topsoil shall weeds, brush, products. A topsoil shall be free from large roots, sticks, stones or other litter and waste minimum of 4 inches compacted depth of be used. I D2-12(1) City of Fayetteville Sewer System Improvements I 4 b. -The soil texture shall be classified as loamor sandy loam according to the following criteria: Loam Sandy Loam • Sand (2.0 to 0.05 mm diameter) 25-50% 45-85% (No. 10 sieve) Silt (0.05 to 0.002 mm diameter) 30-50% Less than 50% (No. 270 sieve) Clay (smaller than 0.002 mm 5-25% Less than 20% diameter) - (Hydrometer analysis) c. Soil texture shall be determined by utilizing processes as prescribed in ASTM D 422 using the No. 20 and No. 270 sieves and a hydrometer analysis. 2. Fertilizer' Fertilizer shall be a standard commercial 16-8-8, uniform in composition, free flowing and suitable for application with approved equipment, delivered to the site in bags or other convenient containers .each fully labeled, conforming to applicable State laws. 3. Sod a. Sod shall be approved nursery or field grown grass that is native to the locality of the work and shall match existing in the area of excavation. Sod shall be well rooted in soil of such consistency that it will not break, crumble or tear during handling and placing. Sod shall be free of noxious weeds and.. other objectionable plants and shall not contain substances injurious to growth. b. Grass shall be between 1-1/2 and 4 inches in length when the sod is cut. The sod shall be cut within 48 hours of placement in rectangular pieces not less .. than 12 inches in width and not less than one inch in soil thickness. Keep sod in a moist condition - between the initiation of cutting and the completing of placing and protect against exposure to the sun, wind, freezing during transportation to the site, and during storage prior to placing. rt .i I V. City of'Fayetteville D2-12(2) Sewer System Improvements I 4. Portland Cement Concrete Portland Cement concrete shall have a minimum 1 compression strength of 3000 psi at 28 days, no less than 5h sacks of cement per cubic yard, and shall conform to ASTM C 94, Alternate 3. Reinforcement shall be 6" x 6" No. 4 x No. 4 Woven Wire Fabric. No. 4 dowel bars shall be provided of 3 foot centers, each side. Minimum length of extension into existing base shall be 12 inches. 5. Curing Compound Commercial grade conforming to ASTM C 309, Type I. 6. Reinforcing Steel Conform to ASTM A 615, Grade 40. 7. Asphalt Cement Asphalt cement for binder shall be AC 85-100 paving asphalt conforming to the Standard Specifications unless otherwise specified. 8. Prime Coat I Asphalt to be used for a prime coat shall be asphalt emulsion Type RS -2, CRS -2, or liquid asphalt MC -70, MC -250, or RC -250 conforming to ASTM D 977, D 2397, D 2027, or D 2028. 9. Tack Coat Asphalt emulsion conforming to ASTM D 977 or D 2397, unless otherwise specified. 10. Asphalt Concrete Asphalt concrete for paving the designated area shall be I Type II hot -plant mix and all materials shall conform the requirements of Section 408 of the Standard Specifications for Highway Construction. Portions of the referenced specification that are obviously not applicable for the type of work to be done shall be disregarded. I C I D2-12(3) City of Fayetteville Sewer System Improvements CO Execution 1. Cleanup Upon completion of installation and backfill operations, clean and dress up the work area as follows. a. Remove construction debris and litter from the site. b. Remove excess excavation material from the site including material which has washed into stream beds, storm water facilities, streets, culverts, etc. c. Remove tools, equipment and construction materials except for designated storage areas along the pipeline route. Maintain designated storage areas in a neat appearing manner. d. Restore surface and subsurface drainage and provide drainage wash checks necessary to prevent soils from being washed downstream. e. Machine grade the area in preparation of final grading, seeding, sodding, pavement replacement, etc. f. Restore all street signs and mail boxes. g. Maintain adequate safety signs, barricades and lights until final restoration of work area is completed. 2. Finish Grading Finish grade the area to lines and grades which existed prior to the area being disturbed, with special attention directed to proper surface drainage, and the refilling of settled excavations with earth compacted to densities required. The area shall be smoothed by raking or dragging. Flower and vegetable gardens in existence prior to this project shall have the separately stored top soils restored unless otherwise required. Areas to be sodded or seeded shall have a minimum four inch depth of topsoil. 3.. Sod a. Restore grassed areas disturbed by construction with sod to match existing. Sod may be placed between the average date of the last freeze in the Spring and six weeks prior to the average date for the first freeze in the Fall according to the Arkansas Almanac or U.S. Weather Bureau for the area unless otherwise approved by the Owners Representative in City of Fayetteville D2-12(4) Sewer System Improvements I writing. Place sod at any time during this period except when the temperature is over 90 degrees Fahrenheit, drought conditions exist or the sod or i ground surface is frozen. Cut sod as thick as possible to aid the sod in taking root at the earliest possible date. ' b. Spread fertilizer nutrients over the area at a rate of 160 pounds per acre (nutrient weight only) or as recommended by the manufacturer. c. Place sod on the prepared surface with the edges in close contact and the alternate courses staggered. Bury exposed edges of the sod flush with the adjacent soil. In ditches, place sod with the longer dimension perpendicular to the flow of the water in the ditch. On slopes, starting at the bottom of the slope, place sod with the longer dimension perpendicular to the slope of the ground and where the slope is 2:1 or greater, stake the 1 sod. Sod shall be rolled after placement and joints filled between sections with scarified soil. Within eight hours after placing the sod, apply five gallons of water per square yard. d. Provide sufficient water to prevent the sod from I drying out. e. Existing sod which was salvaged during construction may be reused at the contractor's option. f. Sod shall have taken root before acceptance. Contractor shall guarantee sodding one year after ' acceptance by the owner. 4. Tree, Bush, and Hedge Transplanting and Replacement a. Existing trees, bushes, and hedges which cannot be tied back or trimmed to prevent damage and require removal because of the proposed construction shall be transplanted with a tree spade or replaced. Tree removal shall include removal of stump and roots four inches below grade. Transplanting shall be at the location directed by the Owners Representative. After digging the plants, properly store them until they can be transplanted. Replacement plants shall not be delivered until they can be planted. b. Plant during the proper seasons. Do not plant in frozen soil or during unfavorable weather conditions. Dig tree pits of such size as to provide ample space for the entire root system, as the tree comes from the nursery, without crowding or bending the roots. The pits shall be 12 inches wider than the ball diameter, have vertical sides, and be six inches deeper than the thickness of the ball. D2-12(5) City of Fayetteville Sewer System Improvements I Thoroughly loosen the soil in the bottom of the pit by spading to a depth of six inches. Dig holes immediately before planting. Dispose of soil earth dug from the tree pits. c. Set trees at a depth slightly below finished grade, half -fill the hole with planting soil and thoroughly water. Loosen and fold down the upper half of the burlap, fill the hole with planting. soil and thoroughly water.. Fill the top two inches with a well -rotted mulch. d. After planting, prune the branches in proportion to the amount of root system lost in the transplanting operations but in suchsa manner as to retain the form typical of the tree. In general, remove approximately one-third of the branch structure. Pruning shall be done by expert workmen in such a manner as to insure healthy and symmetrical growth of new wood. e. After planting, wrap trunks of trees planted after October 15 with special tree wrap from the crotch of the first major branches down to. the ground. Tie wrapping with cotton twine to keep the wrapping in place. f. Plant trees vertically. Trees found leaning during the guarantee period shall immediately be staked with two 2 -inch by 3 -inch wood stakes, eight feet long, pointed on one end. The stake shall be long enough to properly support the tree. Drive the stakes to a depth of 18 inches below the bottom of the tree pit. Locate the stakes on the north side and of the south side of the tree, and 12 inches to 18 inches from the trunk. Do not drive stakes into the ball and burlap. Guy the trees using. a figure eight hitch consisting of No. 14 gauge wire encased in a section of rubber hose. 5. Restoration of Pavement Surfaces a. General 1) Restore (unless otherwise specified or ordered by the Owners Representative) permanent type pavements, sidewalks, driveways, curbs, gutters, and surface structures removed or disturbed during or as a result of construction operations to a condition which is equal -in appearance and quality to the condition that existed before the work began. The surface of all improvements shall match the appearance of the existing surface. City of Fayetteville D2-12(6) Sewer System Improvements I 2) Pour concrete only after inspection by the Engineer of the pouring site to verify proper forms and reinforcement. Reinforcement shall be equal in quantity and type of materials to reinforcement that existed prior to the work, or as indicated in the plans or specifications. 3) Saw cut existing paved surfaces to provide a straight joint between the existing and new surface. Saw cutting shall be full depth and square or rectangular in shape. 4) Cure and protect all exposed concrete installed under this contract in accordance with the reference standard. 5) Allow concrete to attain a minimum 7 day ` strength before allowing traffic or construction equipment on the concrete. 6) Remove entire sidewalk squares. Removal of partial squares shall not be allowed. ' b. Concrete Sidewalks 1) Concrete sidewalks shall consist of a minimum thickness of five inches of nonreinforced Portland cement concrete over four inches of compacted granular material. 2) Increase sidewalk thickness to six inches when crossing driveways. 3) Place one-half inch preformed bituminous expansion joints at junctions with existing work and at intervals not exceeding 50 feet, or as directed by the Engineer. 4) Sawcut existing sidewalks at construction joints. Patching existing sidewalk squares ' damaged during construction activities shall not be allowed. 5) When removing portions of a concrete sidewalk, an entire "Square" shall be removed. Removal of a partial sidewalk "Square" shall not be allowed. c. Concrete Curb and Gutter 1) Curb and Gutter dimensions and cross sections shall conform with existing installations. 2) Place two dowels at each junction with existing work. Dowels shall be 3/4 inch diameter and a minimum of 12 inches in length. D2-12(7) City of Fayetteville Sewer System Improvements 3) Place one-half inch preformed bituminous expansion joints at junctions with existing work and at intervals not exceeding 50 feet, or as directed by the Engineer. 4) Place doweled expansion joints at intervals not exceeding 50 feet, or as directed by the Owners Representative. 5) Saw cut bontrol•joints at intervals not exceeding 20 feet and at junctions with existing traverse cracks in the pavement, or as directed by the Engineer. d. Concrete Driveways Replace concrete driveways to the condition and thickness which existed prior to construction. Minimum thickness shall be 6 inches. e. Bituminous Concrete Driveway Replace bituminous driveways to the condition and thickness which existed prior to construction. Minimum thickness shall be 2 inches. Construction shall be executed in accordance with Asphalt. Concrete Pavement Replacement for Pipe Trenches. f. Tack Coat Apply a pavemen receive Section Highway construction. tack coat on t and to each a succeeding 403 of the S existing asphalt concrete lift of new pavement that is to lift in conformance with tandard Specifications for g. Prime Coat The prime coat shall be applied to the leveling course in accordance with Section 403 of the referenced specification at the rate of 0.20 to 0.30 -gallon per square yard of surface area. The exact amount is to be determined by the Engineer. h. Construction Of Asphalt Concrete Pavement Lay asphalt concrete over the base course in a single lift and the compacted depth shall be 3 -inches. The method of proportioning, mixing, transporting, laying, processing, rolling the material, and the standards of workmanship. shall conform to the applicable requirements of Section 408 of the Standard Specifications. The Engineer will examine the base before the paving is begun and bring any deficiencies to the City of Fayetteville D2-12(8) Sewer System Improvements I Contractor's attention to be corrected before the paving is started. Roll each lift of the asphalt concrete and compact to the density specified in the referenced Standard Specification for Highway Construction. The grade, line, and cross section of the finished surface shall conform to the Drawings. Asphalt or asphalt stains which are noticeable upon surfaces of concrete or materials which will be exposed to view shall be promptly and completely removed. i. Asphalt Highway Repair Asphalt Highway Repair shall be in accordance with the Arkansas State Highway and Transportation Department Standard Specifications for Highway Construction. j. Concrete Highway Repair Concrete Highway repair shall be in accordance with the Arkansas State Highway and Transportation Department Standard Specifications for Highway Construction. k. Weather Conditions Asphalt shall not be applied to wet material. Asphalt shall not be applied during rainfall, sand or dust storm, or any imminent storms that might adversely affect the construction. The Engineer will determine when surfaces and material are dry enough to proceed with construction. Asphalt concrete shall not be placed (1) when the atmospheric temperature is lower than 40 degrees F, (2) during heavy rainfall, or (3) when the surface 1 upon which it is to be placed is frozen or wet. Asphalt for prime coat shall not be applied when the surface temperature is less than 50 degrees F. Exceptions will be permitted only in special cases and only with prior written approval of the Engineer. m. Concrete Pavement Pavement replacement shall be as shown on the typical section for Manhole restoration. Protect the newly placed concrete from traffic for a period of 7 days and cure by covering with burlap, sand, earth, or sawdust, which is kept continuously wet. Handle and place concrete pavement in accordance with the Standard Specifications for Highway Construction of the Arkansas State Highway and Transportation Department. I D2-12(9) City of Fayetteville Sewer System Improvements U IC I a Ni N r I - z OW Wa Cu rv�c 0 < IC C2 O=0 0 1 0Z FW 11--O yy�� 2XOQ U0 -u, E-1 I C I y F Z l.. Oo F e I O Z U Z 0 IC 0 LJ Z Gi Za Z W m m LUL�1��zOp 4., n L I L] LJ I I I, I I I z 0 F W J Li a z 0 Li N cf t. r 0 J W 0 U N E E-3 I I 1 I I I 1 I 1 I 1 1 Co Zr 0gs Bi fl J to Cry V t m J CIZ • Q . .• •r k: v ; .a. z O 0 W U) E-5 I 1 J V €� ZZ W� F ` W N o z WW O 2 sZlD= it d 00 0 ' 7< Via p FO FF20 = 1mm� ZCj W U� NO.... 0< Z W ; LU J-fL LU - IL' II I I itLU I. O I m 1• O OOOO •0001 I aa� I I I I I r 1 W i a 1 O'STRUCTION JOINT ITH WATER STOP RYPJ I I 1 CAST IRON MANHOLE FRAME AND COVER 2 -ROWS BITUMASTIC JOINT SEALANT N // 1e\—.---c*sT..IN..PL*cr CONCRETE CONCENTRIC CORBEL SECTIOI OUTSIDE TO BE WATERPROOFED WITH TWO COATS OF ASPHALT EMULSION INSIDE DIAMETER 1 CAST -IN -PLACE CONCRETE MANHOLE WALL SECTIONS S VARIES SEE SECTION ACCORDANCE WITH SECTION 02-1A 02-13 BENCH MIN. SLOPE FLEXIBLE RUBBER OF 1PER FOOT PIPE GASKET TROUGH of + _-II MIN. I CRADLE PIPES CONCRETE TO FIRST PIPE JOINT CAST -IN -PLACE 4000 PSI CONCRETE BASE 6- CRUSHED ROCK CAST -IN -PLACE MANHOLE (CONCENTRIC CONE) • • .r 1 ► W W = • • F � J •'•l••t{� ZN 3JH ••f ••••� OW yWjWWQ :1 :�-:•• h tJJ�Fmi .:0 } m�m WOUWOJ < =� OX00 O=o03� in Hyd J C mmCW Sumo z voIn000M�0= a W00 mOut 000OZXm Z u u Z W W 7 E-8 N �"EWE11 � 44 1/2" ' 39 I/2" 1""1 1 M 3" 38 1/2" I S NOTES I. SHALLOW MANHOLE TO BE CONSTRUCTED OF 4000 PSI CONCRETE. 2. FRAME AND COVER AS MANUFACTURED BY McKINLEY IRON WORKS. NO. PM 24.40 OR EQUAL. 3. MANHOLE TO BE USED WHERE SEWER LINES ARE LESS THAN 4DEEP. 6 0 V 2 -ROWS OF BITUMINOUS JOINT SEALANT a I Fib Il T BAR IS (TYPJ 04 BARS, HORIZ. $ VERT. 12' O.C. 6" CRUSHED ROCK CONSTRUCTION JOINT WITH WATER STOP (TYP) 9 DETAIL OF SHALLOW SANITARY SEWER MANHOLE i I I I I 1 1 I 48" DIA FOR SEWER PIPE UP 'O 24' D A AND 60 DA rOR SEWERS UP TO 36" DIA UNLESS O'HERWISE NOTED ON PLANS I I FRAME AND COVER �B TUMAS-C JOINT SEALANT BETWEEN ALL ADJUSTMENT JOINTS PRECAST ADJUSTING R•NGS MIN �l Y A ' t" { — PR[CASCONCRETE CONCENTRIC m ; ti] A CORBE_ SECTION 0 a t r `A —OL TSIJE '0 BE WA'ERPRCCFED �� Y / wTH TWO COA'S OF ASPHA_T EMULS ON ^ PRECAST CONCRETE MANHOLE WALL SECT ONS IN ACCORDANCE WTH ASTM C478 J 3 FLEXIBLE j ? PIPE GASKET CAST NTO STRUCTURE AT ALL PPE 16 PENETRATIONS INTEGRAL MANHOLE 1 BASE OR PRECAST C'ONC SLAB (6" MIN '-4iCk NESS) PER ASTM C - 4TB 1 I 1 1 I �2 OD • . I/� CRUSHED L MES-ONE PIPE BEDDING -- ✓ �-=r - - - (4" MIN MJM BELOW BELL) 3 SAND CJSHION SEC ONAL ELEVATION 'AWARD MANHC = PRECAST E-10 I L I I I I II I I I I I ' Locations covered: Description of operations covered: Y7•J Y• • 1 • • Y asi Ili • • •.• i •.• 7 il lyl: ii: is, at the date of this certificate, insured by this Oonpany with respect to the business operations hereinafter described, for the type of insurance and in accordance with the provisions of the standa,_d policies used by this Company, and further hereinafter described. Exo,tions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability Worker's tion Coaprehensive General Bodily Injury: Liability Insurance E. Occ rrence: $ (Public Liability) Property Damage: Ea. Oocurrerloe. $ Blast' Ea. Ocai rence: $ Collapse of Buildings or structures adjacent Ea. Occurrence: $ to excavations to Urldetgrouuld UUttil9e ities E. oazsrence: $ Builder's Risk Bodily Injury: Crehensive E. Person $ Autmnbile Ea. Occurrence $ Liability Property Damage: E. Oaurr'ence. $ Bodily Injury: Contractual Liability E. Oa irrence $ Property Damage: E. Occurrence. $ Other .•• •• 6. ••• • •• •• - •• 9 - • • •- • • •- r . •n• • v. •- 1• • - -r 1 - w - •. - - 1 1• •S•- 1• • 1- • -. .r r • - q V •- .•• •• - • • 1•• ..�• - - 1• •.• • •• - •- • r- • •' • •- • 1 1• - ..• - •• - •• • r -•• .J - - - •.. S• • . .•n •• - •• - - - - • r • Agency Fayetteville Agent ' Address I RJN GROUP, INC. MANHOLE REHABILITATION SCHEDULE FAYETTEVILLE, ARKANSAS MINI SYSTEM 5 anhole Location Work Item 1 2 3 4 5 6 Surf Type Depth (ft) 100 South College Avenue X NP 4.13 101 301 Fairway Lane X NP 5.1 102 301 Fairway Lane X NP 3.6 104 Easement -301 Fairway Lane X NP 5.0 107 300 Fairway Lane X NP 8.5 108 2818 South College X NP 8.5 109 2780 South College X NP 7.7 111 2780 South College X NP 10.0 112 2702 South College X NP 8.1 113 2702 South College X NP 8.8 114 2702 South College X NP 7.6 115 2702 South College X NP 7.2 116 End of South College X NP 4.6 117 End of South College X NP 3.4 118 End of South College X NP 4.9 119 End of E. Ridge X NP 5.0 120 2735 E. 29th Circle X X NP 5.6 121 2702 South College X X NP 6.5 122 2735 E. 29th Circle X X NP 4.4 123 2735 E. 29th Circle 124 2735 E. 29th Circle X NP 3.9 125 41 E. 29th Circle X X NP 4.5 126 41 E. 29th Circle X X NP 5.6 127 33 E. 29th Circle X NP 5.2 128 25 E. 29th Circle X X NP 4.1 129 2894 South Wright P1. X X NP 4.6 LEGEND P - Paved NP - Non -paved ark Item Description 1. Replace manhole frame and cover. 2. Seal frame and grade adjustment. 3. Coat manhole interior. 4. Replace bench and trough. 5. Grout pipe seals and lower 18 inches of manhole. 6. Replace manhole. (C.) -Complete, (P) -Partial 1 -1- P1 RJN GROUP, INC. MANHOLE REHABILITATION SCHEDULE FAYETTEVILLE, ARKANSAS MINI SYSTEM 5 anhole Location Work Item Surf Type Depth (ft} 1 2 3 4 5 6 130 2911 South Wright P1. X NP 4.0 131 2831 South College Avenue X X NP 5.3 133 2855 South College X NP 5.1 134 2933 South College X NP 5.1 135 314 Fairway Lane X NP 9.2 136 320 Fairway Lane X NP 9.0 137 326 Fairway Lane X NP 6.6 138 330 Fairway Lane NP 4.9 138A 326 Fairway Lane X NP 9.2 139 356 Fairway Lane X NP 4.9 140 349 Fairway Lane X NP 5.2 142 2941 South College X X NP 5.2 I MANHOLE REHABILITATION SCHEDULE FAYETTEVILLE, ARKANSAS MINI SYSTEM 10 Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 123 Prospect & N. College C P 9.8 166 North & Highland C NP 7.7 1 I LEGEND 'P - Paved NP - Non -paved ork Item Description 1. Replace manhole frame and cover. 2. Seal frame and grade adjustment. 3. Coat manhole interior. '4. Replace bench and trough. 5. Grout pipe seals and lower 18 inches 6. Replace manhole. (C.) -Complete, (P) -2- of manhole. -Partial I RJN GROUP, INC. MANHOLE REHABILITATION SCHEDULE FAYETTEVILLE, ARKANSAS MINI SYSTEM 18 B/C anhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 2 729 School X X X X P 8.3 3 Hwy 62 & School X X X NP 10.1 3A 6th Street x x x x P 9.6 3B Hwy 62 & School X X X P 9.5 3C Hwy 62 & School X X X X P 9.4 4 Prairie & School X X X X P 6.5 5 Prairie & West X X X X P 11.0 6 Prairie & West C NP 8.4 7 504 Prairie X X X X NP 5.8 8 504 Prairie X X NP 8.7 9 504 Prairie X X X X NP 5.3 10/13L 109 Gregg X X X NP 8.0 11/13M 47 Gregg X X X X NP 7.8 15 Gregg & Center X X XXX P 7.2 15A 41 S. Gregg X X X X P 7.8 17 546 Center XXX X P 6.6 18 Gregg & Meadow X X X X P 8.3 19 Gregg & Meadow C P 7.8 20 Gregg & Meadow C P 6.7 20A Meadow & Gregg C NP 4.9 .,nn 117 TTnivcrsitV X X X X P 9.3 YV✓ 20C 112 University X X X X P 5.5 20D Gregg & Dickson x A r iv..) 20E 519 Dickson C NP 5.1 21 515 W. Spring X X X P 5.0 22 509 W. Spring X X X X P 10.0 LEGEND P - Paved NP - Non -paved ork Item Description 1. Replace manhole frame and cover. 2. Seal frame and grade adjustment. 3. coat manhole interior. 4. Replace bench and trough. 5. Grout pipe seals and lower 18 inches of manhole. 6. Replace manhole. (C.) -Complete, (P) -Partial 1 -3- I • RJN GROUP, INC. MANHOLE REHABILITATION SCHEDULE FAYETTEVILLE, ARKANSAS MINI SYSTEM 18 B/C anhole Location Work Item 1 2 3 4 5 6 Surf Type Depth (ft) 8 West & Spring X X X X P 7.8 9 School & Spring C P 3.8 0 2 N. School X X P 4.8 31 Locust & Spring C P 3.9 32 123 Spring Street X X P 5.3 32A Church & Meadow X X P 4.5 32B 114 Church X X X P 4.5 32C Church & Spring X X X X P 5.0 17 99A Church X P 3.3 34 116 Spring X X X P 5.3 35 Meadow X X X x P 35A Meadow & Center X X P 3.4 35B Meadow & Center X X P 3.4 37 Spring Street & Block Street X X P 5.4 38 104 N. Block X X X X P 7.6 39 15 N. Block X X X P 3.0 40 Block X X P 4.8 '42 East & Center X P 10.3 44 Spring Street X X X X P 4.5 44A 110 Block X X X X P 4.5 45 Spring & East X X P 4.8 46 203 College X X X X P 8.3 47 College X X X P 3.4 48 Dickson & West X X X P 7.7 48A 414 Dickson X X X X P 5.0 49 325 Dickson X X X P 5.0 LEGEND P - Paved NP - Non -paved ork Item Description 1. Replace manhole frame and cover. 2. Seal frame and grade adjustment. 3. Coat manhole interior. '4. Replace bench and trough. 5. Grout pipe seals and lower 18 inches of manhole. 6. Replace manhole. (C.) -Complete, (P) -Partial 1 -4- I RJN GROUP, INC. MANHOLE REHABILITATION SCHEDULE FAYETTEVILLE, ARKANSAS MINI SYSTEM 18 B/C anhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 0 School & Dickson X X X P 6.5 1 248 Dickson X X P 4.4 2 227 Dickson X P 4.8 53 101 Dickson X P 6.0 4 12 Dickson X X P 5.0 55 Dickson & East X X P 4.6 6 East Street X X X P 4.0 7 Dickson & East XXX X P 7.0 58 Highland & Dickson X X P 5.3 9 I1IHighland X X X P 4.3 60 354 Highland X X P 5.2 0B Dickson & Highland X P 3.5 0C 221 College X P 4.3 1 Dickson & College X X P 10.3 2 347 College XXX x P 8.1 63 208 College X X X P 1.4 4 Meadow & East X X X X P 4.8 5 East Street X X P 5.1 6 22 E. Meadow X X P 5.3 7 26 E. Meadow X X P 4.0 68 S. of Meadow/E. of East X X X P 6.6 9 26 E. Center X P 3.7 0 West & Meadow XXX X X P 4.6 1 9 West X X P 4.6 2 Meadow & School X X X X P 4.4 73 20N. School X x P 4.3 I LEGEND P - Paved NP - Non -paved ork Item Description 1. Replace manhole frame and cover. 2. seal frame and grade adjustment. 3. Coat manhole interior. '4. Replace bench and trough. 5. Grout pipe seals and lower 18 inches of manhole. 6. Replace manhole. (C.) -Complete, (P) -Partial -5- RJN GROUP, INC. MANHOLE REHABILITATION SCHEDULE FAYETTEVILLE, ARKANSAS MINI SYSTEM 18 B/C Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 74 Meadow X X X x P 7.5 75 327 Meadow X X X P 8.7 76 230 W. Meadow X X X X P 5.0 77 215 W. Meadow X X X P 5.2 78 Church & Meadow X X X X P 3.8 ch & Meadow X X X X P 3.6 ow & Center X X X X P 4.6 dow & Center C P 3.9 ck & Center x x P 5.6 W. Dickson x P 6.9 VU W. Dickson X X NP 6.1 t & WatsonX X X X P 5.8 t & Lafayette X X X X P 7.9 N. West X X P 5.1 ayette X X X P 6.3 90 Vandeventer & Lafayette X X X X P 3.9 90A 90B Vandeventer & Lafayette Vandeventer & Maple X X X X X X P p 4.4 4.4 91 91A 93 Maple & Vandeventer Maple & Shady 319 Lafayette X X X X X X X X X X X P P P 4.0 7.6 5.3 ' '94 93A 93B 94A Maple & West Maple 201 Lafayette Mock & Lafayette X X X X X X X X X C NP NP P P 2.9 3.3 5.0 5.4 - 95 Mt. Nord & Mock X X NP 5.4 Li LEGEND ' P - Paved NP - Non -paved ' Work Item 1. 2. ' 4. 5. 6. Description Replace manhole frame and cover. Seal frame and grade adjustment. Coat manhole interior. Replace bench and trough. Grout pipe seals and lower 18 inches of manhole. Replace manhole. (C.) -Complete, (P) -Partial I -6- RJN GROUP, INC. MANHOLE REHABILITATION SCHEDULE FAYETTEVILLE, ARKANSAS MINI SYSTEM 18 B/C anhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 Nord X X X NP 5.2 Watson & Campbell X X X X P 6.8 Watson & Campbell X X X P 6.1 Campbell C P 2.4 rMt. Campbell C P 2.1 Rolston & Watson X X X X P 8.7 Watson & Rolston X X P 6.3 340 Rolston X X P 4.6 729 School X X X X P 6.9 100A4 729 School X X P 6.2 101 Rolston & Lafayette X X 1- 102 251 W. Watson X X P 5.1 103 921 Boles Street X X X X P 7.2 103A 224 W. Watson X X X P 3.9 104 108 Boles Street X X P 6.1 105 Watson & St. Charles X X X X P 5.6 105A St. Charles & Watson X X p 2.5 106 Boles & St. Charles X X X P 4.1 107 Lafayette & St. Charles X X p 4.8 108 Watson X X X X P 4.3 109 346 St. Charles Street X X X NP 6.0 110 346 St. Charles Street X X NP 4.6 111 550 Dickson X X X P 2.9 112 Dickson & Gregg X P 5.9 113 Dickson & University X X P 7.4 114 Dickson & Arkansas X X X X P 7.4 LEGEND P - Paved NP - Non -paved Work Item Description 1. Replace manhole frame and cover. 2. Seal frame and grade adjustment. 3. Coat manhole interior. '4. Replace bench and trough. 5. Grout pipe seals and lower 18 inches of manhole. 6. Replace manhole. (C.) -Complete, (P) -Partial 1 -7- I RJN GROUP, INC. MANHOLE REHABILITATION SCHEDULE FAYETTEVILLE, ARKANSAS MINI SYSTEM 18 B/C anhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 115 Dickson & Arkansas X X X P 3.6 116 Dickson & Duncan X X X X P 5.0 117 Dickson & Duncan P P 4.2 118 University & William X X P 4.2 119 335 Gregg X X X P 5.8 120 Gregg & Lafayette X X X X P 11.1 122 617 Lafayette X X X P 8.5 123 Arkansas X X NP 4.0 124 411 Gregg X X X P 4.4 125 Gregg & Reagan X X X P 6.3 127 Maple & Gregg X X X P 7.2 128 Center & Gregg X X P 11.3 129 Center & Gregg x x P 4.1 129A Center X X P 5.3 13O University & Center X X X X X P 7.7 131 18 University X X P 6.8 132 101 University x x X P 7.4 133 123 University x x P 8.1 134 724 Center Street X X X P 8.1 136 650 Center Street C P 3.4 138A 78O Center X X X P 2.3 138B Hill Street X X X P 3.4 139 2O5. Duncan X X X X NP 7.3 139A 718 Treadwell x x X P 4.9 39B 718 Treadwell X X X X P 7.9 139C 728 Treadwell C NP 4.2 LEGEND 'P - Paved NP - Non -paved _Work Item Description 1. Replace manhole frame and cover. 2. Seal frame and grade adjustment. 3. Coat manhole interior. '4. Replace bench and trough. 5. Grout pipe seals and lower 18 inches of manhole. 6. Replace manhole. (C.) -Complete, (P) -Partial -8- I RJN GROUP, INC. MANHOLE REHABILITATION SCHEDULE FAYETTEVILLE, ARKANSAS MINI SYSTEM 18 B/C Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 140 Center X X NP 7.6 140A 650 Center X X P 11.3 140B 650 Center X X X X P 10.4 141 35 Duncan X X X X P 8.6 142 14 Duncan X X P 13.1 143 center & Duncan X X NP 8.6 144 14 Duncan X X NP 7.2 145 Duncan X X X NP 8.2 163 Duncan X X X P 3.40 164 Duncan & Center C P 3.3 164A Center C NP 3.5 179 W. 15th Street X X X X NP 5.2 •186P Locust X X NP 4.8 188P 9th & School X X X X NP 9.5 189P 902 S. School X X NP 4.9 190P 9th Street & School X X X NP 9.5 191P 9th & School X X NP 10.0 193P 1109 S. College X X X P 7.1 194P W. 15th & School X X X P 7.9 194PA W. 15th Street X P 7.5 195P Hwy 16 & School X X X NP 4.4 196P 1302 S. West X X X NP 5.8 197P 13th & West XXX X NP 6.1 198? 425 W. 11th Street X X NP 5.6 199P 534 W. 15th Street X X X X p 7.9 200P 530 W. 13th Street X X P 5.7 I LEGEND P - Paved NP - Non -paved Work Item Description 1. Replace manhole frame and cover. 2. Seal frame and grade adjustment. 3. Coat manhole interior. 4. Replace bench and trough. 5. Grout pipe seals and lower 18 inches of manhole. 6. Replace manhole. (C.) -Complete, (P) -Partial -9- I RJN GROUP, INC. MANHOLE REHABILITATION SCHEDULE FAYETTEVILLE, ARKANSAS MINI SYSTEM 18 B/C Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 201P 1144 West X X X NP 5.9 202P 11th Street X X X NP 7.8 301 W. 6th Street X X NP 5.0 303 563 W. 6th Street X X X X NP 8.7 306 SFA Cooperative X X X NP 7.7 502 Walker Ball Park X X NP 6.4 503 Walker Ball Park X X NP 7.8 504 Block Street x x x P 6.6 504A Walker Park X X P 10.8 liii 505 Walker Park P NP 4.8 506 Walker Park X X X NP 10.6 507 Walker Park X X X X NP 13.0 508 Walker Park X X X X NP 13.7 509 Walker Park X X X NP 13.3 510 724 S. Church X X NP 9.5 511 6th & Church C NP 9.3 512 6th & Church C NP 9.6 512A 6th & Church X NP 7.6 513 130 School Street X X NP 10.1 514 7th & Church C P 7.7 515 Locust & 7th Street X X X X P 7.1 516 Locust & 7th Street x x P P 6.9 518 441 S. Locust X X P 5.9 520 Locust & Archibald Yell X P 9.2 521 Locust & South St. X P 6.4 523 229 Church C P 7.2 LEGEND P - Paved NP - Non -paved Work Item Description 1. Replace manhole frame and cover. 2. Seal frame and grade adjustment. 3. Coat manhole interior. 4. Replace bench and trough. 5. Grout pipe seals and lower 18 inches of manhole. 6. Replace manhole. (C.) -Complete, (P) -Partial I -10- RJN GROUP, INC. MANHOLE REHABILITATION SCHEDULE FAYETTEVILLE, ARKANSAS MINI SYSTEM 18 B/C Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 523A 224 Church X X X X P 3.7 523B Church & Rock x X P 3.7 523C 220 Church C NP 2.8 523E 220 Church C NP 2.0 1111242_S. 524 Locust P P 7.1 525 Locust & Rock Street X X X x P 6.5 525A Locust & Rock Street X X X NP 4.1 525B Rock & Locust X X NP 4.6 525C Rock & Church X X x P 2.8 525D Locust & Rock X X NP 5.7 525E 350 Rock X X X NP 2.1 526 Locust & Rock X x P 3.5 527 602 School St. X X X NP 6.8 529 School & Prairie X X X x P 10.4 530 South & School X X x P 6.2 531 220 School Street X x P 3.6 532 School & Rock X x P 6.2 534 Mountain & School X P 6.2 535 50 School P P 3.0 536 242 W. Mountain X P 5.8 537 Church & Mountain X X P 4.0 538A 227 School X X NP 5.1 538B 645 School X X X X P 6.0 539 522 Prairie X x P 4.7 541 SFA Cooperative X X NP 6.3 549 6th & Government X X P 4.6 LEGEND 'P - Paved NP - Non -paved Work Item Description 1. Replace manhole frame and cover. 2. Seal frame and grade adjustment. 3. Coat manhole interior. 4. Replace bench and trough. 5. Grout pipe seals and lower 18 inches of manhole. 6. Replace manhole. (C.) -Complete, (P) -Partial 1 -11- LI IIRJN GROUP, INC. MANHOLE REHABILITATION SCHEDULE FAYETTEVILLE, ARKANSAS MINI SYSTEM 18 B/C anhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 560 302 S. Government C p 9,9 561 304 S. Government X X X NP 4.5 562 109 S. Gregg X X X X P 3.6 563 47 Gregg Street x x x P 4.5 564 37 Gregg Street X X X X NP 5.2 565 Gregg & Center X X X X P 9.9 580 6th Street X X P 7.2 581 514 6th Street X X X X NP 4.8 581A 6th Street X NP 4.6 581E Prairie X X NP 6.7 582 Prairie & West X X X X P 6.2 583 West & Prairie C P 4.7 584 357 West X X X P 7.6 303 West Street X X X P 6.7 I585 EiIII 504 Prairie x x x X NP 5.0 589 West & Rock x x P 12.2 589A West Street P NP 11.3 589B West St. & South St. X X NP 8.0 590 127 S. West X X X P 11.7 590A 111 West X P 8.1 591 419 Rock X X P 6.8 592 101 West XXX P 4.5 593 47 Gregg X X X NP 6.6 594 41 Gregg X X X NP 4.5 597 Center & West x X P 2.6 597A 507 W. Center X X X P 4.8 LEGEND 'P - Paved NP - Non -paved ork Item Description 1. Replace manhole frame and cover. 2. Seal frame and grade adjustment. 3. Coat manhole interior. 4. Replace bench and trough. 5. Grout pipe seals and lower 18 inches of manhole. 6. Replace manhole. (C.) -Complete, (P) -Partial -12- I RJN GROUP, INC. MANHOLE REHABILITATION SCHEDULE FAYETTEVILLE, ARKANSAS MINI SYSTEM 18 B/C Manhole Location 598 Center & School 599 205 W. Church 666 Gregg & Center 667 Center & Gregq Work Item Surf Type Depth (ft) 1 2 3 4 5 6 X X X P 4.5 X P 5.4 C P 13.0 X P P 6.0 1001 682 Government X X X X P 7.7 1001A 700 Government X X X X P 5.2 1001B 617 Government X X X P 4.8 1002 682 Government X X X NP 8.2 1003 775 Hill X X X X NP 8.4 1004 664 Hill X X X P 3.8 1005 664 Hill C NP 2.6 1006 Anderson X X X X NP 6.5 1007 W. 6th Street X X X x P 8.1 1030 682 Government X X X P 5.4 1032 403 S. Government X X X X P 8.8 1035B 600 W. 6th Street X X NP 12.4 1037 175 Hill Street X X X X P 5.4 1038 173 Hill Street X X X x P 3.9 1039 159 Hill X X X x P 6.2 1040 157 Hill x P 3.7 1040A 706 Stone X P 8.4 1043 157 Hill X X X P 3.6 1044 128 Hill X x P P 4.2 1045 108 Hill x x X P 3.8 LEGEND U P - Paved NP - Non -paved ork Item Description 1. Replace manhole frame and cover. 2. seal frame and grade adjustment. 3. Coat manhole interior. 4. Replace bench and trough. 5. Grout pipe seals and lower 18 inches of manhole. 6. Replace manhole. (C.) -Complete, (P) -Partial -13-