Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
97-94 RESOLUTION
r • • „ . RESOLUTION NO. 97-94 A RESOLUTION AWARDING BID NO. 94 49 1N THE AMOUNT OF $181,982.50 WITH A CONTINGENCY AMOUNT OF $18,198.00 AND AUTHORIZING THF EXECUTION OF A CONSTRUCTION CONTRACT WITH SWEETSER CONSTRUCTION FOR THE MILL AVENUE EXTENSION FROM CENTER STREET TO SPRING STREET. • BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FA YETTEV I LLE, ARKANSAS: Section 1. The City Council hereby awards Bid No. 94-49 in the amount of $181,982.50 with a contingency amount of $18,198.00 and authorizing the execution of a construction contract with Sweetser Construction for the Mill Avenue extension from Center Street to Spring Street. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 6th day of September 1994. ATTEST: Bv: Traci Paul, City Clerk APPROVED: By: • 1 G'" Fred Hanna. Mayor • STAFF REVIEW FORM AGENDA REQUEST x CONTRACT REVIEW (Change order) GRANT REVIEW •4AN.Jf .`%':'DEQ iso 1 SEs --17 04 wE(t CE GOrLI: 9z- For the Fayetteville City Council meeting of N/A - Mayor's approval FROM: Jim Beavers Name Engineering Division Public Works Department ACTION REQUIRED: Mayor's approval and execution of the change order no. 1, Mill Avenue extension and the• bd See memo. COST TO CITY: $19,033.75 Cost of this Request 4470-9470-5809 Account Number 94032-0020 Project Number $363,995 Category/Project Budget $217,263 Funds Used Tc Date S Remaining Balance Mill Ave. ext. Category/Prcject Name Program Name Sales Tax Consrt. Fund BUDGET REVIEW: tilkA Budgeted Item x Budget Adjustment Attached Budget oord inator Administrative Services Director CONTRACT/GRANT/LEASE Accounting Manager zn REVIEW: Att Purchasing Officer , GRANTING AGENCY: Date ADA Coordinator 1 1 Date I*erna: Auditor 4l -0`' M Date Date Date STAFF RECOMMENDATION: Mayor' approva and execution of the change order and budget adjustment. Departm -" Director Administrative Services ff % j :,tLa/ yb'r66�/ Mayor' Director //-y rig Date l0nArgy Date Date Date Cross Reference New Item: Yes No Prev Ord/Res #: 1� Orig Contract Date: l3 5et\- 94 FAYET rl EV I I LE THE CITY OF FAYET-EVILLE ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor Thru: Kevin Crosson, Public Works Don Bunn, City Engineer MM Director j J( From: Jim Beavers, Engineering Date: 9 Nov 94 Re: Proposed change order to the construction contract for the Mill Avenue extension. 1. Project. The Mill Avenue Extension construction, from Center to Spring Streets, was approved by the City Council on September 6, 1994. The low bidder was Sweeter Construction, Inc. with a bid and contract amount of $181,982.00. The Council approved contract contingency was $18,198.00 (10%). After resolving right-of-way problems, the Contractor received a Notice to Proceed effective 17 October 1994. The original completion date was set at January 4, 1995. 2. Change order request. On November 1, 1994 it was determined that two problem areas exist which require additional concrete retaining walls not shown on the original plans. The two retaining walls are (1) between Meadow and Spring to replace an older, failed rock retaining wall and (2) at the new Juvenile Detention Center where the slopes would be excessive and unstable without the retaining wall. Please note that the existing approved contract has concrete retaining walls listed as a separate bid item with established unit prices as: Bid item no. VII A. concrete retaining wall footings at $38.75 per linear foot. 1 Bid item no. VII B. concrete retaining wall panels at $25.00 per sf of finished vertical street side wall. The proposed change order includes additions and deletions. Please see the attached copy for the specific items. The changes are summarized as: Additions: Additional concrete retaining walls $29,246.25. Removing the failed rock wall at $1,500.00. Relocating a 6 ft. chain link fence at a parking lot $900.00. Total additions are $31,646.25 The deletions for bid items not used are: Concrete retaining walls at $5,262.50 (at entrance to County facility which was changed) Rock excavation at $6,250.00 Relocation of a chain link fence at the center $1,100.00. Total deletions are $12,612.50. The total net effect of the change order is an increase in the contract price of $19,033.75. It is my opinion that the consultant should have shown these walls on the contract plans and thus the City would have paid for the retaining walls based upon the low bidder's unit prices for concrete retaining walls. Although we are now required to add the retaining walls by change order, the City is paying the same bid price as contained in the low bidder's contract. Therefore I recommend that the increase in contract price be approved. The proposed time extension of 20 days is reasonable and also recommended for approval. Because time is critical before we move further into poor construction weather, and because we have existing units and unit prices for the additional work, and with the City Engineer's approval I have directed that the work proceed while we are processing the change -order. Please see the attached copy of the letter. This is in violation of the City's policy "IC -2" for change order authorization, but the direction was in the best 2 interest of the City and the Project. (Coincidentally, wet weather has caught us and the work will not be performed in advance of the change order). 3. Budget: The Mill Avenue extension, account 4470-9470-5809.00, Project 94032-0020, is funded from Sales Tax Capital Improvement Fund. The Council approved contingency is $18,198.00. The increase in contract price is $19,033.75. Therefore a budget adjustment in thermount of $835.75 is requested. 4. Action requested. Mayor's approval and execution of (1) The change order in the amount of $19,033.75 and a time extension of 20 days. (2) Budget adjustment in 1`1 the amount of $835.75 , • -t' Please have the City Clerk retain one executed document and return two executed documents to Engineering. Enclosures: 1. Three signed original : t 3. Copies of backup data Nov 94, resolution 97-94). change orders. (letter dated 2 Nov 94, Memo dated 2 3 CHANGE ORDER No. 1 PROJECT: MILL AVENUE EXTENSION DATE OF ISSUANCE: OWNER: (Name, Address) CITY OF FAYETTEVILLE 113 WEST MOUNTAIN STREF" FAYETTEVILLE, ARKANSAS 72701 CONTRACTOR: JERRY D. SWEETSER CONSTRUCTION, INC. ENGINEER: MILHOLLAND COMPANY 205 WEST CENTER ST. FAYETTEVILLE, AR 72701 CONTRACT FOR: STREET AND DRAINAGE OWNER'S BID No. 94-49 IMPROVEMENTS ENGINEER's Project No. E-269 You are directed to make the following quantity changes in the Contract Documents. Description: ADDITIONS TO BASE BID ITEMS: A. BID ITEM VII.A.: RETAINING WALL FOOTINGS, CHANGE ORDER #1 - 207 L.F. @ $38.75/L.F. - $ 8,021.25 3. BID ITEM VII.B.: RETAINING WALL PANELS, CHANGE ORDER #1 - 849 S.F. @ $25.00/S.F.- $21,225.00 C. BID ITEM VIII.A.: RELOCATE EXT. 6' HIGH CHAIN LINK FENCE TO RIGHT OF WAY, CHANGE ORDER #1 - 100 L.F. @ $9.00/L.F. - $ 900.00 D. BID ITEM XI C.: REMOVE & DISPOSE EXISTING ROCK RETAINING WALL, CHANGE ORDER #1 - 100 L.F. .d $15.00 L.F.- $ 1,500.00 TOTAL ADDITIONS TO BASE BID ITEMS $ 31,646.25 DELETIONS TO BASE BID ITEMS. A. BID ITEM VII.A.: RETAINING WALL FOOTINGS, CHANGE ORDER #1 - 7C L.F. @ $38.75/L.F. - $ 2,712.50 B. BID ITEM VII.B.: RETAINING WALL PANELS, CHANGE ORDER #1 - 102 S.F. @ $25.00/S.F.- $ 2,550.00 C. BID ITEM VIII.B.: REMOVE AND DISPOSE 6' HIGH CHAIN LINK FENCE AT DETENTION CENTER, CHANGE ORDER #1 - LUMP SUM D. BID ITEM XV.: ROCK EXCAVATION, CHANGE ORDER #1 50 C.Y. s $125/C.Y. $ 1,100.00 - $ 6,250.00 TOTAL DELETIONS TO BASE BID ITEMS $ 12,612.50 TOTAL NET COSTS INCREASE FOR CHANGE ORDER NO. 1 $ 19,033.75 Attachments: ;List documents supporting chance): REVISED CONSTRUCTION PLANS CHANGE IN CONTRACT PRICE: Original Contract Price $ 181,982.00 CHANGE IN CONTRACT TIME: Original Contract Tame 80 CONSECUTIVE CALENDAR DAYS Previous Change Orders No. to -C- $ -c- Net change from previous Change Orders -0- Contract Price prior to this Chance Order $ 181,982.00 Net Increase (decrease) of this Change Order S 19,033.75 Contract Tame Prior to this Change Order 80 CONSECUTIVE CALENDAR DAYS Net Increase cf this Change Order 20 CONSECUTIVE CALENDAR DAYS Contract Price with all approved Contract Time with all Change Orders approved Change Orders $ 201,015.75 100 CONSECUTIVE CALENDAR DAYS aays or date RECOMMEN9ED ` died i ie�r g APP EDS: 0wh:er CHANGE CRDER INSTRUCTIONS A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Time. Changes that have been initiated by a Work Directive Chance must be incorporated into a subsequent Change Order if they affect Price or Time. Changes that affect Contract Price or Contract Time should be promptly covered by a Change Order. The practice of accumulatirc change order items tc reduce the administrative burden may lead to unnecessary disputes. For supplemental instructions and minor charges not involving a change in the Contract Price or Contract Time, a Field Order may be used. B. COMPLETING THE CHANGE ORDER FORM Engineer initiates the form, including a description of the chances Involved and attachments based upon documents and proposals submitted by Contractor or requests from Cwner or both. Once Engineer has completed and signed the form, all copies should be sent to OWNER for approval. After approval by OWNER, all copies should be sent to CONTRACTOR for approval. Engineer should :Hake distribution of executed copies after approval by Owner. :f a change only applies to price or to time, cress out the part of the tabulation that does not apply. iiIETTEVI LLE THE Cry OF FAYETTEVILLE, ARKANSAS • November 2, 1994 Mr. Ron Petrie Milholland Company 205 West Center Fayetteville, AR 72701 Re: Mill Avenue Exter.r : on. Mr. Petrie Based upon the infcr-..ation discuss°d yesterday, concerning the changes to the Mill Ave. Construction Contract, ? request that you proceed as follows: :) Immediately prcceed to prepare a ctlange order to (a) add in the additional footage of retaining walls between Meadcw and Center and near the Juvenile Center at existing contract unit prices, (b) delete and/cr reduce all iters such as the house removal, rock excavation, ... as applicable, (c) Include a time extension for the additional retaining walls. If the total price is ander $20,000.00 then the Mayor can sign the change order. :f the total price is over $20,000.00 then the change -order will go to the Council on gece-.ber 6th. 2) If it is imperative to the project that the Contractor begin work with the retaining walls before the change -order can be processed and signed by the Mayor, then I hereby direct you (with approval from the City Engineer; to direct the Contractor tc proceed with changes tc keep the project going. Please call me if you have any questions. Jim Beavers, P.E. 113 WES1 VOUNTAIN 727;.1 501-52--7730 FAX 501-F75-5257 FAYETFit %7I I1LE HE CITY OF FAYEIIFVII LF ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Kevin Crosson, Public Works Director Thru: Don Bunn, City Ent neer From: Jim Beavers, Engineering„ Date: 2 Nov 94 Re: Mill Ave. Extension. We have two prcblen areas on :Hill Ave. that will require additional retaining walls not shown on the original plans. The two walls are between Meadow and Spring and near the Juvenile Center. Based upon existing contract unit prices, the total increase will be $31,600.3c -/-. we also expect to have about $10,000.00 in deducts from rock excavaticn not used and partial refund from moving the house. The total increase will be around $21,600.00. It is my opinion that the consultant should have shown these walls on the plans and the City should have expected to pay for the retaining walls. Because time is critical before we ;dove further into pocr construction weather I have directed that the work proceed while we are processing the change -order. Please see the attached copy of the letter. ;his is in violation of the policy "IC-.." hut is in the best interest of the City and the Project. Please call (418) if you have any questions or cc^-.er.ts. • RESOLUTION NO. 2T-94 A RESOLUTION AWARDING BID NO. 94-49 IN THE AMOUNT OF $181,982.50 WITH A CONTINGENCY AMOUNT OF $18,198.00 AND AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH SWEETSER CONSTRUCTION FOR THE MILL AVENUE EXTENSION FROM CENTER STREET TO SPRING STREET. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. The City Council hereby awards Bid No. 94-49 in the amount of $181,982.50 with a contingency amount of $18,198.00 and authorizing the execution of a construction contract with Sweetser Construction for the Mill Avenue extension from Center Street to Spring Street. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 6th day of September , 1994. ATTEST: By: am, ad, Traci Paul, City Clerk APPROVED: By: zihr Fred Hanna, Mayor • • STAFF REVIEW FORM AGENDA REQUEST x CONTRACT REVIEW (Change order) GRANT REVIEW For the Fayetteville City Council meeting of FROM! N/A Jim Beavers Name Engineering Division ACTION REQUIRED: Mayor's approval of change order drainage, rnam mn rTmv• no. 4, Mill Avenue Public Works Department extension - additional $400.00 Cost of this Request 4470-9470-5809 Account Number 94032-0020 Project Number * year to date budget $168,884 Category/Project Budget $157,382 Funds Used To Date $11,502 Remaining Balance Mill Ave. ext. Category/Project Name Program Nacre Sales Tax Consrt. Fund ET \DG..���• c 1 Budget k oordinator Budgeted Item Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: .022.99 Accounting Mana.er _ `./1140 l��a f ey � 4 C �& h GRANTING AGENCY: yx Date ADA Coordinator • Purchasing Officer - Date Internal Auditor Date Date /, l 1\ Date STAFF RECOMMENDATION: es Director 6-? 55 Date asvKIac Date L/ /c r Date Date Cross Reference New Item: Yes Pre Ord/Res 4: Orig Contract Date: 13 5e.pf 91/ FAYETTEVI LLE THE CITY OF FAVITTEVI..E. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor Thru: Kevin Crosson, PW Director Charles Venable, Asst. PW Dire�ct`or Don Bunn, City Engineer A From: Jim Beavers, Engineering /4✓ Date: 6 June 95 Re: Proposed change order no. 4 to the construction contract for the Mill Ave. street extension - Additional drainage The Mill Avenue extension from Center to Spring Streets is substantially complete and open to traffic. At the final inspection it was determined that the project would be better if the County's new french drain coming from the detention center was tied into the City's drain under the sidewalk. Currently, the water is seeping through the bank and onto the sidewalk. The cost to add this work is $400.00. The Mayor has approved previous change order no.1 of $19,033.75. The Council has approved change orders no. 2 and 3 totalling $29,011.25 and contingencies totalling $59,545.00. Therefore, The $400.00 is still within the Mayor's Authority of $20,000.00 and needs not go back to Council. CHANGE ORDER No. 4 PROJECT: MILL AVENUE EX,ENS_ON DATE OF ISSJANCE• May 24, 1995 OWNER: (Nave, Address) CONTRACTOR: ENGINEER: CITY CF FAYETTEVILLE 113 WEST MOUNTAIN STRvE^ FAYETTEVILLE, ARKANSAS 72701 JERRY D. SWEETSER OWNER's Bid No.___94-49 CONSTRUCTION, INC. MILHOLLAND COMPANY 205 WEST CENTER ST. FAYETTEVILLE, AR 72701 ENGINEER's Project No.269 CONTRACT FOR: STREET AND DRAINAGE IMPROVEMENTS You are directed tc Hake the Following quartrty changes .n the Contract Documents. Description: ? Y T ONS TO RAS" B D A. BID__T"EM X -V __(A): CONSTRUCT FRENCH DRAIN @ APPROXIMATE STA. 7-25 WEST SIDE TO TIE EXISTING FRENCH DRAIN TO EX:STING FRENCH DRAIN, CHANGE ORDER NO. 4 - PER LUMP SU $400.00 TOTAL ADDITIONS TO BASE BSD ITEMS $400.00 TOTAL COST INCREASE FOR CHANGE ORDER NO. 4 $400.00 CdANGE IN CONTRACT _iginal Contract Price 5_181,_987 00 TRICE. Previcus Change Orders Nc. 3_ $_48.045 00 Contract Price prior to this Change Crder 5.750.077 00_ Net Increase of this Change Order $ 400 e0 Contract Pr:ce with all approved Charge Orders 5 233,427 30. R ECOMMA1jhgD: M:. 141o1Iand APPROVE -2: Sweets Endfheerrng CHANGE IN CONTRACT TIME: Criginai Contract Time __3D CONSFf :T^TVE rA'.Fw A.p *1AYS days n^ date Net change from prevIcus Change Orders 25 CONSFC4TTIVF CATFNTIAR DAYS clays Contract Time Prior to this Change Order 105 CONSFrUnIVF CA-FNDAR DAYS days or dato Net Increase -this Change Order -0- day$ Contract Time with all apprcved Change Crders 11R CONSECiTT-VF CAT,FNDAR DLvs avc or cla CVE•. y of Fayetteville STAFF REVIEW FORM AGENDA REQUEST x CONTRACT REVIEW (Change order) GRANT REVIEW For the Fayetteville City Council meeting of N/A FROM• Jim Beavers Name Engineering Public Works Divisicr. Department ACTION REQUIRED: Mayor's approval of change order no. 5, Mill Avenue extension - additional drainage. rnsm mn rTTV -0- * Cost of this Request $168,884 Mill Ave. ext. Category/Project Budget Category/Project Name 4470-9470-5809 $157,382 Account Number 94032-0020 Project Number * x$2,100 - $2,100 Funds Jsed To Date Program Name $11,5C2 Saes Tax Consrt. Remaining Balance Fund net = C BUDG Bu get i1EVIEW: x Budgeted Item Budget Adjustment Attached ordinator Administrative Services Director tea CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY: Accounting Mama_Date ADA Coordinator Date 1-24' 3S ft.J.'G J i i! .C,[.F j 7- /y 9 Date Cil Attorney Date QInfernal Auditor [ 1J] • Purchasing Officer Date STAFF RECOMMENDATION: Mayor approval. Department Director Administr iv b eryices Director Mayor Date 7lz r/i c— Date Date Cross Reference New Item: Yes Pre Ord/Res #: �r] Cl 42 Set Orig Contract Date: • FAYE1 rl EVILLE THE CITY OF FAYETTEVIIIE ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor Thru: Kevin Crosson, PW Director Charles Venable, Asst. PW Director Don Bunn, City Engineere_ From: Jim Beavers, Engineering Date: 21 July 95 Re: Proposed change order no. 5 to the construction contract for the Mill Ave. street extension - Additional drainage between Mill Avenue and North Washington. The Mill Avenue extension from Center to Spring Streets is substantially complete and open to traffic. The design and construction has concentrated the seepage and drainage from a spring into a citizen's yard. The City needs to add a collection system and french drain to capture and transport this water to the existing drainage system, at Meadow. A change order has been negotiated with Sweetser construction in the amount of $2,100.00 to add 200 feet of french drain and connections. The same change-crder will delete unused quantities in the of $2,100.00 for a net effect cf zero to the overall contract. The Mayor has approved previous change orders no.1 of $19,033.75 and no. 4 of $400.00. The Council has approved change orders no. 2 and 3 totalling $29,011.25 and contingencies totalling $59,545.00. Under the interpretation of the $20,000.00 limit of authority and no net increase in contract price the Mayor can authorize change order no. 5. After the Mayor has signed the change orders please return three to Engineering. Enc: four original change order no. 5. CHANGE ORDER 5 PROJECT: MILL AVENUE EXTENS-ON NATE OF ISSUANCE: JULY 21,1995 OWNER (Name, Address) CONTRACTOR: CITY OF FAYETTEVILLE 113 WEST MOUNTAIN STREET FAYETTEVILLE, ARKANSAS 72701 JERRY D. SWEETSER OWNER'S COtiSTRUCTION, INC. ENGINEER: MILHOLLAND COMPANY 2C5 WEST CENTER ST. FAYETTEVILLE, AR 72701 CCNTRACT FOR: STREET AND DRAINAGE BID No. 94-49 IM.PRCVEMENTS ENG:NEER's Prcject No. E-269 You are directed to make the following quantity changes in the Contract Documents. Description: ADD:T:CNS TO BASE BID ITEMS: A. RID ITEM XIII.: STANDARD FRENCH DRAINS, CHANGE ORDER #5 - 200 L.F. ^s 58.00/L.F. - $ 1,6CC.00 B. BID ITEM XIV. (B): TIE FRENCH DRAIN PIPE TO EXISTING 24" RCP STORM PIPE, COMPLETE -IN- PLACE W:TH CLASS ''S" CONCRETE GROUT, CHANGE ORDER #5 - LUMP SUM s 5500.00/L.S.- $ 500.00 TOTAL ADDITIONS TO BASE BID ITEMS DELETIONS TC RASE BID ITEMS: A. BID ITEM IV.3.: REMO`aE GRATE & PLUG 18'' RCP, CHANGE ORDER #5 - LUMP SLY g$500.03/L.S. $ 2,100.00 500.03 B. BID ITEM: VI:.B.: RETAINING WALL PANELS, CHANGE ORDER #5 - 64 S.F. ' 825.00/S.F. - S :,60C.00 TOTAL DELETIONS TO BASE BID ITEMS $ 2,100.00 TOTAL NET COSTS INCREASE FOR CHANGE ORDER NO. 5 $ 0.00 • • Attachments: (List documents suppertirg change): REVISED CONSTRUCTION PLANS CHANGE IN CCN:RACT PRICE: Oricinal Ccntract Price S 181,982.00 CHANGE IN CONTRACT TIME: Original Contract Time 80 CONSEC.'TIVE CALENDAR DAYS Previous Change Orders No. 1 `0 4 $ 48,445.00 Net change tram previcus Change Orders 25 CONSECUTIVE CALENDAR DAYS Ccntract Price prior to this Change Order S 230,427.00 Contract Time Pr,cr to this Change Crder 105 CCNSECUT:VE CALENDAR DAYS Net Increase ;decrease) of tnis Change Order S 0.00 Net :ncrease of this Cnange Order 10 CONSECUTIVE CALENDAR DAYS Contract Price with all apprcved Change Orders $ 23,427.CC Contract flrne with a__ approved Change Orders 115 CONSECUTIVE CALENDAR DAYS days or date APPR Jerry Sweetser Ccnstruction /4441" ---- Cit o Cit4of Fayetteville 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 MILL STREET EXTENSION FAYETTEVILLE, ARKANSAS A PUBLIC WORKS PROJECT FOR THE CITY OF FAYETTEVILLE BID No.94-49 Engineer's Project No.: E-269 ENGINEER: STAFF ENGINEER: ADDRESS: July, :994 MR. DON BUNN MR. JIM BEAVERS 113 WEST MOUNTAIN STREET FAYETTEVILLE, ARKANSAS 72701 TELEPHONE: (501) 575-8208 MILHOLLAND COMPANY ENGINEERING & SURVEYING 205 West Center Street Fayetteville, Arkansas 727C1 Telephone: (501) 443-4724 Facsimile: (501) 443-4707 I ADVERTISEMENT FOR BIDS Notice is hereby given that pursuant to an order by the CITY CF FAYETTEVILLE, ARKANSAS, sealed bids will be received at the City of ' Fayetteville, Purchasing Office, Room 306, fl3 West Mountain Street, Fayetteville, Arkansas, until 11:C0 a.m. Local Time, August 10, 1994, for the furnishing of all tools, materials, and labor and the performance cf all necessary work in Fayetteville, Arkansas, consisting of: MILL STREET EXTENSION '• FAYETTEVILLE, ARKANSAS BID No. 94-49 ' All necessary work, materials, and every item of construction shall be in accordance with the plans, profiles, and specifications as approved by Public Works Department, City cf Fayetteville, and Health Department. Said plans and specifications are on file in- ' the office of the Engineer, MILHOLLAND COMPANY, Engineering and Surveying, 2C5 West Center, Fayetteville, AR 72701. Copies may be obtained from the office of said engineer upon the payment of ' $125.00 dollars. Unsuccessful bidders or non -bidders will be. refunded $20.00 upon the return cf undamaged pans and specifications within ten (1C) days after the date of receiving bids. Each contractor shall be responsible for the investigation, inspection, and studies of the project site as deemed necessary to familiarize themselves with all conditions to be encountered. All bidders shall be licensed under the terms of Act 150 of the ' 1965 Acts of the Arkansas Legislature. Each bid must be accompanied by a cashier's check or surety bend in an amount equal to five percent (50) of the whole bid. Said bond ' shall be issued by a surety company licensed to do business in the State of Arkansas. In the event the successful bidder fails, neglects, or refuses to enter into the contract for the ' construction of said work and furnish the necessary bonds within ten (10) days from and after the date the award is made, the owner shall retain said check or bond as liquidated damages. All bids shall be sealed and the envelope addressed to the Owner, CITY OF FAYETTEVILLE, PURCHASING OFFICE, ROOM 3C6, 113 WEST MOUNTAIN STREET, FAYETTEVILLE, ARKANSAS, and marked on the lower '• left side of the bid envelope shall be the following information: Project name, date of bid opening, time of bid opening, bidding contractor's name and licensed number, and subcontractor's name and license number, if any. ' E-269 1 L ADVERTISEMENT FOR BIDS ' Bids will be opened and read aloud at the City - Purchasing Room No. 306 at 11:00 a.m. August 10, 1994, and shall be considered by the Owner, as may be necessary. The right to reject any and all ' bids, to waive any informalities, and to negotiate with any qualified bidder after bid opening, shat; be reserved to the discretion of the Owner. ' No bidder may withdraw his bid within sixty (60; days after the actual date of the bid opening. I I I I I E-269 2 I INFORMATION FOR BIDDERS Ii. Receipt and Opening of Bids: the City of Fayetteville, Arkansas, therein called the "Owner"), invites bids on the forms attached herein, all blanks of which must be appropriately completed. Bids will be received by the owner at the City of Fayetteville, Purchasing Office, Room No. 306, until 1994, and then be publicly opened and read aloud. The envelopes containing the bids must be sealed, addressed to the Owner, and designated as bid for: MILL STREET EXTENSION ' FAYETTEVILLE, ARKANSAS BIl NO. 94-49 The Owner may consider informal any bid not prepared and submitted ' in accordance with the provisions hereof and may waive an informalities or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time ' and date specified shall not be considered. No bidder may withdraw a bid within 30 days after the actual date of the opening thereof. ;he Owner reserves the right to decide which shall be deemed the ' lowest responsive and responsible bid. The bidder's reputation, financial ability, experience, and equipment shall be given due consideration. ' 2. Preparation of Bid: Each bid must be submitted on the prescribed fcrm and accompanied by a performance record of the bidder regarding construction projects of similar nature (minimum 3) and also include the proposed subcontractor. All blank spaces for bid prices must ' be filled in, in ink or typewritten, in both words and figures, and the foregoing performance record must be fully completed and executed when submitted. I I C I I C Each bid must be submitted in a sealed envelope bearing on the outside the names and license numbers of the bidder and the proposed subcontractor, addresses, and the name of the project for which the bid is submitted. if forwarded by nail, the sealed envelcpe containing the bid must be enclosed in another envelope addressed as specified in the bid form. The Engineer's estimate of quantities is approximate only, and shall be the basis for receiving unit price bids for each item but shall not be construed by the bidders as actual quantities required for the completion of the proposed work. Such quantities, however, at the unit and =ump sum prices bid for each item, shall determine the amount of each bid fcr comparison of bids and the evaluation cf the best bid for the purpose of awarding of the contract, and will be used as a basis for fixing the amount of the required bonds. A copy of the project's proposal forms may be obtained as provided in the Advertisement for Bids. All papers bound with or attached to the proposal forms are necessary parts thereof and must not be detached. I INFORMATION FOR BIDDERS ' Bids which are incomplete, unbalanced, conditional, or obscure, or which contain additions not called for, erasures, alterations or irregularities of any kind, or which do not comply with the ' Information for Bidders may be rejected as informal at the option of the Owner. However, the Owner reserves the right to waive technicalities as to changes, alterations, or revisicns and to make ' the award in the best interest of the Owner. Unit Price Bids: Bidders shall insert a unit price for each item of work listed in the Engineer's estimate of quantities of work to be done. Unit prices shall include amounts sufficient for the furnishing of all labor, materials, tools, equipment, and apparatus of every description, to construct, erect, and completely finish all of the work as called for in the specifications and shown in the plans. Unit prices bid and totals shown in the Proposal shall include all costs of material testing, subgrade, base, paving materials, and all other construction materials. The price bid for ' each item, must be stated in figures and in words on the bidding forms. In case of a d.fference in the written words and figures in a Proposal, the amount stated in the written words shall govern. ' All items in the Proposal shall bear a fair relationship to the cost of the work to be done. Bids which appear unbalanced and deemed not to be in the best interest of the Cwner may be rejected at the discretion. of the Engineer and/cr the Owner. 3. Subcontracts: The bidder is specifically advised that any person, firm, or other party to whom :t is proposed to award a subcontract under this contract - ' a. Must be acceptable to the Owner after verification by the Engineer of a good current performance record; ' b. Must be licensed in the State of Arkansas to do construction work; c. Must have previously performed local projects of similar nature and type as the proposed project in a professional and ' satisfactory manner. Approval of the proposed subcontract award cannot be given by the Owner unless and until the proposed subcontractor has submitted the ' evidence showing that it has fully complied with all reporting requirements to which it is Cr was subject. The general contractor will be required tc furnish the names of subcontractors and the amounts of their subcontracts as required by Act 183, Arkansas Acts of 1957. The subcontractor's name and license number shall appear on the outside of the sealed envelope. • Subcontractors must be licensed according to the laws of the State of Arkansas. I [1 I INFORMATION FOR BIDDERS ' 4. State Licensing Laws: Contractors :rust be licensed in accordance with the requirements of Act 150, Arkansas Acts of 1965, the "Arkansas State Licensing Law for Contractors". Bidders who submit ' proposals in excess of $lo,coo.00 must submit evidence of their having a contractor's license before their bids will be considered, and shall note their license number on the outside of the proposal. ' 5. Telegraphic Modificaticn: Any bidder may modify his bid by telegraphic communica=ion at any time prior to the scheduled closing time for receipt of bids, provided such telegraphic communication '• is received by the Owner prior to the closing time, and provided further, the Cwner ;s satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to the closing time. The telegraphic communication should not ' reveal the bid price but should provide the add:.tior. or subtraction or other modification so that the final prices or terms will not be known by the Owner until the sealed bid is opened. If written confirmation is not received within two days from the closing time, no consideration will be given to the telegraphic modification. 6. Method of Bidding: The Owner invites the following bid(s) MILL STREET EXTENSION FAYETTEVILLE, ARKANSAS BID NC. 94-49 7. Qualifications of Bidder: The Owner may make such investigations as he deems necessary to determine the ability of the bidder to perform the wcrk, and the bidder shall furnish to the Owner all such ' information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the Cwner that ' such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. ' Each bidder, if requested to do so by either the Cwner or the Engineer, shall furnish satisfactory evidence of his competency to perform the wcrk contemplated. The Owner reserves the right to reject a bid if the bidder has not submitted, upon request, a statement of his qualif_cations prior to the date of the opening of bids. I L I I The Contractor shall not assign or sublet all or any part of this contract without the prior written approval of the Owner nor shall the contractor allow such subcontractor to commence work until he has provided and obtained approval of such compensation and public liability insurance as may be required. The approval of each subcontract by the Owner will in no manner release the contractor from any of his obligations as set out in the plans, specifications, contract, and bonds. 11 I r I F.] I I [l I I I C [_I CI :NFORMATION FOR BIDDERS Before any contract is awarded, the bidder may be required tc furnish a complete statement of the origin, composition, or manufacture of any or all materials proposed to be used in the construction of the work, together with samples, which may be subjected to the tests provided for in these specifications to determine their quality and fitness for the work. Bid Security: Each bid must be accompanied by cash, certified check of the bidder, or a bid bond prepared on the form of hid bond attached hereto duly executed by the bidder as principal and having as surety thereon a surety company approved by the Owner, in the amount of 5% of the bid. Such cash, checks, or bid bonds will be returned to all except the three lowest bidders within three days after the opening of bids, and the remaining cash, checks, or bid bonds will be returned promptly after the Owner and the accepted bidder have executed the contract, or :f no award has beer. made within 60 days after the date of the opening of bids, upon demand of the bidder at any time thereafter so long as he has not been notified of the acceptance of his bid. Ligu:dated Damages for Failure to Enter into Contract: :he successful bidder, upon his failure or refusal to execute and deliver the contract and bends required within 10 days after he has received notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid. 10. Tine of Completion and Liquidated Damages: Bidder ;rust agree to commence work on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project with consecutive calendar days thereafter. Bidder must agree also to pay as liquidated damages, the sum of $25C.00 for each consecutive calendar day thereafter as hereinafter provided in the General Conditions. 11. Conditions of Work: Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder cf his obligation to furnish all materials and labor necessary to carry out the provisions cf his contract. insofar as possible, the contractor, in carrying cut his work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. ' 12. Addenda and Interpretations: No interpretation of the meaning cf the plans, specifications or other pre -bid documents will be made to any bidder orally. I I [] I I ;NFORMATION FOR BIDDERS Every request for such interpretation should be in writing, addressed to MILHOLLAND CCMPANY, Engineering & Surveying, 205 West Center, Fayetteville, AR 7270:, and to be given consideration, must • be received at least five (5; days prior tc the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, :f issued, will be mailed by certified ' mail with return receipt requested tc all prospective bidders (at the respective addresses furnished for such purposes), not later than three (3) days prior to the dated fixed for the opening of ' bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the contract documents. 13. Security for Faithful Performance: Simultaneously with his delivery of the executed contract, the contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under this contract and furnishing materials in connections with this contract, as specified herein. The surety on such bond or bonds ' shall be duly authorized by a surety company satisfactory to the Owne r . 14. Power of Attorney: Attorneys -_r. -Fact who sign bid bonds cr contract ' bonds must file with each bond a certified and effectively dated copy of their Power of Attorney. 15. Notice of Soec:al Conditions: Attention is particularly called to ' those parts of the contract documents and specifications which deal with the following: a. Inspection and testing of materials. ' b. :assurance requirements. C. Wage rates. d. Stated allowances. 16. Laws and Regulations: The bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having ' jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. Applicable laws and regulations the contractor and subcontractor shall comply with and be familiar with are as follows (but not limited to) a. Wage and Labor laws. ' b. State unemployment compensation. c. Act 74 - Amend Act 275 of 1969 (Arkansas Statute 14-630). d. Withholding State and Federal Taxes. e. Anti -kickback Act of June 13, 1934, 40 U.S.C. 276 '• f. Equal opportunity provisions. g. Act 125 - Arkansas Acts 1965. C I INFORMATION FOR BIDDERS The contractor shall comply with all such laws and regulations and any amendments or modifications made thereto and shall include all such provisions with all subcontracts. ' The contractor shall abide by all Federal, State, and local laws governing labor. The contractor further agrees to save the Owner harmless from the payment of any contribution under the State ' Unemployment Compensations Act, and the contractor agrees that if he is subject to the Arkansas State Unemployment Act, he will make whatever contributions are required under and by virtue of the t• provisions of said Act. Minimum wage rates shall be equal to basic rates as established by common usage in the city and adjacent community for the various ' types of labor and skills performed. In case wage rates are specified in the contract documents, the rates as specified shall be the minimum rates which apply to the project. Whenever available, local common labor shall be used, and whenever practical, skilled and semi -skilled labor, if available, shall be used. The contractor and each subcontractor, where the contract amount ' exceeds $75,000 shall comply with the provisions of Act 74, as amended by Act 275 of 1969 (Arkansas Statute 14-63C). The provisions are summarized below. ' The contractor and subcontractor shall: a. Pay the minimum prevailing wage rates for each craft or type of workman and the prevailing wage rate for holiday and overtime work, as determined by the Arkansas Department of Labor. ' b. Post the scale of wages in a prominent and easily accessible place at the site of the work. c. Keep an accurate record showing the names and occupation and ' hours worked of all workmen employed by them, and the actual wages paid to each of the workmen, which record shall be open at all reasonable hours to the inspection of the Department of Labor or the Owner, its officers and agents. The Owner shall have the right to withhold from amounts due the contractor so much of accrued payments as may be ' considered necessary to pay the workmen employed by the contractor or any subcontractor, the difference between the rates of wages required by this contract and the rates of wages received by such workmen. I 1 5 II I INFORMATION FOR BIDDERS If it is found that any workman employed by the contractor or a subcontractor has been or is being paid a rate of wages less than the rate of wages required by this contract, the Owner may, by written notice to the contractor, terminate his right to proceed with the work or such part of the work as to which there has been a failure to pay the required wages and to prosecute the work to completion by contract or otherwise, and the contractor and his sureties shall be liable for any excess costs occasioned thereby. The contractor shall deduct and withhold Arkansas income taxes, as • required by Arkansas law, from wages paid to employees, whether such employees are residents or non-residents of Arkansas. When provided for in the specifications, the contractor shall comply ' with the regulations of the Secretary of Labor made pursuant to the Anti -kickback Act of June 13, 1934, 40 U.S.C. 276(c), and any amendments or modifications made thereto and shall see that such provisions are included in all subccntracts. A copy of such provisions is included hereinafter in these specifications. Where Federal funds are used to pay a portion of the cost of a ' project, the prospective bidder will be required to comply with the provisions of Title VI of the Civil Rights Act of 1964 and Executive Orders 11246 and 11375, and, where applicable, shall include such provisions in subcontracts or purchase orders. Further, certain ' construction contracts are subject to compliance with Minority Business Enterprise requirements. Where provided for in the specifications, the contractor, as a part of his bid, shall complete forms relative to compliance, or participation with the above. The attention of all bidders is called to the provisions of Act 125, Arkansas Acts cf 1965. This act provides for payment for certain ' taxes on materials and equipment brcught into the state. It further provides for methods of collecting said taxes. All provisions of the act will be complied with under this contract. 17. Insurance: During the life of this contract, the successful bidder shall carry insurance as hereinafter set out. Also, he shall require all of his subcontractors to carry insurance as outlined below, in case they are not protected by the policies carried by the prime contractor. Insurance companies underwriting the required insurance shall be ' licensed in the State of Arkansas. Insurance is to be approved by the Owner. If any insurance contracted for becomes unsatisfactory or unacceptable to the Owner after the acceptance and approval thereof, the contractor shall promptly, upon being notified to that effect, execute and furnish acceptable insurance in the amounts herein specified. Upon presentation of acceptable insurance, the unsatisfactory insurance may be canceled at the discretion of the contractor. ' 7 I INFORMATION FOR BIDDERS The contractor shall have his resident insurance agent submit to the saner, through the Engineer, a schedule of insurance policies proposed to be furnished, which shall be approved before certificates of insurance and/or policies are issued. Once the Owner has concurred in the proposal of insurance coverage, the contractor shall then furnish to the Engineer, in the name of the Owner, certificates of insurance for the _following: ' a. Workmen's Compensation: Workmen's Compensation, as required by the laws of the state in which the work is being done, ' shall be furnished. :n case any hazardous occupaticns are required for the execution of the work which are not covered by the above insurance, special employer's liability policies shall be obtained to cover workmen engaged in such hazardous ' occupations. b. Contractor's Public Liability Insurance and Property Damage Insurance: This insurance shall provide bodily injury of ' $1,000,000 for each person and $2,000,00C for each accident, and property damage of $1,000,000 for each accident. This insurance shall be endorsed to cover explosion, collapse and ' underground hazards, and blasting. c. Motor Vehicle Public Liability and Property Damage Insurance: This policy shall provide bodily injury of $1, C00, 000 for each ' person and $2,000,J0C for each accident; and property damage of S1,000,OC0 for each accident. *d. Owner's and Engineer's Contingent Protective Lability ' Insurance: The contractor shall indemnify and save harmless the Owner and Engineer from and against all losses and c_aims, demands, payments, suits, actions, recoveries, and judgments of every nature and description brought or recovered against them by reason of the work, in the guarding cf it, and construction staking. The contractor shall obtain in the name of the Owner and Engineer (either as co-insured or by ' endorsement) , and shall maintain and pay the premiums for such insurance in an amount not less than $2,000,000 property damage and $1,000,0C0 bodily injury limits, and with such provisions as will protect the Cwner and Engineer from ' contingent liability under this contract. No clause shall be construed in any form or manner to waive the Tort Immunity as set forth under Arkansas State Law. [1 *REQUIRED BY CONTRACTOR PRIOR TO NOTICE -TO -PROCEED. I I 11 I I INFCRMAT_ON FOR BIDDERS e. Builder's Risk Insurance: [X] Optional ; ] Required The contractor shall procure and maintain, during the life of ' the contract, builder's risk insurance (fire, lightning, extended coverage, vandalism, and malicious mischief) on the insurable portion of the project on a 100% completed value basis against damage to the equipment, structure, or material. ' The contractor, his subcontractors, and the Owner shall (as their interests may appear) be named as the insured. If. All -Risk Floater Insurance: :X] Optional [ ] Required Until the project is completed and is accepted by the Owner, the contractor is required to maintain an all-risk installation floater policy. The contractor shall submit to the Owner written evidence of insurance upon the entire work at the site to the full insurable value thereof, including the interests of the Owner, ' the contractor, the subcontractors, and any others with an insurable interest. The policy shall insure against all risk of physical damage except as modified by the contract ' documents and subject to the normal all-risk exclusions. The • policy, by its own terms or by endorsement, shall specifically permit partial or beneficial occupancy prior to the completion or acceptance of the entire work. g. Other :assurance: The contractor is to protect the Owner against all loss during the course of the contract. :f, due to the nature of the project, insurance coverage other than ' that specified above is needed by the contractor to protect the Owner against all losses, the contractor is responsible for determining the type cf insurance needed and purchasing ' same. 18. Performance Bond and Payment Bond: The contractor shall furnish both a surety performance bond and a payment bond, each equal to one ' hundred percent (100%) of the contract price. The performance bond and payment bond shall be two totally separate bonds and shall bear two different bond numbers. ' The contractor is to pay all expenses in connection with the obtaining of said bonds. The bonds shall be conditioned that the contractor shall faithfully perform the contract, and shall pay all indebtedness for labor and materials furnished or performed in the construction and installation of such alterations and additions as prescribed in this contract. I I I In Arkansas, prevailing law requires that performance and payment bonds on public works contracts shafl be executed by a resident local aaent who is licensed by the :nsurance Commissioner to represent the surety company executing said bonds, and filing with such bonds his power of attorney as his authority. The :Here countersigning of the bonds will not be sufficient. I INFORMATION FOR BIDDERS ' The date of the bonds, and of the power of attorney, must not be prior to the date of the contract. At least six copies of the bonds shall be furnished, each with power of attorney attached. ' 19. Method of Award - Lowest Qualified Bidder: If at the time this contract is to be awarded, the lowest base bid submitted by a responsible bidder does not exceed the amount of funds then established by the Owner as available to finance the contract, the contract will be awarded or. the base bid only. If such bid exceeds such amount, the Owner may reject all bids or may award the contract I on the base bid combined with such deductible alternates applied in numerical order in which they are listed in the Form of Bid, as produces a net amount which is within the available funds. •I 20. Obligation of Bidder: At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the plans and contract documents (including all addenda). The failure or omission of any bidder to examine any form, instrument or document, shall in no way relieve any bidder from any obligation in respect to his bid. 21. Safety Standards and Accident Prevention: with respect to all work performed under this contract, the contractor shall: a. Comply with the safety standards provisions of applicable laws, building and construction codes, and the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596). b. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. c. Maintain at his office or other well-known place at the job ' site, all articles necessary for giving first -aid to the injured, and shall make standing arrangements for the immediate removal to a hospital or a doctor's care of persons (including employees) who may be injured cn the job site. In no case shall employees be permitted to work at a job site • before the employer has made a standing arrangement for removal of injured persons to a hospital or a doctor's care. I [] I C I11 I ' 1NFCRMAT=ON FOR BIDDERS ' 22. STORY. WATER PERMIT: General Contractor shall submit a written "NOTICE -OF -INTENT" to the director of Arkansas Department of Pollution Control and Ecology, requesting authorization to discharge ' Storm Waters from the development site into Receiving Waters in the State of Arkansas. Contractor shall be responsible for compliance with the provisions set forth ir. the Arkansas Water and Air Control Act (Act 4'2 cf 1949, as amended, Arkansas Code Ann. 8-4-101 et seq.), and Clean Water Act (33 U.S.C. 1251 et. seq.). A copy of said "NOTICE -CF -INTENT" and the Department of Pollution Control and Ecology's Permit shall be provided to the Owner prior to the 1 "NOTICE -TO -PROCEED". 23. MAINTENANCE BOND REQUIREMENTS: A Maintenance Bond shall be provided in accordance to the requirements of the Governing Agency to which ' the protect is a part, which are itemized, as follows: a. City of Fayetteville: one (1) year in the amount of fifty percent (50%) of construction costs. ' b. City of Springdale: one Cl) year in the amount of fifty percent (5C%of construction costs. c. Washington County: one (1) year in the amount of fifty percent (50%) of construction costs. All other bonds shall be one (1; year in the amount of fifty percent (50%) of construction costs. 24. CHANGED OR EXTRA WORK: The OWNER, through a Change Order prepared by the Engineer, reserves the right at any time during the progress of the work to make necessary alterations cf, deviations from, ' additions to, or deletions from the Contract, or may require the Performance of Extra Work not covered by the Contract Documents, but forming a part of the Work contracted for; provided however, the Contractor shall not proceed with any such Changed or Extra Work without a Change Order. The nature and extent of the Proposed Changed or Extra Work shall be defined in writing with a Charge Proposal Request (CPR) by the • Engineer and submitted with a written request to the Contractor to • indicate any change in Construction Contract Cost or Time for the proposed Changed or Extra Wcrk. The contractor shall return the CPR to the Engineer with a detailed cost breakdown. The Engineer may then submit the CPR to the Owner with a recommendation regarding acceptance. ' If the Owner accepts the CPR, the Engineer will notify the Contractor and prepare a written Change Order. 1 I I C INFORMATION FOR BIDDERS ' 25. R:GFT OF OWNER ^0 TERMINATE CONTRACT: Should it appear at any time that the work is not being prosecuted with sufficient competence or rapidity to insure proper completion of the work within the ' stipulated time, and, if after consecutive calendar days following written notice to the Contractor and the Surety, he fails to increase the quality or the quantity of his work, or both, the Owner reserves the right to annul and cancel the Contract and relet ' the work or any part thereof, or at the Owner's option to complete it by day labor. The Contractor shall not be entitled to any claims for damages or. account of such annulment, and he will be held liable for costs and expenses incurred in reletting or otherwise completing the work under the contract. All money due the Contractor will be retained until the work is completed and all expenses and costs have been deducted and any money due the Owner, after such deductions I I I I I I I I I I have been made, shall be paid by the Contractor or his Surety who hereby agrees to these provisions. 12 I L L L L L I 11 I UNITED STATES FIDE[ BID BOND BOND NUMBER KNOW ALL MEN BY THESE PRESENTS: GUARANTY COMPANY, a Mary and corporal on, as Surety. are held and firmly bound urto... The City of Fayetteville .................................................................................................................................................. as Obligee, in the fall and ,ust sum RANTY COMPANY Five Percent (5%) ....................................................... ........................................................................................................................................................................4.. Dollars awful money of the In ted States, fcr tie payment cf which sum, well and truly to be made, we bind ourselves, our heirs, executors. admin strators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal is herewith submittirg its proposal for furnishing all labor and materials for the construction of the Mill Street Extension, Fayetteville, Arkansas. THE CONDITION CF THIS OBLIGATION s sin that if tie aforesa c Principal shall be awarced the cont,act the said Prircipal will, within 'he tine •ecuired enter irto a formal contract and give a good and sufficient bond to secare the performance of the terms and ccnditions of tie contract then this obligation :c be vcic; o:te-wise the Principal and Surety will pay unto the Obligee the difference to money between the anoint of the bid of :te said Principal and the amount for which the Obligee egal y contracts with another party to perform the work if the tatter anol.nt be it excess of the 'o-ner bit in no event shall ' a5Fly hereurder exceed the peial sum he•eof. Signed. sea ed and del vered. ..? .gus ._..7,.3..,...,394 .. ... (Date) .... Jerry 1).........t er,..Inc........................_(SEAL) ....JU... ............................................................:S EAU Presi ent UNITED STATES FIDELITY AND GUARANTY COMPANY .:............... Imbert M. Davis Attcrnev-in-fact 1 Cus--ao: 11 Ro,aeLL1 I:4AI I NO 299339 L I KNOW ALL MEN BY THESE PRESENTS: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland and having its principal office al the City of Baltimore. in the State of Maryland. does hereby constitute and appoint A.P. Eason, Jr. and Robert M. Davis of the city of Fayetteville , state of Arkansas its true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is slimed above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds. undertalongs. contracts and other written instrwnents in the native thereof on behalf of the Company in its business of guaranteeing the fidelity of persons: guaranteaog the performance of contracts; and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused thus instrument to be sealed with its corporate seal. duly attested by the signatures of its Senior Vice President and Assistant Secretary, this 22nd day of January . A.D. 1993 UNITED STATES FIDELITY AND GUARANTY COMPANY iSigned) By.. .. ... ..... ...... .. .. . ^ Senior Vice President (Signed) By..... .. . ... .... -Assistant Secretary STATE OF MARYLAND) SS: BALTIMORE CITY ootbis22nd dayof January .A.D. 1993 . beforeme personally came Robert J. Lamendola Senior Vice President of the UNITED STATES FIDELITY AND,GUARANTY COMPANY and Paul D. Siks ,Assistant Secretary of said Company, with both of whom lam persamlly acquainted, who being by me severally duly swotsaid,thu they, the said Robert J. LamendoLa and Paul D,%Sims were respectivelylbeSeoior Vice Presidentaod the Assistant Secretary of The said UNITED STATES FIDELITY AND GUARANTY COMPANY. the corpormon described in and which executed the foregoing Power of Attorney: that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporaeeseal, that it was so affixed by order of the Board of Directors of said corporation, and that they signed (heir names thereto by like other as Senior Vice President and Assistant Secretary, respectively, of the Company. MyCommiss.onexprresthe 11th dayin> March A.D 19 95. (Signed) v. 4.i✓Y�^„+•4—. y , /. %y/r. j. FrF/Y.1PUBLIC "'"c ✓ t NOTARY PUBLIC This Power of Attorney is granted under and byautbority of the following Resolutions adopted by the Board of Directors of the UNITED STATES FIDELITY AND GUARANTY COMPANY on September 24, 1992: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instrument relating to said business may be signed. executed, and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company. either by the Chairman. or the President, or an Executive Vice President or a Senior Vice President ora Vice President or an Assistant Vice President. jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved. printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Atlorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other wettings obligatory in the nature thereof and, unless subsequently revoked and subject to any limitations set forth therein, any such Power of Attorney or cenifican bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and broiling upon the Company with respect to my bond or undertaking to which it is validly attached. RESOLVED. that Attomey(s)-in-Ful shall have the power and authority. unless subsequently revoked and, in any case, subject to the terms and limitations of the Power of Attorney Issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings. and other writings obligatory in the nature thereof, and my such instrument executed by such Attorneys) -in -Fact shall be as binding upon the Conpmy as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company L Paul D. Sims , an Assistant Secretary of the 11NITED STATES FIDELITY AND GUARANTY COMPANY. do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and that this Resolution is in full force and effect L the undersigned Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. In Testimony Whereof, I have hereunto set my hand and the seal oft e' TED STATES FIDELITY AND GUARANTY COMPANY on this day 19 of sett V sav�ac A 7896 Assistant Secretary qtt� �FS 3(10-92) / I BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and ' as Surety, are hereby held and firmly bound unto the CITY CF FAYETTEVILLE, as OWNER, in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, • administrators, successors, and assigns. Signed this day of , 199_• The condition of the above obligation is such that whereas the Principal has submitted tc the CITY OF FAYETTEVILLE a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for CONSTRLcT:ON OF: MILL STREET EXTENSION BID No. 94-49 NOW ';HEREFCRE, • A) If said Bid shall be rejected, or in the alternate, B) If said Bid shall be accepted and the Principal shall ' execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said • Bid, then this obligation shall be void, otherwise the • same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety i for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. ' The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way ' impaired or affected by any extension of the time within which the - Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. 1 I BID FOR UN:T PRICE CONTRACTS Place: City of Fayetteville, Room 306 Date: Project No.: E-269 Proposal of (hereinafter ' called Bidder)* a corporation, organized and existing under the laws of the State of ,* a partnership, cr an individual doing business as • To the CT? OF FAYETTEVILLE, (hereinafter called OWNER). Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of MILL STREET EXTENSION, BID NO. 94-49, having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the contract documents, within the time set forth therein, and at the prices stated herein. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on or before a date to be specified in a written NOTICE :O PROCEED of the Owner and to fully complete the project within consecutive calendar days thereafter as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum of $250.00 for each consecutive calendar day thereafter. Bidder acknowledges receipt of the following addendum: Bidder agrees to perform all the work, described in the specifications and shown on the plans, for the following unit prices: *Insert corporation, partnership, or individual as applicable. I ADVERTISEMENT FOR BIDS Notice is hereby given that pursuant to an order by the CITY OF FAYETTEVILLE, ARKANSAS, sealed bids will be received at the City of ' Fayetteville, Purchasing Office, Room 3C6, 113 West Mountain Street, Fayetteville, Arkansas, until 11:03 a.m. Local Tame, August 10, 1994, for the furnishing of all tools, materials, and labor and the performance of all necessary work in Fayetteville, Arkansas, ' consisting of: MILL STREET EXTENSION FAYETTEVILLE, ARKANSAS BID No. 94-49 All necessary work, materials, and every item of construction shall ' be in accordance with the plans, profiles, and specifications as approved by Public Works Department, City of Fayetteville, and Health Department. Said plans and specifications are on file in ' the office of the Engineer, MILHOLLAND COMPANY, Engineering and Surveying, 205 West Center, Fayetteville, AR 72701. Copies may be obtained from the office of said engineer upon the payment of ' $125.00 dollars. Unsuccessful bidders or non -bidders will be refunded $20.00 u_cn the return of undamaged plans and specifications within ter. (:0) days after the date of receiving bids. ' Each contractor shall be responsible for the investigation, inspection, and studies cf the project site as deemed necessary to ' familiarize themselves with all conditions to be encountered. All bidders shall be licensed under the terms of Act 150 cf the 1965 Acts of the Arkansas Legislature. ' Each bid must be accompanied by a cashier's check or surety bond in an amount equal to five percent (5%) of the whole bid. Said bond shall be issued by a surety company licensed to do business in the State of Arkansas. In the event the successful bidder fails, neglects, or refuses to enter into the contract for the • construction of said work and furnish the necessary bonds within ten (10) days from and after the date the award is made, the Owner shall retain said check or bond as liquidated damages. ' All bids shall be sealed and the envelope addressed to the Owner, CITY OF FAYETTEVILLE, PUROHASIN3 OFFICE, ROOM 3C6, 113 WEST MOUNTAIN STREET, FAYETTEVILLE, ARKANSAS, and marked on the lower left side of the bid envelope shall be the following information: Project name, date cf bid opening, time of bid opening, bidding contractor's name and licensed number, and subcontractor's name and license number, if any. IE-269 1 F] ADVERTISEMENT FOR BIDS Bids will be opened and read aloud at the City - Purchasing Room No. 306 at 11:00 a.m. August 10, 1994, and shall be considered by the Owner, as may be necessary. The right to reject any and all bids, to waive any informalities, and to negotiate with any qualified bidder after bid opening, shall be reserved to the discretion of the Owner. No bidder may withdraw his bid within sixty (60) days after the actual date of the bid opening. 1 ' E-269 2 I I I [J I BID FOR UNIT PRICE CONTRACTS Place: City of Fayetteville, Room 306 Date: August !0, 1994 Project No.: E-269 Proposal of JERRY D. SWEETSER, INC (hereinafter called Bidder)* a corporation, organized and existing under the laws of the State of AfiPr'& S ,* a partnership, or an Iindividual doing business as ' To the CITY OF FAYETTEVILLE, (hereinafter called OWNER). Gentlemen: '• The Bidder, in compliance with your invitation for bids for the construction of M_:L STREET EXTENSION, BID NO. 94-49, having examined the plans and specifications with related documents and ' the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the ' project in accordance with the contract documents, within the time set forth therein, and at the prices stated herein. These prices are to cover all expenses incurred in performing"the work required under the contract documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on ' or before a date to be specified in a written NOTICE TO PROCEED of the Owner and to fully complete the project within 80 consecutive calendar days thereafter as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum of 5250.00 for each consecutive calendar day thereafter. Bidder acknowledges receipt of the following addendum: ' Bidder agrees to perform all the work, described in the specifications and shown on the plans, for the following unit prices; *Insert corporation, partnership, or individual as applicable. I 1 I I C I I C I I I I I C r MILL AVENUE EXTENSION, PH. I [SPRING STREET TO CENTER STREET] BASE BID ITEMS ITEMS: All ;:ems Complete in place, including all labor, materials, bonds, insurance, equipment, fittings, and unforseen items, constructed in accordance with the City of Fayetteville Specifications and Requirements and as shown on plans, including clearing, grubbing, cleanup, repair of damaged yard surfaces, and testing. NOTE: The Contractor shall provide at his expense and subsidiary to other items of this Contract, the following data and tests: I. Subgrade of Street Section: a. Soil Classification b. Atterburg Limits c. Proctor Data d. Densities II. Base of Street Section: a. Proctor Data b. Densities :11. Street Surface: a. Asphalt: Thickness, Cores, Densities and Laboratory Data. b. Concrete: Thickness, Cores, Cylinders and Compression Tests for 7 days and 28 days Breaks IV. Designated Fill Areas: a. Soils Atterburg Limits b. Proctor Data c. Densities All OFF-S:TE and ON -SITE damaged surface areas shall be cleared of all rock and debris and covered with 4" On -site TOP SOIL, seeded, fertilized, mulched, and watered for successful growth: II.. CONSTR'JCT:ON EARTHWCRK: In accordance with plans and specifications for said project and prior to Utility Construction across street sections, Contractor shall construct rough subgrade iron centerline control in existence at time of BID; Engineer will provide a "CUT - SHEET" from said control. 1 E-269 1 7/26/94 1 Ii I I I 1 1 I I MILL AVENUE EXTENSION, PH. I [SPRING STREET TO CENTER STREET] BASE BID ITEMS *A. Clearing, grubbing, fence removal, disposal, backfill, and backslopirg, and classified and unclassified excavation in the ancunt of apprcximately 3,500 C.Y. of which approximately 2,000 C.Y. is "Classified" Excavated material to be used as ON -SITE "SELECTED" FILL MATERIAL and the remaining "CLASSIFIED" EXCAVATED materials to be used in DESIGNATED "FILL AREAS" within the limits of the project; Contractor shall FIRST STRIP AND STOCKPILE THE "TOP SOIL" ONLY; THEN the Engineer and Contractor shall determine which Sections may require Under Cuts and filled with Cn-Site Material; On -Site: - 3,500 C.Y. © -Toaty- j o FhouSdhc per L.S. $ �C�• **B. Compacted "Hillside" sub -base material from OFF -SITE (CFF-SITE identified as material purchased from others than the Owner); unit price per Truck Yard shall include the required "unclassified" Excavation and disposal of soil materials within street section, AND, "As Required by Engineer"; 1 1 1 1 1 i 1 E-269 1 "HILLSIDE" Fill for Street Sections, A\D "As Needed", designated "FILL AREAS`, to supplement "On -Site" Excavated Fill Materials to obtain Finish Grades of Street Backfill; Approximately 2,500 Truck Yards ©►'N Marc ahJ ;ve _esnt-S S9.� )per T.Y.$ 3a,loc�C Subsidiary to item 1.A above the Contractor shall provide the following: 1. "CONTRACTOR SHALL LSE SITE EXCAVATED CLASSIFIED MATERIALS TO BUILD UP DESIGNATED FILL AREAS AND AS MAY BE DETERMINED BY ENGINEER, INCLUDING FINISH GRADING TO PROPERLY DRAIN ONTO STREET, AND SEEDING, COMPACTED TO 9Co STANDARD PROCTOR " . PAGE SL -B -TOTAL - - - - - - - - - - - - - - - - 2 $ (25�!aS.0o 7/26/94 L I I I1 El I 1 1 E-269 MILL AVENUE EXTENSION, PH. I [SPRING STREET TO CENTER STREET] BASE BID ITEMS 2. IN ACCORDANCE TO THE PROJECTS "GRADING PLAN", "CONTRACTOR SHALL FILL AND FINISH GRADE THE ADJOINING LOTS TO PROPERLY DRAIN INTO STREET GUTTER AND DRAINAGE STRUCT.'RES." 3. "CONTRACTCR SHALL USE ALL EXCAVATED SELECT FILL MATERIALS FROM STREET SECTIONS TC PROPERLY GRADE LOTS FOR ACCESS AND SURFACE DRAINAGE AT VARIOUS LOCATIONS OF PROJECT." 4. "EXCESS 'TOP SOIL' SHALL BE STOCK PILED ON AN ON-S=TE AREA SELECTED BY THE OWNER AT THE PRE ECCNSTRUC7ION CONFERENCE." 5. SUBSIDIARY TC ITEM I.A ABOVE, THE CONTRACTOR SHALL BE RESPONSIBLE FOR AND PROVIDE AT HIS EXPENSE THE FOLLOWING: a. Clearing, Grubbing, Disposal, Clean-up and Unclassified backfill with excavated materials in Designated "FILL AREAS". b. Backsloping and landscaping all "CFF-S==E" and "ON -SITE" damaged areas with 4" On -Site top soil (�.ncluding Utilities and Storm Sewer Construction areas); c. Seeding, fertilizing, mulching, and watering for successful YEAR-ROUND GROWTH on all surface areas damaged, filled, backsloped, and ditched areas relative to the project, including Utility Trenching, Storm Drainage, and Designated Fill Area; Eli 7/26/94 I I I I I I I II I1 I I I I I I E-269 MILL AVENUE EXTENSION, PH. I [SPRING STREET TO CENTER STREET] BASE BID ITEMS d. Use of all suitable "Classified" excavated material from Street and Storm Sewer, and other approved items, for site selected fill material within the project's street Right-Cf-Ways and designated "FILL AREAS' on project site; e. Removal and disposal of shrubs, bushes, trees, rccks, buildings, and other items within the construction limits; f. Dispose of excess excavated materials; g. Employee and compensate an :ndependent Certified Materials Laboratory to certify its staff personally selected soil materials from the project site and determined the soil's Atterburg Limits and Proctor Data, and perfcrmed all Compaction Tests on all Materials in street sections and fill areas. h. All "Selected Fill Materials" shall be within 5% (±) of its Optimum Moisture Content during the Compacting Process. i. Compacticn Tests for Soils Materials shall meet or exceed the following; 1. Und=sturbed street subgrade - 95% Standard Proctor; 2. On -Site "Classified" and "Hillside" Fill Materials within 1:1 Backslcpe of Street Sections - 95% Standard Proctor; 7/26/94 C I I L i I I I I Li I I I I I MILL AVENUE EXTENSION. PH. I [SPRING STREET TO CENTER STREET] BASE BID ITEMS 3. "Unclassified" Fill between the 1:1 Backslope and finish grade of Street Sections - 90% Standard Proctor; 4. Or. -Site "Classified" Materials from Street Section Excavation and Off -Site "Hillside" Materials placed within Adjacent Property of Project - 90% Standard Proctor; j. All Compaction of "CLASSIFIED" and "HILLSIDE" Materials shall be performed with a "SHEEP'S FOOT" Roller Mechanical type compactor and all fill Materials shall be compacted in 8" thick layers evenly spread across entire Fill Areas on a level plane. k. Provide a 1/4" per 1 L.F. Backslope Back -of -Curbs for a distance of 8' for the Sidewalk on one side of the street. I I . SAW CUT: A. Sawcut per Plans and Specifications Existin Asphalt Surfaces, 185 L.F. n �cllarc Anci nc Nehts ?.x^00 S( ) per L.F. E-269 .1 B. Remove and Dispose Existing Asphalt Surfaces, 355 S.Y. @ p ar_53 �QYi igm& !� 00 11[) Centc — $( ) per S.Y. $ Zo, PAGE SUB -TOTAL - - S I vI Q 7 7/26/94 I ' MILL AVENUE EXTENSION, PH. I [SPRING STREET TO CENTER STREET] ' BASE BID ITEMS III. STREET CONSTRUC'==oN PER FAYE:TEVILLE SPEC=FICATIONS: All Laboratory Data and Field Testing of each material used in the street section shall be performed by an • Independent Certified Material Laboratory, and shall be the expense of the Contractor as Subsidiary to the Bid ' Items of this Contract. Included in this Bid Item, the Contractor shall provide for the following schedule: 1. After stripping of Topsoil, Laboratory Data and Field Testing of Subgrade Materials; 2. Prior to placement, Laboratory Data for SE -2 Base and "Hillside" Materials; ' 3. Cores Laboratory Analysis of Pavement Section within two weeks after placement. ' A. CONCRETE CURB AND GUTTER: 1. Construct 2' wide STANDARD concrete ' curb & gutter with Standard HANDI- CAP Ramps at the Center of all Curb Radius, 1,542 L.F. @'3 dc)joyc n ciX— $ ) per L.F. $� B. PAVEMENT SECTION: BID PRICE is required for ' EACH of the `following Street Sections, as follows; PLEASE EXTEND ONLY BASE BID: I I I I 1 1 E-269 1 1 1. PAVEMENT SECTION NO. 1: a. Base Bid: Construct 3" Hot Mix Asphalt Cement Pavement Surface with 8" Compacted SB-2 Base, 1,755 S.Y. @5?x en do1\aVS ad- ne+ cents -- r b. Alternate Bid No. _ Construct 6" thick Concrete Surface with 2" Drainage Blanket to one foot (1'i BACK - OF -CURE, 1,755 S.Y. @Sik €t n. SO el rs ard nCorkS S ` per PAGE SL -E -TOTAL - - - - - - - - - - - - - - - - S b J� E 7/26/94 MILL AVENUE EXTENSION, PH. I [SPRING STREET TO CENTER STREET] BASE BID ITEMS I 1 1 1 IV 1 B. PAVEMENT SECTION [CONT.: 2. PAVEMENT SECTION NO. 2: a. Base Bid: Construct 6' thick Concrete Surface with 2" Drainace Blanket to one (1') BACK -OF -CURB, 740 S.Y. @______ do\1arS amI& - $( ) per S.Y. $ 2 C. LIME STABILIZATION OF TOP 6" OF SUBGRADE to 1' BACK -OF- r as required, er square yard subgrade @ �iB, 2r square �oi� 0.YS rt c /S $(t& 00 ) per S.Y. $________ STORM SEWER CONSTRUCTION: [ON -SITE] Construct reinforced concrete Drop Inlets with ring and lid and the following Inlet openings: A. 8" X 4 L.F., 1 each ¢vr\e khcusar. ct , de lnuhdrak clrl'avc S ( /SDO. per ea $ B. D.I. NO. 1: 8" X 4 L.F. inlet cpening with Tie to Existing 15" RCP, 1 each QOr -Fkoi S r'a- siYC Y\;,LY Vf& d0 c� c \kn V S $ ( /SGD.--i per ea $ /SG1D • ***2. Install per plans and specifications storm drainage pipe as follows: (CMP Pipe 30" and less shall be 16 ga.; over 30" shall be 14 ga.) 1 E-269 1 A. Remove Existing 15" RCP and Construct 24" RCP torn Sewer pipe, 62 L.F. @ 3. Remove and Dispose Existing Grate and Plug 18" CMP at the intersection of Mill Ave. and C nt r Street, per Lump Sum @ ea DO ( Q\ fQ YS ( SF�A per :,.S. $ .' I� PAGE S:.7B-=CTRL - - - - - - - - - - - - - - - - $1R�13f•oo F& 7/26/94 I I MILL AVENUE EXTENSION, PH. I [SPRING STREET TO CENTER STREET] BASE BID ITEMS ****V. Compacted SB-2 base backfLll around Storm Drainage Structure �under street sectihons, 200 tons ins V r� � v k- 4 P � 3 c i \ G Y 5 S( I Per ton $ 7Q/i VI. Construct 4" thick X 4 L.F. wide concrete sidewalk with Nandi -cap Ramps at Street Intersections and Pedestrian ' Crossings er Plans and Specifications, 800 L.F. @ �c ' 5 /t a-: S ( l ) Per L.F. $_ �Jv 1 VII. RETAINING WALLS: Construct Reinforced Concrete Retaining Walls per Plans and Specifications, ' complete -in -place as follows: I I I I I A. Coni Construct Retainngg W-� a FOO._NLS, 140 L.F. © Hk-i d�.11ays -cSeuertu .ii�'-e B. Construct Retaining Wall Panels at various heights per plans, 405 S.F.o Street side Vertical Surface ©�V+2h+- Eve C)ol�O.vS $' ) per S.F. VIII FENCE: A. Relocate Existing 6' chain link fence from Sta. 8+50 tq Sta. 9+S0 to Right -of -Way, 100 L.F. @KLi3Q d.�\av $( ) per L.F. B. Relocate Existing 6' high chain link fence at Detention Center Construction area to West Richt-of-Way, per Lu o m lSuQ l n �.�.r�-ii. v2 r� �G�`Ql)�q $( 6 per L.S. IX. Adjust Existing water Meter to grade per Plans and Specifications,. 2 each ©FourV'-L&verk G �— h Gl a vS S( ) per each $ PAGE E-269 8 7/26/94 I I ' MILL AVENUE EXTENSION, PH. I [SPRING STREET TO CENTER STREET] ' BASE BID ITEMS X. Remove & Properly Dispose of Existing Poore Home, including all foundations located near I Sta_ 4+00. [Under Bid Item No. I.B., Contractor shall Fill with "Hillside" compacted to 95% Std. Proctor Areas within the 25' Right -of -Way and '• 90% Std. Proctor outside of the R= h of-Wa ], per Lurc. Sun t10 �2nS S( fl1} per L.S. $ XI. Remove and Dispose of the following Miscellaneous Items: A. Existing Curb and Gutter, 9C L.F. @ -hive cool o vS $( S r per L.F. $ SOs LI I I *****XII I I B. Exrr�!istirc 4' Concrete Sidewalk, 90 L.F. @_ $( TT per L_F. $ C. Existing Rock Retaini. 7-35 to Sta. 8+C0 and Sta. 9+45, 155 L.F. ©, Wall, frcm Sta. cm Sta. 8+55 to c--e-.cLc)laS /5;—. per L.F. $ Construct and maintain Temporary "SILT/DETENTION PONDS" and/or SILT BARRIERS at all STORM DRAINAGE DISCHARGE POINTS FROM PROJECT with bales of hay, screens, compacted Berms, and other items the Contractor deems essential during the Construction of the project to prevent FLASH Flood Erosion andIWater Dama e on ttka Adjacent Properties, C� Ye tY` 4( r L.S.S = $ ( _$ice : - )_Per L.S. $ XIII Construct Standard French Drains with rigid perforated P.V.C. Pipe, as may be required during ^onstructior. AND Requested by the Engineer, 100 L.F. a ah ^ 60 _ n1 __ P4rL.F. $ r� J • IXV. Placement of French Drain Filter Roc:{ within Utility and/or Storm Draina^�e,Pine Tren-•h as requested by the ' Engineer, 100 ton C� I Y�ir�2¢ n 0 r C ci h rt �i c C a tc —_S /3 ) Per Ton $ E-269 9 7/26/94 1 I I I F C C C I I I H I I 11 I MILL AVENu EXTENSION, PH. I (SPRING STREET TO CENTER STREET] BASE BID ITEMS XV. ROCK EXCAVATION: Blast Rock Excavation for Construction of Storm Sewers, and other approved items, measured in accordance with Appendix etai.gql Sheet No. 16, esti ates 50 C.Y. @ Ome- n ULy e r -4-r PP n �-' - ty P c L i a V S i. •7 r per C.Y. $ XVI. TRENCH CR EXCAVATION SAFETY SYSTEMS: Contractor shall provide "Trench or Excavation Safety Systems" as needed on this Project ir. accordance with ACT 291-1993 STATE OF ARKANSAS for all trenching or excavation that equals or exceeds five (5) feet in depth, per Lump Sum @__Ve v_r..� eVVerK $( ) per L.S. $5cd TOTAL BASE BID $1 t-4 * The Owner plans to use on -site excavated materials to build up adjacent lots and street construction. The Contractor, at his expense, shall be required to place and compact EXCESS excavated materials, as follows: A. "Classified" Excavated material in "UNDER -CUT" Street Sections within street RIGHT-OF-WAYS. S. "Classified'' Excavated material within the RIGHT -CF -WAY Lccated in the designated "FILL AREAS". C. "tinclassified" Excavated material outside RIGHT-OF-WAY within the designated "FILL AREAS". E-269 1 10 7/26/94 I MILL AVENUE EXTENSION, PH. I [SPRING STREET TO CENTER STREET] BASE BID ITEMS ** "OFF -SITE HILLSIDE: Truck tickets must be signed by Engineer's representative with date, station location, and ' use. Contractor's UNIT PRICE shall include all the expense of excavating and disposing of "UNDERCUT" materials plus the TOTAL COST CF C_F-SI'E BORROW after COMPACTED IN -PLACE. ' *** NOTE: Alternative Pipe materials may be offered with Bid if ' a written certified acceptance by the City Engineer is attached to Bid Submittal. '• **** S3-2 BASE BACKF=LL: Truck tickets must be signed on site by Contractor's representative with date, station location, and use. SB-2 to be used ONLY as Backfill in ' Street Sections, Full depth of Trench to Street Subgrade and to one (1') foot Back -of -Curbs. NOTE TO CONTRACTOR: This Contract will pay a unit price per Delivery Ticket uD to 2CC tons. Additional Amounts of SB-2 Backfill shall be considered OVER -RUNS and Subsidiary to other Bid Items of the Contract. ' ***** SILT/DETENTION FACILITIES: Temporary Silt/Detention Facilities shall be constructed and maintained by the ' Contractor to reduce Silt Run-off and Storm Water Damage Down Stream; And, at the completion of project, said Facilities shall be graded, seeded and mulched to accommodate proper Drainage. Subsidiary to this BID :TEM, the contractor shall t be responsible for maintenance and repair of said facilities and clean-up of silt and erosion onto adjacent properties during Construction and for the ONE YEAR DURATION of the ' Maintenance Bond Period following the completion cf the project. Subsidiary to this BID ::EM, the Contractor shall develop said plan and provide the Engineer a copy of such; ' PLUS: Contractor shall OBTAIN REQUESTED PERMITS from D.P.C.&E. for gracing and Drainage, prior to Notice -to - Proceed. All permits required by D.P.C. & E. of Arkansas, and other state and federal Government Agencies shall be ' obtained by the Contractor as a Subsidiary Item to this Bid Item.. I E-269 I 11 7/26/94 I ' TOTAL OF BID: $ I119i: It I d.5 J pNE HUNDRED Sf�'f NtCE TThiOI,uSAMb, 51X HU�J0►2ED UE��"Two QoLLAtS ' (Amounts are tc be shown in both words and figures. In case of discrepancy, the amount in words will govern.) The above unit prices shall include ail labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., tc cover the finished work of the several kinds called for. ' Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. '• The bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. I I H I [1 Upon receipt of written notice of the acceptance of this bid, Bidder will execute the formal contract attached within ten (10) days and deliver a Surety Bond or Bonds. The security attached in the sum of J < D dollars ($ ) is tc become the property of the Cwner in the event the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additicnal expense to the Owner caused thereby. I.' (SEAL - if bid is by Corporation) I I I 11 I Respectfully Submitted: JERRY D. SWEETSER, INC B- .eY 751 590 WEST POPLAR - FAYETTEVILLE, AR 72703 Business Address Zip Code H ' CONTRACT THIS AGREEMENT, made this day of , 199 by and between the CITY OF FAYETTEVILLE, ARKANSAS, (Corporate Name of Owner) herein called "OWNER", acting herein through its (Title of authorized Official) and YEW.' C. Swegrsel2 Ne. (a corporation) _ _ _ , c_n individual ao g.b, s (STRIKE CUT INAPPLICABLE TERMS) • ' of FAYEZ7tV(LLE , County of VA_ _____ N , and State of Ax ANdw 5 , hereinafter called "Contractor". ' WITNESSED: that for and in consideration of the payments andagreements hereinafter mentioned, to be made and performed by the Owner, the Contractor hereby agrees with the Owner to commence and complete the construction described as follows: MILL STREET EXTENSION FAYETTEVILLE, ARKANSAS 'BID NO. 94-49 hereinafter called the "Project", for the sum of OME Rtib Eb E1dHry ' euc n.a)S -sjte4E w a ayrxrr tom...' Aso eiF-nr c .lrs dollars (S ISI,q>'3Z.Se ) and all extra work in connection therewith, under the terms as stated in the General and Special Conditions of the ' Contract; and at his (its or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and ' services necessary to complete the said Project ir. accordance with the conditions and prices stated in the Proposal, and Information to Bidders; the plans, which include all maps, plats, blueprints, and other drawings and printed or written explanatory matter ' thereof; the specifications and Contract Documents therefore as prepared by M'_lholland Ccmpany, Engineering & Surveying, herein entitled the "Engineer", all of which are made a part hereof and collectively evidence and constitute the contract. The Contractor hereby agrees to commence work under this Contract on or before a date to be specified in a written "NOTICE - TO -PROCEED" of the Owner and to fully complete the Project within consecutive calendar days thereafter. The Contractor further agrees to pay, as liquidated damages, the sum of $250.00 ' for each CONSECUTIVE CALENDAR DAY thereafter as hereinafter provided in DIVISION I, Section 01:04 of the General Provisions and as stated in Bid Documents. ' 1 I CONTRACT I I I Ii I The Owner agrees to pay the Contractor in current funds for the performance of the Contract, subject to additions and deductions, as provided in the General Provisicns of the Contract, and to make payment on account thereof as provided in DIVISION I, Section 01:23; "MEASUREMENT AND PAYMENT". The Contractor further agrees to allow the Owner to deduct from the FINAL Payment a:: charges invoiced the Owner by the Engineer for "RESTAKING OF CONTROL", as provided by DIVISION I. Section 01:2: of the Genera: Provisions. IN WITNESS WHEREOF, the parties to these presents have executed this contract in three [3] counterparts, each of which shall be deemed an original, on the day and year first above mentioned. ' (SEAL) CITY OF FAYETTEVILLE, ARKANSAS Att ¢ Owner ./ /IQn. PO/ BY: Secretary ' 7��rz witness Title 113 WEST MOUNTAIN STREET FAYETTEVILLE, ARKANSAS 72701 Business Address and ZIP Code (SEAL) ' Attest: II I I C I I I L (Print or type names beneath all signatures) JERRY D. SWEETSER, INC Contract r By: 4 Title 590 WEST POPLAR - FAYETTEVILLE, AR 72703 Business Address and ZIP Code NOTE: Secretary of the Owner should attest. If Contractor is a corporation, Secretary should attest. ,r � �•• • �— __ S' .. f, •f n 6 ,d .6... n.` - - . a — I '� UNITED STATES HD[L9 UARANTY COMPANY �q 4 W P 6 PA� (A Stock Company) ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND IWe ......................Terry U. Sweetser, Inc. . .. .. ... .... ... .. as Principal, hereinafter cal ed P•inc pal aic UNITED STATES FIDELITY AND GUARANTY COMPANY, a coroporatior orgarized and existing incer the laws of the State oMarylard and authorl7ec to do bus ness in the Slate of Arkarsas. as Surety. he•e•ratte• ca lec Surety are held and firnly bound unto. ... ........ The Coy of Fayetteville I Obligee ei it . ... .. One Hundred Eighty-Cne Thousand Y as Obligee. he•eiratte• tatted Owrer. n :he amount of .. Nine re Hundd Eighty -Tao dollars and 50/100 ... ... . .. ... .. ... . Dollars (S .18.1 , 982. 2°. 1, fur tie Daynerl whereof Principal and Surety b rd themselves, their heirs, personal represertatives. successors and ass gns jo rely and severa ly. firmly by these presents. Principal has by writer agreement datec 9P.. .... E, 1994 .. .. en:erec into a contract with Owner for furnishing all labor and materials :cr the construction or the Mill Street Extension. Fayetteville, Arkansas. 11• which cortrac: s by reference made a par hereof, and is nereina ter referred to as the Contract. THE CONDITION OF THIS OBLIGATION s such that it the Pr rc pa snal fai'Hully perform the Ccntract on nis par and shall fully rdemnify and save harm ess the Owrer :ro-n all cost and carnage which he may suffer by reason of failure so to do and sl•al filly -e mbu•se and repay the Owrer a I cutlay and exoerse wh c-i the Owner may incur n raking good any such defaLlt. and further. that it the Prncipa: sha I pay all persons all irdebtedress for abor or materials turrished cr performed under salt Contract. fail,ng which such persons shall have a direct -ight of act on aga nst the Pr neipa' and Surety, )o'rily and severally under th s ob igation subject tc the Ownet s prior ty. then th s obligatior shat be null and void: otherwise it shall remain in full force and effect. [1 n Ift I I I U No su t, action or proceeding sha I be brought or this bond outside the State o' Arkansas. No suit act on or proceeding shall be brought on this pord except by the Owner. unless it is brought in accordance with A.C.A. Section 22-9-403 (h) and A.C A. Seclior 18-44-503 (b) Supp 1987) as amendec. No sill, action or proceeding steal ae brought by the Owner after two years from the date on which final payrent under the Contract falls due. Any alterations which may be made in the terms of the Contract. or n the work tc be done under it. or the giving by the Owner of ary extens on a' time for the ber'ornance of tic Contract. or any other forberance on the part of either :he Cwne• or the Principal to the other sha I rat in any way •e ease the Pr ncipa and the Surety or Sureties. or either or any o' :hem. their I-ei•s personal representat ves, successors or ass gns from their liability hereunder, notice to the Surety o• SLreties of ary such alteration. extension or forbearance being hereby waived. In nc event sha I the aggregate liability cf the'SJrey exceed the sum set cut he•eir. Executec on this... 6th .........day of S Ftember 199•+ I. rd kr l ii I i-i Cortract :58 "Arkarsas, it' 891 .:erry D. Sweetser loc. By . 4cf/L7 : Presicent UNITED STATES FIDELITY AND GUAR COMPANY By J / -C`2/ t�—.f su ety r.Wcbert M. Davis Attorney -in -tact tnI : •f i ' 936009 I UNITED STATES FIDELITY AND GUARANTY COMPANY POWER OF ATTORNEY USF-G' NO. 106636 .h KNOW ALL MEN BY THESE PRESENTS: That UNITED STATES FIDELITY AND GUARANTY COMPANY. a corporation organized and existing under the laws of the State of Maryland and having its principal office at the City of Baltimore, in the State of Maryland. does hereby constitute and appoint A.P. Eason, Jr. and Robert M. Davis ofthe City of Fayetteville , State of Arkansas its we and lawful Attomey',$)-in-Fact, each in their separate ' capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds. undestaldogs, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons: guaranteeing the perfcrmance of contracts: and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof. the said UN:TED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, ' duly arrested by the signatures of its Senior Via President and Assistant Secretary, this 22nd day of January , A.D. 1991 At UNITED STATES FIDELITY AND GUARANTY COMPANY 'di Sensor V ice President ' (Signed) By. ...... ... .. ...... Assistant Secretary STATE OF MARYLAND) SS: ' BALTIMORE CITY ) - On this22nd day of January ,A.D 1993 , before me personallycame Robert J. Lamendola Senior Vice President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and Paul D. Sims . Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly swam. said, that they. the said Robert 3. Lamendola and Paul fl. Sims were respectivelylhe Senior Vice Presidentand the Assistant Secretary of the said UNTIED STATES FIDELITY AND GUARANTY COMPANY, the corporation described m aid which executed the foregoing Power of Attorney: that they each knew the seal of said corporation; that the sea: affixed to said Power of Attorney was such corporate seal, that it was an affixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Senior Vice President and Assistant Secretary, respectively, of the Company. MyCommissionexpirestbe 11th dayin March .AD.1995. egh' (Signed) . .. ..✓ !fir.. .!. '. -1..A . .... I. NOTARY PUBIACro This Power of Attorney is granted under and by eidhority of the following Resolutions adopted by the Board of Directors of the UI. STATES FIDELITY AND GUARANTY COMPANY an September 24. 1992: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments ' relating to said business may be signed. executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant 10 a Power of Attorney issued in accordance with them resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed m the name and on behalf of the Company, either by the Chairman, or the President or an Executive Vice President or a Senior Vice President or a Vice President at an Assistant Vice President jointly with the Secretary oran Assistant Secretary, under their respective desigoations. The signature of such officers maybe engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing ' Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently revoked and subject to any limitations set forth thereto, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature aid facsimile seal shall be valid and binding upon the Company wish respect to any bond or undertaking to which it is validly attached - RESOLVED, that Attorney(s)-in-Fact shall have the power and authority. unless subsequently revoked and, in any case, subject to the terrors and limitations of the Power of Attorney issued to them to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and otherwritiags obligatory in the nature theroL and any such instmment executed by such Attorney(s)•in-Fact shall be as binding upon the Company as if signed by an Executive Officer and scaled and attested to by the Secretary of the Company L Paul D. Sims . an Assistant Secretary of the UNTIED STATES FIDELITY AND GUARANTY COMPANY. do hereby certify that the foregoing is a me excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24. 1992 and that this Resolution is in full force and effect. I, the undersigned Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY do hereby certify that the foregoing Power of Attorney is in full form and effect and has not been revoked. In Testimony Whereof I have hereunto set my hand and the seal of t e UNITED FIDELITY AND GUARANTY COMPANY on this day of , 19 /// .... ............................... , t Assistant Secretary "Mf qN� ' FS 3 110.92) C SPECIFICATION INDEX C I H H I I I I I I I I 11 DIVISION 1A - CLARIFICATION OF SPECIFICA::cNS - SPECIAL PROVISION; Specifications shall supersede any conflicting Specifications listed in the following Divisions DIVISION 1 - GENERAL PROVISIONS SECTION - 01 - 02 03 C4 C5 C6 07 - 08 - 09 - 10 11 12 13 14 15 16 17 18 19 - 20 - 21 - 22 - 23 General Description Legal Address of Owner Verification Liquidated Damages Safety Office and Sanitary Facilities Construction on Private Property Notification of Utility Companies Co -Contractor Bids Bid Procedure Schedule of Operations Rights -of -Way on Private Property Protection and Maintenance of Public and Private Property Maintenance of Traffic Pavement Removal and Replacement Barricades and Lights Fences Progress Photographs Responsibility of Contractor for Backfill Testing Baselines and Benchmarks Classification of Excavated Material Measurement and Payment DIVISION 2 - GENERAL PIPE INSTALLATION SECTION - 01 Cleaning - 02 Inspection - 03 Laying Pipe 1 I SPECIFICATION INDEX DIVISION 3 - EARTHWORK I 1 I 1 1 1 1 1 I 1 1 SECTION - 01 Scope - 02 General Requirements - 03 Trench Excavation - 04 Tunneling and Boring - 05 Rock Excavation - 06 Backfilling - 07 Stream Crossing - 08 Protection of Trench Backfill :n Drainage Courses - 09 Disposal of Excess Excavated Material - 10 Paved Surfaces - 11 Grading and Seeding - 12 Resodding - 13 Preservation of Trees and Shrubs - 14 Removal of Water - 15 Measurement and Payment - 16 Water Line and Sewer Line Separation - 17 Pipe Embedment - 18 Trench Backfill - 19 Grubbing and Cleaning 20 Road, Railroad, Pipeline, and Utility Service Crossings DIVISION 3A - O.H.S.A. SAFETY REQUIREMENTS SECTION - 01 Excavation (Subpart P) DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS SECTION - 01 02 03 04 05 06 07 Pipe Laying General Tie Ins Jointing Pipe Insulation Reaction Anchorage and Blocking P.V.C. Pipe Installation 2 SPECIFICATION INDEX DIVISION 4A - PVC PIPE CONSTRUCTION/MISCELLANEOUS SPECIFICATIONS SECTION - 01 Ties - 02 Tracer Wire - 03 Trenching - 04 Curve Pipe Installation - 05 Fence Maintenance - 06 F iral Tests - 07 Special Bedding - 08 Clean -tip - 09 Additional Materials DIVISION 5 - PRESSURE AND LEAKAGE TESTING SECTION - 01 Scope - 02 Disinfection - 03 Bacteriological Samples DIVISION 8 - IRON PIPE AND FITTINGS SECTION 8A - DUCTILE IRON PIPE AND FITTINGS SECTION - 0l Scope - 02 Ductile Iron Pipe SECTION 8B - CAS;' IRON PIPE AND FITTINGS SECTION - 0Scope - 02 Cast Iron Pipe SECTION 8C - HANDLING SECTION 8D - CUTTING PIPE SECTION 8E - ALIGNMENT OF BELL AND SPIGOT PIPE SECTION 8F - REACTION ANCHORAGE AND BLOCKING DIVISION 9 - VALVES ' SECTION - 0I Scone - 02 Material - 03 Installation - 04 Valve Keys - 05 Valve Operating Wrench - 06 Check Valves 3 E, I SPECIFICATION INDEX [I I I I I [I I [I I I I H I I I DIVISION 10 - PLAST:C PIPE AND FITTINGS SECTION - 01 - 02 - 03 - 04 - 05 - 06 - 07 - 08 - 09 - 10 Scope Installation of Pipe Jointing PVC Pipe and Fittings Standards Warranties Handling Cutting Pipe Cleaning Inspection DIVISION 11 - VITRIFIED CLAY PIPES (SEWERS) SECTION - 01 - 02 - 03 V - 04 - 05 Scope Materials Handling Alignment and Grade Factory -Molded Plastic Joints DIVISION 11A - POLYVINYLCELORIDE (PVC) PLASTIC SEWER PIPE SECTION - C1A - C2A - 03A - C4A - C5A PVC Pipe and fittings Joints and Lengths installation_ Testing Warranty DIVISION 12 - STANDARD MANHOLES SECTION - 01 Standard Manholes DIVISION 13 - ACCEPTANCE TESTS SECTION - 01 infiltration-Exfiltraticn Tests 02 Lamping 03 Smoking 04 Proof of Acceptance 4 I SPECIFICATION INDEX I DIVISION 14 - ARMCO TRUSS PIPE ' SECTION - 01 02 03 1 04 05 06 1 07 08 Scope Material Specifications Recommended Practice for Bedding and Backfillirg Jointing Laser Beam Alignment Manhole Connection Patching Concrete Encasement IDIVISION 15 - LOW PRESSURE AIR TEST OF SANITARY SEWER PIPE LINES SECTION - Cl Scope C2 Summary of Method C3 Safety 04 Preparation of the Sewer Line 1 05 Procedures 06 Acceptance DIVIS_CN 23 - STREET"SPECIFICAT:ONS FOR CITY OF FAYETTEVILLE SECTION - 31 Right -of -Way - 02 Street Width 03 Sub -Base Preparatrcn - 04 Base Material - 05 Base Material Preparation 06 Surface Course - 07 Compaction. - 08 Curbs and Gutters '• - 09 Sidewalks 10 Dedicated Streets 11 Concrete Structures ' 12 Genera: Comments �3 Street Extensions - 14 Sub -Base Preparation IDIVISION 21 - GENERAL COMMENTS REGARDING CONSTRUCT=CN • SECTION - 01 Warped or Sloping Sections 02 Banks - 03 Natural Drainage - 04 Street inspections C5 Engineering Certification C6 Utilities' Coverage 1 5 i 1 I SPECIFICATION INDEX I I [1 I I DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM SPECIFICATIONS FOR CITY OF FAYE;TEVILLE SECTION - 01 - 02 - 03 - 04 - 05 06 07 Ce 09 10 - 11 12 Scope Concrete Street Structures Subgrades Minimum Thickness of Sidewalks and Drives Minimum, Width of Sidewalks Placement of Concrete Pavement Expansion Joints Turn Radii Pozzilith Temperature During Concrete Pouring Vibrator Bidder Responsibility DIVISION 23 - TESTING ' SECTION - 01 Scope - 02 Material Types, Testing Procedures and Standards I I I I I I I I I I DIVISION 24 - STORM DRAINAGE OF STORM SEWERS SECTION - 01 - 02 - 03 - 04 - 05 - 06 - 07 Storm Drains Natural Drainage Storm Drainage Design Concrete Pipe Requirements Corrugated Metal Pipe Surface Drainage Special Gasketing and Sealing Materials DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE SECTION - 01 - 02 - 03 - 04 - 05 - 06 - 07 Description Materials Laboratory Tests and Cement Content Construction Methods Maintenance Method of Measurement Basis of Payment 6 1 P I LEI I I I I I I U L P Ii CLARIFICATION OF REQUIREMENTS WATER, SEWER, STREETS, DRAINAGE AND INSPECTIONS Al INSPECTIONS AND TESTING PROCEDURES: 1. All field tests required for a project shall be witnessed by the City in the presence of the Engineer and Contractor, or their representative. 2. We will require a 24 hour notice on all tests. Calls to the City for the purpose of setting test times should be made by 10:00 AM for test or. the following day. Tests delayed by weather or other factors will be rescheduled on the same basis. If a representative of the City cannot be present, the project engineer will witness the test and certify to the City the results. 3. It is the responsibility of .the Engineer and Contractor to coordinate the scheduling of such tests with the City. 4. All equipment, materials and labor required for testing shall be furnished by the Contractor at his expense. 5. Prior to final acceptance by the City, the project shall be subject to a joint final inspection by a designated representative of the City Engineer's Office, a representative of the Fayetteville Water and Sewer Maintenance Department, the Engineer of record for the project, and the Contractor. *** end of inspection and testing procedures *** I I I Ii' I I I I EI I I P I I I I F, B) STREETS: I. Subgrade and Base Course Densities - Tests shall be taken every 300 feet. The subgrade shall be compacted to 95% of Standard Proctor and the base course shall be compacted to 95% of Modified Proctor. Minimum base course thickness shall be 6 inches. 2. Asphaltic Concrete - Asphalt streets shall be cored every 500 feet for the purpose of checking density and thickness. The minimum required thickness shall be 2 inches. In no case shall the acutal thickness be less than the required thickness minus 1/8 of an inch. The density shall not average less than 92.0% of the maximum, theoretical density. No density of less than 90.0% shall be acceptable. Densities less than 92.0% and more than 90.0% shall be dealt with by requiring an additional overlay, or at the sole option of the City, by cash payment to the City. Where densities are less than 93.0%, the paving shall be removed and replaced. 3. Concrete Paving - Minimum thickness of concrete streets shall be 6 inches and minimum strength shall be 4200 psi. A set of cylinders shall be taker. for each IOC cubic yards or portion thereof poured. 4. Curb and Gutter - One set of cylinders shall be taken for each 1000 feet or portion thereof poured. Minimum strength shall be 3000 psi. *** end of streets *** IC) WATER ' 1. A pressure test shall be required at 150% of static pressure or 200 psi, whichever is the greatest. Leakage shall be as allowed by AWWA specifications for PVC pipe. Test shah; be run only after all taps have been made and meter settings are installed. ' 2. Bacteriological samples shall be taken by City personnel only. Samples shall be taker. on two consecutive days and shall be taken cnly on Monday, Tuesday cr Wednesday. No water :peters shall be set until the samples have been approve in writing by the State. 3. A test shall be performed or tapping sleeves at 2C0 psi. 4. All bends, tees, etc. shall remain open until a representative cf • the City approves the blocking. ' 5. Bedding shall be required for all pipe, regardless of type, from 6 • inches under the pipe grade to 6 inches over the top of the pipe. The bedding material shall be grit, sand, or other manufactured material approved by the City Engineer. ' 6. On subdivision water systems, water lines shall extend to the subdivision property line where future streets are either planned or built to serve adjacent property. Construction of such extensions shall be at the expense of the developer. Line size • shall he at least 6 inch. Two inch lines shall no longer be acceptable. ' 7. Where a water line extension is not tied to another water line of at least 6 inches in size, and where such lines are required tc provide fire flows, the minimum size shall be 8 inch. 8. Pipe materials allowed shall be PVC and ductile iron and shall be designated for a minimum of 200 psi working pressure. All fittings, regardless of pipe material, shall be mechanical joint ductile iron. • All iron pipe and iron fittings shall be wrapped with 8 nil • polyethylene. No galvanized fittings shall be allowed in the system. 9. Minimum cover shall be 36 inches. Cover shall be measured from the existing ground elevation at the time of the pipe laying, not from expected fill unless the fill is placed and compacted prior to the • pipe laying. Where lines are laid adjacent to streets, the cover shall be measured either from natural ground or the curb elevation, whichever results in the lowest absolute elevation of the pipe. 10. Minimum elevation for service lines under streets shall be 30 inches below the planned subgrade. That depth shall be maintained tc a point at least 5 feet outside of the curb and storm sewer line. ' *** end of water *** I I rj D) SAN:TARY SEWER 1. Sewer services shall be marked with a 4 by 4 treated tiirber post set at the end of the service and extending at least 3 feet above grade. All services shall be brought up to within 4 feet of natural ground unless more depth is required to provide service to the lot. 2. A low pressure air test shall be required with all services in place. No other leakage test shall be accepted except by permission of the City Engineer. A vacuum test shall be required or. all ' manholes. I I I I I I I I I I I I 3. A mandrel test shall be run ro sooner than 30 days from the installation date. 4. Pipe bedding shall be the same as required for water lines. Grit, sand, or other manufactured material approved by the City Engineer shall extend from 6 inches below the pipe grade to 6 inches over the top of the pipe. 5. Materials allcwed shall be SDR 26 PVC and ductile iron. Iron pipe shall be wrapped with 8 mil polyethylene where buried. Other types of materials will be considered for lines larger than 12 inch. 6. Taps for residential use (tri-plexes, duplexes and single family)_ shall go directly into the line unless it is found to be not practicable. Taps for apartment building (4 or more units), commercial cr industrial establishments shall co into a manhole. A separate manhole on the customer's property may be required if regular sampling is anticipated. 7. On subdivision sewer systems, lines shall extend to the subdivision property line where future streets are either planned or built to serve adjacent properties. Extensions may be required at other locations if needed to serve adjacent property. Such extensions shall be at the expense of the Developer. 6. Minimum cover shall be 36 inches under streets and 30 inches elsewhere. Cover shall be measured from the existing ground elevation at the time of the pipe laying, not from expected fill unless such fill is placed and compacted prior to sewer construction. Where lines are laid adjacent to streets, the cover shall be measured either from natural ground or the curb elevation, whichever results in the lowest absolute elevation. 'where it is not possible to achieve the cover as required due to unusual field conditions, a cover of 24 inches may be approved for plastic pipe. Any line with less than 24 inches of cover shall be constructed of ductile iron. concrete encasement may be allowed .rlieu of ductile pipe, and in some cases may be required in addition to ductile iron pipe. 9. Minimum size for sewers shall be 8 inches. Minimum grade for sewer lines shall be 0.40 percent. A grade of 0.60 percent is preferred and shall be provided where possible. *** end of sewer *** I I H H H I I I E) STORM SEWER AND DRAINAGE: 1. By ordinance, the construction standards for culverts and bridges shall be based cn the latest published ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT STANDARDS. 2. All drainage design shall be in accordance with the AHTD's "DRAINAGE MANUAL PREPARED BY HYDRAULICS SECTION ADOPTED JULY 6, 1982:, or its latest revision. 3. All storm sewers shall be designed on the total drainage basin assuming full development of the area in accordance with the zoning des.gnation at the time of development, except that the least intense zoning allowed for this purpose is R-1. Both runoff factors and time of concentration shall be calculated on a "fully developed" basis. 4. The existing ordinance on storm sewer design states that the drainage is to be carried to a receiving stream approved by the City Engineer. Existing downstream development, the potential for property damage downstream, and the capacity of downstream - facilities shall be considered in making a decision on a discharge point. If it is determined that off site drainage improvements are required • then cost sharing will be in accordance with City ordinances. If the City is unable to contribute its share cf the off -site costs, the developer shall have the option of a) building the off -site Improvements at his own expense, b) providing retention so as to • match downstream capacities, or c) delaying the project until the • City is able to share in the off -site costs. I I I I I I I Design frequencies shall be: a) Stcrmwater Inlets - Match street design requirements b) Local Streets within Subdivisions - 1C Year c) Other Local Streets - 25 Year d) Collectors and Minor Arterials - 25 Year e) Principle Arterial and Above - 50 Year Drainage facilities withir. the FEMA regulated floodways or flood plains shall be designated for the 100 Year Flood provided such design does not adversely affect downstream property. Open channels may be approved where needed to intercept runoff from an undeveloped area or from an area discharging sheet flow so that water does not wash across lots .n an uncontrolled manner. Such channels shall be designed cn a 10 Year storm. In all cases -for open channels, the Design Engineer shall calculate the 100 Year flow and show elevations relating tc the 100 Year flow on the official plat of the subdivision. FA I 7. The location of inlets, storm sewers, and other drainage appurtenances in and along residential streets shall be such that ponding, cross flows and the flooding of adjacent properties are ' minimized or eliminated. In no case shall water be allowed to pond more than 2/3rds of a half street under the design storm event. The intent is to have at least a 10 foot lane ;eft open in the center ' of the street. where storm drainage crosses between lots to continue into other facilities, a Swale shall be constructed over the storm sewer to ' allow flows in excess of the design flows. 8. A fornal Drainage Report shall be required for each subdivision and large scale development. A preliminary report will be required a '• the time of the Preliminary Plat submittal and shall ccntain the following information: a) The general drainage patterns within the site along with the ' location of all streams, springs, wetlands, and other drainage features, ' b) The off -site areas and drainageways which contribute stormwater flows to the site, and c) The location and nature of each drainageway downstream which will receive flows from the site. Either the City or the Planning Commission may request a more • detailed drainage study prior to the Preliminary Plat approval. A full Drainage Report shall be required prior to the start of any construction or grading on the sate. The full Drainage Report shall meet these minimum requirements: a) A drainage area map at a legible scale including at least 5 foot contcur intervals, the points at the which major drainage ' enters the development, and volume of stormwater entering at each point for the design storm and the !CO year storm. b) Either a project layout or schematic :aycut showing all storm drainage facilities planned for the development, all water features such as ponds and springs, natural drainageways and wetlands. ' c) An indication cf where drainage will leave the development and the capacity facilities of the receiving drainage facilities. If the receiving facilities are not adequate to handle the design flows, then the conditions as contained in Paragraph E- 4 will govern. I I I I I I I I I I I I Pi I I I [1 I I d) Stormwater calculations shall be submitted fcr: * Stormwater flows, * Open channel flows, * Cn-Street drainage, * Stcrm sewer and storm sewer inlets utilizing the standard summary sheets from Chapter 5 of the AHTD Hydraulics manual, * Box Culvert design, * Detention (if detention is required;, calculations shall include runoffs, detention methods, release structures and the storage- discharge requirements by a method approved by the City Engineer, e) Plan and profile of the drainage system unless the plan documents clearly show all necessary data including invert elevations, slopes, lengths, etc. f) The Drainage Report shall be sealed by a professional engineer registered in the State of Arkansas. In addition, the following statement shall be added to all Drainage Reports: "I, Registered Professional Engineer No. in the State of Arkansas, hereby certify that the drainage studies, reports, calculations, designs, and specifications contained in this report have been prepared in accordance with the requirements of the City of Fayetteville. Further, I hereby acknowledge that the review of the drainage studies, reports, calculations, designs, and specifications by the City of Fayetteville or its representatives cannot and does not relieve me from any professional responsibility or liability.,' g) in no case shall a Final Plat be approved without an approved Drainage Report, h) Two (2) copies of the Drainage Report shall be submitted for review. 9. Minimum size for any drainage pipe shall be 18 inches. 10. All pipes under streets shall be RCP unless an alternative material is specifically approved in writing by the City Engineer. Pipe -not under streets may be coated corrugated metal cr spiral metal pipe, or other materials approved by the City Engineer. *** end of storm sewer and drainage *** Ci I F) GENERAL: 1. Record drawings of water and sewer are hereby required as a condition of final acceptance by the City. 2. A one-year Maintenance Bond is required (in accordance with ' City Ordinances) in the amount of one-half of the construction cost. The bond shall run from the date of final acceptance and for a one-year period thereafter. A walk-through shall be ' performed at the end of the one year period and all deficiencies corrected prior to release of the bond. This requirement is for streets, storm drainage, water, and sewer ' construction projects. 3. No water and sewer plans may be sent to the Health Department for review without being previously approved by the City of ' Fayetteville. In no case shall water or sewer construction be allowed without written Health Department approval. ' 4. Three (3) days written notice shall be required before the beginning of construction. 5. No construction of any kind may begin without an erosion ' control plan in place in accordance with the City's Excavation and Grading Ordinance. This includes streets, storm drainage, water and sewer. ' *** end of general *** J I 1 I I I I I Li I I I I C I I I I I J I DIVISICN 1 - F,N_RAL PRCV_ S_CNS 3ECTI?N CL-Ol: GENERAL DEE P:PTI:GN, The w;irk to be performed under these contract documents consists of pro•✓iding all labor, materials, equipment, tools, superintendence, and all other services necessary for censtructicr of the project as shown on plans. SECT:CN 01-02: LEGAL ADDRESS OF OWNER. The legal address of the Owner shall be as shown on the cover sneet of the specifications. SECTION 01-03: VER:F:CAT:CN. Data concerning surface features, present obstructions or. or near site, locations of pipes, roads, etc., have been obtained from sources the Engineer believes reli- able, but accuracy cf such :ata is not guaranteed and is fur- nished solely fcr the accommodation of the Contractor-. Use of such data is made at the Contractor'= risk and no additional allowance will be granted becaise of the Contractor's lack of knowledge of existing conditions. The Contractor shall be responsible for the verificat'lon of all measurements shown on the drawings and/or -other new ccnst`uction or, the premises. Each bidder is required to form his own opinion of the character of the materials and of other con ditinns tc be encountered from an inspection of the area, from his own interpretation of test -hole information and from such investigation as he may care tc make. SECTION 0_-34: L: UIDA_EC CAxA^r^.S. Liquidated damages will be assessed in the event of an overrun of time required to ccmplet,j the work described by these specificaticns in the amount set forth in the "ADVERTISEMENT FOR -BIDS". The Engineer shall main- tain a record of "Consecutive C'aler.dar Days" and "Non workable Days" from :'_ate of "NOTI E TO PROCEED". If cor.stnaction rrogres, Es delayed by acts of G�:� .dad beyond the ccntrcl of the Contrac- tor, an extension of Constrm_ction Time .-,ay ce requested by Con- tractor. Contractor shall pay such damages to Owner prier tc acceptance cf the construction by the Engineer. SECTION 01-05: SAFETY. Contractor shall comply with the Cccupa- ticnal Safety Health St=.ndards Act of 1964, and the 13test. revi- sion thereof. SECTION 01-06: CFFICE AN_: SANITARY FACILITIES. A construction office will be needed as required by the Contra: -tor when required by law. Sanitary facilities will he required as needed to con- form with city or county ordinance; cr rules. DIVISION 1 - GENERAL PROVISIONS SECTION 01-07: CONSTRUCTION ON PRIVATE PROPERTY. A permanent construction easement shall be provided by the Owner for con- struction improvements across private property, as shown on the easement plans, to be provided by the Engineer to the successful bidder. The Contractor shall not damage or destroy obstructions within area. Satisfactory settlement for such damage shall be made by the Contractor directly to the property owner. Pave- ments, drains, fences, driveways, wells, septic tanks, lines, and etc. shall be restored, immediately following construction of the project, to the original condition thereof as determined and approved by the Engineer. The Contractor shall conduct his work so as to interfere as little as possible with traffic. The Con- tractor shall consider Section 01-14: "MAINTENANCE OF TRAFFIC", of these specifications as pertaining to this area also. Existing underground and/or overhead utilities are not always shown on the project plans. The Contractor shall coordinate with all utility companies at a preconstruction conference prior to starting construction. The Contractor shall cooperate with all utility companies in an effort to protect existing utilities. Any variation or elimination of construction and temporary con- struction easements shall be reflected on the construction plans. SECTION 01-08: NOTIFICATION OF UTILITY COMPANIES: The Contrac- tor is responsible for informing utility companies forty-eight (481 hours prior to start of construction for the .purpose of locating existing utilities. _The.Contractor is responsible for any and all damage to utility lines he might damage in the course of construction; furthermore, the engineer shall not be held liable for said damages. SECTION 01-09: CO -CONTRACTOR BIDS. In the case of two contrac- tors working on the same job; each Contractor shall be responsi- ble for coordinating his work schedule with the other Contractor. Each Contractor shall be responsible for any damage done to his respective work by the other contractor. The Engineer shall not be held responsible for any damages of any kind. SECTION 01-10: BID PROCEDURES. The Contractor shall bid said project in accordance with construction documents and proposal included. Extra compensation for any unit of construction must be itemized in the proposal and included with the bid. 2 I L D_V,s:ON 1 - 3F.NEFA=PPO_V:;Inns SECTION O1-11: SCHEDULE CF •OPERA^:CNS. Before work is started, the contractor shall prepare a detailed schedule of all construe_ Lion cperations that shall not only indicate the sequence of work, but alsc the expected time of starting and completion of ' each part. The schedule shall be submitted to the Engineer for approval. ' If conditions beyond the control cf the contractor justify and the Owner approves a deviation from the expected time, the Con- tractor shall service the construction schedule in accordance with the approved change. The Owner may require the Contractor Ito add to his ccnstructicr. forces as well as increase his working hours if operations fall behind the approved schedule to art extent that the completion. of work within. the specified time ' appears tc be doubtful. Connections into the existing facilities shall be sc done as to ' make the least possible interruption to the normal functicr.ing cf existing facilities. The timing of this work shall be planner. by the Contra:tor and authorized by the Owner or his agent before proceeding. I I I LII I I [] Residents and users of existing the Contractor twenty-four :24 interruptions. utilities shall be notified by hours in advance of service SECTION 01-12: RIGHTS-OF-wAY ON PRIVATE PROPERTY. The necessary permanent or temporary Richts-of-Way for the construction will he provided by the Owner. The centerline of pipe line Rights -of -Way across private property will he marked by the Engineer with stakes set at intervals of sight distance. The Contractor shall be responsitie for other property outside the bo,indaries of shall make satisfactory settlement fcr the the property owner and tenant involved, require. al: damage to crops and the nights -of -way and damages directly with as their interest: may I I DIVISION 1 - GENERAL PROVISIONS SECTION 01-13: PROTECTION AND MAINTENANCE OF PUBLIC AND PRIVATE PROPERTY. The Contractor shall protect, shore, brace, support, and maintain all underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by the construction work performed by him. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, and other surface structures affected by construction operations in connection with the performance of the contract, together with all sod and shrubs in yards and parks removed or otherwise damaged, shall be restored to the original conditions thereof as determined and approved by the Engineer. All replacements of such underground constructions and surface structures or parts thereof shall be made with new materials, conforming to the requirements of these specification or, if not specified, as approved by the Engineer. The Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, or other public or private property or facility, regard- less of location or character, which may be caused by moving, hauling, or otherwise transporting equipment, materials, or men to or from the work or any part of the site thereof. The Con- tractor shall make satisfactory and acceptable arrangements with the Owner of, or the agency or authority having jurisdiction over the damaged property or facility, concerning its repair or replacement or payment of costs incurred in connection with said damages. The Contractor is responsible for notifying the affected govern- ing bodies forty-eight [48] hours prior to start of construction and is responsible for any al all fees. SECTION 01-14: MAINTENANCE OF TRAFFIC. The Contractor shall conduct his work so as to interfere as little as possible with public travel, whether vehicular or pedestrial, and shall provide and maintain suitable and safe bridges, detours, or other tempo- rary expedients for accommodation of public and private travel. Owners of private drives shall be given reasonable notice by the Contractor, before initiation of construction which would inter- fere with the normal passage of public or private travel, of the date and extent of construction involved. In making open -cut street crossings, the Contractor shall not block more than half [1/2] of the street at a time. Whenever possible, the Contractor shall widen the shoulder on the opposite side to facilitate traffic flow. Temporary surfacing shall be provided as necessary on shoulders. 4 I C I 1 I I I I I I I I I I I [I I I Li DJV1S:CN I - :,FNERAL PREVISIONS I SECTION CI -15: PAVEI ENT RFMCVREPLACEMENT.AL AND REPLACEMENT. Where surfaced ' streets, walks, drives, cr parking areas are cut, removed, or damaged ii-. the execution o- the worK, the Contractor shall replace all pavements or ether sufferings sc removed or damaged Ito their cri::ir.al, or bet.t',r, state and condition., to the satis- faction and approval of the Ery_neer. See Details of various Road Crossings in the Appendix cf these specifications. ' After trench backfill, the Contractor shall provide a gravel sur- face at leas- 6 inches In deptn which he shall maintain. until the permanent pavement is replaced Cr the expiration of the contract ' and perfcrmar.ce bond period. The gravel shall be of the quality normally used by the Owner and shall have d size gradation that will allow dense compaction and shall be free frcm lumps or ba_c, of clay Cr other objectionable aaterials. Approval of both the material and the source of supply must be obtained from the Engi- neer prier to delivery n: any material on the site of the work. ' Pavements constructed of asphalt and concrete shall be removed in a careful manner and shall be replaced in accordance with Type or Type III Rcad Crossing Details as specified or. sheets 2 and 4 in the Appendix of these speccifica'•_.nn3. Ccncrete and asphalt shall comply with ninimurn regiirements shown on project plans. •' Gravel -surfaced streets shall require n:-) paving, but shat_ comply with Type IT Roams Cr ss_ngs, Detail Sheet No. 3 in the Appendix to these specifications. The ,lave: surface, as specified for Type II Road Crossings, shall be replaced immediately after the ' trench is back -filled. A trench in a graveled street will be considered as laving been repaired when the graveled surface has become stable and is at grade. IAll gravel surf3cings, walk, drives, or parking areas, removed or damaged, shall be replaced with new material as specified. All costs in connection with the remcval and replacement of such sur- facing, including the temporary gravel surface on asphalt -paved streets, shall be included in the unit prices bid for the pay item affected thereby. SECTION 01-16: BARRICADES AND LIGHTS. All streets, roads, high ways, or other public thornighf res which are closed to traffic ' shall be protected by means cf effective barricades on which shall be placed acceptable warning signs. Barricades shall also be 13_3ted at .he :.,3arest intersecting public highway or street nn each side cf the _`locked s"ction. 1 5 [] I DIVISION 1 - GENERAL PROVISIONS All open trenches and other excavations shall •be provided with suitable barriers, signs, and lights to the extent that adequate protection is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sunset to sun- rise. Materials stored upon or alongside public streets and highways shall be so placed and the work at all times shall be so conducted as to cause the minimum obstruction and inconvenience to the traveling public. All barricades and light expenses will be paid by the contractor. SECTION 01-17: FENCES. All existing fences which interfere with the construction operations shall be maintained by the Contractor until the completion of the work affected thereby, unless written permission is obtained from the owner thereof to leave an inter- fering fence dismantled for an agreed period of time. Where fences must be maintained across the -Right -of -Way, adequate gates shall be installed therein. Gates shall be kept closed and locked at all times when not in use. On completion of the work across any tract of land, the Contrac- tor shall restore all fences to their original or to a better condition and quality, purchasing new material to replace all materials lost, damaged, or destroyed. Temporary gates installed by the Contractor in any fence line may be left in place with the permission of the owner and tenant of -the .property. All materials used in fence repairs or replacements shall be approved by the Engineer. SECTION 01-18: PROGRESS PHOTOGRAPHS. Photographs of the con- struction work will be taken before, during, and upon completion of the construction. Such photographs shall be taken at the direction of the Engineer. Contractor shall provide a Polaroid camera and all required film for this purpose when requested by the Engineer. I I El I I I I I I I I I I I L •1 I :V:SInti I - GENERAL PROVISIONS SECTION 31-19: RFSPONS:BIulTY CF CCNTRACTCR FOR BACKFILL. The Contractor shall be responsible, f_nancial:y and otherwise, for .a) all ettle%'e,.t of trench h and other backfill: which may occ1 r from time of original backfiing until the expiration of one ' year after the date of final payment for the entire contract under which the back`_illing work was performed, (b) the refilling and repair of all hackf_:1 settlement and the repair or replace- ' ment to the original or a better conditicn cf all pavement, top surfacings, driveways, area ways, curbs, gutters, walks, surface structures, utilities, drainage facilities, sod, and shrubbery which have been damaged ae a result of backfill settlement opera- ' tions, and (c) all damage claims or court actions against the Owner for any damage directly or indirectly caused by backfill settlement. ' The Contractor shall make, or cause to be made, all necessary backfill repl3:ements, ox re alr3 or replacement appurtenant thereto, withir. flirty [37; days after due notification by the Fng:neer cr Owner. SFCT:CN C1 -2C: TESTING. Ci.ntract_r shall provide all personnel ' an,± facilities for testing systems. Owner will provide WATER for testing on the following ba3:s: • A. Pipeline and Pump Stati:r. Testing and Cleaning - A maxi- mum ofi twice the capacity of all mains. B. Storage Tanks Testing and Cleaning - A maximum of twice the capacity of all tanks. Cost of additional water used chat; he deducted from Contractor's Final Payment. I 1 E DIVISION 1 - GENERAL PROVISIONS SECTION 01-21: BASELINES AND BENCHMARKS. The Contractor shall furnish competent personnel with work tools and material and shall assist the Engineer in the establishment of baselines, benchmarks, and other basic reference media needed to control the location and elevation of work under this contract. Thereafter, the Contractor shall carefully preserve such vertical and hori- zontal control and shall make and be responsible for all measure- ments from it to the work to be done. The Contractor shall compensate the Engineer for replacing dam- aged controls (such as hubs and stakes for horizontal and ver- tical control) at the rate of $55.00 per hour •with a minimum of $200.00 per appearance. SECTION 01-22: CLASSIFICATION OF EXCAVATED MATERIAL. Excavated material shall be classified as earth excavation and blast rock excavation. Blast rock excavation shall be composed of rock not removable, by a backhoe chopping and prying action, but requiring drilling and blasting or air tools for its removal. Chert, slate, sandstone boulders less than six [6] feet in diame- ter, or any. non -homogenous material shall not be considered blast rock, and shall not be paid as such. SECTION 01-23: MEASUREMENT AND PAYMENT. It is the intent of the proposal and special conditions that the total bid, as submitted, shall cover all work shown on the contract drawings and required by the specifications and other contract documents. All costs in connection with the work, including furnishing of all construc- tion plant equipment and tools and performing all necessary labor to fully complete the work shall be included in the unit and lump sum prices named in the proposal. No item nor work_ that is required by the contract documents for the proper and successful completion of the contract will be paid outside or in addition to the prices submitted in the proposal. All work not specifically set forth in the proposal as a new item shall be considered a subsidiary obligation of the Contractor and all costs in connec- tion therewith shall be included in the prices named in the proposal. The method of measurement and basis for payment for each item as listed in the bid forms shall be as stipulated in the following subparagraphs: Li I I I I I I ET I I I I I I H I 1 'iIyl;rnr: - r•rrAL cPrv-nr_r A. Measurement a;•9 Piynent. T'.ese items shall be paid for on a unit price per place, furr.i3hed and installed in accordance with plans and spec ificat irr.s. 111 payments _;ha_ h? made on the Engineer's es`inated perctl.t of completion, less 10% retainment and designated as "PARTIAL PAYMENT" to the Contractor by tho Owner. The retainment shall be released after all acceptance tests and cleanup operations have been completed with successful results and acceptance by the City or governing authority. All pipe and encasement pipe shall be measured for payment in a horizontal plane along the centerline of pipe. B. Blast Rock. This item sha'_1 be paid fcr on a unit price per cubic yard as measured in the trench after excavation. 3rd before bedding and installation of pipe and shall include all excava- tion, dewatering, sheeting, ::r shoring as required, embedment, backfi;l, subsequent handling, and disposal of a!: rcck and waste naterial and afl cther items not paid for separately. Measurement for ;aynent shall be ccnputed frnm the actual depth and length of blast rack excav=_ted except that the maximum trench width shall be considered to to the nominal pipe diameter plus eighteen. [18; inches and the maximum excavation below the installed pipe considered to to sic :5] inches. See retail Sheet : _, "Trench Cetai ", in the Appendix. Rock measurement shall made Sy the En,ir.eer's representative. C. Material Pavrrent. .he "cr'_ra.:tor shall be pair for material stared on site within thirty (?0 days of delivery to the site or within fifteen [15] days aft: the Engineer has s':hnitted the invoices to the owner for pdyme:`_, whichever is t^.e la w . - ter date. F L 1 DIVISION 2 - GENERAL PIPE ?NSTALLAT:ON SECTION 2-01: CLEANING. The interior of a:: pipe and fitting shall be thoroughly cleaned of all foreign matter before being installed and shall be kept clean until the pipe has been jointed. Every precaution shall be taker. to pr?vent foreign material from entering the pipe while it is ceing installed. No debris, tools, clothing, or other materials £hall be placed on the pipe. No hooks of any kind will be a' ::wed to come in contact with the pre -molded joint or interior of the pipe. SECTION 2-02: INSPECTION. Each piece of pipe shall be tested • for defects after its delivery a1o;.cside the trench near the • point of installation. Cast iron, ductile iron, or vitrified clay pipe and fittings, while suspended and hanging free, shall ' be rung with a light hammer to detect cracks. All defective, damaged, or unscund pipe and fittings shall be rejected and removed from the site of the work • SECT:ON 2-03: LAY:NG p:PE. Pipe shall be protected from latera• l displacement by means of backfil: specificationo and Sheet No. 16 of the Appendix to the Specifications. Under no circumstances ' shall pipe be In'.9 in water, and no pipe shall be :aid under in - suitable weather or trench cindit:ons, ' When jointed in the trench, the pipe shall form a true and smooth line. Pipe shall not be triirmed except for c,ocures. Pipe nit making a good fit shall be removed. • The laying of pipe shall begir. at the lowest point, and the pipe • shall be installed so that the spigot er.ds point in the direction of the flow. 1 I I LI I I I I L DIVISION 3 - EARTHWORK C ' SECTION 03-01: SCOPE. This section covers excavation, trench- ing, rock removal, embedment and backfilling, surfacing, grading, and other appurtenant work. The Contractor shall furnish all labor, equipment, and hand tools for earthwork. SECTION 03-02: GENERAL REQUIREMENTS. Excavation wcrk shall be performed in a safe and proper manner with suitable precautions ' being taken against hazards of every kind. Excavations shall provide adequate working space and clearances for the work to be performed therein. Subgrade surfaces for concrete and pipe placement shall be clean and free of loose material of any kind. ' Excavations shall provide adequate clearance for installation and removal of concrete forms. In no case shall excavation faces be undercut for extended footings. Back -filling and construction of fills and embankments during freezing weather shall not be done except by permission of the Engineer. No backfill, fill, or embankment materials shall be ll installed on frozen surfaces, nor shafrozen materials, snow, or ice be placed in any backfill, fill, or embankments. '• SECTION 03-03: TRENCH EXCAVATION. Al_ excavation shall be con- sidered unclassified material, and will be included in the line bid item in the proposal. A. Line and Grade. The lines shall be excavated at approximate- ly the locations shown on the plans, or along the lines as designated by the Engineer. Unless a specific profile and grade is shown on the plans, or designated in the Detail fi Specications, the grade of the trench shall follow the topography of the ground. B. Extra Depth Excavation. In general, the mains shall be laid at a depth that provides a minimum of three feet of cover below normal existing grade. However, there will be certain areas where it will be necessary to lay at a greater depth to meet future road grades, to clear storm sewers, sanitary sew- ers, and other utility lines. Where these conditions are ' encountered, lines shall be laid to depths designated by the Engineer. No extra payments will be made for such extra depth; all costs thereof are to be absorbed in the line bid item in the proposal. I 1 DIVISION 3 - EARTHWORK C. Foundation. The bottom of the trench shall be graded so that the pipe will have an even bearing on good firm soil for its full length. If the trench is excavated too deeply, it shall be back -filled to the proper grade and well tamped. If the natural material In the bottom of the trench is un- suitable to support the pipe, it shall. be removed to the depth directed by the Engineer and replaced with suitable material, if available, or crushed rock (1/2" graded). D. Bell Holes. Bell holes shall be dug and shall be large enough to permit ready access to all parts of the joint for assembling and for inspection and to permit bearing as speci- fied above. _ E. Bracing and Shoring. Except where banks are cut on a stable slope, excavation for structures and trenches shall be pro- perly and substantially sheeted, braced and shored, as neces- sary, to prevent caving or sliding, to provide protection for existing structures and facilities. Sheeting, bracing, and shoring shall be designed and built to withstand all loads that might be caused by earth movement or pressure, and shall be rigid, maintaining its shape and position under all cir- cumstances. Trench sheeting shall not be is sufficient to carry trench to the back of the sheeting. after backfilling. When orde ing shall be left permanently pulled unless the pipe strength loads based on the trench width Also, it shall riot be pulled red by the Engineer, wood sheet - in the trench. Where trench sheeting is left in place, such sheeting shall not be braced against the pipe, but shall be supported in a manner which will preclude the application of concentrated loads of horizontal thrusts on the pipe. Cross braces in- stalled above the pipe for the purpose of supporting sheeting in the bottom of the trench may be removed after the pipe embedment has been completed. F. Protection of Structures. All existing structures, conduits, pipe lines, etc.; along the line of the trench shall be pro- tected from damage or injury due to the trenching operation. G. Wet Trench. - At all times during pipe laying operations, the trench shall be kept free of water either by pumping, bailing or drainage. 2 I [l DIVIS=ON 3 - EARTHWORK I I I [I I I I I C 1 I I [] H. Cpen Ditch. The Contractor shall not open more trench in advance of pipe laying than is necessary to expedite the work. One block or 400 feet (whichever is the shorter) shall be the maximum length of open trench permitted on any line under construction. In no case shall more than one (1) joint of pipe be left in an open trench overnight. Except where tunneling is shown on the plans and is specified or is permitted by the Engineer, all trench excavation shall be open cut from the surface. SECTION 3-04: CONSTRUCTION WITHIN PUBLIC ROADS AND RAILROAD RIGHTS OF WAY: TUNNELING AND BORING All railroad and highway crossings shall be encased with casing of the lengths and -depth shown on the drawings. All casing materials and procedures shall meet the approval of the appropriate agency. In no case shall any boring be performed without prior written approval of the appropriate Right -o_`_ -Way agency and written proof of proper bonding. A. Method of Construction. Casing pipe shall be installed using equipment that encases the hole as the earth is removed. Boring without the concurrent installation of a casing pipe will not be permitted. All joints in casing pipe shall be smooth. Casing pipe shall extend through the entire fill and be installed in a manner that will not disrupt traffic, dam- age roadway grade and surface, or leave a void space between the bore and casing. When directed by the Engineer and as approved by the State Highway Commission or appropriate authority of other road systems, the Contractor shall install the casement pipe in an open trench. The Contractor shall provide traffic control, barricading, compacted backfill, pavement removal and replacement. 3 1 I DIVISION 3 - EARTHWORK I B. Material - Casing Pipe. 1. Welded steel pipe, new material, with a minimum yield of 35,000 psi. The following minimum wall thicknesses shall be used: Outside. Wall Thickness (Inches) Pipe Diameter Under Highway Under Railroad 6" 16" 0.250 0.250 8" 18" 0.250 0.312 10" .24" 0.250 0.375 12" 24" 0.250 0.375 14" 24"- 0.250 0.275 2. In lieu of welded steel, as specified above, asbestos ' bonded bituminous coated corrugated metal pipe may be used.. Pipe shall be 14 gauge. Connection shall .be match punched. Pipe shall be as manufactured by Armco Steel Company or an approved equal. Casing diameters shall be as specified in (1) above. In all cases, the casing used must meet Arkansas State ' Highway Commission Specifications. C. Work Within Highway and Railroad Rights -of -Way. All work per- formed and all operations of the Contractor, his employees, or his subcontractors, within the limit of railroad and high- way Right -of -Way shall be in conformity with the require- and be under the control (through the Owner), of the railroad or highway. authority owning or having jurisdiction over and control of the Right -of -Way in each case. D. Public Travel. Public travel shall not be needlessly Incon- venienced. Streets, sidewalks, and private driveway cross- ings, where not bored, shall be promptly back -filled after the pipe is laid. The order of trenching operations shall be such as to interfere as little as possible with the use of streets and alleys. At no time will the Contractor be allowed to leave an open cut street, sidewalk, driveway, or alley overnight. 1 I 4 1 I DIVISION 3 - EARTHWORK 1 The Contractcr shall schedule his work so as to leave over- night no more than 15 feet of open trench or only the last joint of pipe installed. Such open trench shall be barri- caded completely with sawhorses or rope as approved by the 1• Engineer, and warning lights or battery operated electric flashers properly arranged to warn all traffic of the open trench and lighted as dusk. Such open trench :nay be covered 1 with steel plates of such strength as to carry pedestrial traffic, subject to approval of the Engineer. SECTION 03-05: ROCK EXCAVATION. 1 A. Undercut and Embedment. When the excavation is made through rock or other material too hard to be readily removed for 1 admitting the bell of the pipe, the trench shall be excavated at least six (6) inches deeper than the grade of the outside bottom of the barrel of the pipe, and refilled and tamped 1 with suitable excavated materials, SB-2 Base, or fill sand as directed by the Engineer. B. Blasting. Fox rock excavation the Contractor may choose the •1 option of drilling and blasting rock for easy removal. The Contractor's methods of blasting shall conform with the Asso- ciated Genera: Contractor's Manual of Accident Prevention in 1 Construction, and the National Fire Protection Association NFPA No. 495 - Code for the Manufacture, Transportation, Storage and Use of Explosives and Blasting Agents. Such 1 blasting shall be performed as approved by the Engineer. The Contractor shall employ someone experienced and bonded in ex- plosives and blasting to perform afl explosive and blasting work. The Contractor shall be held responsible for noncom- ' pl_ance. Prior to blasting, the Contractor shat= notify all adjacent 1• utilities. Care shall be exercised by the Contractor to prevent shattering rocks beyond required limits of excava- tion. This shall be accomplished with the charge holes pro- perly located and drilled to correct depth for charges used. 1 The charges shall al_ be limited in size to minimum required to permit reasonable removal of material by excavating equip- ment with "over -break" effects corrected by the removal of '• broken rock and replacement with approved suitable material. Generally it is suggested that slow blow charges be used and blasting be conducted under cover of mats so constructed to prevent scattering of fragments. 1 C C IJ DIVISION 3 - EARTHWORK 1 SECTION 03-06: BACKFILLING. After the pipes and joints have been inspected and approved, the trench shall be filled to a depth of one (1) foot over the top of the pipe with selected material free of clods and stones. Such select material shall be deposited and compacted in a manner to firmly hold and maintain the pipe in proper position and alignment during subsequent pipe jointing, embedment and backfilling operations. All trench backfill above pipe embedment shall conform to -the. following requirements when so directed by the Engineer: A. Tamped Backfill. Tamped backfill will be required for the full depth of the trench under roads, driveways, highway ' shoulders, curbs, sidewalks, gutters, and other surfaces, construction, or structures. Tamped backfill materials shall be finely divided job excavated material, free from debris, organic material and stones larger than 3/4". The backfill material may be placed in one operation for tamping with the hydrohammer to finish grade, but shall have a moisture con- tent sufficient to obtain ninety percent (90%) of maximum density with the method of compaction used. Such density will be tested in accordance with AASHO Designation T147-54. B. Uncompacted Backfill. Mechanical compaction of trench back - fill above pipe embedments in locations other than those hereinbefore specified will not be required, however, com- plete water inundation of backfill will be required. Uncompacted earth backfill material which is to be placed above embedments shall be free of brush, roots more than two (2) inches in diameter, debris, and boulders, in certain por- tions of the trench depth. C. Inundated Sand Backfill. At the option of the Contractor, inundated sand may be installed in lieu of tamped backfill in any of the above locations where, in the opinion of the Engi- neer, the use of water for this purpose would cause no damage to adjacent property or buried utilities. Sand for inundated sand backfill shall be free from lumps, rubbish, roots, cinders, and other objectionable material; not more than twenty-five percent (25%) shall be retained on a No. 4 sieve, and not more than ten percent (10%) shall pass a No. 200 sieve. L 6 1 I I DIVISION 3 - EARTHWORK I [T G I I [1 Li I H I I The general procedure to be employed in the inundation of sand backfill with water shall be submitted by the Contractor and approved by the Engineer prior to starting operations thereunder. Operational details in connection therewith shall be acceptable to the Engineer at all times. D. Crushed Rock Backfill. In lieu of the tamped Contractor may fill the full depth of the crushed rock, as approved by the Engineer. backfill, the trench with a After placement, the crushed rock shall be tamped to ensure a mechanical interlock of particles. SECTION 03-07: STREAM CROSSINGS. A concrete encasement cf six (6) inches minimum thickness shall be installed around the pipe at such places as are indicated on the plans or as directed by the Engineer to provide extra protection to the pipe where it crosses creek or stream water courses. SECTION C3 -C8: PROTECTION OF TRENCH BACKFILL :N DRAINAGE COURSES. Where trenches are ccnstructed in or across roadway ditches or other water courses, suitable ditch checks as approved by the Engineer shall be installed as directed. Ditch checks may be of creosote treated :umber, stone, or concrete as authorized. In any case, the ditch check shall extend not less than two (2, feet below the original ditch or water course bottom for the full bottom and side slopes thereof. SECTION 03-09: DISPOSAL OF EXCESS EXCAVATED MATERIAL Cn both public and private property, excess excavated materials not required for backfill or grading shall be removed from the site of excavation by the Contractor. The Contractor shall be respon- sible for the proper disposal of such material to the satisfac- tion of the Engineer or the Owner of the disposal site. Excess excavated materials from trenches located in open fields shall be distributed directly back over the pipe line and within the pipe line Right -of -Way to a maximum depth of six (6) inches above the original ground surface, at and across the trench and with uniform side slopes. Grubbed and excavated material not suitable for backfill, such as rock, trees, roots, etc., shall be PROPERLY DISPOSED CF by the Contractor. Such items SHALL NOT be left on the construction site. 7 DIVISION 3 - EARTHWORK SECTION 03-10: PAVED SURFACES. Paved surfaces shall be removed and replaced in kind to the satisfaction of the Engineer. ' SECTION 03-11: GRADING AND SEEDING. After backfilling has been completed and settled, all areas on the site of the work which are to be graded shall be brought to grade at the specified ele- vations, slopes, and contours. Slopes shall be trimmed and dressed by hand and other surfaces so graded that effective drainage is secured. Grading and surfacing shall be completed to the satisfaction of the Engineer. Before sowing any seed, all shaping and dressing of such areas shall have been completed to the satisfaction of the Engineer and the areas prepared to receive the seed by using a disc spiker or other implement as approved by the Engineer. Seed used shall be first quality and shall be a mixture approved by the Owner and the Engineer. No seeding shall be done during windy weather or when the ground is frozen, wet, or otherwise in a non -tillable condition. Full advantage shall be taken of time and weather conditions best suited for seeding, and such time of seeding shall be subject to the approval of the Engineer. ' The Contractor shall maintain all new seeded areas at his own expense, until final acceptance of the project. Maintenance shall consist of watering, mulching, protecting, replacing, and other work as may be necessary to keep the work in satisfactory condition. All water required in connection with the seeding work and maintenance shall be furnished by and at the expense of• the Contractor. SECTION 03-12: RESODDI.NG. All established lawn areas cut by the line of trench or damaged during the course of the work shall be resodded, after completion of construction, to the complete satisfaction of the property owner. All sod used shall be of the same type removed or damaged, shall be of the best quality, and when placed, shall be live, fresh, growing grass. All sod shall be procured from areas where the soil is fertile and contains a high percentage of loamy topsoil, and from areas that have been grazed or moved sufficiently to form a dense turf. The sod shall be transplanted within 24 hours from the time it is harvested unless it is stacked at its destination in a manner satisfactory to the Engineer. All sod in stacks shall be kept moist and protected from exposure to the sun and from freezing. In no event shall more than one week elapse between the time of cutting and planting of the sod. 8 U J DIVISION 3 - EARTHWORK I I I C I I Main tree roots shall not be cut except where they are within the area to be occupied by a pipe or structure. Excavation shall be done by hand where necessary to prevent injury to roots or trees. Before placing or depositing sod on areas to be sodded, all shap- ing and dressing of the area shall have been completed to the satisfaction of the Engineer. After the shaping and dressing have been completed, commercial fertilizer, of a type as approved by the Engineer, shall be applied uniformly over the areas so prepared in a manner and in amounts as recommended by the manu- facturer and harrowed lightly. Sodding shall follow immediately. All sodding shall be done during the period from March 15 to October 1, unless written permission is given by the Owner to extend the panting season. SECTION 03-13: PRESERVATION OF TREES AND SHRUBS. No trees shall be removed outside the excavation limits, except where their - removal is authorized by the Engineer. 11 I 1l I I I I I [I Where trees are on the line of trench or adjacent thereto and conditions are such that tunneling beneath the tree can be accom- plished without damage thereto, tunneling will be required. Where it is impossible to tunnel under trees on the line of trench, such trees shall be removed and disposed of by, and at the expense cf, the Contractor and to the satisfaction of the property owner. Trees which are left standing shall be adequate- ly protected from permanent damage by construction operation. Trimming of standing trees where required shall be as directed by the Engineer. All shrubbery damaged or removed by the Contractor shall be replaced to the satisfaction of the Owner thereof, by and at the expense of the Contractor. SECTION 03-14: REMCVAL CF WATER. The Contractor shall provide and maintain adequate de -watering equipment tc remove and dispose of all surface and ground water entering excavations, trenches, or other parts of the work. Each excavation shall be kept dry during subgrade preparation and continually thereafter until the structure to be built, or the pipe =ine to be installed therein is completed to the extent that no damage from hydrostatic pres- sure, floatation, or other causes will result. All excavations for concrete structures which extend down to or below the static ground water elevations shall be de -watered by lowering and maintaining the qround water surface beneath such excavations a distance of not less than. 12 inches below the bot- tom of the excavation. R I I DIVISION 3 - EARTHWORK 1 Surface water shall be diverted or otherwise prevented from entering excavated areas or trenches, to the greatest extent practicable without causing damage to adjacent property. The Contractor will be held responsible for the condition of any pipe line, or conduit which he (the Contractor) may use for drainage purposes, and all pipes or conduits shall be left clean and free from sediment. SECTION 03-15: MEASUREMENT AND PAYMENT. These items shall be paid for as the labor and materials are provided for complete in place Bid Items, as furnished and installed in accordance with plans and specification. All payments shall be made on the Engineer's estimated per -cent of completion, less 10%. The 10% holdback shall be released after all acceptance tests have been completed with successful results, and acceptance by the City or Governing authority. SECTION 03-16: WATER LINE AND SEWER LINE SEPARATION. The cross- ing and paralleling of water lines and sewer lines shall be in accordance with the latest revision of the "Rules and Regulations Pertaining to PUBLIC WATER SUPPLIES" of the Arkansas State Board of Health. Uncased water lines shall be separated by 10 feet or more from any sewer line. SECTION 03-17: PIPE EMBEDMENT. Trench bottoms shall be accu- rately graded to provide uniform bearing and support for the pipe barrel between bell holes. When the trench bottom is of proper character, such as uncemented granular material or other natural bedding material, and uniform shaping can be executed, foreign bedding material will not be required except as directed by the Engineer for particular exceptions in construction. When trench bottom materials will not allow uniform bearing for the entire pipe length the excavations shall be carried to a depth suffi- cient to allow a minimum depth of bedding material, as specified herein and detailed on the plan, to be placed under the pipe. The details of trenching, clearances, and pipe embedment are shown on the drawings and the character of such materials are as follows: 10 ' I I D=VISION 3 - EARTHWORK I I I I I Ii Li I I L I H I I H A. Granular Bedding shall be crushed stone or gravel with not less than 95% passing 3/4 inch and not less than 95% retained on a No. 4 sieve; to be placed in not more than a 12 inch layer in the trench bottom and graded, shaped and compacted by slicing with a shovel or other approved means to provide uniform continuous support for the installed pipe between bell holes. B. Compacted Bedding shall be finely divided, job -excavated material free from debris, organic material, and stones, and compacted to a uniform density which will prevent displace- ment of the pipe during subsequent operations as approved by the Engineer; granular bedding material may be substituted for all or part of compacted bedding, but at no additional cost to the Owner. After each joint of pipe has been graded, aligned, and placed in final position on the bedding material, and shoved home, sufficient pipe bedding material shall be deposited and com- pacted under and around each side of the pipe and back of the bell, or end thereof, to firmly hold and maintain the pipe in proper position and alignment during subsequent pipe joint- ing, embedment, and backfi:_ing operations. SECTION 03-18: TRENCH BACKFILL. Trench backfill above pipe embedment shall conform to cr.e of the following requirements: A. Compacted Backfill shall be firmly divided material free from debris and organic material, but may contain rubble and detritus from rock excavation at certain levels of the trench depth. This materia „ with a sufficient moisture content, may be placed in lifts and mechanically tamped to 90% maximum density as determined by AASHO Standard Method A -T-147-54 (using AASHO T-99-57 as a compacted control test), or the entire trench depth may be back -filled and the required com- paction obtained by tamping with a hydrohammer or by inunda- tion with water. The method used in obtaining compaction shall be approved by the Engineer. Granular bedding material may be used as com- pacted backfill at the option of the Contractor, but at nc additional cost to the Owner. B. :Incompacted Backfill shall be free of brush, roots more than 2 inches in diameter, debris, and junk, but may contain rat ble and detritus from rock excavation, stcnes, and boulders at certain levels of the trench depth. Placement of the material shall be by methods approved by the Engineer. 11 H I L DIVISION 3 - EARTHWORK. I C. Inundated Sand may, at the Contractor's option, be installed in lieu of tamped backfill where, in the opinion of the Engi- neer, the use of water for this purpose would cause no damage to adjacent property or buried utilities. Sand for inundated sand backfill shall be free of lumps, rub- bish, roots, cinders, and other objectionable material; not more than 25% shall be retained on a No. 4 sieve, and not more than 10% shall pass a No. 200 sieve. The inundation of earth (water settled) or sand backfill shall be done in such a manner as to not disturb the installed pipe or its embedment material, and to use the least amount of water possible in obtaining the most desir- able amount of settlement. Trenches shall not be brought to ground level; the water shall be introduced to the trench, from the top of the pipe embedment upward, through a pipe probe attached to a hose,_being careful not to disturb bed- ding material in any consequential nature. Backfill material shall be added during the inundation process so that at com- pletion of the operation a desired surface elevation will be obtained. If for reasons of porous soil, or other circum- stances, the backfilling and inundations may proceed by stages if so authorized by the Engineer. This general procedure to be employed in the inundation of sand backfill with water shall be submitted by the Contractor to, and approved by, the Engineer prior to starting opera- tions thereunder. Operational details in connection there- with shall be acceptable to the Engineer at all times. Compacted backfill shall be required where beneath pavements, surfacing, driveways, curbs, gutters, walks, or other surf -ace construction or structures or where in road or highway shoul- ders or beneath areas where sod is to be replaced. Placement of trench backfill material will proceed in such a manner, as approved by the Engineer, that no excessive loads, shocks, or impacts will be imposed on the installed pipe - which would result in pipe injury or displacement. Compact masses of still, mucky clay or gumbo, or other con- solidated material, or stone more than one cubic foot in volume shall not be permitted to fall more than 5 feet into the trench unless cushioned by at least 2 feet of loose backfill above the pipe embedment. 12 I I I I [1 I I I [I L I I I L 1 DIVISION 3 - EARTHWORK ' No trench backfill material containing rock, or rock exca- vation detritus, shall be placed in the upper 18 inches of the trench except with the specific permission of the Engi- neer in each case, nor shall any hard rock, stone or boulder ' larger than 8 inches in its greatest dimension be placed within 3 feet of the top of the pipe. Large stones may be placed in the remainder of the trench backfill only if well separated and so arranged such that no interference with backfill compaction cr settlement will result. I I I L I L I L Additional backfilling may be necessary at a later date before paving or other surfacing is installed or completed. Trenches to receive sod or seeding shall be topped with 12 inches of topsoil or material equal- to that adjacent to the trench at the ground surface. SECTION 03-19: GRUBBING AND CLEARING. The Contractor is respon- sible for grubbing and clearing all these areas within the con- struction limits in which he performs work. The Contractor shall properly dispose of all rubble, debris, rocks, etc. He shall also clear. and dress up the construction site. SECTION C3-20: ROAD, RAILROAD. PIPELINE, AND UTILITY SERVICE CROSSINGS. All construction intersection or paralleling an existing road, highway, railroad, pipeline, or utility shall conform to the requirements established within the jurisdiction of the interested governing authorities. A. State Highway and County Rcad Permits. Verbal permission for the construction across and under state and ccunty :highways has been obtained by the Engineer. However, the Contractor shall be required to post deposits which shall be returnable upon approval and acceptance by the State Highway Department, the highway department of the county or counties in which the project is legated, or any other proper governing authority. No work order shall be issued until such deposits have been made. B. Local Natural Gas Company. The local gas company sets forth the following requirements for crrssing their pipe lines: 1. The proposed water line should be constructed so that it will cross under cr over the gas line with a minimum clearance of 12". 2. It is desirable that the waterline cross the gas pipe- line, as near as possible, at right angles. '3 1 I DIVISION 3 - EARTHWORK 3. No structure, appurtenance or related fitting will be ' placed over or under said pipeline which will hinder or interfere with the normal operation and maintenance of the pipeline. 4. Written notice shall be provided the area representative, as shown on Plan's cover sheet, in sufficient time prior to construction activities so that the local gas company representative may be present during the construction of the line at the crossings. 5. The approaches to the gas pipeline shall be made so that the gas pipeline will be exposed only the minimum length oftime. If it is evident that the ditch will cave in at the point of crossing the gas line, cribbing will be requested at this location. 6. Sufficient precaution should be taken in the use of heavy construction equipment so that no damage will be done to the gas pipeline. The use of such heavy equipment over the gas lines will be reduced to an absolute minimum. Furthermore, if conditions so require, the gas pipelines will be bridged or matting will be used in connection with the operation of such equipment to prevent possible damage to the gas lines. 7.• The location of the point of crossing should be identi- fied by the best practical method. 8. The water main shall parallel gas mains at a perpendi- cular distance of 20 feet or more. C. Local Power and Light Companies. The local power and light ' companies set forth the following requirements for construc- tion of water mains within their easements: 1. Construct water main parallel to power lines at a perpen- dicular distance of five (5) feet or more. 2. Advance notice shall be given if their facilities inter- fere with construction. L 14 , §1926.606 - 29 CFR Ch. XVII (7-1-92 Edition) I I L I H I I I fl L L I I I I I I (6) Obstructions shall not be laid on or across the gangway. (7) The means of access shall be ade- quately illuminated for its full length. (8) Unless the structure makes it im- possible, the means of access shall be so located that the load will not pass over employees. (c) Working surfaces of barges. (1) Employees shall not be permitted to walk along the sides of covered light- ers or barges with coamings more than 5 feet high, unless there is a 3 -foot clear walkway, or a grab rail, or a taut handline is provided. (2) Decks and other working sur- faces shall be maintained in a safe condition. (3) Employees shall not be permitted to pass fore and aft, over, or around deckloads, unless there is a safe pas- sage. (4) Employees shall not be permitted to walk over deckloads from rail to coaming unless there is a safe passage. If it is necessary to stand at the out- board or inboard edge of the deckload where less than 24 inches of bulwark, rail, coaming, or other protection exists, all employees shall be provided with a suitable means of protection against falling from the deckload. (d) First -aid and lifesaving equip- ment. (1) Provisions for rendering first aid and medical assistance shall be in accordance with Subpart D of this part. (2) The employer shall ensure that there is in the vicinity of each barge in use at least one U.S. Coast Guard -ap- proved 30 -inch lifering with not less than 90 feet of line attached, and at least one portable or permanent ladder which will reach the top of the apron to the surface of the water. If the above equipment is not available at the pier, the employer shall furnish it during the time that he is working the barge. (3) Employees walking or working on the unguarded decks of barges shall be protected with U.S. Coast Guard -ap- proved work vests or buoyant vests. (e) Commercial diving operations. Commercial diving operations shall be subject to subpart T of part 1910, § § 1910.401-1910.441, of this chapter. [39 FR 22801, June 24, 1974, as amended at 42 FR 37674, July 22, 19771 § 1926.606 Definitions applicable to this subpart. (a) Apron —The area along the wa- terfront edge of the pier or wharf. (b) Bulwark —The side of a ship above the upper deck. (c) Coaming—The raised frame, as around a hatchway in the deck, to keep out water. (d) Jacob's ladder —A marine ladder of rope or chain with wooden or metal rungs. _ (e) Rail, for the purpose of § 1926.605, means a light structure serving as a guard at the outer edge of a ship's deck. Subpart P —Excavations AoraoRITY: 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 ofR Labor's Order No. 12-71 (36 F 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- tions applicable to this subpart (a) Scope and application. This sub- part applies to 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. I 218 Occupational Safety and Health Admin., Labor §1926.650 ' Benching (Benching system) means a method of protecting employees from cave-ins by excavating the sides of an excavation to form one or a series of horizontal levels or steps, usually with vertical or near -vertical surfaces between levels. Cave-in means the separation of a mass of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield or 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 authorisa- 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. Ramp means an inclined walking 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 § 1926.652 (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 - I I I I I I I _' I I I I LI C1 I El 219 I§ 1926.651 29 CFR Ch. XVII (7-1-92 Edition) I H El I H I IH El I HI I H I I I I 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- stallations, 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 220 Occupational Safety and Health Admin., Labor § 1926.651 ' tached 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) Means of egress from trench exca- vations. 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. Employees 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 to falling 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- pected to exist, such as in 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. (ii) 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 I I n I I I I I L I I I I II I 221 U§ 1926.651 29 CFR Ch. XVII (7-1-92 Edition) I I I C I I I I C I I 1] I Li 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. (i) 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 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 through- 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. Li 222 Occupational Safety and Health Admin., Labor § 1926.652 (2) Adequate barrier physical protec- tion shall be provided at all remotely located excavations. 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. § 1926.652 Requirements for protective systems. ' (a) Protection of employees in exca- vations. (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: (1) Excavations are made entirely in stable rock; or (ii) Excavations are less than 5 feet (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 set forth in appendices A and B to this subpart. (3) Option (3) —Designs using 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. (ii) 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. (ii) Designs shall be in 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 atthe 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. I I L L I I I I I L I I I I I 223 it I § T926A52 29 ZFR Ch. XVH (l-1-92 Edition) I L H 1 I I I I I L I I I I I I Designs 4f support systems shield sys- tems, and other protective systems shall be selected .and constructed by the employeror his designee and shall be in accordance with the require- ments of- paragraph (c)(1): or, in the alternative, paragraph (c)(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 in accordance 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 drawn from 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: (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. (iii) 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. (i) 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 include the 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 rec- 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 224 Occupational Safety and Health Admin., Labor use. If the competent person cannot 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 evaluated and approved by a regis- tered professional engineer before being returned to service. , (e) Installation and removal of sup- port -(1) General. (i) 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 employees from cave-ins, structural collapses, 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. (i) 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 ' excavations at levels above other em- ployees 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. (i) Shield systems shall not be subjected to loads exceeding those which the system was designed to withstand. (ii) 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 § 1926.652(c), and the use of the data is L L I J I I I El L L I I I I I 225 Subpt. P, App. A 29 CFR Ch. XVII (7-1-92 Edition) L C I Li H I I I L L I I I II I predicated on the use of the soil classifica- 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 in 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- gories are determined based on an analysis 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 are 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: (i) 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. L 226 Occupational Safety and Health Admin., Labor Unconfined compressive strength means the load per unit area at which a soil will fail in compression. It can be determined by laboratory testing, or estimated in the field using a pocket penetrometer, by thumb pen- etration tests, and other methods. Wet soil means soil that contains signifi- cantly more moisture than moist soil, but in such a range of values that cohesive materi- al will slump or begin to flow when vibrated. Granular material that would exhibit cohe- sive properties when moist will lose those cohesive properties when wet. (c) Requirements —(1) Classification of soil and rock deposits. Each soil and rock deposit shall be classified by a competent person as Stable Rock, Type A, Type B, or Type C in accordance with the definitions set forth in paragraph (b) of this appendix. (2) Basis of classification. The classifica- tion 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 (d) of this appendix, shall be designed and con- ducted 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 ofsoilthat 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 ' (ii) Observe soil as it is excavated. Soil that remains in clumps when excavated is cohesive. Soil that breaks up easily: and does not stay in clumps is granular. (iii) Observe the 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 spalls are evi- dence of moving ground and are indications of potentially hazardous situations. (iv) 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- turbed soil. (v) Observe the opened side of the excava- tion to identify layered systems. Examine layered systems to identify if the layers slope toward the excavation. Estimate the degree of slope of the layers. (vi) Observe 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 Vs -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 '/s -inch 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. (iii) 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 - C I I I I I C C I I I I I I I 227 I Subpt. P, App. B 29 CFR Ch. XVII (7-1-92 Edition) I I I L L L L I H I .I I I I L 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 mi- minum 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 test is 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, pulverize 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 - ing protective systems is to be performed in accordance with the requirements set forth in § 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 spail- 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—( 1) 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-1 of this appendix. (3) Actual slope. (i) 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 ',4 horizontal to one vertical (i4H: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 § 1926.651(1). (4) Configurations. Configurations of slop- ing and benching systems shall be in accord- ance with Figure B-1. 228 Occupational Safety and Health Admin., Labor Subpt. P, App. B TABLE B-1 MAXIMUM ALLOWABLE SLOPES SOIL OR ROCK TYPE MA'+IM UM ALLOWABLE SLOPES(H:V)C11 FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK VERTICAL (900) TYPE A (2) 3/4:1 (539 TYPE B 1:1. (451 TYPE C 1½:1 (34O) NOTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. 2. A short-term maximum allowable slope of 1/2H:1V (63°) is allowed in excavations in Type A soil that'.are 12 feet (3.67 m) or less in depth. Short-term maximum allowable slopes for excavations greater than 12 feet (3.67-m) in depth shall be 3/4H:1V (53°). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. - Figure B-1 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 %:l. U L P 1 L C L L L 'I 1 L L 229 ' I I 1 1 I 1 I 1 I 1 1 Subpt. P, App. B I 20' Max. 29 CFR Ch. XVII (7-1-92 Edition) 3/4 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 54:1. 12' Max. SIMPLE SLOPE -SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of '/. to 1 and maximum bench dimensions as follows: 230 Occupational Safety and Health Admin., Labor SIMPLE BENCH 20' Max. l_ Subpt. P, App: B / / 1 / 3/4 MULTIPLE BENCH 3. All excavations 8 feet or less in depth which have unsupported vertically sided lower portions shall have a maximum vertical side of 3½ feet. UNSUPPORTED VERTICALLY SIDED LOWER PORTION -MAXIMUM 8 FEET IN DEPTH 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 maximum vertical side of 3% feet. 231 Subpt. P, App. B 29 CFR Ch. XVII (7-1-92 Edition) 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 %:1. The support or shield system must extend at least 18 inches above the top of the vertical side. J 20' Max. ' I I I I LI I I I 1 3/4 18" Min. Total height of vertical side SUPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION 4. All other simple slope, compound slope, and vertically sided lower portion excavations shall be in accordance with the other options permitted under § 1926.652(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: 232 Occupational Safety and Health Admin., Labor Subpt. P, App. B ; This bench allowed in cohesive soil only. 20' Max 4' Max. i SINGLE BENCH 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. • Support or shield system n -, �l • II; 20' Max. -- -� 1 8" Min. Total height of vertical side 233• Subpt. P, App. B 29 CFR Ch. XVII (7-1-92 Edition) ' VERTICALLY SIDED LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in $ 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 134:1. ?0' Magic. l½ 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 1½;l. Support or shield systetr. r 20' Max. 18 Min. Total height of vertical side 234 Occupational Safety and Health Admin., Labor Subpt. P, App. B' VERTICAL SIDED LOWER PORTION 3. All other sloped excavations shall be in accordance with the other options permitted in ¢ 1926.652(b). B-1.4 Excavations Made in Layered Soils 1. 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. B OVER A C OVER A 235 I Subpf. P, App. C 29 CFR Ch. XVII (7-l-92 Edition) I I I [1 I I I I I I A GV£R B A OVER r I- B OVER C I H H H A �1 " � 1 1½ /� 1! C i 1§ 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(c)(1). 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 Classification. In order to use the data presented in this appendix, the soil 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 236 Occupational,Safety=andJHealth Admin., Labor Subpf:t1 App. C ' paragraph (g) of the appendix. Each table presents -the minimum sizes of timber mem- -bers to use in a shoring system, -and each table:contains:data.only for the particular soij.SypeIn which the.excavation.orportion. of the excavation is made. The data are ar- ranged to allow the• user :the flexibility•ao select from :among several. acceptable .con- • fighra Lions of • members 'based on varying'_ the horizontal spacing of the crossbraces. Stable rock°is'exempt from shoring'require- mehts and therefore, no data are resented for this condition. (2) Information concerning the basis of the tabular data and the limitations of the data is presented in _paragraph (d) of .this appendix, and on the tables themselves. (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 regarding Tables C-1.1 through C-1.3 and Tables C- 2.1 through C-2.3 are presented in para- graph (g) of this Appendix. (d) Basis and limitations of the data. —(1) Dimensions of timber members. (i)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 empirical practice. (ii) The required dimensions 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 § 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. -(A)-When loads imposed by -structures 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 -Un -trench equal to the depth of the -trench. (B).When verticatloads imposed_on cross braces exceed a 240 pound gravity Toad dis- tributed on a one-foot,section.of the center of the crossbrace. (C) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. . (D) When only the lower .portion of -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. 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, in 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. (f) 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. I I I C I I I I LI I I I C 237 I I I I I I I C C H I L H I C I E Li Subpt. P, App. C Space 3x8 uprights at six feet horizontal- ly. This arrangement is commonly called "skip shoring." Arrangement #2 Space 4x6 crossbraces at eight feet hori- zontally and four feet vertically. Space 8x8 wales at four feet vertically. Space 2x6 uprights at four feet horizon- tally. Arrangement#3 Space 6x6 crossbraces at 10 feet horizon- tally and four feet vertically. Space 8x 10 wales at four feet vertically. Space 2 x 6 uprights at five feet horizontal- Iy. Arrangement #4 Space 6 x 6 crossbraces at 12 feet horizon- tally and four feet vertically. Space 10x10 wales at four feet vertically. Spaces 3x8 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 6 x 6 crossbraces at six feet horizon- tally and five feet vertically. Space 8x8 wales at five feet vertically. Space 2x6 uprights at two feet horizontal- ly. Arrangement #2 Space 6x8 crossbraces at eight feet hori- zontally and five feet vertically. Space 10 x 10 wales at five feet vertically. Space 2 x 6 uprights at two feet horizontal- ly. Arrangement #3 Space 8x8 crossbraces at 10 feet horizon- tally and five feet vertically. Space lox 12 wales at five feet vertically. Space 2 x 6 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 10x12 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) Arrangement #2 Space 8x 10 crossbraces at eight feet hori- zontally and five feet vertically. Space 12x 12 wales at five feet vertically. Position 2x6 uprights in a close sheeting configuration unless water pressure must be resisted. Tight sheeting must be used 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 spacing of members 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 8x 10 crossbraces at six feet hori- zontally and five feet vertically. Space 12x 12 wales at five feet vertically. Use 3x6 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 - ten s." 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 jacks may be used in lieu of or in combination with timber crossbraces. 7. 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 238 Occupational Safety and Health Admin., Labor Subpt. P, App. C Cl, ^ F- = Of W L S q W u 1.- a in W Y W W N o - H in d • N I F n V ti Z } W J E 2 m Q I X f CM O N - II O S O_ 2: CD a C r-: - X U N C- H J Q .O O F- X X Z N N O N ' '-O'- S W W X '-LULL- N -- - m O b J X N Li- # r # ¢ - X X X E M M M Li.W U W V C C >0- N Li-. .t t Y x O O .. .r 0000. X X ~ X O X X r -r Z Z F H C U W _ W Q LL C C C C C C C C C >0---- O o H O O C O O Il, X X X X X X X X X X X V 'O C ' b V e 10 b '0 C O •%O H H N X X LL 0 .O 10 tO X .O X .O X .O X X X X 'C .O t0 .O 0 C_JS O CL) 1- a, .O .C .O .O 1O .O 10 .O t0 CO] OW W X C X C X X X X X X X X _ C = .O C .O .O 10 1O C 0 F Cu. O O I- t0 X X 1O. C .O 10 .O b y Z d F = C C X C X C X C X X X X X b b .0 .O C C O 3 C ~ V X X- X b b b tp C1 X X X X X X X O < < t0 .O 10 10 C O] •.y W r%zr O O O O O O O O O O W ~ O O Z K V W OQLL IL C N to 0~ O~ N b~ O ~ ~ Sv C d C ,r 0 L 1_ Ca -O C N W Li) J = = _ S =-. HLLUI- - 0 _ O W uY O O Lao Li O' 0 '-I ^ OF O C ' N O Iry . 239 Subpt. P, App. C 29 CFR Ch. XVII (7-1-92 Edition) ' U Z U H C tv HOE. CF .G >4 S lil U 4: N N N H ' 3 Ol N 'O N N h s fl k • O • lO 4 i " Q z 0 i U M 00 W U En W x >. = GU Gl .n Lfl ..1 r N ifl v1 N N L L � U ly 0 L m 0 N m ? LaNZ m r N N v.l ' W 3 O O N O r r r m N V x x x x ti 0. `t m O C O O C O N O T r - r r r C L N. L Fw c I_ Z y :i i+] J V- in Jl V /1 1 u^ . .h V1 NL 1" 1 CJ I .1 L. v J CC x S VI, m G Y C x a O O b L F u"1 C m m m m In C X x x x x X G x x '.. 0 F U - H r .C '0 m m m o .p .O .Z.. = r C L m c o m o .00 y a v cHi] Ec " -. m m m m x r a m Z ".r. C C C C C C C Z L 0=0 3 m F a < 2 F C' �C '.J .O 'O m m m Or H w yy S Lti a C C C C V C C C 0 z F C - L- J F m M m .l v E r 4. E. `O .D .O .O m C m m O z O .G x x x x x>4 x x x J E H N U a O 'p '.O '.p ,C C 'C m m 0G1 WE w ' 3 .C 'O >4 �O m m ' Ow x y. x x x v .v .o .o C � C C o u lil m hZ -+ O F O O O C O O O O O r m J Z --W F H H F F H F H H +Xi C m C) .O C O y 10 E E 0<11- r m .-. xa a a u u a a a 0 m 0 o a a0. 0 u 0 Yl o m N .7 r :n = 'J J] Z> > r Zr. aH ;".w w Y1 O O O O iC'- - H N ? N H v r r [r r r O 1 240 Occupational Safety and Health Admin., Labor Subpt. P, App. C Y w N 00 F t. Z w -. U fy N m J w rn o W u w a N_ m E . W F n n • E N r U F Z r N F I OO Z 00 N II S N 0. U U Z U C. z N O Z ON a w O C az Q F a O N H z zI o. fa w a a o4 o ¢ 0 s E 4l • z V N N N N N en Z.-. Lu Et -E-4 O0[z] vi IC t vi vt ut vi >L tU Z N Z O N N N N N h N 0 O O N N Cr r r r r r O z 1 -0 -IF- - ¢16 U1 N N O N ACV E0 O O O O O y.. 0 r r r •..r •.y 0i 9 0 Oxp 0 0 0 r r r CC Lu F O O O Lu N OJ m r m r r x x x y v O m m m 0 0 QQQ�U U O F O O O m 1O 0 — . m r O. x X x x X N F `O 00 0 aJ m m N X O F O O O U Y m r F N H O O O 0 m r 0 r r x x .J 0 00 0 m - m r Z O O —o O r — O O C U 61 FO Fm FAD Z .O -0 w: .O w w w w O Q [s. r w L w 0)4.1 w w 0)1.1 k1 010 0. 0. 01 O 0 0) O 0 0.- w 0) O 0 0)0• O' fJ N > > mZ > O y Z N Z h 01 Z O) Z Cl) x Zr' F U F Z 0 W [0.c1 fil F F .N-• F N fact O ❑. 0. N O C 241 Subpt. P, App. C 29 CFR Ch. XVII (7-1-92 Edition) m �= Li x L C J W L pi W F. v F w • N z ry Y" r J Z - x I x Z N II C •" V Z 6 F d c' F J Y O F y U w m X l: �T y - O J C b - r F o x x x x Z a - a a a N Y Cl, a POH 2 =u `O N x x a 1 �}' L 6 � Q N a a 'C .C .-. x x x x - a a C x y .o .o 'o .o x+ a b5 n n0 n vxi 9 O 9 c 0v 00 Cu 6 Z V Z V a a a d a a >a a a c y a -i _r ✓ Y Cr Cr m mcc- m m r m m y Z �il Z V x x j W X x x x x x x x — rc a m m c •c m m .2 m m m cc J r F : a - .: e - •: V - .: a a c C > c u y a F .C W C L 'C C 'C C m m C/) L v< x .C C C '.C '.G .7 V .7 .: C J N r Ho x x x x x x x x x x x x w iu a V 'C W C Y. W C .: '.0 C '0 y � Q O U F y > L > W W W >C >C >O rl z _ x >4 x x x x x x >4 x x x x 6I ii Cr a C a \ J' W W J' C C C F y so F a a C C a .O .C C V d .O L ,C x x x x x x x x x x x x — - a a a - I C C .c u .o 'c Hz 1 Y 3;o F a a a 'C C C C C C a x x x x X x x x x x x x x x x a a a a a a C 'C 'O 'L b .-. • U O C O C O CO O O O 0 C 0 NZ !- F F F F H F F Y F F Z pH `] m ` m N .C m O h O G ti r — ,. Cu41 z a w a = w o c w a a Cl) y v r _ J = H OH o a w O t e t Occupational Safety and Health Admin., Labor Subpt. P, App. C N 0. F m (a a14 I. H t N u W W - W F y • N I - U - Z +. W .0 E S d I x F I � Z a o N O � S Z m W F a a €r F. Q F N V Z N • HI '0 r C, x d v d v m x z 0 - 00 x> x W 4. nv O o O O N m r r r •6 n - - } F a > b > > > n x x x V en d .T �1 # V N F4" W6IS N N In V\ N UI N ill Cal> 0 W W W N O O N O N N Q F H m m r m r r r r N W x V .0 m a) p 0 a) 0 N Z .. r r r 0-•' Z L F l N C o] V1 V1 N - 'Cl V1 V\ N N V1 C > m v Z N 6 O F N •0 .0 m m N N N m m 0.-- x x x x x x x x x O '0 .c. .c .c m N - m m m E0 N W F i-I . W N .O .p .p m m m m m N >4 >4 >4 'I- 0 .0 .0 ____ .0 ____ ____ .0 m m .0 m m x o - ____ OH a' W 0. .0 •.0 .0 .0 00 m m m m x x x x x x x x x F .t .0 .0 -.0 .0 N .0 .0 m W O O F •0 b •0 >- .O m m m m m S L X X X X x x X X x FO v .D b b b .0 m 3 FO+ v `c � m?______ n. :/t .0 .O_. O O F F O —<4i •0 m O O . m O 01 . r O L _ x a�. a a. a w 0 d a- m uc a. d a a o m > > J NZ > > J NZ > > > NZ N S x Z L W W W O Q a o Q 0 0 In o > N o F F N O 243 Subpt. P, App. C 29 CFR Ch. XVII (7-1-92 Edition) zcc iii m ro F• U Y _] nn J W x El C. C1' N z y z 4. u -4 x I z z J, T ro Z :J F ?.. I - Ls m a I- V W m U Z U U L m F Z HOE. U :flw e a c. m = G O G x y m •D ,O b C ,O 'C Q x x x x x x -a n n v v z U U •z L . It s' O U W O N O N N C T ` O 0 O N O 'ZE-N N Vl V` O m m m m m x x x x x x m x x m m m NV ;n •D m m m m Oy x x x x x 'a,- 0 m x m m m __ __ __ __ __ __ X x X k X •. .C m .C C m m tip 0 ,O '0 .C .O x m m x x x .c '0 .C x m C _ 3 U -O C V m m m x x x x x 0 •C v7 v. .c m mx -. O F -a-"' F. H F y I.., F. �. — r r T — Z Y U u: C m O '0 C v G Ls v G w J G G J J J WY OJ W] ;, y p, W O J O F. N O L w O y; V > > V Z O U V:Z L/ Z O 2 i F U W _ ZzJ o Y t F- r ... (r - - N a "Occupaitional'Sofety .and :Health Admin., Labor $ubpt.'P, :App.D APPENDIx D TO SUBPART P -ALUMINUM •HYDRAULIC SHORING FOR TRENCHES Xa) Scoj .'This Appendix contains- infor- matlon that can be used when aluminum hydraulic shoring is provided as:a method of.•protectioagainst cave-ins In :trenches that, do not exceed 20 feet C6.1m) inadepth.= This Appendix must' be used when;design of • the aluminum" hydraulic protective system cannot be- performed in accordance with 11926;652(c)(2). (b) Soil .Classification. 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 classification method set forth in appen- dix A of. subpart P of part 1926. (c) -Presentation of Information. #rdbrma- tion is presented in several forms as -follows: (1) Information is presented in tabular form in Tables D-1.1, D-1.2, D-1.3 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 in 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-1 Tables. Alumi- num material is 6061-T6 or material of equivalent strength and properties. (2) Hydraulic cylinders specifications. (i) 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. (if) 3 -inch cylinders shall be a minimum 3 - inch inside diameter with a safe working ca- pacify of not less than -30;000 pounds axial -compressive 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 t}Qn that; may be experienced in the field.. These .data mere. developed -to. apply .to the situations that are most commonly experi- -.enced in current trenchingpractice. Shoring` • systems for use in situations that are not covered by the _data in this appendix. must be -otherwise designedas specified in * 1926.652(c). (ii) When any.of the following conditions are =present, the members specified in the Tables are not considered. adequate. In this case, an alternative aluminum hydraulic shoring system or other type of protective system must be designed in accordance with 4 1926.652. (A) When vertical loads Imposed on cross braces exceed a 100 Pound gravity 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 fl -Li, D-1.2, D-1.3 and D-1.4. The members of the shoring system that are to be selected using this informa- tion 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-1.1 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. I I [1 I I I I I Li I I _I I I I 245 ISubpt. P, App. D 29 CFR Ch. XVII (7-1-92 Edition) I I C I I I I I I Li I I I I 1 1 (I) Example to Illustrate the Use of the Tables: (1) 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 feet on center (o.c.) horizontally and 4 feet on center (o.c.) vertically. (See Figures 1 & 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 o.c. 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 experi- ence some 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)(7) to the D- I 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. 3x 12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Exam')le 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. vertically. 3x 12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (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 § 1926.652(c)(2) for use of manufacturer's tabulated data. For trench depths In excess of 20 feet, refer to § 1926.652(c)(2) and § 1926.652(c)(3). (2) 2 inch diameter cylinders, at this width, shall have structural steel tube (3.5x3.5x0.1875) oversleeves, or structural oversleeves of manufacturer's specification, extending the full, collapsed length. (3) Hydraulic cylinders capacities. (1) 2 inch cylinders shall be a minimum 2 -inch inside diameter with a safe 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 axe calculated for simple span conditions. (10) See appendix D, item (d), for basis and limitations of the data. ' 246 Occupational Safety and Health Admin., Labor Subpt. P, App. D ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. 1 VERTCAL AILYSAY FIGURE NO. 2 M'0M1AC SMORiq VERTCAL ALUMPAAI ISPOT NINCaCI HYDRALAX EMORM (WTM KYWOOO) HORIZONTAL SPACSPA ING HORIZON 7AL / CI MG I1.7/ 18" MAX./ 4 fin i le VERTICAL ft SPACING G �LTn A' MAX. dl �J'i 1pz MAX. FIGURE NO. 3 VERTCAL ALUMMAY HYTMIAIAG ENd1N0 ,fG ISTACNEGI L� Q! ,LO R•: ZO VERTICAL SPACING 4' MAX. YL_ 2' MAX. VERTICAL RAIL HYDRAULIC CYLINDER VERTICAL RAIL Wd,,j NYDRAULIC-CYLINDER 18" MPLYV000 • •VERTISPACI FIGURE NO. 4 ALUMYAAM HYORALLC 3HCRSIO WALER SYSTEM (TYRCAU HORIZONTAL SPACING IERTICAL RAIL 2' MAX. HYDRAULIC {/ CYLINDER VERTICAL SPACING UPRIGHT SHEETING HYDRAULIC CYLINDER 247 311-112 0-92-9 ISubpt. P, App. D 29 CFR Ch. XVII (7-1-92 Edition) I El El El El I I I I I I I I I L: I L Os —'U N V _ .- U �y O O p LU C' Z = N -F-''-- C' ry ¢ Z O C C a ^ V LI z - oc l 1 O F zW N W < —' ry ¢ Q U O a z y a Q rn F O _ w Fd'p z �Qz W Gz C F — L 'G — — - v n LU Q z O -. -•-- Q ` y r r a Z Z O 04 00 ?OU a ao r -EE ¢ c 4 c cc,, - a a 2 v v n CC h n n. � a a �QQ ts.Z w >-c_- w Fo Fv, O u m >^ a— > A ce O a O a O a > �� a u v 0 0 L:.zz ' 248 Occupational Safety and Health Admin., Labor O z O Cn k7tl N U o¢xF .w.tOQ� Subpt. P. App. D a Wo z > �Q O 0 z o a cti a n O z F J N Q O w O O 0z Q o Ow Q z N U U U � O UZ E- r F U T r ,..i v > LIii O z Si Q U. Z .-. O U w oo k N Q W G v O C4 rZ x U F a' O a O c O N w0Lzq w ^O >oa n > .. >�ao q O a O O O- U cc E di C u C- C- = c ca C c L - N v - d E E u -- -- -000 x a" C b C, CC c • v aL v: d C. � Q Q C u u - VU LZZ Subpt. P, App. D 29 CFR Ch. XVII (7-1-92 Edition) U ( N J {� a N r cV 1 Z N --. "C ❑ zs c z z z z z z z z z J ^ I iN tiz Li O C, C O r C C n x a _ > > • N = z L .^i. r1 Z L: Z '''J' Z. ''y` z L � Z Z z N Z. Z - ' -. U L r �� J z z [- DC W U ^ U •- 3 z z z z z _ z z z Z U I y \ r = C S N x v' C p. v J U Z -:i 'r N rt.• i - u, y,3 _ = c c n = v o =• • y< �o ❑ U •.. vl t c° E u c a r U s C rx O u:vHo . _ >-:- > - N .. .. r 0 r v y y ✓. V - U $ o o J z z . 1 I 250 Occupational Safety and Health Admin., Labor Subpt. P, App. D ti3 I I Qa zO O N Cl N D «S X X en en e. O z z z z z z z z z z F , en en en en en en en en en U o C— O h0 O h O of O O U 'c 'OO 'nod tei Vi �C W w O xy0. — to E N U N L N N N N .V ZJw- J x Z ZZ(tvj Z Z(il z Z Zit] z z %' N Q N Q eel N Q M en NQ en to X W O U 0. (JO . z z z Z 'o c vSi toU - Fa- w U c a i�a O O w z� o h O O v, o c o ¢ P8 > O Q �c •�c •o_ •v vi ad en �.'. �c Q xa . >- C -wi°�ao x 3 E m m n zY z z z z z z z z F O O } ct Q N N en N en en N e+: er. G z F Uo `c S. C V O — O< '0 '0 C v in eb en in �c - �^ v Q xy z a 4 �O OO h o deco Q. j ❑ z en r ¢ en N Q en N e . �.. tU O — — H i.. O Cu C W Cu c v ��� µJ N Li. tog X 4A. i J C C G C ey • ac.E 1 a a y Q Q Z oN = u v z Cu CuIn O O C O Ov- w O O ON rn 6 wOw w > na— >—— O q O a O q- >O o u u o g Z Z 251 ISubpt. P, App. E 29 CFR Ch. XVII (7-1-92 Edition) APPENDIX E TO SUBPART P -ALTERNATIVES TO TIMBER SHORING YIP 1 i111 : ' %IYI= Ig" MAX. I) ' VERTICAL RAIL ra i r7 T 6 ( HYDRAULIC CYLINDER Ira ' VERTICAL al Ja 1U•= SPACING t iiti1 'Iii ' 1 1, of �Y1. r.0 4' MAX. dlara. ^� 2' MAX. ' Figure 1. Aluminum Hydraulic Shoring t ` f 11 'I'ftq' , 1�iilllp ' O O O O i ' Figure 2. Pneumatic/hydraulic Shoring ' 252 Occupational Safety and Health Admin., Labor Subpt. P, App. E Figure 3. Trench Jacks (Screw Jacks) Figure 4. Trench Shields 253 Subpt. P, App. F 29 CFR Ch. XVI1 (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 1928.652 (b) and (c). Is the excavation more than 5 feet in depth? Is there pctential for cave-in'. NO Slopin select Go to Figure 2 Excavation may be made with vertical sides. Excavation must be sloped, shored, or shielded. select Is the excavation entirely in stable rock? or shielding Go to Figure 3 FI uRE I - PRELIMINARY DECISIONS 254 Occupational Safety and Health Admin., Labor Subpt. P, App. F Sloping selected as the method of protection Will soil classification be made in accordance with 31926.652 (b)? NO Excavation must comply with one of the following three options: Option 1: 1926.652 (b)(2) which requires Appendices A and B to be followed Option 2: 11926.652 (b)(3) which requires other tabulated data (see definition) to be followed. Option 3: ,41926.652 (b)(4) which _ requires the excavation to be designed by a registered professional engineer. - Excavations must comply withj1926.652 (b)(1) which requires a slope of 11{:1V (341). FIGURE 2 - SLOPING OPTIONS 255 ' Subpt. P, App. F 29 CFR Ch. XVII (7-1-92 Edition) ' Shoring or shielding selected ' I as the method of protection. Soil classification is required when shoring or shielding is used. The excavation must comply with one of the following four options: Option 1 51926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). Option 2 §:926.652 (c)(2) which requires manufacturers data to be followed (e.g. hydraulic shoring,trench jacks, air shores, shields). I Option 3 51926.652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). I ' Option 4 51926.652 (c)(4) which requires ' the excavation to be designed by a registered professional engineer (e.g. any designed ' system). FIGURE 3 - SHORING AND SHIELDING OPTIONS ' 256 H I DIV:S:ON 4 - P:PE INSTALLATION FOR WATER MAINS I SECTION 4-01: PIPE LAYING. The laying of pipe shall be done in accordance with the pipe manufacturer's recommendations, the ' plans, AWWA C-600-77 for C.I. and D.I. pipe and AWWA C-603 for Asbestos -cement pipe and these specifications for PVC Pipe. See I I C L C C Sheet No. 16, Appendix to these Specifications. SECTION 4-02: GENERAL. Equipment used to place pipe shall be rubber -mounted to avoid severe scoring of paved surfaces. The pipe is to be installed with the bell ends facing the direction of laying except when otherwise approved by the Engineer. A night plug shall be installed whenever the Contractor shuts down the job each day. Where fittings and other appurtenances are sometimes called for on the drawings, such locations can be shifted to fit between pipe joints. Such relocations from the plans is limited to ten (10) feet maximum. The laying of pipe will not be permit- ted in water or on blocks. When ground water is encountered in the trench, the Contractor shall furnish such de -watering equip- ment as is necessary tc keep ground water from entering the pipe. The jointing of the pipe shall be done in strict accordance with the pipe manufacturer's recommendations. The bell and spigot of the joint to be made shall be clean of all foreign matter prior to jointing. The spigot end of the pipe is to be thoroughly cleaned and then coated with the recommended lubricant to facilitate jointing. The gaskets are to be inspected prior to jointing. The pipe jointing shall be accomplished with equipment approved by the Engineer, which is capable of shoving the pipe home without damage to joints. SECTION 4-03: TIE INS. This item shall consist of connection of the new pipe line tc the existing mains by means of tapping under pressure, cutting in a tee and valve, or any connection tc existing mains when customers must be notified of an interruption of their water service. ' The Contractor shall furnish all labor, material, equipmen.t, and hand tools necessary to complete the tie-in. All customers shall be notified by the Contractor 24 hours in advance of any shutdown t as to the time service will be interrupted and the estimated time service will be restored. All valves within an active system and in operation shall be operated by city employees only and by the Contractor. SECTION 4-04: JOINTING. Jointing shall be done in accordance with the manufacturer's recommendations. If effective sealing is not ' obtained, the jointing shall be disassembled, thoroughly cleaned, inspected, and reassembled. C 1 L DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS SECTION 4-05: PIPE INSULATION. The Contractor shall furnish and install insulation on all exposed piping, flanges, and fittings, as shown on the plans. Insulation shall extend to a depth of 18 inches beneath the existing ground surface. All insulation shall be protected with aluminum jacketing not less than 0.019 inch thickness with a proper vapor barrier. All surface of pipe shall be prepared and the insulation and jac- keting installed according to the manufacturer's recommendations. SECTION 4-06: REACTION ANCHORAGE AND BLOCKING. All unplugged ' tees, Y -branches, and bends deflecting 22 1/2 degrees or more installed in trench shall be provided with concrete thrust backing between the fitting and solid, undisturbed ground in each case. At the tops of slopes, vertical angle bends shall be anchored by means of a steel strap or rod anchors securely embedded in or attached to a mass of concrete of sufficient weight to resist the hydraulic thrust at the maximum pressures to which the pipe will be subjected. All concrete blocking and anchors shall be installed in such a manner that all joints between pipe and fittings are accessible for repair. Pipe and fittings shall be provided with thrust blocks and ' anchorage as detailed on the accompanying plans and as may be determined in the field by a competent, licensed Engineer. The bearing area of concrete reaction blocking against the ground or trench bank shall be shown by the plans or shall be computed by a competent, licensed Engineer in each case. In the event that adequate support against undisturbed earth cannot be obtained, metal harness anchorages consisting of steel rods or bolts across the joint and securely anchored to pipe and fitting shall be installed to provide necessary support. Should the lack of a solid vertical excavation face be due to careless or otherwise improper excavation, the entire cost of furnishing and installing metal harness anchorages in excess of the contract value of the concrete blocking replaced by such anchorages shall be borne by the Contractor. All steel equipment used for reaction anchorage shall be painted with two. coats of Kopper's "Bitumastic No. 50." A. Concrete for Encasement and Thrust Blocks. Class B concrete for encasement and thrust blocks shall be proportioned and mixed to have a minimum allowable compressive strength of 3,000 pounds per square inch at 28 days. L 2 1 I DIVIS=ON 4 - PIPE INSTALLATION FOR WATER MA=NS Class B concrete is described below as to water -cement ratio, cement per cubic yard, and compressive strength, as follows: Water -Cement Cement -Sack Compressive Ratio* Per C.Y. Strength** Class "B" 8.0 4.8 3,000 *Gallons (U.S.) per sack of cement (95 pounds r.et) **Pounds per square inch at 28 days. SECTION 4-C7: PVC PIPE INSTALLATION. All PVC pipe shall be laid in accordance with the manufacturer's recommendations, the plans, and specifications herein. See Division 4-A and Division 10 of these specifications. Pipe shall be field checked by the Contractor for damage prior to installation. Care shall be exercised to embed pipe without damage and in accordance with the bedding material specifications herein. Each joint shall carefully be checked, cleaned, prepared and then shoved home without stress or strain on the joint after placed in the trench. Al: pipe shall be laid straight with side walls of pipe braced with compacted selected backfill material from the bottom of trench to the top of pipe, and from sidewall of pipe to sidewall of trench. Curves: All PVC pipe shall be placed in the trench so as to minimize movement of the pipe after start-up operations. The following placement methods shall be used with approaching, following through, and leaving curves in the pipe trenches: A. When trench side walls are good, undisturbed soil materials, Contractor shall approach the Point of Curvature to the curve with pipe laid straight and touching the long radius side of trench wall; thence continue around the curve with a smooth symmetrical trench with pipe being laid against the long radius trench wall to the Point of Tangency to the curve. B. When trench side walls are NOT desirable for pipe bedding and ' bracing, compacted bedding, as specified herein for straight line trenches, shall be used. H I 1 3 L I DIVISION 4A - PVC PIPE CON TRUCTInN I AND MISCELLANEOUS SUPPLEMENTAL SPECIFICATICNS 1 SECTION 4A-01: TIES. Contractor shall make tie into existing 4" ' main and the existing water storage tank in accordance with the Construction Plans and Sheets No. 21 & 22, Appendix to the Specifications. 11 I I I C I C C I II I L SECTION 4A C2: TRACER WIRE. Contractor shall successfully place and tie Nc. 14 solid THHN nylon -coated copper wire around and beside each joint of PVC water pipe. SECTION 4A-03: TRENCHING. The Contractor shall install all pipe in a straight line trench as staked by the Engineer. Curves are allowed as needed but shall not exceed pipe manufacturer's recommendations. All PVC pipe shall have a minimum of 36 " cover. SECTION 4A-34: CURVE PIPF. INSTALLATION. The entire curved length, from P.C. to P.T. of curve, of long-sweepinq PVC pipe shall rest against compacted backfill or acceptable undisturbed trench walls on the long -radius side of trench. SECTION 4A-05: FENCE MA_NTENANCE. The Contractor shall be responsible for damages incurred due to lack of proper maintenance of fences damaged within the course of construction. Fences are to be repaired according to Division No. 1 of specifications herein. SECTION 4A -C6: FINAL TESTS. The Contractor shall schedule seven (7) days in advance with the Engineer's representative a final acceptance test for each valved section of the pipe system. The Contractor shall, at his expense, perform the necessary tests and repair prior to scheduling the final acceptance tests to assure himself of the pipe's pressure stability and acceptance. SECTION SPECIAL BEDDING. Special bedding required for pipe in wet areas, rock excavated trenches, and gravel road crossings, creek crossings, and other specified areas, unless a Bid Item for Special Bedding is provided and specified for said areas, such Special Bedding shall be subsidiary tc other items of the contract. See Appendix of the Specifications. SECTION 4A-08: CLEAN :;P. The Contractor shall properly clean and grade the path of construction immediately after construction. Trench settlement shall he repaired, and damaged yards and pasture shall be fertilized and seeded until a successful growth of vegetation is obtained. 1 H DIVISION 5 - PKESUFE AND LEAKAGE TE^TIN 1 ' SECTICN C5-01: -SCOPE. It is the intent of these specifications that all joints be watertight ar.d free from visible leaks, and each leak which may be discovered, at any time prior to the expi- ration of one year after the date of final acceptance by the Own- er, shall be repaired by and at the expense of the Contractor. The following tests shall be in accordance with AWWA C-600-77 or the latest revision thereof. The Contractor may, at his conven- t ience, with the approval of the Engineer, make tests upon the system in addition to those listed below. • With the installation of temporary blockage to protect the green concrete or allowing a lapse of at least 8 days after the placing of thrust or backing blocks, all newly laid pipe and its appurte- nances or any valve sections thereof shall be subjected to pres- sure and leakage tests. The Contractor shall provide all testing equipment and material including water of a quality approved by the Engineer, if not provided by the Owner, and shall conduct the following tests in the presence of the Engineer. Tests in the presence of the Engineer are intended to be demon- , stration.s of satisfactory performance. The Contractor shall satisfy himself that the section to be demonstrated will pass a test before requesting one. If subsequent tests are required because of failure of the demonstration from lack cf prepara- tions, the Contractor shall compensate the Engineer for time spent or. such subsequent tests. IA. Hydrostatic Pressure. The hydrostatic test pressure to be applied shall be accomplished at one and one-half (1-1/2) times working pressure or 200 psi, whichever is greater. This test pressure shall be applied relative to the lowest point in the main being tested. B. Pressure Test. Each valved section of pipe shall be subjec- t• ted to a pressure test prior to connection with the rest of the system. The pipe shall be completely filled with water with all entrapped air expelled through hydrants or blowoffs ' at high places, or if such are not available, through taps made at the high points. Such taps shall be plugged subse- quent to the pressure and leakage tests. 1 I C 1 r I DIVISION 5 - PRESSURE AND LEAKAGE TESTING 1 The pressure in the line section being tested shall be increased by pumping to the calculated test pressure and shall be main- tained at that level for at least two hours and for whatever longer period as may be necessary for the Engineer to complete the inspection of the line under test and the Contractor to locate any and all defective joints and pipe line materials. If repairs are needed, such repairs shall be made, the line re- filled, and the test pressure applied as before; this operation shall be repeated until the line and all parts thereof withstand the test pressure. C. Leakage Test. Each valved section of pipe shall be subjected to a leakage test prior to backfill, immediately after a suc- cessful pressure test. Leakage test is to be in accordance with AWWA D-600-77. The pressure shall be maintained at the test pressure -of the line section being tested for four hours and the water leakage shall be measured by refilling the con- tainer used for pump section. Line leakage is defined as the total amount of water introduced into the line as measured during the leakage test. In no event shall the line be accepted if the leakage for any pipe exceeds 10 gallons per 24 hours per mile of pipe per inch of nominal diameter for P.V.C. pipe, or 12 gallons per 24 hours per mile of pipe per inch of nominal diameter for cast iron, ductile iron, or asbestos -cement pipe. All visible leaks shall be re- paired regardless of whether the section in question meets leak- age limitations or not. Leaks shall be repaired and the tests repeated until the line is approved by the Engineer. SECTION 05-02: DISINFECTION All lines of the water system shall be disinfected after they have been flushed, according to the AWWA C-601-68 or the latest revision except as herein stated. After satisfactory pressure and leakage tests have been comple- a solution of water containing at least 10a parts per mil- lion of free available chlorine shall be introduced into the -pipe line at the distributions system intake. Various outlet points _and valves shall be opened to allow the -flow to proceed through .:-the largest pipe successively to the smallest, including service outlets, throughout the system. Discharge from the.system shall be accurately measured and tested to ascertain when various sec- tions of the pipe have been filled with the chlorine solution. After the system has been filled, it shall be allowed to stand for 24 hours after which there should be at least 25 parts per million residual chlorine remaining in the water. 2 I DIVISION 5 - PRESSURE AND LEAKAGE TESTING 1 After disinfection has been completed and approved by the Engi- ' veer, the Contractor shall thoroughly flush the main until resi- dual chlorine is less than 2 parts per million. ' All materials and equipment necessary to properly disinfect the pipe system shall be provided by the Contractor, if a section of line falls to yield a safe sample after taking samples three con- ' secutive weeks, the Contractor will be required to rechlorinate the line. Some data pertinent to pipeline disinfection are con- tained in the following Table A: TABLE A - Calcium Nominal Capacity *Chloride of Lime Hypcchloride Pipe Size Gals./1CC Ft._ 1 Lb./100 Ft. - 1 Lb./100 Ft. 3/4 2.3 .0092 .00345 1 4.0 .C16 .0060C 2 16.3 .065 .0244 3 36.7 .147 .0550 4 55.2 .260 .0978 6 147.0 .588 .2205 8 261.0 1.044 .3915 10 406.0 1.624 .5083 12 585.C 2.340 .8770 * Quality of chlorine compound noted based or. 4 lbs./100 gal. Chloride of Lime (25% avail. C12) and 1.5 lbs./gal. Calcium Hypochloride (70% ava_'_ C12;. The Contractor shall furnish all material, labor, and equipment to flush out and disinfect all existing water systems integrated with the water system. SECTICN 05-03: BACTERIOLOGICAL SAMPLES. After disin`_ectiar., •bacteriological samples should be taken by a City representative on two (2) consecutive days and submitted to the Arkansas Depart- ment of Health for analysis with safe results before placing new lines into servce. I C I 7 SECTION 8-A - DUCTILE IRON PIPE & FITTINGS ' SEC':ICN 8A-01: SCOPE. This section covers ductile iron pipe, joints and ductile iron fittings which shall be furnished and ' installed complete with all jointing materials and accessories, anchors and blockings, and other appurtenances. SECTION 8A-02: DUCTILE IRON PIPE. All ductile iron pipe, fittings, and jointing materials shall be as shown on the plans and as specified herein. A. Pipe. 1. Designed In accordance with ANSI/AWWAC-150 ' 2. Manufacture and testing: ANSI A21.51 and AWWA C-150 3. Grade: Tensile Strength: 60,000 psi Yield Strength: 42,000 psi Elongation in 2": 10 % 4. Dimensions: (Min.) Wall Outside ' Size Thickness Thickness Diameter — Inches Class Inches Inches 4 51 0.29 4.80 ' 6 51 0.31 6.90 8 51 0.33 9.05 1C 51 0.35 11.10 12 51 0.37 13.20 14 51 0.36 15.30 16 51 C.37 17.4O ' Pipe must be rated at 350 psi minimum wcrkin.g pressure, plus 1CC psi surge pressure, unless otherwise stated in the construction Bid Items. ' P. Fittings. All fittings shall be restrained mechanical or boltless, qasketed jointed and cement lined, such as American "Mechanical Joint with Retainer Gland" or "Flex -Ring Joint," ' or equal. 1. Manufacture and Testing: AWWA C-110, ANSI A21.4, A21.10, A21.11 2. Thickness and Iron: ' Size of Pipe AWWA C-150 ASTM A-48 (Diameter; Thickness Class Iron Class 4" through 6" D 25 I C 1 G DIVISION 8 - IRON PIPE & FITTINGS 3. All fittings up to 12 inch size shall be class 250 and all fittings larger than 12 inches are to be class 150 unless specified differently on Plans and in Bid Items. 4. Contractor shall install all fittings as designated on the plans. Generally, only fittings required for hori- zontal alignment have been indicated. All other fittings required shall be furnished by the Contractor, who will be compensated in accordance with the adjustment unit price stated in the proposal. C. Pipe Joints. Mechanical or boltless, gasketed type (ANSI A21.11 and AWWA C-111) such as "Fastite," "Bell-Tite," "Tyton," and "Altite." Joints shall- be rated equal to pipe rating specified in Bid Items. D. Restrained Joints. All restrained pipe joints and restrained fittings shall be rated at 350 psi working pressure, plus 100 psi surge pressure, unless otherwise specified in the Bid Items. E. Pipe Coating and Lining. 1. Cement LIning: AWWA C-104 and ANSI A21.4 2. Bituminous Coating: AWWA C-104. and ANSI A21.4 2 L DIVISION 8 -. IRON PIPE & FITTINGS 1 ' SECTION 8-B - CAST IRON PIPE AND FITT:NG SECTION 8B-01: SCOPE. This section covers cast iron pipe and fittings which shall be furnished and installed complete with all ' jointing materials and accessories, anchors and blackings, and other appurtenances. ' SECTION 8B-02: CAST *RCN PIPE. All iron pipe, fittings, and Jointing materials shall be as shown on the plans and as specified herein, and shall be rated at a minimum of 200 psi working pressure, plus 100 psi surge pressure. A. Pipe. Ii. Design: ANSI/AWWA C-101 2. Manufacture and testing: ABA A21.1, A21.6, A21.8, or A21.9 3. Iron: 21/45 ' 4. Dimensions: (Minimum) Wall Outside ' Size Thickness Thickness Diameter Inches Class Inches inches 4 22 0.35 4.80 ' 6 22 C.38 6.90 8 22 0.41 9.05 10 22 0.44 11.10 12 22 0.48 13.20 14 22 C.5: 15.30 16 22 0.54 17.40 ' Pipe must have a minimum working pressure of 200 psi or as otherwise specified on plans ar.d/or Bid Items. ' B. Fittings. All fittings shall be mechanical jointed and cement lined. 1. Manufacture and Testing: AWWA C-110, ANSI A21.4, A21.10, A21.11 2. Thickness and Iron: Size of Pipe AWWA C-150 ASTM A-48 (Diameter) Thickness Class Iron Class 4" through 6" D 25 Ii 3 DIVISION 8 -.IRON PIPE & FITTINGS 3. All fittings up to 12 inch size shall be class 250 and fittings larger than 12 inches are to be class 150, un- less specified differently on plans and Bid Items. 4. The Contractor shall install all fittings as designated on the plans. However, only fittings requited for hori- zontal alignment have been indicated. All fittings re- quired shall be furnished by the Contractor, who will be compensated in accordance with the unit price stated in the proposal. C. Pipe Joints. Mechanical or boltless, gasketed type (ANSI A21.11 and AWWA C-111) such as American "Fastite," Clow "Bell-Tite," U.S. "-Tyton," Griffin "Bell-Tite," or McWayne "Tyton." D. Restrained Joints. All restrained pipe joints and restrained fittings shall be rated at 350 psi working pressure, plus 100 psi surge pressure, such as U.S. Pipe's "Lok-Tyton" joint, or an approved equal. E. Pipe Coating and Lining. 1. Cement Lining: ASA A21.4, except lining thickness may be reduced to 1/2 specified thickness. 2. Bituminous Coating: Manufacturer's Standards. SECTION 8-C: HANDLING. Pipe, fittings, and accessories shall be handled in a manner that will ensure their installation in the work in sound, undamaged condition. Equipment, tools, and methods used in unloading, reloading, hauling, and laying pipe and fittings shall be such that they are not damaged. Hooks inserted in ends of pipe shall have broad, well -padded contact surfaces. Pipe in which the cement lining has been broken or loosened shall be replaced by and at the expense of the Contractor. Where the damaged areas are small and readily accessible, the Contractor may be permitted to repair the lining, subject to approval -of the ..••Engineer. All pipe coating which has been damaged Contractor before installing the pipe. 4 shall be repaired by the ' C LI C 1 DIVISION 8 - !RON PIPE & FITTINGS 1 -- 1 SECTION 8-D: CUTTING PIFE. Cutting of pipe shall be done In a neat manner without damage to the pipe or to the cement lining therein. Pipe cuts shall be smooth, straight, and at right 1 angles to the pipe axis. All cutting of pipe shall be done with mechanical pipe cutters of an approved type except that, in loca- tions where the use of mechanical cutters would be difficult er impractical, existing pipe may be cut with diamond point chisels, 1 saws, or other tools which will cut the pipe without damaging impact or shocks. 1 SECTION 8-E: A:.:GNMENT OF.EELL AND SPIGOT PIPE. Pipe lines or runs intended to be straight shall be straight. Deflections from a straight line or grade measured between the centerlines exten- ded of any two connecting piping units and expressed in inches 1 per linear foot, shall not exceed that shown in the following table: 1• Pipe Size (=D) 8" to 12" : 14" to 15" 1 Type of Joint 6 inch inclusive • inclusive Mechanical or Bcltless Gasketed 6/D 8/D 9D 1 Either shorter pipe sections or special bends shall be installed where the alignment or grade requires them. 1 SECTION 8-F: REACTION ANCHORAGE AND BLOCKING. All unplugged bell and spigots, or all bell tees, Y -branches, and bends deflec- ting t 22-1/2 degrees or more installed in trench shall be provided • with concrete thrust blocking between the fitting and solid, undisturbed ground in each case, except where solid ground blocking is not available. I FT L II I At the tops of slopes, vertical angle bends shall means of a steel strap or rod anchors securely attached to a mass of concrete of sufficient weight hydraulic thrust at the maximum pressures to which 'be subjected. All concrete blocking and anchors stalled in such a manner that all joints between tings are accessible for repair. 5 be anchored by embedded in or to resist the the pipe will shall be in - pipe and fit - 1 DIVISION 8 - IRON PIPE & FITTINGS The bearing area of concrete reaction blocking against the ground or trench bank shall be as shown by the plans or as directed by the Engineer in each case. In the event that adequate support against undisturbed earth cannot be obtained, metal harness anchorages consisting of steel rods or bolts across the joint and securely anchored to pipe and fittings or ductile iron retainer glands, as approved by the Engineer, shall be installed to pro- vide necessary support. All steel equipment used for reaction anchorage shall be painted with two coats of Kopper's "Bitumastic No. 50" or an approved equal. The first coat shall be dry and hard before the second coat is applied. Trenches over, through, and/or down rock bluffs shall be protec- ted from erosion. Mains shall be anchored into rock bluffs with use of steel rods and straps. A minimum of four (4) anchors per joint of pipe (max. length of 20 feet) shall be used. Steel rods, straps, and anchoring materials shall be protected from corrosion. The anchors shall individually be adequate to with- stand 2.5 times the maximum thrust force at any point on the pipe system. 6 I I OIVIS:ON 9 VALVES SECTION 09-01: SCOPE. ThiE section covers valves and appurte- ' nances as shown on the drawings and as specified herein. All valves are to be opened left unless otherwise shown on. the Construction Plans. SECTION 9-02: MATERIAL. A. Gate Valves -- See Sheet No. 7, Appendix to the Specifications. 1. General. All gate valves shall conform to the latest ' edition of AWWA C-500 Standard for gate valves for ordi- nary water works service. 2. Three-inch (3) and Smaller Valves: All line gate valves used with PVC pipe shall be parallel double -disc gate valves with non -rising stems and 4 -point wedging action, open counterclockwise with "0" ring seals. Valves shall ' be Mueller No. A-2383-37 slip joint type, or equal. 3. Four -inch (4) and Larger Valves: All line gate valves ' for buried service shall be Mueller No. A-2370-20 with mechanical joint ends; each gate valve used with PVC pipe shall be provided and installed with a transitional gasket for PVC service. All other services shall have flanged ends ASA Class 125. 4. Buried Service Valves: All buried service valves shall ' be furnished with Standard AWWA 2" square operating nut. Valve operating wrench shall be Mueller No. A -246-1C by 30" in length, or equal. B. Butterfly Valves. 1. All type butterfly valves shall be of the tight closing, t• rubber seat type with rubber seats which are recess - mounted and securely fastened to the valve body. All valves shall conform to the latest revision of AWWA ' Standard C-504, class 125-16. Valve bodies may be "monoflange" with a mechanical joint -to -flange adapter or may have integrally cast mechanical joint ends. Valve discs shall rotate 90 degrees from the full -open position tc the tight shut position. 2. Valve Discs: All valve discs shall be constructed of '• Ni-Resist, Type 1. All disc seating edges shall be smooth and polished. 1 H DIVISION 9 - VALVES 3. Valve shafts: VALVE shafts shall be constructed of 18-8 Type 304 stainless steel and shall be a one-piece unit extending full-size through the valve disc and valve bearings. 4. Valve Seats: Valve seats shall be of a natural rubber or synthetic compound. Bonded -in seats must be simul- taneously molded in, vulcanized, and bonded to the body, and the seat bond must withstand 75 pounds pull under test procedure ASTM D-429-58, Method B, or latest revi- sion thereof. 5. Valve Bearings: Valves shall be fitted with sleeve type bearings. Bearings shall be corrosion -resistant and self-lubricating. Bearing load shall not exceed 2,500 psi. ' 6. Valve Operators: Valve operators shall be of the tra- veling nut -type designed to withstand 300 ft/lb of input torque at full -open or closed positions without damage to the valve or operator. All operators shall be fully gasketed and grease -packed and designed to withstand submersion in water to 10 psi. Valves shall open with a counterclockwise rotation of the AWWA nut and shall re- quire a minimum of 32 turns to move from fully open to fully closed. 7. Painting and Testing: All surfaces of the valve shall be clean, dry, and free- from grease before painting. The valve interior surfaces, except seating surfaces, shall be evenly coated with black asphalt varnish in accordance with Federal Specification TT -V -51a and AWWA C-504-74. C. Air Release Valves. All Air Release Valves shall be located at the high points in the line as shown on the plans and as directed by the Engineer. The valves shall be a regular com- bination air release and vacuum breaker valve. See Sheet No. 6, Appendix to the Specification. D. Valve Boxes. Valve boxes shall be Buffalo'style adjustable 24 by 36 inch for 5-1/4 shafts, Mueller No. 562-S, or equal. r 2 1 C _iIVI lnN 9 - VALVE 1 SECTION 09-03: INSTALLATION. The contractor shall furnish all ' labor, material, equipment, and hand tools to install the valves as per the detailed plans and manufacturer's recommendation. All valves shall be installed with operating nut up in a truly verti- cal position. Valves shall, in General, be placed where indicat- ' ed on the detailed plans. All valve settings shall include all compaction necessary tc provide a stable base for the valve box. SECTION 09-04: VALVE KEYS. The Contractor shal] provide two (2) valve keys per each size valve, suitable for use with the valve installed, as manufactured by the valve manufacturer. • SECTION 09-05: VALVE OPERATING WRENCH. The Contractor shall • provide the Cwner with three (3) valve wrenches, Mueller No. A- 246-10 -x 36" in length, as a Subsidiary Item to other Bid Items of the project. I H I Li I I I L L L SECTION 09-06: CHECK VALVES. The Contractor shall furnish and 1nstall_check valves with reinforced concrete vault with metal lid and appurtenances as shown on the plans and as specified herein.. Concrete vault with lid shall be constructed as per Details shown on Construction Plan Sheet No. 2C cf 23. A. MATERIALS. All check valves shall conform to the standards herein and as shown on plans unless otherwise approved by Engineer. All materials of construction shall conform to ASTN. standards for cast iron, ductile iron, bronze, and stainless steel. 1. Valve Body shall be cast iron for working pressures of 175 psi and less and shall be ductile iron for working pressures greater than 175 psi and less than 350 psi. 2. Bronze trim shall be standard for all check valves unless otherwise specified. 3. Resilient Seating (Buna-N) compression molded onto the seat allowing petal -to -metal contact with drip -tight resilient shutoff and shall be easy to replace. B. STYLE. Air cushion swing check valves shall be used for all static main pressures of 60 psi and less. For all static pressures over 60 psi, oil cushion swing check valves shall be used. 3 H I I DIVISION 10 -- PLASTIC PIPE AND FITTINGS 1 • SECTION 10-01: SCOPE. Covers all PVC pipe and fittings to be furnished and installed as required in these specifications and as showy. on the plans. The specifications shall apply to all ' plastic pipe sizes 2" to 12" in diameter. SJR rated pipe shall comply with Commercial Standards CS256, and DR rated pipe shall comply with AWWA C-900. ' SECTION 10-02: INSTALLATION OF PIPE. No defection shall be allowed at the joints of any size plastic pipe. As determined by the Engineer, deflection shall be provided by the use of vertical ' curves or proper angle fittings to accomplish grade or alignment chances. ' Snaking or humping the pipe shall be required in accordance with the manufacturer's recommendations and to the satisfaction of the Engineer. '• The Contractor shall make arrangements with the PIPE MANUFACTURER to have a FACTORY REPRESENTAT:VE skilled in the installation of plastic pipe of the above type present for a minimum of one day at the start of the laying of the pipe. A pipe supply house representative shall not be considered as being a representative of the factory. SECTION 1C-03: JOINTING. A. P.oltless Gasketed Joints. Assembly and installation shall be ' with clean and uninjured joints in accordance with manufac- turer's recommendations. All joints shall be lubricated per manufacturer's recommendations before assembly. B. Plastic -Metal Connections. All threaded joints where plastic and metal fittings are connected, shall be so fitted that the plastic fitting will have the male thread on it, unless t otherwise shown. Other types of plastic -metal connections shall be as recommender by the plastic pipe manufacturer or Contractor and approved by the Engineer. C. Flanged Joints. A:: flanged joints shall be so made that after uniform compression of the sealing qasket by proper ' bolt tightening, the flange faces shall he parallel, the jointed fittings or pipe centerlines shall be coincident, and no abnormal stress shat: be transferred to adjacent piping or fittings. Flanges cn plastic pipe shall be tightened suffi- ciently to slightly compress the gasket to make a good seal, but not so tight as to distort the flanges. E 1 H DIVISION 10 - PLASTIC PIPE AND FITTINGS SECTION 10-04: PVC PIPE AND FITTINGS. A. Manufacture and Testing All SDR rated pipe, sizes 2" - 12", shall be manufactured in accordance with the Commercial Stan- dard CS256-63 or latest revision for Polyvinyl Chloride (PVC) as conducted in accordance with the applicable ASTM proce- dure.. All DR rated pipe, sizes 4" - 12", shall be manufac- tured in accordance with AWWA C-900. The extrusion quality test shall be conducted within 2 hours of extrusion of the specimen. Before shipment, a certified report on the produc- tion tests of each lot of pipe and fittings shall be fur- nished to the Engineer and shall include: 1. Date of tests. 2. Contractor's purchase order number. 3. Lot number. 4. Measurements of dimensions and tolerances. 5. Burst pressure values. 6. Sustained pressure test results. 7. Extrusion quality results. All pipe shall be marked at intervals, as set forth in CS256 and AWWA C-900, to declare compliance with standards of the National Sanitation Foundation (NSF). A sample of each type fitting to be used in this system shall be submitted for the Engineer's approval, and his approval obtained before purchases of fittings. B. Material. All pipeand fittings shall be manufactured from NSF approved material that conforms to ASTM D-1784 Type 1, Grade 1 (PVC 1120) resins, and the pipe shall be stamped with the NSF seal of approval and permanently marked. All mate- rials shall conform to Commercial Standard CS256 and AWWA C- 900, respectively. C. Pressure Class and Dimension. The pipe shall be fabricated •in conformance with a working pressure class for Dimension ration of Class 200 with SDR 2-1 and Class 250 with SDR 17, as defined in CS256; Class 200 with DR 14, and Class 150 with DR 18.. All pipe shall pass rigid quality control tests from a dimensional standpoint in accordance with the dimensions and tolerances as set forth in ASTM D-2241. 2 I DIVISION 10 - PLASTIC PIPF. AND FITTINGS ' D. Joints, Joints shall be boltless gasketed unless otherwise shown. The male end of each section of externally coupled plastic pipe shall be marked with a line around the circum- ference, which can be used to check the depth of socketing after the pipe is coupled. 1. Boltless Gasketed Joints. All boltless gasketed joints '• 8" and under shall be Certainteed's Twin Gasketed "Fluid- Tite," or Robintech's Singi a Gasketed "King's Joint," or equal. a. All boltless gasketed joints over 8" shall be of the "Single Gasket Coupling" as manufactured by Certainteed, or equal. b. Rubber rings shall be as provided by manufacturer. '• c. Pipe with extruded bells shall be -furnished in not more than 2C foot lengths. Pipe with double gasket type of coupling may be furnished in 40 foot joints. Only molded and machined double gasket coupling shall be allowed with pipein20 foot or longer joints. d. Provision shall be made for expansion and contraction at each gasketed type joint. e. The pipe manufacturer shall be a member cf the Plas- ' tic Pipe :nstitute or American Water Works Associa- ticn and shall have manufactured the pipe and joint proposed for use for not less than five (5) years. If. All fittings and specials 4" and larger in size shall conform to AWWA short or long bodied cast iron fit- tings using a mechanical jcint system with hardened ' or duck tipped type rubber gaskets in accordance with AWWA specifications C-110 and C-111. The fittings shall be cement lined in accordance with AWWA speci- fications C-134. The pipe and fittings shall be installed in accordance with the recommendations of the pipe manufacturer. 1 I I 3 I DIVISION 10 - PLASTIC PIPE AN❑ FITTING 2. Flange Joints. Flange joints shall be 150 pound class unless otherwise shown. a. Flanges: ASA Class 150 b. Flange Bolts and Nuts: ASTM A307, Grade B, galva- nized and of such length that, after installation, bolts will project 1/8 to 3/8 inch beyond outer face of nut. C. Flange Gaskets: Full face 1/8 inch thick neoprene of plasticized PVC. 3. Threaded Joints. All threaded joints shall be standard iron pipe threads unless otherwise shown. Only Schedule 80 pipe shall be threaded. 4 I I DIVISION 10 - PLASTIC PIPE AND FI':T:NGS I SECTION 10-05: STANDARDS. All pipe furnished under these speci- fications must be manufactured to conform to the latest revision of the following standards: •' AWWA C-900 - Standard for Polyvinyl Chloride (PVC) pressure pipe, 4" through 12", for water. ' ASTM D1598 - Test for Tame -to -Failure of plastic pipe under long-term hydrostatic pressure. ASTN. D1599 - Test for Short -Time rupture strength of plastic pipe, tubing, and fittings. ASTM D1784 - Specification for Poly (Vinyl Chloride) (PVC) '• compounds anal Chlorinated Poly ;Vinyl Chloride) (PVC) compounds, rigid. •' ASTM 02122 - Determining dimensions of thermoplastic pipe and fittings. ASTN C2241 - Specification for Poly (Vinyl Chloride) (PVC) plastic ripe (SDR- PR). ASTM D2672 - Specification for Bell -End Poly (Vinyl Chloride) (PVC) pipe. ASTM D3036 - Specification for Poly (Vinyl Chloride) (PVC) ' plastic line couplings, socket type. ASTM D3:139 - Specification for joints for plastic pressure pipes using flexible elastomeric seams. 1 CS256 - Polyvinyl Chloride (PVC) clastic pipe (SDR-PR). ' NSF -14 - Thermoplastic :materials, pipe, fittings, ar.- jointing materials. C I I I PS 22-7C - Product Standard. 5 E I I DIVISION 10 - PLASTIC PIPE AND FITTINGS SECTION 10-06: WARRANTIES. The materials' manufacturer shall provide the Contractor and the System's Owner a written guarantee of quality and standards of material provided. All materials shall be warranted for a period of not less than one (1) year against defective materials. The Contractor shall be responsible for one (1) year from date of acceptance for any imperfections in the materials, construction, and operation of the water system. SECTION 10-07: HANDLING. All pipe, fittings, and accessories shall be handled and stored in a manner that will ensure their installation in a sound, undamaged condition. All coatings and linings which have been damaged shall be repaired at the expense of the Contractor before installation in the system. SECTION 10-08: CUTTING PIPE. Cutting of all pipes shall be accomplished by approved methods that will provide a neat, smooth, straight cut at right angles to the axis of the pipe, without damage to the pipe or any coating or lining materials thereon. SECTION 10-09: CLEANING. The interior of all pipe and fittings shall be thoroughly cleaned of all foreign matter before install- ation and kept clean until the work has been accepted. All joint contact surfaces shall be kept clean until jointing is completed. SECTION 10-10: INSPECTION. Each pipe and fitting shall be inspected for defects, just prior to connection. All defective, damaged, or unsound pipe or fitting shall be rejected and removed from the site of the work. I I L_ • 6 1 i I DIVISION 11 - VITRIFIED CLAY PIPE (SEWERS) SECTION ll-C1_SCCPE. This section covers vitrified clay pipe • and fittings, which shall be furnished and installed complete with all jointing materials, mar. holes, and other appurtenances. • SECTION11-02: MATERIALS. Vitrified clay pipe and fittings, jointing materials, and appurtenant materials shall be as shown on the plans specified herein. A. Pipe and Fittings. Standard Strength: ASTM C13, or ASTM C261 Extra Strength: A.STX C2C0, or ASTM C278 A. JooInting_Mater-ials_' Factcry-molded plastic joints, ASTM C425, Dickey Clay's "PEP," or equal. SECTION 11-03: HANDLING. Pine, fittings, and accessories shall be handled in a manner that w_:: ensure their installation in the work in sound, undamaged condition. Hooks inserted in ends of pipe shall have broad, well padded contact surfaces. Pipe and ' fittings shall not be bumped or dropped. Pipe having premolded joint rings shall be handled in such a manner that no weight, including the weight of the pipe itself, will bear on or be supported by the spigot rings at any time. Care shall be taken to avoid dragging the spigot ring on the ground or allowing it to come in contact with gravel, crushed stone, rocks, cr other hard objects. Joint rings which have been damaged in any way w;._ not be accepted and shall not be incorporated in the work. ' SECTION 11-04: ALIGNMENT AND GRADE. Unless otherwise shown on the plans, all vitrified clay pipe shall be laid straight between ' changes in alignment and at a uniform grade between changes in grade. All lines shall be laid so that each section. between mar. holes will lamp with a smooth curved invert. Sections of sewer pipe between man holes that do not meet alignment specification '• herein and approval by the Project Engineer shall be removed and reconstructed to proper grade. Only the City Engineer has authority to accept improperly aligned pipe. City Enqineer shall ' provide the Project Engineer with written conformation of impro- perly aliened pipe. When "tatter board" alignment is used to determine and check pipe ' grades, the Contractor shall erect substantial batter boards at intervals of not more than 25 feet and not less than three batter boards shall be maintained in proper position at all times when trench grading is in progress. 1 I C DIVISION 11 - VITRIFIED CLAY PIPE (SEWERS) The Engineer shall set off -set hubs only at each manhole for horizontal and vertical control. The alignment, both horizontal and vertical, shall be the Contractor's responsibility and ex- pense, when "laser beam" and/or batter boards are used. The Contractor's Unit Bid Price shall include all laying costs. The Contractor is encouraged to use "laser beam" alignment equipment. SECTION 11-05: FACTORY -MOLDED PLASTIC JOINTS All instructions and recommendations of the pipe manufacturer shall be observed and followed. All joint surfaces shall be lubricated with the lubricant furnished by the pipe manufacturer immediately before the joint is completed. I I I E I I I I [I C C C 2 1 I I DIVISION 11-A - POLYVINYL.CHLORIDEPVC) PLASTIC SEWER PIPE SECTION 11-01A: PVC PIPE AND FITTINGS. A_l PVC sewer pipe and ' fittings shall conform to the requirements of the latest revision of ASTM specification D3034 (PSM) and shall be made of plastic having a cell classification of 12454-B as defined in ASTM D1784. J H I H I II I H I F I C SECTION 11-02A: JOINTS AND LENGTHS. All pipe shall be boltless gasketed at each joint by use of a gasket type joint and integral bell. All pipe and fittings shall be tested in accordance with ASTM Designations D2152 and D2444. The Contractor shall, prior to delivery of pipe, provide the Own- er's Engineer a copy of the manufacturer's test report or state- ment by the seller, accompanied by a copy of the test results, that the material has been sampled, tested, and inspected. Each certification shall be signed by an authorized agent of the sel- ler or manufacturer. SECTION 11-C3A: INSTALLATION_ All plastic sewer pipe shall be installed in accordance with ASTM D2321-72 or the latest revi- sion. Bedding and haunching materials used shall be Class II as described in the "TRENCH DETAIL" of these APPENDIX Specifica- tions. For installation near Cr below the ground water table, Class I materials shall be used for the bedding, haunching, and initial backfill. This embedment shall extend from six t6; inches below the pipe to six '6; inches above the pipe. SECTION 11-04A: TESTING. A. INFILTRATION AND EXFILTRATION TESTS. After the pipe has been laid and back -filled, all pipe sections shall be tested for tightness by air testing, infiltration, or exfiltration. tests. The maximum allowable amount of leakage shall be 100 gallons per day per inch -mile. The minimum time requirements for air testing for a 0.5 psig pressure drop from 3.5 psig to 3.0 psig shall not be less than that shown in the following tables, between manholes: Pipe Size Time 4 2.5 minutes 6 4.0 minutes 8 5.C minutes 10 6.5 minutes 12 7.5 minutes 15 9.5 minutes C I C DIVISION 11-A - POLYVINYLCHLORIDE (PVC) PLASTIC SEWER PIPE B. DEFLECTION TESTS. The Contractor shall schedule and perform a successful deflection test in the presence of the Engineer after the pipe has been laid and back -filled. A mandrel shall be pulled through each entire pipe section with a maximum deflection not to exceed 5% of the pipe's internal diameter. SECTION 11-05A: WARRANTY For a period of not less than one year from the date of acceptance by the Owner, the Contractor shall be responsible for all repairs, replacements and other costs, including replacement of all material, and all labor and equipment, for successful operation of PVC Sewer System. H C C H I I I I El I I 2 1 J I 1 DIVISION 12 - STANDARD MANHOLES SECTION 12-01: STANDARD MANHOLES. All manholes shall be con- structed complete with manhole frames and covers. Manholes shall be constructed of precast concrete sections and/cr cast -in -place concrete manholes. A. Materials. 1. Concrete minimum compressive strength: 3,CCO psi. 2. Minimum precast section wall thickness: 4-1/2 inches. 3. Reinforcement: As required to withstand handling, erection, and temperature stresses. 4. Steps: Neenah R-1980-1 or approved equal. 5. Joints of precast sections: Sealed with mastic gasket. 6. Manhole's lid and ring: Bass and Hayes 250 pounds in unpaved areas and 300 pounds in paved areas. B. Construction. All manholes are to be cast -in -place except in areas where access by concrete trucks is impossible. In that case, other types of manhole construction is permissible upon written consent of the Owner's Engineer. Manhole inverts shall be carefully constructed to maintain • the proper velocities through the manhole, and in no case shall the invert sections through the manhole be greater than that of the outgoing pipe. The shape of the invert shall conform exactly to the lcwer halt of the pipe it connects. Side slopes shall be plastered, troweled, and brushed to a smooth, clear. surface. ' The main sewer shall be carried through manholes by split pipe wherever practicable. Concrete filling between the sew- er invert and wall of manholes shall be flush with the top ' edges of the invert and shall slope up from the invert at a rate of three inches per fact. Where it is not practicable to use split pipe through man- holes, due to breaks in grade or elevations of incoming sew- ers, the sewer invert shall be made of concrete deposited between forms, or of brick or. edge laid up in cement mortar. I 1 II I I DIVISION_13 _ ACCEPTANCE TESTS L L L I I B. Air Tests. Under this method, the Contractor shall conduct 'low pressure air tests of the various sections cf pipe by use of equipment manufactured for this purpose. The equipment shall include a regulator to avoid "over -pressurization" and ' damaging an otherwise acceptable line. The equipment used shall be identical or equal to the "Air-Lec" system as manu- factured by Cherne industrial, 7nc., Hopkins, Minnesota. SECTION :3-01: INFILTRATION-EXFILTRATION TESTS. After the lines have been installed, manholes constructed, and some time allowed for ditch settlement, but before final repair of paved streets or final cleanup has been made, the Contractor shall conduct infiltration-exfiltration tests by use of one of the following procedures: A. Water Tests. Under this method, the Contractor shall test the :fines by blocking off the various sections of pipe, fil- ling the lines with water and measuring the leakage. The tests shall be conducted and the allowable leakage shall con- form to the rates as set out in ASTM C-425 with the following changes. The exfiltration shall not exceed 100 gallons per day, per inch of pipe diameter, per mile of pipe. All pipe joints shall be subject to a minimum of ten feet head during the test procedure. L C 1 L L L The low pressure air test shall be conducted by plugging each opening in the reach cf the pipe to be tested. All plus shall be braced against slippage due tc internal pressure. One of the plugs provided must have an inlet tap or other provision. for connecting an air hose. After the air control equipment is connected tc the air hose, the air pressure shall be monitored so that the internal pressure does not exceed 5.C psig. After reaching 4.C psig the air supply shall be throttled to maintain between 4.C and 3.5 psig for at least two minutes in order to allow equilibrium between air temperature and the pipe walls. During this time, all plugs shall be checked to detect any leakage. If plugs are found to leak, the air shall be bled off, the plugs tigh- tened, and air supplied again. After the temperature has stabilized, the pressure should be allowed to decrease to 3.5 psig. At 3.5 psig, timing shall begin to determine the time required for the pressure drop tc 2.5 psig. If the time, in minutes, for the air pressure to decrease from 3.5 psis to 2.5 psig is greater than that shown in. the table below, the pipe shall be determined free of defects. 1 I I DIVISION 13 - ACCEPTANCE TESTS PIPE SIZE MINIMUM TIME ' (inch) (minutes) 6 3.0 8 4.0 10 5.0 12 5.5 15 7.5 18 8.5 21 10.0 24 11.5 30 14.5 If by use of the procedure a faulty section of line is found, that section of line shall be tested at 20 foot intervals to determine the exact location of the leakage. If a section of piping is found to be leaking, the exact source of the leak shall be determined, a repair made, and the entire section retested. SECTION 13-02: LAMPING Each section of the sewer line between manholes is required to be straight and uniformly graded. Each section will be lamped by the Engineer. Any segment of the line notto true grade will be removed and replaced by the Contractor at the Contractor's expense. All defects in the sewers shall be repaired to the satisfaction of the Engineer and the City of location of the project. SECTION 13-03: SMOKING. The Engineer has the option to smoke - test any sewer line (new or existing) within the project. The Contractor shall furnish all labor and material for the purpose of this test. The Contractor shall repair all leaks revealed by the test at his own expense (new lines). SECTION 13-10: PROOF OF ACCEPTANCE The Contractor shall fur- nish the Engineer with proof of acceptance by all Governing bodies. I I I [I I I I I 2 1 C 1 DIVISION_14 - ARMCf TRUSS PIPE SECTION 14-01: SCOPE. This specification covers the recommended 1 practice for laying, backfil:inq, patching, and testing Armcc truss pipe and fittings. SECTION 14=02: MATERIAL SPECIFTCATTONS. All material shall conform to ASTM standard specifications for truss pipe. SECTION 14-03:_ RECOMMENDED PRACTICE. FOR BEDDING AND_BACKFILLING. A. Trench Construction. Trench width control is not critical for pipe performance as ]ono as sidewalls are properly built 1 and trench walls are of suitable soil. Side-fil! construc- tion should be extended 2-1/2 pipe diameters each side of the center line, or to the trench wall, whichever is less. 1 B. Ledd ng. A minimum 3 'inch cushion helps qrade the sewer and provides an improved bed support under the pipe. Be sure this bed uniformly supports the pipe along the line. C. Backfill?na. Cover the pipe 12 inches above its top with specified material and soil construction. 1 SECTION :4-04: JOINING. All _`oints shall be solvent weld type. Allow primer sufficient time to soften the interference fit in the bell and spigot. Scrub the primer in on the bell. Apply 1 cement normally and join the sections. Avoid disturbing the joint afterward. 1 SECTION 14-05: LASER BEAM ALIGNMENT, It is mandatory that adequate blower capacity be provi?ed. Fumes from curing joints tend to deflect the beam, thereby zausing variance to the intended line and trade. SECTION 14-06: _ MANHOLE CONNECT -CN. IA. Manhole Water St=_ Manhn:e water stops shall be obtained. from Armco Steel Corporation or be an approved equal. B. PlacingPlace stop near center of manhole wall. 1 C. Tighten steel tand t-;; assume ccsitive seal against pipe outside. SECTION 14 C7: PATCHING. All patching shall be made in 1 accordance with manufacturer's recommen ation. Under no circumstance is a patch to be placed on pipe in which both the inner and outer walls have been punctured. 1 SECTION14-08: CONCRETE ENCASEMENT. NT. Under no circumstances should truss pipe be encased in concrete. 1 1 C I DIVISION 15_- LOW PRESSURE AIR TEST OF SAN:TARY SEWER PIPE LINES ' SECTIOON15-01: SCOPE. This specification covers the recommended practice for testing gravity flow sanitary sewer lines, when using the low-pressure air test method to demonstrate the inte- ' grity of the installed material and construction procedures. This specification is for use in testing 4 through 24 inch sani- tary sewer lines. '• SECTION 15-02: SUMMARY OF METHOD. The section of sewer line to be tested is plugged. Low-pressure air is introduced into the plugged line. The amount anal rate of air loss is used as an acceptance test for the section being tested. SECTION 155=03_ _SAFETY_ A. The air test may be dangerous if, because of ignorance or carelessness, a lire :s improperly prepared. ' B. All pneumatic plugs should be seal -tested before being used in the actual test installation. One length of the pipe shall be la -d on the qround and sea:Ad at both ends with the ' test plugs to be checked. The sealed pipe shall be pressur- ized to 5 psig (34 kPa). The plugs shall hold against this pressure without bracing and without movement of the plugs out of the pipe. 1 C. As a safety precaution, pressurizing equipment shall have a regulator or relief valve set at a maximum of 10 psi (69 ' kPa). SECTION 15-04: PREPARATION OF THE SEWER LINE. A. Flush and clean the sewer lire prior to testing. B. Plug all pipe cutlets to resist the test pressure. Give spe- ' cial attention to stoppers anal laterals. SECTION=5-05: PROCEDURES. A. Determine the test duration for the section under test in accordance with Tab:e No. 1. ' B. Add air unti' the internal air pressure of the sewer line is raised to approximately 4.0 psi (23 kPa) gauge. After an internal pressure of approximately 4.D psi is obtained, allow •' at least two minutes for the air pressure to stabilize. (ThN pressure will normally show some drop until the temperature of the air in the test section stabilizes.) ' 1 I I DIVISION 15 - LOW PRESSURE AIR TEST OF SANITARY SEWER PIPE LINES 1 C. When the pressure has stabilized and is at or about the starting test pressure of 3.5 psi (24 kPa) gauge, commence the test. Before the starting of the test, the pressure may be allowed to drop to 3.5 psi. Record the drop in pressure for the test period. If the pressure has dropped more than 1.0 psi (7 kPa) gauge during the test period, the line is presumed to have failed. The test may be discontinued when the prescribed test time has been completed even though the 1.0 psi drop has not occurred. D. If the pipe to be tested is submerged in ground water, deter- mine the back pressure due to ground water submergence and increase all gauge pressures in the test by this amount. This test procedure may be used as presumptive test which enables the installer to determine the acceptability of the line prior to backfill and subsequent construction activities. TABLE No. 1 MINIMUM TIME PIPE SIZE (minutes) 4 INCH 2.0 6 INCH 3.0 8 INCH 4.0 10 INCH 5.0 12 INCH 5.5 15 INCH 7.5 18 INCH 8.5 21 INCH 10.0 24 INCH - 11.5 SECTION 15-06: ACCEPTANCE A.If the test section fails to meet the requirements in Section 15-05.C, the Contractor shall, at h -is expense, determine the "source of leakage. He shall then repair or replace all defective materials and/or workmanship. B. It is suggested that the first section between manholes be tested. This will permit the Engineer to observe the tight- ness of joints and quality of workmanship. The Engineer will determine the frequency of additional testing required. 2 1 I I L I I I Ci I L L L L I I DIVISION 23 - STREET SPECIFICAT_ONS FCRCITY CF FAYETTEVILLE SECT:CN 20-01: R:CF{T-QF-WAY REQpIREMENTS. A. Residential Street: Fifty (5C) feet. B. Collector Street: Sixty (60) feet. C. Minor Arterial: Eighty (80) feet. D. Principal Arterial: Eighty (80) feet. SECTION 20-02: STREET WIDTH. A. Residential Street: Thirty-one (31) feet back to back cf curb. B. Collector Street: Forty-five (45) feet back to back of curb. C-. Minor Arterial: Forty-five (45 feet back to back of curb unless Federal and/or State Highway Department funds are used; then the requirement becomes forty-nine (49) feet back tc back of curb (four twelve -foot lanes). Principal Arterial: Same as Minor Arterial. SECTION 20-03: SUB =BASE PREPARATION. The new street shall be cut to and/or filled to the subgrade contained in the engineering plans and profiles. The sub -base must be rolled and compacted to 95 percent standard proctor density and 13 plasticity index. The moisture content shall he the optimum based on soil type ar.� laboratory test results. SECTION 2C_04: BASE MATERIAL. The base material shall be a :minimum of six (6) inches of SB-2, unless otherwise stated in Bid Items. SECT:CN 20-05: BASE MATERIAL PREPARATION. A. The SB-2 snarl be moistened to optimum water content (verified by laboratory test results) and rolled and compacted to ninety-five percent (95%) modified proctor density and 10 plasticity index. B. After the SB-2 has cured to optimum strength (minimum of seventy-two (72) hours), apply a coat cf prime oil (MC30 or equivalent) at the rate of .25 gallons per square yard. Allow prime oil to thoroughly penetrate (minimum penetration time of twenty-four [24; hours) before paving. 1 DIVISION 20 - STREET SPECIFICATIONS FOR CITY OF FAYETTEVILLE SECTION 20-06: SURFACE COURSE. A. For grades of ten percent (10% or less, the street surface shall be two inches (2") of asphalt cement concrete hot mix after compaction. B. For grades in excess of ten percent (10%), the surface course shall be six inches (6") of portland cement concrete (five and one-half (5-1/2) bag mix) with a twenty-eight (28) day cured strength of 4200 psi. See Division 22 for Concrete Street Specifications. C. Grades in excess of fifteen percent (15%) shall not be permitted exceeding three hundred (300) linear feet. SECTION 20-07: COMPACTION. All sub -base, base, and asphalt surface shall be rolled and compacted with a roller weighing at least eight (8) tons. _ SECTION 20-08: CURBS AND GUTTERS. Required on both sides of all new streets. See standard detail sheet for shapes, etc. SECTION 20-09: SIDEWALKS. A. Residential Streets: Four (4) feet wide sidewalks required on one side of street. B. Collector Streets and Commercial Zones: Five (5) feet wide sidewalks required on both sides of the street unless otherwise shown on Engineering plans and profiles. C. Arterial Streets: Same as Collector. SECTION 20-10: DEDICATED STREETS. All dedicated streets will be constructed according to the Engineering plans and profiles approved by the Street Superintendent. The construction process shall be supervised by a registered Professional Engineer commissioned by the developer. -"SECTION 20-i1: CONCRETE STRUCTURES. See Division 21 of these specifications. SECTION 20-12: GENERAL COMMENTS. Regarding construction - see Division 21 of these specifications. 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 2 1 I I Li P:yIsinN 21: - jTREFT ;EE.^.IF _t=A :oN� FOR CITY CF F YETI ._ _ _ A_�_ _EV_�LE 1 SECTICN 20-13: STREET EXTENS:oN. The extension of any existing ' street regardless of condition or construction methods and techniques previously employed, shall be constructed in full compliance with these new specifications. ' SECTION 20-14: SUB -BASE PREPARATION The following test procedures shall apply to both Section 20-C3, "Sub -Base" and ' Section 20-05, "Base" of these specifications. Density tests on the sub -base shall be performed by the following methods: A. A minimum of three (3) standard densities shall be performed ' on any continuous prepared stretch of sub -base equaling less than 9C0 linear feet. ' B. A minimum of one ;1; standard density shall be performed every 300 linear feet on any prepared stretch of continuous sub -base greater than 900 linear feet. ' C. A minimum of three (3) standard densities shall be performed by personnel of a soils testing laboratory. ' D. All base and sub -base (hillside or other; shall be compacted in layers not exceeding 6" in the compacted state and shall be tested as stated in Secticn 20-14.A, B, and C above. ' E. All proctors and testing shall be performed in the presence of the Fayetteville City Street Department representative. ' The cost cf said testing and proctors shall NOT be an expense to the Contractor. I I 1 I 1 3 C I P DIVIS;ON 21 -- GENERA: COMMENTS REGARDINGCCNSTRUCTI0N ' SECTION 21-0;: WARPED OR SLOPING SECTIONS. Warped or sloping Sections will not be permitted. tSECTION 21-02: BANKS. All banks behind curbs will be back - sloped at a ratio of three to one (3 to 1) to the Right-cf-Way line. I Li Li I L✓ L I I I I I I I SECTION 21-C3: NATURAL DRAINAGE. Natural drainage will be adhered to by incorporating street underdrains or by rechanneling natural ditches into improved drainage easements. SECTION 21-04: STREET INSPECTIONS. The Supervising Engineer will accompany the Street Superintendent on inspections, and the proctor densities and plastic index tests will be conducted in the presence of the Street Superintendent. The testing lab per- forming the field tests shall provide the Project Engineer with certified test results immediately following field tests. These three inspections are to be performed by the Street Superinten- dent or his designated representative during the construction process, as follows: - A. After all streets have been cut to subcrade and the sub -base has been prepared. B. After curbs and C. Upon ccmpletion cleanup. SECTION 21-05: ENG required from the released. gutters and base material is insta;;ed. of paving, all construction, backfill, and INEERING CERTIFICATION. Certificaticn will be Supervising Engineer before lots will be SECTION 21-06: UTILITIES' COVERAGE. All utilities, including service connections, will have a minimum of four feet (4') of cover, or two feet (2') below the floor of all drainage ditches and all improved drainage easements, or two feet (2') below the flocr of all street drainage structures and street paving. Util- ity lines with less than two feet (2') cover under street paving shall be encased in concrete from one `_cot (1') outside each back of curb. 1 C C I I I Li I I SECTION 22-04: MINIMUM THICKNESS OF SIDEWALKS AND DRIVES. ' Minimum thickness of sidewalks shall be four inches (4"). Residential driveways shall be a minimum of four inches (4") with either four inches (4") of compacted base or 6" X 6" 10 gauge reinforcing web. Commercial driveways shall be a minimum of six inches (6") with six inches (6") of compacted base or 6" X 6" 10 - gauge reinforcing web. DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM SPECIFICATIONS FOR CITY OF FAYETTEVILLE SECTION 22-01: SCOPE. The specifications are intended to express minimum design and construction requirements of Fayetteville City Ordinance No. 1790 for concrete street improvements. SECTION 22-02: CONCRETE STREET STRUCTURES. All concrete street structures described on the attached diagrams and included in these specifications shall be constructed of 4200 psi Portland cement concrete at 5 1/2 bag mix in 28 days. Concrete shall be troweled and shall have a light broom finish with application of white pigment curing compound to serve as a method of curing. SECTION 22-03: SUBGRADES. All subgrades shall be prepared by the Contractor to a grade plus or minus one inch (1") within the finished grade. I I C1 I I I SECTION 22-05: MINIMUM WIDTH OF SIDEWALKS. Residential sidewalks shall be four feet (4') wide. All others shall be a minimum of five feet (5') unless otherwise shown on plans and profiles. I DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM SPECIFICATIONS FOR CITY OF FAYETTEVILLE SECTION 22-06: PLACEMENT OF CONCRETE PAVEMENT. All concrete street pavement shall be placed mechanically with equipment approved by the Consulting Engineer for the Street Department. All concrete street construction procedures and details shall be in strict accordance with Portland Cement Association (PCA) Publication IS119.O2P, "Suggested Specifications for Construction of Concrete Streets", unless otherwise approved by the Consulting Engineer for the City Street Department. Concrete for the pave- ment shall be non -reinforced and shall have a 28 day compressive strength of 4,200 psi when cured and tested in accordance with AASHO T22, or. ASTM C39; and AASHTO T23 or ASTM C31. The concrete shall be placed six inches (6") in thickness, plus or minus 1/4 inch, plus any additional depth required as a result of surface deficiencies in the subbase.. The average thickness of the concrete shall not be less than six (6) inches, and any thickness in excess of six and one-fourth (6-1/4) inches shall be rounded to six and one-fourth (6-1/4) inches for computing the average thickness. All concrete with a thickness less than five and three-quarters (5-3/4) inches shall be removed and replaced at the discretion of the Consulting Engineer for the City Street Department. All streets shall have a concrete curb and gutter on each side unless otherwise shown. SECTION 22-07:__ EXPANSION JOINTS. A. JOINTS. Expansion and construction joints shall be placed as indicated on the plans. In addition, traverse construction joints shall be placed wherever the placement of concrete is suspended for 30 minutes or longer. Transverse contraction joints shall be placed normal to the ,centerline of the pavement at intervals not to exceed 15 feet. A longitude contraction joint shall be placed along the centerline of pavement whenever the concrete is poured continuously across the full width of the street. B. TRANSVERSE CONSTRUCTION JOINTS. Transverse construction joints shall consist of a butt joint formed the full depth of the slab with either keyways or dowels one inch in diameter placed in a manner shown on the plans or in accordance with joint type "B" or "E" as shown in Portland Cement Association Publication IS211.01, "Concrete Streets: Typical Pavement Sections and Jointing Details: TI DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM SPECIFICATIONS FOR CITY OF FAYETTEVILLE IC. TRANSVERSE CONTRACTION JOINTS. Transverse contraction joints shall be formed in accordance with Section 902 of the previously referenced PCA Publication IS119.02. When curbs and gutters are used adjacent to the pavement edges, all ' transverse joints shall continue through the curbs and gutters. ID. LONGITUDINAL JOINTS. Longitudinal joints shall be either a construction joint formed by casting the concrete in segments, or formed by creating a plane of weakness in ' accordance with Section 905 of the PCA Publication IS119.02. Longitudinal joints, whether it is formed as a construction joint or formed as a weakened plane, shall be tied together with #4 deformed bars 30 inches long, placed at 36 inch intervals. SECTION 22-08: TURN RADII. Two No. 4 (04) reinforcing bars ' shall be placed horizontally in all turn radii. Turn radii will be bid at the same price as curb and gutter when the curb and gutter is 100 linear feet or longer. ' SECTION 22-09: POZZILITH. Pozzilith shall be added when directed by the Street Superintendent for better workability. ' SECTION 22-10: TEMPERATURE DURING CONCRETE POURING. Temperature shall be 35 degrees Fahrenheit and rising before any type of concrete pouring will take place. Methods of heating or covering ' the surface of the concrete must also be provided by the Contractor when adverse weather conditions prevail. SECTION 22-11: VIBRATOR. A vibrator shall be used at the I direction of the Street Superintendent when pouring concrete of any type. SECTION 22-12: BIDDER RESPONSIBILITY. The successful bidder will be responsible for supervision of his crews. The Street superintendent or his designated representative will only perform an inspection after the grade is established on all jobs. I L L I DIV_SION 24 - STORM 7RAINA^E OR STORM SEWERS SECTION 24-01: STORM DRAINS. Storm drains shat; not collect cr transport any sanitary sewage. SECTION 24-02: NATURAL DRAINAGE. All natural drainage shall be adhered to. ' SECTION 24-03: STORM DRAINAGE DESIGN. All storm drainage shall be designed for the twenty-five (25) year flood plane, unless otherwise noted on the plans and profiles. SECTION 24-04: CONCRETE PIPE REQUIREMENTS. Crass II reinforced concrete pipe conforming to ASTM C-76 shall be used. The minimum size permitted shall be fifteen ;15; inches inside diameter. SECTION 24-05: CORRUGATED METAL PIPE. 16 sauce under street paving and 18 gauqe other places. SECTION 24-C6: SURFACE DRAINAGE_ Seven hundred (700) linear feet shall be the maximum distance to carry surface drainage on the street surface. Then the drainage must be collected in curb drop :islets, catch basin, etc. and storm drained to a natural drainage channel. ' SECTION 24-07: SPECIAL GASKET:NG AND SEALING MATERIALS. Special gasketin.g and sealing materialo shall be used at all pipe joints and plots to prevent infiltration into storm sewer. Procedure ' and materials snail be proven and acceptable in quality. C H I I [I i I O W vit X 0 O d o w g era u1a w W O U w VLU z 0- c T 0 w V C o w 4ZP W 2 W 1 a W • SlllUl WMafdN �aaZV15 tlYA Oro XWO :w0=wia i 0 1 - 3dtd 31 -• O 1 K - 0 O 0 K I w_. I 5 0Z 11 11 II a_ 0. /11 I I II II II II II II I • 1 i 17 . 1 1 I , I I I _ I � I 1 :'II 1 I I :J1! Q ipry.J1p..7 LU LU 0 1 1 1 fl.4. U. 0 " 1 p ro •Z +, w Ct. LU cc J z e� w rn w , 0 3}a I Fi N = w ro �o a. v 'P a 1>a lu a U v I Q • a Na = w QZm; LL2w QI—)-.o Z m YOz U 0 QQrEI v (n„ w ro o 3, � a I—. IC o .� o a. N I 0 Q Q Z H (n w H o >E4 1-1= •1 i 1'' I DIV=SIGN 30 - CEMENT TREATED CRUSHED STONE BASE ' SECTION 30-01: DESCR:pTTON. This item shall consist of a base course constructed on the completed and accepted subgrade rn accordance with these specifications and in conformity with the lines, grades, compacted thickness and typical section shown on the plans or as directed by the Engineer. SECTION 30-02: MA:ER:ALS. Materials used in the mixture shall conform: to the following requirements: A. Aggregate. Crushed stone shall conform to the requirements specified in Subsection 3C6.02 of Section 306: Crushed Stone Base Course, of the Standard Specif�.cations, edition of 1978, for Class SB-2, provided therein. B. Cement. Cement shall conform to the requirements for Portland cement, Type I, AASHTO M85. IC. Water. The water for the base course shall be clear, clean, and free from injurious amounts of oil, salts, or other deleterious substances, and shall not contain more than 1000 ' parts per million of chlorides. If the water is of questionable quality, it shall be tested in accordance with the requirements AASHTO T26. D. Asphalt. 1. Emulsified asphalt shall conform to the requirements of Subsection 403.03 (3) for grade SS -1. 2. Medium curing cutback asphalt shall conform to the • requirements of Subsection 403.03 ;b) for the grade selected by the Engineer. 3. Rapid curing cutback asphalt shall conform to the requirements of Subsection 403.03 (a) for the grade selected by the Engineer. ' The type of asphalt used for the protection and cover for the cement treated base course will be at the option of the Contractor, subject to the Engineer's approval. SECTION 30-C3: LABORATORY TESTS AND CEMENT CONTENT. A. Cement Content. The quantity of cement, approximately 5% to '• 8% by weight to be used with the aggregate and water, shall be determined by the Engineer. The moisture in the mix shall be maintained within a range of (+1-) 1% of optimum. [1 I DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE B. Laboratory Tests. Specimens of aggregate, cement and water must develop a compressive strength of at least 650 psi in 7 days. SECTION 30-04: CONSTRUCTION METHODS A. Weather Limitations. The cement -treated base shall not be mixed or placed while the atmospheric temperature is below 35° Fahrenheit within 24 hours, or when the weather is foggy or rainy. The temperature requirements may be waived, but only when so directed by the Engineer. B. Equipment. All methods employed in performing the work and all equipment, tools, other plants, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer before the work is started. If unsatisfactory, equipment is found, it shall be changed and improved. All equipment, tools, and plants must be maintained in a satisfactory working condition. C. Forms. When forms are required, they may be of wood or metal and shall be placed to line and grade as staked by the Engineer. Wood forms shall not be less than 12 feet in length and shall have a width equal to the compacted depth of the base. The thickness shall be sufficient to maintain good alignment. All form lumber shall be of good quality, • straight, well seasoned, clean, .and free from defects which would impair its usefulness. Warped, split, worn or otherwise defective forms shall be discarded. Steel forms shall be of a section commonly portland cement concrete pavement. They shall least equal to the edge thickness of the wo: They shall be straight and shall have a minimum of 10 feet. When directed by the Engine required. In such cases, the of base mixture shall be such and satisfactory spreading of construction and compaction contour. required for be of depth at k prescribed. section length solid forms will not be spreading equipment and supply as will permit the continuous material for one or two-lane to the proper thickness and D. Preparing the Subgrade The subgrade shall be prepared in accordance with the typical sections on the plans before the base course is placed thereon. I I I I DIVISION 3C - CEMENT TREATED CRUSHED STONE BASE Grade control between the edges of the pavement shall be accomplished by grade stakes, steel pins, or forms placed in lanes parallel to the centerline of the roadway and at intervals sufficiently close that string lines or check boards may be placed between the stakes, pins, or forms. :o protect the subgrade and to ensure proper drainage, the spreading of the base shall begin along the centerline cf the • pavement on a crowned section or on the high side of the pavement with a one-way slope. E. Comaacticn and Surface Finish. The mixture shall be compacted to a density, as determined by AASHTO T191, or not less than ' 95 percent o`_ the maximum density obtained by AASHTO T134. The moisture content of the mixture during compaction shall not vary more than five (5%) percent from the optimum moisture as determined by AASHTO T134. ' The surface of the treated roadway shall be reshaped to the required lines, grades and cross sections after the mixture ' has been compacted. It shall then be scarified lightly to loosen any imprints left by the compacting or shaping equipment and rolled thoroughly. The operation of final ' rolling shall include the use of rollers of the pneumatic tire type. The rolling shall be done in such a manner as to produce a smooth, closely knit surface, free of cracks, ridges or loose material conforming to the crown, grade, and line shown on the plans. The density, surface compaction, and finishing operation shall ' not require more than two (2) hours. Water shall be added if necessary, during the finishing operation in order to maintain the mixture at the proper moisture content for securing the desired surface. Areas inaccessible to rollers or finishing and shaping '• equipment shall be thoroughly compacted to the required density by other approved compacting methods and shaped and finished as specified. ' F. Joints. As soon as final compaction and finishing of a section has been completed, the base shall be cut back perpendicular to the centerline to a point where uniform ' cement content with proper density has been attained and where the vertical face conforms to the typical section shown on the plans. Li 3 DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE G. Surface Test. The finished surface of the stabilized base course shall conform to the general surface provided for by the plans. It shall not vary more than one-fourth inch (1/4") from a ten -foot straight edge applied to the surface parallel to the centerline of the roadway, nor more than one-half inch (1/2") from a template conforming to the cross section shown on the plans. H. Protection and Curing. After the base course has been finished as specified herein, it shall be protected against drying for seven (7) days by the application of bituminous material. The curing methods shall begin as soon as possible, but no later than twenty-four (24) hours after the completion of finishing operations. The finished base course shall be kept continuously moist until the curing material is placed. The bituminous material specified shall be uniformly applied to the surface of the completed base course at the rate of approximately 0.2 gallons per square yard using approved heating and distributing equipment. The exact rate and temperature of application to give complete coverage without excessive run-off shall be. as specified by the Engineer. At the time the bituminous material is applied, the surface shall be dense, free of all loose and extraneous material, and shall contain sufficient moisture to prevent penetration of the bituminous material. Water shall be applied in sufficient quantity to fill the surface voids immediately before the bituminous curing material is applied. Should it be necessary for construction equipment or other traffic to use the bituminous -covered surface before the bituminous material has dried sufficiently to prevent pickup, sufficient granular cover shall be applied before such use. The curing material shall be maintained and applied as needed by the Contractor during the seven-day protection period so that all of the base course shall be covered effectively during this period. Finished portions of base course that are used by equipment in construction of an adjoining section shall be protected in such a manner to prevent equipment from marring or damaging the completed work. When the air temperature may be expected to reach the freezing point, sufficient protection from freezing shall be given the base course for seven days after its construction and until it has hardened. P H H H LII H I H I DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE I. Cold Weather Protection. During cold weather, when air temperature may be expected to drop below 35 degrees F, a sufficient supply of hay, straw, or other material suitable for cover and protecting previously placed material shall be provided at the site. Any base which has beer. damaged by freezing, or otherwise, shall be removed and replaced by the Contractor at his own expense. J. Tolerance in Base Thickness. The base course shall be constructed in accordance with the typical sections on the plans (+/-; 1/2 inch in thickness. Sections over ;/2 inch deficient in thickness shall be removed and replaced at the Contractor at his own expense. No payment will be made for materials place in excess of planned thickness. SECTION 3C-05: MAINTENANCE: The Contractor shall, within the limits of the contract, maintain the stabilized base material in good condition until all work has been completed and accepted by the Owner. Maintenance shall include immediate repairs of any defects that may occur. This work shall be done by the Contra-ctor at his own expense and repeated as cfter, as may be necessary to keep the area continuously intact. Faulty work shall be replaced for the full depth of treatment. The contractor shall construct the plan depth of cement treated base in one homogenous mass. The addition of thin stabilized layers will not be permitted in order to provide the minimum: specified depth. ' SECTION 30-06: METHOD CF MEASUREMENT. Work completed under this item shall be measured by the square yard, as shown on the plans. Quantities shown on the plans and in the proposal shall be ' considered as final quantities and no further measurement will be required unless the alignment is revised during construction. Final quantities will be revised if, in the opinion of the Engi- neer or upon evidence furnished by the Contractor, substantial ' variations exist between quantities shown on the plans and actual quantities due to changes in alignment or apparent errors. I H I I SECTION 30-07: BASS OF PAYMENT. Work completed and accepted under this item and measured as provided abcve shall be paid for at the contract unit price bid per square yard for cement treated crushed stone base course, which price shall be full compensation for furnishing all materials, for mixing, hauling, placing, rolling, finishing, and curing; and for all labor, tools, equipment, and incidentals necessary to complete the work. 5 I APPENDIX TO SPECIFICATIONS WATER SYSTEM DETAIL INDEX SHEET NO. SHEET NAME ' 1 Typical Service Setting 2 Typical Service Connection & Water Setting (Type I) 3 County Road and Driveway Replacement (Type II) ' 4 Bituminous Concrete Road Replacement Detail 6 Air Release Valve Detail 7 Gate Valve Detail 8 Fire Hydrant Detail ' 10 Blow -Off Detail 11 Thrust Blocking For Pipe Fittings 11-A Concrete Thrust Block Detail ' 11-B Thrust At Pipe Bends 11-C Resultant Thrust Of Water Under 100 psi Pressure At Bends And Fittings 12 Concrete Thrust Anchor ' 13 Buried Creek Crossing 14 Steep Draw Crossing 15 Concrete Encasement 16 Trench Detail 17 Highway Bore and Casing Detail ' SANITARY SEWER DETAIL INDEX SHEET NO. SHEET NAME 1 Typical Trench 2 Concrete Manhole ' 3 Encasement Pipe 4 Buried Creek Crossing 5 Cleanout 6 Pier Detail 1 I I . Ciscia., N.,-. u r - , I n •..naar,�.` 4Y nc .1Jg = Z' a nnm A Ma P o\ .5 • I�•• • 0 00 00000 7it 14 I :st 0r ''t 00000 Y• �Yo 4 ��m m a• 0 x 8r u ryx as m �F A ��ii ' r/ r1 -1 nmil T J •a:0 m 9 Y GeV] 17' II 1 0 F 2 O z r•1 m m IL i CITY OF FAYETTEVILLE MATERIAL SPECIFICATIONS FOR POTABLE WATER SERVICE MAIN LINE SERVICE TAPS I. SERVICE SADDLES: MAINS: Class 200 PVC, SDR-21 (2", 3", and 4") SIZE MANUFACTURER ORDER NUMBER 2" x 3/4" Mueller H-13420 2" x 1" . Mueller H-13420 3" x 3/4" Mueller H-13425 3$' x 1" Mueller H-13425 4" x 3/4"- Mueller H-13428 4" x 1" Mueller H-13428 MAINS: C-900 PVC, Cast Iron, Ductile Iron, Cl 200 A/C (2-1/4" UP) 2-1/4" x 3/4" 'Romac 101N- 2.75 x 3/4"CC 2-1/4" x 1 Romac 101N- 2.75.x 1" CC 4" x 3/4" Romac 1011- 5.40 x 3/4"CC 4" x l" 6" x 3/4" Romac I0IN- 5.40 x 1" CC Romac l01N- 7.50 x 3/4"CC 6" x 1" 8" x 3/4" Romac 101#- 7.50 x 1" CC Be? Romac 101N- 9.62 x 3/4"CC Romac LOIN- 9.62 x lit CC 10" x 3/4" Romac 101N-12.12 x 3/4"CC 10": x 1" Romac 12„ x 3/4" 1011-12.12 x 1" CC 12" x In Romac 101#-14.38 x 3/4"CC Romac 1O1N-14.38 x 1 "CC 11. SERVICE CONNECTIONS: DOUBLE TAPS 3/4" Type K Soft Copper 60' Coils 1 3/4" Corp. Stop. 110 Comp. Mueller H-15008 1 3/4" U Branch 110 CTS x MIP x MIP 7-1/2" width H-15363 2 5/8" x 3/4" x 1?." RisezMeter @Yoke=_Noel=le;r.�71 'I 4n ,�� w/ffi=1v[2[ T 1'Pieces 1 18" x24" PVC Meter Box #501824 .30T, .275 Wall Thickness Shell Only, notched as manufactured by Mueller/McCullough 1 18" C.I; Flat Meter Lid C-109 manufactured by Crouch Foundry . . SINGLE 3/4" Type K Soft Copper Tubing 60' coils 1 3/4" Corp. Stop. 110 Comp. Mueller H-15008 1 5/8'! x 3/4" x 12" Rise Meter Yoke Mueller H-1402 w/H-14222 Tail Pieces 1 18" x 24" PVC Meter Box 1501824 .30T, .275 Wall Thickness Shell nni., J t2N C N C U w ₹ c ti J > NLL 6 GLii J 1/1 W 0 0 0 0— W 2 a Z G JNa — W x Li n Vino J il1�W W W cc e: a za Q = I - _j Vt N ar ' z - O x J }_ Ll �rl Q V) U w"� I>14 vs -- l¢i]3 K.J Z J of Z C ox o W zo I ao�Q w op z J : 5 c m? z m i 3' W O "-1 N wOm 00 U O �u zox o awa '- WJZ7 -V F- F -m N = m L tfl ' --I C] 1111 ODh Z �If1 0 = WO W D WW WO lr Z i J U a w I i' W W Q0 J V W a W f N 1 cr Ll� �_ J W I w W N I DC J 2 a¢r J1C J 9 -- - .JO InZ 3 n m 60 aWW LI W - Sn NIW 7/I I Pf� UI a lr 3 J n wNN CN J0 x wan J LL ^ Q J i W V J o LL N aj ' Qz Oa`In r ; 1IlIL` _ I 3= a 3 u OJ Is, F x n // (� z HC Jo JooW o> - --____ II II' F- ~W NO Ui. m LaJ FLii a OaO.a -1 - J -W L —D '•0J D F' N W Ja Oct CX I O a LL W .0 ) V - 1 — Z U W W�'ao�az ima Ii _f1, II 2_V 07 1-O O fY s,w0 n¢m,R Wfv J 3 �y�� it\ fly W I O O JC We W O� v1 u1J JV V 1 O a as a WQa Qa -t] III. N t W O I OW O a ii` Q 3T m 0 C7 I z Z t/7 0 F- (9'. .�- n tr W, C lJ W _^ H (n z w i i U Y M ? 0 t lvJ - 1" L 1 Z m F- W 3 O U J U 1 x ¢ W O 0 1p w0CX W \ -/ W W fr -- _ W �oo w C W lY C OZ O z W W n v+°¢� m U _W 0 r Q In rn in J z a W J 1 Q Q I o �aW Nw ai I Q aJ a C W V z �Q ¢ n 1 J ,O F o C In +-a^,� O ' v aO>a as __ NUN ��9�- F_ OV OWW W V l [_j Vi 402r 6`1 > a. � Shoe/ / 12" MIN. UNDISTURBED BANK N is 6'MAX. WIDTH OR PAVEMEN- SAW CUT /FOR REPAIRS FOR-\ .NCHES MILHOLLAND COMPANY Engineering & Surveying 205 Wesl Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 EXISTING CONCRETE OR BITUMINOUS CONCRETE DRIVEWAY AND CHIP AND SEAL COUNTY HIGHWAYS. T■ WRIABLE THICKNESS TiMCKNESS • 11/2 T FOR BITUMINOUS CONCRETE DRIVEWAYS, (MIN. 2" THICKNESS) • T+2" FOR CONC TE DRIVEWAYS. (MIN. 5" 3 MIN. HOT OR COLD BITUMINOUS MIX FOR COUNTY HIGHWAYSAFTER COMPACTION OF BASE, COMPACTED SD -2 UTILITY PIPES I. BITUMINOUS CONCRETE REPLACEMENT MATERIAL SMALL MEET TIE REQUIREMENTS Of FECTION 408 Of THE STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION, ARKANSAS STATE HIGHWAY COMMISSION, EDITION OF 1970. 2. CONCRETE.SHALL HAVE A MINIMUM 28 DM' COMFt1iESSIVE STRENGTH Of 4200 ►:S.1. TYPE I ROAD CROSSING CONTRACTOR'S OPTION• BORE PER AHTD SPECIFICATIONS FOR SAME BID PRICE AS OPEN 6' CUTS 1 1 1 1 COUNTY HIG1i y AND DRIVEWAY REPLACEMENT DETAIL 1 I I S eel 2 MILHOLI_ANI) COMPANY Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 6 COMPACTED SB-2 SELECTED BACK - FILL MATERIAL PER SPECS EXISTING GRAVEL SURFACE COMPACTED MATERIAL REMOVED FROM TRENCH MIN. 12" UTILITY PIPE MIN. 6" COMPACTED FOR LATERAL AND VERTICAL STABILITY OF MAIN. NOTE: TRENCH SETTLEMENT TAKES MACE; IT IS TO BE REFILLED WITH S8-2, TYPE II ROAD CROSSING GRAVEL ROAD AND DRIVEWAY REPLACEMENT DETAIL Sheet 3 6x6/6-6 W.W.M. (MIN.) SAW CUT MILHOLLAND COMPANY Engineering & Surveying 205 West Censer Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 2 3" HOT MIX BITUMINOUS CONCRETE LAYER TO MATCH EXISTING SURFACE. I 1'PRIME COAT • ► _ CONCRETE - Pi I. • : , : .. - ►• ►,.. , SAW CUT 4' MAX. COMPACTED S8-2 UTILITY PIPE s" 16" MIN. V NOTES: I. BITUMINOUS CONCRETE REPLACEMENT MATERIAL SHALL MEET THE REQUIREMENTS OF SECTION 406 OF THE STANDARD SPECIFICATIONS FOR ,HIGHWAY CONSTRUCTION, ARKANSAS STATE HIGHWAY CO4AMISSI0N, EDITION OF 1978. 2. CONCRETE SHALL HAVE A MINIMUM 28 DAY COMPRESSIVE STRENGTH OF 4200 P.S.I. TYPE III ROAD CROSSING CONTRACTOR'S OPTION: BORE PER AHTD SPECIFICATIONS FOR SAME BID PRICE AS 6' CUT. BITUMINOUS CONCRETE ROAD REPLACEMENT DETAIL I IL II II II I Ill DRILL (5) I/2" AIR HOLES IN LID FINISHED GRADE — MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Feyerevrne, Arkansas 72701 Office Phone (501) 443-4724 C.I. COVER I CLAY B BAILEY P. 1341 I), ill __ 1— illl _ II _ NPiue'AJ � 1L Securely attach Trocer Wire to Pipe 1Bw u1" �I I" OALV. RETURN W/16 MESH I•` FORD COPPER SCREEN SOLDERED TO F, 11 BII-444 IN UL+ OPEN END Ball Curb I OALV. Slop or PIPE Is" a 3t" METER BOX • Equal nRE\flu I I 11111 DRILL 1/S" HOLE I" a 24" GALV. - II PE. PIPE I MIN.) APCO I" AIR RELEASE VALVE OR EOUAL,W/3/32•' Orifice. a{-2 • F -- tt/tU. I" P.E. COMPRESSION TO IRON PIPE CoNC. BRICK{ UNDISTURBED SOIL II ADAPTOR IMAIN CONNECTION TO BE TYPICAL I" CORPORATION NOTE: 1. AIR RELEASE TO BE INSTALLED ADJACENT TO WATER MAIN OUT OF TRAFF;C. 2. BID UKJ:T PP.=CE SHALL INCLUDE ALL LABOR AND MATERIALS FOR SUCCESSFUL INSTALLATION OF A;R RELEASE, 1NCL'JING BRASS SERVICE SADDLE, it CCRFC ATIJN S.0?, '" F FES, l%AL':'ES, EOX WITH. LID ;THER ESSENTIAL ITE:S PHOWI; AND NOT SHOWN. 3. r'.F.':ER BOX A,.J AIR RELEASE VALVE SHALL BE SET FLUME. 6. METER BOX - BASS AND HAYES 34E. AIR RELEASE VALVE DETAIL Sheet 6 51CN FACED 10 KOAD-► r-StANVARV "WA1EK VALVE" SIGN 5ELUIIWLY ATTACHED I W 11N OOLT6 d- NU15 ID P05 -f 4— 5•IANOAKD WAVY OWN( MCtAL T" fOJf E ` 20" 5QUAKE iTl to a2*a6" g 00 VALVE Box To BE SUPPORTED BY COMPACTED FILL TRACER WIRE—.. MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 is" ( WORD "WATER" ON COVER ADJUST COVER TO GRADE + 2" TAMP BACKFILL TKACEK WIKE- 1OOP LOOSELY � LEVEL EXTENSION and Valve Box to be set plumb VALVE BOX AS SPECIFIED GATE VALVE AS SPECIFIED WATER MAIN UNDISTURBED SOIL Compacted Backfill NOTE' RADIAL COMPRESSION JOINT ENDS USED FOR PVC PIPE ARE NOT SHOWN. GATE VALVE DETAIL Sheet 7 MILIfOLLAND COMPANY Engineering & Surveying 205 West Center Street 2 - 2 1/2" Feyetleville, Arkansas 72701 HOSE I - 4 1/2" PUMPER NOZZLE Office Phone (501 ) 443-4724 NOZZLE$ —. MUELLER "CENTURION" FIRE HYDRANT A-423 OR EQUAL W/ 3'-6" buried HYDRANT TO HAVE COMBINATION FLANGE AND BREAK SECTION AND REMOVABLE BARREL WORD `WATER" ON COVER 1tIII'll _ — '� 2't 2' a 6" CONCRETE COLLAR SLOPING e Ilia VI j" 2" FROM THE CENTER TO THE EDGES ADJUSTABLE 2 PIECE C.I. VALVE BOX o I TRACER WIRE- LOOP LOOSELY TO I GROUND LEVEL. M 6" GATE VALVE — OPEN LEFT DRAIN - KEEP CLEAR OF CONC. 14" MIN. OF 2" MIN. C.I. OR D.I. 5 6" HYDRANT BRANCH-C.I, or D.T t n C a I / ; till.. 3 CUBIC FEET OF II'!• ••" GRAVEL .. •.• � I . ill•l. NO BENDS IN THIS AREA Gh_ ;/lam II PLACE CONCRETE ALL FITTINGS SHALL BE VARIABLE DISTANCE KICK BLOCK AGAINST ASSEMBLED WITH DUCTILE PLACE CONCRETE Undisturbed Soil IRON RETAINER GLANDS WITH K't■ eLOCS AGAINST SET SCREW TORQUED AS PER SOLID UNGISrUARED SOIL. I MANUFACTURERS RECOMMENDATION, • UNIT BID ITEM COMPLETE IN PLACE_ NO%ES+ I. ALL HYDRANTS TO BE SET PLUMB WITH NOZZLES FACING HIGHWAY OR COUNTY ROAD. 2. HYDRANT AND VALVE WILL BE SET AND BURIED AT THE DEPTH SPECIFIED BY ENGINEER, ALL ITE;4S NECFSSARY FOP FFOPER PLACEMENT APE SUBSIDIAFY TO BORE B_3. 3. HYDRANT BRANCH TO BE CONSIDERED SUBSIDIARY TO FIRE HYDRANT AND AUXILIARY VALVE. 4. ALL FIRE HYDRANTS WILL CONFORM TO AWWA C502-73 STANDARD. 5. CONCRETE SHOULD NOT BE POURED ON BOLTS. ALLOW 2" MIN. CLEARANCE FOR WORKING ROOM, FIRE HYDRANT DETAIL Sheet S DRAIN - KEEP CLEAR OF CONC 2" MIN. . ul� � 3 CUBIC "."_.., FEET Of 0R4/EL } / 2 — 2 I/2HOSE NOZZLE MILHOLLANI7 COMPANY Engineering & Surveying 205 Wesl Center Street Fayetteville. Arkansas 72701 Office Phone (501) 443.4724 MUELLER A-420 TWO-WAY HYDRANT OR EQUAL + HYDRANT TO HAVE COMBINATION FLANGE AND BREAK / SECTION AND REMOVABLE BARREL f/ 4WORD "WATER" ON COVER JLDI . II _ CONCRETE COLLAR SLOPING r 2"/ROM THE CENTER TO THE EDGES C 0 -to 14" MIN. OF C.I. OR D.I. •ADJUSTABLE 2 PIECE C.I. VALVE 8OX 4" GATE VALVE -OPEN LEFT TRACER WIRE -LOOP LOOSELY TO GROUND LEVEL. 4" HYDRANT !RANCH-C.I. or p.I. (4" n 3" M.7. REDUCEK - �r ON 3" MAIN p'_ rd NO BENDS IN THIS ARI PLACE CONCRETE"ALL FITTINGS SHALL BE 1 VARIABLE DISTANCE KICK BLOCK AGAINST ASSEMBLED WITH DUCTILE SOLID Undisturbed IRON RETAINER GLANDS WITH Soil. I SET SCREW 1ORQUED AS PER MANJFACTUREfl' RECOMMENDATION PLACE CONCRETE KICK BLOCK AGAINST SOLID UNDISTURBED SOIL. UNIT BID ITEM COMPLETE IN PLACE N TE I. ALL HYDRANTS TO BE SET PLUMB WITH NOZZLE FACING HIGHWAY OR COUNTY ROAD. _ 2. HYDRANT AND VALVE WILL BE SET AND BURIED AT. THE DEPTH SPECIFIED BY ENGINEER. S. HYDRANT BRANCH,TO BE CONSIDERED SUBSIDIARY TO FLUSHING HYDRANT AND AUXILIARY VALVE. 4 ALL HYDRANTS WILL CONFORM TO AWWA C502-73 STANDARD. 5. ALL LABOR AND MATERIAL ITEMS NECESSARY FOR COMPLETE iN- STALLATION INCLUDING TEE, C.I. OR D.I. PIPE, VALVE WITH BOX,• HYDRANT, ETC., SHALL BE CONSIDERED ONE BID UNIT. FLUSHING HYDRANT DETAIL Sheet 9 z J yl < C °o ; a 0 < 3 W a N O d o ~ a p o• U A w W m W u J a > S rW.i v1 J „ i I of .1 2 -( Z U V 2== O < n Il u X X A > > J O< _z J< C> W < 2 pIy ,n rRQ`R 0 J J U m p JJi Co_ IOU 2 U a °1 5O= •z -J W V V II� i _ W W W> > • > In 0 W W — N F• H V IL cc WW 01�t4 •o, 4 H V 0 U I— ` U•N N N l}y,,(�)`^(Jry�JIIVIII •N U C >O O 0 L1- n Ill V0�` • N < O O V T11 -- T o Y1 o h 0 = _ __ =-= {M1 '! ° ►r= ' . PIS=loll o v<o(n 111= IIIIIIt - ...`• rj N - M II I' •, •, .. 1111 - •I • • o..• :. III}I I.a d „• Ilii�l •> J � Tim = 7 I_- -: -•�� IL sII =WJ-. I� < a p N V rC !I.,I I 1111 - WZ� _ • m W . O• , • III-- Alyl - N • J 0_ rJ0WW J• } U 'll— W Q QNWU > a # C WJQ UN O Q_ •U( 2 CL OtSJ T W < d U IIII n o .au.lw 3'- Q •I N pJ w> 7 a •S Jj ��aN OJ 2 O (n _ N 1 �U>F Ow N �I W J �_ to ^ " p 3 Z K In zCC UQ o N _ C m m oC OW 4 IT,I }I w K a2 w QJ m d J O C tnt -- > Q d a tU ow ` a Sheet /0 MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayenevive, Arkansas 72701 Office Phone (501) 443-4724 V"'MAL ORIGINAL ^ GROUNOLEYEL GROUND LEVEL \ � BELTED STRAPS BEND PNU \✓ / SEND THRUST ° •n I° \ ° CONCRETE ° ' ° �. BLOCKING ...r.:q J'+OH iUA BCD EARTH - •^" I • • \ CONCRETE � UNDISTURBED EaRTr1' \'`�- '•� BLOCKING BLOCKING FOR BEN04� • BLOCKING FOR SENDS SEE NOTE 4 PLUG �° - -CONCRETE BLOCKING I EDGE OF TRENCH THRUST • ` �. J _ •�V ' CONCRETE BLOCKING .e. _ f_Y • 0: �° BEND ,ia CROSS EDGE OF TRENCH SEE NOTE C BLOCKING FOR CROSSES BLOCKING FOR BENDS NOTE: ALL PIPE FITTINGS 4" AND LARGER CONCRETE BLOCKING SHALL BE; A. D.I. Mechanical Joint rated 150 I , J'1 p.s.i, working pressure for Main ` pressures greater than 200 p.s.i. - — B. D.I. or C'.I. Mechanical Joint Class 250 for Main Pressures less than 200 p.s.i. TEE C. THRUST BLOCKING shall be adequate EDGE OF TRENCH to withstand the sum of the Static Main Pressure with Storage Tanks • full plus 200 p.s.i. Water Hammer BLOCKING FOR TEES multiplied by 2.5. Undisturbed Soil Backing shall be assumed THRUST BLOCKING adequate to 200 p.s.f. pressure. FOR PIPE FITTINGS I 1 I 1 I 1 1 1 PIPE FITTING THRUST BLOCK SCHEDULE PIPE SIZE FITTING A 8 CU. FT. 4" TEE 2'-0" I' 6° 2.5 OR 90° 2'-9" I 6" 4.7 SMALLER 450 2'-0" I'-0° 1.7 TEE 3'0' 2'0" 7.5 6" 90° 3''G" 2 - 6 13.3 450 2'- 0 2'- 0" 3.4 TEE 3-6' 2'-6" 12.7 C 90° 4'0 310 20.0 450 3,-0 21-0" 7.5 TEE 3+_611 3`-6t' 26.7 IC" 90° 4r-6" 4'-O" 50.4 450 3'-0t1 3'-0" 20.0 NOTES: I. CLASS B CONCRETE - 2,000 PSI, 28 DAYS. 2. SCHEDULE BASED ON THRUST RESISTANCE OF SOIL OF 1000 LDS. PER SO. FT. AND 100 PSI LINE PRESSURE . 3. FOR LINE PRESSURES GREATER THAN too PSI AND/OR SOIL RESISTANCE LESS THAN 1000 LBS. PER SQ. FT. , THE SCHEDULE SHALL BE ADJUSTED IN THE FIELD. 4. DEAD END BLOCKING IS THE SAME AS FOR TEE. DO NOT ENCASE JOINT PLAN F NISSED GRACE SECTION CONCRETE THRUST BLOCK DETAIL MII-HOLLAND COMPANY Engineering & Surveying 205 West Center Street Phone 501) 443-4724 Fayelteviae. Arkansas 72701 Sheet //-A THRUST AT. PIPE BENDS P'2x62.5 x 62.5 HA Sin p.p USE TEST PRESSURE.USE INSIDE BELL DIAMETER WHEN APPROPRIATE. USE BOTH "A" SCALES TO SET POINT ON SUPPORT LINE. READ "B" SCALES Ip00p0O WITH STRAIGHT LINE THROUGH SET POINT. 500,000 ®4 P 4 m p 3 3 w 4 r2 c� y w - boo zIo -So a d 76 00 4 00 t7� 1o0,0 10..- so- -160 5a • 48-W ISO Wf ISZ 42 140 O id 36 w3Oo t3o S 50,000 20co ty 120 o 4 30 - C 251,. _ S l I o a 3 • -0c °24- .. a• 100 -20- - 16 Z 200 -90- o v 2 bow 16 -60z / 14 1- W w12 m mCA >60 B 0 O ►- 70a. 10,000 1-10- a a 20- O. O 60 a a 1- W w 5,000 0 6 x 50 ►' 4 W w a a 4 �I00 hF 5 40y-1 a Vf 90 3 W/ W 2 W • a K 2 7O-_30 1,000 • 60 2s eoo 700 600 50 1500 Sheet //-S •URNS • Yefln.u.• I .M - 0-I.. • 8 8 8 8 8 0 0 S S 0 8 0 o •0oa 0 0 0 o e —cc o q m -• 0 0 o n ♦ a o r o t` -� o M r, m r O N O C .- • 'U M m ♦ r r N M N O pN a N M O m M —out M M M N N -. .. .. -. a • L— 8 O S S S 0 8 O m S C o 0p C c O N N p C N 0 M r 0 0 0 N 1ptpp w O .+ ('] ni O ♦Y w - C Cl O O V a M M M M N N N ..1 -O. ..1 O O 00 —cu O 0 0 0 0 0 0 0 0 0 0 0 a O 0 O O •• L O O O U O O O O C a y O ap O O O .1 .. O .. 0 m m -. 01 o N '0 o • C o . O . w tO M . C O . 0 . m . 0 0 C . r . O . O . 0 m . /' @• a • N .. m 0 r N 0 m 0 tl N .a 0 N r h N O- P- w M w N N w w .. .1 -. .. .. _ 5V COO B�+.. O O O 0 O 0 O 0 O 0 0 0 O 0 O 0 O 0 0 0 S 8 • O 0 0 O C N H N m r tl 0 w 0 o O M C N r N N ti .. N O 0 N o b .-1 o m o C b W 0 N .rr-1 O 0 0 o 0 S 0 0 0 0 0 0 0 0 0 0 So O C tl M n .. O m M E. o n N O .. o .+ V N • . o r . .4 p. . . Ems. m n o 0 n N .4 W N N -N. -1 .1 N -i .41414-. -1 oo g LUo•o • r m u V V V V O O 0 e o 0 o o r N e 0 r m m b m m N •+ O e m m r O .-1 m .. 1 0 0 V m .-1 M n •^ w YY .- • O 0 O O 0 O 0 O 8 0 0 0 O O O 0 0 O 0 N O 0 0 0 0 O 0 O 0 0 0 0 0 0 O to Cl M •. ♦ o m 0 M O M o 0 m _ N C- w r Cl r 9x uw m Cl 0 O r 0 40 O o o M O N O .. _ O 0 0c N o O 0 '� V r tl M M N N -. - go o $ g g o 0 o v a 0 0 0 a 0 a 0 a N _ _ N e m O N C 0 a m r -. m n ♦ 0 tl r r r M tl M N N Cl - .4 Al A Y A O O O O O O O O 0 0 O 0 0 0 0 0 O • U O O O O O O O O O O O a a O O O M to a-4 M .. M v a a M 0 m r m N o v Z[L W ai r m m r ei a o ri o n m .. C o tl Qr ro ♦ r M M M M Dl N N -. .. .. t- A J z t- d 0 0 0 0 0 0 0 0 0 0 0 0 0 0 x • p n m m -. 0 o .�. Oct `•a N o n r w a .. q m o ► - " 0 O ♦ O _ O tl . Cl ILl a N M M M to N Clis r U 8 0 8 8 8 8 8 0 0 0 0 8 8 Ic 3 m • s •+ 0 n ♦ M -. 0 n o i of o m N '0 m N N CO N Cl a of N •+ .. .-. -. .. -. CD • m 8 8 ptl c r m Cl -. - N -O N n O N m Cl N N W t. C 0 a7 O m N b m M N a o m a 0 o O tl Cla L 6 0 E a b .' m b 0 n 0 O to w N tp O 1p {y C C _ O tO 01 0 m 0 r• o o 'Pt0 w N .4 • N a •d 9 0 a 00 0 0 0 O O p to IC 0 0 O 0 O O o ' $ $ 000000 m' m 0 0' n o a to IC Em C P .. O m m N N 0 O 0 '0 r 0 Cl -. Y 1 .-1 .. a' • ee O ca O ca -. 0 M w + O 0 O w O M 0 O .4 1D p .. 0 tO 0 0 V 0 E• No r m m r 0 ♦ o 0 0 0 .0 0 r e a. w .. .4 0 0 N O a tl M- M -. ..4 o US -. .. .. .1 -. -+ 0 0 0 0 o O a o 0 0 0 r d Q6 W O 0 0 O 0 F- 0.1N M I. M .. M —9 6. a a a n n a o e 0 0 a a 0 a 0 a 0 a • S t <w O 0 0 n O e O 0 0 M 0 w O O 0 • O— W S o 0 r o O .O 10 r r M la a O] - r no a SU•NI • MCUOMMELL ENGINIE•ING COIPANY Sheet //-C EO11M fl -1-I Undisturbed So,.' w Undisturbed "8" Trench Class Concrete - PLAN . VIEW rend Base •tl.. I fie'. _______I Class 8:: Concrete ELEVATION VIEW CONCRETE THRUST ANCHOR Sheet /2 205 W. CENTER MILHOLLA NO' COMPANY H (50c) 443-4124 Fayetteville Engineers Surveyors Arkansas c N o m / 1 . f J o � � h •t' /C9 // /�j /\ 4. -'3 I L d e � t It I II h • I � J F 'C H O to v W t: H H .C Z•m p �1' O _ 9T a C N AL %_- H V N O y' • cr o R C~! C l3 h r• 1 to -S �� a .o O m V / I::: • 4 J O ra �i C 'tj 0 0 /° 0P3 V o 1 // // L, 1 I Li ■ Sheer /3 =�•� CENTEA MILHOLLAND COMPANY (50] 443-4T24 I, Fayetteville Engineers Surveyors Arkansas x.. Iii] I S/xrel /4 205 W. CENTER MILHOLLAND. COMPANY (501, 443-4724 Fayetteville Engineers Surveyors Arkansas 4- 2 42'C mm. DI. pipe P. ,.C pipe I V9 MAIN 1 , • , 6' CUTSIDE 6 MIN DIAMETER MIN CONCRETE ENCASEMENT Sheet l5 207 W. CENTER MILHOLLAND COMPANY (701) 443'4724 Fayetteville Engineers Surveyors Arkansas MILHOLLANI) COMPANY Engineering & Surveying t NOTES: Top 4 of surface shall be cleared of Rock Debris, Roots, etc. and repaired to a condition equal to or better than prior to construction., GENERAL eACKF/L TAMPED// ELECT PILL WIDTH: St /.. N 205 west Center Street Fayetteville. Arkansas 72701 Office Phone (501) 443-4724 Smooth after one (/l year's settlement Q: WQ O � N M O --Trocer Wire on P.V.C. Pipe to be looped around each Joint of Pipe. 6" Compacted Selected Fill under Type I,If ond.C• Rood Crossings and Rock removal areas. 1. Payment for "ROCK EXCAVATION" shall be computed on amaximum Trench Width of ("D") nominal diameter of pipe (+) plus 18", and a maximum Trench Depth of ("D") nominal diameter of pipe (+) plus 42". 2. Trench Bottoms shall be free of rocks and stones. larger than 3/4". 3. Surface of Construction area shall be replaced, seeded, fertilized and maintained one (1) year after final acceptance of the Water System by the Owner (City). 4. All trees, brush, boulders, rocks, and debris affected by Construc- tion shall be properly disposed or. TRENCH "Water DETAIL Mains" Lii Shoal he V O . e � N l U v 3 O N v2/10 3 C O fu p Ll Q Q ACAl_Io-_v6',Y L -- F ] ¢ c a O G, H r. C ≥i G7 :1 0.0 CL U J 1 F F + U) d r• F v) V - qI v) r lull] U) v/ 0 C) Z O fl q U) CL G] U `t4 J C 0 7 O¢ d p a i O a Es] a; W F :,) F -I or - Z n, c] W d n p J N H q O04 n: O V a• > U H IT] �= O U U \ N F• F G] J q I,] F O � W f7 p CG C J r n O C - C') : u 0 E-' Ca = V 2 o a - ('] r) heel No. Note I Reinforcing Shall Be Continuous Thru Manhole, CQMPLY W/CLASS 'B' BEDDIN3 NOTES. 33' 60" Dia Pipe v 30-54 Trench N 27" 48" CIA, PIPE Base 2n" 42 Na.6 Bars nt 2_I'-' 36 60"54;40 6 Centers 18' 30" No5 Bars 14' 24 42,36 16" Censors 12-18„ I „ D It - 8,10,12,15, I No.6 Bo's 30 I' 0'Cen'e-s 8;2,'5;' No.5Bars i�.b;i ' I8, 24, 1-0'Cente's I 1Y' •, =¢y"' HOT%BI NO 1 & 3 OF SHEET NO. 16 ALSO APPLIES TO SEWER CONSTRUCTION Note: 4 No.5 Bars Lorgiludina Clots „B„ Concrete CLASS IAII BEDDING I -side Pipe B Diameter (Max.) 2-41 1Q, 12 3-0" 3-6 IS" 4'-o•' 24" 4-6 30 5-0" 36" 5-61 4 6-0 48" 6-6,' 54' 7-6 60' 77" 15;-54;60„ It 12-36 42,48 8 -301 5 -8, 10, 12,I8324 PEOUIRED PIPE FOR ALL PIPES BEDDING FOR a FILL W/ITP ACCEPT CLOY PIPE AT 10''-0 OR LESS ABLE MATERIAL REQUIRED BEDDING FOR CLAY PPE PER SPECIFICA- DEPTH AS AT 0EP•HS OF 10'-0"OR M09E, AND TONS. FOLLOWS: PLASTIC PrE AT ALL LENGTHS O SB-2 BACKF'LL D AS FOLLOWS: UEXCAVATED MAT. SURFACE FREE FROM PROM M AREAS. MAX. TRENCH MDrM TO MERE 'RASH, DEBRIS AND POCKS ®HAND PLACED SELECT G'/2ThNYAN rE fl THAN MATERIAL. I /2 IN A NY _a E HAND T4MPE0 SELECT LACED TILL D SELEc _TAMPF_0 EPIAL SAME NOPABOVE TAMPED SPECIALBEDOIN'O MATERIL ASTM CLASSII.� The M'n.mum T•e^ch Width For Ail Sizes 4„ Of Pipes Shall Be That Which Allows A 6" Working Distance On Each Side FAYETTEVILLLE PUBLIC WORKS SPECS. Of The Bell. "ALL MAINS SHALL BE BEDDED FROM 4" BELOW TO 12'I ABOVE PIPE WITH GRIT OR EQUAL OUTSIDE STREET RIGHT -CF -WAY, AND WITH SB-2 WITHIN STREET RIGHT-OF-WAY; TRENCH WIDTH SCHEDULE CLASS 11B" BEDDING ALSO: TRENCHES UNDER FILLED WITH COMPACTED FOOT HACK-OF-CJRB". STREET SECTION SHALL BE COMPLETELY I SB-2 TO SUBGRADE AND HORIZONTALLY TO ONE (1) SHEET NO. 1 106 W. cit NTER MILHOLLAND COMPANY (501 443"4724 Fayetteville Engineers Surveyors Arkansas Machined Surface, Non -Rocking Manhole Frame And Cover Batt !t Hayes or Equal. t�i Note: 24,, For Manholes In Public Right -of -Way, Cost x In Place Concrete Shall Stop At Point f a Indicated.. I V. s. Note ZE For Manholes 4'-0"or Less In Depth, Use -v. C.L Monhote ' ; 24 Min - 36 Max. High Cone With.8 �'Mox. Steps -,' a High 2-00 Throat. U =� D ` 6 • 4a' . 6,1 Mr _, Min See Note .. 4" �. CR0UT BASE Or MH Mln 12 T .. d — .' : "..'A`. 3000 Psi Concrete Note For Pipes Entering Base, Opening Is Mode, Pipe Is Inserted And Sealed With Non - Shrink Grout. 6" Min. SECTION _ TYPICAL POURED IN PLACE MANHOLE 205 W. CENTER MILHOLLAND COMPANY Fayetteville Engineers Surveyors (501) 443-4T24 Arkansas LiI z_ J O I— I - C, C, o � a O m m N E - c m o _� N L �• O (no U C O — W N c W o a c N C _ I, > > m o m n n. a a 1. r,n_` Li SO. V) fri °• m N In v c N LL C V C I- m W I ; w o.�I am.. II .C I i hi QI I Q U z W LU 0_ ^ 0 W W SHEET NC. 3 205 W. CENTER MILHOLLAND COMPANY 150„ 4„-4TZ4 Fayetteville Engineers Surveyors Arkansas rc W •W .. _ n: Z T J F Q 0 O c� c� u) w a z? 0 z I w x W O � a w a a o W n w0 Z U F I ' a w W I 0 Y n n:cn • 0 a p m o Z 0< SHEET NO..4 1. 205 W. CENTER MILHOLLAND •COMPANY (501)443-4724 Fayetteville Engineers • Surveyors Arkansas Cl COVER �_611_6OLE CLEANOUT SH F.^ NO. 5 20! w' CENTER M I L H O L L A N D COMPANY (501) 443-412. Fayetteville Engineers Surveyors Arkansas