Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
55-95 RESOLUTION
• • • • 1 • • RESOLUTION NO. 55-95 A RESOLUTION AWARDING BID 95-14 IN THE AMOUNT OF $1,223,565.00 PLUS A 5% CONTRACT CONTINGENCY OF $61,178.00, TO KIM CONSTRUCTION, INC. FOR MANHOLE REHABILITATION, ILLINOIS RIVER WATERSHED BASINS 12-14, 17, 20-22. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid 95-14 in the amount of $1,223,565 00 plus a 5% contract contingency of $61,178.00, to Kim Construction, Inc. for Illinois River Watershed Basins 12-14, 17, 20-22 manhole rehabilitation. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 4th day of April 7 1995. ATTEST: By: APPROVED: /114,e/ r _ a44444, Fred Hanna, Mayor • ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND. BOND #9568444 We Kim Construction r ompany, Tric 3142 Holeman, Steger, IL 60475 as Principal, hereinafter called Principal, and Great American Ins. Co. a corporation organized and existing under the laws of the State of Arkansas and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville Fayetrpiwilis as AR Obligee, hereinafter called Owni er, nithe amount ot one Million Two Hundred TritK_Three_Thousand_ Dollars ($1,233.565.00 ), for the Fi paymentrenlagticreilDal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated 04/05/95 entered into a contract with Owner for Sanitary Sewer Manhole Rehabilitation, Illinois River Watershed, Basins 12, 13, 14, 17, 20, 21, and 22 which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITIONS OF THIS OBLIGATION IS SUCH that if the principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure to do so and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. Performance Bond City of Fayetteville 1 Sanitary Sewer Improvements' K7/ % • ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND. BOND #9568444 We Kim Construction Company, Tnc 3142 Holeman, Steger, IL 60475 as Principal, hereinafter called Principal, and Great American Ins. Co. a corporation organized and existing under the laws of the State of Arkansas and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto City of FayetteyiLle. AR as Obligee, hereinafter called Owner, in the amount 0 One Million Two Hundred Thirt Three Thousand Dollars ($1 233,565.0(1 ), for the paymen al and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated 04/05/95 entered into a contract with Owner for Sanitary Sewer Manhole Rehabilitation, Illinois River Watershed, Basins 12, 13, 14, 17, 20, 21, and 22 which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITIONS OF THIS OBLIGATION IS SUCH that if the principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure to do so and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. Performance Bond City of Fayetteville 1 Sanitary Sewer Improvements In no event-shall:the aggregate liability of the Surety exceed the.sum set out -herein. Executed on this 6th day of April • Performance.Bond City of Fayetteville; Sanitary Sewer ImprovementsEv • 1995. Kim Construction Company, Inc. By Principal eleh 47si 4 1/4"-°' 'ff1;2" Great American Insurance Company By Sure vid •ttorney-In • -cj Martin W. Teague ( STATE OF ILLINOIS,/ „ County of Cook. JSS. 1 JACQUELINE J. GOEDERT a Notary Public in and for the County and State MARTIN W. TEAGUE aforesaid, DO HEREBY CERTIFY that of the GREAT AMERICAN INSURANCE COMPANY IS who to me to be the same person whose name ATTORNEY- IN -FACT instrument as such appeared before me this day in HE person and acknowledged that signed, sealed and delivered the said instrument of writing ATTORNEY-IN-FACT 35 free and voluntary act, and as the free and voluntary act of the said GREAT AMERICAN INSURANCE COMPANY IS personally known subscribed in the foregoing for the uses and purposes therein set forth. and caused the corporate seal of said Company to be thereto attached. GIVEN under my hand and Notarial seal this OFFICIAL SEAL ..i.ACQUELINE J GOEDERT No 'ARV PUBLIC. STATE Cf ILLINOIS MY COMMISSION EXP: 6/4/95 _1 - day of No*ary Public. • • • . . • GMAT AIVERICAN INSURANC.E COMPANY 580 WALNUT STREET • CINCINNATI, 01110 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than No. 0 15775 IWO POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power MARTIN W. TEAGUE BOTH OF BOTH JOHN F. BURNS OAK LAWN, ILLINOIS UNLIMITED This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT A MERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 10th day of January , 19 95 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON — ss: On this 10th day of January, 1995 , before me personally appeared GARY T. DUNBAR, to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1, 1993. RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one ormore Attorneys -In -Fact to execute on behaff of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereat to prescribe their respective duties and the respective limits of their authority: and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract orsuretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION L RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and are now in full force and effect. Signed and sealed this 6th day of April , 1995 S I029P (4/93) AIDII t k CERTIFICATE OF INSURANCE .CSR iSSUE DATE (mwoorm 04/06/95 KIM0900 PRODUCER . Brockhaus, Stuber, Fox 8 Lloyd 10933 S. Central Ave. Ste 2000 Oak Lawn IL 60453 BSF&L INC 708-857-8811 THIS CONFERS DOES POLICIES CERTIFICATE NOT BELOW. NO AMEND, RIGHTS IS ISSUED UPON EXTEND AS A THE CERTIFICATE OR ALTER MATTER OF INFORMATION HOLDER. THE COVERAGE THIS AFFORDED ONLY CERTIFICATE AND BY THE COMPANIES AFFORDING COVERAGE COMPANY LEITER A CNA Insurance Company COMPANY ci LETTER " INSURED COMPANY r. LEVIER .••• COMPANY n Kim Construction Company, Inc. LETrER " 3142 Holeman COMPANY c Steger IL 60475 LETTER I - COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDIIIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Co CY EFFECTIVE LTR TYPE OF INSURANCE POUCY NPOLI UMBER DATE rmwDD/POLICYTy) DATE (mWOEXPIRATIONDNY) LIMITS GENERAL UABILITY GENERAL AGGREGATE E 2,000,000 A X COMMERCIAL GENERAL LIABILITY GL7500466 12/01/94 12/01/95 PRODUCTS-COMP/OP AGG $ 1,0001000 CLAIMS MADE x OCCUR. PERSONAL & ADV. INJURY $ 1,000,000 OWNERS & CONTRACTORS PROT. EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE Any one fire) $ 50,000 MW. EXPENSE (Any one person) $ 5,000 AUTOMOBILE LIABIUTY COMBINED SINGLE A x ANY AUTO BUA117009945 12/01/94 12/01/95 UMIT $ 1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ HIRED AUTOS X BODILY INJURY x NON -OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS UABIUTY EACH OCCURRENCE $ 5,000,000 A X UMBRELLA FORM CUP117009962 12/01/94 12/01/95 AGGREGATE $ 5,000,000 OTHER THAN UMBRELLA FORM • A WORKER'S COMPENSATION WC117009959 12/01/94 12/01/95 STATUTORY UMITS AND EACH ACCIDENT $ 500,000 DISEASE—POUCY UMIT $ 500,000 EMPLOYERS UABIU1Y DISEASE—EACH EMPLOYEE $ 500,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Additional Insureds: City of Fayetteville, Fayetteville, AR as Owner RJN Group, Inc as Engineers CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 11: DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR City of Fayettevi l le 113 West Mountain LIABILITY OF ANY KIND UPON THE CO PANY. ITS AGENTS OR REPRESENTATIVES. Fayettevi l le AR 72701 AUTHORIZED - -4•RESEUTATIVE r , BSF&L ACORD 25-5 (7/90) C ACORD CORPORATION 1990 STAFF REVIEW FORM AGENDA REQUEST XXX CONTRACT REVIEW GRANT REVIEW 441 P r For the Fayetteville City Council meeting of N/A- Mayor Approval. FROM: David Jurgens Water and Sewer Public Works Division Department Name ACTION REQUIRED: Mayor approve change order number 2 to the construction contract with Kim Construction Company, Inc., to complete the sanitary sewer (manhole) rehabilitation in Illinois River Basins 12-14/17/20-22, in the amount of $22,500.00. COST TO CITY: $ 22.500 $1.458.416.00 Sewer Rehabilitation Cost of this request 5400-5700-5815.00 Account Water 90012-8220 Prolect Number Category/Project Budget Catagroz-y/Prolect Name $1,397.238.00 Sewer Mains Const Funds used to date Program Name $ 61.178.00 Water and Sewer Remaining BalanCe fund REVIEW: Budgeted Item Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: Accounting City Attorney Date 1 rna]. Auditor Date /o -9'-9c Date GRANTING AGENCY: Coordinator Date ,'o -q-9/ P(r3L4-KThl 10- (0,q5 basing Officer Date S F RECOMMENDATION: Staff recommends award contract and approve ting ncy as stated above. c q tnikir 1 12L- 1.0004 6 Date ; ion ) partnent Director U.AI\ Adninistr Data 10 -(0 -fir rector Data Bayer BA522123.AGR Cross Reference: New Item: Yes Prey Ord/Res #: 55-95.94-95 Orig Contract Date: q bec,lalc FAYETTEVILLE THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Thru: From: Date: Mayor Fred Hanna Kevin Crosson, Public Wo David Jurgens, Water/Sewer September 27, 1995 ector Re: Construction Contract Change 14/17/20-22 Sanitary Sewer Construction Company, Inc. Order # 2, Basins 12 - Rehabilitation, Kim 1. General. Attached is change order number 2 for Kim Construction Company changing the scope of work on the contract for Sanitary Sewer Main Replacement and Rehabilitation, Illinois River Watershed, Basins 12-14/17/20-22. 2. Work Description. The work involved in this change order involves making a number of manholes both structurally safe and water tight. The mechanism by which this will be done is to install a large precast concrete ring to support the manhole ring and lid. The required quantity of work was not included in the initial job as it is difficult, if not impossible, to determine the structural integrity of the top portion of the manhole walls without digging on the outside. The estimate was based on the numbers found in the Wilson Park area; we have encountered many more than expected. 3. Budgeting. The cost of this work is well below the approved contingency of $61,178.00. We do not currently anticipate any additional costs in the Kim contract. The remaining contingency, after this change order, will be $38,678.00 4. Staff Recommendation. The Staff recommends approving change order number two to Kim Construction in the amount of $22,500.00. Enclosures: Contract Review Request Proposed Change Order Resolution For Original Contract Resolution For Change Order # 1 \RERAB-SW\8A512122.DEP ME. --------- ------------- CHANGE ORDER SHEET 3. OF 3 CHANGE ORDER No. 2 OWNER: City of Fayetteville. AR PROJECT NAME: Sanitary Sewer Improvements Illinois River Watershed Basins 12, 13, 14, 17, 20. 21 & 22 Manhole Rehabilitation LOCATION: Fayetteville, Arkansas PROJECT NO. 18-1203-00 CONTRACTOR: rim Construction Co. DATE:September 26, lass I DESCRIPTION OF CHANGES INVOLVED:. The following changes are hereby made to the Contract Documents: 1A7 Replace Manhole Flattop Per Section D2-5 Increase the number of manhole flattops required from 5 EA to 50 EA. The original quantity was established to get a Bid Unit Price, as it was unknown at the time as to how many flattops would be required. As work progressed, six percent of the manholes requiring rehabilitation work were found to be supported by grader blades and like material, creating a structural deficiency as well as inflow problems. This resulted in the increase in the number of manhole flattops required. 45 EA increase @ 500.00 EA = 822,500.00 Change Order City of Fayetteville 1 Sanitary Sewer Improvements • ----------------------- SHEET 2 OF 3 CHANGE ORDER NO. II. CHANGE ORDER CONDITIONS: 2 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in the preceding Description of Changes involved, with the Supplemental Contract Drawings designated as n/a and under the provisions of the Original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price granted for this Change Order or any previous Change Orders. 4. The Contractor expressly agrees that he will place under coverage of his Arkansas Statutory Performance and Payment Bond, Maintenance Bonds, and Contractor's Insurance all Work covered by this Change Order. The Contractor will furnish to the Owner evidence of increased coverage of his Arkansas Statutory Performance and Payment Bond and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent (20%). 111. ADJUSTMENTS IN CONTRACT TIME 1. Final Completion Date of Original Contract December 29, 1995 2. Net change due to all previous Change Order 0 Days 3. Final Completion Date not including this Change Order No. 2 December 29, 1995 4. Addition to Contract Time due this Change Order No. 2 a. Avoidable Delay Extension 0 Days b. Unavoidable Delay Extension 0 Days 5. Final Completion Date including this Change Order No. 2 December 29, 1995 Change Order City of Fayetteville Sanitary Sewer Improvements 2 rr% • ; Z- : • 17: :4411011Wy:1**4440;:. :CNANGE.: ORDER NO. #CV.A.7UflXtWTs. IN AMOS? 40 CONTRACT:: Aitinthita Origiiin Contract :1;223:56510D • .. • • • . • 4 . . , Net (Addition).04•114Seelen* due to.all previous change Orders Noe. A::to $ 172.673.0o • jasount of Contrict not including thisChenge Order . (Addition) 4daedgeS434.4*-- to Contraot due to thisChahge ' Order' ..AloUnt:Ofloritract including( . h ythie Change Order :$ ilacimatow 44c2psizioti _ . . , • /i.ACCERT N• (F° {qisttos -; CTOR1 • roup r: 1.297.21.0.00 L22‘500.00 11.49mi28:0 • . •:44:404 rettic • ) "1-67-2 tic -7/0w/ -4z4j44,1k4:: 2 -4: sure of Authorized Representative i A... - ui) •••• •• •:.• • • otorER: t •Cc fo',(Iii/e••••• tit (ichie••-P' • ; • "• • I • • z• • Li. 9-- 71r".. Date Sgnur ATitITei•ized RepreseritatiVe 144f4:121:4- - . . . • ..-;:t‘siXo • •". Da 41 4 . Change Order. H ot Fayetteville eanitery !ewer Improvettents RESOLUTION NO. 55-95 A RESOLUTION AWARDING BID 95-14 IN THE AMOUNT OF $1,223,565.00 PLUS A 5% CONTRACT CONTINGENCY OF $61,178.00, TO KIM CONSTRUCTION, INC. FOR MANHOLE REHABILITATION, ILLINOIS RIVER WATERSHED BASINS 12-14, 17, 20-22. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid 95-14 in the amount of $1,223,565 00 plus a 5% contract contingency of $61,178.00, to Kim Construction, Inc. for Illinois River Watershed Basins 12-14, 17, 20-22 manhole rehabilitation. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 4th day of Apnl 1995. ATTEST: By: Traci Paul, City Clerk APPROVED: / / A LIK:1;4”141 Fred Hanna, Mayor J1 0 RESOLUTION No. A RESOLUTION APPROVING CHANGE ORDER NO. 1 IN THE AMOUNT OF $173,673 TO A CONTRACT WITH KIM CONSTRUCTION COMPANY, INC. TO COMPLETE THE SANITARY SEWER REHABILITATION IN WHITE RIVER WATERSHED MINISYSTEMS 5 AND 18 BIC AND TO APPROVE MAINTAINING THE CURRENT CONTRACT CONTINGENCY OF $61,178; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Council hereby approves Change Order No. 1 to a contract with Kim Construction Company, Inc., in the amount of $173,673, to complete the samtary sewer rehabilitation in White River Watershed Minisystems 5 and 18 B/C, to approve maintaining the current contract contingency of $61,178 and authonzing the Mayor and City Clerk to execute same. A copy of the change order is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The Council hereby approves a budget adjustment in the amount of $122,382 increasing Sewer Improvements, Acct. No. 4470 9470 5815 00, Project 90012 by decreasing Use of Fund Balance, Acct. No. 4470 0947 4999 99. A copy of the budget adjustment is attached hereto and made a part hereof. PASSED AND APPROVED this JAL day of July , 1995. ADX.C; LcAl} Traci Paul, City Clerk APPROVED: By: Fred Hanna, Mayor • STAFF REVIEW FORM AGENDA REQUEST XXX CONTRACT REVIEW GRANT REVIEW or• 3 Co4J74 //- Res ss --9r MICROFILMED For the Fayetteville City Council meeting of N/A- Mayor Approval. FROM: David Jurgens Water and Sewer Public Works Name Division Department ACTION REQUIRED: Mayor approve change order number 3 to the construction contract with Kim Construction Company, Inc., to complete the sanitary sewer (manhole) rehabilitation in Illinois River Basins 12-14/17/20-22, reducing the contract amount by $410.00. COST TO CITY: $ (410.00) Cost of this request 5400-5700-5815.00 AccountNimber 90012-8220 Project Number $1,458 416.00 Sewer Rehabilitation Category/Project Budget Category/Project Name $1,419,328.00 Sewer Mains Const Funds used to date $ 39,088.00 Remaining Balance Program Name Water and Sewer Fund BUDGET REVIEW: Budgeted Item Budget Adjustment Attached Budget Coord nator Administrative Services Director teat_ ' Watt 4 / IMPF Acc�un Man 1,0 int 0.4:e4IL GRANTING AGENCY: City Attorney Date de atte-/it' Date 11-11-95 Date tor Date /7-9r Date F RECOMMENDATION: Staff recommends award contract and approve ency as stated above. Departmen Adminiatra Mayor D 1 rector BA522125.AGR Date Date Cross Reference: New Item: Yes 64;) Prey Ord/Res #: 55-95,94-95 Orig Contract Date:ha-05 FAYETTEVI LLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Mayor Fred Hanna Thru: Kevin Crosson, Public Wor From: David Jurgens, Water/Sewer Date: •November 14, 1995 Re: Construction Contract Change Or er 1 3, Basins 12- 14/17/20-22 Sanitary Sewer Construction Company, Inc. Rehabilitation, Kim 1. General. Attached is change order number 3 for Kim Construction Company changing the scope of work on the contract for Sanitary Sewer Main Replacement and Rehabilitation, Illinois River Watershed, Basins 12-14/17/20-22. 2. Work Description. The work involved in this change order involves making some adjustments for manhole replacements which are significantly harder than those in the original job and for which adjustments are appropriate. Also, several manholes have been deleted from the project, as they are either no longer needed or have been replaced since the original study was completed. 3. Budgeting. The net effect of this change order is to reduce the contract amount by $410.00, which will be added back into the contingency for the project. The remaining contingency, after this change order, will be $391088.00 4. Staff Recommendation. The Staff recommends approving change order number three to Kim Construction. Enclosures: Contract Review Request Proposed Change Order Resolution For Original Contract \REHAB-SW\BAS12122.DEP CHANGE ORDER SHEET 1 OF CHANGE ORDER NO. OWNER: CityLof Fayetteville, AR PROJECT NAME: _qatSaier Improvements Illinois River__Ealershed Bas_ka5 12, 13, 14, 17. 20, 21 & 22 Manhole Rebaldjitatien LOCATION: Fayetteville. Arkansas PROJECT NO. 18-1203-00 CONTRACTOR: Mix construction co. DATE: November 9, 1995 I. DESCRIPTION OF CHANGES INVOLVED: The following changes are hereby made to the Contract Documents: ?O'd A. Due to the complexity of the replacement of manholes (18B/C)666 located at Center and Gregg; (183/C)560 located at 302 S. Gregg; (10)123 located on College Ave. at Prospect; and (10)166 on North Street at the Washington County Memorial Hospital, and due to the fact that these manholes were not part of the original contract, the Contractor believes the price for these manholes should be renegotiated. 1. Add the following items: 1A24 IA25 1A26 1A27 Replace Replace Replace Replace Manhole Manhole Manhole Manhole (18B/C)666 (18B/C)560 (10)123 (10)166 TOTAL ADDITIONS TO CONTRACT IEA a. EA 1 EA IEA $5,440.00 3,795.00 6,880.00 2,975.00 $19,090.00 2. Delete from the Contract the following items: (188/C)666, (188/0)560, (10)123, (10)166 4 EA @ $2,250/EA --- $9,000.00 Delete Manholes (12)047 and (14)195. These manholes were replaced between the time of the original study and the Bid Date, 2 EA @ $2,250/EA = $4,500.00 Change Order City of Fayetteville 1 Sanitary Sewer Improvements cdni:01 rffd OS :60 En-Rn-rriti SHEET 2 OF 4 CHANGE ORDER NO. 3 3 Delete Manholes (12)097, (12)232, and (12)132. Manholes (12)097 and (12)232 were replaced under Garney Construction's Contract, and Manhole (12)132 was replaced when the addition to the University of Arkansas Library was constructed. 3 EA @ $2,000/EA = 1.6,000.00 TOTAL DELETIONS TO CONTRACT $19,500.00 NET TOTAL DELETIONS TO CONTRACT $410.00 II.CHANGE ORDER CONDITIONS: 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in the preceding Description of Changes involved, with the Supplemental Contract Drawings designated as n/a , and under the provisions of the Original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict,compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price granted for this Change Order or any previous Change Orders. Change Order City of Fayetteville Sanitary Sewer Improvements 2 Ccrd T411 'driad9 HAT:d IDET-Gn-nom SHEET 3 OF 4 CHANGE ORDER NO. 3 4. The Contractor expressly agrees that he will place under coverage of his Arkansas Statutory Performance and Payment Bond, Maintenance Bonds, and Contractor's Insurance all Work covered by this Change Order. The Contractor will furnish to the Owner evidence of increased coverage of his Arkansas Statutory Performance and Payment Bond and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent (20%). III. ADJUSTMENTS IN TIME t70'd 1. Final Completion Date of Original Contract December 29, 1995 2. Net change due to all previous Change order 0 Days 3. Final Completion Date not including this Change Order No. 3 December 29, 1995 4 Addition to Contract Time due this Change Order No. 3 a. Avoidable Delay Extension 0 Days b. Unavoidable Delay Extension 0 Days 5. Final Completion Date including this Change Order No. 3 December 29, 1995 Change Order City of Fayetteville 3 sanitary Sewer Improvements 'drladn ILP4 GE4=J-Izn-nnm • Iv. ADJAIEIMALITs IN AMOUNT OF CONTRACT: 1. Amount of Original Contract $ SHEET 4 OF 4 CHANGE ORDER NO. 3 1.2214565,00 2. Net (Addltion)+Redsoti-on* due to all previous Change Orders Nos. 1 to 196,l73.00 3. Amount of Contract not including this Change Order $ 1 419,738.00 4. -(Addition)- (Reduction) to Contract due to this Change Order 410.00 5. Amount of Contract including this Change Order 1 419.328.00 RECOMMENDED F ACCEPTANCE:14"j2L4__,4iLt Pe 41.006.e ect (For Ral Group, Inc.) ACCEPTED: CONTRACTOR: AC/14 Cecyjs4W_Ai,tfl'0d Co OWNER: By: Sig: Date ( /7— 7— 96 ori4 Representative Date ture of Authorized Representative Date Change Order City of Fayetteville Sanitary Sewer Improvements SOH 4 6drUd9 ES:60 SEST-Rn-ral RESOLUTION NO. 55-95 A RESOLUTION AWARDING BID 95-14 IN THE AMOUNT OF $1,223,565.00 PLUS A 5% CONTRACT CONTINGENCY OF $61,178.00, TO KIM CONSTRUCTION, INC. FOR MANHOLE REHABILITATION, ILLINOIS RIVER WATERSHED BASINS 12-14, 17, 20-22. BE IT RESOLVED BY .THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid 95-14 in the amount of• $1,223,565.0O plus a 5% contract contingency of $61,178.00, to Kim Construction, Inc. for Illinois River Watershed Basins 12-14, 17, 20-22 manhole rehabilitation. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 4th day of April , 1995. APPROV D:. By: Fred Hanna, Mayor ATTEST: By: Traci Paul, City Clerk U RESOLUTION NO. 94-95 A RESOLUTION APPROVING CHANGE ORDER NO. I [N THE AMOUNT OF $173,673 TO A CONTRACT WITH KIM CONSTRUCTION COMPANY, INC. TO COMPLETE THE SANITARY SEWER REHABILITATION IN WHITE RIVER WATERSHED MINISYSTEMS 5 AND 18 B/C-_AND TO APPROVE.. MAINTAINING THE CURRENT CONTRACT CONTINGENCY OF $61,178; AND APPROVAL. OF A BUDGET ADJUSTMENT. BE 1T RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: That the Council hereby approves Change O.Fder. No. 1 to a contract with Dmpany, Inc., in the amount of $173,673, to complete the sanitary sewer te River Watershed Muusystems 5 and.18;B/C,,toapprove maintaining the ingency of $61,178 and authorizing the Mayor•aad'Cit Cle kto execute he"change order is attached hereto marked-Exliibit'A!E$ Wthade a part ♦ t`�� :r3Y Y 4 cS The Council hereby approves a budget adjusts ink Sewer Improvements, Acct. No. 4470:.947.0 j58L f Fund Balance, Acct. No. 4470 0947 4999 9Q.. .'. shed hereto and made a part hereof. this ilk day of J.ltly;4 By: ATTEST ``` By: Traci Pau1, City Clerk tin ,the amount of 00, Project 90012 by :copy of the budget G'JQ�SC� Oo � D RDER Each Package Must Be Marked PURCHASE ORDER # As Shown Here Exactl xiv-V, VI -L �!j CI y 0043337 ;.* N of Fayetteville, Arkansas VENDOR N M,956 KahM CONSTRUCTION, INC DArE 4/19/9:; 3142 HOLEMAN STEGER IL 60475 FOB FAYETTF-VII_LE Item No;` �` pty, Unit TERM@/00/00 NET 30 DAYS of Description and Issue Account Number Unit Price TOTALS 1.00 JO ILLINOIS RIVER WATERSHED BASINS 2� • 12-14,17,20-22 MANHOLE REHAB "'3''6'',0001223565.00:. 5400 5700 5815 00 90012 8220) PER RESOLUTION #55-95, BID #95--14 M I 1IPTO. CITY OF FAYETTEVILLE WATER & SEWER DEPT 1475 CATO SPRINGS FAYETTEVIL_L_E AR 72701 P MITCHELL, kRTMENTVERIFICATION _IVED HEAD APPROVAL JNT TO PAY RIFICATION :LASING VERIFICATION CHANGE. VERIFICATION 0 JURGENS 1,223,565.00 BY DATE ADDITIONAL APPROVAL CHECK M DOES NOT MEET PURCHASING POLICY CONTRACT PAYMENT OTHER APPROVED BY RN CHECK To, COPY TO . I\OLT .i...-.. - PROJECT THIS. PAYM PREVI0U TOTAL PYM BALANCES PURCHASE ORDER r* VBTTBVJL"L VENDOR NO. 03956 KIM CONSTRUCTION, INC 3142 HOLEMAN STEGER IL 60475 Each Package Must Be Marked Exactly As Shown Here City of Fayetteville, Arkansas 8/04/95 PURCHASE ORDER # FOB FAYETTEVILLE 0044368 TERMS 0/00/00 NET 30 DAYS Item No. Oty. Unit Description and Unit Price TOTALS of Account Number Issue 1 1.00 EA MANHOLE REHAB IN WHITE RIVER 173673,000 173673.00 ( 4470 9470 5815 00 90012 8220) CONTRACT 4486 RESOLUTION 494-95 SHIP TO: CITY OFD^ FAYETTEVILLE WATER & SEWER DEPT 1475 CATO SPRINGS FAYETTEVILLE AR 72701 P MITCHELL DEPARTMENT VERIFICATION BY RECEIVED DEPT HEAD APPROVAL AMOUNT TO PAY $ At? VERIFICATION D JURGENS DATE ADDITIONAL APPROVAL _ CHECK# DOES NOT MEET PURCHASING POLICY CONTRACT PAYMENT OTHER APPROVED BY 173,673.00 PURCHASING VERIFICATION PRICE CHANGE VERIFICATION PROD I THIS Y PREY RETURN CHECKTO TOTAL (C'j SEND COPY TO - BALANCES n POT MIUPAI rnMDI FTC r1Fl IVFf7 Trl ACTS PAVARI F I I L1 I I I I I I I I Li February 1995 r % IL ' I r 1.LIF' J/ CONTRACT DOCUMENTS Sanitary Sewer Improvements Illinois River Watershed Basins 12, 13, 14, 17, 20, 21, and 22 Manhole Rehabilitation prepared for the City of Fayetteville Fayetteville, Arkansas prepared by RJN Group, Inc. Consulting Engineers Dallas, Texas / ' in association with McClelland Consulting Engineers, Inc. Fayetteville, Arkansas II I 1 1 1 1 1 1 1 1 Kim Construction Company. Inc. Contractor 3142 Holeman Street Address Steger, IL 60475 City & State (708) 754-1181 Telephone CONTRACT DOCUMENTS SANITARY SEWER MANHOLE REHABILITATION ILLINOIS RIVER WATERSHED BASINS 12, 13, 14, 17, 20, 21, AND 22 SANITARY SEWER MANHOLE REHABILITATION CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS PREPARED BY RJN GROUP INC. CONSULTING ENGINEERS DALLAS, TEXAS IN ASSOCIATION WITH McCLELLAND CONSULTING ENGINEERS, INC. FAYETTEVILLE, ARKANSAS FEBRUARY 1995 CONTRACT DOCUMENTS SANITARY SEWER MANHOLE REHABILITATION ILLINOIS RIVER WATERSHED BASINS 12, 13, 14, 17, 20, 21, AND 22 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS FEBRUARY 1995 I hereby state that these Contract Documents were prepared under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Arkansas. h"91ATE Oj.",, AR ANW''AS REGISTERED CONTRACT DOCUMENTS FOR THE CITY OF FAYETTEVILLE SEWER SYSTEM IMPROVEMENTS TABLE OF CONTENTS TITLE SECTION Pages VOLUME I BIDDING DOCUMENTS INVITATION TO BID INSTRUCTIONS TO BIDDERS* BID BID BOND SUBCONTRACTORS STATEMENT OF EXPERIENCE OF BIDDER STATEMENT OF COMMITMENT CONTRACTUAL DOCUMENTS AGREEMENT ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND CERTIFICATE OF OWNER'S ATTORNEY CONDITIONS OF THE CONTRACT GENERAL CONDITIONS* SUPPLEMENTARY CONDITIONS CONSTRUCTION FORMS SUBMITTAL RECORD PERIODIC PAYMENT FORMS CHANGE ORDER CONSTRUCTION LETTER L C Cl D 1-3 1-10 1-29 1-2 1 1 1 1-3 1-2 1 1-89 1-3 i TABLE OF CONTENTS (Cant.) TITLE SECTION Pages SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS* D1 DIVISION 2 - SITE WORK* D2 MANHOLE REHABILITATION DETAILS* E INSURANCE FORMS F 1 MANHOLE REHABILITATION SCHEDULE G 1-41 VOLUME II LOCATON MAPS * Section has individual Table of Contents ii Hl I I I H I I I1 I I I I FAYETTEVILLE ARKANSAS ILLINOIS RIVER WATERSHED BASINS 12, 13, 14, 17, 20, 21 AND 22 MANHOLE REHABILITATION ADDENDUM NO. 1 Release Date: February 3, 1995 Information to Bidders: The Contract Documents for the above titled project are revised and amended as follows: 1. Instructions to Bidders, Paragraph G, Preparation of Bid. Add the following: "All prospective bidders on this Contract must be prequalified before they will be allowed to bid. Prequalification statements must be submitted to the Water and Sewer Superintendent at 113 West Mountain Street, Fayetteville, AR 72701, no later than 14 days prior to the bid opening. These forms are available from the Water and Sewer Operations Division, 1475 Cato Springs Road, Fayetteville, AR 72701, requested by mail from the Water and Sewer Maintenance Superintendent at 113 West Mountain Street, Fayetteville, AR 72701, or requested by phone from the Water and Sewer Operations Center at (501)575-8387. Bids submitted by prospective bidders who have not prequalified will neither be accepted nor opened." ' Bidders shall acknowledge receipt of this Addendum on the Bid (page 1) and on the outside of the sealed bid envelope. I H H I LI Gregory M. Thiel, P.E. Project Manager RJN Group, Inc. HI =EB-22-1395 14:53 RJN GROUP, INC. P.02 FAYETTEVILLE ARKANSAS ILLINOIS RIVER WATERSHED BASINS 12, 13, 14, 17, 20, 21 AND 22 MANHOLE REHABILITATION ' ADDENDUM No. 2 Release Date: February 22, 1995 Information to Bidders: The Contract Documents for the above titled project are revised and amended as follows: 1. Addendum No. 1 item No. 1. in the fifth line, revise ' "14 days" to "7 days" 2. Invitation to Bid. Revise the Bid Date from March 2, 1995 to March 9, 1995. In the fifth paragraph, revise "14 days" to "7 days". 3. Bid, page 6. In the last paragraph, change "September 29, 1995" to "December 15, 1995" and change "October 13, 1995" to "December 29, 1995". 4. Section Dl -8, Trench Safety System. In Paragraph C, change "Texas" to "Arkansas". 5. Attached is a copy of Arkansas Prevailing Wage ' Determination Number 94-211 which establishes the minimum wages which are to be paid on this project. Also attached is the "Statement of Intent to Pay Prevailing Wages" form. The Contractor shall fill out ' this form and return it to the Arkansas Department of Labor within 30 days of the Notice to Proceed date. ' Bidders shall acknowledge receipt of this Addendum on the Bid (page 1) and on the outside of the sealed bid envelope, • ' Gregory M. Thiel, P.E. Project Manager RJN Group, Inc. r I H H I JJ DEB -22-1335 14:54 RJr4 GROUP, INC. P.03 I I I Page 1 of 2 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - HEAVY RATE DATE: February 17, 1995 DETERMINATION #: 94-211 PROJECT: Manhole Rehabilitation COUNTY: Washington Illinois River Watershed EXPIRATION DATE: a-17-95 Basins 12, 13, 14, 17 SURVEY #: AR05 20, 21 & 22 Fayetteville, Arkansas ' BASIC HOURLY FRINGE CLASSIFICATION RATE BENEFITS Bricklayer/Stonemason 7.20 Carpenter 7.20 Concrete Finisher/Cement Mason 8.00 Electrician 12.00 .46 Laborer 6.75 ' Mechanic 6.90 Pipelayer 7.00 Power Equipment Operators: ' Group II 8.95 Group III 8.70 Group IV 8.10 ' Welders --receive rate prescribed for craft performing operation to which welding is incidental. I I I H I I I I I J CERTIFIED JULY 1, 1994 Classifications that are not listed, but that are going to be working on this project, should be requested from the Arkansas Department of Labor, Prevailing Wage Division. These written requests should be made as soon as you notice that a required classification is missing, normally this would be during the bid process. J FEB-22-1995 14:55 Page 2 of 2 RJN GROUP, INC. P.04 I H ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - HEAVY RATE DATE: February 17, 1995 PROJECT: Manhole Rehabilitation Illinois River Watershed Basins 12, 13, 14, 17 20, 21 & 22 Fayetteville, Arkansas Power Equipment Operators• DETERMINATION 0; 94-211 COUNTY: Washington EXPIRATION DATE: 8-17-95 Operators engaged in operating the following equipment or performing work relative to the engineer's jurisdiction; Hydraulic cranes,, cherry pickers, backhoes, and derricks with a ' lifting capacity less than 50 tons, as specified by the manufacturer, rackhoes, tractor or truck type, overhead & traveling cranes, or tractors with swinging boom attachments gradealls above equipment irrespective of motive power, leverman (engineer), hydraulic or bucket dredges, irrespective of size. Group III Heavy Equipment Operators. Operators engaged in operating the following equipment: bulldozers, front end loaders, sidebooms, skytracks, push tractors, pull scrapers, motor graders, trenching machines, regardless of size or motive power, backfillers, central mixing plants, 10S and larger, finishing machines, boiler fireman high or low pressure, asphalt spreaders, hydro truck crane, multiple drum heist, irrespective of motive ' power, rotary, cable tool, core drill or churn drill, water well and foundation drilling machines, regardless of size, regardless of motive power and dredge tender operator. L C I L II L I L Groff Light Equipment Operators. Operators engaged in operating the following equipment: Cilerdriver motor crane, single drum hoists, winches and air tuggers, irrespective of motive power, winch or A frame trucks, forklifts, rollers of types and pull tractors, regardless of size, elevator operators inside and outside when used for carrying workmen from floor to floor and handling building material, Lad-A-Vator, conveyor, batch plant, and mortar or concrete mixers, below 105, end dump euclid, pumperete, spray machine and pressure grout machine, air compressors, regardless of size. All light equipment, welding machines, light plants, pumps, well point system dewatering and portable pumps space heaters, irrespective of size, and motive power, equipment greaser, oiler, mechanic helper, drilling machine helper, asphalt distributor and like equipment, safety boat operator and deckhand. D L ♦ ' C> 1.1 • -dN LrJJ�. I'IC. 1 ow p O Co +J Imum V1 ' (7 m rr •oc 0 N 0qq0 3 C0 Oco+lt t z 3mi�tr0�4tl H 3wiju-0 ' m30oom a.O. U Q. 4 m m 0 a44CL $44)4) N>4 +1 w 41 o O N am 4f V E Gry U " mar, '1ti�� Z N 0 0 0,.l 1H „ NN44)U0 > hI ' " = o m w O woq t ci -•4 >..,.Q 4_i ii ' m-ra �41 '�^ y>mb 4m ..w.,, o 1 - 4 d ,r 14 E 9 .2-' S 1 ti"Cm m U ,c N u vc4�rom 40 VJ 4{1 +�iW Cam, p�p ' C 4C3o. G. H w a TJT.a5 I U CITY OF FAYETTEVILLE INVITATION TO BID SANITARY SEWER MANHOLE REHABILITATION ILLINOIS RIVER WATERSHED BASINS 12, 13, 14, 17, 20, 21, AND 22 RECEIPT OF BIDS 1 Separate sealed bids for Sanitary Sewer Manhole Rehabilitation, Illinois River Watershed, Basins 12, 13, 14, 17, 20, 21, and 22, in Fayetteville, Arkansas are invited and will be received at the office of the Purchasing Officer located at 113 W. Mountain, Fayetteville, Arkansas, 72701 on or before, but no later than 2:00 PM, Local Time, on March 2, 1995 and immediately thereafter or as soon thereafter as is practicable all bids received will be publicly opened and the bid prices read aloud. The rehabilitation work includes replacement of 624 manhole covers and frames, replacement of approximately 820 vertical feet of manhole frame and grade adjustments, sealing of 820 manhole frames and grade adjustments, replacement of 85 manholes, interior coating of manholes, and grouting of 637 pipe seals and lower 18 -inch of manholes. Sealed envelopes or packages containing bids shall be marked or endorsed "Sanitary Sewer Manhole Rehabilitation, Illinois River Watershed, Basins 12, 13, 14, 17, 20, 21, and 22 in Fayetteville, Arkansas." The City of Fayetteville, Arkansas requires that all prospective bidders for this project be pre -qualified before they will be ' allowed to bid. Pre -qualification statements must be submitted to the Water and Sewer Superintendent no later than 14 days prior to the bid opening. ' Pre -qualification statements may be picked up at the Water and Sewer Operations Division, 1475 Cato Springs Road, Fayetteville, AR, 72701, requested by mail from the Water and Sewer Maintenance Superintendent at 113 West Mountaing Street, Fayetteville, AR, 72701, or requested by telephone from the Water and Sewer Operations Center at (501)575-8387. Bids submitted for any Sewer Rehabilitation projects by prospective bidders who have not been pre -qualified will neither be accepted nor opened. CONTRACT DOCUMENTS Copies of the Contract Documents are on file and are available for inspection at the offices of McClelland Consulting Engineers, Inc. 1810 N. College Avenue, Fayetteville, Arkansas. 1 Invitation to Bid City of Fayetteville Sanitary Sewer Improvements Copies of the Contract Documents required for review or bidding purposes may be obtained only from the Office of McClelland Consulting Engineers, Inc., 1810 N. College Avenue, Fayetteville, Arkansas, upon payment to McClelland Consulting Engineers, Inc., 1810 N. College, Fayetteville, Arkansas, of $60.00 in check or money order for each set of documents obtained. The Contract Document fee is non-refundable. BID SECURITY f Each bid shall be accompanied by a certified check or a cashier's check or bid bond payable to the order of the City of Fayetteville, Arkansas in an amount not less than five percent of the bid as a guarantee that the bidder will, within ten (10) days after the date of the award of contract, execute an agreement and file bonds and insurance as required by the Contract Documents if his bid is accepted. RIGHT TO REJECT BIDS The Owner reserves the right to reject all bids for failure to comply with all requirements of this notice or any of the Contract Documents; however, the Owner may waive any minor defects or informalities at its discretion. The Owner reserves the right to defer the acceptance of any bid and the execution of a contract for a period not exceeding ninety (90) days after the date of opening of bids. Extension of time beyond the ninety (90) day period after the date of opening of bids may be made only by mutual agreement between the Owner, the successful bidder and the Surety for the successful bidder. AWARD OF CONTRACT I Unless all bids are rejected the contract award will be made to the lowest, responsible, responsive Bidder. In determining who is the lowest responsive, responsible bidder, the Owner will consider all relevant factors which the Owner may consider in determining who is the lowest responsive, responsible bidder. ' Any bid may be modified or withdrawn prior to the above scheduled time for the opening of bids. No bidder may withdraw a bid within 90 days after the actual date of the opening thereof. The successful bidder shall furnish a performance bond, labor and material bond, and a maintenance bond each for one hundred (100%) percent of the Contract amount and shall file certificates with the Owner that he has obtained and will continue to carry Workmen's Compensation Insurance, Owner's and Engineer's Protective Insurance, public and private liability and property damage insurance in adequate amount and for the life of the Contract. 1 Invitation to Bid 2 City of Fayetteville Sanitary Sewer Improvements All questions or correspondence concerning the plans and specifications shall be directed to the Engineer, RJN Group, Inc. at phone no. (501) 444-6119. City of Fayetteville, Arkansas Peggy Bates Purchasing Officer Publication: February 5 ,,1995 February 12 , 1995 Bid I 3 Invitation to Bid City of Fayetteville Sanitary Sewer Improvements TABLE OF CONTENTS FOR INSTRUCTIONS TO BIDDERS SUBJECT PAGE A B C D E F G H I J K L M N O P Q S T U V W X EXAMINATION OF SITE EASEMENTS EXAMINATION OF BIDDING DOCUMENTS . . INTERPRETATION OF CONTRACT DOCUMENTS MATERIAL SUBSTITUTION APPROXIMATE QUANTITIES PREPARATION OF BID SIGNING OF BID BID SECURITY RETURN OF BID SECURITIES AGREEMENT, BONDS, INSURANCE. . . . . DESIGNATION OF SUBCONTRACTORS . . . BID SUBMITTAL . . . . . . . . . . . WITHDRAWAL OF BID . . . . . . . . . QUALIFICATION OF BIDDERS . . . . . . DISQUALIFICATION OF BIDDERS . . . . PENALTY FOR COLLUSION LICENSE PRECONSTRUCTION CONFERENCE BID OPENING . . . . . . . . . . . . AWARD OF CONTRACT . . . . . . . . . EFFECTIVE DATE OF AWARD EXECUTION OF AGREEMENT FAILURE TO EXECUTE AGREEMENT AND FILE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . BONDS . . . . . . . . . . . . . . . . . . . . AND . . . . . . . . . . 1 1 1 1 2 2 2 3 3 3 3 3 4 4 4 5 5 5 6 6 6 7 7 Y INSURANCE . . . . . . . . . . . . . PAYMENT FOR EXCESS COSTS AND LIQUIDATED . . . . . DAMAGES 7 8 Z AA BB CC DD COMMENCEMENT AND COMPLETION OF WORK . . . INFORMATION NOT GUARANTEED . . . . . . . . COVENANT AGAINST CONTINGENT FEES . . . . . GRATUITIES . . . . . . . . . . . . . . . . SUBCONTRACTS UNDER CONSTRUCTION CONTRACTS. . . . . . . . . . . . . . . . 8 8 9 9 10 I INSTRUCTIONS TO BIDDERS A. Examination of Site 1 Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all laws, regulations, and other factors affecting performance of the Work. He shall carefully correlate his observations with the requirements of the Contract Documents and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will ' constitute a representation of compliance by the Bidder. There will be no subsequent financial adjustment for lack of familiarization. B. Easements Portions of the improvements under this project may involve construction on private property for which easements have been secured by the Owner. Work performed on, or use of such easements, shr.l be subject to the provisions of the easement agreements on file and open to inspection in the 1 office of the Owner. C. Examination of Bidding Documents Each Bidder by making his Bid represents that he has read ' and understands the Bidding Documents. The Bidder shall include in his bid prices any and all costs that may be necessary to complete the work in accordance with the requirements of the Contract Documents. D. Interpretation of Contract Documents I Questions regarding documents, discrepancies, omissions, or ' intent of the Specifications or drawings shall be submitted in writing to the Owner through the Engineer, at least ten days prior to opening of bids to provide time for issuing and forwarding an addendum. Any interpretation of the 1 Contract Documents will be made only by addendum duly issued or delivered by the Owner to each person receiving a set of documents. The Owner will not be responsible for any other ' explanations or interpretations of the Contract Documents. Instructions to Bidders City of Fayetteville 1 Sanitary Sewer Improvements I E. Material Substitution Each Bidder shall base his Bid upon the materials and equipment as described in the Bidding Documents. The successful Contractor will not be allowed to make any substitutions on his own initiative, but in each instance will be required to obtain authorization from the owner before installing any work in variance with requirements of the Contract Documents. F. Approximate Quantities Contractor, by submitting his Proposal, understands that the Owner or Engineer cannot guarantee the amount of work, if any, which will result from the Contract. The quantities stated, on which unit prices are invited, are approximate only. Bids will be compared on the basis of number of units stated in the Bidding Schedule. Payment on the Contract on unit price items will be based on the actual number of units installed in the completed work. G. Preparation of Bid I Only bids which are made out on the rid Form included in this document will be considered. The Bid Form must not be separated from this document. Amounts are to be shown in both words and figures where indicated. In case of discrepancy between words and figures the words shall prevail, unless it clearly appears in Owner's opinion that the words rather than the figures are in error. If any portion of the Bid is required to be given in unit prices and totals and a discrepancy exists between the unit price totals, the unit prices shall prevail, unless it clearly appears in Owner's opinion that the unit prices rather than the total are in error. If a discrepancy exists between the total base Bid and the true sum of the individual Bid items, the true sum shall prevail. A Bid will be rejected if it does not contain a price for each and every item named in the bidding schedule. Bidders are warned against making any erasures or alterations of any kind, and Bids which contain omissions, erasures, conditions, alterations, or additions not called for may be rejected. If a deficiently prepared bid is not rejected, the Owner may demand correction of any deficiency and award the contract to the bidder upon satisfactory compliance with the Instructions. I. Instructions to Bidders City of Fayetteville , Sanitary Sewer Improvements 2 Signing of Bid If the Bidder is a corporation, the legal name of the corporation shall be set forth together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation. If Bidder is a co -partnership, the true name of the firm shall be set forth together with the signatures of all the partners. If Bidder is an individual, his signature shall be inscribed. If signature is by an agent, other than an officer of a corporation or a member of a partnership, a power of attorney must be on file with the Owner prior to opening Bids or submitting Bids; otherwise, the Bid may be regarded as irregular. Bid Security No Bid will be considered unless accompanied by a Bid security as defined in the Invitation to Bid, as a guarantee that if the Bid is accepted the Bidder will execute the Agreement and file bonds and insurance as required by the Contract Documents within 10 days from the date of the award of the Contract. For the bid bond to be acceptable, the name of the surety company issuing said bond shall be licensed to do business in the State of Arkansas and shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of the bond writ+en by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Return of Bid Securities The security of the two lowest Bidders will be returned after the execution of the agreement with the successful Bidder and the approval of his bonds and insurance. The security of all other Bidders will be returned promptly after the Bids have been opened and reviewed by the Owner. If all Bids are rejected the securities will be returned at the time of rejection. Agreement. Bonds. Insurance The attention of Bidders is specifically directed to the forms of agreement and bonds to be executed and types of insurance to be taken out in the event a contract award is made. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements I L. Designation of Subcontractors I Each bidder shall list on the form included in these documents the names and addresses of all subcontractors who will perform work or labor or render service to the Bidder on or about the construction site in an amount in excess of five percent of the Bidder's total base Bid. Each Bidder shall show on the form the portion of the work to be done by each subcontractor. The Contractor shall be required to perform a minimum of twenty-five (25) percent of the contract amount with his own crews" M. Bid Submittal , 1. Each Bid, properly signed, together with the Bid security and all documents bound herewith, shall be enclosed in a sealed envelope addressed and entitled as specified in the Invitation to Bid and delivered to the office designated in the Invitation to Bid. 2. Each Bidder shall submit with his Bid one copy of Volume I of the Contract Documents with all Addendum and the "Subcontractors" form contained in this document. N. Withdrawal of Bid Any Bid may be withdrawn at any time prior to the hour fixed in the Invitation to Bid for the opening of Bids, provided that a request in writing, executed by the Bidder, or his duly authorized representative, for the withdrawal of such Bid is filed with the Owner prior to the time specified for opening of Bids. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid. I O. Qualification of Bidders 1. It is the intention of the Owner to award a Contract only to a Bidder who furnishes satisfactory evidence that he has the requisite experience and ability and that he has sufficient capital, facilities, and plant to enable him to prosecute the work successfully and promptly, and to complete the work within the time specified in the Contract Documents. 2. Each Bidder shall submit with his Bid the executed Bidder's "Statement of Experience" form and "Statement of Commitment" form contained in this document. 1 Instructions to Bidders City of Fayetteville , Sanitary Sewer Improvements 4 3. The Owner reserves the right to require the three lowest Bidders to file proof within seven (7) calendar days of the Bid opening of their ability to finance and execute the project. This proof shall include, but not be ' limited to, a financial statement certified by a CPA for the last three years, a list of equipment owned by Bidder, a backlog of jobs under contract and amounts, ' and a record of successful completion of similar projects. ' 4. The successful bidder shall conform to the Rules and Regulations of Arkansas Department of Finance and Administration concerning nonresident contractor's notice and bond requirements. ' 5. The prospective bidders must meet the statutorily prescribed requirements before Award of Contract by the ' Owner. 6. In order to perform public work, the successful Bidder shall, as applicable, hold or obtain such Contractor's I and Business Licenses as required by State statutes and the Rules and Regulations of the Arkansas Contractor's Licensing Board. P. Disqualification of Bidders More than one Bid for the same work described in this document from an individual, firm or partnership, a corporation or an association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one Bid 1 for the work contemplated will cause the rejection of all Bids in which such Bidder is interested. If there is reasonable grounds for believing that collusion exists among the Bidders, the Bids of the participants in such collusion 'will not be considered. Q. Penalty for Collusion If at any time it shall be found that the person, firm, or corporation to whom the contract has been awarded has, in presenting any Bid or Bids, colluded with any other party or parties, then the Contract so awarded shall be null and void, and the Contractor and his sureties shall be liable to the Owner for all loss or damage which the Owner may suffer thereby, and the Owner may advertise for new Bids for said work. Instructions to Bidders City of Fayetteville 5 Sanitary Sewer Improvements I R. S.. T. U. License Each Bidder shall possess state and local licenses as are required by law, and shall furnish satisfactory proof to the Owner upon request that the licenses are in effect during the entire period of the Contract. Preconstruction Conference A preconstruction conference shall be held after the time of the Contract award and before the Notice to Proceed to discuss the responsibility of each party in the project and to clarify any questions. Representatives of the Contractor shall be required to attend the conference. Bid Opening Bids will be opened and the prices bid will publicly at the time and place indicated in to Bid. Bidders or their agents are invited Award of Contract L I Li Li I I I be read aloud the Invitation ' to be present. The Owner shall award a contract to the Bidder whom, in the Owner's judgement, is the lowest responsive, responsible Bidder. The Owner reserves the right to reject all Bids, to waive informalities, and to reject nonconforming, nonresponsive, or conditional Bids. 2. In evaluating Bids, Owner shall consider the qualifications of the Bidders whether or not the Bids comply with the prescribed requirements, and alternatives and unit prices if requested in the Bid Form. Owner may consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment), and may reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. 3. A responsive Bidder shall be one who has responded accurately to all requirements of these Contract Documents and the preparation and submission of his Bid. If any alterations, erasures or changes are made to the printed Bid Form, the Bid shall be considered nonresponsive. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 6 I I I 1 I I I H Ll I I 4. The Owner reserves the right to accept and incorporate corrections, clarifications or modifications following bid opening when to do so would not, in the Owner's opinion, prejudice the bidding process or create any improper advantage to any bidder; and to waive irregularities and informalities in any proposal ' submitted or in the bidding process; provided, however, that the waiver of any prior defect or informality shall not be considered a waiver of any future or similar defects or informalities and bidders should not rely '• upon, or anticipate, such waivers in submitting their proposals. ' 5. If the Contract is awarded, Owner shall give the apparent successful Bidder a Notice of Award within 90 days after date of the Bid Opening. V. Effective Date of Award If a Contract is awarded by the Owner, such award shall be effective when formal notice of such award, signed by the authorized representative of the Owner, has been delivered to the intended awardee, by some officer or agent of the Owner duly authorized to give such notice or received by mail at the main business address shown on his Bid. W. Execution of Agreement Contractor shall deliver a signed Contract to the Owner within seven days of bid opening. Contractor must submit required bonds and insurance within ten days of Notice of Award by the City. Effective date of bonds shall be the same or later than the date of the Agreement. The Owner has ten days from receipt of acceptable performance bonds and Agreement (signed by the Contractor) to sign the Agreement and return to the Contractor an executed duplicate of the Agreement. X. Failure to Execute Agreement and File Bonds and Insurance Failure of a successful Bidder to execute the Agreement and file required bonds and insurance within the required time shall be just cause for the annulment of the awards. On failure of a successful Bidder to execute the Agreement and I II Instructions to Bidders City of Fayetteville 7 Sanitary Sewer Improvements I file the required bonds and insurance within the required time, he shall forfeit his Bid security as agreed hereinbefore. Upon annulment of an award as aforesaid, the Owner may then award a Contract to the next lowest responsible Bidder. Y. Payment for Excess Costs and Liquidated Damages The successful Contractor will be required to pay for excess cost of field engineering and inspection and liquidated damages as defined in the General Conditions of the Contract, if extensions of time are granted by Owner because of avoidable delays as defined in the General Conditions of the Contract. Commencement and Completion of Work The Notice to Proceed shall be issued within ten days of the execution of the Agreement by the owner. The successful Bidder shall commence work within ten calendar days from and after the issuance by the Owner of a written Notice to Proceed, shall substantially complete all work in accordance with the terms and conditions of the Contract Documents no later than December 15. 1995 , and shall complete all work in accordance with the terms and conditions of the Contract Documents no later than December 29, 1995. The Notice to Proceed will be issued after receipt of acceptable insurance, bonds, and other required items. AA. Information Not Guaranteed All information given on the Drawings or in the other Contract Documents relating to subsurface and other conditions,, natural phenomena, existing pipes, and other structures is from the best sources at present available to the Owner. All such information is furnished only for the information and convenience of bidders and is not guaranteed. 2. It is agreed and understood that the Owner does not warrant or guarantee that the subsurface or other conditions, natural phenomena, structures encountered during same as those indicated on the Contract Documents. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements existing pipes or other construction will be the Drawings or in the other I I I I I 11 Li I I r I I I I F] I I I I 3. It is agreed further and understood that no bidders or contractor shall use or be entitled to use any of the information made available to him or obtained in any examination made by him in any manner as a basis of or ground for any claim or demand against the Owner or the Engineer, arising from or by reason of any variance which may exist between the information made available and the actual subsurface or other conditions, natural phenomena, existing pipes or other structures actually encountered during the construction work, except as may otherwise be expressly provided for in the Contract Documents. IBB. Covenant Against Contingent Fees ' The contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee. For breach or violation of this warranty the owner shall have the right to annul this contract without liability or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. CC. Graiaities 1. The owner may, by written notice to the contractor, terminate the right of the contractor to proceed under this contract if it is found, after notice and hearing, by the owner that gratuities (in the form of entertainment, gifts, or otherwise) were offered or given by the contractor or any agent or representative of contractor, to any official or employee of the Owner with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending, or the making of any determinations with respect to the performance of this contract: Provided, that if the existence of the facts upon which the Owner makes such findings are in issue, they may be reviewed in proceedings pursuant to Article 30 (Arbitration) of the General Conditions of this contract. 2. In the event this contract is terminated as provided in the paragraph (1) above, the owner shall be entitled: a) to pursue the same remedies against the contractor ' as it could pursue in the event of a breach of the contract by the contractor, and I Instructions to Bidders City of Fayetteville 9 Sanitary Sewer Improvements I b) as a penalty in addition to any other damages to which it may be entitled by law, to exemplary damages in an amount (as determined by the Owner) which shall be not less than three nor more than ten times the costs incurred by the contractor of providing any such gratuities to any such officer or employee. 3. The rights and remedies of the owner provided in this clause shall not be exclusive and are in additions to any rights and remedies provided by law or under this contract. DD. Subcontracts Under Construction Contracts , The award or execution of all subcontracts by a prime contractor and the procurement and negotiation procedures used by such prime contractor in awarding or executing such subcontracts shall comply with: 1. All provisions of State and local law; 2. All provisions of these General Conditions with respect I to fraud and other unlawful or corrupt practices; and 3. All provisions of these General Conditions with respect to access to facilities and records and audit of records. I END OF INSTRUCTIONS TO BIDDERS SECTION I S I I Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 10 1 I I 11 I C I L Li I J I 1] I H I I I I CITY OF FAYETTEVILLE, AR BID SANITARY SEWER MANHOLE REHABILITATION ILLINOIS RIVER WATERSHED BASINS 12, 13, 14, 17, 20, 21, AND 22 Name of Bidder Kim Construction Co. Business Address 3142 Holeman Steger. IL 60475 Date March 10. 1995 To: The City of Fayetteville, AR The undersigned, as Bidder, declares that the only person or parties interested in this Bid as principals are those named herein; that this Bid is made without collusion with any person, firm or corporation; that he has carefully examined the location of the proposed work, the proposed forms of Agreement and Bonds, and the Contract Drawings and Specifications for the above designated work, all other documents referred to or mentioned in the Contract Documents, the Contract Drawings and Specifications, including Addenda Nos. i , Z , , and issued thereto; and he proposes and agrees if this bid is accepted that he will contract with the City of Fayetteville, AR, in the form of the copy of the Agreement included in these Contract Documents, to provide all necessary machinery, tools, apparatus, and other means of construction, including utility and transportation services necessary to do all the work and furnish all materials and equipment specified or referred to in the Contract Documents, in the manner and time therein prescribed and according to the requirements of the City of Fayetteville, AR as therein set forth to furnish the Contractor's Bonds and Insurance, and to do all other things required of the Contractor by the Contract Documents, and that he will take in full payment therefor the sums set forth in the following Bid Schedule. BID SCHEDULE Bidder agrees to perform all the work described in the Contract Document for the following unit prices. Note: Bids shall include sales tax and all other applicable taxes. City of Sanitary Sewer Bid Fayetteville Improvements I MANHOLE REHABILITATION PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID (Furnish and install, including all appurtenant work, complete in place, 'the following items:) 1A1 624 EA Replace Manhole Frame and I I lA2 1A3 1A4 1 lA5 Cover per Section D2-2 (material only) Two Hundred Fifteen Dollars & No Cents per EA 7 EA Replace Manhole Cover per Section D2-2 One Hundred No Dollars & Cents per EA 7 EA Replace Manhole Frame per Section D2-2 One Hundred Fifteen Dollars & No Cents per EA 346 EA Paved Frame & Grade Adjustment Sealing per Section D2-4 Six Hundred Five Dollars & No Cents per EA 492 EA Nonpaved Frame & Grade Adjustment Sealing per Section D2-4 Four Hundred Fifteen Dollars & No Cents per EA $_215.00 $134,160.00 $_100.00 $ 700.00 $ 115.00 $ 805.00 $_605.00 $209,330.00 $_415.00 $204,180.00 Bid City of Fayetteville 2 Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID lA6 820 VF Manhole Grade Adjustments per Section D2-3 (material only) ' One Dollar & No Cents per VF $ 1.00 $ 820.00 1A7 5 EA Replace Manhole Flattop per Section D2-5 Five Hundred Dollars & ' No Cents per EA $_500.00 $_2.500.00 ' 1A8 175 VF Pressure Grout Manhole per Section D2-7 Thirty Dollars & ' No Cents per VF $ 30.00 $ 5,250.00 1A9 531 EA Interior Manhole Coating per Section D2-8 or D2-9 ' Six Hundred Twenty Dollars & No Cents per EA $ 620.00 $329.220.00 1A10 637 EA Pressure Grout Pipe Seals, Bench and Trough, and lower 18" of manhole per Section D2-7 One Hundred Fifty Dollars & ' No Cents per EA $ 150.00 $ 95,550.00 I Bid City of Fayetteville 3 Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID lAll 22 EA Pressure Grout Bench and Trough only, per Section D2-7 ' One Hundred Fifty Dollars & No Cents per EA $_150.00 $ 3,300.00 1Al2 59 EA Complete Standard Manhole Replacement 48" diameter 0' - 6' deep, per Section D2-5 Two Thousand Two Hundred Fifty Dollars & No Cents per EA $2,250.00 $132,750.00 1A13 60 VF Additional Standard Manhole Replacement Depth per Section D2-5 Three Hundred ' Dollars & No Cents per VF $_300.00 $_18,000.00 1A14 26 EA Complete Shallow Manhole ' Replacement per Section D2-5 I Two Thousand Dollars & No Cents per EA $2,000.00 $_52,000.00 ' 1A15 10 VF Partial Manhole Replacement per Section D2-5 Two Hundred Fifty Dollars & ' No Cents per VF $_250.00 $_2,500.00 Bid City of Fayetteville 4 Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID ' 1A16 42 EA Replace Manhole Bench and Trough per Section D2-6 Five Hundred Fifty Dollars & No Cents per EA $_550.00 $_23.100.00 ' 1A17 50 LF Additional Pipe Installed varying in diameter from 6" to 15" complete in place, including backfill material, ' service connections, compaction and surface restoration in paved and nonpaved areas, per Section D2-11. ' One Hundred Sixty -Eight Dollars & No Cents per LF $_168.00 $_8,400.00 1A18 500 LF Trench Safety System Per Section D1-8 Two Dollars & No Cents per LF $ 2.00 $ 1,000.00 ITOTAL MANHOLE REHABILITATION $ 1,223,565.00 One Million Two Hundred Twenty -Three Thousand Five Hundred Sixty -Five Dollars (in writing) I I I ' Bid City of Fayetteville 5 Sanitary Sewer Improvements II. BID CONDITIONS It is expressly understood and agreed that the preceding total Bid is the basis for establishing the amount of the Bid security on this Bid for Sanitary Sewer Manhole Rehabilitation, Illinois River Watershed, Basins 12, 13, 14, 17, 20, 21, and 22 for the City of Fayetteville, AR, and that this total Bid is not to be construed to be a Lump Sum Bid. It is further understood that quantities in the bidding schedule for unit price items are approximate only, and that payment of a Contract will be made only on the actual quantities of work completed in place, measured on the basis defined in the General Conditions, Specifications, or other Contract Documents. There shall be no measurement or separate payment for any items not listed and all costs pertaining thereto shall be included in the unit prices for other items listed in the Proposal. The undersigned has carefully checked the above bidding schedule against the Contract Drawings, Specifications, and other Contract Documents before preparing this Bid and accepts the said quantities to be substantially correct, both as to classification and amount, and as correctly listing the complete work to be done �, in accordance with the Contract Drawings, Specifications, and other Contract Documents. ' If this Bid is accepted and the undersigned shall fail to contract as aforesaid and to give the Performance Bond, Labor and Material Bond, and Maintenance Bond required by the Conditions of Contract or by law, and to provide all insurance as required by the Contract Documents within ten (10) days after the date of the notice of award of the Contract, the Owner may, at his option, determine that the Bidder has abandoned his Contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the Owner as liquidated damages. The undersigned agrees to fully complete all work covered by this Bi to th int of substantial completion no later than S fi 1995. The undersigned further agrees to fully complete all work covered by this Bid to theapoin $ final acceptance by the Owner no later than ©i'3,� tech5. If the undersigned fails to complete the work within the contract time, or extension of time granted by the Owner for unavoidable delays, then the undersigned shall pay to the Owner liquidated damages for each calendar day beyond the day stipulated in the Contract Documents. Bid City of Fayetteville 6 Sanitary Sewer Improvements By submission of this Bid, the undersigned certifies, and in the case of a joint bid, each party thereto certifies as to his own organization, that in connection with the proposal: A. The prices in the proposal have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; B. Unless otherwise required by law, the prices which have been quoted in the bid have not knowingly been disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; and, C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not submit a bid for the purpose of restricting competition. D. He is the person in the Bidder's organization responsible within that organization for the decision as to the prices being bid and shall also certify that he has not participated, and will not participate in any action contrary to Paragraphs A through C above. E. He is not the person in the Bidder's organization responsible within that organization for the decision as to the prices being bid but that he has been authorized to act a:5 agent for the persons responsible for such decision in certifying that such persons have not participated, and will not participate, in any action contrary to Paragraphs A through C above, and as their agent shall so certify; and shall also certify that he has not participated, and will not participate in any action contrary to Paragraphs A through C above. City of 7 Sanitary Sewer Bid Fayetteville Improvements III. BID SECURITY Accompanying this Bid is a RIP B° ti D in the amount of .S Ja or e•.o Dollars. ($1 ) Note: The total amount of Bid security shall be based on the Total Bid of this Contract. IV. BIDDER'S SIGNATURE A. An Individual By (SEAL) (Individual's Name) doing business as Business address: Phone No.: B. A Partnership By (Firm Name) (SEAL) (General Partner) Business address: Phone No.: Bid City of Fayetteville 8 Sanitary Sewer Improvements I ' C. A Corporation By KIM Cor✓STdcriey CaMPkNy Sn/� ' (Corporation Name) L4Na,g (State of Incorporation) ' BY A 7S[ (Name of Person Authorized to Sign) I KIM 4.VAL.'W 7>r?ES ,eE 'Jr ,, I I (Corp Attes Business address: 3/,f). 140LEMAn/ STESErC T L (coV75 Phone No.: D. A Joint Venture By (Name) (Address) By (Name) (Address) (Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above). ' Subscribed and sworn to before me this r1� day of 1995. =Iftota,rj�;�Pubou, IAL SEAL" I II e J. Vallow State of INrrois Not Publicc,, [,,res 32596 Bid City of Fayetteville 9 Sanitary Sewer Improvements I BID BOND J H1 I I1 I I I KNOW ALL MEN BY THESE PRESENTS, That we (hereinafter called the Principal) and (hereinafter called the Surety), a corporation chartered and existing under the laws of the State of with its principal office in City of and authorized to do business in the State of Arkansas are held and firmly bound unto the City of Fayetteville, AR (hereinafter called the Owner), in the full and just sum of Dollars ($ ) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, executors, administrators, and assigns, jointly and severally and firmly by the presents. WHEREAS, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to perform Sanitary Sewer Manhole Rehabilitation, Illinois River Watershed, Basins 12, 13, 14, 17, 20, 21, and 22 as described in these Contract Documents, WHEREAS, the Contractor desires to file this bond in accordance with law, in lieu of a certified bidder's check otherwise required to accompany this Bid. NOW, THEREFORE: The conditions of this obligation are such that if the Bid be accepted, the Principal shall, within ten (10) days after the date of receipt of a written notice of award of contract, execute a contract in accordance with the Bid and upon the terms, conditions and price(s) set forth therein, of form and manner required by the Owner, and execute a sufficient and satisfactory contract Performance Bond, Labor and Material Bond, and Maintenance Bond, each payable to the Owner, in an amount of One Hundred Percent (100%) of the total Contract price in form and with security satisfactory to said Owner, then this obligation to be void; otherwise to be and remain in full force and virtue in law; and the Surety shall, upon failure of the Principal to comply with any or all of the foregoing requirements within the time specified above, immediately pay to the aforesaid Owner, upon demand, the amount hereof in good and lawful money of the United States of America not as a penalty but as liquidated damages. Bid Bond City of Fayetteville 1 Sanitary Sewer Improvements I H I II I .1 II I, ' F' 1t STATEMENT OF EXPERIENCE OF BIDDER The Bidder shall state below the work of similar magnitude or character which he has done, and shall give reference to his experience, skill and business standing and of his ability to conduct the work as completely and as rapidly as required under the terms of the contract. References shall include the name and telephone number of the project representative to be contacted. Project and Location Reference (1) S44 SEWpIC- /�i/3'iAr; — c/ni/fr r44EntVicc r (2) S4 tii 7-4-'1 S F J✓Ei 'FN,9 8 (3) J//ttrtGr OF 1ZoJr✓A LAKF MoiA•Nut-r ]PA 3. (4) MAN, tq1 ENAG lLk46t 0r WH6&L,n/6 1Z (5) SAA)lr,Y4 Sf— RERA6. -Ty,(f(Etl Crtt�K-TiflcElI (6) ('in) OF NA,ccdctr; rL Nlft-i SEA 96-ely1-oo FP (7) (/13. A /LjANN&&E ENA 3 XTA/ rogoab - Noe'/ <Etto IAA«•,4s . TX (a;yI '137— 1/Joe �ONn/S4W COON T"y 1.✓AS TE wATEc Air a Jot ntA T7//F Ks A1/ C xf,J 3 UR n/S (gi3)33l- /3 et) 11JLLAr,r of l.auNp Lr4K&. TL V/LLACE OFLdNEt-LJidC Mccm T -CH44 ( 708) c1Sy- Z(Ooo 1411'JSe+✓ (ooN71,, wAsTE7,MTErL br1T.— )CA>✓SIS tiiV //CiS %3(/ i/'i (9/3) 338 /3o0 c x to S j A ( L.AG NrY- ASp N✓-tT l',e /4/Z. CNn eS /IATZ (•ieM 8%7- il0 a 1q S/1/ (9Ro0P-ties. DaveyA &/,dill 2 bAL L.4 IX (a.',', e/37- 11360 Statement of Experience City of Fayetteville 1 Sanitary Sewer Improvements STATEMENT OF COMMITMENT The Bidder shall state below the current projects which he is currently under contract, dollar value of contracts, and estimated time of completion. Estimated Percent Date of Currently Project and Location Dollar Value Completion Complete (1) citc/9rxr_-, ✓, r,Wd. C4n/• SiEr� � ' 7iEN,93. AUK 95 6 (2) (3) (4) (5) (6) (7) (8) (9) Statement of Commitment City of Fayetteville 1 Sanitary Sewer Improvements ' CITY OF FAYETTEVILLE, ARKANSAS AGREEMENT SANITARY SEWER MANHOLE REHABILITATION ILLINOIS RIVER WATERSHED BASINS 12, 13, 14, 17, 20, 21, AND 22 I I I I 1 I I I I I !' I I 11 THIS AGREEMENT, made this 91A day of __.�,r, , 1995, and between the City of Fayetteville, Arkansas, a municipal corporation, hereinafter called the Owner, and hereinafter called the Contractor. WITNESSETH: by WHEREAS, the Owner has heretofore solicited Bids for all the work and improvements for the doing of all things included within the hereinafter specified Sanitary Sewer Manhole Rehabilitation Illinois River Watershed. WHEREAS, the Owner did on the LIM day of t___,'/ , 1995 find that the Contractor was the lowest responsive, responsible Bidder for the hereinafter specified work and did award the Contractor a Contract for said work. NOW, THEREFORE, for and in consideration of their mutual promises, covenants, undertaking and agreements, the parties hereto do hereby agree as follows: ARTICLE I - WORK TO BE DONE BY CONTRACTOR The Contractor agrees, at his own cost and expense, to do all the work and to furnish all the labor, materials, equipment and other property necessary to do, construct, install and complete all the works and improvements included in Sanitary Sewer Manhole Rehabilitation Illinois River Watershed, for Basins 12, 13, 14, 17, 20, 21, and 22. All in full accordance with and in compliance with and as required by the hereinafter specified Contract Documents and any addenda for said work, and to do, at his own cost and expense, all other things required of the Contractor by said Contract Documents for said work. ARTICLE II - CONTRACT DOCUMENTS The Contract Documents are defined in the General Conditions. City of 1 Sewer System Agreement Fayetteville Improvements ARTICLE III - CONTRACT AMOUNT The Contractor agrees to receive and accept the attached contract unit prices and/or lump sum prices as full compensation for furnishing all materials and equipment for doing all the work contemplated and embraced in this Agreement; also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the Owner, and for all risks of every description connected with the work; also for well and faithfully completing the work, and the whole thereof, in the manner and according to and in compliance with the Contract Documents and the requirements of the Engineer under them, also for any and all things required by the Contract Documents. ARTICLE IV - LIQUIDATED DAMAGES OR ACTUAL DAMAGES AND EXCESS ' ENGINEERING COSTS The Contractor shall, and agrees to, pay to excess engineering as described in the General Conditions. I The Contractor shall, and agrees to, pay for liquidated damages or actual damages if the Contractor fails to complete the project within the specified time in accordance with the General Conditions. ARTICLE V - STARTING AND COMPLETION ' The Contractor agrees to commence work under this Agreement within ten calendar days of receipt of written Notice to Proceed and to complete all work included in this Contract to the point of substantial completion no later than December 15, 1995. The contractor further agrees to complete all work to the point of final acceptance by the Owner no later than December 29, 1995. The Contractor shall, and agrees to, furnish and deliver to the Owner, the Arkansas Statutory Performance and Payment Bond, and the insurance certificates and policies of insurance required of him by provisions of the Contract Documents, and to do, prior to starting work, all other things which are required of him by the Contract Documents as a prerequisite of starting work. ,t I E Agreement City of Fayetteville Sewer System Improvements 2 I ARTICLE VI - PAYMENTS TO CONTRACTOR b I I I I The Owner agrees with said Contractor to employ, and does hereby employ, the said Contractor to provide the materials and do all the work, and do all other things hereinabove contained or referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions set forth or referred to in the Contract Documents; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. There shall be no measurement or separate payment for any items not listed and all costs pertaining thereto shall be included in the Contract unit prices for other items listed. IN WITNESS WHEREOF, the parties hereto have caused this Instrument to be executed in three original counterparts the day and year first above written. (SEAL) z� Codsr,eecr,e✓ eaM At. (Contractor) ' Attes't: By _ Name LAW/Ren/cr �/A«a"� Name KM A V'q «eW �, (please type) (please type) ' Title Title I (SEAL) CITY OF FAYETTEVILLE, AR Attest: Bye Name -r-I?Ar.I PAL JL Name F�ErLHA►`K'A (please type) (please type) Title CirV CI Z9C Title MA VOLE' Agreement City of Fayetteville 3 Sewer System Improvements IJ I I I I I Ii I I II ii II ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND tat — as Principal, hereinafter called Principal, and a corporation organized and existing under the laws of the State of Arkansas and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto as Obligee, hereinafter called Owner, in the amount of Dollars ($ ), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated entered into a contract with Owner for Sanitary Sewer Manhole Rehabilitation, Illinois River Watershed, Basins 12, 13, 14, 17, 20, 21, and 22 which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITIONS OF THIS OBLIGATION IS SUCH that if the principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure to do so and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the contract, or any other forbearance on the part of either the owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. Performance Bond City of Fayetteville 1 Sanitary Sewer Improvements In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this day of , 1995. Principal Surety By Attorney -in -fact Performance Bond City of Fayetteville Sanitary Sewer Improvements 2 TABLE OF CONTENTS GENERAL CONDITIONS SUBJECT PAGE A DEFINITIONS 1 B CONTRACT DOCUMENTS: DEFINITIONS. . . . . . . 6 C PRELIMINARY MATTERS . . . . . . . . . . . . . 8 D CONTRACT DOCUMENTS: INTENT AND REUSE . . . . 11 E AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS. . . . . . . . . . . . . . . 14 F BONDS AND INSURANCE . . . . . . . . . . . . . 18 G CONTRACTOR'S RESPONSIBILITIES . . . . . . . . 29 H OTHER WORK* . . . . . . . . . . . . . . . . . 43 I OWNER'S RESPONSIBILITIES. . . . . . . . . . . 45 J ENGINEER'S STATUS DURING CONSTRUCTION . . . . 46 K CHANGES IN WORK . . . . . . . . . . . . . . . 50 L CHANGES IN CONTRACT PRICE . . . . . . . . . . 52 M CHANGES IN CONTRACT TIME. . . . . . . . . . . 6" N WARRANTY AND GUARANTEE; TESTS AND OBSERVATIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK. . . . . . . . . . . . . . . . 63 O PAYMENTS TO CONTRACTOR AND COMPLETION . . . . 68 P SUSPENSION OF WORK AND TERMINATION. . . . . . 79 Q ARBITRATION . . . . . . . . . . . . . . . . . 83 R LIQUIDATED DAMAGES OR ACTUAL DAMAGES FOR DELAY . . . . . . . . . . . . . . . . . . 85 S EXCESS ENGINEERING COSTS. . . . . . . . . . . 87 T MISCELLANEOUS . . . . . . . . . . . . . . . . 88 i INDEX TO GENERAL CONDITIONS J I Paragraph Acceptance Access to the Work Addenda, definition of Agreement, definition of All Risk Insurance Amendment, Written Application for Progress Payment Request Arbitration As Directed, definition of As Shown, definition of Availability of Lands Avoidable Delays Award, Notice of, definition of Page Number Number O.12 76 N.2 63 A.1 1 A.2, B.3.a 1,6 F.2.a 19 A.41, D.2 5,12 O.2 68 Q 83 A.3 1 A.4 1 E.1 14 M.2.a 61 A.23 3 Before Starting Construction C.5 8 Bid, definition of A.5 1 Bidder, definition A.6 1 Bidding Documents B.2 6 Bonds and Insurance F.1, F.2 18,19 Bonds, definition of A.7 1 Bonds, delivery of C.1, F.1 8,18 ' Bonds, Performance and Other B.3.b, F.1 7,18 I II I I I I I Cash Allowances Certificate of Insurance Changes in Contract Price Changes in Contract Time Change Order, definition of Change Orders, Engineer's Responsibility Change Orders, to be Executed Changes in Work Claims, Waiver of, on Final Payment Clarifications and Interpretations Cleaning Completion Completion, Substantial Commencement of Contract Time Conditions of Contract Conference, Pre -Construction Conflict, Error, Discrepancy - Contractor to Report Construction Machinery, Equipment, etc. L.6 58 F.2.c 22 L 47 M 60 A.8 1 J.5 47 K.4 45 K 45 O.14 78 J.4 46 G.l0.b 36 O 68 O.8 73 C.3 8 B.4 7 C.6 9 C.5.a, D.l.c 8,11 G.2.b 30 Iii I ' Continuing the Work G.15 40 Contract Documents - Amending and Supplementing D.2 12 Contract Documents, definition of A.9, B 2,6 Contract Documents, Discrepancies and Omissions D.4 12 Contract Documents: Intent and Reuse D.1 11 ' Contract Documents: Titles and Headings D.5 13 Contract Price, Change of L 52 Contract price, definition of A.10 2 ' Contract Time, Change of M 60 Contract Time, Commencement of C.3 8 Contract Time, definition of A.11 2 Contractor, definition of A.12 2 ' Contractor May Stop Work or Terminate P.3 82 Contractor's Continuing Obligation 0.13 77 Contractor's Duty to Report ' Discrepancy in Documents C.5.a,D.l.b 8,11 Contractor's Fee, Costs Plus L.5.a 57 Contractor's Liability Insurance F.2.a 19 ' Contractor's Responsibilities - in General G 29 Contractor's Warranty of Title 0.6 71 Contractor's - Other H 43 Contractual Documents B.3 6 Contractual Liability Insurance F.2.a 19 Coordinating Contractor, definition of H.2 44 •' Coordination H.2 44 Copies of Documents C.2 8 Correction or Removal of Defective Work N.6 60 ' Correction Period, One Year N.7 60 Correction, Removal or Acceptance of Defective Work - in General N.6 thru N.9 65,66 Cost, Net Decrease L.5.a.(2) 57 Cost of Work L.4,O.4 53,70 Costs, Supplemental L.4.a.(5) 54 Day, definition of A.13 2 Defective, definition of A.14 2 Defective Work, Acceptance of N.8 66 Defective Work, Correction or Removal of N.6 65 ' Defective Work, Rejecting 3.6 47 Definitions A 1 Delays M.2, M.3 61,62 ' Delivery of Bonds C.1 8 Determination for Unit Prices 3.8 47 Disputes, Decisions by Engineer 3.9 48 ' Documents, Copies of C.2 8 Documents, Record G.11 37 Documents, Reuse of D.3 12 Drawings and/or Plans, definition of A.15 2 ' iii LI ' Easements E.1 14 Effective Date of Agreement, definition of A.16 2 ' Emergencies G.13 38 Engineer, definition of A.17 2 Engineering Cost, Excess S 82 Engineer's Decisions J.8, J.9 47,48 ' Engineer's, Notice Work is Acceptable O.12 76 Engineer's Responsibilities, Limitations on J.10 49 Engineer's Recommendation of Payment O.7, O.11 71,76 Engineer's Status During Construction J 46 Equipment, Labor, Materials G.2 30 Equivalent Materials and Equipment G.4 31 ' Excess Engineering Costs S 87 Extension of Time M.3 62 Explorations of Physical Conditions E.2.a 14 ' Fee, Contractor's Costs Plus L.5 57 Field Order - definition of A.18 3 Field Order - issued by Engineer K.2 50 Final Acceptance, definition of A.19 3 Final Application for Payment O.11 76 Final Observation O.10 76 Final Payment and Acceptance O.12 76 Final Payment, Recommendation of O.12 76 ' General Requirements, definition of A.20 3 General Provisions T.3 88 Giving Notice T.1 88 Guarantee of Work, by Contractor N.1 63 Headings, Titles and O.5 13 Hold Harmless Agreement F.3 24 Indemnification G.16 41 Observation, Final O.10 76 ' Observation Tests and N.3 58 Insurance, Amount of Coverage F.2.a.(4) 19 Insurance, Bonds and F.2 19 Insurance, Certificates of C.5.c, F.2.c 9,22 ' Insurance, Completed Operations F.2.a. 19 Insurance, Contractor's Liability F.2.a. 19 Insurance, Contractual Liability F.2.a 19 ' Insurance Companies, Notification of F.5 28 Insurance, Owner's Liability F.3 24 Insurance, Property F.2,F.3,F.4. 19,24 ' Insurance, Waiver of Rights F.6 25 Insurance, Workmen's Compensation F.2 19 Insurance, Workmen's Occupational Diseases F.2.b.(1) 20 ' Interpretations and Clarifications J.4 46 Investigations of Physical Conditions E.2 14 I iv I ' Labor and Material Bond Labor, Materials and Equipment Laws and Regulations Liability Insurance, Contractor's Liability Insurance, Owner's and Engineer's ' Limitations on Engineer's Responsibilities Liquidated Damages Materials and Equipment, furnished by Contractor Materials and Equipment, not incorporated in work Materials or Equipment, Equivalent Miscellaneous, Provisions F.l.b G.2 A.22,G.8 F.2.a. F.2.a. J.10 R G.2.a, G.2.c 0.2.b G.4 T 18 30 3,31 19 mr. ' Notice, Giving T.1 88 Notice of Award, definition of A.23 3 Notice of Acceptability of Project 0.12.a 71 • Notice to Proceed, definition of A.24 3 Notice to Proceed C.3 8 • "Or -Equal" items Other Contractors, Work by Others Other Work Overtime Work, Prohibition of 1 Owner, definition of Owner May Correct Defective Work Owner May Stop Work Owner May Suspend Work, Terminate Owner's Duty to Execute Change Orders Owner's Liability Insurance Owner's Representative Owner's Responsibilities •' Partial Utilization, definition of Partial Utilization Partial Utilization, ' Property Insurance Partial Waiver of Liens Patent Fees and Royalties Payment Request, definition of ' Payment Request, Final Payment Request, Progress Payments to Contractor and Completion Payments, Recommendation of Payments to Contractor I G.4.a H G.2.a A.25 N.9 N.5 P.1, P.2 A.26 O.9 F.4.b O.5 G.6 A.27 O.1 O.2 O O.7 O 31 43 43 30 66 65 79,80 45 19 46 45 3 69 25 66 34 3 68 68 68 71 68 I v I Payments to Contractor, when due O.7.b, O.12.a 71,76 Payments to contractor, withholding O.7.d 72 Payments, Reporting and Invoicing I] I I I I I I n 1J I L I Cost -of -Work Payments, Unit Prices Performance, Bonds Permits Physical Conditions Physical Conditions, Engineer's Review Physical Conditions, Existing Structures Physical Conditions, Exploration and Reports Physical Conditions, Possible Document Change Physical Conditions, Price and Time Adjustment Physical Conditions, Report to Differing Conditions Physical Conditions, Underground Facilities Pre -Construction Conference Preliminary Matters Premises, Use of Price, Change in Contract Price, contract, definition of Progress Payment, Applications for Progress Payment, Review of Applications Progress Schedule Project, definition of Project Representative Project Starting Property Insurance Property Insurance - Partial Utilization Protection, Safety and Provide Recommendation of Payment Record Documents Reference Points Regulations, Laws and Rejecting Defective Work Related Work at Site Remedies Not Exclusive Removal or Correction of Defective Work Resident Engineer Resident Project Representative, definition of Resident Project Representative O.4 O.3 F.1.a G.7 E.2 E.2.d E.2.b E.2.a E.2.e E.2.f E.2.c E.3 C.6 C G. 10 L A.10 O.2 O.7 C.5.b(1), O.1 A.28 J.3 C.4 F.2.a,F.2.a.(5) F.4.b. G.12 A.29 O.7.a, O.11 G.11 E.4 G.8 J.6 11.1 T.3.b N.6 A.31 A.30 J.3 70 70 18 35 14 15 14 14 15 15 15 16 9 36 52 68 71 9,68 3 48 19,20 25 37 4 71,76 37 17 35 47 43 88 65 4 I vi I n Li I I I I I I I I I I Responsibilities, Contractor's G 29 Responsibilities, Engineer's J 41 Responsibilities, Owner's I 45 Retainage O.2.d 69 Reuse of Documents D.3 12 Rights of Way E.1 14 Royalties, Patent Fees and G.6 34 Safety and Protection Samples, and Drawings Schedule of Shop Drawing Submissions Schedule of Values Schedule of Progress C.5,C.6,C.7,G. Schedules, Finalizing Shop Drawings and Samples Shop Drawings, definition of Shop Drawings, Use for Substitutions Site, Visits to by Engineer Specifications, definition of Specifications and Drawings Starting Construction, Before Starting the Project Stopping Work, by Contractor Stopping Work, by Owner Subcontractor, definition of Subcontractors - in General Subcontractors, Required Provisions Substitute or "Or -Equal" Items Substantial Complet: ,n, Statement of Substantial Completion, definition of Subsurface Conditions Supplemental Costs Supplementary Conditions, definition Supplementing Contract Documents Suppliers, definition of Surety, consent to payment Surety, Engineer's Duties Surety, Notice of changes Surety, Qualification of Suspending Work, by Owner Suspension of work and Termination Superintendent, Contractor's Supervision and Superintendent 3,G of G.12 G. 14 C.5.b, O.1 C.5.b.(3),O.1 14,P.2.a.(6) C.7 G.11, G.14 A.32 G.4.a J.2 A.33 B.5 C.5, C.6 C.4 P.3 N.5 A.34 G.5.a F.6., G.5.a G.4 O.8 A.35 E.2.a, E.3 L.4.a.(5) A.36 D.2 A.37 O.11 J.10.a K.5 F.1 P.l.a P G.l.b G.1 37 39 9,68 9,68 8,9,10,31,39,81 10 37,39 4 31 44 7 8,9 8 82 65 4 33 28,33 31 73 4 14,16 544 12 4 76 49 51 18 79 79 29 29 ' Taxes G.9 36 Termination, by Contractor P.3 82 Termination, by Owner P.2 80 ' Termination, Suspension of Work P 79 Tests and Observations 14.3 63 Time, Change of Contract M 60 ' Time, Computation of T.2 88 Time, Contract, definition of A.11 2 Titles and Headings D.5 123 ri Li I vii II I� L I I I I I I I I I I Unavoidable Delays M.2.b 61 Uncovering Work N.4 64 Underground Facilities, definition of A.38 5 Underground Facilities, Not Indicated E.3.b 16 Underground Facilities, Protection of E.3.a.(2),G.12 16,37 Underground Facilities, Indicated E.3.a 16 Unforseen Physical Conditions E.3 16 Unit Price Work, definition of A.39 5 Unit Price Work, general L.7,O.1,O.3,O.7.c 58,63,65,67 Unit Prices L.3.a, O.3 52,65 Unit Prices, Adjustment of L.5.b 57 Use of Premises G.10 36 Utility Owners G.7,G.12.a.(3),H.1 35,37,43 Values, Schedule of O.1 68 Variations in Work, Authorized G.14.b,G.13,J.5 39,38,42 Visits to Site - by Engineer J.2 46 Waiver of Claims, on Final Payment Waiver of Rights Warranty and Guarantee Warranty of Title, Contractor's Work, Access to Work by Others Work, Cost -of - Work, Continuing During Disputes Work, definition of Work Directive Change, definition of Work Directive Change Work, Neglected by Contractor Work, Stopping by Contractor Work, Stopping by Owner Written Amendment, definition of Written Amendment O.14 F.6 N.1 O.6 N.2 H L.4 G.15 A. 40 A.41 D.2.a.(3) N.9 P.3 P.1, P.2 A.42 D.2,K.1,L.1,M.1 78 28 63 66 63 43 53 40 5 5 12 66 82 79,80 5 12,50,52,60 I ' GENERAL CONDITIONS IA. Definitions ' Whenever used in these General Conditions or in the other Contract Documents, the following terms have the meanings indicated which are applicable to both the singular and ' plural thereof: 1. Addenda - Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Documents or the Contract Documents. 2. Agreement - The written agreement between Owner and Contractor covering the work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. ' 3. "As directed", "as permitted", "reviewed", or words of similar import mean the direction, requirements, or permission of the Engineer, unless stated otherwise. ' 4. "As shown", "as indicated", "as detailed", or words of similar import refer to the Contract Drawings unless stated otherwise. 5. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the work to be performed. 6. Bidder - Any person, partnership, corporation, ' association, or affiliation submitting a bid for the work. ' 7. Bonds - Bid, performance, and labor and material bonds and other instruments of security. 8. Change Order - A document recommended by Engineer, which is signed by the Contractor and the Owner authorizing an addition, deletion or revision in the work, or an adjustment in the contract price or the contract time, issued on or after the effective date of the Agreement. I I I General Conditions City of Fayetteville 1 Sanitary Sewer Improvements Paragraph A continued 9. Contract Documents - The Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid (including documentation accompanying the Bid and any post -Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Bonds, these General Conditions, Conditions of Contract, the Specifications, the Plans and/or Drawings as the same are more specifically identified in the Agreement, together with all amendments, modifications, and supplements issued on or after the execution of the Agreement. 10. Contract Price - The moneys payable by Owner to Contractor under the Contract Documents as stated in the Agreement. 11. Contract Time - The number of days (computed as provided in paragraph T.2) or the date stated in the Agreement for the completion of the work. 12. Contractor - The person, firm or corporation with whom , Owner has entered into the Agreement. 13. Day - A calendar day of twenty-four hours measured from midnight to the next midnight. 14. Defective - An adjective which when modifying the word work refers to work that is faulty or deficient, or does not conform to the Contract Documents, or does not meet the requirements of any observation, reference standards test or review referred to in the Contract Documents, or has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion). 15. Drawings and/or Plans - The drawings and/or plans which show the character and scope of the work to be performed and which have been prepared or reviewed by the Engineer and are referred to in the Contract Documents. 16. Effective date of the Agreement - The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 17. Engineer - The firm of RJN Group Inc., Consulting , Engineers, Dallas, Texas, acting through its authorized representatives. General Conditions City of Fayetteville Sanitary Sewer Improvements 2 U Paragraph A continued I I I I 18. Field Order - A written order issued by Engineer which orders minor changes in the work in accordance with paragraph J.5 but which does not involve a change in the contract price or the contract time. 19. Final Acceptance - The date when the construction of the project is complete in accordance with the Contract Documents so that the entire project can be utilized for purposes for which it is intended and all monies due the Contractor have been paid him in the final payment estimate. 20. General Requirements - Sections of the Specifications. 21. Construction Observer - The authorized representative of Engineer who is assigned to the site or any part thereof. 22. Laws and Regulations; Laws or Regulations - Laws, rules, regulations, ordinances, codes and/or orders. 23. Notice of Award - The written notice by Owner to the apparent successful Bidder stating that upon compliance by the apparent successful Bidder with the conditions precedent enumerated therein, within the time specified, owner will sign and deliver the Agreement. 24. Notice to Proceed - A written notice given by Owner to Contractor (with a copy to Engineer) fixing the date on which the Contractor Time will commence to run and on ' which Contractor shall start to perform his obligation under the Contract Documents. ' 25. Owner - City of Fayetteville. 26. Partial Utilization - Placing a portion of the Work to be provided under the Contract Documents may be the whole, ' or a part as indicated elsewhere in the Contract Documents. ' 27. Payment Request - The form reviewed by the Engineer which is to be used by Contractor in requesting progress or final payment and which is to include such supporting ' documentation as is required by the Contract Documents. 28. Project - The total construction of which the work to be provided under the Contract Documents may be the whole, ' or a part as indicated elsewhere in the Contract Documents. [1 General Conditions City of Fayetteville 3 Sanitary Sewer Improvements Paragraph A continued 29. Provide - means "furnish and install". 30. Resident Project Representative - the authorized representative of Engineer who is assigned to the site or any part thereof. 31. Resident Engineer - The authorized representative of the Engineer who is assigned to the overall project and may have engineering personnel responsibility. 32. Shop Drawings - All drawings, diagrams, illustrations, ' schedules and other data which are specifically prepared by Contractor, a Subcontractor, manufacturer, fabricator, supplier or distributor to illustrate some portion of the work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a manufacturer, fabricator, supplier or distributor and submitted by Contractor to illustrate material or equipment for some portion of the work. , 33. Specifications - Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the work and certain administrative details applicable thereto. 34. Subcontractor - An individual, firm or corporation having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the work at the site. 35. Substantial Completion - The work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer as evidenced by his definitive Statement of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the work (or specified part) can be utilized for the purposes for which it was intended; or if there be no such statement issued, when final payment is due in accordance with paragraph O.8. The terms "substantially complete" and "substantially completed" as applied to any work refer to Substantial Completion thereof. 36. Supplementary Conditions - The part of the Contract Documents which amends or supplements these General Conditions. ' 37: Supplier - A manufacturer, fabricator, supplier, distributor, materialman or vendor. General Conditions City of Fayetteville Sanitary Sewer Improvements 4 I L I I I I I 11 11 I 7 I I I Paragraph A continued 38. Underground Facilities - All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials; electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. 39. Unit Price Work - Work to be paid for on the basis of unit prices. 40. Work - The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, all as required by the Contract Documents. 41. Work Directive Change - A written directive to Contractor, issued on or after the Effective Date of the Agreement and signed by Owner and recommended by Engineer, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph E.2 or E.3 or to emergencies under paragraph G.13. A Work Directive Change may not change the Contract Price or the Contract Time, but is evidence that the parties expect that the change directed or documented by a Work Directive Change will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided in paragraph L and M. 42. Written Amendment - A written amendment of the Contract Documents, signed by Owner and Contractor on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly Work -related aspects of the Contract Documents. General Conditions City of Fayetteville Sanitary Sewer Improvements I B. Contract Documents: Definitions 1. General ' The Contract Documents comprise the following general classifications of documents, including all additions, deletions, and modifications incorporated therein before the execution of the Agreement: Bidding Documents Contractual Documents , Conditions of the Contract Specifications Drawings and/or Plans 1 2. Bidding Documents The Bidding Documents issued by the Owner to assist ' Bidders in preparing their Bids include: a. Invitation to Bid bound.herewith. b. Instructions to Bidders bound herewith. c. The Bid which is the offer of a Bidder to perform the ' work described in the Contract Documents, made out and submitted on the prescribed Bid form bound herewith, properly signed and guaranteed. d. Any Addenda issued during the time of Bidding, or forming a part of the Contract Documents used by the Bidder for the preparation of his Bid, shall be covered in the Bid, and shall be made a part of the contract. Receipt of each Addendum shall be acknowledged in the Bid. 3. Contractual Documents a. Agreement I The Agreement covers the performance described in the Contract Documents, supplemental Addenda thereto and all special provisions pertaining to the materials therefor. The Agreement f herewith. of the work including all general and work or t Drm is bound I General Conditions ' City of Fayetteville Sanitary Sewer Improvements 6 Paragraph B continued b. Bonds (1) Arkansas Statutory Performance and Payment Bond. 4. Conditions of the Contract a. General Conditions of the Contract bound herewith and of which this paragraph is a part. b. Supplementary Conditions of this Contract bound herewith. c. Federal/State laws and regulations applicable to this Contract and bound herewith. d. Wage requirements applicable to this Contract and bound herewith. 5. Specifications and Drawings a. Contract Specifications bound herewith, which are listed in the table of contents for these Contract Documents. b. Contract Drawings including but not limited to those listed in the drawing index of the Contract Drawings. General Conditions City of Fayetteville 7 Sanitary Sewer Improvements I C. Preliminary Matters 1. Delivery of Bonds When Contractor delivers the executed Agreements to , Owner, Contractor shall also deliver to Owner such Bonds as Contractor may be required to furnish in accordance with paragraph F.I. 2. Copies of Documents Owner shall furnish to Contractor up to five copies (unless otherwise specified) of the Contract Documents. Additional copies will be furnished, upon request, at the cost of reproduction. 3. Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the thirtieth day after the Effective Date of the Agreement, or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty (30) days after the Effective Date of the Agreement. 4. Starting the Project a. Contractor shall start to perform the work within ten ' (10) calendar days from the date when the Contract Time commences to run, but no work shall be done at the site prior to the date on which the Contract Time commences to run. b. The Contractor shall notify the Owner in writing 48 hours before starting work at the site of the work or his intentions to do so. In case of a temporary suspension of work, he shall give reasonable notice before resuming work. 5. Before Starting Construction a. Before undertaking each part of the work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error or discrepancy which Contractor may discover and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby; however, Contractor shall not be liable to Owner or Engineer General Conditions City of Fayetteville Sanitary Sewer Improvements 8 I Li I I C L1 LJ I C I I I S I Paragraph C.5.a continued for failure to report any conflict, error or discrepancy in the Contract Documents, unless Contractor had actual knowledge thereof or should reasonably have known thereof. b. Within ten (10) days after the effective date of the Agreement (unless otherwise specified), Contractor shall submit to Engineer for review: (1) An estimated progress schedule indicating the starting and completion dates of the various stages of the Work. (2) A preliminary schedule of Shop Drawing submissions. (3) A preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by Contractor at the time of submission. c. before a Notice to Proceed will be issued Contractor shall deliver to Owner, with a copy to Engineer, certificates (and other evidence of insurance requested by Owner) of insurance which Contractor is required to purchase and maintain. 6. Pre -Construction Conference Within twenty (20) days after the effective date of the Agreement, but before Contractor starts the work at the site, a conference will be held for review of the schedules referred to in paragraph C.5.b, to establish procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the work. General Conditions City of Fayetteville 9 Sanitary Sewer Improvements I Paragraph C continued ' 7. Finalizing Schedules a. At least ten (10) days before submission of the first Application for Payment a conference attended by Contractor, Engineer and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph C.5.b. The finalized progress schedule will provide an orderly progression of the work to completion within the Contract Time, but review by the Engineer will neither impose on Engineer responsibility for the progress or scheduling of the work nor relieve Contractor from full responsibility therefore. The finalized schedule of Shop Drawing submissions will provide a workable arrangement for processing the submissions. The finalized schedule of values will be reviewed by the Engineer as to form and substance. General Conditions City of Fayetteville Sanitary Sewer Improvements 10 I I Il I I I I 7 CSI E I I I I I i1 I D. Contract Documents: Intent and Reuse Ii. Intent a. The Contract Documents comprise the entire Agreement between Owner and Contractor concerning the work. The Contract Documents will be construed in accordance with the law of the place of the Project. ' b. It is the intent of the Specifications and Drawings to describe a complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any work that may reasonably be inferred ' from the Specifications or Drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment such words shall be interpreted in ' accordance with such meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the code of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code in effect at the time of opening of Bids (or, on the effective ' date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall change the duties and responsibilities of Owner, Contractor or Engineer, or any of their agents ' or employees from those set forth in the Contract Documents, nor shall it be effective to assign to Engineer, or any of Engineer's consultants, agents or ' employees, any duty or authority to supervise or direct the furnishing or performance of the work or any duty or authority to undertake responsibility contrary to the provisions of paragraph J.l0.c or • J.10.d. Clarifications and interpretations of the • Contract Documents shall be issued by Engineer. ' c. If, during the performance of the work, Contractor finds a conflict, error or discrepancy in the Contract Documents, Contractor shall so report to Engineer in writing at once and before proceeding with the work affected thereby shall obtain a written interpretation or clarification from Engineer; however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof or should ' reasonably have known thereof. General Conditions City of Fayetteville 11 Sanitary Sewer Improvements I Paragraph D continued 2. Amending and Supplementing Contract Documents a. The Contract Documents may be amended to provide for additions, deletions and revisions in the work or to modify the terms and conditions thereof in one or more of the following ways: I (1) A formal written amendment. (2) A Change Order (pursuant to paragraph K.4). (3) A work directive change (pursuant to paragraph K.1). ' Contract Price and Contract Time may only be changed by a Change Order or a written amendment as indicated in paragraphs L.2 and 14.1. b. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the work may be authorized by: (1) Field Order (pursuant to paragraph J.5). ' (2) Engineer's review of a Shop Drawing or sample (pursuant to paragraphs G.14.b.(1) or G.14.d). (3) Engineer's written interpretation or clarification (pursuant to paragraph 3.4). 3. Reuse of Documents ' Neither Contractor nor any Subcontractor, or Supplier or other person or organization performing or furnishing any of the work under a direct or indirect contract with Owner shall have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer; and they shall not reuse any of them on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. 4. Discrepancies and Omissions I a. Should anything which is necessary for a clear understanding of the work be omitted from the Contract Documents, or should it appear that various instructions are in conflict, the Contractor shall secure written instructions from the Engineer before proceeding with the work affected by such omissions or discrepancies. General Conditions City of Fayetteville Sanitary Sewer Improvements 12 I I C I I GI I J I I I I I I C I J 5 Paragraph D.4 continued b. In resolving inconsistencies among two or more sections of the Contract Documents, precedence shall be given in the following order: First Agreement Second Laws and Regulations Third Supplementary Conditions Fourth General Conditions Fifth Specifications Sixth Contract Drawings c. Figured dimensions on Plans shall take precedence over scale dimensions. Detailed Plans in the Documents shall take precedence over general Plans. Titles and Headings a. The titles and headings printed on the Contract Drawings, in the General Conditions, in the Contract Specifications, and elsewhere in the Contract Documents are inserted for convenience and reference only, and shall not be taken or considered as having any bearing on the interpretation thereof. b. Separation of the Contract Specifications into Divisions and Sections shall not operate to make the Engineer an arbiter to establish limits of wor'. between the Contractor and Subcontractors, or between trades. General Conditions City of Fayetteville 13 Sanitary Sewer Improvements E E. Availability of Lands: Physical Conditions• Reference Points ' 1. Availability of Lands Owner shall furnish, as indicated in the Contract Documents, the lands upon which the work is to be performed, rights -of -way for access thereto, and such other lands which are designated for the use of Contractor. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by Owner, unless otherwise provided in the Contract Documents. If Contractor believes that any delay in Owner's furnishing these lands, rights -of -way or easements entitles Contractor to an extension of the Contract Time, Contractor may make a claim thereof as provided in Paragraph M. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Physical Conditions a. Explorations and Reports Reference is made to the Instructions to Bidders for identification of those reports of explorations and tests of subsurface conditions at the site that have been utilized by Engineer in preparation of the Contract Documents. Contractor may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for Contractor's purposes. Except as indicated in the immediately preceding sentence and in paragraph E.2.f, Contractor shall have full responsibility with respect to subsurface conditions at the site. I I I I I it F I b. Existing Structures 1 Reference is made to the Instructions to Bidders for identification of those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities referred to in paragraph E.3) which are at or contiguous to the site that have been utilized by Engineer in preparation of the Contract Documents. Contractor may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for Contractor's purposes. Except as indicated in the immediately General Conditions City of Fayetteville Sanitary Sewer Improvements 14 J I I II I I 1 Paragraph E.2.b continued preceding sentence and in paragraph E.2.f, Contractor shall have full responsibility with respect to I physical conditions in or relating to such structures. • c. Report of Differing Conditions If contractor believes that any technical data on which Contractor is entitled to rely as provided in paragraphs E.2.a and E.2.b is inaccurate, or any physical condition uncovered or revealed at the site differs materially from that indicated, reflected or referred to in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before performing any work in connection therewith 1 (except in an emergency as permitted by paragraph G.13), notify Owner and Engineer in writing about the inaccuracy or difference. d. Engineer's Review Engineer will promptly review the pertinent conditions, determine the necessity of obtaining additional explorations or tests with respect thereto and advise Owner in writing (with a copy to Contractor) or Engineer's findings and conclusions. e. Possible Document Change If Engineer concludes that there is a material error in the Contract Documents or that because of newly discovered conditions a change in the Contract Documents is required, a Work Directive Change or a Change Order will be issued as provided in Paragraph K to reflect and document the consequences of the inaccuracy or difference. f. Possible Price and Time Adjustments In each such case, an increase or decrease in the Contract Price or an extension or shortening of the Contract Time, or any combination thereof, will be allowable to the extent that they are attributable to any such inaccuracy or difference. If Owner and Contractor are unable to agree as to the amount or length thereof, a claim may be made therefore as provided in Paragraph L and M. I General Conditions City of Fayetteville 15 Sanitary Sewer Improvements I Paragraph E continued Physical Conditions - Underground Facilities a. Shown or Indicated The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: (1) Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and, (2) Contractor shall have full responsibility for reviewing and checking all such information and data, for locating all underground facilities shown or indicated in the Contract Documents, for coordination of the work with the owners of such underground facilities during construction, for safety and protection thereof and repairing any damage thereto resulting from the work, the cost of all of which will be considered as having been included in the contract price. b. Not Shown or Indicated If an underground facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of, Contractor shall, promptly after becoming aware thereof and before performing any work affected thereby (except in an emergency as permitted by paragraph G.13), identify the owner of such underground facility and give written notice thereof to that owner and to Owner and Engineer. Engineer will promptly review the underground facility to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the underground facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, Contractor shall be responsible for the safety and protection of such underground facility as provided in paragraphs G.12.a and G.12.b. Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the existence of General Conditions City of Fayetteville Sanitary Sewer Improvements 16 I I I I 11 a I I I I I I ii I I I I C I I I I I r-� u I I I I Ii I I I I Paragraph E.3.b continued any underground facility that was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof, Contractor may make a claim therefore as provided in Paragraphs L and M. Reference Points Owner shall provide engineering surveys for construction to establish reference points which in his judgment are necessary to enable Contractor to proceed with the work (unless otherwise specified), Contractor shall be responsible for laying out the work shall protect and preserve the established reference points, and shall make no changes or relocations without the prior written approval of Owner. Contractor shall report to Engineer whenever any reference point is lost, destroyed, or requires relocation because of necessary changes in grades or locations, and shall be responsible for replacement or relocation of such reference points by professionally qualified personnel. General Conditions City of Fayetteville 17 Sanitary Sewer Improvements I F. Bonds and Insurance 1. Performance and Other Bonds The Contractor shall, at the time he executes the Agreement, furnish bonds payable to the Owner in the form of bonds set forth herein, secured by a surety company acceptable to the Owner, as follows: a. Arkansas Statutory Performance and Payment Bond in an amount equal to 100 percent of the total contract price conditioned upon the faithful performance of all covenants and stipulations under the contract and holding good for a period of two years after the date when final payment becomes due, except as otherwise provided by law or regulation or by the Contract Documents to protect the Owner against the results of defective materials, workmanship, and equipment during that time. b. It is the responsibility of the Contractor to notify all surety companies and other signers of any of the bonds listed above, to familiarize themselves with all of the conditions and provisions of this Contract. All surety companies and other signers shall waive their right of notification by the Owner of any change or modification of this Contract, or of decreased or increased work, or of the cancellation of this Contract, or of any other acts by the Owner or its authorized employees or agents under the terms of this Contract. The waiver by the surety companies and other signers shall in no way relieve the surety companies and other signers of their obligations under this Contract. c. If the Surety on any Bond furnished by Contractor is declared bankrupt, or becomes insolvent, or its right to do business is terminated in any state where any part of the Project is located, or it ceases to meet the requirements herein, Contractor shall within five days thereafter substitute another Bond and Surety, both of which shall be acceptable to Owner. d. All Bonds shall be in the forms prescribed by law or regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. General Conditions City of Fayetteville Sanitary Sewer Improvements 18 I Paragraph F.1 continued 2. Contractor's Liability Insurance a. The Contractor shall obtain, purchase, and maintain throughout the duration of the contract, including all excepted time extensions, all insurance coverages described below. The Contractor shall purchase from and maintain in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, such insurance as will protect the contractor from claims set forth below which may arise out of or result from the Contractor's operations under the Contract, and for which the Contractor may be legally liable, whether such operations be by the Contractor or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (1) claims under workers' or workmens' compensation, • disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; r(2) claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees; (3) claims for damages because of bodily injury, sickness or disease, or death of any person Iother than the Contractor's employees; (4) claims for damages insured by usual personal injury liability coverage which are sustained ' (1) by a person as a result of an offense directly or indirectly related to employment of such person by the Contractor, or (2) by another person; (5) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom; 1 I I General Conditions City of Fayetteville 19 Sanitary Sewer Improvements I Paragraph F.2 continued (6) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of any motor vehicle; and (7) claims involving contractual liability insurance applicable to the Contractor's obligations under Paragraph G.16. b. The insurance required by Subparagraph F.2.a shall be 1 written for not less than limits of liability specified in the Contract Documents, Supplemental Conditions, or required by law, whichever coverage is greater. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption from date of commencement of the work until date of final payment and termination of any coverage required to be maintained after final payment. Notwithstanding the above, the insurance required by paragraph F.2 shall be on an occurrence basis. Such insurance shall be written to include the I following coverages and for not less than the following minimum limits or greater if required by law: I (1) Worker's Compensation, Occupational Disease and Employer's Liability Insurance: I (a) State: (in which this contract is performed) - Statutory limits. (b) Applicable Federal (if any) - Statutory limits. (c) Employer's Liability - if applicable in state Bodily Injury by Accident - $500,000 each accident Bodily Injury by Disease - $500,000 each employee Bodily Injury by Disease - $500,000 each policy limit a I General Conditions City of Fayetteville Sanitary Sewer Improvements 20 I Paragraph F.2.b continued (2) Commercial General Liability Insurance including as minimum coverages: 1 - Premises - Operations Liability Independent Contractor's Protective Liability Products and Completed Operations Liability - Broad Form Property Damage Endorsement Blanket Contractual - Personal Injury, with Employment Exclusion deleted (a) Special Requirements: i. Property Damage Liability Insurance will provide "X, C, and U" (Explosion, collapse and underground hazard) coverage as applicable. Iii. Products and Completed Operations to be maintained for (2)* years after final payment. iii. The owner, engineer, their consultants, agents and employees, shall be named as "additional insureds" on the commercial general liability pilicy of the general contractor and/or bubcontractor of any tier. i(b) Limits of Liability: $1,000,000 Each occurrence as 1 respects Bodily Injury Liability or Property Damage Liability, or both combined. $2,000,000 General Aggregate $1,000,000 Products/Completed Operations Aggregate $1,000,000 Personal and Advertising Injury (3) Automobile Liability Insurance: (a) Special Requirements: ' i. All owned, hired, and nonowned vehicles including the loading or unloading thereof. General Conditions City of Fayetteville 21 Sanitary Sewer Improvements Paragraph F.2.b continued ii. The owner, engineer, their consultants, agents and employees, shall be named as "additional insureds" on the commercial automobile liability policy of the general contractor and/or subcontractor of any tier. (b) Limits of Liability: $1,000,000 Each occurrence as respects Bodily Injury Liability or Property Damage Liability, or both combined. (4) Owner's and Contractor's Protective Liability Insurance: The Contractor will furnish and maintain this separate policy during the entire period of construction an Owner's Protective Liability Policy written in the name of the owner, engineer, and engineer's consultants, with the following limits of liability: Limits of Liability $1,000,000 Each occurrence as respects Bodily Injury Liability or Property Damage Liability, or both combined. $2,000,000 General Aggregate (5) Umbrella/Excess Liability Insurance: Limits of Liability I $5,000,000 Each Occurrence (minimum) $5,O00,000 Aggregate (minimum) c. Certificates of Insurance for the above coverages and the Owner's Protective Policy shall be submitted to the Engineer for transmittal to the Owner for his approval prior to the start of construction. The Contractor shall certify to the Owner that he has obtained or will obtain similar certificates of insurance from each of his Subcontractors before their work commences. Each Subcontractor must be covered by insurance of the same character and in the same amounts as the Contractor unless the Contractor and Owner agree that a reduced coverage is adequate. General Conditions 1 City of Fayetteville Sanitary Sewer Improvements 22 I ' Paragraph F.2.c continued Each subcontractor's insurance shall cover the Owner, Engineer, their agents and employees. The Contractor shall submit a statement with each monthly affidavit stating that he has obtained certificates of insurance, or other satisfactory evidence, that all required insurance is in force for each of the Subcontractors listed on his affidavit. If the "additional insureds" have other insurance which is applicable to the loss, it shall be on an excess or contingent basis. The amount of the company's liability under this policy shall not be reduced by the existence of such other insurance. Contractors ' certificates shall be in duplicate on standard Acord forms. Certificate of insurance shall contain a statement therein or a rider attached thereto incorporating the indemnity clause stated in Paragraph G.16 (Indemnification) of the General Conditions, and I including the changes and additions made in those subparagraphs or within the Supplemental General Conditions. These Certificates and the insurance policies required by this Paragraph F.2 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days' prior written notice has been given to the Owner and Engineer. If any of the foregoing insurance coverages are required to remain in force after final payment and are reasonably available, an additional certificate evidencing 1 continuation of such coverage shall be submitted with the final Application for Payment. Information concerning reduction of coverage shall be furnished by the Contractor with reasonable promptness in accordance with the Contractor's information and belief. The obligations of the Contractor under the provisions of this article shall not extend to the liability of the Engineer, his agents or employees arising out of (1) the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or specifications, or (2) the giving of or the failure to give directions or instructions by the Engineer, his agents or employees to the extent that such giving or failure to give is the cause of the injury or damage. I General Conditions City of Fayetteville 1 23 Sanitary Sewer Improvements I Paragraph F continued 3. Owner's Liability Insurance a. The Owner shall be responsible for purchasing and maintaining the Owner's usual liability insurance. Optionally, the Owner may purchase and maintain other insurance for self-protection against claims which may arise from operations under the Contract. The Contractor shall not be responsible for purchasing and maintaining this optional owner's liability insurance unless specifically required by the Contract Documents. 4. Property Insurance a. Unless otherwise provided, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, property insurance in the amount of the initial Contract Sum as well as subsequent modifications thereto for the entire Work at the site on a replacement cost basis without voluntary deductibles. Such property insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made as provided in Paragraph 0.12 or until no person or entity other than the Owner has an insurable interest in the property required by this Paragraph F.3 to be covered, whichever is earlier. This insurance shall include interests of the Owner, Engineer, the Contractor, Subcontractors and Sub -subcontractors in the Work. Property insurance shall be on all-risk policy form and shall insure against the perils of fire and flood and extended coverage and physical loss or damage including, without duplication of coverage, theft, vandalism, malicious mischief, collapse, false -work, temporary buildings and debris removal including demolition occasioned by enforcement of any applicable legal requirements, and shall cover reasonable compensation for Engineer's services and expenses required as a result of such insured loss. Coverage for other perils shall not be required unless otherwise provided in the Contract Documents. I General Conditions City of Fayetteville Sanitary Sewer Improvements 24 I Paragraph F.4.a continued Property Insurance provided by Contractor shall not cover any tools, apparatus, machinery, scaffolding, hoists, forms, staging, shoring and other similar items commonly referred to as construction equipment, which may be on the site and the capital value of which is not included in the Work. The Contractor shall make his own arrangements for any insurance he may require on such construction equipment. ' If the Contractor does not intend to purchase such property insurance required by the Contract and with all of the coverages in the amount described above, the Contractor shall so inform the Owner in writing prior to commencement of the Work. The Owner may then effect insurance which will protect the ' interests of the Owner, Contractor, Subcontractors and Sub -subcontractors in the Work, and by appropriate Change Order the cost thereof shall be charged to the Contractor. If the Owner is damaged by the failure or neglect of the Contractor to purchase or maintain insurance as described above, without so notifying the Owner, the Contractor shall bear all reasonable costs properly attributable thereto. If the property insurance required minimum deductibles and such deductibles are identified in the Contract Documents, the Contractor shall pay costs not covered because of such deductibles. If the Owner or insurer increases the required minimum deductibles above the amounts so identified or if the Owner elects to purchase this insurance with voluntary deductible amounts, the Owner shall be responsible for payment of the additional costs not covered because of such increased or voluntary deductibles. If deductibles are not identified in the Contract Documents, the Contractor shall pay costs not covered because of deductibles. The property insurance for the Work requires a maximum deductible of: $10,000 per claim. b. Partial Utilization - Property Insurance If Owner finds it necessary to occupy or use a portion or portions of the work prior to substantial completion of all the work, such use or occupancy may be accomplished in accordance with the provision for partial utilization; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged General Conditions City of Fayetteville 25 Sanitary Sewer Improvements I Paragraph F.4.b continued notice thereof and in writing effected the changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. c. Boiler and Machinery Insurance The Contractor shall purchase and maintain boiler and machinery insurance required by the Contract Documents or by law, which shall specifically cover such insured objects during installation and until final acceptance or unless agreed otherwise by the Owner; this insurance shall include interests of the Owner, Contractor, Subcontractors and Sub -subcontractors in the Work, and the Owner and Contractor shall be named insureds. d. Loss of Use Insurance The Owner, at the Owner's option, may purchase and maintain such insurance as will insure the Owner against loss of use of the Owner's property due to fire or other hazards, however caused. e. If the Owner requests in writing that insurance for risks other than those described herein or for other special hazards be included in the property insurance policy, the Contractor shall, if possible, include such insurance, and the cost thereof shall be charged to the Owner by appropriate Change Order. If during the Project construction period the Owner insures properties, real or personal or both, adjoining or adjacent to the site by property insurance under policies separate form those insuring the Project, or if after final payment property insurance is to be provided on the completed Project through a policy or policies other than those insuring the Project during the construction period, the Owner shall waive all right in accordance with the terms of Subparagraph F.4.h for damages caused by fire or other perils covered by this separate property insurance. All separate policies shall provide this waiver of subrogation by endorsement or otherwise. General Conditions City of Fayetteville Sanitary Sewer Improvements 26 L I/ I I I I I I Li I I I I r I Paragraph F.4 continued g. Before an exposure to loss may occur, the Contractor shall file with the Owner a copy of each policy that includes insurance coverages required by the Paragraph F.4. Each policy shall contain all generally applicable conditions, definitions, exclusions and endorsements related to this Project. Each policy shall contain a provision that the policy will not be canceled or allowed to expire until at least 30 days prior written notice has been given to ' the Owner. h. Waivers of Subrogation ' If permitted by the Owner's and Contractor's insurance companies, without penalties, the Owner and Contractor waive all rights against (1) each other and any of their Subcontractor, Sub -subcontractors, agents and employees, each of the other, and (2) the Engineer, Engineer's consultants, separate contractors if any, and any of their Subcontractors, Sub -subcontractors, agents and employees, for damages caused by fire or other perils to the extent covered by property insurance obtained pursuant to this Paragraph F.4 or other property insurance applicable to the Work, except such rights as they have to proceeds of such insurance held by the Owner as fiduciary. The Owner or Contractor, as appropriate, shall require of the Engineer, Engineer's consultants, separate contractors if any, and the ' Subcontractors, Sub -subcontractors, agents and employees of any of them, by appropriate agreements, written where legally required for validity, similar waivers each in favor of other parties enumerated herein. The policies shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective as to a person or ' entity even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise did not pay the insurance premium directly or indirectly, and whether or not the person or entity had an insurable interest in the property damaged. I El General Conditions City of Fayetteville 27 Sanitary Sewer Improvements I Paragraph F continued 5. Miscellaneous Requirements a. All insurance coverage shall be provided by insurance companies having policy holder ratings no lower than "A" and financial ratings not lower than "XII" in the Best's Insurance Guide, latest edition in effect as of the date of the Contract. b. The Contractor is responsible for determining that I Subcontractors are adequately insured against claims arising out of or relating to the Work. The premium cost and charges for such insurance shall be paid by each Subcontractor. C. The limits of liability as stated, may be arrived at using a Split -Limit or a Combined Single Limit basis. However, the total limit of lability shall not be less than that stated in the requirements. 6. Notification of Insurance Companies It is the responsibility of the Contractor to notify all insurance companies to familiarize themselves with all of the conditions and provisions of this Contract. The insurance companies shall waive their right of notification by the Owner of any change or modification of this Contract, or of decreased or increased work, or of the cancellation of this Contract, or of any other acts by the Owner or its authorized employees or agents under the terms of this Contract. The waiver by the insurance companies shall in no way relieve the insurance companies of their obligations under this Contract. 7. Subcontractor Bond The Contractor must secure from listed subcontractors a payment and performance bond if subcontractor bid is in excess of fifty thousand dollars ($50,000); and for other purposes as prescribed in Arkansas Senate Bill, Act 190 as engrossed 1/28/93. E General Conditions City of Fayetteville Sanitary Sewer Improvements 28 1 G. Contractor's Responsibilities 1. Supervision and superintendent a. Contractor shall supervise and direct the work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, ' sequences and procedures of construction, but Contractor shall not be solely responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence or procedure of construction which is indicated in and required by the Contract Documents. Contractor shall be responsible to see that the finished work complies accurately with the Contract Documents. b. Contractor shall keep on the work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. The superintendent will be contractor's representative at the site and shall have authority to act on behalf of contractor. All communications given to the superintendent shall be as binding as if given to Contractor. c. During the performance of this contract, the Contractor shall maintain a suitable office at the site of the work which shall be the headquarters of the foreman or superintendent authorized to receive ' drawings, instructions, or other communications, articles, or things from the Owner or its agents; and any such thing given to the said foreman or superintendent or delivered to the contractor's office at the site of the work in his absence shall be deemed to have been given to the Contractor. The Contractor shall have a telephone installed in this office. I I General Conditions City of Fayetteville 29 sanitary Sewer Improvements I Paragraph G continued 2. Labor, Materials and Equipment a. Contractor shall provide competent, suitably qualified personnel to survey and lay out the work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons, or the work, or property at the site or adjacent thereto, all work at the site shall be performed during regular working hours, and Contractor will not permit overtime work or the performance of work on Saturday, Sunday or any legal holiday without Owner's written consent given after prior written notice to Engineer. Regular working hours shall be a consecutive eight hour period between the hours of seven o'clock A.M. and six o'clock P.M., Monday through Friday. b. Unless otherwise specified in the General Requirements, Contractor shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water and sanitary facilities, and all other facilities and incidentals necessary for the execution, testing, initial operation and completion o` the work. c. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by Engineer, Contractor shall furnish evidence (including reports or required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any instructions will be effective to assign to Engineer, or any of Engineer's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the work or any duty or authority to undertake responsibility contrary to the provisions of paragraph J.10.c or J.l0.d. General Conditions City of Fayetteville Sanitary Sewer Improvements 30 I I Li I I I I I I I I I 1 Paragraph G continued 1 3. Adjusting Progress Schedule ' Contractor shall submit to Engineer for review (to the extent indicated in paragraph C.7) adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 4. Substitute or "Or -Equal" Items a. Whenever materials or equipment are specified or described in the Drawings or Specifications by using the name or a proprietary item of the name of a particular Supplier the naming of the item is ' intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be reviewed by Engineer if sufficient information is submitted by Contractor to allow Engineer to determine that the material or equipment proposed is equivalent to that named. The procedure for review by Engineer will include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be reviewed by Engineer from anyone other than Contractor. If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make written application to Engineer for review thereof, certifying that the proposed substitute will perform adequately the ' functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use and ' capable of performing the same function as that specified. The application will state that the evaluation and review of the proposed substitute will ' not prejudice Contractor's achievement of Substantial Completion on time, whether or not review of the substitute for use in the work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that ' specified shall be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain General Conditions City of Fayetteville 31 Sanitary Sewer Improvements I Paragraph G.4 continued an itemized estimate of all costs that will result directly or indirectly for use of such substitute, including costs or redesign and claims of other contractors affected by the resulting change, all of which shall be considered by Engineer in evaluating the proposed substitute. Engineer may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. Engineer will be the sole reviewer, and no substitute will be ordered or installed unless Engineer has agreed to the use of the substitute in writing. Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. Contractor will not be entitled to a change in Contract Time and/or Contract Price for any additional expenses associated with providing substitutions or "or -equal" items. b. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction to be reviewed i. by the Engineer, if Contractor submits sufficient information to allow Engineer to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by Engineer will be similar to that provided in paragraph G.4.a as applied by Engineer and as may be supplemented in the General Requirements. c. Engineer will be allowed a reasonable time within which to evaluate each proposed substitute. Engineer will be the sole reviewer, and no substitute will be ordered, as evidenced by either a Change Order or an approved Shop Drawing. Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. Engineer will record time required by Engineer and Engineer's consultants in evaluating substitutions proposed by Contractor and in making changes in the Contract Documents occasioned thereby. Whether or not Engineer reviews a proposed substitute, Contractor shall reimburse Owner for the charges of Engineer and Engineer's consultants for evaluating each proposed substitute. I General Conditions City. of Fayetteville Sanitary Sewer Improvements 32 [1 I I I I I I I I I I I I I I I I Paragraph G continued Concerning Subcontractors, Suppliers and Others a. Contractor shall not employ any Subcontractor, Supplier or other person, or organization (including those reviewed by the Owner and Engineer as indicated in paragraph G.5.b), whether initially or as a substitute, against whom Owner or Engineer may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the work against whom Contractor has reasonable objection. b. If the Specifications require the identity of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the principal items of materials and equipment) to be submitted to Owner in advance of the specified date prior to the Effective Date of the Agreement for review by Owner and Engineer and if Contractor has submitted a list thereof in accordance with the Specifications, Owner's or Engineer's review (either in writing or by failing to make written objection thereto by the date indicated for review or objection in the bidding documents or the Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case Contractor shall submit a substitute, the Contract Price will be increased by the difference in the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No review by Owner or Engineer of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of Owner or Engineer to reject defective work. c. If the Bid requires the listing of Suppliers for certain equipment items, the Contractor will be required to provide a Supplier that conforms to the Specifications and performs adequately the functions and achieve the results called for by the general design. The Contractor will not be entitled to an increase in Contract Price or Contract Time if the listed Supplier does not conform to the Specifications. The Engineer and Owner will not accept or approve the listed Suppliers prior to the Effective Date of the Agreement. The Engineer's review of Suppliers shop drawings will determine general conformance to the Specifications and shall General Conditions City of Fayetteville 33 Sanitary Sewer Improvements I Paragraph G.5 continued not constitute a waiver of any right of Owner or Engineer to reject defective work. This paragraph waives the requirements in paragraph G.5.b. d. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractor, Suppliers and other persons and organizations performing or furnishing any of the work under a direct or indirect contract with Contractor just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. e. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the work among Subcontractors or Suppliers or delineating the work to be performed by any specific trade. f. All work performed for Contractor by a Subcontractor will be pursuant to an appropriate agreement between Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer and contains waiver provisions as required by paragraph F.6. Contractor shall pay each Subcontractor a just share of any insurance moneys received by Contractor on account of losses under policies issued pursuant to paragraph F.2.d. Patent Fees and Royalties Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the work or the incorporation in the work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the work, and if to the actual knowledge of Owner or Engineer, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others. The existence of such rights shall be disclosed by Owner in the Contract General Conditions City of Fayetteville Sanitary Sewer Improvements 34 I I n I I J I _J I I Cl Il I I I U I I ri Paragraph G.6 continued Documents. Contractor shall indemnify and hold harmless the Owner, Engineer, and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including attorneys' fees and court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the work or resulting from the incorporation in the work of any invention, design, process, product, or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. ' 7. Permits I I I Li Li I I I 1l I I I I Contractor shall obtain and pay for all construction permits and licenses unless otherwise stated. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and construction observation fees necessary for the prosecution of the work, which are applicable at the time of opening of Bids, or if there are no Bids on the Effective Date of the Agreement. Contractor shall pay all charges of utility service companies for connections to the work, and Owner shall pay all charges of such companies for capital costs related thereto such as plant investment fees. 8. Laws and Regulations a. Contractor shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. b. If Contractor observes that the Specifications or Drawings are at variance with any Laws or Regulations, Contractor shall give Engineer prompt written notice thereof, and any necessary changes will be authorized by one of the methods indicated in paragraph D.2. If Contractor performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations, and without such notice to Engineer, Contractor shall bear all costs arising therefrom; however, it shall not be Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with such Laws and Regulations. General Conditions City of Fayetteville 35 Sanitary Sewer Improvements I Paragraph G continued 9. Taxes Contractor shall pay all sales, consumer, use and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance , of the Work. 10. Use of Premises a. Contractor shall confine construction equipment, the ' storage of materials, and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment, or other materials, or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against Owner or Engineer by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. Contractor shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold Owner and Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against Owner or Engineer to the extent based on a claim arising out of Contractor's performance of the Work. b. During the progress of the work, Contractor shall , keep the work site free from accumulations of waste materials, rubbish, and other debris resulting from the work. At the completion of the work Contractor shall remove all waste materials, rubbish, and debris from and about the premises as well as all tools, appliances, construction equipment, and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by Owner. Contractor shall restore to their original condition those portions of the site not designated for alteration by the Contract Documents. General Conditions , City of Fayetteville Sanitary Sewer Improvements 36 ' Paragraph G.10 continued c. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the work or adjacent property to stresses or pressures that will endanger it. ' 11. Record Documents Contractor shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Directive Changes, Field Orders and written interpretations and clarifications (issued pursuant to paragraph J.4) in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work, these record documents, samples and Shop Drawings will be delivered to Engineer for Owner. 12. Safety and Protection a. Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: (1) All employees on the work site and other persons who may be affected thereby. (2) All the work and all materials or equipment to be incorporated therein, whether in storage on or off the site. (3) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation, or replacement in the course of construction. b. Contractor shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, General Conditions City of Fayetteville 37 Sanitary Sewer Improvements I Paragraph G.12.b continued removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph G.12.a.(1) or G.12.a.(3) caused, directly or indirectly, in whole or in part, by Contractor, any Supplier or any other person or organization directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor). Contractor's duties and responsibilities for the safety and protection of the work shall continue until such time as all the work is completed and Engineer has issued a notice to Owner and Contractor in accordance with paragraph 0.12 that the work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). c. Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 13. Emergencies In emergencies affecting the safety or protection of persons, the work, or property at the site or adjacent thereto, Contractor, without special instruction or authorization from Engineer or Owner, is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice of any significant changes in the work or deviations from the Contract Documents caused thereby. If Engineer determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Directive Change or Change Order will be issued to document the consequences of the changes or variations. General Conditions City of Fayetteville Sanitary Sewer Improvements 38 I I Ii 11 L] I I Li I Li I I I I I I I I I I I I Paragraph G continued 14. Shop Drawings and Samples a. After checking and verifying all field measurements and after complying with applicable procedures specified in the General Requirements, Contractor shall submit to Engineer for review, in accordance with the Schedule of Shop Drawings, submissions which will bear a stamp or specific written indication that Contractor has performed Contractor's responsibilities under the Contract Documents with respect to the review of the submission. All submissions will be identified as Engineer may require. The data shown on the Shop Drawings will be complete with respect to dimensions, design criteria, materials of construction, and like information to enable Engineer to review the information as required. b. Contractor shall also submit to Engineer for review with such promptness as to cause no delay in work, all samples required by the Contract Documents. All samples will have been checked by and accompanied by a specific written indication that Contractor has performed Contractor's responsibilities under the Contract Documents with respect to the review of the submission and will be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended. (1) Before submission of each Shop Drawing or sample Contractor shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers.and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. (2) At the time of each submission, Contractor shall in writing call Engineer's attention to any deviations that the Shop Drawings or samples may have from the requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to Engineer for review and approval of each such variation. General Conditions City of Fayetteville 39 Sanitary Sewer Improvements C1 Paragraph G.14 continued c. Engineer will review with reasonable promptness Shop Drawings and samples, but Engineer's review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, sequences, techniques or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review of a separate item as such will not indicate compliance of the assembly in which the item functions. Contractor shall make any corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and resubmit new samples for review. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. d. Engineer's review of Shop Drawings or samples shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has in writing called Engineer's attention to each such variation at the time of submission as required by paragraph G.14.b.(2) and Engineer has given written review of each such variation by a specific written notation thereof incorporated in or accompanying the Shop Drawing or sample approval; nor will any review by Engineer relieve Contractor from responsibility for errors or omissions in the Shop Drawings or from responsibility for having complied with the provisions of paragraph G.14.b.(1). e. Where a Shop Drawing or sample is required by the Specifications, any related Work performed prior to Engineer's review of the pertinent submission will be the sole expense and responsibility of Contractor. 15. Continuing the Work Contractor shall carry on the work and maintain the progress schedule during all disputes or disagreements with Owner. No work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph P.3 or as Contractor and Owner may otherwise agree in writing. General Conditions City of Fayetteville Sanitary Sewer Improvements 40 I I I I 11 I I I I I I I Li I I Paragraph G continued I [] C] I I I I I I Li I I I I I I I I 16. Indemnification (Hold Harmless Agreement) a. To the fullest extent permitted by Laws and Regulations Contractor shall indemnify and hold harmless Owner and Engineer and their consultants, agents and employees from and against all claims, damages, losses and expenses direct, indirect or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. b. The foregoing Subparagraph shall, but not by way of limitation, specifically include all claims a...d judgements which may be made against the Owner, Engineer, Engineer's consultants, and agents and employees of any of them under the Illinois Structural Work Law, and similar laws of other state or governmental body having jurisdiction; and further, against claims and judgements arising from violations of public ordinances and requirements of governing authorities due to the Contractor's or Subcontractor's method of execution of the work. c. In any and all claims against Owner or Engineer or any of their consultants, agents or employees by any employee of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation described hereinbefore shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor or any Subcontractor under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. General Conditions City of Fayetteville 41 Sanitary Sewer Improvements rI Paragraph G.16 continued d. The obligations of Contractor under paragraph G.16 shall not extend to the liability of Engineer, Engineer's consultants, agents or employees arising out of the preparation or review of maps, drawings, opinions, reports, surveys, Change Orders, designs, or Specifications. b Eli I I C I I I Li I I I General Conditions ' City of Fayetteville Sanitary Sewer Improvements 42 I H `1 P1 IJ I I Li I I [_1 I I I I I I C Other Work 1. Related Work at Site a. Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts therefore which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work; and, if Contractor believes that such performance will involve additional expense to Contractor or requires additional time and the parties are unable to agree as to the extent thereof, Contractor may make a claim therefore as provided in paragraphs L and M. b. Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. c. If any part of Contractor's Work depends for proper execution or results upon the work of any such other contractor or utility owner (or Owner), Contractor General Conditions City of Fayetteville 43 Sanitary Sewer Improvements I Paragraph H.l.c continued shall inspect and promptly report to Engineer in ' writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure so to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work except for latent or nonapparent defects and deficiencies in the other work. 2. Coordination I If Owner contracts with others for the performance of ' other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided, in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither Owner nor Engineer shall have any authority or responsibility in respect of such coordination. , I I I [I I I I I General Conditions , City of Fayetteville Sanitary Sewer Improvements 44 I. Owner's Responsibilities 1 1. Owner shall issue all communications to Contractor through Engineer. 2. In case of termination of the employment of Engineer, Owner shall appoint an Engineer against whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. Any dispute in connection with such appointment may be • subject to arbitration. 3. Owner shall furnish the data required of Owner under the Contract Documents promptly and shall make payments to Contractor promptly after they are due as provided in paragraphs 0.2 and O.7. ' 4. Owner's will provide lands and easements and provide engineering surveys to establish reference points as set forth in paragraphs E.1 and E.4. Paragraph E.2 refers to ' Owner's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions at the site and in existing structures which have been utilized by Engineer in preparing the Drawings and Specifications. 5. Owner's responsibilities in respect of purchasing ' property insurance is set forth in paragraph F.7. 6. Owner is obligated to execute Change Orders as indicated ' in paragraph K.4. 7. Owner's responsibility in respect of certain observations, tests, and reviews is set forth in ' paragraph N.3.b. 8. In connection with Owner's right to stop Work or suspend Work, see paragraphs N.5 and P.1. Paragraph P.2 deals with Owner's right to terminate services of Contractor under certain circumstances. I I I I I General Conditions City of Fayetteville 45 Sanitary Sewer Improvements I J. Engineer's Status During Construction 1. Owners Representative Engineer will be Owner's representative during the construction period. The duties, responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of Owner and Engineer. 2. Visits to Site ' Engineer will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous on -site observations to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed work will conform to the Contract Documents. On the basis of such visits and on -site observations as an experienced and qualified design professional, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defects and deficiencies in the Work. ' 3. Project Representation Engineer will furnish a Resident Project Representative ' to assist Engineer in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be the same as the Engineer unless otherwise designated in the Supplementary Conditions. 4. Clarifications and Interpretations ' Engineer will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents (in the form of Drawings or otherwise) as Engineer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree to the amount or extent thereof, Contractor may make a claim therefor as provided in paragraphs L or M. General Conditions City of Fayetteville Sanitary Sewer Improvements 46 Paragraph J continued 5. Authorized Variations in Work ' Engineer may authorize minor variations in the work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the ' Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on Owner, and also on Contractor who shall perform the Work involved promptly. If Contractor believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefor as provided in paragraphs L or M. 6. Rejecting Defective Work Engineer will have authority to reject Work which Engineer believes to be defective, and will also have ' authority to require special review, observation, or testing of the Work as provided in paragraph N.4.b, whether or not the Work is fabricated, installed or ' completed. 7. Shop Drawings, Change Orders, and Payments a. In connection with Engineer's responsibility for Shop Drawings and samples, see paragraphs G.14. b. In connection with Engineer's responsibilities as to Change Orders, see paragraphs K, L, and M. c. In connection with Engineer's responsibilities in respect of Applications for Payment, etc., see paragraph O. ' 8. Determinations for Unit Prices Engineer will have authority to determine the actual quantities and classifications of items of Unit Price Work performed by contractor, and the written decisions of Engineer on such matters will be final, binding on Owner and Contractor and not subject to appeal (except as modified by Engineer to reflect changed factual conditions). I I I CI General Conditions City of Fayetteville 47 Sanitary Sewer Improvements I Decisions on Disputes Paragraph J continued ' a. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the work thereunder. Claims, disputes and other matters relating to the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under paragraphs L and M in respect of changes in the Contract Price or Contract Time will be referred initially to Engineer in writing with a request for a formal decision in accordance with this paragraph, which Engineer will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant to Engineer and the other party to the Agreement promptly (but in no event later than thirty days) after the occurrence of the event giving rise thereto, and written supporting data will be submitted to Engineer and the other party within sixty (60) days after such occurrence unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim. b. When functioning as interpreter and judge under paragraphs J.4 and J.9, Engineer wi'.1 not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by Engineer pursuant to paragraphs J.4 and J.9 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 0.14) will be a condition precedent to any exercise by Owner or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. General Conditions City of Fayetteville Sanitary Sewer Improvements I I LJ I I LJ I] S u Ii I C1 I I H I I C1 I I I I Li I 1] I I I I I L r L I Paragraph J continued 10. Limitations on Engineer's Responsibilities a. Neither Engineer's authority to act under this paragraph I or elsewhere in the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of Engineer to Contractor, any Subcontractor. Supplier, or any of their agents or employees or any other person performing any of the Work, or to any surety for any of them. b. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed" or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "proper" or adjectives of like effect or import are used, to describe requirement, direction, review or judgment of Engineer as to the work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to Engineer any duty to authority to perform construction observation or direct performance of the Work or authority to undertake responsibility contrary to the provisions of paragraph I.8.c or I.8.d. c. Engineer will not be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and Engineer will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. d. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractors, or of the agents or employees of any Contractor or Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. General Conditions City of Fayetteville 49 Sanitary Sewer Improvements I K. Changes in Work 1. Without invalidating the Agreement and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions or revisions in the Work; these will be authorized by a Written Amendment, a Change Order, or a Work Directive Change. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). ' If Owner and Contractor are unable to agree as to the extent, if any, of an increase or decrease in the Contract Price or an extension or shortening of the Contract Time that should be allowed as a result of a Work Directive Change, a claim may be made therefor as provided in paragraph L or M. 3. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraph D.2 except in the case of an emergency as provided in paragraph G.13 and except in the case of uncovering Work as provided in paragraph N.4.b. 4. Owner and Contractor shall execute appropriate Change ' Orders (or Written Amendments) covering: a. Changes in the Work which are ordered by Owner pursuant to paragraph K.1, are required because of defective Work under paragraph N.8 or correcting defective Work under paragraph N.9, or are agreed to by the parties; b. Changes in the Contract Price or Contract Time which are agreed to by the parties; and c. Changes in the Contract Price or Contract Time which embody the substance of any written decision rendered by Engineer pursuant to paragraph J.9. provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the progress schedule as provided in paragraph G.15. General Conditions City of Fayetteville Sanitary Sewer Improvements 50 I I I I [1 Paragraph K continued 5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be Contractor's responsibility, and the amount of each applicable Bond will be adjusted accordingly. General Conditions City of Fayetteville 51 Sanitary Sewer Improvements H L. Changes in Contract Price 1. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by Contractor shall be at his expense without change in the Contract Price. 2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to Engineer promptly (but in no event later than thirty (30) days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty (60) days after such occurrence (unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by Engineer in accordance with paragraph J.9.a if Owner and Contractor cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph L.2. 3. The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: a. Where the Work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of the items involved (subject to the provisions of paragraph L.7). b. By a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph L.5.a.(2)(a). c. On the basis of the Cost of the Work (determined as provided in paragraphs L.4.a and L.5.b) plus a Contractor's Fee for overhead and profit (determined as provided in paragraphs L.5.a and L.5.b. General Conditions City of Fayetteville Sanitary Sewer Improvements H [. I I LEI I I I Li I I 11 I [1 I I I I C Paragraph L continued 4. Cost -of -Work a. The term Cost -of -Work means the sum of all costs necessarily incurred and paid by Contractor in the proper performance of the Work. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph L.4.b: (1) Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by Owner. (2) Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Supplier's field services required in connection therewith. All case discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to Owner and Contractor shall make provisions so that they may be obtained. General Conditions City of Fayetteville 53 Sanitary Sewer Improvements I Paragraph L.4.a continued (3) Payments made by Contractor to the Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to Owner who will then determine, with the advice of Engineer, which bids may be accepted. If a Subcontract provided that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as Contractor's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. (4) Costs of special consultants (including, but not limited to, engineer, architects, testing laboratories, surveyors, lawyers and accountants) employed for services specifically related to the Work. (5) Supplemental costs including the following: (a) The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. (b) Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remain the property of Contractor. (c) Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements reviewed by Owner with the advice of Engineer, and the cost of transportation, loading, unloading, installation, dismantling and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. General Conditions City of Fayetteville Sanitary Sewer Improvements 54 I I I I1 I J J I U 11 I I I I H 7 C I 7 1J I I I I C I I L Paragraph L.4.a.(5) continued (d) Sales, consumer, use or similar taxes related to the work, and for which Contractor is liable, imposed by Laws and Regulations. (e) Deposits lost for causes other than negligence of Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. (f) Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by Contractor in connection with the execution of the work, provided they have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and review of Owner. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's Fee. If, however, any such loss or damage requires reconstruction and Contractor is placed in charge thereof, Contractor shall be paid for services a proportionate fee to that stated in paragraph L.5.a.(2). (g) The cost of utilities, fuel and sanitary facilities at the site. (h) Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. (i) Cost of premiums for additional Bonds and insurance required because of changes in the Work. b. The term Cost -of -Work shall not include any of the following: General Conditions City of Fayetteville 55 Sanitary Sewer Improvements Paragraph L.4.a. continued (1) Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other personnel employed by Contractor whether at the site or in Contractor's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph L.4.a.(1) or specifically covered by paragraph L.4.a.(4) - all of which are to be considered administrative costs covered by the Contractor's Fee. (2) Expenses of Contractor's principal and branch offices other than Contractor's office at the site. (3) Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. (4) Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by paragraph L.4.a.(5)(i)). (5) Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. (6) Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph L.4.a. General Conditions City of Fayetteville Sanitary Sewer Improvements 56 I I L F I H C E H H .I I I I I I I ' Paragraph L continued 5. Contractor's Fee a. The Contractor's Fee allowed to Contractor for overhead and profit shall be determined as follows: (1) A mutually agreed fixed fee; or if none can be agreed upon, (2) A fee based on the following percentages of the various portions of the Cost of the Work: (a) The Contractor's Fee shall be fifteen (15) percent for payroll costs and the cost of materials and equipment as defined in paragraphs L.4.a.(1) and L.4.a.(2); (b) The Contractor's Fee shall be five (5) percent on the work performed by Subcontractors as defined in paragraph L.4.a.(3); and if a Subcontract is on the • basis of Cost -of -Work plus a Fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall be fifteen (15) percent; (c) No fee shall be payable on costs defined in paragraphs L.4.a.(4), L.4.a.(5), and L.5 (costs associated with supplemental costs or special consultants); ' (d) The amount of credit to be allowed by Contractor to Owner for any such change ' which results in a net decrease in cost, will be the amount of the actual net decrease plus a deduction in Contractor's Fee by an amount equal to ten (10) percent of the net decrease; and (e) When both additions and credits are involved ' in any one change, the adjustment in Contractor's Fee shall be computed on the basis of the net change in accordance with paragraphs L.5.a.(2)(a) through L.5.a.(2)(d), inclusive. b. Whenever the cost of any Work is to be determined pursuant to paragraph L.4, Contractor will submit an itemized cost breakdown together with supporting data. I I General Conditions City of Fayetteville 57 Sanitary Sewer Improvements I Paragraph L continued Cash Allowances: a. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be reviewed by the Engineer. Contractor agrees that: (1) The allowances include the cost to Contractor I I (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered to the site, and all applicable taxes; and (2) Contractor's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. b. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. Ii Li I 7. Unit Price Work: I a. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer in accordance with Paragraph J.B. b. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. General Conditions City of Fayetteville Sanitary Sewer Improvements 58 I L 11 I I 1 I Paragraph L.7 continued C. The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions: (1) If the total cost of a particular item of Unit Price Work amounts to 115 percent or more of the Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by Contractor differs by more than 15 percent from the estimated quantity of such item indicated in the Agreement; and (2) If there is no corresponding adjustment with respect to any other item of Work; and (3) If Contractor believes that it has incurred additional expense as a result thereof; or (4) If Owner believes that the quantity variation ' entitles it to an adjustment in the unit price, either Owner or Contractor may make a claim for a adjustment in the Contract Price in accordance with Paragraph L if the parties are unable to agree as to effect of any such variations in the quantity of Unit Price Work performed. I I El I I I I I I General Conditions City of Fayetteville 59 Sanitary Sewer Improvements I M. Changes in Contract Time 1. General a. The Contract Time may only be changed by a Change Order or a Written Amendment. Any claim for an extension or shortening of the Contract Time shall be based on written notice delivered by the party making the claim to the other party and to Engineer promptly (but in no event later than thirty (30) days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty (60) days after such occurrence (unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Time shall be determined by Engineer in accordance with paragraph 3.8 if Owner and Contractor cannot otherwise agree. No claim for an adjustment in the Contract Time will be valid if not submitted in accordance with the requirements of this paragraph M.l.a. 1 b. The Contract Time may be extended in an amount equal to time lost due to delays (unavoidable delays) beyond the control of Contractor if a claim is made as provided in paragraph M.l.a. Such delays shall include, but not be limited to, acts or neglect by Owner or others performing additional work as contemplated by paragraph H, or to fires, floods, labor disputes, epidemics, abnormal weather conditions, or acts of God. C. All time limits stated in the Contract Documents are of the essence of the Agreement. Provisions of this paragraph 74.1 shall not exclude recovery for damages (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) for delay by either party. General Conditions City of Fayetteville Sanitary Sewer Improvements 60 I Paragraph M continued 1 2. Delays Ia. Avoidable Delays (1) Avoidable delays in the prosecution or completion of the Work shall include all delays which might have been avoided by the exercise of care, prudence, foresight, or diligence on the part of the Contractor. i(2) Delays in the prosecution of parts of the Work which may in themselves be unavoidable but do not necessarily prevent or delay the prosecution of other parts of the work nor the completion of the whole work within the time herein specified; reasonable loss of time resulting from the necessity of submitting drawings to the Engineer for approval and from the making of surveys, measurements, and observations; and such ' interruptions as may occur in the prosecution of the work on account of the reasonable interference of other Contractors employed by the Owner, which do not necessarily prevent the completion of the whole work within the time herein specified, will be deemed avoidable delays within the meaning of this Contract. b. Unavoidable Delays ' Unavoidable delays in the prosecution or completion of the Work under this Contract shall include all delays which may result through causes beyond the control of the Contractor and which he could not have provided against by the exercise of care, prudence, foresight, or diligence. Such delays shall include, but not be limited to, acts or neglect by Owner or others performing additional work as contemplated by paragraph H or to fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. Orders issued by the Owner changing the amount of Work to be done, the quantity of material to be furnished, or the manner in which the Work is to be prosecuted; failure of the Owner to provide rights- of- way; and unforeseen delays in the completion of the Work of other contractors under contract with the Owner will be considered unavoidable delays, so far ' as they necessarily interfere with the Contractor's completion of the whole of the Work. Delays due to I General Conditions City of Fayetteville 61 Sanitary Sewer Improvements Paragraph M.2.b continued adverse weather conditions will not be regarded as unavoidable delays as the Contractor should understand that such conditions are to be expected and plan his Work accordingly. 3. Extension of Time a. For Unavoidable Delays For delays which are unavoidable as provided in paragraph M.2.b, as determined by the Owner, the Contractor will be allowed, if he applies for the same, an extension of time beyond the time specified for completion, proportionate to such unavoidable delay or delays, within which to complete the Contract. The Contractor will not be charged, because of any extension of time for such unavoidable delay, any liquidated damage and/or actual damages as provided in paragraph R. b. For Avoidable Delay , (1) Extensions of time will not be granted because of avoidable delays. (2) contractor will be charged liquidated damages or actual damages as provided in paragraph R for 4 avoidable delays. I I I I I I I General Conditions City of Fayetteville Sanitary Sewer Improvements 62 D 11 [1 • N. Warranty and Guarantee; Tests and Observations; Correction, IRemoval, or Acceptance of Defective Work 1. Warranty and Guarantee Contractor warranties and guarantees to Owner and Engineer that all work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to Contractor. All defective Work, whether or not in place, may be rejected, corrected or agreed to as provided in this paragraph N. 2. Access to Work Engineer and Engineer's representatives, other representatives of Owner, testing agencies and governmental agencies with jurisdictional interests will have access to the work at reasonable times for observation and testing. Contractor shall provide proper and safe conditions for such access. 3. Tests and Observations a. Contractor shall give Engineer timely notice of readiness of the Work for all required observations, tests, or reviews. b. If Laws or Regulations of any public body having jurisdiction requires any Work (or part thereof) to specifically be observed or tested. Contractor shall ' assume full responsibility therefor, pay all costs in connection therewith and furnish Engineer with the required certificates of inspection, testing, or approval. Contractor shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with Owner's or Engineer's agreed to Supplier of materials or equipment proposed to be incorporated in the work, or of materials or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. The cost of all observations, tests, and approvals in addition to the above which are required by the Contract Documents shall be paid by Owner (unless otherwise specified). c. All observations, tests, or reviews other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations agreed to by Owner and Contractor (or by Engineer if so specified). I I I General Conditions City of Fayetteville 63 Sanitary Sewer Improvements II Paragraph N.3 continued d. If any Work (including the work of others) that is to be observed or tested is covered without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover such work and Engineer has not acted with reasonable promptness in response to such notice. e. Neither observations by Engineer nor observations, tests, or reviews by others shall relieve Contractor from his obligations to perform the work in accordance with the Contract Documents. 4. Uncovering work a. If any work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. b. If Engineer considers it necessary or advisable that covered work be observed by Engineer or tested by others, Contractor, at Engineer's request, shall uncover, expose or otherwise make available for observation or testing as Engineer may require, that portion of the work in question, furnishing all necessary labor, material and equipment. If it is found that such work is defective, Contractor shall bear all the expenses of such uncovering, exposure, observation, testing and reconstruction, (including but not limited to fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriated decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in paragraph L. If, however, such work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, testing and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefor as provided in paragraphs L and M. General Conditions City of Fayetteville Sanitary Sewer Improvements [1 I 11 El I L I II I I I II J I Paragraph N continued 5. Owner May Stop the Work ' If the work is defective, or Contractor fails to supply sufficient skilled workmen or suitable materials or equipment,or fails to furnish or perform the Work in such ' a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the work, or any portion thereof, until the cause for such order has been eliminated; however, this right of ' Owner to stop the work shall not give rise to any duty on the part of the Owner to exercise this right for the benefit of Contractor or any other party. 6. Correction or Removal of Defective Work a. If required by Engineer, Contractor shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Engineer, remove it from the site and replace it with suitable Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals) made necessary thereby. b. If the Contractor fails to remove defective work within ten days after receipt of written notice, the rejected material or work may be removed by the Owner ' and the cost of such removal shall be taken out of the money that may be due or may become due the Contractor on account of or by virtue of this Contract. No such rejected material shall again be offered for use by the Contractor under this Contract. 7. One Year Correction Period If within one year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any work is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions, either correct such defective work, or, if it has been rejected by Owner, remove it from the site and replace it with nondefective work. If Contractor does not promptly comply with the I General Conditions City of Fayetteville 65 Sanitary Sewer Improvements I Paragraph N.7 continued terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective work corrected or the rejected work removed and replaced, and all direct and indirect costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by Contractor. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 8. Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective work, Owner (and, prior to Engineer's recommendation of final payment, also Engineer) prefers to accept it, Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be reviewed by Engineer as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys and other professionals). If any such acceptance occurs prior to Engineer's recommendation of final payment, a Cnange Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, Owner may make a claim therefor as provided in paragraph L. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. 9. Owner May Correct Defective Work ' If Contractor fails within a reasonable time after written notice of Engineer to proceed to correct defective work or to remove and replace rejected work as required by Engineer in accordance with or if Contractor fails to perform the work in accordance with the Contract Documents or if Contractor fails to comply with any other provision of the Contract Documents, Owner may, after seven days' written notice to Contractor, correct and remedy any such deficiency. In exercising his right under this paragraph Owner shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from General Conditions City of Fayetteville Sanitary Sewer Improvements 66 I Paragraph N.9 continued all or part of the site, take possession of all or part of the work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the site and incorporate in the work all materials and equipment stored at the site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents and employees such access to the site as may be necessary to ' enable Owner to exercise his rights under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and renedies will be charged ' against Contractor in an amount reviewed by Engineer, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate ' decrease in the Contract Price, and if the parties are unable to agree as to the amount thereof, Owner may make a claim therefor as provided in paragraph L. Such direct, indirect and consequential costs will include but not be limited to fees and charges of engineers, architects, attorneys and other professionals, all court ' and arbitration costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an ' extension of the Contract Time because of any delay in performance of the work attributable to the exercise by Owner of Owner's rights hereunder. I I lI I I r General Conditions City of Fayetteville 67 Sanitary Sewer Improvements 1 O. Payments to Contractor and Completion 1. Schedules The schedule of values established as provided in , paragraph C.7 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment. Progress payments on account of Unit Price Work will be based on the number of units completed. 2. Application for Progress Payments a. The contractor shall, on the 25th day of each calendar month, together with a representative of the Engineer, make an estimate of the value of the work performed as of the 15th day of the month in accordance with this Contract since the last preceding estimate was made. The Contractor shall then prepare and submit the I estimate to the Engineer on the periodical estimate for partial payment forms, copies of which are bound with these Contract Documents. The number of copies to be submitted will be determined by the Engineer after construction has started. b. Upon presentation of certified copies of purchase bills and freight bills, the Owner will permit inclusion in such monthly estimates payment for materials that will eventually be incorporated in the project, providing that such material is suitably stored on the site at the time of submission of the estimate for payment. At the time the next following monthly estimate is submitted, certified copies of receipted purchase and freight bills for the stored materials included in the monthly payment estimate submitted two months previously shall be submitted. If the Contractor fails to submit proof of payment with the monthly payment estimate, those items of stored materials for which no proof of payment has been submitted will be deleted from the current payment estimate. Such materials when so paid for by the Owner will become the property of the Owner and, in case of default on the part of the Contractor, the Owner may use or cause to be used by others these materials in construction of the project. However, the Contractor shall be responsible for safe guarding such materials against loss or damage of any nature whatsoever, and in case of any loss or damage the Contractor shall replace such lost or damaged materials at no cost to the Owner. General Conditions City of Fayetteville Sanitary Sewer Improvements 68 1 I Paragraph O.2.b continued (1) Except as provided in paragraph O.2.b, the first application for payment shall be of the value of ' the work done and of materials proposed and suitable for permanent incorporation in the work, delivered, and suitably and safely stored at the site of the work since the Contractor shall have begun the performance of this Contract; and every subsequent estimate, except the final estimate, shall be of value of the work done and materials delivered and suitably stored at the site of the work since the last preceding estimate was made. ' c. No application for partial payment shall be made when, in the judgement of the Engineer, the total value of the Work done and materials incorporated ' into the Work under this Contract since the last preceding estimate amount is less than $10,000. Rd. Applications for payment shall be signed by the Engineer and approved by the Owner, and after such approval, the Owner, subject to the foregoing provisions, will pay or cause to be paid an amount equal to the estimated value of the work performed less a retained amount in accordance with the following schedule: ' (1) Ten (10) percent until construction is .0 percent complete. ' (2) Five (5) percent after construction is 50 percent complete, provided that the Contractor is making adequate progress and there is no ' specific cause for greater withholding. (3) When the project is substantially complete (operational or beneficial use as determined by the Engineer) the retained amount will be reduced to two (2) percent of the value of work which is substantially complete, or two hundred (200) percent of the value of each item as determined by the Engineer to complete said item or items of work, whichever is greater. e. Contractor shall furnish with each application for payment a Contractor's sworn affidavit listing all parties to receive payments on that request. I General Conditions City of Fayetteville 69 Sanitary Sewer Improvements 1 Paragraph O.2 continued f. If required by the regulatory agencies, the Contractor and his subcontractor shall prepare weekly sworn affidavits with respect to the payment of wages , in accordance with the provisions as set forth in the "Anti -Kickback" Act, and submit affidavits with the progress payment requests. Unit Price Items a. Unit price items listed in the Bid form and in the I Agreement form may be of two types, "unit price construction items", and "unit price work items ordered by the Engineer during construction". For all unit price items quantities as set forth are the best estimates which can be made during design, since actual quantities cannot be determined until construction is underway. b. The Contractor shall study carefully the Specifications to determine the extent and scope of the work included under lump sum items in the Contract. It may be that work under some unit price items is in addition to similar work to be performed under lump sum items and paid for thereunder. c. Unit Price Construction Items r, Unit price construction items will be used to pay for work not included under a lump sum item but required by the Contract. ' d. Unit Price Work Items Order by the Engineer During Construction These unit price items will be used to pay for designated work, not shown on the Contract Drawings, when ordered by the Engineer in writing during construction. 4. Reporting and Invoicing Cost -of -Work All cost -of -work items shall be reported daily and signed by the Contractor and the Engineer, which daily reports shall thereafter be considered the true record of cost- of- work done. Completely detailed invoices covering the cost -of -work shall be submitted for payment not later than 15 days after the completion of the work. The charges for work performed by the Contractor, by a Subcontractor, and by an employee of a Subcontractor shall be reported separately. Substantiating invoices from suppliers, vendors and Subcontractors shall be included with the Contractor's invoices. The Contractor General Conditions City of Fayetteville Sanitary Sewer Improvements 70 Paragraph O.4 continued shall permit examination of accounts, bills, and vouchers relating to the cost -of -work when requested by the ' Engineer. 5. Partial Waiver of Liens ' Partial waiver of liens shall accompany each payment request to cover the full amount of the previous payment request. The Contractor shall procure from each and every Subcontractor and suppliers of material or labor a partial waiver of lien to release the Owner of any claim to a mechanics lien, which they or any of them may have under the mechanics lien laws of the State in which the project is located. Any payments made by the owner without requiring strict compliance to the terms of this paragraph shall not be construed as a waiver by the Owner of the right to insist upon strict compliance with the terms of this approach as a condition of later payments. 6. Contractor's Warranty of Title Contractor warrants and guarantees that title to all work, materials and equipment covered by any Application for Payment, whether incorporated in the project or not, will pass to Owner no later than the time of payment free and clear of all Liens. ' 7. Review of Progress Payment Requests • a. Engineer will, within fifteen (15) days after receipt of each payment request, either indicate in writing a recommendation of payment and present the request to Owner, or return the payment request to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the ' request. Thirty (30) days after presentation of the Application for Payment with Engineer's recommendation, the amount recommended will (subject Ito the provisions of paragraph O.7.f) become due and when due will be paid by Owner to Contractor. b. If the Owner fails to make payment thirty (30) days after review by the Engineer, in addition to other remedies available to the Contractor, there may be added to each such payment interest at an annual rate of twelve (12) percent commencing on the first day after said payment is due and continuing until the payment is received by the Contractor. General Conditions City of Fayetteville 71 Sanitary Sewer Improvements 1 Paragraph 0.7 continued c. Engineer's recommendation of any payment requested in a payment request will constitute a representation by Engineer to Owner, based on Engineer's on -site observations of the work in progress as an experienced and qualified design professional and on Engineer's review of the payment request and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of the Engineer's knowledge, information and belief, the quality of the work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon substantial completion, to the results of any subsequent tests called for in the Contract Documents to a final determination of quantities and classifications for Unit Price Work under paragraph J.8 and to any other qualifications stated in the recommendation); and that Contractor is entitled to payment of the amount recommended. However, by recommending any such payment, Engineer will not thereby be deemed to have represented that exhaustive or continuous on -site observations have been made to check the quality or the quantity of the work, or that the means, methods, techniques, sequences, and procedures of construction have been reviewed or that any examination has been made to ascertain how or for what purpose Contractor has used the moneys paid or to be paid to Contractor on account of the Contract Price, or that title to any work, materials or equipment has passed to Owner free and clear of any Liens. d. Engineer's recommendation of final payment will constitute an additional representation by Engineer to Owner that the conditions precedent to Contractor's being entitled to final payment as set forth in paragraph O.8.a have been fulfilled. e. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make such representations to Owner. Engineer may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent observations or tests, nullify any such payment previously recommended; to such extent as may be necessary to Engineer's opinion to protect Owner from loss because: (1) The Work is defective, or completed work has been damaged requiring correction or replacement. General Conditions City of Fayetteville Sanitary Sewer Improvements 72 L I I I I I I E I I I I I U I C I I I Paragraph O.7.e continued (2) The Contract Price has been reduced by Written Amendment or Change Order. (3) Owner has been required to correct defective Work or complete the Work in accordance with paragraph N.6.b. (4) Engineer's actual knowledge of the occurrence of any of the events enumerated in paragraphs P.2.a.(1) through P.2.a.(9) inclusive. f. Owner may refuse to make payment of the full amount recommended by Engineer because claims have been made against Owner on account of Contractor's performance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling Owner to a set-off against the amount recommended, but Owner must give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action. 8. Substantial Completion a. When Contractor considers the entire work ready for its intended use and all final restoration and testing is complete, Contractor shall notify Owner and Engineer in writing the entire Work is Substantially Complete and request that Engineer issue a Statement of Substantial Completion. Within a reasonable time thereafter, Owner, Contractor and Engineer shall make an observation of the Work to determine the status of completion. If Engineer does not consider the work Substantially Complete, Engineer will notify Contractor in writing, giving his reasons therefore. If Engineer considers the work substantially complete, Engineer will prepare and deliver to Owner a tentative Statement of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. This list shall be called a punch list. Owner shall have fourteen (14) days after receipt of the tentative certificate during which he may make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not Substantially Complete, Engineer will within fourteen days after submission of the tentative certificate to Owner notify Contractor in writing, stating his reasons therefore. If, after consideration of Owner's objections, Engineer General Conditions City of Fayetteville 73 Sanitary Sewer Improvements I Paragraph O.8.a continued considers the Work Substantially Complete, Engineer will within said fourteen (14) days execute and deliver to Owner and Contractor a definitive Statement of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. At the time of delivery of the tentative Statement of , Substantial Completion Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, heat, utilities and insurance and warranties. Unless Owner and Contractor agree otherwise in writing and so inform Engineer prior to Engineer's issuing the definitive Statement of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. b. Owner shall have the right to exclude Contractor from the work after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the punch list. 9. Partial Utilization ' a. Use by Owner of any finished part of the Work, which has specifically been identified in the Contract Documents, or which Owner, Engineer and Contractor agree constitutes a separately functioning and useable part of the Work that can be used by Owner without significant interference with Contractor's performance of the remainder of the Work, may be accomplished prior Substantial Completion of all the Work subject to the following: (1) Owner at any time may request Contractor •in writing to permit Owner to use any part of the work which Owner believes to be ready for its intended use and substantially complete. If Contractor agrees, Contractor will certify to Owner and Engineer that said part of the Work is substantially complete and request Engineer to issue a Statement of Substantial Completion for that part of the Work. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a General Conditions City of Fayetteville Sanitary Sewer Improvements 74 I Paragraph O.9.a continued Statement of Substantial Completion for that part of the Work. Within a reasonable time after either such request, Owner and Contractor shall observe that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefore. If Engineer considers that ' part of the Work to be substantially complete, the provisions of paragraph 0.8 will apply with respect to Statement of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. (2) Owner may at any time request Contractor in • writing to permit Owner to take over operation of any such part of the Work although it is not substantially complete. A copy of such request • will be sent to Engineer and within a reasonable time thereafter Owner, Contractor, and Engineer ' shall observe that part of the Work to determine its status of completion and will prepare a list of the items remaining to be completed or ' corrected thereon before final payment. If Contractor does not object in writing to owner and Engineer that such part of the Work is not ready for separate operation by Owner, Engineer ' will finalize the list of items to completed or corrected and will deliver such list to Owner and Contractor together with a written ' recommendation as to the division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, utilities, ' insurance, warranties and guarantees for that part of the Work which will become binding upon Owner and Contractor at the time when Owner takes over such operation (unless they shall have otherwise agreed in writing and so informed Engineer). During such operation and prior to ' Substantial Completion of such part of the Work, Owner shall allow Contractor reasonable access to complete or correct items on said list and to complete other related Work. ' (3) No occupancy or separate operation of part of the Work will be accomplished prior to ' compliance with the requirements of paragraph F.7 in respect of property insurance. General Conditions City of Fayetteville 75 Sanitary Sewer Improvements 1] Paragraph O continued 10. Final Observation ' Upon written notice from Contractor that Work or an agreed portion thereof is complete, Engineer will make a final observation with Owner and Contractor and will notify Contractor in writing of all particulars in which this observation reveals that the work is incomplete or defective. Contractor shall immediately take such measures as are necessary to remedy such deficiencies. 11. Final Application For Payment , After Contractor has completed all such corrections and delivered all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, marked -up record documents as provided in paragraph G.11 and other documents - all as required by the Contract Documents, and after Engineer has indicated that the Work is acceptable, subject to the provisions of paragraph O.16 Contractor may make application for final payment request following the procedure for progress payment requests. The final payment requests shall be accompanied by all documentation called for in the Contract Documents, together with complete and legally effective releases or waivers (satisfactory to Owner) of all Liens arising out of or filed in connection with the work. In lieu thereof and as approved by Owner, Contractor may furnish receipts or releases in full; an affidavit of Contractor that the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and that all payrolls, material and equipment bills, and other indebtedness connected with the work for which Owner or his property might in any way be responsible, have been paid or otherwise satisfied; and consent of the Surety, if any, to final payment. If any Subcontractor, Supplier fails to furnish a release or receipt in full, Contractor may furnish a Bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. 12. Final Payment and Acceptance I a. If, on the basis of Engineer's observation of the Work during construction and final observation, and Engineer's review of the final payment request and accompanying documentation - all as required by the Contract Documents, Engineer has been shown that the work has been completed and contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within ten (10) days after receipt of final payment request, indicate in I General Conditions City of Fayetteville Sanitary Sewer Improvements 76 r] I I F FJ I I I I I I I I L� u n I I Paragraph O.12 continued writing Engineer's recommendation of payment and present the request to Owner for payment. Thereupon Engineer will give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of paragraph O.14. Otherwise, Engineer will return the payment request to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the payment request. Thirty (30) days after presentation to Owner of the Application and accompanying documentation, in appropriate form and substance, and with Engineer's recommendation and notice of acceptability, the amount recommended by Engineer will become due and will be paid by Owner to Contractor. b. If, through no fault of Contractor, final completion of the Work is significantly delayed thereof and if Engineer so confirms, Owner shall, upon receipt of Contractor's final payment request and recommendation of Engineer, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph F.1, the written consent of the Surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the request for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 13. Contractor's Continuing Obligation Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by Engineer, nor the issuance of a certificate of substantial completion, nor any payment of Owner to Contractor under the Contract Documents, nor any use or occupancy of the Work or any part thereof by Owner, nor any act of acceptance by Owner nor any failure to do so, nor the issuance of a notice of acceptability by Engineer pursuant to paragraph O.12, nor any correction of defective work by Owner shall constitute an acceptance of Work not in accordance with the Contract Documents or a release of Contractor's obligation to General Conditions City of Fayetteville 77 Sanitary Sewer Improvements Paragraph O.13 continued perform the Work in accordance with the Contract Documents (except as provided in paragraph O.14). 14. Waiver of Claims , The making and acceptance of final payment shall ' constitute: a. A waiver of all claims by Owner against Contractor, except claims arising from unsettled Liens, from defective Work appearing after final observation pursuant to paragraph O.10 or from failure to comply with the Contract Documents or the terms of any special guarantees specified therein; however, it will not constitute a waiver by Owner of any rights in respect of Contractor's continuing obligations under the Contract Documents. b. A waiver of all claims by Contractor against Owner other than those previously made in writing and still unsettled. I I I I 11 I I I H General Conditions City of Fayetteville Sanitary Sewer Improvements 78 P. Suspension of Work and Termination I 1. Owner May Suspend Work a. Owner may, at any time and without cause, suspend the work or any portion thereof for a period of not more ' than ninety (90) days by notice in writing to Contractor and Engineer which shall fix the date on which work shall be resumed. Contractor shall resume the work on the date so fixed. Contractor may be ' allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if he makes a claim therefor as provided in paragraphs L and M. b. Owner may suspend work upon occurrence of any one or more of the following events: ' (1) If Contractor fails"to supply a qualified superintendent, sufficient skilled workmen, ' subcontractors, or suitable materials or equipment. (2) If Contractor repeatedly fails to make prompt payments to subcontractors or for labor, materials, or equipment. (3) If Contractor disregards Laws and Regulations, of any public body having jurisdiction. ' (4) If Contractor otherwise violates in any substantial way any provisions of the Contract Documents the Owner shall have authority to suspend the Work wholly or in part, for such ' period of time as he may deem necessary, because of conditions unfavorable for the prosecution of the Work, or to conditions which in his opinion warrant such action, or for such time as is necessary by reason of failure on the part of the Contractor to carry out orders given, or to perform any or all provisions of the Contract. No additional compensation will be paid the Contractor because of any costs caused by such suspension, except when the suspension is ordered for reasons not resulting from any act or omission on the part of the Contractor. ' General Conditions City of Fayetteville 79 Sanitary Sewer Improvements I Paragraph P.1 continued c. If it becomes necessary to suspend work for an indefinite period of time, the Contractor shall store all materials in such manner that they will not obstruct or impede the traveling public unnecessarily or become damaged in any way, take every precaution to prevent damage or deterioration of the Work performed, provide suitable drainage of the roadway, and erect temporary structures where necessary. The Contractor shall not suspend work without written authority from the Owner. 2. Owner May Terminate a. Upon the occurrence of any one or more of the ' following events: (1) If Contractor commences a voluntary case under , any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if Contractor takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency; (2) If a petition is filed against Contractor under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against Contractor under any other federal or state law in effect at the time relating to bankruptcy or insolvency; (3) If Contractor makes a general assignment for the , benefit of creditors; (4) If a trustee, receiver, custodian or agent of Contractor is appointed under applicable law or under contract, whose appointment or authority to take charge of property of Contractor is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of Contractor's creditors; (5) If Contractor admits in writing an inability to pay its debts generally as they become due; General Conditions City of Fayetteville Sanitary Sewer Improvements 80 I I 1 II L � I E [1 I I I I I I I I [1 Li I J I I I I I Paragraph P.2.a continued (6) If Contractor persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph C.7 as revised from time to time); (7) If Contractor disregards Laws or Regulations of any public body having jurisdiction; (8) If Contractor disregards the authority of Engineer; or (9) If Contractor otherwise violated in any substantial way any provisions of the Contract Documents. b. Owner may after giving Contractor (and the surety, if there be one) fourteen (14) days' written notice and to the extent permitted by Laws and Regulations, terminate the services of Contractor, exclude Contractor from the site and take possession of the work and of all Contractor's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the work all materials and equipment stored at the site or for which Owner has paid Contractor but which are stored elsewhere, and finish the work as Owner may deem expedient. In such case, Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect and consequential costs of completing the Work, (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) such excess will be paid to Contractor. If such costs exceed such unpaid balance, Contractor shall pay the difference to Owner. Such costs incurred by Owner will be reviewed by Engineer and incorporated in a Change Order, but when exercising any rights or remedies under this paragraph Owner shall not be required to obtain the lowest figure for the work performed. General Conditions City of Fayetteville 81 Sanitary Sewer Improvements `1 Paragraph P.2 continued c. Where Contractor's services have been so terminated by Owner, the termination shall not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. d. Upon fourteen (14) days' written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the work and terminate the Agreement. In such case, Contractor shall be paid for all Work executed and any expense sustained plus reasonable termination expenses, which will include, but not be limited to, direct, indirect and consequential costs (including, but not limited to, fees and charges of engineers, architects, attorneys and other , professionals and court and arbitration costs). 3. Contractor May Stop Work or Terminate , If, through no act or fault of Contractor, the work is suspended for a period of more than ninety (90) days by Owner or under an order of court or other public authority, or Engineer fails to act on any payment request within thirty (30) days after it is submitted, or Owner fails for thirty (30) days to pay Contractor any sum finally determined to be due, then Contractor may, upon fourteen days' written notice to Owner and Engineer, terminate the Agreement and recover from Owner payment for all work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if Engineer has failed to act on an Application for Payment or Owner has failed to make any payment as aforesaid, Contractor may upon fourteen (14) days' notice to Owner and Engineer stop the work until payment of all amounts then due. The provisions of this paragraph shall not relieve Contractor of his obligations under paragraph G.15 to carry on the Work in accordance with the progress schedule and without ' delay during disputes and disagreements with Owner. I I I General Conditions I City of Fayetteville Sanitary Sewer Improvements 82 Q• 1 1 Arbitration 1. Claims, disputes and other matters in question between Owner and Contractor arising out of, or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the making or acceptance of final payment as provided by paragraph O.14) may be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining subject to the limitations of this Paragraph Q. The Owner and Contractor must jointly agree to have specific claims, disputes and other matters in question to be settled by arbitration. Arbitration entered into in accordance herewith as provided in this Paragraph Q will be specifically enforceable under the prevailing arbitration law of any court having jurisdiction. 2. No request for arbitration of any claim, dispute or other matter that is required to be referred to Engineer initially for decision in accordance with paragraph J.9 will be made until the earlier of (a) the date on which Engineer has rendered a decision or (b) the tenth (10th) day after the parties have presented their evidence in writing to Engineer if a written decision has not been rendered by Engineer before that date. No request for arbitration of any such claim, dispute, or other matter shall be made later than thirty (30) days after the date on which Engineer has rendered a written decision in respect thereof in accordance with paragraph J.9; and the failure to request arbitration within said thirty (30) days period shall result in Engineer's decision being final and binding upon Owner and Contractor. If Engineer renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but shall not supersede the arbitration proceedings, except where the decision is acceptable to the parties concerned. No request for arbitration of any written decision of Engineer rendered in accordance with paragraph J.8 will be made later than ten (10) days after the party making such demand has delivered written notice of intention to appeal as provided in paragraph J.8. 3. Notice of the request for arbitration shall be filed in writing with the other party to the Agreement and with the American Arbitration Association, and a copy shall be sent to Engineer for information. The request for arbitration will be made within the 30 day or 10 day period specified in paragraph Q.2 as applicable, and in all other cases within a reasonable time after the General Conditions City of Fayetteville 83 Sanitary Sewer Improvements I Paragraph Q.3 continued claim, dispute or other matter in question has arisen, ' and in no event shall any such request be made after institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. 4. No arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner any other person or entity (including Engineer, Engineer's agents, employees or consultants) who is not a party to this Contract unless: a. The inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration. b. Such other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings. c. The written consent of the other person or entity sought to be included and of Owner and Contractor has been obtained for such inclusion, which consent shall , make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 5. The award rendered by the arbitrators will be final, , judgment may be entered upon it in any court having jurisdiction thereof, and will not be subject to modification or appeal except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10, 11). 1 I Li i General Conditions ' City of Fayetteville Sanitary Sewer Improvements 84 I I R. [1 I I I I I I I I I I I I I Liquidated Damages or Actual Damages for Delay 1. General 2. 3. Time is of the essence of this Contract, liquidated damages or actual damages for delay will be assessed against the Contractor for failure to complete the work within the time(s) specified in these Contract Documents. Liquidated Damages Should the Contractor fail to complete the work, or any part thereof, in the time stipulated in the Contract or within such extra time as may have been allowed for unavoidable delays by extensions granted as provided in Paragraph M, the Contractor shall reimburse the Owner for the additional expense and damage for each calendar day, Sundays and legal holidays included, that the Contract remains uncompleted after the Contract completion date. It is agreed that the amount of such additional expense and damage incurred by reason of failure to complete the work is the per -diem rate stipulated in the Bid. The saia amounts are nerea for the loss to the Ow the employment of Engi reviewers, and other e the time of completion incurred by the O--ner Contractor on other co other contracts, and o operation of the works expressly understood a to be considered in th liquidated damages, wh Contractor. The Owner such damages from any the Contractor, or the due and collectible fr ' agreea upon as iiquiaatea aamages ter on account of expense due to Leers, inspectors, construction nployees after the expiration of , and if applicable, expenses is a result of the impact of the itractors under this project or t account of the value of the dependent thereon. It is id agreed that this amount is not nature of a penalty, but as ich have accrued against the shall have the right to deduct amount due, or that may become due amount of such damages shall be �m the Contractor or his Surety. Actual Damages for Delay Failure to meet the Contract Completion Date(s) by the Contractor will subject the Contractor to liability for all damages suffered by the Owner. Damages that might accrue to the Owner include, but are not limited to, the additional costs for project inspection by others, construction review by RJN Environmental, the Owner's project administration and overhead, the Engineer's project administration and overhead, loss of revenue from the completed facility, delay or impact damages from other Contractors on this Contract or other Contractors on other Contracts resulting from the delay, rental costs incurred by the Owner as a result of delay in completion General Conditions City of Fayetteville 85 Sanitary Sewer Improvements I Paragraph R.3 continued of this Contract, value and use loss arising from this delay, and all legal costs associated with administration of this General Condition or with any litigation arising out of this General Condition. The Owner may, without prejudice to any other remedies that may be available, withhold from any monies due, or which may become due the Contractor, all damages sustained or which may be sustained in accordance with this paragraph R.3. The rights and remedies of the Owner provided inn this paragraph R.3 are in addition to any other remedies provided by law or under this Contract. 4. Liquidated Damages will be assessed in accordance with Paragraph R.5 for each calendar day beyond the dates stipulated below: a. For each calendar day beyond the Contractual Date of Substantial Completion until the date when Substantial Completion is achieved. b. For each calendar day beyond the Contractual Date of Final Completion or 15 calendar days after the actual date of Substantial Completion, whichever is later, until the date when Final Completion is achieved. 5. Liquidated damages will be assessed as follows: Final Amount of Contract Less than 1,000,000 3,000,000 5,000,000 10,000,00 $1,000,000 and less than 3,000,000 and less than 5,000,000 and less than 10,000,000 3 and over General Conditions City of Fayetteville Sanitary Sewer Improvements Liquidated Damages Per Day [1 I rI [1 I J El [1 I $1,000 , 2,000 3,000 4,000 ' 5,000 I I I [1 I I [1 I S. Excess Engineering Costs I 1. General I Excess engineering costs shall be applicable only during the Contract Time provided in the Agreement. ' 2. Overtime I [1 I I I I a. The Owner shall charge to Contractor for all engineering and construction observation expenses incurred by Owner in connection with any overtime work. For any such overtime during the regular specified Contract Time beyond the regular eight hour day and for any time worked on Saturday, Sunday, or holidays, the charges for such personnel will be as provided in the Schedule of Charges below. b. These charges for excess engineering will be deducted from the Contractor's monthly payment request. c. Schedule of Charges to be as follows for all engineering and construction observation expenses incurred by the Owner in connection with any overtime work. Personnel Hourly Rate Project Manager $ 92.00 Resident Engineer 60.00 Resident Project Representative 45.00 Clerical/Office Technician 25.00 d. The Contractor shall not work over a 10 -hour day ' without written permission from the Owner. e. The Engineer shall determine when observation of ' construction activities beyond the regular eight -hour day is required. I 11 [1 I I I General Conditions City of Fayetteville 87 Sanitary Sewer Improvements T. Miscellaneous 1. Giving Notice Whenever any provision of the Contract Documents requires , the giving of written notice it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver , of the notice. 2. Computation of Time a. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation. b. A calendar day of twenty-four (24) hours measured from midnight to the next midnight shall constitute a day. 3. General a. Should Owner or Contractor suffer injury or damage to his person or property because of any error, omission or act of the other party of any of the other party's ' employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph T.3.a shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. b. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Contractor by paragraph G.16.a, N.1, N.7, 14.9, O.6, P.2.a and all of the rights and remedies available to Owner and Engineer thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available to any or all of them which are otherwise imposed or available General Conditions ' City of Fayetteville Sanitary Sewer Improvements 88 n Paragraph T continued 1 by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract ' Documents, and the provisions of this paragraph shall be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents shall survive final payment and termination or completion of this Agreement. ' END OF THIS SECTION I I L 1 I I I n Li General Conditions City of Fayetteville 89 Sanitary Sewer Improvements J. Paragraph E.2.a. Delete paragraph E.2.a and substitute the following new paragraph: a. No reports of explorations and tests of subsurface conditions at the site are available. K. Paragraph 0.9 Delete paragraph 0.9 of the General Conditions. L. Paragraph 0.2.d Delete paragraph 0.2.d. and substitute the following new paragraph: d. Applications for payment shall be signed by the Engineer and approved by the Owner, and after such approval, the Owner, subject to the foregoing provisions, will pay or cause to be paid an amount equal to the estimated value of the work performed less a retained amount of ten (10) percent until Final Acceptance by the Owner. M. Tort Immunity The City of Fayetteville has Tort Immunity under Arkansas Law. Nothing in these contract documents shall be construed or interpreted as the City waiving that Tort Immunity. END OF SUPPLEMENTARY CONDITIONS Supplementary Conditions City of Fayetteville C1-3 Sanitary Sewer Improvements n 6')n n n rn n SUBMITTAL RECORD wn I ruu, I Ut( RE: PROJECT NO• FILE NO. RJN GROUP, INC. SUBMIT TO: RJN GROUP, INC. CONTRACT DRAWING NOS. SUBMITTED BY TEL. A P ODE - Cs - Swim. NO. - NC. 7N. ter„ SUE r. NO .. b SREC1t1i10N DI SECT ACTION TAKEN n E _ o O O W .- W Y► C W 1c _ as Cd'w D O J - W i ea ¢ i 1 a 0 • OI Z W W W ► wo W tJ a I i a: N ► a £4 O O J O= J a a YY Is, — O a e C r a W 4 4 W 0 a a Z rf W e I a e= ► a F a La _,0 y - W O a QUANTITY ROUTINE DATE SENT DATE NECElvEO SEPIA PRINT DATA MS EM ....•.• .. ....... .. . ........... .......... on. NO. DATED I SURRUER I DISTRIBUTION BY REMARKS ; ; FILE COPY (1) SUBCONTRACTOR (I) - N I, I, 1 r BY n THESE ARE SUBMITTED •S CHECKED BELOW: 3 ? 0 DISTR15,TION BY RJN GROUP. INC-. FILE COPY (I) RJN/FIELD (I) ❑ toll RENTER O RETURN _ CONNECTED PRINT RJN/ (I) ❑ FOR 'cut USE BT ❑ Al R[oUESTU [ FOR IRlONNAT1oN E' CtiTRACTyt3 AU TnORIZtD Nr PREStNTATIVt I E y 0 z IU w o 0n z0 U z UU) H H a 0 H w 04 a w y U) a w z C), 0 El Ea El z U E El 0 U z H H 0 z'II w a ao wov aU w El A A W O E E A Aco 0 El — 0 *0 o 0E a a oE^ ,zn v o O z s U w v� z U 0 E U a au) zE` U UE H � E z U O H a aN U 0 WO.-. H i I I I [J I I 1 I 1 1 1 I I 1 1 I I I E I I I I A 11 I. I Ii I I I H W �a zW_ �O1 v W ' U �a A hEOHoW 0 a •a H N O U E y ZU` U W H O Paa^ P E` U UH N EH7�v M � o z o N . r Or H z � H N a Ew W _ O O% Wo aU N w o a EE❑co DEv 0 0 a N a WU. oE-, x ,zn 3 U w 0 U Z 0 U W OH �aa^ ZE` °H OH H m U O O E E H � V o z U) U H O E aro d M U O W U) N ri ro ro o.� Ez� M L I •1 Al H I I FT L 0 z C) w W 0 0 104 I 0 0 U)El w a a Z E z N 4 a 0 E W a C/) E F' z zz W >4 M E 0 E H E W 0 a EEn N U C a 0 0 b 0 No 0 z W E-4 U) U ro Ca p H F ro W F C) 3a 114 a 0 y a M F (O p H 0 O W O .i H V-1 a d N U G gg 0 w rl E .. E 0 z H El w a N a 0 a 0 0 z U h 0 w 0 U H w H a U ad d 9 o�° °� (COW 144.31 C yob (04.)1%� Com'rod o C IV00 y0 roro71+'d flwo 14 y�° 11 U N O w iJ n O N .J 14 4JC00oNro H O WUro0 p w ro AiJ ro ro+J H ri.c ro W WUJ C 4-' U 3 w +J ri +J b1E ) H roOyryrvtyryrviv>yr W1% G+A+dw lro V wx w roriU pJ9 4.14 C V ♦J w.CO't0 y'd W 7Ndw b6 4J U A N 0 0 ro.00 ♦J 0Wo 4wsoW b1a,41 0 -CJJ 10 m 3 d ° a .0 0 C 1n Q ww w0 .4j•i U� _ri O+ xO 4)000 .0NVC OOrow C C(0'd z w4)wO . . •.1 b 1i 4.443 H u,WOr°% b14 o o2w z �'-rqow-P a U C 4) V row W 4J 1i E> C ;;taro° Wb . . . . .. . . waa)0 r -P° .CO �rq w EC 4)04 z 4Jro0 Ari.C w ro ro w W iJ 'd w -' H ri+J .i 'd 4) 430 00 0WW C 411y ,�+J0 W W ro 9CEU O w N ro w b -H3 ++r .C . . p-Hk 04 H 0 w'dro0U iJ U 4J N 0 d 'r4 a H U N d A N w b cwi ° >4 w y 0 0 0 0 '4 ri N O w C w y„ j Q)014 Sa y W U U U .i W C p . 'b • N ro a w w N 140.r4 y w 0 ro d b 1.1 m y O- ri a w ° -Hl �..i (ONO w A .. 0 U) . C t4 -'.C J,J z • i 0 A a 0 .-)(0t 0w +Jw ro W� yw04 r, 03ot0 ww1+U 4.314o a y.riw a Mo4J.01wi .,I EO V ro ro> . • N W 1H 0 0 U w C 4J 1a OO1C43W 0 w4 -1E4- coo D.C w taro z a 9 0 9 0 A O C •H••'d b. U w w'd w w w w-'i 43 0 wCU b+0 • •taw -,1 •• .r4ri0 •4WC'd.0 COO 0 i -1Hi . •C >. 00' ro A U E y'CJ aJ +J w iJ roW'do...b3w (CHOW p'rodro -" H bywCW 0w•ri w o 04 a)w E C w w w'ora o 'o J7 si U rori w w b 4 0 4-) w m ..i 0-i w+J.'i C w Pwj�w 14 4.44) C C w> w-rl w OX Nri WI 0 9 14 4)100 ta w w b+ w y ri y lwi a.) ri •rf x W O w y ° w U ° 4 0 ro y N W w U U 1 FO 3CO3 >1 4)14V4)43 44)43 ❑4) 0.CNb+ rtb 0 04C-0000N0 >,..•. wi CCNCO w.00w.C•rl'1'd4.4 roPE •rl ro iJ +J •• E b 0 E b 043 °roCC •-roNroGwro4Jw'rod O1 p yUocro 0 04 V • i 0 •0•0 0 U 4C C4)14 44JJ 14 ro w C rorororoaworo w w.k w ta w w+JJ,J+JN O U d'+J 1+ 0 W y 439E W Q (0 01$4 C)4J 0Ea:E-'-'E-i-Ec W 4E E,Q .. w•H O O N14 0 w E 4-'3 0 J:J b+ .. r, r .,,... ,.,. 1+ w 0 4- u 3 w )'dr♦U CC(.0 Ubww b" 00> E y•.i0riw vvvvvv vv °ri vi-HW wAro u to J; ri J:w W'd 0 ro ro 0 0 roJ: w+J roil 0 E9V4-)J ib+'r-4 ~mow E ~i+JaJCk 14 (0 ro o w 144J z •• H(004-)0 0.aw J: C ro 00 0 >4 w.C.C-'i.C 34.10 U -rt .C tab U fA A +J 1J 3 U 04 0 Cal I w >4 k°. z 0 z 0 w 'd w '0 0 0 a C a 6 '0 0 0 14 4 C) N w 0 -H 1w, a 1°a w is I I I I I I I l 1 I I I I I ' OWNER: PROJECT NAME: CHANGE ORDER SHEET OF CHANGE ORDER NO. LOCATION: Fayetteville. Arkansas PROJECT NO. CONTRACTOR: DATE: I. DESCRIPTION OF CHANGES INVOLVED: ' The following changes are hereby made to the Contract Documents: ***For each item, describe the change, the reason for the change, and indicated the adjustment to the Contract Price and the Contract Time.*** I I 1 I II I I ', Change Order City of Fayetteville 1 Sanitary Sewer Improvements I I SHEET OF CHANGE ORDER NO. II. CHANGE ORDER CONDITIONS: 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in the preceding Description of Changes involved, as and under the provisions of the Original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. I 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price granted for this Change Order or any previous Change Orders. 4. The Contractor expressly agrees that he will place under coverage of his Performance, Labor and Material, and Maintenance Bonds and Contractor's Insurance all Work covered by this Change Order. The Contractor will furnish to the Owner evidence of increased coverage of his Performance, Labor and Material, and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent (20%). III. ADJUSTMENTS IN CONTRACT TIME 1. Final Completion Date of Original Contract 2. Net change due to all I previous Change Order Days 3. Final Completion Date not including , this Change Order No. _ . . . . . . . . . 4. Addition to Contract Time due this Change Order No. a. Avoidable Delay Extension Days b. Unavoidable Delay Extension Days 5. Final Completion Date including this Change Order No._ Change Order City of Fayetteville Sanitary Sewer Improvements 2 SHEET OF CHANGE ORDER NO. IV. ADJUSTMENTS IN AMOUNT OF CONTRACT: 1. Amount of Original Contract $ 2. Net (Addition)(Reduction) due to all previous Change Orders Nos. to S 3. Amount of Contract not including this Change Order 4. (Addition) (Reduction to Contract due to this Change Order 5. Amount of Contract including this Change Order RECOMMENDED FOR ACCEPTANCE: ( ) (For RJN Group, Inc.) Date ACCEPTED: CONTRACTOR: By: ( Signature of Authorized Representative Date OWNER: By ( ) Signature of Authorized Representative Date Change Order City of Fayetteville 3 Sanitary Sewer Improvements I *** Date *** *** CITY LETTERHEAD *** I Dear Resident: In a continuing program to maintain and upgrade the City sewer systems, several sewer projects are scheduled this year, including Sanitary Sewer Main Manhole Rehabilitation, Illinois River Watershed, Basins 12, 13, 14, 17, 20, 21, and 22 for the City of Fayetteville, AR. A *** Cost *** dollar renovation project, financed by the • funds will be underway for the next *** State Time ***. This project will include eliminating many sources of stormwater entering the sanitary sewer system from defects in the sanitary sewer system. Work on this project is scheduled to begin during *** Name of 1 Week and Month ***. The Contractor *** Name of Contractor *** of *** Name of City and State *** and our consulting engineers, RJN Environmental Associates, Inc. in association with McClelland Consulting Engineers, Inc. both have successfully completed similar projects. IA very important concern of the City on a project of this type is the restoration of street and parkway openings. Restoration work • will be completed on a timely basis once construction is completed in an area. IIf you have any questions about this project, please contact *** Name of Resident Engineer ***, RJN Group, Inc. at their construction office *** Telephone Number of Construction Office I I I 1 Sincerely, City of Fayetteville, AR I TABLE OF CONTENTS FOR PART D -SPECIAL CONDITIONS DIVISION 1 GENERAL REQUIREMENTS Section Subiect Dl -1 SUMMARY OF WORK D1-2 CUTTING AND PATCHING D1-3 SUBMITTALS D1-4 D1-5 D1-6 D1-7 D1-8 MATERIAL AND PERFORMANCE TESTING CONTROL OF CONSTRUCTION SITE MEASUREMENT AND PAYMENT MANHOLE TESTING TRENCH SAFETY SYSTEM I 1 Dl -1 SUMMARY OF WORK A. General 1. The Plans, Special Conditions and Provisions Documents, and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturer's name, number or identification included therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the Contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though '• required by all. Section I of these specifications is made a part of the Contract. The order of precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Drawings 1 2. Specifications 3. Arkansas State Highway and Transportation Department Specifications I I The following special conditions this project and shall be given the Contract Documents under the above. shall be applicable to over any conflicts with provisions stated 2. Work Covered By Contract The work to be performed is generally described in the �. Invitation to Bid and indicated in the Contract Documents. 11 [1 I I Contractor's Duties a. Except as specifically noted, provide and pay for: 1) Labor, materials, and equipment. 2) Tools, construction equipment, and machinery. 3) Samples, shipping costs, and tests. I City of Fayetteville D1-1(1) Sewer System Improvements 1 4) Necessary utilities, such as water supply, electrical power, telephones, roads, fences, and sanitary facilities, including maintenance thereof. 5) Other facilities and services necessary for proper execution and completion of work. b. Perform all the work described in these General Requirements except where specifically indicated to be done by others. c. Pay legally required patent fees, sales, consumer, and use taxes. d. Secure and pay for legally required permits, licenses, and government fees. e. Give required notices. f. Employ workmen and foremen with sufficient knowledge, skill, and experience to perform the work assigned to them. g. Comply with codes, laws, ordinances, rules, regulations, orders, and other legal requirements of public authorities bearing on the conduct of the work. h. Submit written notice to Owners Representative of observed variance of Contract Documents from legal requirements. Any necessary changes will be adjusted as provided in the Contract for changes in the work. i. Enforce discipline and good order among Contractor and subcontractor employees. Any person employed by Contractor or subcontractors who does not perform his work in a skillful manner, is incompetent, or acts in a disorderly or intemperate manner shall, at the written request of Owner, be removed from the project immediately and shall not be employed in any portion of the work without the approval of Owner. j. Provide at all times facilities for access and inspection of the work by representatives of Owner and by official governmental agencies designated by Owner as having the right to inspect the work. k. Cooperate with other contractors who may be performing work of Owner, and with Owner's employees working in the vicinity of the work done under the Contract. I I i I City of Fayetteville Sewer System Improvements D1-1(2) I I 1. Submit shop drawings on all materials and equipment to be installed on the project. m. The labor classification and minimum wage rates herein were established pursuant to the Arkansas Prevailing Wage Law and shall govern on all work performed by the contractor or any sub -contractor on the site of the project covered by these contract documents. At a minimum, the prevailing hourly rate of wages following shall be paid to all workers performing work under the contract. The scale of 1 wages shall be posted by the contractor in a prominent and easily accessible place at the work site. 4. Contractor's Use of Premises a. Confine operations at site to areas permitted by law, ordinances, permits, and the Contract Documents. b. Do not load or permit any part of a structure to be subjected to any force that will endanger its safety. c. Comply with and enforce Owner's instructions regarding signs, advertisements, fires, and smoke. d. Assume responsibility for protection and safekeeping of products stored on premises. e. Do not discharge smoke, dust, or other contaminants into the atmosphere, or fluids or materials into any • waterway as will violate regulations of any legally constituted authority. If. Move stored products which interfere with the operations of Owner or other Contractors. ' g. Obtain and pay for additional storage or work areas needed for operations. h. No alcohol shall be consumed on the site. i. Existing Manhole Steps ' The steps of the existing manholes can not be guaranteed for safety, therefore, Contractor shall provide all necessary equipment to assure safe access and a safe working environment inside the manhole. C1 I City of Fayetteville D1-1(3) Sewer System Improvements I 5. Existing Facilities a. The existing facilities will be in continuous operation during the construction period. b. Plan and conduct construction operations to avoid disturbing existing structures, piping, equipment, and services in any manner which will interrupt or impair operations, except as approved by Owners Representative. c. Submit for approval a construction sequence, and written explanations of the temporary facilities and appurtenances intended to be used in maintaining the uninterrupted operation of the existing sanitary sewer system and any other affected utilities. I I 1 I I 6. Sequence of Construction I a. The Contractor shall contact property owners 48 hours in advance describing the work to be performed on private property prior to any construction or rehabilitation work on that property. b. Repair items associated with all manhole rehabilitation shall be performed in the presence of the Resident Engineer or such work will not be accepted by Engineer. c. Excavation work shall be performed in an orderly manner so that all excavation work is completed in an area before moving to another area unless authorization is given by the Engineer or Owner. d. Prior to final surface restoration, the Contractor shall insure that all testing has been completed and reviewed by the Engineer. e. The Contractor shall submit to the Engineer each night the next days proposed activities. f. The Contractor shall submit a weekly schedule on each Thursday for the next week's construction activities. g. A revised monthly progress schedule shall be submitted with each payment request. h. The City shall not reimburse the Contractor for any water used to perform the work as required in the contract. I I I 1 1 I I I City of Fayetteville Sewer System Improvements D1-1(4) 1 i. All local residents who will be denied access to their driveways shall be notified by the Contractor two (2) working days prior to the closure of their access. j. All driveways which are open cut shall have at least a temporary riding surface at the end of each day and will be considered a non -pay item. k. Project signs shall be required in accordance with the Supplementary Conditions, and shall be considered a non -pay item. 1. All cast iron frames and lids from manhole structures which are required to be removed per the Manhole Repair Work item Schedule (Section G), shall be disposed by the Contractor at no additional cost to the Contract. M. No work shall be started on highway rights -of -way until the Utility Permit covering this work has been issued by the Arkansas State Highway and Transportation Department. 7. Abbreviations The following abbreviations as used in the Contract Documents have the listed meanings: A. . . . . . AASHTO . . . . ACI . ANSI . AREA . . . . ASTM . AWWA . . . . Bil . . . BOD . btu . C . . cc. . . . cf . . . . cfm . Co . . conc . Corp . . . . . CRSI . Cu. . . . cy . . ampere American Association of State Highway and Transportation Officials American Concrete Institute American National Standards Institute American Railroad Engineers Association American Society for Testing and Materials American Water Works Association basic impulse insulation level biochemical oxygen demand British Thermal Unit degrees Celsius cubic centimeter cubic foot cubic feet per minute Company concrete Corporation Concrete Reinforcing Steel Institute cubic cubic yard City of Fayetteville D1-1(5) Sewer System Improvements I F . . . . . . degrees Fahrenheit FIA . . . . . Factory Insurance Association FM . . .. . . Factory Mutual fpm . . . . . feet per minute fps . . . . . feet per second ft . . . . . . feet FS . . . . . . Federal Specifications g. . . . . . gram ga . . . . . . gauge gal . . . . . gallon gpd . . . . . gallons per day gpm . . . . . gallons per minute H -O -A . . . . Hand -off -automatic h . . . . . . hour HP . . . . . . horsepower hz . . . . . . hertz IEEE . . . . . Institute.of Electrical and Electronic Engineers Inc. . . . . . Incorporated L. . . . . . Liter lb . . . . . . pound lbs . . . . . pounds max . . . . . maximum min . . . . . minimum mg/L . . . . . milligrams per liter mgd . . . . . million gallons per day mm . . . . . . millimeter MS . . . . . . Military Specifications NBBPVI . . . . National Board of Boiler and Pressure Vessel Inspectors NBS . . . . . National Bureau of Standards NEC . . . . . National Electrical Code NEMA . . . . . National Electrical Manufacturers Association NFPA . . . . . National Fire Protection Association no. . . . . . number OSHA . . . . . Occupational Safety and Health Administration ppm . . . . . parts per million psf . . . . . pounds per square foot psi . . . . . pounds per square inch gauge pvc . . . . . polyvinyl chloride I I 1 I I I I It I I City of Fayetteville Sewer System Improvements D1-1(6) [1 SDHPT sf . . . sq . . . SSPC . . . . . sy. . . . . V . . . . . UL . . . . . . U.S . . . . . Arkansas State Department of Highways and Public Transportation square feet square Steel Structural Painting Counsel square yard volt Underwriters Laboratory United States END OF SECTION D1-1 City of Fayetteville D1-1(7) Sewer System Improvements D1-2 CUTTING AND PATCHING A. General 1! 2. Description a. Cutting and patching shall include the cutting (including excavation), fitting, or patching necessary to: 1) Remove and replace defective work. 2) Remove and replace work not conforming to the Contract Documents. 3) Remove samples of completed work for specified testing. 4) Install specified work in existing construction. 5) Inspection of covered work. 6) obtaining samples of completed work for testing. 7) Alteration of completed work. b. Work performed by another Contractor shall not be cut or altered without written consent of Owners Representative. Submittals a. Before doing any cutting submit a written notice to Owners Representative requesting consent, including: 1) Description of affected work. 2) Necessity for cutting. 3) Scope of cutting and patching. 4) Trades and products to be used and extent of refinishing. b. Prior to doing cutting and patching identified in writing by Owners Representative as additional work, submit a cost estimate. c. Notify Owners Representative when work is to be performed. City of Fayetteville D1 -2(l) Sewer System Improvements I B. Materials I Materials used for replacement of work removed shall comply with the Specifications for the type of work to be done. C. Execution 1. Provide shoring, bracing, and support as necessary to maintain structural integrity of the project and to conform with all safety requirements established by law. 2. Protect adjacent portions of work and existing I facilities from damage due to cutting and patching operations. 3. Execute excavating and backfilling as specified. 4. Restore work which has been cut or removed. Install new products to provide completed work meeting all requirements of the Contract Documents. 5. Refinish entire surfaces as necessary to provide an even I and uniform finish. D. Measurement and Payment Cutting and patching required to perform the work will not I be measured nor paid for separately. The cost shall be included in the Contract Price for the items of work that ' require cutting and patching. END OF SECTION D1-2 I I r I City of Fayetteville Sewer System Improvements D1-2(2) I ' D1-3 SUBMITTALS IA. Progress Schedule 1. Prepare a detailed progress schedule in graphic form showing proposed dates of starting and completing each major division of the work, monthly completion 1 percentages, and anticipated monthly payment requests. 2. The schedule shall be consistent with the time and order of work requirements of the Specifications, and shall be the basis of Contractor's operations. 3. A condensed critical path method schedule is preferred but another practicable form of presentation will be acceptable. I 4. Submit three copies to Engineer within 10 days after the effective date of Award. 5. At the end of every pay request period, submit a revised schedule showing the current status of the work as compared to the projected status. The current application for a progress payment will not be processed until the revised schedule is delivered to Engineer. B. General 1. Shop Drawings, Project Data, and Samples 1 a. General ' Submit to Owners Representative shop drawings, project data, and samples required by the Specifications. b. Shop Drawings 1) Shop drawings are original drawings prepared by 1 the Contractor, subcontractors, suppliers, or distributors which illustrate some portion of the work and show fabrication, layout, setting, or erection details of equipment, materials, and components. 2) Unless otherwise instructed, submit to Owners Representative for review and approval three prints of each plan or two prints and one reproducible sepia or reproducible on vellum. ' Owner Representative will return with review comments one print or one reproducible. ' City of Fayetteville Dl -3(1) Sewer System Improvements I 3) Shop drawings shall be 8-1/2 by 11 inches, 8-1/2 by 14 inches or standard size plans, or as directed by Owner Representative, and shall be clearly identified as to location of the equipment, material, and apparatus in the work. 4) Fold drawings to an approximate size of 8-1/2 by 11 inches in such a manner that the title block will be located in the lower right hand corner of the exposed surface. Roll, do not fold, reproducible copies of drawings. 5) Furnish Owner Representative, as requested, without extra charge, the number of complete sets of prints of shop drawings as Owner Representative shall request for office files and for use in the field. c. Project Data ' 1) Project data are manufacturers' standard schematic drawings, catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, parts lists and other standard descriptive data. ' 2) Modify drawings to delete information not applicable and to add information applicable to the project. 3) Mark copies of printed material to identify pertinent materials, products, or models. 4) Show dimensions and clearances required, performance characteristics and capacities, and wiring diagrams and controls. 5) Submittal procedures shall be the same as for shop drawings. d. Samples 1) Samples are examples to illustrate materials, equipment, or workmanship, and to establish standards by which completed work is judged. I 2) Samples submitted shall be of sufficient size and quantity to illustrate functional characteristics of product or material and full range of colors available. 3) Field samples and mock-ups when required by the 1 specifications shall be erected at the project site where directed. City of Fayetteville , Sewer System Improvements Dl -3(2) e. Contractor Responsibilities 1) Review and approve shop drawings, project data, and samples before submitting them. 2) Verify field measurements, field construction criteria, catalog numbers, and similar data. 3) Coordinate each submittal with the requirements of the Contract Documents. 4) Submit shop drawings for major equipment items in one package to permit checking complete installation details. 5) In a clear space above the title block, or on the back, hand stamp the following, and enter the required information: Name of Owner - City of Fayetteville Project Name - Sanitary Sewer Manhole Rehabilitation, Illinois River Watershed, Basins 12, 13, 14, 17, 20, 21, and 22 Date 1 II II I1 Identification Contract Drawing No. Specification Section This document has been checked for accuracy of content and for compliance with the Contract Documents and is hereby approved. The information contained herein has been coordinated with all involved Contractors. Contractor Signed 6) Contractor's responsibility for errors, omissions,and deviations from requirements of the Contract Documents in submittals is not relieved by Owners Representative's review. 7) Notify Owners Representative, in writing at time of submittal, of deviations in submittals from requirements of the Contract Documents. I City of Fayetteville D1-3(3) Sewer System Improvements I 8) Do not install materials or equipment which require submittals until the submittals are returned with Owners Representative's stamp and initials or signature indicating review. 9) Revise returned shop drawings as required and resubmit until final approval is obtained. Indicate on the drawings any changes which have been made other than those requested by Owners Representative. 10) Submit new project data and samples when the $ initial submittal is returned disapproved. 11) No claim will be allowed for damages or extension of time because of delays in the work resulting from rejection of material or from revision and resubmittal of shop drawings, project data, or samples. f. Owners Representative's Duties 1) Owners Representative will review submittals for compliance with the Contract Documents and with the design concept of the project. I 2) Review of a separate item does not constitute acceptance of an assembly in which the item functions. 3) Owners Representative will affix a stamp to the returned copy of each submittal. The stamp will be marked to indicate "Furnish as Submitted", "Furnish as Corrected", "Rejected", or "No Review Required". The stamp will be initialed or signed certifying the submittal review. 2. Photographs of Surface Conditions 1 a. A still picture of existing surface conditions shall be provided for all manhole repairs. b. The following information shall be provided on a color photograph. I 1) Date of photograph. 2) Cover enough area to show all existing I conditions within a 20' radius of the work area. 3) Job number and work to be performed. Ii City of Fayetteville ' Sewer System Improvements D1-3(4) I I I c. Contractor shall have the option of providing a Video Tape Recording of the Surface Conditions. Audio descriptions on the tape will give job number and location of each site. Quality of video shall be acceptable to the Owners Representative. 3. Final Inspections a. Notify Owner in writing when project, or designated portion of project, is substantially complete. b. Owners Representative will make an inspection of the substantially completed work, and prepare and submit to Contractor a list of items to be completed or corrected. c. Take immediate steps to remedy the listed deficiencies, and notify Owner in writing that the project is complete and ready for final inspection. d. Owners Representative will make a final inspection and, if he considers the work is complete, he will notify Owner that the work is ready for final acceptance. 4. Closeout Submittals a. Special guarantees and bonds. b. Certificates of inspection required by laws and ordinances for mechanical and electrical work, and any other legally required inspections.c. Contractor's Waiver of Liens. d. Separate Waivers of Lien for subcontractors, suppliers, and others with lien rights against property of owner. e. Final payment estimate. 5. Work Schedule a. Prepare a detailed weekly work schedule and submit the schedule to the Owners Representative on the Thursday before the schedule is to take effect. b. Contractor shall update the weekly work schedule on a daily basis so to advise the Owners Representative where and on what the Contractor will be working. c. Work schedule shall include, but not be limited to, a listing of job numbers and manholes that will be worked on a daily basis and a brief description of the type of work to take place. City of Fayetteville D1-3(5) Sewer System Improvements I C. Measurement and Payment Payment for submittals will not be paid for separately. The cost shall be included in the various items of work to be performed. END OF SECTION D1-3 I I I I I I I I I I I 1 City of Fayetteville , Sewer System Improvements D1-3(6) D1-4 MATERIAL AND PERFORMANCE TESTING A. General 1. Scope a. Perform the inspections and tests required by the Specifications. b. Provide product certification as required by the Specifications. c. Neither observations by Owners Representative, nor inspections, tests, or approvals by other than Contractor, shall relieve Contractor from his obligation to perform the work in accordance with the requirements of the Contract Documents. B. Measurement and Payment No Contract Prices are established for Material and Performance Testing. END OF SECTION D1-4 City of Fayetteville Dl -4(1) Sewer System Improvements I ' D1-5 CONTROL OF CONSTRUCTION SITE A. General 1. Removal of Debris Keep the work sites free from accumulating waste 1 materials and rubbish caused by his work or employees. All materials and equipment required on the site shall be kept in such a manner so as to cause a minimum of inconvenience and nuisance to other Contractors and the general public. The site shall be kept broom clean. 2. Traffic Control a. Contractor shall, at all times, conduct the work in such a manner as to insure least obstruction to vehicular and pedestrian traffic while paying particular attention to avoid inconvenience in hospital and school zones. Notify Owners ' Representative at least three work days in advance of starting any construction work which might inconvenience or endanger traffic. A minimum of one lane shall be open to traffic at all times. ' b. Submit a traffic control plan to Owner, Owners Representative, and appropriate highway official three days prior to closing any road. Contractor shall inform police, fire, public works, and bus service companies on the day of closure. c. When any section or portion of road is closed to traffic, provide, erect, and maintain barricades, red flags, detour signs, and lights at each end of the closed section, at all intersecting roads, and at all locations shown on the plans, in accordance with the Arkansas Highway Department Standard Specification. d. Contractor shall provide a sequencing arrow panel when performing construction on heavily traveled 1 roads and streets. The sign panel shall consist of a minimum of 22 amber lamps. The lamps shall be divided into two groups of three arrowheads each with arrowheads of each group aligned or behind the other laterally and the arrowheads of separate groups being opposed. I City of Fayetteville Dl -5(1) Sewer System Improvements I e. Replace any traffic sign or post which has been damaged or removed because of the contractor's operations. f. Contractor shall provide access to private property. ' Driveways, sidewalks, and alleys shall not be blocked for periods greater than two hours. 3. Fencing shall be placed around open excavation or I trenches at the end of a day in a manner acceptable to the Owners Representative and the owner. Fencing and placement of same shall meet the approval of the Owners Representative. 4. Equipment operation a. Where the Contractor's equipment is operated on any portion of a traveled surface or structures used by traffic on or adjacent to the section under construction, the Contractor shall clean the traveled surface of all dirt and debris at the end of each days operations. The cost of this work shall be included in the unit price bid and no additional compensation will be allowed. b. Protect traveled surfaces and structures on or adjacent to the work, in a manner satisfactory to the Owners Representative, from damage by lugs or cleats or equipment. Walking of tracked -rolled equipment directly on paved streets, driveways, curbs, or sidewalks shall not be allowed. c. Equipment used in the performance of the work shall comply with legal loading limits established by the statutes of State or local regulations when moved over or operated on any traveled surface or structure unless permission in writing has been issued by the Owners Representative. Before using any equipment which may exceed the legal loading, the Contractor shall secure a permit, allowing ample time for an analysis of stresses to determine whether or not the proposed loading is within safe limits. The Owner will not be responsible for any delay in construction operations or for any costs incurred by the Contractor as a result of compliance with the above requirements. I 1 City of Fayetteville Sewer System Improvements D1-5(2) I 5. Utilities a. The Contractor shall notify public and private utility companies which may have overhead or underground facilities in the area at least 48 hours before construction begins. Contractor must call Arkansas One -Call at 1-800-482-8998 for locating utilities. The Contractor shall make necessary arrangements for having these companies locate, protect, brace or move their facilities as may be 1 necessary for construction of the improvements. Costs incurred due to the moving, bracing, or protection of utilities or in satisfying the requirements of the utility companies shall be incidental to the cost of the proposed improvement. b. The Contractor shall proceed with caution with ' excavation operations so that the exact location of underground utilities and structures, both known and unknown, may be determined. The Contractor shall take all reasonable precautions against damage to the utility or structure. However, in the event of a break in an existing utility, he shall immediately ' notify a responsible official from the organization operating the utility. The Contractor shall lend all possible assistance in restoring service, and shall assume all costs connected with the repair of any damaged utility. c. It is understood and agreed that the Contractor has ' considered in his bid all of the permanent and temporary utility appurtenances in their present or relocated positions and that no additional compensation will be allowed for any delays, inconvenience, or damage sustained by him due to any interference from the said utility appurtenances or the operation of moving them either by the utility ' companies or by him; or on account of any special construction methods required in prosecuting his work due to the existence of said appurtenances either in their present or relocated positions. 6. Accident Reporting 1 a. Notification Accidents occurring on the job which damage public or private property, or result in injury to workers or other persons, shall be promptly reported to the Police Department. I L City of Fayetteville D1-5(3) Sewer System Improvements I b. Utilities Accidents involving utilities shall be reported to the affected utility. This applies to all accidents, including, but not limited to, traffic accidents, broken pipe lines, power and telephone facilities and damage to adjacent properties. 7. Confined Space Entry The latest version of the U.S. Department of Labor, Occupational Safey and Health Administration Standards, 29 CFR Part 1910, Permit -Required Confined Spaces for General Industry shall be the minimum governing requirements for confined space entry. Said standards are included at the end of this section. B. Measurement and Payment No Contract Prices are established for Control of Construction Site. END OF SECTION D1-5 I I I I I I I I I I I I I LI I City of Fayetteville Sewer System Improvements D1-5(4) I 1 I. 1 i I.. 1 Thursday January 14, 1993 Part II -• Department- of Labor Occupational Safety .and Health Administration 29 CFR Parts 1910 Permit -Required Confined Spaces for General Industry; Final Rule 3 T I. Federal Register I Vol. 56, No. 9f Thursday, January 14, 1993 f Rules and Regulations 4549 I I I I I I I I I I 1 I I I I Li Li Found In Reports of OSHA FaWlty/ Caasrrophe Inve stigatIons", Washington, D.C., My 1985 (Ex. 13-15). 4. U.S. Department of Labor. Occupational Safety and Health Adminisbvloo. Duectorete of Technical Support. "Selected Occupational Fatalities Related to Fire and/ or Explosion in Confined Work Spaces as Found to Reports of OSHA Fatality/ Catastrophe Investigations", Washington, D.C, April 1982 (Ex. 13-10). S. OSHA Lotepated Management Information System, Fatallty/Gtasbopbe Database. OSHA Office of Management Data Systems. VII. Federalism much safety as possible using varying methods consonant with conditions in each state. In short, there Is a dear national problem related to occupational safety end health concerning entry Into confined spaces. Those states which elect to participate under the statute would not be preempted by this regulation and would be able to address special, local conditions within the framework provided by this performance -oriented standard. OSHA notes that California, Kentucky. Maryland, Michiggan, New This regulation has been reviewed in Jersey, and Virginia currently have regulations dealing with confined space accordance with Executive Order 12612 entry. Of these six state regulations, regarding Federalism. This order none would be preempted. New Jersey requires that agencies. to the extent Is not a state -plan state, but their possible, refrain from limiting state confined space e;anderd applies only to policy options and consult with slates public (state and local government) prior to taking any action. Agencies may employees. An analysis of state act only when there is dear confined space rules and procedures is constitutional authority and the contained in Section VI, Summary of presence of a problem of national scope. the Final Regulatory impact Analysis The order provides for preemption of and Regulatory Flexibility Analysis, state law only if there is a dear earlier in this preamble. congressional intent for the Agency to do so. Any such preemption is to be limited to the extent possible. Section 18 of the Occupational Safety and Health Act of 1970 expresses Congress' dear intent to preempt state laws relating to issues on which Federal OSHA has promulgated occupational safety and health standards. Under the OSH Act, a state can avoid preemption only if It submits, and obtains Federal approval of. a plan for the development of such standards and their enforcement. Occupational safety and health standards developed by such Plan -States must, among other things, be at least as effective in providing safe and healthful employment and places of employment as Federal Standards. Where such standards are applicable to products distributed or used in interstate commerce, they may not unduly burden commerce and must be Justified by compelling local conditions (See Section 18(c)(2) of the OSH Act). This regulation Is drafted so that employees in every state would be protected by general, performance - oriented standards. To the extent that there are state or regional peculiarities caused by the terrain, the climate or other factors, states would be able, under the OSH Act, to develop their own state standards to deal with any spedal problems And, under the Act, if a state develops an approved state program. It could make additional requirements in its standards. Moreover, the performance nature of this standard, of and by itself, allows for flexibility by states and employers to provide as VIII. State Plan States The 25 states and territories with their own OSHA -approved occupational safety and health plans must adopt a comparable standard within six months of the publication date of this final standard. These 25 states are: Alaska, Arizona, California, Connecticut (for state and local government employees only), Hawaii, Indiana, Iowa, Kentucky, Maryland, Michigan, Minnesota, Nevada, New Mexico. New York (for state end local government employees only), North Carolina, Oregon, Puerto Rico, South Carolina. Tennessee, Utah, Vermont, Virginia, Virgin islands, Washington and Wyoming. Until such time as a state standard is promulgated, Federal OSHA will provide Interim enforcement assistance, as appropriate. in these states. Lust of Subjects In 29 CFR Part 1910 Attendant. Confined Spaces, Entry permit system. Hazardous atmospheres, Hazardous materials, incorporation by reference, Monitoring. Occupational safety and health, Permits. Personal protective equipment, Rescue equipment, Respiratory protection, Retrieval lines. Safety. Signs, Togs, Tools. Welding. IX. Authority This document was prepared under the direction of Dorothy L Strunk, Acting Assistant Secretary of Labor for Occupational Safety and Health, U.S. Department of Labor, 200 Constitution Avenue, N.W., Washington, D.C 20210. Accordingly. pursuant to sections 6(b) and 8 of the Occupational Safety and Health Act of 1970 (29 U.S.C 655, 657), Seoetaiy of labor's Order No. 1-90 (55 FR 9033), and 29 OR Part 1911. Title 29, Chapter XVIi, of the Code of Federal Regulations Is amended as follows. Signed at Washington. MC. this 6th day of January, 1993. Dorothy L Strunk Acting Msistont Secretary of Labor PART 1910 -OCCUPATIONAL SAFETY AND HEALTH STANDARDS 1. The authority dtation for Subpart of Part 1910 is revised to read as follows: *UTHoartr: Sec. 4, 6, and a. Ocupational Safety and Health Act of 1970, 29 USC 653. 655.657; Secretary of tabor's Order No. 12- 71 (36 FR 8754), 6-76(41 FR 25059), 113 (48 FR 35736) or 1-40(55 FR 9033), is applicable. . Sections 1910.141, 1910.142,1910.145, 1910.146, and 1910.147 also issued under 29 4)'R Part 1911. 2. Section 1910.146 is added to read as follows: 31910.146 Perndt{equired confried spaces. (a) Scope and application. This section contains requirements for practices end procedures to protect employees in general industry from the hazards of entry into permit -required confined spaces. This section does not apply to agriculture, to construction, or to shipyard employment (Parts 1928, 1926, and 1915 of this chapter, respectively). (b) Definitions. Acceptable entry conditions means the conditions that must exist Ins permit space to allow entry and to ensure that employees involved with a permit -required confined space entry can safely enter into and work within the space. Attendant means an individual stationed outside one or more permit spaces who monitors the authorized entrants and who performs all attendant's duties assigned In the employer's permit space program. Authorized entrant means an employee who Is authorized by the employer to enters permit space. Blanking or blinding means the absolute closure of a pipe, line, or dud by the fastening of a solid plate (such as a spectacle blind or a skillet blind) that completely covers the bore and that is capable of withstanding the maximum pressure of the pipe, line, or duct with no leakage beyond the plate. Confined space means a space that: u 45S0 Federal Register / Vol. 58. No. 9 / Thursday, January 14, 1993 / Rules and Regulations I (1) is large enough and so configured that an employee tan bodily enter and perform assigned work; and (2) Has limited or restricted means for entry or exit (for example, tanks, vessels, silos, storage bins. hoppers, vaults, and pits an spaces that may have limited means of entry.); and (3) Is not designed for continuous employee occupancy. Double block and bleed means the closure of a line, duct, or pipe by dosing and locking or tagging two in - line valves and by opening and locking or tagging a drain or vent valve in the line between the two closed valves. Emergency means my occurrence (including any failure of hazard control or monitoring equipment) or event internal or external to the permit space that could endanger entrants. Engulfment means the surrounding and effective capture of a person by a liquid or finely divided (flowable) solid substance that can be aspirated to cause death by filling or plugging the respiratory system or that ran exert enough force on the body to cause death by strangulation, constriction, or Cusg. Entry means the action by which a person passes through an opening into a permit -required confined space. Entry includes ensuing work activities in that space and is considered to have occurred as soon as any part of the entrant's body breaks the plane of an opening into the space. Entry permit (permit) means the written or printed document that is provided by the employer to allow and control entry into a permit space and that contains the information specified in paragraph (1) of this section. Entry supervisor means the person (such as the employer. foreman. or crew chief) responsible for determining it acceptable entry conditions are present at a permit space where entry Is planned, for authorizing entry and overseeing entry operations, and for terminating entry as required by this section. Hot.: An entry supervisor also may serve as an attendant a as an authorized entreat, u long as that person Is trained and equipped as required by this section for each role be a she OIL. Also, the duties of entry supervisor may be Pend I-= one individual to another during the cause dm entry operation Huawdous atmosphere means an atmosphere that may expose employees to the risk of death, Incapacitation. Impairment of ability to self -rescue (that Is, escape unaided from a permit apace), Injury. or acute illness from one or mn of the following cause= (1) Flammable gas. vapor. or mi; in excess of 10 percent of Its lower flammable limit (LFL); (2) Airborne combustible dust at a concentration that meets or exceeds Its LF-L; NWr. This concentration may be approxt� std as a condition In which the dust obscures vision at a distance of S feet (1.52 m) or leas. (3) Atmospheric oxygen concentration below 19.5 percent or above 23.5 percent: (4) Atmospheric concentration of any substance for which a dose or a permissible exposure limit is published in Subpart C. Occupational Health and Environmental Control, or in Subpart Z. Toxic and Hazardous Substances, of thin part and which could result in employee exposure in excess of its dose or permissible exposure limit; Note: An atmospheric concentration of my substance that is not capable of causing death. incapacitation. impairment of ability to self -rescue, injury, or acute Illness due to its health effects is tot covered by this provision (5) Any other atmospheric condition that is immediately dangerous to life or health Note: For air contamiaens for whirl - OSHA has not determined a dose or permissible exposure limit, other sources of Information. such as Material Safety Data Sheets that comply with the Hazard Communlcetlon Standard. 51910.1200 of this part, published information. and internal documents can provide guidance In establishing acceptable atmospheric condition. Hot wort: permit means the employer's written authorization to perform operations (for example, riveting, welding, cutting burning, and beating) capable of providing a source of Ignition. Immediately life dangerous to a or health (iDLH) means any condition that posea an immediate or delayed threat to life or that would cause irreversible adverse health effects or that would interfere with an individual's ability to escape unaided from a permit space. Hair Some mate iala—hydrogen fluoride gas and cadre me npa. for example—csy produce immodlate ttsnsient affects that even if seven, may pass without medical attention but s., followed by sudden. possibly htal collapse 12-72 ham after re. The victim "feels normal" L'® recovery hem transient erectserectsuntil wUapae. Such mateiah to hazardous quantities are considered to be "Immedlstely' dange,us to Ills a IIbeehi matting means the displacement of ro the atmosphere in a permit apace by a noncombustible gas (such as nit ogen) to such an extent that the resulting atmosphere is noncombustible. Naar. This procedure produces an 0tH oxygen -deficient a"orphem Isolation means the process by which a permit space is removed from service and completely protected against the release of energy and material into the space by such means as: blanking or blinding; misaligning or removing sections of lines, pipes, or ducts; a double block and bleed system; lockout or tagout of all sources of ener2v; or blocking or diseoenecting all mechanical linkages. Line breaking means the irtcn:rczal opening of a pipe. lie. cr duc: ust is or has been carryirg tamable. corrosive, or toxic matal. an inert gas. or any fluid at a volume. press'_re. or temperature capable ci cncsing injwy. ,ion -permit con5..ed space csazs a confined space that des not contain or, with respect to atmospheric hazards, have the potential to contain any hazard capable of causing death or serious physicalbarm. Oxygen deficient atmosphere means an atmosphere containing less than 19.5 percent oxygen by volume. Oxygen enriched atmosphere means an atmosphere containing more than 23.5 percent oxygen by volume. Permit•required confined space (permit space) means a confined space that has one or more of the following characteristics: (1) Contains.or has a potential to contain a hazardous atmosphere; (2) Contains a material that has the potential for engulfing an entrant; (3) Has an Internal configuration such that an entrant could be trapped or asphyxiated by inwardly converging walls or by a floor which slopes downward and tapers to a smaller aoss- section; or (4) Contains any other recognized serious safety or health hazard. Permit required confined space program (permit space program) means the employer's overall program for controlling and, where appropriate. far protecting employees from. permit space hazards and for regulating employee entry Into permit spaces. Permit system means the employer's written procedure tar preparing and issuing permits for entry and for returning the permit space to service following.tormination of entry. Prahibitedlondilion means any condition in a permit space that is not allowedby the permit durdag the period when entry Is authorized. Rescue service memo the personnel designated to rescue employees from permit spares. I U Li I I I Li I I I I I I I C ' Federal Register / VoL 58. No. 9 / lbttrsday, January 14. 1993 1 Rules and Regulations 4551 Rrtrirrcl system meets the equipment (B) The employer can demons::ste (3) The air supply fro the forced air (including a retrieval line, chest or full- that continuous forced air ventilation vctilaton shell be from a clean source body harness, wristlets, if appropriate, alone is suf5ctent to maintain that and cosy not manse the hazards In the and a lifting device or ar.chm) used for permit space safe for enout space. non -entry rescue of persons ern permit (C) The employer denfops (F) The atmosphere within the space spaces. monitoring and inspection data that shill ba pericdial)y tested as necessary Testing means the process by which Supports the demonstratimzs required by to c.swe that the continuous forced air the hazards that may confront eot:artn paryaphs (c)(5)(ixA) and (c)(5)(1)(B) of ventilation is preventing the of a permit space a. -a idt,ntl5ed aid this sectioq accumulation of a hazardous evaluated. Testing includes spccifl•`.ng (D) lien initial entry of the permit atmosphere the tests that are to be pa -formed in to space Is necessary to obtain the data (C) if a hazardous .L'naspbe:e is permit space. required by paragraph (c)l5)(i)(C) of this detected dnrins entry ': section, the entry is performed in (I) Each employee shall lea•.e the Note: Tenths enables eePlcyers both to ,. devise and be lament eat •en`zol compliance with p spas (d) through spice immediztair. P eTzh ec measures !or the protacnonof S(k) of Los section: (2) The sews shall be ava1ustad to 1 ept b1ead entnL• and to determine if amspiablentry (E) The determinations and determine how the haLrdous ' coed?ticns as present im^di =,tely prior tq supporting data required by taregsrhs etr_csphe-e developed; and zed d au g. toc-y. (ells) HA). (c)(S)(i)(E), and (c:i5i)lC) of (3)'Maas' es shall be implsrnented to (c) Cenernl requirements. (1) The tali section. In documented by the protect employees from Iha barsrdous employer shall evaluate the workplace emp oyez and are made avaientryable to atmosphere befws any subsequent en 'tdetermine o drmine if any .paces are permit- es employee who enter the permit takes place. to late d confined spaces. space under the terms of paragraph (Y.) The employer shall verify they the (c)(5) of this section: and Spam is safe for entry and that the Note: Proper application of the derision (F) Entry icto the permit space under measures req:ired by perttg:epb flow chart in Appendix Ala 11910.148 the terms of paragraph (e)(5)(i) of this-(c)(5)(ii) of this section have been taken, would facilitate mmpllanee with this section is performed in ar crdance with through a written canThcation that requucnrnL the requirements of paragraph (c)(5)(ii) contains the date, the location of the (2) lithe workplace contains permit of this section. space. and the signature of the parson spaces, the employer shall info.-= Nwr. see Pr ,8 pb (y(7) of this nacho providing the t>erti6rotioa. The exposed employees, by pasting danger for radassifution of a permit Specs after all certification shall be made before entry signs or by any other equally effaetive buards within the space have been and shall be =ode available to sech means, of the existence and location of elimfested employee entering the Spam and the danger posed by the permit (6) When then are changes in the use (in The into permit requirements U apply spaces. to entry permit spaces that meet the or configuration o[ S ncn-permit Note: A rgn reading 'DANe3s—PERWT- conditions set forth in paragraph confined space that might incense the REQL!9uw WNFD D SPACE, DO NOT (c)(s)(i) of this section. hazards to entrants, the employer Shall ENTER" or using other similar language (A) Any cmdifions making it unsafe reevaluate that space and, if necessary, would ear fythe requlrc t fora sign to remove as entrance cover shall be reclassify it as a permit -required (3) 1f the employer decides that its eliminated before the oovw is removed. wtfined spa employees will not enter permit spaces, (B) When entrance covers are as space fated ed by tthd employe er the employer shall take effective remave.•I, the opening Shall be promptly pe req flay measures toprevent its a )o flora guarded by a railing. temporary covet, be reclassified as a con-penmit tonnned entering the permit spy and shag or other temporary beater that will space underrlithe ethe following pmeeduraa: corrrrply with p hs (c)(I), (c)(2), prevent end that ntel fall lhrou� the orrpotentiial atmosprmlt heric hazards poses no and if (c),6), and (c1(g) of this sects®. opening. ' (4) If the employer decides that ha employee working in space from all hazards within the space are employees will aster permit spaces, the foreign objects ex.:ering the space- a espace tbye Into teclassifi d as en-playershall develo and Ina (C) Before an employee enters the permit may P P� space. the internal atmosphere shall be a non -permit tonimed s ace for as long rist= perms SPere entry p ogrram sted, with a calibrated direct -reading as the non -atmospheric hwards remain that complies with this section The fnstrttmeal for the toll=.' renditions eliminated. written program shall be available 1m in the order given: '� (ii)11 R isnecessery to enter the inspection by employees and their n ccontent, permit space to eliminate hazards, such autbariasd re tatfves. (1) Flame (5) An ampiney six the alternate (2) Flammable gases and vapors. And entry shag be performed under $ u (3) Potential toxic air contaminants. paragraphs st (s of this F l p (D) Then miry be no hazardous section. If tasting and inspection during (c)(5xii) of this $action for antariag a atmmpben within the space wbeaes•m that entry demonstrate that the hazards permit spew under the conditions set any employee Is inside the space. within the permit space have been forth in paragraph (e)is)ii) of this (E) Continuous &aced air veatt1adon eliminated, the permit space ma be section. shall be used, as fol)owr. reclassified as a non -permit confined (I) An employer whose employees (1) An amptoyee may not enter the "ca foxes long as the hazards remain enter o permit apacre stood amt space spauntil the lead irk reotfletlon has eliminated. ' with paragraphs (d) throe) (Q l eliminated airy besa.•dove etnosohere Nee (Annoy ad eeoospherk hearts Ihrotgh'(k) of this ee -tion. pzw7ded (2) The ftitrad air ventilation sshhaiRn be through gad air vmtoLnon don cot that: so directed as to vtmtiieia the imatediate eoosntuts elimination of the bisects. (A) The employer ma deco astrate areas When an employee is or will be Pb (cl(5) mvars permh tpeaaatry that the only hard paned by the per=k Prewithin the Span and shall when the amplo7 ® damoo tj 0 coat space is m actnl opetentld %mines continue taxi! all ampley.es ban left freed atr wnsB.t ea acme will ontsd an atmosphere; the space beards to the Spam J 4552 Federal Register / Vol. 58, No. 9 / Thursday. January 14. 1993 / Rules and Regulations (iii) The employer shall document the basis for determining that all hazards in a permit space have been eliminated, through a certification that contains the date, the location of the space, and the signature of the person making the determination. The certification shall be made available to each employee entering the space. (iv) U ham*ds arise within a permit space that has been declassified to a non -permit space under paragraph (c)(7) of this section. each employee in the space sball exit the space. The employer shall then reevaluate the space and determine whether it must be reclassified ass permit space, in accordance with other applicable provisions of this section. (8) When an employer (bost employer) arranges to have employees of another employer (contractor) perform work that involves permit space entry, the host employer shall: (I) inform the contractor that the workplace contains permit spaces and that permit space entry is allowed only through compliance. with an permit space program meeting the requirements of this section; (ii) Apprise the contractor of the elements. including the hazards identified and the host employer's experience with the space, that make the space in question a permit space; (iii) Apprise the contractor of any precautions or procedures that the host employer has implemented for the protection of employees in or near permit spaces where contractor personnel will be working; (iv) Coordinate entry operations with the contractor, when both host employer personnel and contractor personnel will be working in or near permit spaces. as required by paragraph (d)(11) of this section; and (v) Debrief the contractor at the conclusion of the entry operations regarding the permit space program followed and regarding any hazards confronted or coated in permit spaces during entry operations. (9) In addition to complying with the permit space requirements that apply to all employers, each contractor who is retained to perform permit space entry operations shall: (I) Obtain any available information regarding permit space hazards and entry operations from the host employer, (ii) Coordinate entry operations with the host employer, when both host employer personnel and contractor personnel will be working in or near permit so . as required by ParngraP ( f this section; and (Ill) Inform the host employer of the permit space program that the contractor will follow and of any hazards confronted or coated in permit spaces, either through a debriefing or during the entry operation. (d) Permit -required confined spcce program. Under the permit -required confined space program required by paragraph (c)(4) of this section. the employer shall: (1) implement the measures necessary to prevent unauthorized entry; (2) identify and evaluate the hazards of permit spaces before employees eater them; (3) Develop and implement the means, p ocodures. and practices necessary for safe permit space entry operations• including. but not limited to, the following: (f) Specifying acceptable entry conditions; (ii) Isolating the permit space; (iii) Purging, inerting, flushing, or ventilating the permit space as necessary to eliminate or control atmospheric hazards; (iv) Providing pedestrian, vehicle, or other barriers as necessary to protect entrants from external hazards; and (v) Verifying that conditions in the permit space are acceptable for entry throughout the duration of an authorized entry. (4) Provide the following equipment (specified in paragraphs (d)((i) through (d)(4)(ix) of this section) at no • cost to employees, maintain that equipment properly, and ensure that employees use that equipment properly. (I) Testing and monitoring equipment needed to comply with paragraph (d)(5) of this section; (ii) Ventilating equipment needed to obtain acceptable entry conditions; (iii) Communications equipment necessary for compliance with paragraphs (h)(3) and (i)(5) of this section; (iv) Personal protective equipment Insofar as feasible engineering and work practice controls do not adequately protect employees; (v) lighting equipment needed to enable employees to see well enough to work safely end to exit the space quickly in an emergency; (vi) Barriers end shields as required by paragrephmea3X1v) of as is section; (vii) Equip needed for safe Ingress and egress by authorized entrants; (viii) Rescue and emergency equipment needed to comply with paragraph (d)(9) of this section. except h to the extent that the equipment is provided by rescue services; and (ix) My other equipment necessary for safe entry into and rescue from permit spaces. (5) Evaluate permit space conditions as follows when entry operations are conducted: (i) Test conditions in the permit space to determine If acceptable entry conditions exist before entry is authorized to begin, except that, if isolation of the space is infeasible because the space is large or is part of a continuous system (such as a sewer), pre -entry testing shall be performed to the extent feasible before entry is authorized and, if entry is authorized. entry conditions shall be continuously monitored in the areas where authorized entrants are working; (ii) Test or monitor the permit space as necessary to determine if acceptable entry conditions are being maintained during the course of entry operations; end (iii) When testing for atmospheric hazards, test first for oxygen. then for combustible gases and vapors, and then for toxic gases and vapors. Note: Atmospheric testing conducted in accordance with Appendix 9 to 51910.146 would be considered as satisfying the requirements of this paragraph. For permit space operations in sewers. atmospheric testing conducted in accordance with Appendix B, u supplemented by Appendix E to $1910.146, would be considered as satisfying the requirements of tb s paragraph. (6) Provide at least one attendant outside the permit space into which entry is authorized for the duration of entry operations; Note: Attendants maybe assigned to monitor mom than one per_.!1 space provided the duties described in paragraph (I) of this section can be effc•ively performed for each permit space that is monitored. Likewise, ane=tants may be stationed at any location outside the permit space to be monitored as lo=g as the duties described in paragraph (1)0! this section can be effectively performed for each permit space that is monitored (7)1f multiple spaces are to be monitored by a single attendant, Include in the permit program the means end procedures to enable the attendant to respond to an emergency affecting one or more of the permit spaces being monitored without distraction from the attendant's responsibilities under paragraph (f) of this section; (8) Designate the persons who are to have active roles (as, for example.• . authorized entrants, attendants. entry supervisors, or persons who test or monitor the atmosphere in a permit space) in entry operations. Identify the duties of each such employee, and provide each such employee with the I I I El [1 I El I I I I I I I I Federal Register / Vol. 56, No. 9 / Thursday, January 34. 3993 / Rules and Regulations 4553 I 1 Li 1 I I I I I 11 I Li L✓ I I I I training required by paragnpb (y) of this scion; (9) Develop and implement procedures for summoning rescue and emergency services, for rescuing entrants from permit spaces, for providing necessary emergency services to rescued employees, and fur preventing unauthorized personnel from all erptitg a rescue; . (10) Develop and implement a system for the preparation, issuance, use, and cancellation of entry permits as requL-ed by this section; (11) Develop and implement procedures to coordinate entry operations when employees of more than one employer are working simultaneously as authorized entrants in a permit space. so that employees of cne employer do not endenger the employees of any other employer. (12) Develop and implement procedures (such artiosing off a permit space and canceling the permit) necessary for concluding the entry after entry operations bare beam completed; (13) Review entry operations whet the employer bas reason to believe that the measures taken under the permit space program may not protect employees and revise the program to correct deficiencies found to nisi before subsequent entries mein horired; and — Note: Examples of circu=niw • requiring the review of the permit+eyuired confined spas program are: any unauthorud entry of I permit space, the detection eta permM spa oz lurard not covered br 6s permit, the deter.c of a omditinn prof Mind by tbs permit, the .-ammo d a iajwy a sear• miss during entry, a change to the ens a cmf)gunrioo di pem1 apace, and employee rntpia?ntc shoot the a1 eaivsnms of the program. (14) Review the permit -required confined space program, ns'mgthe canceled permits retained untie: paragraph (eH6) of this sedi within I year after each arty and savfse the program as nemssary,4oensure then employees participating to entry operations are profeded form print space harsrds. NOW P.tr+p}oyeia may perform a tingle annual review m'wma aB entries performed during a 12 -month pecod. E>ao ®try is performed dmmg a 12o per od. sue review Is nrtsascy. Appendix Cte §tir10.W presents examples d permit entry programs that are considered to comply whhTe requirements of paragraph (d) of this section. (e) Permit systea. (fl Before ettry b authorimd,era employerabet .: document the completion of mammas regtiredby paragraph (dX3)slthis section by preparing an entry permit Now Appendts D'to 11910.146 pressats examptrs of permits wboso elements are considered to comply with the requL-men of this section. (2) Before entry begins, the entry. supervisor identified on the permit shall sign the entry permit to authorize entry. (3) The completed permit shall be made sysiabte at the time of entry to all authorized entrants, by posting it at the entry portal or by any other equally effective means, so that the entrants r..n confine that pre -entry preparations have been completed. (4) The duration of the permit may not exceed the time required to complete the assigned task m lob identified on the permit in accordance with paragraph (f)(2) of this sections (5) The entry supervisor shell terminate entry and anal the entry permit when (i) The entry operations covered by the entry permit have been completed. or (ii) A condition that is not allowed under the entry permit arises In or near the permit spars (6) The employer shall retain each canceled entry permit for et least lynx to fecintote the review of the permit - required confined apace zuxjaa • required byp ngrspb(d 14)ofibis section. Any problems encountered during an entry operation sball be noted on the pertinent permit 5Oth appropriate rnisitas to the perrrdt space program can be made. (f) Entry permit The entry permit that documents compliance with this section and authorizes entry to a permit space shall identify: (1) The permit spare to be entered; (2) The purpose of the entry; (3) The data and the autinrizrd duration of the entry permit; (4) The authorized entrants within the permit space, by cams or by such other means ((or example, through the use of rosters m tracking systems) as will enable the attendant he determine quickly and accurately. Jot the duration of the permit which authorised entrants are inside the permit space; Note: This sequdesa+sut may to ._,fly tnset�g a safvance a the entry psrmlt as to the mean sad anr3 as a rostrror ticking system, ea taep track of the authorisod saoatb within the permit epsa (s) The p.r,aonel, by *same, anrendy serving es etUnda-4c (6) The tndividua(.by vareacurrently • serving as eaby supery isez. with a for the signature or initials Griffis entry supper�visor who viigfnsl)y ratherfad ® y (7) The bnzrds a[thie permA span to be entered: (e) The measures used to (sc)a'e the ren t dace and to eliminate or control permit space hazards before entry; Noss: Those measures can Include the lockout or tegeiea of squlpoe at and ur procedes for purging. inerting, v.Wi sfiag, end flushing permit spares. (9) The acceptable entry waditionc (10) The results of initial and periodic tests performed under pangnph (d)(5) of this section, accompanied by the names or initiate of the testers and by an Indication of when the tests were performed; (11) The rescue and emergency services that can be summoned and the means (such as the equipment to use and the numbers to call) for commencing these services; (12) The communication procedures used by authorized entrants and attendants to maintain contact during the entry; (13) Equipment, such as petsonal protective equipment testing equipment communications equipment alarm systems, and rescue equipment, to be provided for compliance with this section; (14) Any other information whose inclusion is necessary, given the circumstances of the particular confined sawn space. in order 10 an=employee safety; and . (15) Any additional permits, such as for hot work, that have been issued to authorize work in the permit space. (g) Training. (1) The employer shall provide training so that all employees whose work is regulated by this section acquire the understanding, knowledge. and ski1Ls necessary for the safe performance of the duties assigned under this section. (2) Training shall be provided to each affected employee: (i) Before the employ ee is fast assigned duties under this section: (ii) Before there is a change in assigned duties; (hi) Whenever there is a change in homit space operations that presents a azard about which an employee has not previously been trained; (iv) Wherever the ernployerbaa reason to believe either that them are deviations from the permit space entry ur procedes required by paragraph (d)13) of this section or that there are inadegoades in the employee's knowledge or use of these paocadmss. (3) The training shall establish employa rpece inquired by In the dts thins sa�d)on and shall introduce new or revised procedares,as necessary, for cocnpEaace with this - section. (4) The emp}vyer slieR citify that die training required by paragrapbs tAl) I 4554 Federal Register / Vol. 59, No. 9 / Thursday. January 14, 1993 / Rules and Regulations through (g)(1) of this section has been accomplished. The certification shell contain each employee's name, the signatures or initials of the trainers, and the dates of training. The certification shall be available for inspection by employees and their authorized representatives. (b) Duties of authorized entrants. The employer shell ensure that all authorized entrants: (1) Know the hazards that may be faced during entry, including information on the mode, signs or symptoms, and consequences of the exposure; (2) Properly use equipment as required by paragraph (d)(4) of this section; (3) Communicate with the attendant as necessary to enable the attendant to monitor entrant status and to enable the attendant to alert entrants of the need to evacuate the space as required by paragraph (i)(6) of this section; (4) Alert the attendant whenever. (i) The entrant recognizes any warning sign or symptom of exposure to a dangerous situation, or (ti) The entrant detects a prohibited condition; and (5) Exit from the permit space as quickly as possible whenever. (1) An order to evacuate Is given by the attendant or the entry supervisor. (U) The entrant recognizes any warning sign or symptom of exposure to a dangerous situation, (iii) The entrant detects a prohibited condition, or (iv) An evacuation alarm is activated. (i) Duties of attendants. The employer shall ensure that each attendant: (1) Knows the hazards that maybe faced during entry. including information on the mode, signs or symptoms. and consequences of the 2) Is aware of possible behavioral effects of hazard exposure In authorized entrants; (3) Continuously maintains an accurate count of authorized entrants in the permit space end ensures that the means used to identify authorized entrants under paragraph (Q(4) of this section accurately Identifies who is in the permit space; (4) Remains outside the permit space during entry operations until relieved by another attendant Near when the empployefs permit entry program allows attendant entry for reacua, attendants may enter a permit space W attempt a rescue U they have been trained and�pped for rescue operations in try paragraph MI) of this section and U they have been relieved u required by paragraph (IX4) ar this swim (5) Communicates with authorized entrants as necessary to monitor entrant status and to alert entrants or the need to evacuate the space under paragraph (i)(6) of this section; (6) Monitors activities inside and outside the space to determine if it is safe for entrants to remain In the space and orders the authorized entrants to evacuate the permit space immediately under any of the following conditions; (i) lithe attendant detects a prohibited condition; (ii) U the attendant detects the behavioral effects of hazard exposure in an authorized entrant; (iii) U the attendant detects a situation outside the space that could endanger the authorized entrants; or (iv) If the attendant cannot effectively and safely perform all the duties required under paragraph (I) of this section; (7) Summon rescue and other emergency services as soon as the attendant determines that authorized entrants may need assistance to escape from permit space hazards; (8) takes the following actions when unauthorized persons approach or enter a permit space while entry is underway: (i) Were the unauthorized persons that they must stay away from the permit space; (u) Advise the unauthorized persons that they must exit immediately if they have entered the permit space; and (iii) Inform the authorized entrants and the entry supervisor U unauthorized persons have entered the permit space; (9) Performs non -entry rescue$ as specified by the employer's rescue procedure; and (10) Performs no duties that might interfere with the attendant's primary duty to monitor and protect the authorized entrants. (j) Duties of entry supervisors. The employer shall ensure that each entry supervisor, (1) Knows the hazards that maybe faced during entry, including information on the mode, signs or symptoms, and consequences of the exposure; (2) Verities, by checking that the appropriate entries have been made on the permit, that all tests specified by the permit have been conducted and that all procedures and equipment specified by the permit are in lace before endorsing the permit and allowing entry to begin; (3) Terminates the entry and cancels the permit as required by paragraph (e)(5) of this section: (4) Verifies that rescue services are available and that the means for summoning them are operable: (5) Removes unauthorized individuals who enter or who attempt to enter the permit space during entry operations; and (6) Determines, whenever responsibility for a permit space entry operation Is transferred and at intervals dictated by the hazards and operations performed within the space, that entry operations remain consistent with terms of the entry permit and that acceptable entry conditions are maintained. (k) Rescue and emergency services. (1) The following requirements apply to employers who have employees enter permit spaces to perform rescue services. (i) The employer shall ensure that each member of the rescue service Is provided with, and is trained to use properly, the personal protective equipment and rescue equipment necessary for making rescues from permit spaces. (ii) Each member of the rescue service shell be trained to perform the assigned. rescue duties. Each member of the . rescue service shall also receive the • training required of authorized entrants under paragraph (g) of this section. (iii) Each member of the rescue service shall practice making permit space rescues at least once every 12 months, by means of simulated rescue operations in which they remove dummies. manna. or actual persons from the actual permit spaces or from representative permit spaces. Representative permit spaces shall, with respect to opening size, configuration. and accessibility, simulate the types of permit spaces hem which rescue is to be performed. (iv) Each member of the rescue service shall be trained in basic first -aid and in cardiopulmonary resuscitation ((PR). At least one member of the rescue service bolding current certification in first aid and in (PR shall be available. (2) When an employer (hod employer) arranges to have persons other than the host employer's employees perform permit space rescue. the host employer shell: (1) Inform the rescue service of the b azards they may confront when called on to perform rescue at the best employer's facility, and (ii) Provide the rescue service with access to all permit spaces from which rescue may be necessary so that the rescue service can develop appropriate rescue plans and practice rescue operations. (3) To facilitate non -entry rescue, retrieval systems or methods shall be used whenever an authorized entrant enters a permit space, unless the retrieval equipment would manse the overall risk of entry or would not contribute to the rescue of the entrant I I Li I I I I I Li I Li L I I I Federal Register / Vol. 58, No. 9 / Thursday, January 14, 1993 / Rules and Regulations 4555 Rruieval systems shell meet the (U) The other and of the retrieval line written Information &hall be made following requirements. &ball be attached to a mechanical device available to the medical facility treating (I) Each authorized entrant shell use or fixed point outside the permit apace the exposed entrant. a chest or full both harness. with a in such a manner that rescue can begin A"amit� TO 4tpt0.3ae TE1tLQT• retrieval line attached at the center of as won as the rescuer becomes aware APPt1QIDS TO I1 II) SPAm the entrant's back near shoulder level, that rescue is necessary. A mechanical P404.: Appendices A thml H Serve to or above the entrant's heed. Wristlets device shall be available to retrieve P404.: information and non-mandat may be used in lieu of the chest or full personnel from vertical type permit P °r1' bod harness If the employer" spaces more than S feet deep. In co roan to win amployapp n and emplmroes demonstrate that the use f a chest or (4) U an injured entrant Is exposed to m mmplyleg with the approprLn full body harness Is infeasible or creates a substance for which a Material Safety requirements of this season. a greater hazard and that the use of Date Sheet (MSDS) or other similar wristlets is the safest and most effective written information is required to be alternative, kept at the worksite, that MSDS or IA . .. .. • 4556 Fedtsd RegWer / Vol. 56, No. Q I 'ibunday. January 14, 1993 / Rules and Regulations 1 Appentbx A b !7 970]4LArm1t4vquLrvd Cao6eed Spew urim Tlow mart Appendix A Pe_^rit-required Confined Space Decision Flow Chart _ , Joes the .rarlglac+ contain ►emit-req+ired Confined Spaces ss defteed by 31>70.1e6(D17 IAtV4fl tali et het arc l teable TES DSYA standards flopInto. eaplcyees as regutred by 11910.24[ (c)12). prevent esploreD entry as required by parx will tt spaces be entered) N7'f 1930.24[ le/U1. pa task )roe outside of space. YTs eel. Infort contractor a. .. vi11. co tar) TL9-�+Test will dbe 6910 by coct $)Ii). employ NO �! re7+ued by {910.196 5)92 if 1. (ii) >d (iii). [And lull obtains tnloreetl rt i ed by $1910.1[ It) I9)Ifl. Iftl and Usi) tra. host. both contractors And host enplgts will enter the spate YES kilt hast evplayeu enter to Coordinate entry operations as fe7ut red by 1191D.199 parlour entry tasks? wt l Ilt)Iiv) and {d1unauthorizeder.t unauthorized entry• �t s--1 Prevent , .author a entry. S70P ( Not a nit-raq_ir du lonfined space. ined OSMA et andard ` Does [pact Mn known or potential harardal )C_. s Goes P.O.t apply. YI V ]=player an choose to r.classity spate to not-persti 4n the harards be 91101nated) YE9v�s rec+tamed confined spacece usin: (1910.14 (d17). SLOP' NO I. Car. the spa. bem,ntalned in a condition sacs to �E9-�j Space maY be entered under en;e. b coot snows forced air ventilation only? 61910.24[ Ie11S). STOP No • ' permit Perth not Pre Dare tar entry via rmit pre. valid until tandltiona meet verily acceptable entry conditions lest salts recorded. space Ssolate-d if l permit ions. needed, tucwnreeans to ausv.on available. entrants properly Wvipp✓. Y� Permit issued q authoritin9 signature- NO'+ Emergency uuu lDrolabited At carob)• entry conditions as lnu load tAtrughout 0nt flr. ILondEntrants dIts s. ([ 11 rescuersitrsit to void. iteeva)uate correct/prevent prohibitedEntry tasks coep)eted.Pemit returned and canceled. Ocs urrence def�icientryo re-entry until program •ic) fa emended. {Mayaand panic based ond preptron ofire new program.) attendants.teaur9 snG Drepayers. ace.CONt11+UC Spaces may have to be evacuated end re-evaluated ft hasards ufee durim: entry - ..• .-. - . :_- •- •.; _.. . - - - . - .. -: - . t__::.. I Permit - Required Confined Space Decision Flow Chart Does eve workplace contain PRCS a. defined YES Intone employees as required by §1910.1/8(cx2). Win permit spec be entered? YES YES Will contractors enter? Consult ottw applicable OSHA standards. Prevent employee on as required by 1910.146(c)(3). Do task from outside of apes. Task will be done by oonbsdors• employees. Inform contractor as required by §1910.146(cX8)(i), (9) and (19). Contractor obtain* Information required by §1910.146(c)(9)(9, (II) and (ill) from host. NO Both conlradars and twat employees will enter the space. NO YES Will host employees enter to perform entry task*? Coo<dlnate entry paean ns as required by §1910.146(cX6xly) and (dxtt). Prevent unaulhodzed entry. YES NO Prevent unsutlwrized entry STOP NO Not a PRCS. 1910.146 does not apply. Consult known Does space have or potential hazards? opbr OSHA standards. YES YES Employer may loose to reclassify space to non -permit Can the hazards be eNrtJrwted? required confined space using §1910.146(cX7). STOP NO Can the span be maintained k a eorditlon sate to YES Space may be entered under STOP enter by continuous forced air ventilation only? § 1910.146(cXS). •No Prepare for entry via permit procedures. Verify acceptable entry corditina (Test results NO point not valid until conditions meet recorded, apace isolated If needed. rescuemM'ieans to Dam spedfications. summon evafable. entrants properly equipped, etc.) I )anu 14, 1993 / Rules and Regulations 4557 Federal Register I Vol. 58, No. 9 / Tburadey, an I [] I LI I I I I 1J LI Li 1] I I I I Appendix B to Slela.118—Psvicedure+ for Atmmpheric Testing Atmospheric testing is required for two distinct purposes. avgeh+ation of the hazards of the permit space and verifiation that acceptable entry conditions for entry Into that space exist (1) Evaluation testing. The atmosphere of a confined space should be analysed using equipment of euffident sensitivity and specificity to Identify and evaluate any hazardous atmospheres that may exist or arise. so that appropriate permit entry procedures an be developed and acceptable entry conditions stipulated for that space. Evaluation and Interpretation of these data, and development of the entry procedure, should be done by, or reviewed by. a technically qualified professional (e.g., OSHA consultation service. or certified industrial hygienist, registered safely engineer, certified safety professional, etc.) based on evaluation of all serious hazards. (2) Verification testing. The atmosphere of a permit space which may con!ato a hazardous atmosphere should be tested for residues of all motaminants identified by evaluctlon testing using permit specified equipment to determine that residual concentrations at the limo of testing and entry are within the range of acceptable en conditions. Results of testing f -e., actual concentration. eta) should be recorded on the permit in the space provided adjacent to the stipulated acceptable entry condition. (3) Duration of ttotesttirnngg. Measurement of values for each atmospheric parameter should be made for at least the minimum response time of the test Instrument specifie by the manufacturer. (4) Testing stratified atmospheres- When monitoring for entrees Involving a descent into atmospheres that may be stratified, the atmospheric envelope should be tested a distance of approximately 4 feet tl.22 m) in the direction of travel and to each aide. If. sampling probe is used, the entrant's rate o progress should be slowed to accommodate the sampling speed and detector response. Appendix C to s181o.1a6--Essmplea of Permit -required Confined Spam Programs maintained in a safe condition for entry by are mechanical ventilation alone. All spw ret shall be considered permlt-mqulsed mafined bar spaces until the pie -entry procedure use demonstrate otherwise. Any employee the required or permitted to pre -check or ante[ saf en enclosed/confined apses shall have Re successfully completed. as. minimum, the not training as required by the following sections the of these procedure'. A written copy of Ins operating and rescue procedures as required an by these procedures shall be at the wart site B. for the duration of the job. The Confined Pe Spam Pre -Entry Check List must be completed by the LEAD WORKER before s entry Into a confined space. This list verifies cc completion of items listed below. This check pt list shall be kept at the job site for duration e of the job. If circumstances dictate m or interruption in the work, the permit span must be reevaluated and a new check list in to must be completed. control of atmospheric and engulf.•: ent P hazards. a Pumps and Lines. All pumps and lines t which may reasonably muse contaminants to flow into the space shall be discoraected, blinded and locked out, or effectively isolated by other means to prevent i development of dangerous sir contamination try or engulfment Not all laterals to sewers or storm drains require blocking. However, where experience or knowledge of industrial use indicates there is a reasonable potential for contamination of sir or engulfment Into an occupied sewer, then all affected laterals shall be blocked. If blocking and/or isolation requires entry into the space the provisions d for entry into a permit- required confined space must be implemented. Surveillance. The surrounding area shall be surveyed to avoid hazards such a drifting vapors from the tooks. piping, or sewers. Testing. The atmosphere within the spare will be tested to determine whether f dangerous air contamination and/or oxygen deficiency exists. An alum only type gas monitor may be used. Testing shall be performed by the LEAD WORKER who has successfully completed the Gas Detector training for the monitor he will use. The minimum perimeters to be monitored are Example 1. oxygen de ciency. lit., and hydrogen Workplace. Sewer entry. sulfide concentration. A written record of the Potential hazards. The employees could be preentry test results shall be made and kept exposed to the following: at the work site for the duration of the lob. Engulfment The supervisor will certify In writing. based Presence of toxic gases. Equal to m more than upon the results of the preentry testtoc that all hazards line beets imineled. Affected 10 ppm hydrogen sulfide. U the presence of employees shall be able to review the testing other toxic contaminants Is suspected,illbresults. The most hazardous conditions shall specific monitoring programs govern when work is being performed in two developed. sdlolnlng. connecting spaces. Presence of ethan 1 v% of t noble gases. Equal Entry Procedures. U then am no non - to or greeter than 10% of the lower stmaspbmic bands presentand If the pre- . flammable limit (LPL). entry tests show then Is no dangcvus sir Oxygen Deficiency. A concentration of contemfnaUon and/or oxygen deficiency oxygen In the atmosphere equal to or less within the space and there Ii oo reason to than 19.5% by volune. believe that any Is likely to dove , entry A. Entry Without PermritlAtlendont into and work within may Certificotion Confined spaces may be Continuous testing of the atmosphere in the entered without the Deed for a written permit- immediate mm space shall vicinity malibi orkznd. The workma e dir attended[ provided that: l.) rise spa will immediately leave the permit space confin determined not to be s mss space a[ required be when any of the gas monitor alum set points confined span. or 2.) the an be W U C reached as defined. Workers will Dot urn to the area until a SUVLXVISOR who completed the gas detector training bar d a direct reading gas detector to evaluate situation and has determined that ft is e to enter. scue. Arrangements for rescue services are required when then Is no attendant See rescue portion of section B., below, for [ructions regarding rescue planning when entry permit Is required. Entry Permit Required rmits. Confined Spam Entry Permit. AB paces shall be considered permit -required nfined spew until the preentry rocedura demonstrate otherwise. Any mployee required or permitted to pro -check enter a permit -required confined space hall have successfully completed, as a inimun, the training as required by the ,lowing sections of these procedures. A copy of operating and rescue rocedures as required by these procedures hall be at the work site for the duration of he job. The Confined Spam Entry Permit be completed before approval an be given to enter a permit -required confined pea. This permit verifies completion of [ems listed below. This permit shall be kept t the job site for the duration of the )ob. If cause an Interruption In the work or a change in the alarm conditions for which entry was approved, a new Confined Space Entry Permit must be completed Control of atmospheric and engulfment hazards. Surveillance. The surrounding area shall be surveyed to avoid hazards such as drifting vapors from tanks, piping or sewers. Testing. The confined space atmosphere shall be tested to determine whether dangerous air contamination and/or oxygendeficiency be exists. A direct reading gas monitor en used. Testing shall be performed by the SUPERVISOR who has successfully completed the gas detector training for she monitor be will use. The minimum parameters to be monitored are oxygen deficiency, 1St and hydrogen sulfide concentration. A written record of the pre - entry test results shall be made and kept at the wk site for the duration of the job. Affected employees shall be able to review the testing results, The most haardous conditions $ball govern when work is being performed In two adjoining. connected spaces. Space Ventilation. Mechanical ventilation systems. where applicable, shall be set at 100% outside sir. Whore possible, open additional manholes to increase air circulation. Use portable blowers to augment natural circulation if needed. Alter a suitable ventilating period. repeat the testing. Entry may not begin until testing liar demonstrated that the hazardous atmosphere has been eliminated. - Envy Pweedurea The following procedure shall -be observed under any of the following conditions: 1.) Testing demonstrates the existence of dangerous or deficient conditions and additional ventilation cannot reduce concentrations to safe levels: 2.) The atmosphere tests as safe but unsah I 4558 Federal Regides / Vol. 58, No. 9 / Thundey, January 14, 1993 / Roles and Regulaliona , con diucns can reasonably be Irpecad w develop: 3.) It is not feasible to p+ovtde for ready sail from spaces equipped with eutnmatic fin supppression systems and ills cot practical or Sala to deactivate such systems: or 4.) An emergency exists and U Is not feasible to wait for pre -entry procedures to tale effect AU personnel must be trained. A self cootatned breathing apparatus shall be worn by any person entering the space. At least one worker shall stand by the outside of the space ready to give assistance In rot emergency. The standby worker shall haves self cnotaiaed breathing apparatus available for immediate use. There shall be at least one additional worker within sight or all of the standby worker. Continuous powered communications shall be maintained between the worker within the confined space and standby personnel. If at any lima there is any questionable action or non- movement by the worker Inside. a verbal check will be made. U there is no response. the worker will be moved immediately. Exception: U the worker is disabled due to falling or impact. bs'sbe shall not be removed from the confined space unless then is immediate danger to fisher life. Local fin department rescue peramnel shalt be notified immediately. The standby worker may only eater the confined space in rase of an emargnq (wearing the self coalsiasd breathing appanhul and only alter being relieved by another works= Salary belt or harness with attached lifeline shall be used by all workers entering the space with the free end of the line secured outside the envy opening. The standby worker shall attempt to remove a disabled worker sickle lifeline before entering the specs. Wh® practical. these spaces &beg be attend through aide opening. —base wit is 3 1/2 feet (ID) m) of the bom . Wbea e7 mast be through I top opening. the salary belt shall be of the hn n trype tkae _;_eds. a person upright and a hoisting darn or similar apparatus shall be eva lalds far Ming worken our of the apam In nary atus im where thairuse Mary endanger the warier. use of a Dnidiag dteica or sah4y beh and oism4 y bah attached bfaltry my he When dangerous air cootamin.tim is attributable to flammable aod/oc esposiv substaacn. Ughting and electrical egnipmed shall be Class 2. Divider I sated per%alifl Electrical lode and ma ign{Ii sources Shall be introduced into the area. Coat uoua pis monitormll shall bs performed duriag alt confined�n open tlnaa. U alarm condition cSaogl adversely. entry panmm1 shall aril Ace .__ aad space and a new codSaed pa- - teased. - Reaca Call tie fire departs stn —..irr ibe rue. When ®aaal>s ham . labae4 personnel an pesect.relax at the site tshall � Imo plea vet emergency laoceda b ... • .. iIl 1L1 .. • . . ": 1IL)rr';' Ii p. . S. .. . ii!... • . .''t ff•.pj.jt.i..fl3t — .- I cr. ?TLi.l . - r s e. . P... M,!.. ... .,' I V. ii.. t'4,rj ri •ti•........ a.. _. I" 4iILgpfr * __ r III 'Jil Pu. .r . ... -r i ."Ii" .1 . r) •4•I11j • - pmpi;' r rn T.r iI's - - I [I .1 I n I C1 I I I I I I I I C 11 I Federal Register I Vol. 58. No. 9 1 14, 1993 1 Rules and 4559 I I I I I I I I I I I I 11 Ii I Entry fbrmlt' will be issued for a I month period to cover those production areas where tanks ere fabricated w the point that entry and exit an made using manholes. Authorization. Only the area supervisor may authorize an employee to enter stank within the permit area. The area supervise must determine that conditions to the tank tiller, dry bulk trailer or truck etc meet permit requirements before authorizing entry. Attendant The area supervisor shall designate an employee to maintain communication by employer specified means with employees working in tanks to ensue their safety. The attendant may not enter any permit entry confined space to rescue an entrant or for any other reason, unless authorized by the rescue procedure and, and even then, only after calling the rescue team and being reliesed by as attendant by another worker. Communications and observation. Communications between attendant and entrant(s) shall be maintained throughout entry. Methods of communication that may be specified by the permit include voice. voice powered radio, topping or tapping codes on tank walls, signalling tugs on a rope, and the attendant's observation that work activities such as chipping, grinding. welding. spraying, etc. which require deliberate operator control continue normally. These activities often generate an much noise that the necessary hearing protection makes communication by voice difficult. Rescue procedures. Acceptable revue procedures include entry by a team'of employee-tvscuen, use of public emergency senior, and procedures for breaching the tank. The area permit specifies which procedures are available, but the area supervise makes the final decision based on circumstances. (Certain injuries may make It necessary to breach the tank to removes person rather than risk additional Injury by removal through an existing manhole. However, the supervisor mutt ensure that no breaching procedure used for rescue would violate terms of the entry ppeermit. For Instance, tithe tank must be breached by cutting with a torch, the tank surfaces to be cut must be fee of volatile orcombustible coatings within 4 Inches (10.16 an) of the cutting line and the atmosphere within the tank must be below the LPL Retrieval line and harnesses. The retrieval 11nes and harnesses generally required under this standard are usually Impractical for use in tanks because the internal confguntion of the tanks and their Interior baffles and other structures would prevent rescuers from hauling out injured entrants. However, unless the rescue procedure calls for breaching the tank for rescue, the rescue team shall be trained in the use of retrieval lines and harnesses for removing Injured employees through manholes. B. Repatr or service of "used" with and bulk sroi)en. Sources of hazards In addition to facing the potential hands encountered to fabrication a manufacturing. tanks or trailers which have been In service may contain residues of dangerous materials, whether left over firm the transportation of hazardous cargoes or generated by chemical a bacteria) action on residues of non -hazardous cargoes. Control of atmospheric hazards. A'used" tank shall be brought Into areas when tank entry is authorized only after the tank has been emptied, cleansed (without employee entry) of any residues, and purged of any potential atmospheric hazards. Welding. In addition to tank cleaning for control of atmospheric hazards, coating and surface materials shall be removed 4 inches (10.16 ®) or more from any surface area when welding or other torch work will be dote and care taken that the atmosphere within the tank remains well below the 1St (Follow the requirements of 29 CFR 1910, Subpart Q OSHA's welding standard, at all times.) Permits. An entry permit valid far up to 1 year shall be issued prior to autttcrizatioa of entry into used tank trailers, dry bulk trailers or trucks. In addition to the pre•eoty cleaning requirement. this permit shall require the employee safeguards specified [or new tank fabrication or construction permit areas. Authorization Only the eyes supcnisot may authorize an employee to enter a tank troller, dry bulk tiller or truck within the permit area The area supervisor mu ut determine that the entry permit requirements have been met before authorising entry. 4560 Federal Register / Vol. 58. No. 9 / Thursday, January 14, 1993 / Rules and Regulations Appcodia D to 11910.146--31mpIt Permits , Appendix D - 1A Sewer Entry Permit Confined Space Pre -Entry Check List See Safety Procedure. A confined space either is entered through an opening other than a door (such as manhole or side port) or requires the use of a ladder or rungs to reach the working level and test results are satisfactory. This check list must be filled out whenever the job site meets this criteria. Yes No 1. Did your survey of the surrcunding area show it to ( ) be free of hazards such as drifting vapors from tanks, piping or sewers? ' 2. Does your knowledge of industrial or other ( ) ( ) discharges indicate this area is likely to remain free of dangerous air contaminants while occupied? , 3. Are you certified in operation of the gas monitor ( ) ( ) to be used? ' 4. Has a gas monitor functional test (Bump Test) been ( ) ( ) performed this shift on the gas monitor to be used?' 5. Did you test the atmosphere of the confined space ( ) prior to entry? _ 6. Did the atmosphere check as acceptable (no alarms ( ) ( ) , given)?. 7. will the atmosphere be continuously monitored while ( ) ( ) , the space is occupied? local fire Contact County Cenirex for personnel rescue by department in the event of an emergency. If on -site at the Regional Treatment Plant, contact the Plant Control Center (PCC). Notice: If any of the above questions are answered 'no' do not ' enter. Contact your.irmlediate supervisor. Job I Location LEAD MAN Date signature Federal Resister / Vol. Se, No. 9 / Thursday, January 14, 1993 / Rules and Regulations 4561 m 0 W a x w a` E C Q m Y D m m a U V C, V c c m i m W a r 0 0 •z v` rte- m m } r} r r r r C •z r. VVV -.i o n >1mn u 6 0 c M p a J 0 W Y '" 1 U O . -•0)- C6 m a ..y Y V c W U Co v.0d E 'ov Co E 0 o c m n Y Y Y 1 o'..40 P Ey mc0S. Aomc E d O P d O U L a O N p P y C a c m 0 -A O Y Y -C 0 C'4 7 V A 0 W W.m.+ C•Ar m V y 1. O'E W W• N O 0 m O.A P W« n L m O 0 m Y maC J J C WYO LY Uy+mD U''AC -A mW-w 7CW•O CO C -A0 O >0)4) .0 u .amp wU Eva>.m-.40)000W aZ a. co U O Y a U C A W Y W• W 0 m•o a0—�UW-«.•.0 U 0 O vi 040L ..C Y Y U Y 7 u Y W- 000 a O •' ^ tJQ yX �Wv71 .0-.1170 N San A,4 00Y Ooc 7 3 V + A Y m � C q E atm m c C Ol , .-A.+ 0 V -CA), I C7i AX mn uo Oq' N a .i`0....r 0ry Di r rl w o a h zr_y....� A v v 0 V W m .A 0 a v0U--c w .. CC .i. .w ..3 EOWI CA 00 OX4 d zm mRU .tCrro —C p C. >to U •+ w 0 •',A0 V u$ Coo U i Q Wa .-1064 ..ouCQ>uo.Na qw. C-OA-�i.A -A C Y m• O Q C Q n u Q W pOA U .C u u.+.C7 .A p�(xpE: --64 -AY0Q<�0NFh :E. 3 9 C.ZZ :•? ... .. .. ..� • • •. • -.. •'JW d.A.. N n f- .. C c • Yov a u Y p C 0 E 0 co°u d A W m p m G W E d O C O £mm U E •o aai 0 0 Y a co .Acu o m C C ace cu, U�p -- Ow Wa a .., a W Y . O 7 W C v O P •" m m O C W m m a -'dm •a '04 S L77 E Y O mo y 9A C m O Q •A ,O 09> a •C C aQ 0 .a m mma009 E40a W >oa>.cioc"a, TEVE Q.A acI. a -A~ Q.AO -A0O mY .+ 0.0 Eac . S. b. C. 0 •.A .C 64 C .Oa7 mUW).E a.Ca 4 m. Ua+c nwmGG ?. emlQ +<• 64 .c w �; -... O a RR.•414 t a Om 3 yLUawou O •• a .4 c>.�m00c �;u m 64i ii 00 p'Am 20 -YAC20- k1Oi Z. OmU 4)1a �a d-• p y W ... a 5'5 '11 C C1A Y1 O: .A%7C 14 w mCUU4VA) Cm, 04xgg' a. C OmEm Ou?e �O_E .C ! acre CCGO as urC 64AOi.e. cli C- ' 0).y 0� 0 > O' �' • V •AV 11.Owa. _ua K • NQ �ii2s-. i.`C - 8 �W ai o U O W � 'V 0 C v W W 00 N m ti Y N m 0U) Li a 5-4- ac •- 0 u 4562 Federal Register I Vol. 58. No. 9 1 Thursday. January 14. 1993 / Rules and t. c 0 M Y m _ m O N a n ry %` m o Y --ow U S O « + Cl)0 O 0. m Y o9� y y w NOu fIIIIIIII 1111111I U4 WVa } O II 0OIIIIIIIIW wSi 40 0 _ z" E IIIIIIII�� « N 7 cc b C' f 4 vu vi 000 z DOom w wm IIIIIIIIO.C 30 rvv0 r"' G «W • w a 7a 0 7 p a Y a z yF_ m v C as m i. M... A M ap w M la•0 E m• w m.4'O F I I I I I I I l Y z 0 m O C'-' o gam mug L O Y - cc 3 0 .CUw� "xz;0 cm C I I i I I I i 1 a ag ENO Ny U" O OtN-am xUm oS W 4« a z x m c- w w C N O W W W > c 0 I I I I I I I IYm to QQ H q 4Zi O C C X C Y m OIL V) W W w .Wm 0.. LiW-4- .' 4- .-4 _ w �. O •.40 -. wmoLYo« IIIIIIII� W Z4 zpjO a Waa¢mu y aa�aaus w WO U0.. 0 C FW Zc "• an.aas a -� °' IV IIII II I IWOm..� rv,n,nnmU f } Wf �IVOA>�y • • i • m 41 mz C a �. Fa W I I i I I i l IC�t) a"== Z L m nz7F • ac. -0- • o 6' 3 S�40 �, E�oaacaa.,- yV I I}Ua C h -w 0z. �.Z w w YOx p dce:cn'~y•0•^' •, 4£i ••4 z W 0-4 IA 0 V ' N .mi". p 4.. - WF OW Co Ff OVL C .400 Z M C w9 - .' NV1 'gyp «W h�C am mV «2 S R matli V V U 2 a• ok a 7. w 6 W a I-. O L to 0. O F Qo «aba> Yu •4P• pCN ~Q -at 0511.. b 0.aO ow►+TY ZE0}aQ099m a W h Z r. Y O W X M w C!r'O EE 2�- - 4o p wmm >:m0 WV `m�7X G 2 O • OW(yz.GoC CC O Y m d N W 25UN0 O -E p�7 {4. « .� U) 1\m 7�Mbmma '90��j+i4 UC CO. i�f.. F.•. -(O N=F, ;• 14��N O=ff..,%C �.w ZNZ ZLmp.m w•.�w .YVI > tap jM&�'O~iMue•• (r—fOC�007Co 0=E C40C . .O 8W � xcuccom TyO vv-+ EF,�Cy( 6a6 4 _ y�y • 6 a�>mmc m$: Ufa tSShS• ♦6V N N40 $ Federal / Vol. 58, No. 9 / 14, 1993 / hulas aua A pl.end'u E 10 {1919.148 —Sews System utpmett which pounds an .udlbi alarm. bureau and itt.IIn addition tolls viral rndout. whenever their Ares w thatnsewer work ma be delayed Entry Sewer entry differs In three vital respects one of the following conditions Is or Interrupted and entnnU withdrawn encountered: oxygen wneenintlon less than wbenevet wawa lines might be suddenly from other permit entries; fist. than rarely 19.5 per nt; flammable gas or repot at 10 firmed by minor fin suppression activities, exists any way to completely Isolate the sent or more of the lower flammable limit or whenever flammable or other hazardous space (a erection of a continuousnot is to pe�L); m hydrogen sulfide or Carbon materials are released Into °°wen duct g be entered: second. because Isolation s not monordde d m above their PEL (10 Ppm Or emergencies by Industrial m transportation complete. the atmosphere may suddenly and m• respectively); or if abroad rwga accidents. unpredictably become lethally hazardous sosensor device Is used, at 100 ppm as (4) Special Fquipmrnt Entry into large (toxic, flammable or eryesutatve) from owes chancierirad by fir response to toluene. have sewers may require the use of special beyond the control of the entrant or Normally. the oxygen °ensorlbrtad tinge employer, and third. experienced sewer sensor (Dstrltmeot Is best suited for sewer equipment. Such equipment might Include workers an especiallyair permit w•ledg aces 1n entry. However. substance specific devices such items as atmosphere monitoring devices entry and work in then permit spacers because of their frequent entries. Unlike should be used whenever actual with automatic audible alarms, escape sell' other employments when permit specs entry instrum� ent should be carried and used by the nth have been Identified. The contained least 10 minute iv supply y (or other t) with N1OSH is a rue and exceptional event, sewere work to approved self.rescuer), and waterproof worken`vsual work environment is a permit atm�`, re in thIn sewer e enennCs environment, and flashlights, and may also Include boats and space. rafts, radios and rope stand-offs for pulling (1) Adherence to procedure. The employer m vemnce of wen the 'Bisection o! round bends and comers as needed. should designate as entrants only emp.o)'eee movement. to roam the entrant o! any who thoroughly trained in the amployer's deterioration in atmospheric conditions ther Doc. 9}578 Filed 1-13-1993; 8:45 am) sewer entry procedures and who demonstrate When several entrants are working together (FR that they follow these entry prxedures in the same immediate loation, one unseen CODE ale -as - exactly as prescribed when performing sewer Instrument used by the lead entrant. U entries. acceptable. (2) Atmospheric monitoring. Entrants (3) should Bip flow and er flop and maintainang Sewr Dews liaison, son, to the should be trained in the use of. and be sextect ssible. with the local weather equipped with, atmospheric monitoring Po I D1-6 MEASUREMENT AND PAYMENT A. General The Contract price shall cover all Work required by the Contract Documents. All costs in connection with the proper and successful completion of the Work, including furnishing ' all materials, equipment, supplies, and appurtenances; providing all equipment and tools; and performing all necessary labor and supervision to fully complete the Work, shall be included in the unit and lump sum prices bid. All Work not specifically set forth as a pay item in the Agreement shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the Contract prices. 1. Estimated Quantities ' Quantities stipulated in the Bid Form or Contract Documents are approximate and are to be used only (a) as a basis for estimating the probable cost of the Work and (b) for the purpose of comparing the bids submitted for the Work. The actual amounts of work done and materials furnished under unit price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. Contractor agrees that he will ' make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts therefore. 2. Measurements and Payments Payments will be made in accordance with the General Conditions for actual quantities constructed or installed in accordance with the Contract Documents, be they more or less than the listed quantities; said 'quantities being measured as hereinafter specified. 3. Items Not Listed In Contract There shall be no measurement or separate payment for any items not listed in the Contract and all costs ' pertaining thereto shall be included in the contract unit prices for other items listed. END OF SECTION D1-6 I [1 City of Fayetteville D1-6(1) Sewer System Improvements I I A. General D1-7 MANHOLE TESTING 1. Scope This section describes manhole testing to effectively ' confirm the watertight integrity of new manholes and existing manholes following infiltration and inflow related repairs. 2. Description a. Infiltration may be observed in manhole defects at ' manhole walls, pipe seals or bench/trough areas. Infiltration related repairs are intended to eliminate leakage of groundwater into manholes. ' b. Inflow may be observed in manhole defects at manhole frames, covers, frame seals, grade adjustments, grade adjustment seals, corbels, or walls. Inflow related repairs are intended to eliminate sources of surface water entry that become active during rainfall events. ' 3. Testing, Observations and Guarantee Period ' a. The testing required shall be performed by the Contractor at locations designated by the Engineer and documented to the satisfaction of the Engineer. b. The Contractor shall test rehabilitation work completed by the Contractor and by the Owner. Testing shall not be performed on a specific manhole ' until all work as shown on the Manhole Work Item Repair Form has been completed for that specific manhole. I IH c. Any rehabilitated manholes or new manholes that observed to be leaking by the Engineer shall be subject to additional repairs. The Contractor only be responsible for all additional repairs those work items completed by the Contractor. Materials Not specified. are shall of I City of Fayetteville D1 -7(l) Sewer System Improvements I C. Execution 1. Infiltration Testing a. All rehabilitated manholes and new manholes shall be vacuum tested by the Contractor in the presence of the Engineer for sources of infiltration. Testing will be made during high groundwater conditions, wherever possible. All testing shall be performed in the presence of the Engineer. b. Manholes shall be tested after installation with all connections (existing and/or proposed) in place. Drop -connections and gas sealing connections shall be installed prior to testing. The lines entering the manhole shall be temporally plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop -connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of 10 inches of mercury shall be drawn, and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. If the drop in the level is less than 1 -inch of mercury (final vacuum greater than 9 inches of mercury), the manhole will have passed the vacuum test. After a successful test, the temporary plugs will be removed. The required test time is determined from Table I. Table I MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 1" H (10"Hg - 9"H9) (MIN:SEC) HEIGHT OF M.H. (DEPTH IN FT.) 48" M.H. 60" M.H. 72" M.H. 0 - 20' :40 :50 1:00 22' :44 :55 1:06 24' :48 1:00 1.12 26' :52 1:05 1:18 28' :56 1:10 1:24 30' 1:00 1:15 1:30 ADDITIONAL 2' DEPTHS -ADD FOR EACH 2' :04 :05 :06 [I I I I I I I I I I u I I I Li I 1.1 City of Fayetteville Sewer System Improvements D1-7(2) H co Manhole vacuum levels observed to drop greater than 1 -inch of mercury (Final vacuum less than 9 inches of mercury) will have failed the test and will ' require additional rehabilitation. The Contractor shall make the necessary repairs at no additional compensation or only those work items completed by the Contractor. The manhole shall then be retested as described above until a successful test is made. 2. Inflow Testing ' a. All rehabilitated manholes and new manholes shall be dye water tested. Manholes shall be dye water tested in the presence of the Engineer. The dye test shall consist of applying a concentrated dye solution around the manhole frame. Dyed water shall be applied for at least ten minutes. ' b. Manholes observed to be actively leaking will have failed the test and will not be acceptable. Manholes failing the test will require additional rehabilitation by the Contractor at no additional compensation. The Contractor shall be responsible for only those work items completed by the Contractor. The manhole shall then be retested as described above until a successful test is made. ID. Measurement and Payment ' No contract unit prices are established for manhole testing. However, specific sections of the Contract Documents indicate that certain percentages of various contract prices will not be eligible for payment unless testing has been performed. ' END OF SECTION D1-7 I I 7 I I City of Fayetteville D1-7(3) Sewer System Improvements I ' D1-8 TRENCH SAFETY SYSTEM tA. General 1. Scope This section describes the trench safety requirements ' for construction of sanitary sewers and appurtenances in accordance with the Contract Documents. ' 2. Description The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P -Excavations shall be the minimum governing requirements for trench safety. Said standards are included at the end of this section. ' 3. Trench Protection Protect open cut trenches against collapse as required by State or Federal Laws governing the protection of life or property. Minimum protection shall conform to t the recommendations of the occupational Safety and Health Administration Standards (OSHA) for construction. B. Materials Not Specified. C. Execution ' The apparent low bidder shall be required to submit a site specific trench safety plan prepared, seal, signed, and dated by a professional engineer registered in the State of Texas. The trench safety plan shall specify the method or methods of trench safety to be used with specific information given for each so that it is clear what is required to meet governing requirements for trench safety. The submittal of the trench safety plan to the Owner and Engineer is for information only. The submittal of the trench safety plan in no way relieves the contractor from his responsibility for trench safety. City of Fayetteville D1-8(1) Sewer System Improvements D. Measurement and Payment Payment for the trench safety system shall be at the Contract price per linear foot for trench safety systems installed in excavations for manhole replacements exceeding five feet in depth. Trench depth is the vertical measurement from the top of the existing ground to the bottom of the pipe or structure. Payment will be made on the basis of ten (10) linear feet per manhole for all manholes where excavation depth over five feet is required, the actual length of trench over five feet actually utilized notwithstanding, and shall be full compensation for any subsurface investigations necessary for design, safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. END OF SECTION D1-8 c I City of Fayetteville Sewer System Improvements D1-8(2) Federal Register / Vol. 54, No. 209 / October 31, 1989 / Rules and 45959 1 I .1 I I J I I I r I I I I I I PART 1926—{ANENDED) Subpart 1A—{Amend.dl 1. By revising the authority citation for subpart M of part 1926 to read as follows: , Autbodty. Sac 107. Contract Work Hours and Safety Standards Act (CoastrucUoa Safely Act) (40 U.&C 333); Seca. 4.6. a Occupational Safety and Health Act of 1970 (7n. U.S.C 657, 65& 65th Secretary of laboes Order No. 12-71 (36 FR 6754). S -7e (41 FR 25659), or 943(44 FR 35736(. as app9cable, and 29 CYR part 1911. 2. By revising subpart P of part 1820 to read as fouowr. &rOpart P— xcervardons sec tu2A6ao Scope. appUuaoo, and d.flddoss applicable to this subpart 197&651 Gnat.! requtem.nla lU2a.m2 Raqurremsnu for protective system.. App '._ A In Subprt P—&4 Claaai&.Ue. Appeidls B to 8ubryrt P—Blapiog ad Baacdo, Appalls C to Subp,el P —limber Sbodal for T- Appaadla D M Subpset I—.Abratom Hydraulic Showing ran Trench.@ Appeadlx 8 to Subpart P Mlneadres as Tumber Shady App ••.. Yin Subpart l-8alacdoo Of Rotec.uw 5yetao. "Ci Autbodty: Sec Ial. Coutrad Worker Hama and Safety Standards Act (Constructing Safety Act) (40 U.S.C. 373x. Sea. 4.6. 6 Occupsuoaal Salary and Health Act of 1$70 120 U.S.C. A1 666 m7): Seauar'y of libels Order No. a-71 (30 Flt CM). 5-70 (41 YR 2506u). or 9-63 l4a PIt 36730), u applicable, and I CPR pan nit F 1926660 Scope, appaatlan acrd W I"dnra appuc.OM a a" atthpert. (a) Scope and application. This subpart apptln to all open acavatms made in the earth's surface. Fxcavatims are defined to include trenches. (b) Definitions applicable to this subpart Accepted engineering practices means those requirements which as compatible with standards of practica required by a registered professional engineer. Aluminum Hydraulic Shoring means a pre-engineered shoring system comprised of aluminum hydraulic eytinden (ermsbraess) used in conjunction with vertical rails (uprights) or honzontel rails (waken). Such system is designed. specifically to support the aidawalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to farm a belled shape. Benching (Benching system) means a method of protecting employees from cave -Ins by axcavating the sides of an excavation to farm one or a series of horizontal levels or steps. usually with vertical or near -vertical surfaces between levels. Cave-in means the separation of a most of call or rock malarial from the side of so axcavatlon. or the loss of and from untie a crunch shield or support system. and its sudden movement Into the excavation. tither by falling or sliding. In sufficient quantity so that It could entrap. bury. or otherwise Injure • and Immobiliza a person. Corn pelant parson means ono who to capable of Identifying existing and predictable hazards in the surroundings, or working conditions which are unsanitary, hazardous. or dangerous to employe$. and who has authorizadm to take prompt corrective measures to sliminata them Crave braces mean the horizontal msmbera of a shoring system Installed perpendicular to the sides of the excavation, the rots of which bear against *Rill" uprights or wales. £zccvotian means any man -aside cut. cavity. trench. of depreadoo to an earth surf act, formed by earth rvrmoval. Faces or sides mains the vertical or inclined earth surfaces formed as a result of excavation work. Foslure mew the breakage. displacement or permanent deformation of a structural mamberet connection so 5 to reduca its stocnaal integrity and Its supportive capabilities. Hazundous atmosphar means an atmosphere which by nesoo of being explosive, flammable. poisonous. corrosive, oxidlring Imitating, oxygen daflcient. toxic. a otherwise harmlui, may cause death. Ulnes., or Injury. .Xickout means the accidental release or failure of a rasa@ bra". Protective system means a method of protecting employees from cave -la.. from malarial that could fall or roll from an excavation /s" or Into an excavation. or from the collapse of adjacent structures. Protective systems Include support systems. sloping and benching systems. shield systems. and other systems Ual provide the necessary 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 £neineer means a person who Is registered ss a professional engineer in the state where the work Is to be performed. However, a professional engineer. ngiatcrcd hi ally state is deemed to be a "regiatered professional engineer" within the meaning of this standard when approving designs for "manufactured protective systems' or "tabulated data" to be used In Interstate commerce. Shooting means the members of ■ shoring system that retain thu earth in position and In turn are supported by other member of the shoring system. Shield (Shield system) means s structure that Is able to withstand the forces Imposed on it by a cave-in and thereby protect employees withal the structure. Shields can be permanent structures or can be designed to be portable and moved along is work pragreatist. Additionally. slualds can be either yreuenu/ucrurd or job -built in accordan" with F 1urtt52 (c)(3) or (c)(41. Shields used in tranchos are usually retaried 10 lie "trench boxes' or "tench ►hiolds." Shoring (Shoring system) means a structure such as a metal hydraulic mecbudeal or timber shoring syalem that supports the sides of an excavation and which is designed to prevent cave-. tine. Sides See "Facaa." Sloping (Sloping system) means a method of protecting employees from cave -Las by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins The.angla of incline required to prevent a cave-in varies with dlifennces In such factors no the soil type, environmental conditions of sxposura, and application of surcharge loads. Stable rock means n■turul solid mineral material that can be excavated with vertical sides and will remain intact while exposed. Unstable rock is considered to be stable when the rock malarial on the aids or sides O(lily excavation is secured against cuvtng-in or movement by rock bolt. or by another protective system that has been designed by a registered professional ellgtnear. Sinicrualromp means a romp built of steel Cr wood. usually used fur vehicle access. Ramps made of soil or rock are not considered structural ramps. Support system means a structure such as underpinning, bracing, or shoring, which provides support to an adjacent structure, underground I 45960 Federal Register / Vol 53 No. 209 / Tuesday, October 31. 1989 / Rules and Regulations I Installation; or the sides of an excavation. Tabulated data means tables and charts approved by a registered professional engineer and used to design and construct a protective system. Trench french excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) U not greater than 15 fact (4.8 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.e m) or less (measured at the bottom of the excavation), the excavation Is also considered to bee trench. Trench bar. See "Shield." Trench shield. Sea "Shield." Uprights means the vertical members of a trench shoring system placed in contact with the earth and usually positioned so that individual members do not contact each other. Uprights pieced so that individual members an 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 who" sides bear against the vertical members of the shoring system or earth. 1 1926.461 GarseM requlnnw'Ma (a) Surface encumbrances. All surface encumbrances that are located to as to create a hazard to employees shall be removed or supported. as necessary, to safeguard employees. (b) Underyround installations. (1) The estimated location of utility fruWlatimu. Such as sewer, talephons. fuel electric, water lines, or any other underground installations that reasonably may be expected to be encountered during excavation work. shall be detarmmad prior to opening an excavation. (2) Utility companies or owes n 1h.11 be contacted within established or customary local response times, advised of the proposed work and asked to establish the location of the utility underground installations prior to the Stan of actual excavation. When utility companies or owners cannot respond to a request to locate undergpound utility installations within 24 hours (unless a longer period is required by state or local law), or cannot establish the exact location of these installations, the employer may proceed. 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 approach the estimated location of underground installations, the exact location of the Installations shall be determined by sale and acceptable means. (4) While the excavation is open underground Installations shall be protected, supported or removed as necessary to safeguard employees. (c) Access and egress (1) Structural ramps. (I) Structural ramps that an 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 ogre" of equipment ahall be designed by a competent person qualified In structural design, and shall be constructed In accordance with the design. (it) Ramps and runways constructed of two or mom structural members shall' have the structural members connected together to prevent displacement. (Ili) Structural members used for ramps and runways shall be of uniform thickness. (iv) Civets or other appropriate means used to connect noway structural members shall be attached to the bosom of the runway or shall be attached in a manner to prevent tripping (v) Snuctural rampo used in lieu of steps shall be provided with cleats or other surface treatments on the top surface to prevent abpptng. (21 Means of egress from trench excavations. A stairway, ladder, ramp or other sale means of egress shall be located In trench excavations that are 4 feet (1.22 m) or more in depth so a to require no mom than 23 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 suitable garments marked with or made of raflectonzed or high•visibtiity material (e) Expwure to falling loads. No employee shall be permitted underneath loads handled by lifting or digging equipment. Employees shall be required to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or failing materials. Operators may remain in the cabs of vehicles being loaded or unloaded when the vehicles an equipped. In accordance with f tozo.W1(b)(6), to provide adequate protection for the operator during loading and unloading operations. (f) Warning system far mobile equipment. When mobile equipment is • operated adjacent to an excavation. or when such equipments required to approach the edge of an excavation; and the operator does not have a clear and direct view of the edge of the excavation, a warning system shall be utilized such as barricades, hand or mechanical signals, or stop logs. U possible, the grade should be away from the excavation. (g) Hazardous atmospheres —ti) Testing and controls. In addition to the requirements set forth in subparts 0 and E of this pan (28 CFR 192x.50-1028.1117► to prevent exposure to harodul levels of atmospheric contaminants and to assure acceptable atmospheric conditions, the following requirements shall apply: (ii Where oxygen deficiency (atmospheres containing less than 19.5 percent oxygen) or a hazardous atmosphere exists or could reasonably be expected to exist, such as In excavations in landfill areas or excavations in areas where hazardous substances am stored nearby, the atmospheres in the excavation shall be tested before employees enter 'excavations greater than 4 feet (1."_ ml In depth. (it) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and other hazardous atmospheres. These precautions include providing proper respiratory protection or ventilation in accordance with subparts D and Eat this pun respectively. (iii) Adequate precaution shall be taken such us providing ventilation. to prevent employee exposure to an atmosphere containing a concentration of a flammable gas in excess of 20 percent of the lower flammable limit of the gas. (iv) When controls an used that are Intended to reduce the level of atmospheric contaminants to acceptable levels. testing shall be conducted as often as necessary to ensure that the atmosphere remains safe. (2) Emergency rescue equipment. (i) Emergency reacus equipment. such as breathing apparatus. a Safety harness and line, or a basket stretcher, shall be readily available where hazardous atmospheric conditions exist or may reasonably be expected to develop during work in an excavation. This equipment shall be attended when in use. (ii) Employees entering bell-bottom pici holes, or other simd.0 deep and confined tooling excavuttons. skull wear a harness with a life -line securely attuchod to it. The lifeline shall be separate from any line used to handle materials. and shall he individually 1 I I I II I I I I U I I I I Federal Register / Vol. 54, No. 209 / Tuesday. October 31. 1980 / Rules and Regulations 459G1 I I I I I I I I I 11 I I I Li I attended at all times while the employee wearing the lifeline Is is the excavation. (h) Protection from hazards associated with water accumulation. (1) Employees shall not work in excavations in which then Is accumulated water, or In excavations In which water Is accumulating, unless adequate precautions have been taken to protect employees against the hazards posed by water accumulation. The precautions necessary to protect employees adequately very with each situation, but could include special support or shield systems to protect tram cave-ins. water removal to control the level of accumulating water, or use of a safety harness and bfallne. (2)11 water Is controlled or prevented tram accumulating by the caw of water removal equipment, the water removal equipment and operations shall be monitored by a competent parson 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 entering the excavation and to provide adequate drainage of the area adjacent to the excavation. Excavations subject to runoff from heavy rains will require an inspection by a competent penan and compliance with paragraphs (h)(1) and (b)(2) of this section. (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, bracing, or underpinning shall be provided to ensure the stability of such structures for the protection of employees. (2) Excavation below the level of the base or footing of any foundation or retaining wall that could be reasonably expected to pose a hazatt to employees shall not be permitted except when: (1) A support system, such as underpinning. Is provided to ensue the safety of employees and the stability of the structure; or (U) The excavation Is in stable rock or (Ill) A registered professional engineer has approved the determination that the structure is sufflcently removed tram the excavation so as to be unaffected by the excavation activity, or (Iv) A registered professional engineer. her approved the determination that such excavation work )v1 not pose a hazard to employees. (3) Sidewalks, pavements, and appurtenant structure shall not be undermined unless a support system or another method of protection is provided to protect employees from the possible collapse of such structures. U) Protection of employees from loose rock or soil. (1) Adequate protection shall be provided to protect employees from loose rock or soil that could pose a hazard by falling or rolling from an excavation face. Such protection shall consist of scaling to remove loose material: installation of protective barricades at Intervals as necessary on the face to stop and contain 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. Protection shall be provided by placing and keeping such materials or equipment at least 2 feet (.di 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 (or evidence of a situation that could result In possible Cave-ins, Indications of failure of protective systems, hazardous a®mpheres, or other hazardous conditions. An Inspection shall be conducted by the competent parson prior to the start of work and as needed throughout the Will. Inspections shall also be made alter every rainstorm or other hazard Increasing occurrence. These Inspections are only required when employee exposure can be reasonably anticipated. -. (2) When the competent person Anita evidence of a situation that could result in a possible Cave-tn, indications of failure of protective systems, hazardous atmosphere.. or other hazardous conditions. exposed employees shall be removed from the hazardous area until the necessary precautions have been taken to ensure their safety. (I) Full protection. (1) When employees or equipment an required or permitted to cross over excavations, walkways or bridges with standard guardrails shall be provided. (2) Adequate barrier physical protection shall be provided at all remotely located excavations. All wells. pits, shells. etc.. shall be barricaded or covered. Upon completion of exploration and similar operations. temporary wells, pits. shnfts. etc., shall be buckfilled. 1926.652 Pequfnmeste for prolacllvl systems. (a) Protection of employees in excavations. (1) Each employee In an excavation shall be protected from cave- ins by an adequate protective system designed in accordance with paragraph (b) or (c) of this ssetioo except when; (I) Excavations are made entirely in stable rock or (Li) Excavations are less than 5 feet (132m) In depth and examination of the ground by a competent person provides no indica don of a potential cave-in. (2) Protective systems shall have the capacity to resist without failure all loads that are intended or could reasonably 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 stoat be selected and constructed by the employer or his designee and shall be in accordance with the requirements of paragraph (61(11; or. In the altemutive, paragraph (bill); or, in the altemauve, paragraph (b)(1). or. In the altemnuve, parugnph (b)(+), as follows; (1) Option (If —Allowable Con/igunrtions and slopes. (1) Excavations shall be sloped at an angle not steeper than one and one-half horizontal to one vertical (;H* degrees measured from the hunzumal), unless the employer uses one of the other options elated below. (G) Slopes specified In paragraph (b)(1)(I) of this section. shall be excuvuted to form configurations that am in accordance with the slopes shown for Type C sad in Appendix B to this subpiuc (2) Option (2) --Determination of slopes and configurotiane using Appendices A and B. Maximum allowable dopes, and allowable configuration. for sloping and benching system., shall be determined in scconlanca with the conditions and requirement& 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 tabulated data, such as tables and charts. (ii) The tabulated data shall be in written form and shall include all of the fotinwing: (A) Identification of the parameters that affect the selectlun 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 dopes daicrmmed to be safe; 45962 Federal Register / Vol. 54. No. 209 / Tuesdny. October 31. 1900 / Rides and Regulations I (C) Explanatory Information as may be necessary to aid the tsar in melding a correct selection of a protective system from ilia data. (W) At least aoa copy of the tabulated data which Identifies this registered professional engineer who approved the data. shall be maintained at the Jobdta during caoatrnmfoe of the protective tyvtern After that time the data maybe stored off the Jobdts, but a copy of the data shall be made available to the Secretary upon request. (4) Option (t —.Design by o rr�istend profssimal engine. (1) Sloping and beaching systana not utilising Option (1) or Option (2) or Option (3) under parugnph (blot Ihla section shall be approved by a registered prolssaional engineer. (0) Designs shalt be In written form and shall include at least tttaJodowing: (A) the magnitude of the &lapel that were determined to be safe for the particular project (B) The configuration that were determined to be Pala for the particular project. and (C) The identity of the registered professional engineer spprovmg the design. (iii) At least am copy of the design shall be maintained at the jobaila while the slope Is bring canarructmd. Alter that time the design need Out be at the jobmite. bur a copy shall be made evadable to the Secretary Upon regant (c) Design of support syuama shield aysteans. and otherproteaivar spews. Designs of support systems.hisld systems. and other proraenve syetema shall be selected and constructed by the employer or his designee and shall be in accordance with the requirements of paragraph (e)(1); or. In the alternative. paratpapt (c)(2); asc in the altarnsun. paragraph (cll3): o .la the alternative. pnipapb (e)(41 as follows: (1) Option (r},0esigns using appendices A. C and D. Designs for timber Shoring in trenches shall be determined in accorrlenu with the conditions and requirements set forth in appendices A and C to this subpart. Designs for aluminum hydraulleahoring shall be in accordanu with pangnph (c)12) of tide section. but it manufacturer'■ tabulated data cannot be utilised, designs shall be In accordance with appendix D. (2) Option (2) —Designs Using Manufacturer. Tabulated Data (t) Design of support systems, shield systems, or ether protective systems that an drawn tram msnufacturfs tabulated data shall be'In accordance with all specifications, recommendations. and limitations issued or made by the manufacturer. (ii) Deviation from die specifications. recommendations. and limitations issued or made by the manufacturer shall only be allowed after the manufacturer issues specific written approval. (cal) Manufacturr's specifications, recommendations. and (imitations, and manul ctunes approval to deviate from the specificatious. reramasndationa, and lindtatims shall be in written form at the Jahaits during construction of the protective system. After that time this data maybe stored off the )obsita. but a copy .hall be made available to the Secretary upon rquesLL (3) Option (3) —Designs using other tabulated data. (i) Designs of support syatsus. shield systems, or other protective systems shall be selected from and be in accordance with tabulated data, such as tables and charts. (is) The tabulated data shall be in written form and include all of the foudwing: (A) identification of the parameters that affect the selection of a protective 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 proltxdvs System from the data. (iii) At least me copy of the tabulated data. whirl identities the registered professional mgiaaet who approved the data, shall be taainuinad at the johsits danag conswctloe of the prumcdvs system Altar that time the data may be Stored off the jobsite. but a copy of the data shall be made available to the Secretary upon request. 141 Option (4) —Deign by a registered professional engineer (I) Support systems, shield systemsand other. protactin systema not utilising Option 1. Option 2 or Option 3. above. shall be approved by a registered professional engineer. (Ii) Designs shall be in written form and shall Include the following; (A) A plea Indicating the saes, types. and aordiiguratioos of ilia materials to be used in the protective system; ad (B) The ldantlry at the registered proh.ssionsl augmeer approving the design. (Iii) At least one copy of the design shall be maintained at the jobtile during construction at the protective system After that ,line. the design may be stored off the Jobdta- but a copy of the design shall be made available to the Secretary upon request. (d) Materials and equipment. (1) Materials and equipment used for protective 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 recommendations of the manufacturer, and In a manner that will prevent employe@ exposure to hazards. (3) When material or equipment that Is used for protective systems is damaged. a competent person shall examine the material or equipment and evaluate its suitability for continued use. if the competent pmon cannot assure the material or equipment is able to support the intended loads at is otherwise suitable for safe use, then such material or equipment shall be removed from service, and shall be evaluated and approved by a registered professional engineer before being returned to service. (e) Installation and removal of support- (1) Cenerol. (i) Members of support systems shall be securely connected together to prevent sliding. falling- kickouu, or other predictable failure. (ti) Support systems shall be Installed and removed in ■ manner that protects employees from can -ins. structural collapses. or from being struck by member of the support system. (iii) Individual members of support systems shall not be subjected to loads exceeding those which those members were de::gned to withstand. (Iv) Dslore temporary removal of individual members begins. additional precautions shall be taken to ensure the safely of employees. such as instulling other structural members to carry the loads imposed on the support system (v) Removal shall begin at, and programs from, the bottom of the excavation. Members shall be released slowly sou to note any indication of possible failure of the nynsiniog members of the structure or possible cave-in of the sides of the axcay.tion. (vi) 9srlflling droll progress together with the removal of support systems from excavation (2) Additional requirements /or support systems for trench excavations. (I) Excavation of material toe level no greater than 2 feet (.61 m) below the bottom of the member. of a suppnrt system shall be permitted, but only if the system I. designed to resist the forces cumulated fur the full depth of the trench, and there art no mdic.ttions while the trench is open of a possible loss of soil front behind or below the bottom of the support system. I I I I I I I I I I I I J I ', I J I. v_.t..al Uedalar I Vol. 54, No. 209 / Tuesday, October 91, 1909 I Rules and Regulations 45963 I I I A I I I I I I I I I I (11) 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 eloped or benched excavations at levels above other employees except when etDployeas at the lower levels are adequately protected from the hazard of fd11ng, rotting, or sliding material or equipment, (g) Shield systems— (1) Cane+oL (1) Shield systems shall not be subjected to loads exceeding those which the system was designed to withstand. (U) shields shall be installed Inc Teener to restrict lateral or other haxtrdaua movement of the shield In the event of the application of sudden Latin] loads. (W) Employees shall be protected from the hazard of cave -Ins when entering or exiting the ants protected by shields. (Iv) Fmploysea shall not be allowed In shields when shields an being installed. removed. or moved vertically. (2) Additional iequinmani for shield syslaau used in munch excavotlone Excavudans of earth material to t level not greater than 2 leer (.01 m) below the bottom of a shield shall be permitted, but only U the shield Is designed to re■iat the forces calculated for the lull depth of the trench and than are no indications while the trench Is open of e possible loam of sail from behind or below the bottom of the shield. Appaadlz A to Subpart P Soil Clarification (a 1 Scope and applimtiaa—(1) Scope This sppeadu deaatbn a method of da..11ytug wd sad rock deposits band an sits cad envtroumwil candid n., and an the swelun and oompoelllw of the sari► depedits. The appendix oonuime daflnitlnn mile forth r.gtlremsala. mad d..vtb.e ..xsptsbid visual And manual Iran lot came clasadyme wilt (2) App/icouue This appsdlx applied whena sloppy ar benehkV eyesIs designed In .rmrdaoom with ,he requn.m.nu .m loath Is 11a76163(ba21 as method of prot.ctk too employ... hoe cave -Ins. tile appendix also applied sobs amber .haring lot axbndons I. d.dgned a method of prot.ctloa from can -Las Is .accar'dstsct with Appendix C o .ubpan P part ta2a. sod when aluminum hydreuit .hang I. d..lgmtd In .mr+da�m r it apth p.adla U. Thu Appedlx other Protective eyetma on d..iga.d and selected far use hen data papered o acc,ed.ou with the r.gt)lrem.nt. mil f I taxa@62tcl. And use use of the data to predltaled on the u.. of the end cla.aiRra gystsm set forth o this app.adta. list D.finiaont 71st ddiniuoru and examples given below Also based om o w UT In part the lolluwog American Sod. Testing Materials (AST1.q Standards D653 -b3 end D2laM The Unified Soils CW iiftution System The U.S. Department of Alptmdnlre (USDA) tlonai Duran" of Standards Report ipsilicatlofl Scheme: and less -In. Csmuud moil sedan• a soil In which the parcclea en held togethar by a chemical Anent �h Y caldum carbonate such that a handelr. sample cannot be crushed into powder or IodivldtW soil pardde by (lager pnuwt arse road Cohniw soil means la (mesa iL w4 soil), or sou with a hag clay hich has mb.W" suarWth. Cohesive wit dodo not mumble can he excavated with vertical sidsdopee and It plastic when mulsl- Cohstive sod is hard la break up when dry.. and nhibiu ailplauat cohesion when aubmer d. Cohesive soli. Include clayey milt sandy clay. still clay, ray and argartin day. Dry soil cress sod that doss out exhibit visible @IS= of moulure cmatent. t has a tendency to break along afdts plum Of of fracture with Utae ens" cork ct . inauaatloal that a.Llblte open ass ice, In en expoe.d surface vsL ssad or silt ( da ; gained so with tthh Utts err an day 0.1 L Grtsu1ar soil has no nah"snn W exhibit w parent wbedon. Granular wait cannot be molded when motel and crumbled easily when dry. layered m/am means two or cone dbituscily different mw mor mrarck wtyp" aranged S Isyere. Mlca..osas plan.. roct, a $hats an condidmd .Notot moil mesas a conditlm o which a and touka and feel. damp • ball seah Mulat atvs "dmdl ran essay be shaped jaw . is l discrete threada before aismbtklg. Most greouler soil that wolauu sons wh..lvs t.m1erW will exhibit cope of cohesion between particles. Plasticmeans a proprry of a wU which alluvia the sod tab. d.lunn.d ar molded wiliest satirise. a appnasbla vo1•' ah.a.as. Sorurlwd aoil crease a mad in which the void. an Riled with water. Saturation aa" te not require flow. Smrut. non, > meet ..mrattm. I. Aac.asary Ian the proper w of Iomwm.nts each as. pocket yeoeuomste oe ah.ar veils. Sand daseiflaa1 system meent. fie the a parpo.. d this subpart a method of rai.anrtei.y sail mad rock deposits m a hierarchy d Stable Morita Type A. Type 4 ed and Type C. Is dea.ssml otdso of stability. The us aprlss are dater,dned bated as w of .n Iyrs of the pngani.a mad performance rdu+r:lartstiu d the deposits and the sWanm.aW uorUtiuw of a{.owue. Snails rani awed natural mad mineral Sooner that on be axcavet.d with .wttoal µera mad remalu intact wluie "po.et. oath in Subaargad soil oseuu snit which ts n_nghv V sler or is Ir.. ...ping. ds Typo A m.ens cohesive soda with u mnwn/lnal compressive strength of I2 too par' square loot (tan (144 ki'ol ant greater. holm Kaamplea of cohesive solid Are: clay. silly ry (as day, sandy clay, clay loam and, hi sons cagoa. silly clay loam and sandy clay loam. Camected soils such as cliche and hard. soil are also considered Typ V Type A It (11 The sod is assured: or (U) The soil Is subject too ,radon from heavy "ter. pile drivini °rreviousl disturbed: (W)The wtthasban p r er (Iv) The sail Is part of ■ sloped layered system when the layers dip Into than excavation on a dope of four huriaonol to one vertical (titles) at peeler or (v) The material is subject to other factors that would require 11 10 be cls.sthd as e less stable matenaL 7Yp menu: III Cuhestve son with doer nftned than 03 ill (ere mmpnsalve .treat gfe I.P.Ibut lass than 1.3Wllaak2.l;n (ti) Gnrulranwulfl avel (similar ocoheutunJon soils o auah.druck�r silt. sill loam sandy loam end in soma cases. silty clay latin and l diet arurwd oils oXUPt thou (till pr.vtousr whldt would otherwise be classed Y TYPO C And. pv) Soil that musts the unconfined eompsosdve strength of camenta non t.qulnwou for Typo A. but 1i assured or wbl.ct w vlbsotou: or (vi Dry tuck that I. rot stable m (vi) Matenal that Is pan of a loped. layered system where use layers dip into the h.uvaud on a elope less ssleep thgn dLtV). butocut nlyIf ,he cnuWllo.m ( the m.tsrW would otherwise be classified u Type IL Typo C mess: III Cohesive wit with anw.ctnRn1 W I kl u) of compressive strutth @1 0.3 leas: or vat sod (ill Granular soils Including and loamy safari or (W) Submerged soil or son Iron which warn is badly ..aping or (Ivi submerged rock that nom to f (v) Material Ins sloped Y system where the layer. .Up into the secovanun of slope of Isar henries al to cm. vertical (s1t:ty) of .taper. w streriyrh meow Urmn final campreeu the load per unit area Si which a sod wit' lam In aauprevnlwi. It can be dottrowssd by labor.lury acting. of consisted It. uufimld .mine a pocket pewiremoter. by thumb p.oeaation teat.. and allies methods - Wet sod mesas wit that contains glamileantly more moisture than moist soil but in each a ratios at value that cohesive matarW will slump or bonus to flow when vltuated. Crenular malenel that would nhlbll mhnlve propertied when maul will loom Urn.. cohesive properdee when will- (c) /leyuinn.wt.. (i) Clusaificotiorl o/soil and nick d pueott Each eoJ acrd rock deposit .hall be claeaulsd by a competent person As Sta ito Racy Type A. Typo 11 w Type C in ac udanta wllh the ddi.mltuns wt lorih in pst..glvph (b) of this eppendla. (21 nine. of clwuficouun The dsesillutlon of the detwdle shell be made based oil the ntulu alit least core visual and at least .pia manual analysis. Such analysed I Federal Register J Vol Si. No. 209 /Tuesday. October 31. 1989 / Rules and Regulations V shall be conducted by a competent person "tag tests daaaibed In paragraph (d) below. or in other recognized methods of mod clusifcallon and ladna such as those adopted by this America Society for Tasting m.ionaht. or the U.S. Dep►rtmaal of Agriculture textural rI .3catloa ryeum. (1) Vinod and manual analyser. The visual and manual mnalymms. such &a Lou" =led as being acceptable to paragraph (d) of this appendix. shall be designd and conducted to provide sufftci.at quantitative and qualitative tninaoon es may be aecenary to identify properly the pnp.rufl lamina. and conditions aneedtq the ciaasificatiom of the d'epoeil► 141 Layered systems to a laysnd .yssa the system &hall be duslfled in •eoordaraas with its weakest lay". How.vee, each Inlets may be cae&Ideat umllvtdaaUy wha. a— -. ruble layme IS. eider a ter stobie hiss. (5) /lerlarifwLi a IL SAW ela,dfyasg s deposit. the propara.a lams► o oeadi saes a fw:nng Its dasadladm change in say way. the cheages shall be evaluated by a compelling pem. The deposit shill be reclatelfid as o.o.."y to reflect the assumed cuam.tuca► Id) Acceptable visual and manuallrra— (1) Visual saints Visual anadyais s modacad to determine quadlailvs mlcrmanaro regarding the .rtrasanoa mite is g•naraL the And adjacent to the piflitnn, is soil forming the out" of the upon .aavedot. sad th. moil .Lan an aampla hoc exs+v.isd material to Observe sample of And that an exc ivaud sod soil In the &Idea of the excavation. Fatlmata the nags of pantile *lass and the relative amounts a1 the particle rise.. Soil that is primarily composed of fn. - pained material ii colualve materi.L Sod compoa.d primarily at wroe-IpaIaad send or anni Is granular mst"uL (III Observe mail as It Is a`r.valsd. Sod that remains In clumps when eac.vsld Is cbsuve. Soil that breaks up easily and dome nut stay In dump I. gr.aula. (till Obtene the side o1 the opted excavations and the .reface an. d(sast to the --. -radon. Qack-Uks o,Gnmgs sack As tw= m cocks nodal legitimate f wad material U ebunks of mad sell off a vsrdal Lida the sod could be fssteal. Britoil opens an nld.lso at oavinii .renal And ate Indications d potentially Baas lines Si tuatima pal Missiles ih. anal Adjacent to the excay.as and Ike wan'"' Iis.0 lac e'nd&ace of edwag sultry sad etho undaripoam.' sad aand Y ldauMy prmaaaiy dssurbad And. let Observe the opted cede of the excavator te Identity layered ayuen► £ .naio. layered sysier to blandly U the lays elope tawanl the sairvatkao. Estimate the tepee W ahip. .4th. ley.m► (vi) Oa.. time lie adtaaant to S. aeuvYlm W Ike suite of LL. opened ......s far ..tJ ass d .aclaa. waist. Meter Sampling boa W .ales of like macsv.=e. o the loan of the Level of the water table. lvii) Obury. the area d(ae.nl to to ancavatlm and the cram within the excevauuu to, eomnas of dlrmtioa that easy .Uect tike M.bdlty d t. .xavattm fora (2) Manual tests. hlacud analysis of Wil samples is eonducled to determine giannutiva as well as qualilltiva properties of roll and I. provide mare idormaaon an order to classify Sad Properly. (I) Plasticity. Mold a motel or was temple of mad into a ban and attempt to rod it Into lb.., u Win as 5Hocb In diame1". fyhamlve instant can be socr.ufdly rot.d Into tbnrda vnthoat mumbling. For exempla U at lets, a Iwo inch (so rnm)'an& d Inch thread can be held on one and without harin& the soil Is cohuslva till Drysh•nga U the Soil Is dry and mumbls. on U. own o with moderate pressman Into Indlndusl grains or Ca. powder. It L graaust fear combination of gravel sand. art sill). U the soil it drl and falls Into dumps whk:h break up into Sm aller champ► but the usallr b.l.11ef e1umpe broken up with dlfllculiy. U may be WAY In any oombissIIm with grgwaL &anal o sill. U the dry mall breaks logo dwops width do Sol break op Into small dump. and which can only be brukeu wit d,ificully. and thus is on visual lanaduo the Mod I. fissured. lb. war may be cs,.Wred ••^n zec (W) Thumb pea.eouoe The thumb peeauaUm tau can be mold to eallmale the ...co fi..-d nompnWma spength of cohesive soils. (Tlsi. Isar Is based on the thumb pmg&vst1n teat J.0 ibed In Am. Inn Soaary Iry Testing and Malarial. lA'Tdl Standen! daaq�auan DUdb—"Standard R.commsnded Peed" for Description of Sells (Maus' —Manual Pxuudur.h') Type A nods with ae YOconfa.d cumpramsice stnagt d U W can be ,eddy militated by the thuosbx bs...va . they rate be p.o•Inlsd by the thumb only with vary gnu .I1art Type C moils wish an unconfined compressive sir ek d ag W tea be Gandy Peowxlsd Several salsas by the thuaaL and cae be moidd by light now pltoera Tbia last should be coudumsd on &a undisturbed mall ample. such a. large clump at spudAs s000 as practicable situ .savauun to Inp to a mlmlaum the eflocte of exposure to drying mDd.oasa If gas GacevatWn it Later exposed is westing k,n.._ `- (raw. Iloodinti. the d.Wnaum of the soil meal be ceased wnawlloly. par) r16.rsa�egti Yana Eatlaar at unconfined mapr.esxve .tnajih d ads C- al.. be al.'sd by us. d a packet p&aeuor.i.r at by taamg . lard -pats Ld she an an.. (al Dryly feat no basin pwpoae of the drying Loss I. Is dll(.n.aiass bateasu cobemly. .e.ai.l with Ronan =itsaureld cohesrw .-_•_'c-L and gseaidar wtan el 1068 prtavd.n for the dcyay tat mvsdve abyssel e Wnpl. d Yd tat Y aptlrsalammtIy on. Inch lit" Ilia ®1 and tea ached (1S.4 tea) In diameter =W III. iksouahly dry. (AI U the suopl. d.vsep. coca nit sins.. "r fiasl fle.sr co whitetail (U) sL__pr list dry wilt sa u.cbn an to b. lnk.a by k.suL U candaw.bls lures Is necessary to break a sample. Ohm goal had algmficsid cohm.ay. geteml coolant 1 W mad can II.,ea..ibd at a unbuured cohesive mawrt.l tad the utmGudl,Md compr.suv. Monolith ahoald be dowmirsell ICI Ii. amps break. nosily by hand. It Is either a /s.sa.d cwa.Iv. malarial of a granular materiaL To distinguish between the two. pulverize Oka dried dumps of the sample by hand or by stepping on them. If the clumps du not pulverize easily, liar malarial is cohesive with 1la.area. U they pulverize easily into vary *eeao frxgmenu. the malarial is gzanabir. Appendix B to Subpart P Sloping and Benching (al Scope and application. This appendix contains sp•ditcasione for doping and benching when used ss methods of protecting employees working in excavations f.om ace• lea. The regwremenls of this appendix apply when his design of sloping and bsndung prutcetiv. &y31cm. is to but performed in u:cordanca with to mgwremcnts set font' is I tu2ae621b1121. (bl Definitions -. Acted slop• maana the slope to which an excavation lea it .xcavgted. Disuse mean that the &d IS In a condition where a care -cal is Itmrlmenl tins .. billy ta occw. D,ueu a mJanc.w aa .> arc phenomane ae the developmam of fuswes :s the lace of or Adjacent to en open exckvaudm the subsidence of the alga of an excavation: tb..lumptag of material from Iha face or the bulging or heaving of otatenxl from the bottom of an sxavatJon the apalbng of mat.rul Sin the lace of an exavauom and raveling. La_ used amuuula of content such a pebbles or Little dumps of material -Suddenly separatbls from the fact at so •xavanon and trickling or rolling down Into the a�manfilat Mnximum allowable slope means the steepest Iridlae clan eacavauun foci that is Acceptable lot the Iisat levoreble site conditions as p(olhtaaa against Gay.-ins. and I. exprss.ed am the roan of lmrtaoulal distance to vertical rise (I IN). Shun ism .xpoewe menu a panod of rims less than or equal to :V how$ that an exe]vulion is Open. Id 8.puinmento—(11 oil cicssilicaticn Sod and rock dcposile shall be cleudied to accordance inth app.ndix A to subpart Put pan twin. (2) hxrmtaw aIlevrabne slops. The toudwr adorable sips for a And in lock deposit -..di be dcl"tosaed from Tabs 11"I d this appendix. (ah AcmnlSlope. (It..The actual slope than not be st.cpar than the maxunum allunbs slops. (ill The nasal slope sban be lea atop the. she maximm allonbl• dupe. when ,hone an sign of distress. U that situation occvra. lb. &logo .h.11 he oat batik toil' .cn..l &lope which is at tail % bontantel to one vertiu11KH:IVI lose .tap than the m&umum iiowoble slope. . (iii) W Iris awcsrge hied' from stored material at .gwpmnLL Operating aslmpm.nt. or hams are pnaot. a csnupMinl persists than demise the dodges to which the .clv&i slop small in reduced below It. mazamum allowable slulw ad shall suun that such r d.a ion it .du.ved. Surcharge lieu, (rain dprsnl .lruclurea shell lea evaluated in accurdaaa with f lu'261151(iJ. Ill Cwiligunaauna Curaigwslions of eiryung and b.aJmig systcau shell be in .caantaiaca with Figure ILL I I El L LI I L I '1 I I I I I Federal Register / Vol. 54. No. 209 / Tuesday, October 31. 1989 / Rules and Regulations 45965 I I I a I I TABLE. B-1 MAXIMUM ALLOWABLE SLOPES SOIL OR ROCY TYPE MAXIMUM ALLOWABLE SLOPES(H:V)thl FOR EXCAVATIONS LESS THAN 20 FEET nrrp 1 STABLE ROCK VERTICAL 1 (90`) (53r) TYPE A 121 3/4 : 1:1 (45') TYPE 8 - lu.: 1 (34 ) TYPE C NOTES: 1. ;Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. i 2. A short-term maximum allowable slope of 1/2H:IV (63') is allowed in ' excavations in Type A soil that are 12 feet (3.67 m) or less in depth. Short-term maximum allowable slopes tot excavations greater than 12 feet (3.67 m) In depth shall be 3/4H:IV (53'). ' 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. Fipwr B-. slope configurations ' (All slopes stated blow an la the horizontal Is vartital nUo) B -f.2 ffiaovation mode in 1%f» A snit 1. All simple dope excavation 2a fen ar late in depth than have a maximum allowrabl. slop. of Y.:L 1 ' 20'I)1ax. j1 ' 3/4 ' Simple Slope-Goneral Excepbom Simple slope excavations which an open 2A hours or lose (shoe tam) and which an 12 lost or law an depth shall have a maximum allowable dope of %:1. I 45988 Federal Register / Vol. 54, No. 209 / Tuesday, October 31. 1980 / Rules and Regulations 1.2 :lax. hl I/2 Simple Slope —,Short Term 2. All benched excavations 20 feet or lea in depth shall have a maximum allowable Slope of 3'. 10 1 and maximum bench dimensions as follows. Simple Bench 20Max. 5. Max. L' Max Multiple Bench 3. All excavations s fat or lose in depth which have unsupponad vertically aided lower portions shell have a maximum vertical side of 7% lost. I I 1 I I 1 1 1 I I I Federal Register I Vol. 54. No. 9O9 / Tuesday. October 31, 1989 / Rules and Regulations 45967 Al ]/= 8' !lax. I]It' "ax. I II I I 11 11 • Unsupported Vertically Sided Lower Portion —Maximum a Feat In Depth All excavadona more than a feet but not con then 12 hat to depth which unsupported vartluly•slded lower portions shag vvs I maximum allowable slope of 1:1 and a maximum vertical aid* of 3% fast. Unsupported Vertically Sided Lower Portion —Maximum 12 Fat In Depth All excavations 2s, fat or less In depth which have vertically sided lower portions that an supported or shielded shall have a me timum allowable slope of %:1. The support or shield system mall extend at least 1s inches above the top of the vertical side. Support or shieFswstem20' Max. vertical side Supctted or Shielded Vertically Sided Lows, Portion 4. All other simple dope.'compound slops, and vertically aided to.... portion excawdona shall be In accordance with We Dina options permitted under 119ree2ibl. 8-12 Excavations Made In Type S Sod 1. All simple dope excavations 2s, feet or leas In depth shell have a maximum allowable slope of 1:1. 45968 Federal Register / Vol. 54, No. 209 / Tuesday. October 31, 1989 / Rules and Regulations , Simple Slope L All handed excavations 10 feet or Ins In depth &hall have a maximum allowable slope of 11 and ma:lmum bench dimensions as follow&: This bench allowed in cohesive soil only. I l :0Max Is' i.� 20' Max. single Beach This bench itI•'wed in cohesive suit only 4' Ma 4' Max. I r, 1 Multiple Bw=h 3. All excavation. m feet or Ins In depth which have verticaly aided lower portioea shall be shielded or supported to a haight at least 1a t.+chn .hove the top of the vertical side. All such excavations .hall have a maximum dlowabla ilop. of 1:1. [1 I I I I I 1 I I I 11 C1 I I Ic.7...1 Paaiater I Vol. 54, No. 209 /Tuesday, October 31. 1989 I Rules and Regulations 45969 Support or shield aIr ' 20' Max. 1 system /41<1 9" Min. Total height of vertical side Vart(callY Sided Lowso Pordm 4. All other sloped aaearatlotu sball be In semdanc with ibs other options permitted In I t93eAs2lbl. b -1i gavvettons Mad. In Type C Soil L All Simple slope atcavatloos 20 fast or lose In depth .hall ►ove a maximum allowable slope of 11%:1. I , S20Max, At I lk I- Simple Slope lachn lllbm. szcavadoflh I..t a Ins In dspib width bay• o! t6' vtdotl alder Aa torch eahavadou ck.a lly ha sidad owu portion' m.vlmum olio hall be p tied or3 upponsd to . height •t least to Supoorc or shield system II r li `line Total height of vertical side Vartlul Sided Lower Portion f . 1 Al. other eloped sacavatlona shall be In accordance ;with the other options permitted to I 1P2tLa52(b). S -t.4 Excavations Made In Layered Solis 1. All axcvsllone 20 lea, or lose In depth made In layered wile shall have a maximum allowable dope for mach layer a set forth below. I 45970 Federal Register / Vol. 54, No. 209 / Tuesday. October 31.1989 / Rules and Rai C OVER A C OOy?R d Federal Register / VoL 54, No. 209 / Tuesday. October 31. 1980 / Rules and Regulations 45971 A OVER B A — i_i —1 tll A OVER C a �1 15 C A 1 lI B OVER C 2. All other eloped excavations •hall be In accordance with the other options permitted in 110W.e52(bl. Appendix C to Subpart P fast (Si m) In depth. This appendix must be systems must be designed in accordance with used Timber Shoring for Trenches ' ed when design of timber shoring the reyulrsmenis set forth In 11a2a.a.2(h) s protective system. Is to be perlonned In and I Igia.ai2(c). (e) Scope. This appendix contains accordant with 11li2a.I112(cll l ). Other lb) So.l Clasnfication. In order to use the information that can be used limber sharing limber sharing configurations; other systems data prsiat•J in this appendix. du soil lyy Is provided as a method of protection from of support such a hydraulic and pneumatic or type• In which the excavation b made cava•in. In trench.. that do not exceed 211 system.;.lop and nth p. spiel in . nd freezing atin mull first be determined using Iba sod as sloping. benching. du•IJing. and Ireexmg 45972 Federal Register I Vol. 54, No. 209 / Tuesday, October 31. 1989 I Rules and Regulations 1 elaatlfeatlon method ref (arch in appendix A of subpart P of this part. (c) Prsaentation of information. Information is preserved lit Several forms as follows: (1) Information is preeanted In tabular form In Tables C-t.t. C -l2 and Gtl and Tables C-LI. Cr2-2 and C-2.2 following puegnph (ii) of the appendix. Each table pnesnu the minimum is.. of timber members to use In a shoring system. and each table contains data only for the paniculat Sail type in which the excavation or portion of the excavation Is made. The data are arranged to allow the user she flexibility to select from among Several acceptable conagunUoru of members based on varying the horizontal spacing of the crossbrecea Stable rock is exempt from shoring requirements and therefore, no data an presented for this rendition. 121 idonasdon ancemind the basis of the tsbulat dam and the limitations of the data U presented In paragraph (d) of UJ. appendl. end on the lables themwlyu. (3) tnlormotiur. explaining the Inc of the tabula data Is presented to paragraph (e) of this eopendu. (4) Information Wustndng the use of the tabular dam is presented In paragraph III of Jut a0Meda• (sl Miscellaneous notations ragatdinig Tables C-i.t through C -t.3 and Tables C -it through C-2.3 an presented in paragraph to) of lisle Appendix. Id) Bates and limitation of the data. —(1) Dimatsions of timber memban. (1) The aia.e of the limber members listed in Tables C-1.1 through G -t.3 am taken from the National Bureau of Standards (NUS) report. "Necornunsnded Taduucal Provisions for Conswcuun Israel," in Shoring and Sloping of trenches and Excavations." to addition. whom Nos did not recommend specific Stan of members. member slzes are based on an analysis of the sizes required fur use by eustleg codas and on .mpineal practice. liii The required dimensions at the members lislad in Tablas C-1.1 through C -t.3 refer to actual dimsn.iona and not nominal dimansiuta of the slmbst. EmploYtn waatiry to use nominal size shoeing are directed to Tables C -ti through C -Li, at have tide choice under 11ozd662(cl(31. and are nl.rnd to l'e Corps of Enginesrt 1Tt Bureau of Reclamation or data from other acceptable source. (21 l.inrirolrun of application (1) ills not Intended that the umber shoring specsfiaUon apply to every situation that may be experienced in the field. Thew data wen developed to apply laths eimativa that are most commonly experienced In current trenching practice. Shoring systems for use to situation. that are not covered by the data in this appendix must be designed as specified in 11u2am21d• (It) WI,.,, any of the following conditions an prerenL the rumben specified In the table en not considered adequate. Flthn an alternate timber shoring tyat.rt level be designed or anther t%. of proleellve system designed in sccondenc with 1 luza.aa2. (AI When load. imposed by Structures of by stared material ud(ac.nt to the trend, weigh is, sacess of did load Imposed by a two -loot mud Surcharge. Ilia term "adjacent' as used hen means the area within a horizontal distance from the edgy of the trench equal to the depth of the ttvnch. (B) When vertical loads Imposed on cross bnae exceed a 240 -pound gravity load distributed on a onefool section of the center of the amubna. (C) Whoo surcharge load$ an Present from equipment weighing In excels of 20.000 pounds. ID) When only the lower portion of ■ bench is shored and the remaining portion of the trench Is sloped or benched unlade The sloped pardon is sloped al an angle less sleep than tutee horizontal to one varticab or the members an rejected from the tables for use at a depth which is determined from the top of the overall tinned and not Iront the toe of the sloped portion- s) US& of Tables. The members of the aboring system that are to be selected using this information are the cross breeds. Use uprights. and the wilds, wl:m wales are ruquirsl Minimum si:ae 01 mdln6en Sr. Specified for use in dilfamnl types at suit. Them at six labia of inlormnlioa two for each Sail type. The sod type must lint be determined in accordance with the Sail daistflcanon system described in appendix A to subpart P of Pan W26. Using the appropriate table, the selection of the size and spacing of lie memban is then mad. The .ejection is based on the depth and width of the tench wham the members are to be installed and, in most ineunas. she Selection Is also based on she horizontal spacing of the =embraces. Instances whom a choice of honsuntat spacing of crosxbracmy is available. the horizontal spacing of the uoubreut mull be chosen by the over befrpe Ilia size of ally mombi:r can be d.t. mined. Whet the Had type. Ilia width and depth of the pinch. and the horizontal spacing of she cronbruees are known. the sea slid vertical spucing of the croebraccs. the size and •anted[ spacing at the wale.. and ohs mile and horizontal spacing ul the uprights can be Mail (rum the appropriate table. (I) Examples 10 Illustrate the Use of Tuhln c -is through C -1.J. (1) Example 1. A tenet dug to Type A sail is 13 feet deep and five fact wide. Prom Table C-1.1. for acceptable an.ngemen,e of timber can be used. Anany.ment al Spa" 4X$ croesbnca at six fool horizontally and lour loo, Ironically. Wales are not required. Space 3X 6 uprights at six eat horizontally. This srtsng:mint is commonly called "skip Shang " Ananyentuil e.2 Space e x e aoeabncss at eight fed hanzontally and four (eel vertically. Space axe wales at lour (eat vertically. Space 2X6 uprights at lour (eel horizontally. Arrangement aJ Spa" ax6 erussbrecei at 10 feet horizontally and four teal ve:litally. Space swill Sad" at lour feel venially. Space 2x6 uprights at five fui harizontully. Atrorytmenl 4 Space 6:<6 erossbraces at 13 feet horizontally and lour (eat vernally. Space 10x10 wales at four loci vertically. Spaces 3X6 uprights at six feel horizontally. 121 E•eonpis 2. A trench dug in Type B soil in 13 feel deep and rive feel wide. From Table C-1.2 three accepieble art movements of members are listed. Arrangement =1 Space nxoerossbraces at Six (eel h rtzanta!ly and rive fuel vertcal!y. Space 6::6 walls at five feet vertically. space 2X6 uprights at two feel honzon:ally. Arrut.yement =2 Space 6x6 crmsibuces at e:ght Cvvt horizontally and live fact vcrt:cal!1'. • Spa cv loy:10 wales ai five feet v::r:.:-ay. Space 2x6 uprights at two feel horizontally. Arranyetrent 03 Spa" axe crosabruces at 10 feet horizontally and five feet vertically. Space I0X12 wales a, five teal veruully- Spdce 2x6 uprights a1 twit feel vtllu:a°)'. 131 Example J. A trench dug in Type C soil is 13 feet deep and rive feet wide. From Table GIJ Iwo eccoplahle onangenlenls of memhen can be used. .irrontr.,onl Cl Space 6x6 crtubraees at six fact honzonlally and five feet vertically. Space lox 12 wales at five leer veriicJllY. pusoon 2x@ upnvbis as c:o.rty tcsa4rr as possible. It water must be retained Sear spr,:ial longue and groove uprthls to hirm tight shaeiing. Arwngemtnt +2 Space ax to crossbresn at eight feel honzuntslly and five fee vtrncully. Space 12X12 wales at five feet vertically. Position 2X6 uprights ma close sheeting eonfiburalion unless water pressure must be restated. Tight sheeting must be read where water must be retained (e.1 Example 4. A bench dug in Type C soil is 20 feel deep and 11 feet wid. The size and spucing of memhen for the section of trench (heir is over 13 teal tat depth is determined using Table C- 1.3. Only one arrangement of members is provided. Space ax10erossbreces at six feel horizontally and five fees vertically. Space 12x 12 waIsS at five feel vertically. We 2X61161$ sheeting, list of Tables C-2.1 through C-.3 would follow the Sortie procedures. fill ,Vu:es fur all Tables. t. Member sizes at spacings other than mJiealed are to be deicrntintd as specified in 1 ta:o.W21e1. "Ut.ign of I'roeeticc Svsiems.. I I I I I I I I I I I I I I 1 Federal Register / Vol. 54, No. 209 / Tuesday, October 31. 1989 / Rules and Regulations 45973 ' 2. When conditions an saturated or 3. All spacing Indlcstad I. measured center .hall not exceed 42 Inches. hludsilh an submerged me Tight Sharing. Tight Sheeting to center. waln that an installed at the toe of the refan to the use of spedallytidgad timber 4 Wales to be Installed with greater tench aid@. planks (@.g., longue and groove) arleeat Wrsa dimension horizontal. a. Tench lacks may be used In lieu of or in Inches thick steel sheet piling, or similar i If the vertical distance from the center of combination with umber moubncn. construction that when driven or placed In th. lowest aoubna to the bottom of the 7. placement d aoubrsc... When the tight min the math stead. Iwo and on. -half Ian, verdcl sparing of czo.sbnm. Is four lest. DoslUao Drvvlda awall to uprights shall be firmly embedded or a place the top cro..brsca no man stun two btanl pn@aue at water sad to hewer the mud@W shall be insect. When uprights an feet below tie top of the uvnch. When the ' lea.0 of bsckllll metsrial Co.. Sheeting n(en embedded the vmocl distance from the venial spacing of aos.bnc.. Is five feat. to the placement of planks dda-by.tde nine of the lowest crosabrau to the bottom pis" dw top aoubnc. no more than 24 feat allowing as tilde spew as possible between of the ueach shall not exceed 36 Inches. below the top of de trench. them When mudhWa an wad the varncal distance aau.rto coos as wawu I I 1 L: U I 1 1 1 El 45874 Federal Register / VoL 54. No. 209 / Tuesday, October 31. 1989 / Rules and Regulations - N w z a W L S c W O W s -a W N m — H N r• 0. - J N 1 u - W — J _ m C 1 x Wi N z o S L� Li C W OG W a- c W m _ O 1- N m - x u fJ a 0. U, •C x ~ 24 x 24 I- 2 N r 0 N •O S W N W W W J m G x 4 o to •o • -� v x a! 2.' x ♦ a c n n - z Z H LJ 1 1 C V W 1 Q Q Q Q Q Q O W Q W 1 1 1 L V 1 C' C ' C p G O 3 W a N' '� m V •.• O] - S a) - N Z 4 x x o x a: x x x Q a< x C: m Z m O IO m 1 N.^.. K ••. H -C — r r W .0.• U W f C f Q Q Q Q W 6 1•- Q f N t O O O •C 2< b •C• �i m m — -____ 1(1 x x - x x x x x x x x x d b •0 •0 •0 uJ W W W m m Li 4/1 H W r N •0 IP b •0 •J m CD m CO m m W a x x x x x x x x x x x x Ir - •0 •0 .0 •4: W W J J 0 m O) W U C S J O •0 •C 10 •0 •0 •0 •0 •0 •0 m R) G r a x x x x x x x x x x x x W L f .J v W W Is) •U U) U-,-. • r O O - •0 f •0 •n •0 •0 •0 m m Li 10 x x x x x x x x x x x - S L f Q - n f f •0 ••) r W m CO 0 O 3 C •0 Q •0 •0 •0 •0 •0 m CO Q x 24 x x x x x x x x x x x W O N Z �- O O O O O O O O O O O O ...• *W 1••. r 1- 1••• r - - H r f- 1 - LC W W •0 hC N •0 OJ O N •O G O N W - - a. - S d v > > > > J > > > WO L O W • n O •= O O 4" a, O O > •V W W W f •..• •-• 1... •-. — 1- N a O — v r Federal Register f Vol. 54. No. 269 I Tuesday. October 31, 1080 / Rules and Regulations •15975 1 U ' U In m H O 1- .0 .O x = W 1•) K K a W N N 1.J4 C J v 0. {O 0 .0 .O J. N K x x N N N • •O W a) In x X x 2 m U n n n m` u CS m J N U W N N h in in N h N N t J -.J • W<W 4-'-' C>,. m u W m ,. N Y L pWi .. = r K X X x X X X N X u — m N v •p m O m O O m `� — L J] — 1 N y T n U.— . u w a8 C .-. ,-. ♦ K U W in N in in N in M h N Y.C ' W < r U S = N u m m C y a K = o C O O m. < h L h K K N K x x ). X �. m U v =- 'a .O .O .0 m N m O C u ' . YL — 0 c x o m F N .o m m m m m m O Y z N A. In WA. .0 .O W '0 m (0 0) W t -• = V J J 2 m W ) Y W tUt U F• •a .O .O .Y m m m XO O— Y •.• I-. O. C 2 P K K K X x K X X Co .0 .Y .0 .J .0 W m m Y I- a O — r £4 I14 CL ' m — N p O >41 01._I-. .O .O .O .0 m m m — -• J O K O .D K X K K x x X x J e !- N U A. v .O .O J .O V aJ m V Y � L p O •b :—o O 041 H x N x x .r x x x v .0 .Y Id '0 .0 m m — G u W C F• ' •U b p O 4a:1 Nab - w H O F F M H H H F Z -.4 '*0 4.1 .0 0 O .0 m CY •0 m 0 _ Y W S 1 =d v 0. A. A. (IC A. A. 0. $O0. 0. 0. Y O In SC in > > > wt > > J N 2 > > > 4�2 H u h 1.401414 N O O O O N N TO 0 1 45976 Federal Register / Vol. 54, No. 209 / Tuesday. October 31. 1989 / Rules and Y 'N W ac O r N a W u N W - h-. a. i' N u .- i = x !-. 1 K 00 zXI O m 0. U W S W I-'. hi m J f Y7 u z U U N Y Y m u O Z Mc E. Y p N F O F W a W I - a. J a 3 O .r He• N N N N N In 1 W u S i^ W W<W •R N M h N N Ii ->m V i N p N N N N Z - x - x x x x x m O N O h h W< W N N N Si N Si N p p O O O O W O O ~ O O O W m m m N x x x x x x I-0' m m m m W W W -Urn coo O O O I- m m r m - - x K x x K x h a. •v m W m W W v7 N O O O K O F m m — m u ° x x x x S �' •a W m m a) D 30 O O O m m 0. x x x x x x -O •O m m m m m W i+ .4.3-' _ i ~m ~O Y ~•a ~m Y Y ~ •a Y Y � Y.J 41.1 Y u Y Y u Y u W O <4• ma.. —A. p. w 410 S. a. • O Y O a. Y Y o Y o u yt ^� m2 > N z In 0 N ✓. i m i in S 5 n a. W z N 0 O O Si 0- Si c p O W b W W �.. - •... .... 1 - a F. h C i 511. O H v 'I 1 1 I 1 Federal Register / Vol. 54, No. 209 / Tuesday, October 31, 1089 / Rules and Regulations 45077 u z m m o u N c o .0 x X z v u v 0 N N K m U W v\ X X W Y• V V K J I O J V .D 0 - N X X < v X V V V ,=i W O.1 X X X w U I' C z. F I. uv .i OCU O0 00 0 Lit V V 2Y V V v K v v v N 03 W 7 NZ °_4 r. 00 00. C m o0 m m O N N...2 2IJ 14 Z� m m m m .O m m ..0 m m m F w K U W W< W V V V V v V V V > L.- V V V V N I- X X 3° '° '< V X X V V X X X X X X m X m X .0 .0 .0 .0 •O J .O .O J J M % .0 .O .0 .O .0 .O v v .Cs xp 'a.X0 X x X X K K K .0 .0 .0 ' .O V] .O W U O U f• v V .0 .o X x X X ti „ 1< '� '4 .o o .0 V a V V V V � � � X om? yXj o 1 N N Oh -0 GC U= O • V V O V .0 .O X X X V V V V V v .p X X x .O .0 'a .0 .0 G ti O ~ V V X V M .O K .O .0 V X 1< V X K 34 34 .0 .O V v V V .O .x0 J .x x .x+ _ U O ~ F F pp 0 W ~ F F 0 C u C 10+ 10+ ti z c C N N m O e i .p m O H W N om. p a. a. ' a. . A. .. C �^ U F W '' 0 O O O 0 N y.• o La O 45078 Federal Register / Vol. SA• No. 209 / Tuesday. October 31.1989 / Rules and Regulations , S 7 W U' Y 1••. 7 N W V • W N a v a I- u N O • z N N U ( 2 •. .-1 £ K F 1 „ e V z O h A- = U 2 i W a W' F• d N M O .) � O H N U 2 — O — < v cc v C x 2 `, O N W X K x - W i- ('1J .4 O O O 0 N n J J J W C.G .O (O O .O .O J x K in in N in N in N N in W< LI d N IJ W.-. c O N O N or- 01 m .-. C - - - ,scX h v K K K X ,c O X O m O (•( o .O C m m - - �. Z - .n in J) N .n in in in in n C U (J 144(1- o z O I -..n .D .O CA m C C n 4 -- K K x x x K X N x m A) .o .O .A .A a)' m A N N .O .O .O m a) C 6 RI C La- I WA.— % x x x X %C m N A ' .A .O .A (0 m ) • U H 2 W P 4 .O .O .O .O m m m C C K X K )C K K K K X F.. v .A .0 .a '0 m .0 .n w It a O F .O .O .O .O .A m m m m m z 4 K X K Y. x K x % X F fl J J J J 'a J .J .J (o 30 J .D .O .A .A m m C m 4 K K K X K x X K • J J J v) .J .J vJ .A A) — W • U O O O OF N^ F F F F F• F• — F. F• O - K W .O O) O Y .A CO O N •A aA O N U O •C W — Y J •'• Ida — A Y W 24(•. 4 A. A. 110 4 A. 4 N O 4 4 A. 410 W S Y • N U H 1 •40 0 -IM % W £4014 W .n O O O O N N O O ^1 o Y. 4 F• — — — — F• N O o F• I I I rj H I I Federal Register / Vol 54. No. 209 / Tuesday. October 31.1989 / Rules and Regulations 45979 U 2 — U N a < F- 2 NF-c K tF S xo W - W 4. aG J v a m 0 • b m a o X X x x x X O 3 W J h �'1 n NI .t v N q U Y Y • -o 4rI u Y •2 C N 7 q O 5 N GO U L U < W in in N in in Y; W k Y V"U, N q Y — b w •L 4 Y •1 n b B v 3 W O N O N N - N .. -. x x X X x x O F b - C O O O N O L in Y t L N n • 2+ — 2 i It F cc u fi X.U.W - i N in .in in Si in I. x > a N u 1 x m O 1 m L L 4 — z x x x x x x 7 Y - m m m m m m L VI 4 C y .. S q N O L V G , .4 N P m m m m .-. >4 x0 m x0 1 m C 4 0 U — — W K W .0 .O C C m m u 4 x L 0C L ,V .0 m ,J m m 4 W J O o _m O •. n.. O F N U O .o u rD m m m -ii. 4 s u A. o, x x x x x x o .a .O .0 .o .0 ,u d m 4 6 — '.6 O O F .O .q ,O m m m �. y x x x x x x — .0 ,o u ,c m m — .. o W mi., H i 0 O 0 q a F H F H - 1- F. - .� F. O _Lit m U W .p m O O N 4uW 400J J J N 2 J O N40 ' F U F A. 0' �i '� 0 0 0 0 ,n (JO F _ O • 0 45980 Federal Register / Vol. 54. No. 2119 / Tuesday. October 31. 1989 / Rules and Regulations I Appendix D to Subpart P Aluminum Hydraulic Shoring for Trenches (a) Scope. This appendix contains information that can be used when aluminum hydraulic shoring Is provided a a method of prolecuon agatnil cave -Ins In trenches that do not exceed t0 tai (4.1m) in depth This appendix must be used when design of the aluminum hydraulic proactive system cannot be performed in accordance with 1 lu2a@vCl121• (b) Soil C:anifiation In order Iota, data presented in this appendix. the soil type or types In which the excavation I. made must first be determined using the sod classification method set forth in appendix A of subpart Pot pan 19S (c) Presentation of bnformadoA Infurmadon as presented In several forms as follows: (1) Information is p:nenlad In tubular rain in Tables D-t.i. D-11 D-12 and Eris. Each table prtnenls the maximum vertical and horizontal spacings that may be used with various aluminum member time and serialist hydraulic cylinder sizes Each table Centel" data only fur the particular soil type In which the excavation or portion of the excavation to mods. Tables 0.1.1 and 0-12 are for vertical shores In Type. A and B snit Tables D-1.3 and 01.4 are for horizontal waler systems in Types 8 and C wiL (2) nformanon concerning the basis of the tabular data and the limitations of the data Is presented in paragraph Jill of this appendix. (3) Information explaining the use of the tabular data is presented in perac nph (al at this appendix. 1;1 hifurma tion illustrating the uae of the tabular dole is presented in paragraph (0 of this appendix. (51 Miscellaneous notations (footnotnl regarding Table D-1.1 through 0-1.4 are prcnenled in paragraph (s) of this appendix. (h) Flpur.. illustrating typical InswllaIioes of hydraulic shor.ng. an included test pnor to oils Tables. The illusualion. page Is entitled "Aluminum Hydraulic Shonng. Typical Installations" Id) Base and limilolloa of the dam. (1) Vertical .hors reds and horizontal wales are thus. that meet ohs Samoan Modulus nq'nrcmenls In the 0.1 Tables. Alwuiuum material is W61 -T5 or material of equivalent strength and propinin. 121 1lydmulic cylinders speciticetms. (1)2 - Inch cylinder. shall be a ounimum i-Inch inside dlsm.ur with a muumum as working capacity of no lose than 111.bo0 pounds excel compressive load el maximum .xasuma. Maximum extension Is to include lull range of cylinder exlerwuns as recommended by product m.ndatunr. fill 3 -Inch cylinders shall bee mloimum 3 - inch aside diameter with a wte working cepscily of not Isw than 94mn pounds axial - cumpressive load at extensionu as recommended by prodpci manulactunr. 131 Umitatiun of application. (if II is not Intended that the aluminum hydraulic-pecificallun apply to every .iluetiun clout may be experienced in the field These data were developed to apply to the situuimns That are must commonly experienced In current trenching practice. Shoring systems lot use in silusliuns that an no' eovand by the dote in this appendix must be otherwise designed as specified In 1 tva.a5 (c)• (ii) When any alibi following conditions are.pnw-L die members specified In the Tables an act considered adequate. In this sees. an abernallve aluminum hydraulic alluring system or other type of protective system must be designed in accordance with 1 la:m.dli (A) When vertical loads imposed on cross braces eased a too Pound gravity load distributed on a one tool section of the center of the hydraulic cylinder. (BI When aurchatle loads an present from equipment weighing in excess of mini pounds. • ICI When catty the tower Pont" or a trench Is shared and the remaining portion of the trench Is sloped or benched unless: The sloped portion Is sloped at an anal' less sleep than three horizontal to one verticL or the members are selected [rum the tables for ale at a depth which Is determined from the lop of the overall trench, end not from the too of the sloped portion. (.1 Use of rublaa D -Li. D -J2 D -J.1 and D-r.L The memham of dim shonng system that are to be selected using this information an the ►ydreuae cylinder., and either the verucal sham or the horizontal wales. When a water system a used the vaniaal combat shooting to be used Is also selected from these tables. The Tables 0.1.1 and D-12 fur v.nical shores an used in Type A and 8 sells that do out require slhesting. Type B soils that may requtn alinting and Type C wit$ that always requite abating an found in the boniuntal wale Tables 0-1.2 and 0-1.4. Tha sod type must tint be determined In acanlance with the soil daasibcauua system described in appendix A to subpart P of port 19211. Using the appropriate Isble. the selection of the size and spucm( ii( the members is made. Tlie selection is based on the depth and width of the trench where the mamb.n an to be. metalled. In thew tables the vernal spacing Is hold constant a lout feet on cancer. The cables show the maximum horizontal .peeing of cylindm allowed for each atn of wale in the wales system tablet and In the vertical shore cables. the hydr.dia cylinder honzonul epoctng is the same is Ito vertical shun epacioµ. II) Example at 11:usuate the tin a/she Taa6c (1) Example 1: A trench dug in Type A soil Is a fast deep and 3 feet wide. From Table 0-1.1: Find vended .hares and 2 ach diameter cyllnd.n spaced a feel on center lu.c.l Imnionully and 4 bt an center (cc.) vertically. (See Figures i a 3 tar typical bulaaations.) 121 Example 2: A bench u dug in Type B soil that dog not regain sheeting. 13 feel deep and a fees wide. From Table 0-i.l Find vertical .holes red 2 inch diameter cylinders spaced a.3 lest cc horizontally and sleet D.C. vertically. (See Figures I a 3 for typical iustelleuu'u.l 121 A trench Is dug In Type 0 sod that does not requite sheering. but dote experience acne minor rnvebng of the trench lace. The trench is to feet deep and a feel wide. From Table 0.11 Find vertical shuns and 2 inch diameter cylinder (with special oversleeves as desiµneted by footnote a21 spaced 5.3 fuel o.e horizontally and 4 feel cc. vertically. plywood (per luotnole (81171 to thu 0-1'fab1.l should be used behind the shores. (See Figures 2 a 3 for typical Installations.) (4) Example 4: A uench is dug in previously disturbed Type 8 sod, with choracnristics of a Typo C soil. and will require sheeting. The trench is 10 lust deep and 12 fact -wide. a lout horizontal spacing between cylinders is desired for working space. From Table 0.1.2: Find hunaontel wale with a auction modulus of 14.0 spaced 514 feet o.e vertically end 3 inch diameter cylinder spaced at 9 feet maximum o.c honzunlally. 2x72 umber sheeting is required at close spacnµ vertically. (Ses Figure 4 for typical install. don.) 131 ltxample 5 A trench is dug in Type C sod.9 feet deep and 4 (set wide. I lorizonal cylinder spacing in exec.. of a tent is desired fur working apace. From Table U-1.4: Find hori:unul wale with a section modulus of 7A and 2 inch diameter cylinders spaced at 6.5 lest o.e bonsontally. Or. find hurtzuntul wale with a 1t0 section modules and 3 inch diameter cylinder spaced at 10 feet D.C. horizuntelly .both wales are spaced 4 [cut or.. vertically. 3X 12 timber sheeting is required a cluse speeinµ vertically. IS.. Figure 4 for lypica I huts Item iun.) 191 footnotes, andgenerol notes. for Tjt lea 0 -ti. D-12 D-12 and 0-1.4. (1) Fur applications other than those listed in the table.• refer to 1 192d.6S2(dI21 for use of manufacturer't tabulated dais. For trench depths in excess o(20 feet. refer to 1 192tu52(cl(2) and 1 1!J2a.ns2(c)(21• (2) 2 inch diameter cylinders. at this width. shall :cave structural steel tube (3.5x 3.5x0.1075) overileeves. Dr str.tctural ovenleeve. of manufacturer's speaFca;uin. exnnding the full cullopsed length. Ii) II1draulie cylinders rasp..cmea.'i) 2 im:h cylinders shall bee minimum 2 -inch tniide tbame:ur with a safe working capacity of not less than 1BAon pounds axial compressive load at maximum axunsiun. hlaxunum extension is to include lull range of cylinder extensions as recommended by product manufacturer. lit) 3 -inch cyllnden shall be a minimum ]- Inch inside diameter with a sole work capacity of not less Wan 33,ag1 pounds axial compressive lead at maximum extension. Maximum extension is in include full range of cylinder extensuine as tecomnteuded by product manufacturer. (41 All spacing indicated Is meuaurrd canter to canter. (5) Vertical shoring rails shall have a minimum auction modulus of 0.40 inch. lay When vertical shores an used, there mesa he a mutmlwn of three shore, spaced squally. l.onwnislly in a group. y l l Plywood .ltaa be tin in. thick softwood or 0.75 lade. thick. 14 ply, arctic while birch (Finland forml. Please nutµ that plywood I. not intended as e .iruemnl member. but only fur prev.nlmn of Iucul raveling (sloughma of the trench (ace) between der... i [l I I I I I I I I I Li I I Federal Register / Vol. 54, No. 209 / Tuesday. October 31. 1989 / Rules and Regulations 45981 (a) Sae appendix Clot limber speciDuuoma. (s) Wales an cakulsled for simple &pan condldome. (10) See appendix D. Item (d), for basis and Itmitalloas 0th. dais. aASS CO na ate -Y - 45982 Federal Register / Vol. 54, No. 209 1 Tuesday. October 31.1989 J Rules and Regulations ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. I vl*!CAL ML.dsd wvwuAG sa C / 11N1 +wAA+rl MOIIIO+TAL SPACING FIGURE NO. 2VI wrw.lA.t 1n,+N Iwml wVW000I YOIIIOMTAL SPACING VESfICAI IA1l'\ -L"I / CIDAU I NDEMC 10•NAM /1 VIII IH�YTONAYLIC, CTLINOIE tam IIIIil /Pr`�PLTY000 VIITICAL $PACIYO A0 NAX.I .P '.JIt 24 MAN. VIII ICAL SPACING ♦1 MAX wT1T.nq. 2' MAX. FIGURE NO. 4 FIGUREN0.3 gyu+wnrouac--. YUPIIGMT v1YICALALWYI -Y rA1A VU[.1 E+EEIIC nllt' Y.W...Y � Il r.a%r! lAfA4101 (.\ NOIIIONTAL !PACING f ,dr wojo NTouULIC cnl+DuvIRTICAL VIITICAL NAIL 2' ■AY.SPAGING AT01AULICCTLINOEI VIII I CAI S PAC I+G A' MAX. _— _—.... , .,, no. cud / Tuesday, October 31, 1989 / Rules and Regulations 45983 C I I I I L_1 _' rl LJ I I I I I I a � — — U 0 O C1 tTj a oc t? oo Uv a >E- ,Q0 SO 0 °z m I ° z ce N 0 H 00 x C I, w 0 U W G H 4 ° n. — 70w Z = n° •0 'r nt..].] o W . u_ F Z = U W v 'C W i = dwn. I-, J c > F 0 ', L -3 L c Z Z F m m i o o a Q W 00 00 n EE IfCe a u u oca. — — •o N x c a ,a c c C a � a n N u u k'2 w W OO W OO� vn W 4n vfN W O > 0.— >_Q__ > d ry W ° 0. 0 0 a 0 0> o i O n u u 863 4 !. L. J . raae Federal Register./ Vol 54. No. 209 / Tuesday. October 31. 1980 / Rules and Regulations I z O ti U1 -O0- QJ< N - O Q N oG C) w F. x x N N U w0 O O x x oo• ow w o Qz xo O 3 � 0o x H' O U W 1- n. r, d z1 o ' 0. — U W `c iN O z = N , 0 U F tL z W W UNO0 W 0O, W SON W E. O a O a O a'i O 04 E 0 O C C C -c. C C C u 00 C L N u 0 o - t,1 ., G 04SF 00 -EE C u r -` C 0o -- 0 CC V W m C C d 6 - vu Ou u N H e -Ut) O O ILZ Z I I I I I I I H 1 l I I S I I Federal Register / Vol. 54, No. 209 / Tuesday, October 31, 1989 / Rules and Regulations 45985 I I I I I I I I I lJ ( N yt1 (y x i tJ 4" IS I m O• a ,..1 in ____ ___ as ____________ = o z z z Z z z z z z z z z 'Z ,�. - - - O "'� to fn Al en t+1 en en f.'. en ^1 z O 0 O 0 O 0 O O w 0C tJ 00 of N %c 00 o vi .0 of C > 2 — — ll] 0 N - N P•1 N N z zWZW z zW z z zW z z Al NO m u a z z• 7. z 00 O 0 0 0 0 o 0 %n 00 > 0 00 O• N 'O m a h 'O O� O =H ► O r as 3 W z z z z z z z z z Z 00 J N N f+1 N in to N 1+1 fn O O O O O O v1 O OW 00 O. N %O Ga O v1 O� 0 mil. Z h O ^ r O 0 r 0 O �., c O C Z en N in r v en r a � t uZ FCUiv v a U F- cd 0 a 0 of O c w7 W v,E-o EuoFv, w.n1-0 ix U,O W > a^^a- >-•a.N w O O 0 = > 0 I Ti 45988 Federal Register/ Vol. Si, No, 209 / Tuesday. October 31, 1009 / Rules and Regulations _ , 0 cnuU Wa>� F O r ti U— NZ � I I I U Z N W m = O N Cl N m m m h z z z z z z z z z Ox r - ,.. ,� ww r r J m m m m m m m C- C. f a U O .� Z - J C/ O h O O N O N O O 01 W K 'a G O a Yi ad vi vi %D N 2 d N W N N N N .p. 0 z I- z z z z Z Z z z t m N A l m I N m m 'J„ J �• y O N 0 O O U z ()Cz z z z J l••. 00 V U. a o r+ o O .n o WOO OOx Wo to .c o Q r cc r0i r %0 6 S 3 oc w z z z z z z z z z z oe J t N N m N in m N m m 0 on C. V z ,_, K U O h O O h O h O O 'O 'ad Q N o0 m vl %D 0 Z h 0 z .n o o .+ o o o O r` a � F. U W r . r v N U F O 0 oe O o N Z W 0 W O h O W O > h > 4 C O 0 0 S a I I I [I J I Federal Register / Vol. 54. No. 209 / Tuesday, October 31, 1989 / Rules and Regulations 45007 Appendix E to Subpart P—Altarnatives to Timber Shoring Figure 1. Aluminum Hydraulic Shoring t!• MAX, C �L 'f �VERTICAL RAIL A 4TO14ULIC CYLINDER I. VERTICAL t►ACING c fe. 4' MAX. 2MAX Figure 2. Pneumatic/hydraulic Shoring KAai am 41_-N / 45988 vederd Register / VoL 54. No. 209 / Tuesday. October 91. 1089 / Rules and Regulations Figure 3. Trench Jacks (Screw Jacks) Figure 4. Trench Shields SL LO 000i r1Fic Federal Register / VoL 54. No. 209 / Tuesday. October 31, 1980 / Rules and Regulations 45989 Appendx F to Subpart P—Selacllon of Protective Systems The following 9guna are a graphic .ummary of the requirements contained In subpart P for extavattons 20 hest or lass In depth. Protsnty. syst.ma for tarn In "cavadons mom than 28 fast In depth must be designed by a regist.r.J professional engineer m eccONanc. with Ii tu2U32 Ibl and tc4 Is the excavation more than 5 feet in depth? Is there potential for cave-in? Sloping se Co to Figure 2 aeJam core a,.-1Fat Is the excavation entirely in stable rock? Excavation may be made with vertical sides. Excavation must be sloped, shored, or shielded. Shoring or selected. lding Co to Figure 3 F11..URE I - PRELIMINARY DECISIONS l 45990 Federal Register / Vol. 54. No. 209 / Tuesday, October 31, 1989 / Rules and Regulations Sloping selected as the method of protection Will soil classification be made in accordance with 31926.652 (b)? Excavation roust 'comply with one of the following three options: Option I: ,S1926.652 (b)(2) which requires Appendices A and B co be followed Option 2: 31926.652 (b)(3) which requires other tabulated data (see definition) to be followed. Option 3: .51926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. Excavations must comply with$1926.652 (b)(l) which requires a slope of 1½11:1V (34') . FICIIRE 2. - SI.OP?NC OPTIONS I Federal Register / Vol. 54. No. 209 / Tuesday, October 31, 1980 / Rules and Regulations 45991 Shoring or shielding selected as the method of protection. ' Soil classification is required when shoring or shielding is used. The excavation must comply with one of the following four options: 7 L • I•0ption 1 . 51926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring), I Option 2 51926.652 (c)(2) which requires manufacturers data to be followed (e.g. hydraulic shoring,trench jacks, air shores, ■hields). 1 Option) $1926.652 (c)(3) which requires tabulated data (see definition) to be followed (e.g, any system as per the tabulated data). Li 1 Option 6 51926.652 (c)(4) which requires the excavation to be designed by a regisr.r.d professional ' engineer :e.g. any designed system). i •- S ' FICDRE 3 — SHORING AND SHIELDINC OPTION f FR Doc. 82-23M Filed 10 -4o -a9 5Y5 as e0me .....-c i I I 1 I 1 I 1 I I 1 1 I 1 I I TABLE OF CONTENTS FOR PART D -SPECIAL CONDITIONS DIVISION 2 SITE WORK Section Subiect D2-1 SITE PREPARATION D2-2 REPLACEMENT OF MANHOLE FRAMES AND COVERS D2-3 REPLACEMENT OF MANHOLE FRAME AND GRADE ADJUSTMENTS D2-4 SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS D2-5 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES D2-6 REPLACEMENT OF MANHOLE BENCH AND TROUGH D2-7 MANHOLE GROUTING D2-8 INTERIOR MANHOLE COATING (STRONG SEAL SYSTEM) D2-9 INTERIOR MANHOLE COATING (QUADEX SYSTEM) D2-10 BACKFILL D2-11 SANITARY SEWER CONSTRUCTION D2-12 RESTORATION I I ' A. I I I I I !1 I I I I I I I I D2-1 SITE PREPARATION General 1. Clear areas necessary for performance of the work and confine operations to that area provided through easements, licenses, agreements and rights -of -way. Entrance upon any lands outside of that area provided by easements, licenses, agreements or public rights -of -way, shall be at the Contractor's sole liability. 2. Do not occupy any portion of the project site prior to the date established in the Notice to Proceed without prior approval of the Owner. Contractor shall be aware of certain requirements by individual property owners as specified in Section I. B. Materials Not specified C. Execution 1. General Remove, relocate, reconstruct or work around natural obstructions, existing facilities and improvements encountered during site preparation as herein specified. Take care while performing site preparation work adjacent to facilities intended to remain in place. Promptly repair damage to existing facilities. Dispose of waste materials in a satisfactory manner off the work site. 2. Surface Obstructions a. Saw cut the obstruction in straight lines or remove it to the nearest construction joint if located within five feet of the centerline of the trench. In no case shall the joint or line of cut be less than one foot outside the edge of the trench. Reconstruct surface obstructions removed to permit construction as specified and to the dimensions, lines and grades of original construction. Restore damaged utilities as required by the utility company at no additional cost to the Owner. City of Fayetteville D2-1(1) Sewer System Improvements I b. Protect, move, or brace public and private utilities as specified in Section - Control of Construction Site. c. Maintain mailboxes in the manner that the Postal Service requires to prevent interruption of mail delivery. d. Site preparation includes the removal of trees, shrubs, brush, crops, and other vegetation within the limits of the easements (right-of-way), or as may be provided for in licenses, permits and agreements. All efforts shall be made to retain existing landscaping. In the event that trees, shrubbery, and hedges cannot be saved, then prior approval of the owner and the Owners Representative must be obtained before the existing landscaping is removed. 1) Trees All trees shall be saved unless removal is approved by the Owner and the Owner's Representative. Trim trees in accordance with the Owner's instructions. 2) Shrubbery Shrubbery shall be saved unless removal is approved by the Owner and the Owners Representative. Make reasonable efforts to save all shrubbery by trimming, in accordance with acceptable pruning practices, and treating wound surfaces with a commercial pruning compound. 3) Small Plants and Flowers At least two weeks prior to the start of construction, notify property owners of the proposed starting date so that the property owners can remove any small plants or flowers. e. Fences interfering with construction, and located within public rights -of -way or as may be allowed for in permits or agreements, may be removed only if the opening is provided with a temporary gate which will be maintained in a closed position except to permit passage of equipment and vehicles, unless otherwise herein specified. Fences within temporary construction easements may be removed provided that temporary fencing is installed in such a manner as to serve the purpose of the fencing removed. I I I I Ii C1 I II F1 I Li I Ii I I City of Fayetteville Sewer System Improvements D2-1(2) 1l Fencing removed shall be restored to the condition existing prior to construction unless otherwise specified. The Contractor is solely liable for the straying of any animals protected or corralled or other damage caused by any fence so removed. f. Private Sewer Facilities Make every reasonable effort to protect private sewer facilities. Private sewer facilities are not shown on the Plans. When these facilities are disturbed or damaged by the work, make necessary repairs to the facilities to maintain continuous service prior to the close of the work day at no ' additional cost to the Owner. g. Property Pins LPreserve property corners, pins and markers. In the event any property corners, pins, or markers are removed by the Contractor, such property points shall be replaced at the Contractor's expense and shall be re -set by competent surveyors properly licensed to do such work. In the event such points are section corners or Federal land corners, they shall be referenced and filed with the appropriate authority. h. Sodded and Landscaped Areas Minimize disturbance to sodded and/or landscaped 1 thoroughfares and areas on or adjacent to improved property. Do not use such areas as storage sites for construction supplies and insofar as ' practicable, keep free from stockpiles or excavated materials. 3. Subsurface Obstruction a. Where existing utilities and service lines are encountered, notify the Owner thereof at least 48 hours (not including weekends and/or holidays) in advance of performing any work in the vicinity. Excavate, install pipeline and backfill in the vicinity of such utilities in the manner required by the respective Owner and, if requested, under his direct supervision. The Contractor shall be responsible for damages to a public or private utility that may occur as the result of the construction. b. Protect, move, or brace public and private utilities as specified in Section - Control of Construction Site. City of Fayetteville D2-1(3) Sewer System Improvements I c. Make a reasonable effort to ascertain the existence of obstructions and locate obstructions by digging in advance of machine excavation where definite information is not available as to their exact location. Where such facilities are unexpectedly encountered and damaged, notify responsible officials and other affected parties and arrange for the prompt repair and restoration of service. D. Measurement and Payment I No contract prices are established for Site Preparation. r I r I END OF SECTION D2-1 1 Li i! I I 1 City of Fayetteville Sewer System Improvements D2-1(4) I D2-2 REPLACEMENT OF MANHOLE FRAMES AND COVERS A. General ' 1. Description This Section describes replacement of manhole frames and covers. Manholes designated for replacement of frames and covers are listed on the Manhole Rehabilitation Schedule in Section G. B. Materials 1. Frames a. Frame material shall be cast iron conforming to ASTM A 48, Class 30 or better. The frame shall exhibit a tensile strength of not less than 30,000 psi. b. Frames for standard manholes shall be Neenah R -1726-A, or approved equal. c. Bearing surfaces between the ring and cover shall be machine finished or ground to assure nonrocking fit in any position, and interchangeability. 1 2. Covers ' a. The replacement cover shall form a water resistant seal between the frame and manhole cover surface. The cover shall have pick bars or pick slots and a machined bearing surface on the bottom of the casting. The cover shall conform to ASTM A 48, Class 30 or better, for Gray Iron. The cover shall have a tensile strength of 30,000 psi. b. A typical standard manhole cover design shall be Neenah R -1726-A or approved equal. co Covers shall set flush with the rim of the frame and shall have no larger than a 1/8 inch gap between the 1 frame and cover. d. Bearing surfaces shall be machine finished. I 1 City of Fayetteville D2-2(1) Sewer System Improvements I C. Execution 1. The contractor shall be responsible for supplying the required material for the replacement of the manhole frames and covers, including the unloading, temporary storage, and transporting of the materials. 2. The replacement manhole frame shall be compatible with the replacement manhole cover specified insuring a water resistant seal between frame and cover. 3. Seal replacement frames accordance with Section Grade Adjustments. 4. Manhole frames that are pitted, or contain gaps preventing a water resi 5. Remove scrap frames and D. Measurement and Payment to the existing manhole in - Sealing of Manhole Frame and observed to be cracked, broken, in the bearing surface stant seal shall be replaced. covers from site. Payment shall be based on the Contract Unit Price per manhole frame and cover replaced and shall be for material only. Payment for sealing of the manhole frame and surface restoration shall be paid for in accordance with Section - Sealing of Manhole Frame and Grade Adjustments. END OF SECTION D2-2 I I I I ,1 I I k I City of Fayetteville Sewer System Improvements D2-2(2) I D2-3 REPLACEMENT OF MANHOLE FRAMES AND GRADE ADJUSTMENTS A. General 1. Description This section describes replacement of existing defective manhole frame grade adjustments and the installation of new adjustments where existing manholes must be raised. Manholes designated for replacement of frames are listed on the Manhole Rehabilitation Schedule in Section G. Installation of new adjustments where existing manholes must be raised will be designated by the Engineer. Materials designated for shallow manhole construction are given on the Drawings. B. Materials 1. Precast concrete grade adjustment rings and flattops shall conform to the requirements of ASTM C-478 and shall be one continuous structure. To accommodate steep surface grades, non -uniform precast adjustment rings may be manufactured so that they are two -inches ' deep on one side and three -inches deep on the opposite side. In no instance may any non -uniform precast adjustment rings be less than two -inches thick or be of multiple piece construction. Adjustment rings of uniform thickness shall be a least two inches thick. Minimum thickness of flattops shall be 8 inches in non -paved areas and 10 inches in paved areas. 2. The replacement precast grade adjustments shall provide a structural capacity equal to or greater than the ' existing or specified manhole frame, and shall not affect the opening size or surface appearance. 3. Cracked or multiple piece precast concrete grade adjustment rings will not be accepted. C. Execution 1. Existing Grade Adjustment Rings a. Existing grade adjustment rings constructed of precast concrete may be reused provided they are not cracked and are in otherwise good condition. City of Fayetteville D2 -3(l) Sewer System Improvements 1 b. Existing frame grade adjustments that are constructed of brick, block, or materials other than precast concrete rings shall be replaced. 2. Seal frame and grade adjustments in accordance with Section - Sealing of Manhole Frame and Grade Adjustments. 3. Existing flattops found to be defective shall be replaced. 4. Seal flattops in accordance with Section - Sealing of Manhole Frame and Grade Adjustments. D. Measurement and Payment 1. Payment shall be made at the Contract Unit Price for new precast grade adjustments. This shall be for the cost of the new precast concrete adjustment material only. Payment for grade adjustments with a nonuniform depth shall be based on the average vertical depth dimension. All other material costs and labor costs shall be compensated in payment made at the Contract Unit Price for sealing of frame and grade adjustments. 2. Payment will not include the height of joint material. 3. Existing adjustments that are reinstalled are not eligible for payment. 4. Payment for sealing of the frame and grade adjustments shall be paid for in accordance with Section - Sealing of Manhole Frame and Grade Adjustments. 5. Payment for flattop replacement shall be at the Contract Unit Price per flattop replaced and shall include payment for sealing of the flattop in accordance with Section - Sealing of Manhole Frame and Grade Adjustments. END OF SECTION D2-3 ,i I I I I I I I I I 11 City of Fayetteville Sewer System Improvements D2-3(2) II 1 D2-4 SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS A. General I I I II I I I 1. Scope This section governs the materials required and construction procedures for sealing manhole frames and grade adjustments. Manholes designated for sealing of frame and grade adjustments are listed in the Manhole Rehabilitation Schedule in Section G. B. Materials 1. Bitumastic Gasket Material Bitumastic gasket material shall meet or exceed Federal Specification SS -S -210A. The material shall show no signs of deterioration for a period of 30 days when immersed in solutions of acid, alkali or saturated hydrogen sulfide. Joints shall show no sagging when tested at 135F for a period of five days. Bitumastic Gasket Material shall be EZ-STIK. Trowelable bitumastic material sha'. be GS -702 compound or equal. 2. Precast Grade Adjustments and Flattops shall be as specified in Section - Replacement of Manhole Frames and Grade Adjustments. 3. Concrete Bonding Agent Bonding agent shall be Acyrl #60 as manufactured by the Thuro-Seal Company or equal. 4. Portland Cement Concrete As specified in Section - Restoration. 5. Polyethylene Minimum thickness of 4 mils. City of Fayetteville D2-4(1) Sewer System Improvements I C. Execution 1. Excavation a. Nonpaved Areas Excavate adjacent to the manhole to expose the entire frame to a minimum depth of the top 6 -inches below the top of the structurally sound structure. Limit excavation to a 6 -foot by 6 -foot work area. The sides of the trench shall not deviate from the vertical for more than 1/2 -inch for each foot of depth. b. Paved Areas Make a square or rectangular full depth sawcut and remove the pavement by breaking out from the sawcut toward the manhole to avoid breaking the frame. Do not use pavement breaking equipment in the sawcut. Frames broken during excavation shall be replaced at the Contractor's expense. Excavate the work area to expose the entire frame to a minimum depth of the top 6 -inches below the top of the structurally sound structure. 2. Sealing Procedure a. Remove manhole frame from the manhole structure. Separate and observe the condition of the grade adjustments. If the grade adjustments are loose, deteriorated, broken, or show structural defects replace them in accordance with these specifications. Replace adjustments that are constructed of brick, block, or materials other than precast concrete rings with precast concrete rings, or where necessary, and approved by the Owner's Representative, a precast flattop section. Precast concrete rings, or a precast concrete flattop sections will be the only adjustments allowed. b. In brick or block manholes where it is difficult to I determine where grade adjustments and walls meet, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Owners Representative prior to replacement of the grade adjustments or manhole frame. Existing brickwork, which is structurally satisfactory, if damaged by the Contractor shall be replaced at the Contractor's expense. ' I City of Fayetteville Sewer System Improvements D2-4(2) I it c. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed with an application of a quick 1 setting hydraulic cement to provide a smooth working surface as thin as possible. Id. If the inside diameter of the manhole is too large to safely support new adjustments or frame, then a flattop section shall be installed. e. Joint surfaces between the frame, adjustments, and cone section shall be free of dirt, stones, debris, and voids to ensure a watertight seal. Place a flexible gasket joint material, minimum 1/2 -inch thick, in two concentric rings along the inside and outside edge of each joint, or use trowelable material in lieu of preformed gasket material. Position the butt joint for each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Owners Representative may be used to obtain final surface elevation of the manhole frame. f. When precast concrete grade adjustment rings are placed on the manhole structure to obtain proper grade, no more than 24 vertical inches may be used, unless approved by the Owners Representative. g. In paved areas or future paved areas, castings shall ' be installed by using a straight edge not less than ten (10) feet long so that the top of casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 -inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. h. Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regraded near the manhole. I I City of Fayetteville D2-4(3) Sewer System Improvements i. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the Drawings. j. On non -paved manholes, exterior surface of all exposed grade adjustments and four inches below sound structure shall be cleaned with a wire brush and then waterproofed with trowelable bitumastic gasket material in accordance with the manufacturer's specifications. A protective polyethylene cover shall be placed over the waterproofing material when backfilling, following sealing of the frame and grade adjustment. 3. Backfill I a. Non -paved Excavated material subject to review of the Engineer 1 shall be used for backfill and mechanically compacted following sealing of the frame and grade adjustments. Bentonite may be added to backfill at the Contractor's discretion. The level of the backfill shall be to one -inch above the frame bottom with the removed topsoil being placed on top of the compacted impervious backfill prior to replacement of sod. b. Paved ' Portland cement concrete (c.f. Section D2-12) shall be used for backfill following sealing of the frame and grade adjustments to prevent compaction of the joint material and extend to 6 inches below the top of structurally sound structure as shown on the Detail for Manhole Restoration. Bituminous concrete surface shall be dimensioned to match existing bituminous surface, but not less than 2 inches in thickness. 4. 5 Restoration Restore surfaces in accordance with Restoration. Grassed areas shall be to match existing conditions. Section - • replaced with sod Testing of Rehabilitated Frame and Grade Adjustment Seals. Test rehabilitated frame and grade adjustment seals for watertightness in accordance with Section - Manhole Testing. L I I City of Fayetteville Sewer System Improvements D2-4(4) I I D. 1 1 1 1 I I I LI I I Li I II Measurement and Payment Items listed below shall be paid for separately. Cost of all items not specifically listed for separate payment shall be considered incidental to the contract. 1. Non -paved frame and grade adjustment sealing. 2. Paved frame and grade adjustment sealing. Unit Price for sealing frames and grade adjustments shall be eligible for 60 percent payment after the repair is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible after restoration is complete. END OF SECTION D2-4 City of Fayetteville D2-4(5) Sewer System Improvements I D2-5 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES A. General 1. Description This section describes complete and partial replacement 1 of manholes. Manholes scheduled for replacement are listed in the Manhole Rehabilitation Schedule in Section G. 1 B. Materials 1. Precast concrete and cast -in -place concrete manholes will be allowed for complete manhole replacements. ' Precast manhole sections only will be allowed for partial replacement of manholes. 2. Frames and covers shall be as specified in Section - Replacement of Manhole Frames and Covers. Exceptions to these materials shall include shallow manhole construction as detailed on the Drawings. 3. Exterior surfaces of manhole sections shall be coated with two mop coats of coal tar epoxy paint, Koppers "Bitumastic Super Service Black", Tnemec, "46-450 Heavy Tnemecol", or equal. Dry film thickness shall be a minimum of 14.0 mils per coat. Recoating shall be done in accordance with manufacturer's recommendations. 4. Non -Shrink Grout ' Grout shall be non -shrink in the plastic state and show no expansion after set as tested in accordance with ASTM C 827 and shall develop compressive strength not less than 3,000 psi with a trowelable mix within 24 hours per 1 ASTM C 109. The placement time shall be not less than 45 minutes based on initial set per ASTM C 191. Test results shall be furnished by the manufacturer and ' submitted to the Engineer. 5. Opening for each connecting pipe shall be circular with ' a compression type flexible rubber gasket cast integrally into the manhole wall. Flexible gaskets shall be manufactured in accordance with rubber joint specification ASTM C 443 and shall meet the performance ' and test requirements of ASTM C 425 for compression joints. Flexible gaskets shall be A-Lok, Presswedge, or equal. City of Fayetteville D2-5(1) Sewer System Improvements I 6. Steps a. Manhole steps will not be required. I 7. Cast -In -Place (Monolithic) Concrete Manholes I The design of standard manholes shall be the responsibility of the Contractor. Shallow manholes shall be constructed as detailed on the Drawings. Sketches of all manholes indicating complete details of the proposed design shall be submitted to the Engineer for review prior to ordering material and/or construction. Cast in place construction will be considered for circular manholes only unless appropriately designed with reinforcing steel. The concrete for circular manholes shall be reinforced with wire mesh conforming with this document. The minimum sidewall thickness shall be 6 inches or one -eighth the inside diameter whichever is greater. The base thickness of manhole below the underside of flow channel shall vary, depending on the diameter, the depth of manhole, whether base is reinforced or not and on the type of joint occurring between base slab and wall. The minimum base thickness shall be 8 inches or 1/8 the manhole diameter plus 1/30th of the manhole depth, whichever is greater. a. Foundations of manholes for sanitary sewer shall be concrete of a minimum compressive strength of 4000 psi at 28 days. The invert channels shall be smooth, accurately shaped, and in accordance with the plans. Where changing line sizes occur, the crowns (top insides) of the pipe should be matched unless otherwise approved by the Engineer. The invert of the manholes shall be shaped and smooth so that no projections will exist. Flow channels will be formed in the inverts so that the manhole will be self-cleaning and free deposited as sewage flc all inlet pipes to all can be laid continuous] pipe can be placed in I construction of the mar by cutting out the top is constructed and has not possible to lay the the manhole base, the i formed directly in the The invert floor shall per foot unless noted c shall extend from wall thickness for all base: Reinforce bases with #4 way. Tie and place rei midpoint. The minimum shall be two (2) inches of areas where solids may be ws through the manhole from outlet pipes. Where the pipe y through the manhole, the he base. After the hole, the pipe can be trimmed half after the concrete base cured sufficiently. If it is pipe continuously through nvert may be poured and concrete of the manhole base. have a minimum slope of 1" therwise. The manhole invert to wall. The minimum shall eight (8) inches. bars at 12 -inch centers each nforcing steel above the cover over the reinforcement When the connecting I I i I I I I I I I I City of Fayetteville Sewer System Improvements D2-5(2) U [i pipelines are required to have concrete embedment, extend the embedment reinforcing steel not less than twenty (20) bar diameters into the manhole base. Ib. Pipe extending from the manhole shall be cradled in concrete to the first pipe joint in the same pour as the manhole foundation. Embedment of reinforcing steel shall extend not less than twenty (20) bar diameters into manhole base. c. A minimum of six (6) inches rock cushion shall be • used beneath manhole foundations. Where trench has been overexcavated, the void created shall be ' completely filled with a rock cushion to the underside of the manhole base. ' d. In the event that ground water is present during the pouring of a cast -in -place manhole foundation, a pump shall be used to remove the ground water. Prior to pouring, the subgrade shall be stable, free ' from muck and groundwater. After the concrete foundation has been placed, the pump shall continue to run for at least two (2) hours to enable the concrete to obtain its initial set. e. Cast -in -place concrete manholes shall have a minimum inside diameter at the base of four (4') feet and an inside diameter at the top of the cone section of not less than twenty-four (24") inches unless specified otherwise herein. The manhole shall have ' a minimum wall thickness of six (6") inches and shall be smooth having no form marks on the interior wall or exterior wall of the manhole exceeding one- quarter (;") inch in depth. Concrete used for the manhole barrel and cone section shall be a minimum compressive strength of 4000 psi at 28 days, with a slump of five (5") inches to seven (7") inches ' during the placement. Concrete shall not be so dry as to cause extensive honeycombing. During the placement of the concrete in the manhole barrel forms, thorough vibrating shall be completed at two (2') foot intervals. If cold joints are necessary because of a time lapse of more than one hour between placements then a concrete bonding adhesive shall be applied to the existing concrete. A concrete collar at least four (4") inches thick shall extend a minimum of eight (8") inches above ' and below the new joint around the outside of the manhole. If honeycombing of the barrel of the manhole is found to be present after removal of the ' forms, such honeycombing shall be repaired as directed by the Engineer. Any form marks on the inside wall shall be smoothed and grouted as directed. Curing compounds or covers may or may not be used at the option of the Contractor to protect the concrete to prevent cracking during the curing I. City of Fayetteville D2-5(3) Sewer System Improvements process and to protect the manhole during freezing ' temperatures. The manhole shall not be backfilled for at least two (2) working days after forms have been removed or a minimum of three (3) working days after the concrete has been placed. f. Reinforcing steel used in design of reinforced manhole foundations shall conform to ASTM A 615, Grade 60, deformed bars. g. Welded steel wire fabrics for cast -in -place manholes shall conform to ASTM 185. h. Manholes bases shall be integral cast. The diameter of the integral base pad shall be eight (8) inches greater than outside diameter of the manhole. ' 8. Precast Concrete Manhole Sections a. Manholes shall conform to ASTM C 478 as specified herein and shall be Hardwall Fabricators or equal. b. Wall thickness shall be not less than one -twelfth (1/12) of inside diameter or five (5) inches, whichever is greater, to be used when the manhole depth is less than sixteen (16) feet; one -twelfth (1/12) of inside diameter plus one (1) inch or (5) inches, whichever is greater, to be used when manhole depth is sixteen (16) feet or greater. c. Concentric cones shall be utilized when manhole depth exceeds six feet. The clear opening of the cone shall be 26 inches. I d. Reinforced concrete flat -top sections shall have a minimum 26 -inch diameter opening and be a minimum eight inches thick in non -traffic areas and a minimum ten inches thick in traffic areas. Reinforce flat -top sections with #4 bars at 12 -inch centers each way. Tie and place reinforcing steel below the slab mid point. The minimum cover over the reinforcement shall be two (2) inches. e. Openings for each connecting pipe shall be circular with a compression type flexible rubber gasket cast integrally into the manhole wall. Flexible gaskets shall be manufactured in accordance with rubber joint specification ASTM C 443 and shall meet the performance and test requirements of ASTM C 425 for compression joints. Flexible gaskets shall be A-Lok or equal. f. Preformed and trowelable bitumastic joint sealants shall be Kent -seal, Ram-Nek, E -Z Stick, or equal. The minimum dimension of preformed material shall be one-half (1/2) inch square. City of Fayetteville Sewer System Improvements D2-5(4) , LI g. Do not deliver precast concrete sections to the job ' until representative concrete cylinders have attained a strength of at least 80 percent of the specified minimum. Inspect precast concrete sections when delivered. Cracked or otherwise 'visibly defective units will be rejected. h. The maximum depth of lifting holes shall be no more than one-half the manhole wall thickness. After placement of the manhole, the lifting holes shall be sealed with a non shrink grout. 9. Preformed and trowelable bitumastic joint sealants shall be RAM-NEK, CS -102 Con Seal, or equal. The minimum dimension of preformed material shall be one-half (1/2) inch square. 10. Backfill shall be as accordance in Section - Backfill. 11. Fernco couplings, Indiana seals or equal shall be utilized to connect replacement pipe to existing pipe. Replacement pipe shall be of the same size as existing pipe. Type of pipe shall be in accordance with Section - Sanitary Sewer Construction. C. Execution 1. Complete Manhole Replacement a. Manholes designated for complete replacement shall be completely reconstructed using cast -in -place or new precast concrete sections. The existing manhole structure shall be completely removed prior to installation of the new structure. ' b. Manhole diameters unless otherwise noted shall be 48 inches for pipe between 6 inches and 24 inches in diameter and 60 inches for pipe between 27 inches and 36 inches in diameter. c. Install frames and covers in accordance with Section - Sealing of Manhole Frame and Grade ' Adjustments. d. Form inverts with mortar material and steel -trowel to produce a dense, smooth finish and shape to form a "U" -shaped channel approximating the lower one-half (1/2) cross section of the connecting pipelines and extending upward three -fourths (3/4) 1 of the inside pipe diameter in a "U" -shape. Provide smooth transitions for pipes of different sizes, different elevations, and/or at different angles. City of Fayetteville ' D2-5(5) Sewer System Improvements Also form inverts to provide self-cleaning by sloping normally two (2) inches from manhole wall to edge of "U" channel with a smooth finish. e. Pipe holes at manholes shall be permanently sealed watertight after installation of the connecting pipelines. f. The Contractor shall remove all debris and prevent any material from entering the sewer line. Debris shall be taken to a landfill or dump site approved by the Owner. g. All sanitary and storm pipe damaged during excavation shall be replaced at no additional compensation unless otherwise noted. I h. Any incoming pipes which are 2 feet or more above the outgoing invert elevation shall be equipped with outside drop connections. i. Complete manhole replacement shall also include replacement of frame, cover, bench/trough, and sealing of frame and frame and grade adjustments and five (5) linear feet of pipe at each pipe connection to the manhole. Pipe shall be PVC unless otherwise ordered by the Engineer. Additional footage of pipe, if required, will be paid for at a per foot price as shown in the bidding documents. j. Service lines encountered shall be connected to the main sewer outside the manhole using an integral tee connection. 2. Partial Manhole Replacement a. The extent of partial manhole replacement shall be I, based on the depth of deterioration shown on the rehabilitation schedule. The Owners Representative shall be notified if additional deterioration exists. The remaining structure shall be capable of supporting the newly constructed portions of the manhole. I b. Excavate the work area to expose the entire depth of deterioration in the existing manhole to a minimum depth of 6 inches below the top of structurally - sound structure. c. Perform reconstruction to allow easy access to the manhole. No more than 12 inches of depth of precast concrete grade adjustment rings shall be allowed to obtain proper grade. , d. Precast concrete corbel, or barrel sections may be used as necessary. The diameter of the sections , shall be consistent with the existing remaining City of Fayetteville Sewer System Improvements D2-5(6) ' structure. Place a flattop sectior. on existing ' manhole structure prior to setting sections. Flattop sections shall not overhang existing manhole structures by more than 6 inches. If the clearance from the underside of the proposed flattop to the manhole invert is less than 4 feet, the manhole shall be completely replaced. e. Partial Manhole Replacement shall also include replacement of frame, cover, and sealing of frame and frame and grade adjustments. f. Remove any debris in any manhole which has had work performed on it. 3. Shallow manholes shall be constructed for specific locations in the sanitary sewer system for depths less than four feet where specifically designated on the Project Plans, or as directed by the Engineer. Shallow manholes shall be constructed rectangular in shape from 4000 psi concrete formed in place as detailed in the ' drawings. 4. Manhole Adjustments ' Provide new manholes with a maximum of one (1) foot of adjustment ring(s) underneath the casting. Seal adjustment ring joints as specified in Section - Sealing of Manhole Frame and Grade Adjustments. 5. Formwork a. Vertical concrete surfaces shall be formed. The underside of slabs and beams shall be formed except where the concrete is placed against the ground. Sloping surfaces shall be formed unless otherwise authorized by Engineer. b. Construct and erect forms so that the concrete will ' have the shape, line, and grade indicated. Make forms mortar tight and sufficiently rigid to prevent deformation under load. Use an adequate number of walers, stiffeners, and braces to insure straight walls. ' c. Formwork, shoring, and bracing design shall meet the requirements of ACI 347. d. Except as noted, tolerances for formed surfaces shall meet the requirements of ACI 301. Edges of form panels in contact with concrete exposed to view in the finished work shall be flush within 1/32 -inch. Forms for plane surfaces shall be such that the concrete will be plane within 1/8 -inch in four ft. Leading edges of concrete shall lie within 1/4 -inch as measured from a 10 -ft template. City of Fayetteville D2-5(7) Sewer System Improvements e. Provide as -cast smooth form finish for formed concrete surfaces that are to be exposed to view, or that are to be covered with a coating material other than cement plaster applied directly to the concrete. f. Produce smooth form finish by selecting form material to impart a smooth, hard, uniform texture and arranging them orderly and symmetrically with a minimum of seams. g. Repair and patch defective areas with all fins and other projections completely removed and smoothed. 6. Reinforcement a. Reinforcing steel shall be placed in accordance with ACI 301 and ACI 318. When concrete is placed, reinforcing shall be free of rust, scale, or other coatings that will affect the bond. Reinforcement shall be accurately placed, adequately supported, and secured in position at intersections with annealed wire not less than 16-ga or with clips. Reinforcement shall be supported to keep it away from exposed surfaces. Nails or other devices shall , not be driven into forms to support reinforcement. b. Provide the following concrete cover unless otherwise shown on the drawings: , Bottom face of slabs 1 inch Top face of slabs 2 inches 7. Placing Concrete a. General I (1) Do not place concrete until forms have been oiled, reinforcement has been fastened in position, form ties at construction joints have been retightened, and embedments and openings have been placed and anchored. (2) Remove debris from the space in which concrete is to be placed. b. Convey concrete from the mixer to the place of final deposit by methods which will prevent separation or loss of materials. The free fall of concrete shall not exceed three feet. c. Consolidating (1) Consolidate concrete with mechanical vibrating equipment and provide stand by equipment. Apply vibration directly to the concrete. Vibration shall be sufficient to cause settlement of the City of Fayetteville ' Sewer System Improvements D2-5(8) concrete into place. Apply vibration at the ' point of deposit and in the freshly placed concrete. It shall be of sufficient duration to accomplish compaction and embedment of reinforcement and fixtures. (2) Supplement vibration by forking and spading by hand in the corners and angles of forms and ' along form surfaces while the concrete is plastic under the vibratory action. ' 8. Curing a. Maintain concrete in a moist condition for seven days after placement. Curing may be by any of the following means: (1) Curing with burlap, cotton, or mats kept ' continuously wet, or by keeping forms continuously wet. ' (2) Waterproof paper curing. Lay four inches at seams and seal with tape. (3) Membrane curing by power spraying with a fugitive dye included. Do not use this method on surfaces which will receive a finish treatment of any kind. Submit manufacturer's ' descriptive data of curing compounds for approval. 9. Testing of Reconstructed Manholes Test manholes in accordance with Section - Manhole Testing. D. Measurement and Payment 1. Complete manhole replacement shall be paid at the Contract Unit Prices as follows: a. A unit price to cover the construction of one standard manhole of the diameter and type indicated; 0 to 6 feet in depth. b. A unit price which shall cover the entire cost of each additional foot of vertical manhole depth in 'excess of 6 feet, measured to the nearest 0.1 foot. 2. Partial manhole replacement shall be paid at the ' Contract Unit Price per vertical foot of depth measured to the nearest 0.1 foot from the top of the frame. 3. Shallow manhole replacement shall be paid at the Contract Unit Price per each. City of Fayetteville D2-5(9) Sewer System Improvements 1 4. The prices shall be payment in full for performing and completing the work and for furnishing all labor and materials necessary including excavation and removal of the existing structure, trench safety system, replacement of frame and cover, installing new adjustment rings, and/or flattops, bench/trough for complete manholes, five (5) linear feet of pipe replacement at each pipe entering the manhole, backfilling, surface restoration, and all testing. , 5. Any additional pipe required over and above the five (5) linear feet required at each pipe connection entering the manhole will be paid for at a Unit Price per foot, and will include all additional pipe, excavation, backfill materials, service connections, compaction, and surface restoration in paved and non -paved areas per Section D2-11. 6. The Unit Prices for complete and partial manhole replacement shall be eligible for 60 percent of the bid price after the replacement is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible after restoration is complete. END OF SECTION D2-5 , I Li I [I [1 11 I I City of Fayetteville Sewer System Improvements D2 -5(l0) I D2-6 REPLACEMENT OF MANHOLE BENCH AND TROUGH A. 14 General 1. Description This section describes replacement of defective manhole bench and trough. Manholes designated for replacement of bench and trough are listed on the Manhole Rehabilitation Schedule in Section G. Materials 1. Materials for Bench and Trough Replacement Portland Cement concrete in accordance with Section - Restoration. Execution 1. Procedure for Bench and Trough Replacement The existing deteriorated bench and trough area shall be completely removed. Care must be taken to avoid damaging other areas of the manhole structure. Loose and broken concrete shall be routinely removed from the manhole to eliminate the possibility of pieces entering the sewer lines. After removal of loose and broken concrete, a new bench and trough shall be formed. Sanitary sewer service shall be maintained during bench and trough replacement. If the manhole does not have an existing concrete base, minimum bench and trough thickness shall be 4 inches. 2. Finishing a. The bench and trough shall be furnished in such a manner so that a watertight seal exists between the manhole walls, pipe, and bench/trough area. b. The trough shall be troweled so that the wetted surface is smooth. The invert of the trough shall form a continuous conduit with the sewer pipe entering and leaving the manhole provided that the pipe was originally constructed or intended to be constructed in this manner. Care shall be taken to prevent the degradation of freshly poured troughs. City of Fayetteville D2-6(1) Sewer System Improvements c. The bench and trough shall be cleaned of silt, debris or foreign matter of any kind. 3. Testing of Bench and Trough Replacements Test of bench and trough replacements for watertightness 1 in accordance with Section - Manhole Testing. D. Measurement and Payment Payment shall be based on the Contract Unit Price per each manhole as indicated in the Manhole Rehabilitation Schedule in Section G. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment, and testing necessary to complete the work including removal of the existing defective bench and trough, and installation and sealing of the replacement bench and trough. I END OF SECTION D2-6 I I I I I 1 U II I City of Fayetteville Sewer System Improvements D2-6(2) ' D2-7 MANHOLE GROUTING ' A. General ' 1. Scope This section governs all work, materials and testing required for the pressure grouting of manhole defects. Manholes or sections of manholes with active leaks will be designated by the Engineer for manhole grouting. ' Manholes designated for seal between slipliner and pipe are listed on the Manhole Rehabilitation Schedule in Section G. ' 2. Description The Contractor shall be responsible for the furnishing ' of all labor, supervision, materials, equipment, and testing required for the completion of pressure grouting of manhole defects in accordance with the Contract ' Documents. 3. Manufacturers Recommendations ' Materials, additives, mixture ratios, and procedures utilizel for the grouting process shall be in accordance with manufacturers' recommendations. ' 4. Manholes ' Manholes to be grouted are of brick, block, or poured concrete construction. B. Materials 1. Scope This section governs the materials required for ' completion of pressure grouting of manhole defects. 2. Grouting Materials ' a. Urethane Gel Grout 1) Urethane gel grout, such as Scotch -Seal 5610 gel or equal shall be a hydrophilic polymer. The chemical shall be mixed within the range of from 8 to 10 parts of water and shall contain a reinforcing agent supplied by the same ' manufacturer. The material shall gel and cure ' City of Fayetteville D2-7(1) Sewer System Improvements i1 to a tough flexible elastomeric condition. When , wet, the gel shall exhibit strength properties of at least 25 psi tensile at 150 percent elongation. The material shall not change in linear dimension more than eight percent when subjected to wet and dry cycles. 2) The chemical grout shall be applied so as to have the grout material flow freely into the defects. To avoid any wastage of the material flowing through the defects gel control agent may be added. The following properties shall be exhibited by the grout: a) Documented service of satisfactory performance in similar usage. b) Controllable reaction times and shrinkage , through the use of chemicals supplied by the same manufacturer. The minimum gel set time shall be established so that adequate grout travel is achieved. , c) Resistance to chemicals; resistant to most organic solvents, mild acids and alkali. d) Compressive recovery return to original shape after repeated deformation. e) The chemical shall be essentially non-toxic in a cured form. f) Sealing material shall not be rigid or 1 brittle when subjected to dry atmosphere. The material shall be able to withstand freeze/thaw and moving load conditions. g) Sealing material shall be noncorrosive. 3) A reinforcing agent such as Scotch -Seal Brand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturer's recommendations. Any 5612 reinforcing agent which contains lumps must be discarded. Care must be taken to be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pH being outside this range, take a small amount of water from the tank to which Gel Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test sample. Scotch -Seal Brand Gel Reinforcing Agent 5612 should disperse readily. If precipitation occurs, drain the tank and retest. Repeat as necessary until dispersion occurs. If dispersion does not occur, do not use the water source. City of Fayetteville Sewer System Improvements D2-7(2) I I, I P I I 1J I I U [1 I I J I I I 3. [m 5. 6. 7. 4) A filler material such as Celite 292 (diatomaceous earth) from John Mansville or equivalent shall be utilized. The addition of the filler material shall not exceed the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is required. The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations. Additives Grout additions may be utilized for catalyzing the gel reaction, inhibiting the gel reaction, buffering the solution, lowering the freezing temperature of the solution, acting as a filler, providing strength or for inhibition of root growth. Root Control A root inhibiting chemical such as dichlobenil shall be added to the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months. Material Identification Contractor shall completely id'atify the types of grout, mortar, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. Mixing and Handling Mixing and handling of chemical grout and forming constituents, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operations. Portland Cement As specified in Section - Restoration. I City of Fayetteville D2-7(3) Sewer System Improvements I 8. Oakum I Activated oakum, such as Fibrotite Oakum as manufactured by Avanti International or equivalent shall be utilized for sealing of annular space between slipliner and pipe. 9. Non -Shrink Grout As specified in Section - Concrete Structures. C. Execution 1. General Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments or partial manhole replacement is complete. 2. Preliminary Repairs a. Seal all unsealed lifting holes, unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness. All cracked or deteriorated material shall be removed from the area to be patched and replaced with Octocrete, as manufactured by IPA Systems, Inc. or equal, in accordance with manufacturer's specifications. b. Cut and trim all roots within the manhole. 3. Temperature Normal grouting operations including application of interior coating shall be performed at temperatures of 40F or greater. If grouting is performed below temperatures of 40F, then it, must be performed in accordance with manufacturers recommendations. 4. Grouting Materials Usage Grouting of the manhole may include frame seal, frame and grade adjustments, corbel, wall, pipe seals, and/or bench/trough. Areas of the manhole designated to be grouted will be directed by the Engineer. If entire manhole is scheduled for grouting, grouting shall include the entire manhole including corbel, wall, pipe seals and bench/trough. Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the specified manhole including the bench/trough to the maximum height of 18 inches from the crown. I I I I I I I I I I L I I City of Fayetteville Sewer System Improvements D2-7(4) I I I L, I I I I I I I 5. Drilling and Injection a. Injection holes shall be drilled through the manhole at 120 degree angles from each other at the same plane of elevation. Rows shall be separated no more than three vertical feet, and the holes shall be staggered with the holes in the rows above and below. Provide additional injection holes near observed defects and at pipe seals. A minimum of 6 injection holes shall be provided. b. Grout shall be injected through the holes under pressure with a suitable probe. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed with grout. c. Grouting from the ground surface shall not be allowed. d. Grout travel shall be verified by observation of grout to defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. e. Injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar. 6. Testing of Rehabilitated Manholes Testing of rehabilitated manholes for watertightness shall be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section - Manhole Testing. D. Measurement and Payment I If the entire manhole is grouted, the Contract Unit Price shall be a per vertical foot basis based on the depth (ft.) of the manhole as indicated on the Manhole Rehabilitation Schedule in Section G. I I I Payment for grouting pipe seals, bench and trough, and 18 inches above crown of pipe of manhole shall be based on the Contract Unit Price per each manhole constructed as indicated on the Manhole Rehabilitation Schedule in Section G. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment, preliminary repairs and testing necessary to complete the work including grouting with urethane grout. I City of Fayetteville D2-7(5) Sewer System Improvements I Unit Price for grouting shall be eligible for 90 percent payment after the repair is made, an additional 10 percent is eligible after testing is complete. Cl END OF SECTION D2-7 I I I I [1 I I I I I I [1 I I City of Fayetteville , Sewer System Improvements D2-7(6) D2-8 INTERIOR MANHOLE COATING (STRONG SEAL SYSTEM) ' A. General ' 1. Scope This section governs all work, materials and testing ' required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule listed in ' Section G. Interior manhole coating shall meet the requirements of this Section or Section D2-9. ' 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and ' testing required for the completion of interior coating of manholes in accordance with the Contract Documents. ' 3. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4. Manholes ' Manholes to be coated are of brick, block, or poured concrete construction. ' B. Materials 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating • Strong Seal MS -2A proprietary pre -blended mixture of portland cement, chemically -active aggregates, glass ' fibers and other additives specifically selected for special properties as manufactured by Stronglite Products Corporation and designated STRONG -SEAL MS -2A. ' No material (other than clean potable water) shall be used with or added to STRONG -SEAL MS -2A without prior approval or recommendation from Stronglite Products Corporation. ' City of Fayetteville D2-8(1) Sewer System Improvements Cl 3. Material Identification ' Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling Mixing and handling of interior coating, which may be , toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. C. Execution , 1. General Manhole coating shall not be performed until sealing of manhole frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Preliminary Repairs a. All foreign materials shall be removed from the manhole interior using high pressure water spray (minimum 1500 psi). Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wall of the manhole. b. All unsealed lifting holes, unsealed step holes, voids larger than approximately one half (1/2) inch in thickness shall be filled with STRONG -SEAL QSR at least one hour (1) prior to spray application of the first coat. ' c. Active leaks shall be stopped using products specifically for that purpose and according to manufacturers' recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with Section D2-7. City of Fayetteville Sewer System Improvements D2-8(2) ' I I d. After all repairs have been completed, remove all loose material. ' 3. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F, using ' ice if necessary. 4. Interior Manholes Coating ' a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule listed in Section G. The interior coating shall be applied to ' the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. ' b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. ' (1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 1500 psi.) (2) Place covers over invert to prevent extraneous ' material from entering the sewer. (3) The surface prior to application shall be damp without noticeable free water droplets or running water. Materials shall be spray applied (using a Strong -Seal Spraymate Model 35 machine) to a minimum uniform thickness to insure that all voids and crevices are filled and a smooth surface remains after troweling. The troweling shall compact the material into such voids and ' crevices and to set the bond to the manhole surface. After the first application has taken an initial set, but not later than 24 hours, a second coat shall be spray applied to assure a minimum total finished thickness of 1/2" and troweled to a ' smooth finish. After the second application to the walls, the wooden bench covers shall be removed and the bench sprayed in such a manner ' as to produce a bench having a gradual slope from the walls to the invert with the wall/bench intersection built up and rounded to a uniform radius for the full circumference of the ' intersection. The thickness of the bench shall be no less than 1/2 -inch at the invert and shall ' City of Fayetteville D2-8(3) Sewer System Improvements I increase in the direction of the wall so as to provide the required slope. (4) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. (5) Traffic shall not be allowed over manholes for 24 hours after reconstruction is complete. (6) Caution should be taken to minimize exposure of applied product to sunlight and air movement. If application of second coat is to be longer than 15 minutes after completion of 1st coat, the manhole cover shall be set back in place. At no time should the finished product be exposed to sunlight or air movement for longer than 15 minutes before replacing the manhole cover. In extremely hot and arid climates manhole should be shaded while reconstruction is in process. (7) No application shall be made to frozen surfaces or if freezing is expected to occur inside the manhole within 24 hours after application. If ambient temperatures are in excess of 95 degrees F, precautions shall be taken to keep the mix temperature at time of application below 90 degrees F. Mix water temperature shall not exceed 85 degrees F. Chill with ice if necessary. 5. Testing of Rehabilitated Manholes I a. Testing of rehabilitated manholes for watertightness ' shall be performed by the Contractor after operations are complete in accordance with Section - Manhole Testing. b. At least two 2 -inch cubes shall be taken from each ' day's work with the date, location and job recorded on each. The cubes shall be sent to StrongLite Products Corp., Pine Bluff, Arkansas for testing. A compression test will be made per ASTM C109, and the results will be furnished to the Owner. I City of Fayetteville Sewer System Improvements D2-8(4) , 11 D. Measurement and Payment Payment shall be based on the Contract Unit Price per each manhole coated as indicated in the Manhole Rehabilitation Schedule in Section G. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all testing necessary to complete the work. END OF SECTION D2-8 City of Fayetteville D2-8(5) Sewer System Improvements rI C LL A. General I 1. Scope [1 I D2-9 INTERIOR MANHOLE COATING (QUADEX SYSTEM) This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Work Item Repair Form listed in Section G. Interior manhole coating shall meet the requirements of this Section or of Section D2-8. 2. Description U The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations ' Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4. Manholes Manholes to be coated are of brick, block, or poured concrete construction. B. Materials 1. Scope ' This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Quadex QM-ls and Quadex Excel proprietary pre -blended cement based synthetic granite (Donnafill) enhanced polypropylene fiber reinforced coatings as manufactured by Quadex, Inc. No material (other than clean potable ' water) shall be used with or added to Quadex QM-ls or Quadex Excel without prior approval or recommendation from Quadex, Inc. City of Fayetteville D2-9(1) Sewer System Improvements I 3. Material Identification Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. C. Execution I I I I I L I 1. General I Manhole coating shall not be performed until sealing of manhole frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. I 2. Preliminary Repairs I a. All foreign materials shall be removed from the manhole interior using high pressure water spray (minimum 3500 psi). Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wall of the manhole. b. All unsealed voids larger in thickness at least one the first co lifting holes, unsealed step holes, than approximately one half (1/2) inch shall be filled with patching compound hour (1) prior to spray application of 3t. c. Active leaks shall be stopped using products specifically for that purpose and according to manufacturers' recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with Section D2-7. L I I L I I City of Fayetteville Sewer System Improvements D2-9(2) J Id. After all repairs have been completed, remove all loose material. ' 3. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall ' be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F, using ' ice if necessary. 4. Interior Manhole Coating ' a. Manholes scheduled for interior coating are shown on the manhole Work Item Repair Form listed in Section G. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. ' (1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray ' (minimum 3500 psi.) (2) Place covers over invert to prevent extraneous ' material from entering the sewer. (3) The surface prior to application shall be damp without noticeable free water droplets or ' running water. QM-ls material shall be spray applied (using a Quadex Model 900D application machine or manufacturer approved equal) to a ' minimum uniform thickness of 1/2 -inch minimum. Troweling shall begin immediately following the spray application. The troweled surface shall be smooth with no evidence of previous void ' areas. After the walls are coated, the wooden bench ' covers shall be removed and the bench sprayed with Excel material in such a manner as to produce a bench having a gradual slope from the walls to the invert with the wall/bench intersection built up and rounded to a uniform radius for the full circumference of the intersection. The thickness of the bench shall ' be no less than 1/2 -inch at the invert and shall increase in the direction of the wall so as to provide the required slope. City of Fayetteville D2-9(3) Sewer System Improvements I (4) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. (5) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. (6) Caution should be taken to minimize exposure of applied product to sunlight and air movement. At no time should the finished product be exposed to sunlight or air movement for longer than 15 minutes before replacing the manhole cover. In extremely hot and arid climates manhole should be shaded while reconstruction is in process. (7) No application shall be made to frozen surfaces or if freezing is expected to occur inside the manhole within 24 hours after application. If ambient temperatures are in excess of 95 degrees F, precautions shall be taken to keep the mix temperature at time of application below 90 degrees F. Mix water temperature shall not exceed 85 degrees F. Chill with ice if necessary. 5. Testing of Rehabilitated Manholes , a. Testing of rehabilitated manholes fo shall be performed by the Contractor operations are complete in accordanc Manhole Testing Section. r e watertightness after with the b. At least two 3 -inch diameter X 6 -inch tall cylinders shall be taken from each days work with the date, location and job recorded on each. The cylinders shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C780, and the results will be furnished to the Engineer and Owner on request. I I I I I I [.] City of Fayetteville Sewer System Improvements D2-9(4) r I ID. L I Ii I I ri 1 I I I I I I 11 Measurement and Payment Payment shall be based on the Contract Unit Price per each manhole coated as indicated in the Manhole Rehabilitation Schedule form in Section G. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all testing necessary to complete the work. END OF SECTION D2-9 Ii City of Fayetteville D2-9(5) Sewer System Improvements D2-10 BACKFILL A. General 1. This section governs all labor, equipment, materials and testing required to properly backfill trenches and excavations around manholes and structures. 2. No granular embedment or other backfill material shall be used by the Contractor without approval by the ' Engineer. B. Materials 1. Trench Foundations Materials: Three-inch minus river - run or pit -run gravel, free from clay balls, roots, and organic matter; well crushed gravel or crushed rock graded with less than 8 percent by weight passing the U 1/4 -inch sieve. Submit samples for approval prior to delivery of the material to the site. Trench foundation material shall only be used where unsuitable soil conditions are encountered under sewers before the depth of standard embedment is reached. 2. Embedment: a. Embedment material shall be 1-1/2 inch minus crushed gravel or crushed rock, free from dirt, clay balls, and organic material, well graded from coarse to fine, containing sufficient finer material for proper compaction, and less than 8 percent by weight • passing the No. 200 sieve. Arkansas Highway and Transportation Department classification "Class -7 I Base" shall qualify as embedment material. '• b. Grit Imported crushed limestone screenings from concrete coarse aggregate, maximum size 1/2 -inch. 3. Trench Backfill: Trench backfill will be divided into the general classification as follows: a. Street Backfill: Street backfill material above the pipe embedment material shall be crushed stone so proportioned as to meet the requirements for a Class 7 aggregate as specified in Table 303-1 of the Arkansas State Highway and Transportation Department Standard Specifications for Highway Construction. I City of Fayetteville D2-10(1) Sewer System Improvements I b. Trench Backfill: Backfill for trenches in unpaved areas shall meet the following requirements: (1) Excavated material free from roots, organic matter, trash, debris, rocks larger than 12 inches, and other deleterious materials. Suitable material may be obtained by the Contractor from the excavation for the proposed pipelines. Provide imported material of equivalent quality, if required to accomplish the work. ' C. Description 1. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment and testing for the completion of backfill operations in accordance with the Contract Documents. a. Unless otherwise specified, all sewer trenches and J excavation around structures shall be backfilled to the original surface of the ground. b. The Contractor shall be responsible for all damage 1 or damages which might occur as a result of the settlement of trench or other backfill made by him in the fulfillment of these Contract Documents, within and during a period of two (2) years from and after the date of final acceptance thereof by the Owner, including the cost to the owner of all claims of damages filed with and court actions brought against the said Owner for and because of such damage, and the repair to the satisfaction of the Owner of any and each pavement, driveway, curb, slab, walk, or structure damages by such backfill settlement. 2. "Pavement Areas" shall be defined as all streets, paved alleys, parking areas, driveways, curbs and gutters, and sidewalks. I D. Execution 1. General a. Remove trash and debris from the excavation prior to backfilling. b. Backfilling trenches and excavations to the original I ground surface unless otherwise indicated on the Drawings. City of Fayetteville Sewer System Improvements D2-10(2) I c. Carefully place backfill materials to avoid damage to or displacement of the pipeline and other exposed utilities or structure. d. Do not backfill with frozen material or when a blanket of snow prevents proper compaction. Backfill shall not contain waste material, trees, organic material, rubbish or other deleterious substances. ' e. The backfill material shall be placed in lifts. Each lift shall be compacted to the required density prior to the next lift being placed. f. In gardens or flower gardens, the original topsoil shall be replaced to original elevation, location, and depth. Minimum depth shall be twelve (12) inches. I2. Backfilling in Street Right -of -Way and Pavement Areas a. Backfill trenches under and within 2 feet of all existing and proposed pavement, driveway pavement, sidewalk, and curb and gutter using granular trench backfill. ' b. Granular trench backfill shall consist of the following: Class 7 crushed limestone conforming to the reference standard. c. Compaction Method Granular trench backfill shall be mechanically compacted in layers of twelve inches loose measure. Each layer shall be firmly compacted to 95 percent of maximum density as determined by ASTM D 1557 (Modified Proctor Test). Material may be compacted by tamping or by using surface vibrators in such a manner as not to disturb or injure the pipe. At least 48 inches of cover over sewer pipe shall be provided before using mobile trench compactors of the hydrohammer or impactor type. d. Undermining of Paved Surfaces rWhere undermining of paved surfaces has occurred, Contractor shall remove the paved surface above the undermined area prior to placing backfill. I City of Fayetteville D2-10(3) Sewer System Improvements I 3. Backfilling in Areas Other Than Street Right -of -Way and Pavement Areas a. Backfill trenches using acceptable job excavated materials or as directed by the Engineer. b. Backfill in layers of eighteen inches maximum and mechanically compact to 90 percent of maximum density as defined by ASTM D 1557 (Modified Proctor test). c. Place a minimum of 18 inches of granular backfill above the top of pipe in areas where the existing surface elevation is less than 24 inches above the proposed top of pipe. The granular backfill shall extend on foot from each side of the pipe and shall be placed at a 1:1 slope to bedding material or the existing ground surface. 4. Testing I All density tests shall be performed by per A.S.T.M. standards by an independent testing laboratory whose qualifications have been reviewed by the Engineer. a. Tests shall be performed at two (2) feet vertical intervals beginning at a level two (2) feet above the top of all installed pipes and continuing to the top of the completed backfill, at excavations for partial or complete manhole replacements only, to assure a minimum density of 95 percent Proctor. Test reports shall be furnished to the Engineer upon completion of testing, as part of the qualification for acceptance of the installed pipe. The Engineer expects to perform unannounced spot checks of the compaction tests for verification and control purposes. These spot checks will be performed by Engineer at Owner expense and will not be charged to the Contractor. However, the Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the Engineer. b. The cost of providing access to the level of trench backfill to be tested will be a cost to the Contractor, and no extra compensation will be allowed for exposing of the backfill layer to be tested by the Owner. I c. Test results not conforming to specified densities shall be paid for by the Contractor at no additional cost to the Owner. City of Fayetteville Sewer System Improvements D2-10(4) I I5. Responsibility of Contractor for Backfill Settlement Wherever trenches or other excavations made by the Contractor in the performance of work under these Contract Documents have not been properly filled, or where settlement has occurred at any time prior to the expiration of the one year correction period, to the extent that the top of the backfill is below the original ground surface, such trenches shall be refilled and backfill surface compacted and smoothed to conform to the elevation of the adjacent ground surface. All sod in lawns or pavement damaged by reasons of such settlement, and the repair thereof, shall be replaced. E. Measurement and Payment 1. Payment for the work in this Section will be included as part of the unit price and lump sum bid amounts stated in the Proposal. 2. Payment for trench foundation material will be based on the Contract unit price per cubic yard actually used as authorized by the Engineer. No measurement and payment shall be made for existing material which is reused. Payment for this item shall constitute full compensation for all materials, labor, equipment, and incidentals necessary to furnish material and for placing ant • compacting it and for the extra depth of trench excavation required below the manhole base grade to provide for a stable base for the manhole. This item is to provide for unstable base encountered in the progress of the work and shall be used only at the direction of the Engineer. END OF SECTION D2-10 I I I I I i City of Fayetteville D2-10(5) Sewer System Improvements I D2-11 SANITARY SEWER CONSTRUCTION A. General 1. Scope This Section governs all work, materials and testing required for installation of gravity pipelines of the respective types and sizes shown on the Drawings for the particular location and conforming to the requirements of these specifications. All pipelines shall be constructed to proper line and grade as shown on the Drawings and shall result in an unobstructed, smooth and uniform conduit. 2. Description Sanitary sewer constructionshall consist of furnishing all labor, materials and equipment for the complete installation of sewers and appurtenances in accordance with the Contract Documents. 3. Revisions of Standards When reference is made to a Standard Specification i.e. ASTM, ANSI, AWWA, MCIB, the Specification referred to shall be understood to mean the latest revision of said specification as amended at the time of the Notice to Bidders, except as noted on the Drawings or in the Specifications. B. Materials Ii. General This section governs materials required for pipeline construction. ' a. Requirements Furnish pipe of materials, joint types, sizes, and strength classes indicated and specified. Higher strengths may be furnished at the Contractor's M option, at no additional cost to the Owner. b. Manufacturer The manufacturer shall be experienced in the design, manufacture and commercial supplying of the specific material. I City of Fayetteville D2-11(1) Sewer System Improvements I c. Testing I Testing shall be performed by the manufacturer's quality control personnel in conformance with applicable standards. Testing may be witnessed by Owner, Engineer, or an independent testing laboratory. The Contractor shall provide three (3) copies of certified test reports indicating that material does conform to the specifications. d. Handling I The manufacturer and contractor shall use equipment and methods adequate to protect the pipe, joint elements and prevent shock contact of adjacent unit during moving or storage. Damaged sections that cause reasonable doubt as to their structural strength or watertightness will be rejected. I Pipe, Fittings, Joints, Coatings and Linings a. General 1 Furnish pipe and fittings of materials, joint types, sizes, strength classes, coatings and linings as indicated and specified. Rubber couplings shall be as manufactured by Mission Rubber Co., Fern Co., or equivalent. Rubber couplings shall be fastened using two type C-305 stainless steel adjustable clamps to provide a leakproof seal. b. Ductile -iron pipe and fittings shall be Class 52 conforming to ASNI A21.51, except as otherwise specified herein. 1) General , Furnish maximum pipe lengths normally produced by the manufacturer, except for fittings, closures, and specials. 2) Joints Mechanical and push -on joints for pipe and I fittings shall conform to the requirements of ANSI A21.11. Flanged joints for ductile iron pipe and fittings shall conform to the requirements of ANSI A21.10. Gaskets shall be neoprene or other synthetic rubber material. Natural rubber gaskets will not be allowed. I I City of Fayetteville Sewer System Improvements D2-11(2) 3) Fittings Fittings shall be in accordance with ANSI/AWWA C 110/A21.10 and shall have a pressure rating of not less than that specified for the pipe. Fittings used with ductile iron pipe shall be ductile iron or cast iron. Fittings for pipe with mechanical joints shall have mechanical joints. Fittings for pipe with push -on joints • shall have either mechanical joints or push -on joints. 4) Coatings Where required pipe and fittings shall be I furnished with exterior bituminous coating conforming to ANSI A21.51. • 5) Linings Polyethylene Lining: Polyethylene complying with ANSI/ASTM D-1248 fusion bonded to the interior of pipe and fittings. The material shall be compounded to prevent ultraviolet degradation during storage above ground. The standard nominal thickness of the lining shall be 40 mils. After lining, the product shall be tested for voids and holidays in accordance with � ASTM G-62, Method B, using a 7500 volt High Voltage Tester. C. SDR 26 Polyvinyl Chloride (PVC) Plastic Sewer Pipe and Fittings shall conform to ASTM D-3034 for pipes 6 inches through 15 inches in diameter. SDR 26 Polyvinyl Chloride (PVC) sewer pipe and fittings shall conform to ASTM D-2241 for pipes 18 inches in • diameter. 1) Furnish maximum pipe lengths normally produced by the manufacturer except for fittings, closures and specials. 2) The pipe shall be made of PVC plastic having a cell classification of 12454 B, or 12454 C as defined in ASTM D 1784. The resin portion of the copolymer compounds shall contain a minimum of 90 percent vinyl chloride and the compounding ingredients shall not exceed 10 percent by weight. The compounding ingredients may consist of lubricants, stabilizers, non poly (vinyl chloride) resin modifiers, and pigment essential for processing, property control, and coloring. Certification of resin compounding shall be provided by the pipe manufacturer prior to shipment to the job site. I City of Fayetteville D2-11(3) Sewer System Improvements u One test to verify resin compounding may be required by the owner or Engineer. The test shall be performed by an independent testing laboratory to which the Owner has no objection and shall be performed on a sample of pipe obtained from the job site. The test shall be performed at no additional cost to the Owner and shall be performed in accordance with ASTM D 817 - Ash Determination for pipe manufactured with primarily noncombustible compounding ingredients. 3) Pipe shall have an integral wall bell and spigot joint and a minimum wall thickness conforming to SDR 26. 4) Joints shall conform to ASTM D 3212. Joints shall be push -on type only with the bell -end grooved to receive a gasket. Elastomeric seal (gasket) shall have a basic polymer of synthetic rubber conforming to ASTM F 477. Natural rubber gaskets will not be allowed. 5) Fittings defined as tee or wye connections suitable for assembly to four (4) inch or six (6) inch building service lines shall be bell - end with a minimum wall thickness conforming to SDR 26 and shall be furnished by the pipe manufacturer. d. Polyvinyl Chloride (PVC) Plastic Water Pipe The pipe material shall be Polyvinyl Chloride (PVC) meeting the requirements of ASTM D 1784, with a cell classification of 12454-B. The standard Dimensional Ratio for the pipe will be DR14 (Class 200) conforming to AWWA 900. I I I I I I I U I I I I I 11 City of Fayetteville Sewer System Improvements D2-11(4) [1 I C. Installation 1. General a. Install pipelines in accordance with the applicable reference standard listed below and as specified herein. i1) ASTM D 2321 - PVC Solid Wall, PVC Composite Wall. I2) AWWA C 600 - Installation of Ductile Iron Water Mains and Thin Appurtenances. 2. Site Preparation and Excavation a. Site preparation shall be as specified in Section - 1 Site Preparation. b. Excavation shall be as specified in Section - Complete and Partial Replacement of Manholes. c. All existing lines which are to be abandoned shall be internally inspected to identify locations of all existing service connections. 3. Pipe Embedments ' a. Install a minimum of 6 inches of crushed limestone pipe bedding at all locations except where the pipe is encased in concrete. b. Place pipe bedding below and on the sides of the pipe as indicated in the typical trench details on the Drawings. c. Compact bedding and dig bell holes for bell and socket pipe so that the pipe is uniformly supported for its entire length and will be true to line and grade after installation. 4. Pipe Laying a. Pipe laying shall not proceed if the trench width as measured at the top of pipe exceeds the maximum allowable trench width. If this occurs the Contractor shall provide, to the approval of the Engineer better bedding for the pipe or pipe of sufficient strength to provide safe supporting strength. lb. Store and handle pipe and fittings with care to prevent damage thereto. Do not use hooks to transport or handle pipe or fittings. Do not drop pipe or fittings. City of Fayetteville D2-11(5) Sewer System Improvements c. Rejected pipe and fittings shall be marked and removed from the Project Site at no cost to the Owner. Examine pipe and fittings for soundness and specification compliance prior to placement in the trench. d. Clean joint contact surfaces prior to jointing. Use lubricants, primers, or adhesives as recommended by the pipe or joint manufacturer. •1 e. Pipe laying normally shall begin at the lowest point. f. Unless otherwise required, lay all pipe straight between manholes. Excavate bell holes for each pipe joint. When jointed, the pipe shall form a true and smooth pipeline. 5. Connection of Pipes of Dissimilar Materials Connect different pipe materials using proprietary transition couplings, that will provide permanent and watertight connections which will withstand the hydrostatic test pressure. 6. Polyethylene Wrapping I Polyethylene material for pipe encasement shall meet the requirements of ANSI/AWWA C -105/A21.5-82, or latest revision thereof. 7. Backfill Backfill trenches as specified in 1 Section - Backfill. Clay dams or concrete dams (1500 psi minimum) shall be placed at locations as shown on the Contract Drawings, or as directed by the Engineer. 8. Bypass Pumping 1 Perform bypass pumping for flow control. No bypassed wastewater shall discharge to natural or manmade drainage structures. D. Measurement and Payment Payment for the work in this Section will be included in the unit or lump sum prices for the item affected thereby. END OF SECTION D2-11 I City of Fayetteville Sewer System Improvements D2-11(6) I I D2-12 RESTORATION ' A. General 1. Restore the project site to conditions not less than that existing prior to starting construction unless otherwise required by these specifications, Permits and/or Licenses, or shown on the Plans and as specified in Section I. a. Coordinate surface restoration work with the affected private property owners. b. Private property over which the Owner has prior rights (i.e. utility easement, sewer easement) and/or has obtained rights -of -way, agreements, licenses and/or agreements from the property owner to allow construction of a sanitary sewer pipeline and appurtenances, shall be restored in conformance with these Contract Documents. 1 c. Restore Public property with strict adherence to the requirements of the public body having jurisdiction therein. Id. No restoration shall occur until testing is complete and accepted by the Owners Representative. e. Complete final surface restoration within three weeks of the repair or as directed by the Owners Representative. r2. Reference Standards Surface restoration including pavement, driveways, ' sidewalks, curb and gutters, and sodding shall be in accordance with the current edition of Arkansas Highway and Transportation Department Standard Specifications for Highway Construction. B. Materials ' 1. Topsoil a. Topsoil shall be free from large roots, sticks, weeds, brush, stones or other litter and waste products. A minimum of 4 inches compacted depth of topsoil shall be used. I City of Fayetteville D2 -12(l) Sewer System Improvements I b. The soil texture shall be classified as loam or sandy loam according to the following criteria: Loam Sandy Loam Sand (2.0 to 0.05 mm diameter) 25-50% 45-85% (No. 10 sieve) Silt (0.05 to 0.002 mm diameter) 30-50% Less than 50% (No. 270 sieve) Clay (smaller than 0.002 mm 5-25% Less than 20% I diameter) (Hydrometer analysis) c. Soil texture shall be determined by utilizing processes as prescribed in ASTN D 422 using the No. 20 and No. 270 sieves and a hydrometer analysis. I 2. Fertilizer Fertilizer shall be a standard commercial 16-8-8, t uniform in composition, free flowing and suitable for application with approved equipment, delivered to the site in bags or other convenient containers each fully labeled, conforming to applicable State laws. 3. Sod a a. Sod shall be approved nursery or field grown grass that is native to the locality of the work and shall match existing in the area of excavation. Sod shall be well rooted in soil of such consistency that it will not break, crumble or tear during handling and placing. Sod shall be free of noxious weeds and other objectionable plants and shall not contain substances injurious to growth. b. Grass shall be between 1-1/2 and 4 inches in length when the sod is cut. The sod shall be cut within 48 hours of placement in rectangular pieces not less than 12 inches in width and not less than one inch in soil thickness. Keep sod in a moist condition between the initiation of cutting and the completing of placing and protect against exposure to the sun, wind, freezing during transportation to the site, and during storage prior to placing. I I I City of Fayetteville , Sewer System Improvements D2-12(2) 4. Portland Cement Concrete Portland Cement concrete shall have a minimum compression strength of 3000 psi at 28 days, no less than 5½ sacks of cement per cubic yard, and shall conform to ASTM C 94, Alternate 3. Reinforcement shall be 6" x 6" No. 4 x No. 4 Woven Wire Fabric. No. 4 dowel bars shall be provided of 3 foot centers, each side. Minimum length of extension into existing base shall be 12 inches. 5. Curing Compound Commercial grade conforming to ASTM C 309, Type I. 6. Reinforcing Steel 1 Conform to ASTM A 615, Grade 40. 7. Asphalt Cement ' Asphalt cement for binder shall be AC 85-100 paving asphalt conforming to the Standard Specifications unless otherwise specified. 8. Prime Coat Li F I I I I Asphalt to be used for a prime coat shall be asphalt emulsion Type RS -2, CRS -2, or liquid asphalt MC -70, MC -250, or RC -250 conforming to ASTM D 977, D 2397, D 2027, or D 2028. 9. Tack Coat Asphalt emulsion conforming to ASTM D 977 or D 2397, unless otherwise specified. 10. Asphalt Concrete Asphalt concrete for paving the designated area shall be Type II hot -plant mix and all materials shall conform the requirements of Section 408 of the Standard Specifications for Highway Construction. Portions of the referenced specification that are obviously not applicable for the type of work to be done shall be disregarded. City of Fayetteville 1 D2-12(3) Sewer System Improvements I C. Execution I 1. Cleanup , Upon completion of installation and backfill operations, clean and dress up the work area as follows. a. Remove construction debris and litter from the site. b. Remove excess excavation material from the site including material which has washed into stream beds, storm water facilities, streets, culverts, etc. c. Remove tools, equipment and construction materials except for designated storage areas along the pipeline route. Maintain designated storage areas in a neat appearing manner. d. Restore surface and subsurface drainage and provide drainage wash checks necessary to prevent soils from being washed downstream. e. Machine grade the area in preparation of final , grading, seeding, sodding, pavement replacement, etc. f. Restore all street signs and mail boxes. , g. Maintain adequate safety signs, barricades and lights until final restoration of work area is completed. 2. Finish Grading I Finish grade the area to lines and grades which existed prior to the area being disturbed, with special attention directed to proper surface drainage, and the refilling of settled excavations with earth compacted to densities required. The area shall be smoothed by raking or dragging. Flower and vegetable gardens in existence prior to this project shall have the separately stored top soils restored unless otherwise required. Areas to be sodded or seeded shall have a minimum four inch depth of topsoil. 3. Sod a. Restore grassed areas disturbed by construction with sod to match existing. Sod may be placed between the average date of the last freeze in the spring and six weeks prior to the average date for the first freeze in the Fall according to the Arkansas Almanac or U.S. Weather Bureau for the area unless otherwise approved by the Owners Representative in City of Fayetteville , Sewer System Improvements D2-12(4) writing. Place sod at any time during this period except when the temperature is over 90 degrees Fahrenheit, drought conditions exist or the sod or ground surface is frozen. Cut sod as thick as ' possible to aid the sod in taking root at the earliest possible date. I I I I] I I r , H TI I I I I I 11 b. Spread fertilizer nutrients over the area at a rate of 160 pounds per acre (nutrient weight only) or as recommended by the manufacturer. c. Place sod on the prepared surface with the edges in close contact and the alternate courses staggered. Bury exposed edges of the sod flush with the adjacent soil. In ditches, place sod with the longer dimension perpendicular to the flow of the water in the ditch. On slopes, starting at the bottom of the slope, place sod with the longer dimension perpendicular to the slope of the ground and where the slope is 2:1 or greater, stake the sod. Sod shall be rolled after placement and joints filled between sections with scarified soil. Within eight hours after placing the sod, apply five gallons of water per square yard. d. Provide sufficient water to prevent the sod from drying out. e. Existing sod which was salvaged during construction may be reused at the contractor's option. f. Sod shall have taken root before acceptance. Contractor shall guarantee sodding one year after acceptance by the Owner. 4. Tree, Bush, and Hedge Transplanting and Replacement a. Existing trees, bushes, and hedges which cannot be tied back or trimmed to prevent damage and require removal because of the proposed construction shall be transplanted with a tree spade or replaced. Tree removal shall include removal of stump and roots four inches below grade. Transplanting shall be at the location directed by the Owners Representative. After digging the plants, properly store them until they can be transplanted. Replacement plants shall not be delivered until they can be planted. b. Plant during the proper seasons. Do not plant in frozen soil or during unfavorable weather conditions. Dig tree pits of such size as to provide ample space for the entire root system, as the tree comes from the nursery, without crowding or bending the roots. The pits shall be 12 inches wider than the ball diameter, have vertical sides, and be six inches deeper than the thickness of the ball. City of Fayetteville D2-12(5) Sewer System Improvements U Thoroughly loosen the soil in the bottom by spading to a depth of six inches. Dig immediately before planting. Dispose of dug from the tree pits. of the pit holes soil earth c. Set trees at a depth slightly below finished grade, half -fill the hole with planting soil and thoroughly water. Loosen and fold down the upper half of the burlap, fill the hole with planting soil and thoroughly water. Fill the top two inches with a well -rotted mulch. d. After planting, prune the branches in proportion to the amount of root system lost in the transplanting operations but in such a manner as to retain the form typical of the tree. In general, remove approximately one-third of the branch structure. Pruning shall be done by expert workmen in such a manner as to insure healthy and symmetrical growth of new wood. e. After planting, wrap trunks of trees planted after October 15 with special tree wrap from the crotch of the first major branches down to the ground. Tie wrapping with cotton twine to keep the wrapping in place. f. Plant trees vertically. Trees found leaning during the guarantee period shall immediately be staked with two 2 -inch by 3 -inch wood stakes, eight feet long, pointed on one end. The stake shall be long enough to properly support the tree. Drive the stakes to a depth of 18 inches below the bottom of the tree pit. Locate the stakes on the north side and of the south side of the tree, and 12 inches to 18 inches from the trunk. Do not drive stakes into the ball and burlap. Guy the trees using a figure eight hitch consisting of No. 14 gauge wire encased in a section of rubber hose. 5. Restoration of Pavement Surfaces a. General 1) Restore (unless otherwise specified or ordered by the Owners Representative) permanent type pavements, sidewalks, driveways, curbs, gutters, and surface structures removed or disturbed during or as a result of construction operations to a condition which is equal in appearance and quality to the condition that existed before the work began. The surface of all improvements shall match the appearance of the existing surface. I I J I I I I El L I U G I City of Fayetteville Sewer System Improvements D2-12(6) ' 2) Pour concrete only after inspection by the Engineer of the pouring site to verify proper forms and reinforcement. Reinforcement shall be equal in quantity and type of materials to ' reinforcement that existed prior to the work, or as indicated in the plans or specifications. ' 3) Saw cut existing paved surfaces to provide a straight joint between the existing and new surface. Saw cutting shall be full depth and ' square or rectangular in shape. 4) Cure and protect all exposed concrete installed under this contract in accordance with the ' reference standard. 5) Allow concrete to attain a minimum 7 day strength before allowing traffic or construction equipment on the concrete. 6) Remove entire sidewalk squares. Removal of 'partial squares shall not be allowed. b. Concrete Sidewalks ' 1) Concrete sidewalks shall consist of a minimum thickness of five inches of nonreinforced Portland cement concrete over four inches of compacted granular material. 2) Increase sidewalk thickness to six inches when ' crossing driveways. 3) Place one-half inch preformed bituminous 1• expansion joints at junctions with existing work and at intervals not exceeding 50 feet, or as directed by the Engineer. 4) Sawcut existing sidewalks at construction joints. Patching existing sidewalk squares damaged during construction activities shall not ' be allowed. 5) When removing portions of a concrete sidewalk, an entire "Square" shall be removed. Removal of a partial sidewalk "Square" shall not be allowed. c. Concrete Curb and Gutter 1) Curb and Gutter dimensions and cross sections shall conform with existing installations. 2) Place two dowels at each junction with existing work. Dowels shall be 3/4 inch diameter and a minimum of 12 inches in length. City of Fayetteville D2-12(7) Sewer System Improvements I 3) Place one-half inch preformed bituminous expansion joints at junctions with existing work and at intervals not exceeding 50 feet, or as directed by the Engineer. 4) Place doweled expansion joints at intervals not exceeding 50 feet, or as directed by the Owners Representative. 5) Saw cut control joints at intervals not exceeding 20 feet and at junctions with existing traverse cracks in the pavement, or as directed by the Engineer. d. Concrete Driveways Replace concrete driveways to the condition and thickness which existed prior to construction. Minimum thickness shall be 6 inches. e. Bituminous Concrete Driveway Replace bituminous driveways to the condition and thickness which existed prior to construction. Minimum thickness shall be 2 inches. Construction shall be executed in accordance with Asphalt Concrete Pavement Replacement for Pipe Trenches. f. Tack Coat Apply a tack coat on existing asphalt concrete pavement and to each lift of new pavement that is to receive a succeeding lift in conformance with Section 403 of the Standard Specifications for Highway Construction. g. Prime Coat The prime coat shall be applied to the leveling course in accordance with Section 403 of the referenced specification at the rate of 0.20 to 0.30 -gallon per square yard of surface area. The exact amount is to be determined by the Engineer. h. Construction Of Asphalt Concrete Pavement Lay asphalt concrete over the base course in a single lift and the compacted depth shall be 3 -inches. The method of proportioning, mixing, transporting, laying, processing, rolling the material, and the standards of workmanship shall conform to the applicable requirements of Section 408 of the Standard Specifications. The Engineer will examine the base before the paving is begun and bring any deficiencies to the I LI El I I I I I I I I 11 [I I I I City of Fayetteville Sewer System Improvements D2-12(8) I Contractor's attention to be corrected before the paving is started. Roll each lift of the asphalt concrete and compact to the density specified in the referenced Standard Specification for Highway Construction. The grade, line, and cross section of the finished surface shall conform to the Drawings. Asphalt or asphalt stains which are noticeable upon surfaces of concrete or materials which will be exposed to view shall be promptly and completely removed. ' i. Asphalt Highway Repair ' Asphalt Highway Repair shall be in accordance with the Arkansas State Highway and Transportation Department Standard Specifications for Highway Construction. j. Concrete Highway Repair Concrete Highway repair shall be in accordance with the Arkansas State Highway and Transportation Department Standard Specifications for Highway ' Construction. k. Weather Conditions Asphalt shall not be applied to wet material. Asphalt shall rit be applied during rainfall, sand or dust storm, or any imminent storms that might ' adversely affect the construction. The Engineer will determine when surfaces and material are dry enough to proceed with construction. Asphalt concrete shall not be placed (1) when the ' atmospheric temperature is lower than 40 degrees F, (2) during heavy rainfall, or (3) when the surface upon which it is to be placed is frozen or wet. Asphalt for prime coat shall not be applied when the surface temperature is less than 50 degrees F. Exceptions will be permitted only in special cases and only with prior written approval of the 'Engineer. m. Concrete Pavement Pavement replacement shall be as shown on the typical section for Manhole restoration. Protect ' the newly placed concrete from traffic for a period of 7 days and cure by covering with burlap, sand, earth, or sawdust, which is kept continuously wet. Handle and place concrete pavement in accordance with the Standard Specifications for Highway Construction of the Arkansas State Highway and Transportation Department. ' City of Fayetteville D2-12(9) Sewer System Improvements D. Measurement and Payment 1. The cost of restoration will not be paid for separately, but shall be included in the price of the pay item being performed. END OF SECTION D2-12 I i 1 I I I I I I City of Fayetteville Sewer System Improvements D2-12(10) I. �o n W I vxi ' S O S < F y O y, F Cur K F << O W 1x90= WH H 22 ' S<<< OZ = ZV¢ �GdW N m QQ 0< F�F92 VW 0QS }V k Z O �2Wd to ow on ' YI O 2W�jS �< mZFW Cg~Wp N WOy� - ' O=< W�OCi Z U Y R < 0500 =�N8 UGHIn C 4 LU O D •1LF ≤ W O 1 m¢g a mgt WI �1 ' Oy0 O.Z. X:fl ' ,1Z Z _ W N W z W d W v E-1 H !- 2 OFO ozuz -1 CL lail O J a Z Li J OWW<th m m O U z 0 F W J W J Q Z 0 F U W N I ' 0 e' Ez too<₹ Fz ' z • :• • v:. o Z •.- Z e • ,� F • tea ••: W ' W �� ee O • W -Q• N S. v 1 1 • � H 1 E-3 I. roS. z W•S< :P: di ; Z ft o 4Kuio �: F 1• I. W ti�ci -.• W - zLiJ 0 F • ` ' r •U • W . -'�, • N 1 1 I 1 E-4 I. I 1 i i i • I. • a Z 1 z= / e• o ¢ oho •. • W 1�_I— I-•�• . • :s 1 G Z 1 BIZ �: •�' N LzJ t. A•..Q 1 • L•• I I- 1 . i • i 1 i E-5 . I. ZEn (9< < \ Z OZ N00 an Oi 00 < K ~ Wz mk'� �JN �N 3pWY� yFW�N_ ' y Z N N W do V m N (9.0.. ]Uoa PS ≤ Z 20 Lu JJTiw a: Lii I it Nv< ' X Q 1- S- - - - - - - a: ' O a. N WO W O 0000 ' 0� 3 0330 E -F I 1 o ' L. 391/2" II it II I ' n ' 3" 38 1/2" 1 ' 19 1/4 19 1/4" — .,r • c I 54 1/2' NOTES I. SHALLOW MANHOLE TO BE CONSTRUCTED OF 4000 PSI CONCRETE. 2. FRAME AND COVER AS MANUFACTURED BY McKINLEY IRON WORKS, NO. PM 24a40 OR EQUAL. 3. MANHOLE TO BE USED WHERE SEWER LINES ARE LESS THAN 4DEEP. I 0 • M 2 -ROWS OF BITUM JOINT SEALANT •4 BENT BAR 12' O.C. CORNERS (TYP) •4 BARS, HORIZ. & VERT. 12' O.C. 6" CRUSHED ROCK CONSTRUCTION JOINT WITH WATER STOP ITYP) DETAIL OF SHALLOW SANITARY SEWER MANHOLE Q W WON ZW ` 1 x O Iror s Z UWOQ Od �Y�7ia Ci WIa WW Y�l KiCV WUPu < �OFW yi N NS GUc'p„ NW ��� —. a XF• O;U i,c •Z, Z?W N31Ow I N4/w C O� O t •O CUs _ • 1 Ui 6 — ' zrr ti W r0rt F f .•.�• �ZrJ~O y WIO �:..•.�� ZN Jr :�:;-. OWwwwc �. E WOUWZW ' } mmW 2WZOJ a iW O ;ZazZUW z F �GO tL z N U J z ' taR In SW o �W3�zot° — Z ' �~ Q�ON 0ZaP)Oa 5 <Q�t UyQWo '4 d 4 o N �� craaZZJ 6p <_ W I- mC 00002X• Zouzwwt 4 ' E-8 CAST IRON MANHOLE FRAME AND COVER 1 K 1 STRUCTION JOINT ' H WATER STOP (TYPJ I I I 2 -ROWS BITUMASTIC JOINT SEALANT =/ / CAST -IN -PLACE CONCRETE i CONCENTRIC CORBEL SECTIOI OUTSIDE TO BE WATERPROOFED WITH TWO COATS OF ASPHALT EMULSION INSIDE DIAMETER CAST -IN -PLACE CONCRETE MANHOLE WALL SECTIONS 0 VARIES SEE SECTION ACCORDANCE WITH SECTI011 fl -IS D2 -IS BENCH MIN. SLOPE I I FLEXIBLE RUBBER 1" OF PER FOOT A PIPE GASKET II O _JI MIN. CRADLE PIPE NI CONCRETE TO FIRST PIPE JOINT CAST -IN -PLACE 4000 PSI CONCRETE BASE 6" CRUSHED ROCK CAST -IN -PLACE MANHOLE (CONCENTRIC CONE) FRAME AND COVER BITUMASTIC JOINT SEALANT BETWEEN ALL ADJUSTMENT JOINTS • x cg N PRECAST ADJUSTING RINGS J Z PRECAST CONCRETE CONCENTRIC m CORBEL SECTION o .o OUTSIDE TO BE WATERPROOFED WITH TWO COATS OF ASPHALT EMULSION 48 DIA. FOR SEWER PIPE UP TO 24" DIA. AND 60 DIA. FOR SEWERS UP TO 36" DIA. UNLESS OTHERWISE NOTED m ON PLANS.. C 1/2 OD INTEGRAL MANHOLE BASE OR PRECAST CONC. SLAB (6 MIN. THICKNESS) PER ASTM C-478 PRECAST CONCRETE MANHOLE WALL SECTIONS IN ACCORDANCE WITH ASTM C478 FLEXIBLE PIPE GASKET CAST INTO ? STRUCTURE AT ALL PIPE PENETRATIONS _ CRUSHED LIMESTONE PIPE BEDDING (4" MINIMUM BELOW BELL) 3" SAND CUSHION SECTIONAL ELEVATION STANDARD MANHOLE PRECAST E-10 I t3 • Y• • 1 I I' • LI I J: u17U•771* 0)a.4IW i.1 \• M:IN11 i.91 i. �: i .11- I. •. .1 . ti 1 =.I •. - • r - su 1 U • •.p.. w•= • w •V • •wM •:• • - •- • -41 •.1• and .•••I •. .- • • • • - S. • •• - _• • •.:111.. • and 1 - I I i II • ���ir73�w •.:III. _ _ _ _ _ - :.. 1 • • • ' •' • - • 111 .. - a •.V 1 - .- ,. -- •.Y 1 - •- • - V- • •I.. •.YI - .- •• . • • •1Y 1 - .1- •r • •• - •wM • • • ••- • •• O• i - .•• •• - - - - ••• - 1• • • .••I ••1 - - ••, -I- •I • •- - II. • be • . •1• N • • J• • 1 •.- -11 3• - - •• K • - • • O• • •I n• - 11.1 •. • • .• •- of • • •- • K •- • • •- • 1 a• - .•• - •• - 1•I M •= a• JI ••• - p• • • ..• Y• - endorsement• • .3• • •.•1 -. I I I V I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (12)010 Maple & Leverette C P 2.8 (12)011 302 Prospect X X X X X P 5.3 (12)012 Easement Prospect X X X X NP 5.7 (12)013 Easement Prospect C NP 4.8 (12)014 Cleburn C NP 4.3 (12)015 604 Frisco CO 4.6 (12)017 520 Frisco C NP 5.8 (12)018 520 Frisco Avenue C NP 6.9 (12)023 Easement Bell X X X X NP 4.5 (12)024 730 Leverette X X X X NP 4.8 (12)025 750 Bell X X X X P 4.9 (12)027 Easement 730 Leverette X X X X NP 4.0 (12)028 730 Leverette X X X X P 7.3 (12)029 805 Eagle X x P 4.8 (12)030 807 Leverette X X NP N/A (12)031 740 Eagle X NP 9.4 (12)032 Easement Cleveland X X NP 4.1 (12)033 Eagle/788 Store X X X X X P 4.9 (12)034 402 Berry C P 3.7 (12)035 919 Berry X X X P 7.2 (12)040 632 Prospect Street X X X X P 6.3 (12)043 625 Adams Street X X X X P 4.9 (12)045 503 Gregg Avenue C NP 3.4 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item 1. 2. 3. 4. 5. 6. 7. 8. 0. 10. Description Replace Frame and Cover Replace Cover Replace Frame Seal Frame and Grade Adjustment Interior Coat Manholes Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole Replace Bench and Trough Replace Manhole (P) Partial, (C) Complete Grout Manhole Walls (poured manholes) Grout Bench and Trough only II 1 I I 1 I I I I I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (12)047 504 Prospect* C P 11.0 (12)048 504 Prospect* C P 8.6 (12)049 Prospect X X X X X P 5.3 (12)050 344 Prospect X X X X P 5.3 (12)052 Vandeventer Avenue X X X X P 5.8 (12)053 335 Cleburn C NP 3.0 (12)054 Cleburn X X NP N/A (12)055 230 Cleburn X X X X NP 9.5 (12)056 208 Cleburn X X X X NP 4.9 (12)057 220 Adams X X X X P 4.3 (12)059 459 Cleburn X X X X NP 5.1 (12)062 907 Gregg Avenue X X X X P 7.7 (12)064 1029 Gregg Avenue X X X X P 4.6 (12)065 432 Adams X X X X NP 6.3 (12)066 1027 Vandventer X X X X X P 5.1 (12)068 326 West Adams C NP 5.0 (12)076 752 Cleveland X X X X X P 6.3 (12)077 756 Taylor X X X X NP 7.3 (12)079. 630 Leverette C P 3.2 (12)080 828 Caraway X X X X P 5.5 (12)081 Easement Caraway X X X X P 4.0 (12)082 620 Leverette X X X X P 4.8 (12)088 909 Eagle X X X X P 6.3 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only H 2 [I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (12)089 815 Oakland Avenue C P 4.8 (12)092 800 Lindell X X X X P 3.6 (12)093 Cleveland X X X X P 4.4 (12)094 Cleveland Street C CO 5.0 (12)097 1334 Cleveland C _NP 3.8 (12)100 Sunset Avenue X X X X P 6.7 (12)101 Sunset Avenue C P 4.7 (12)102 Easement North X X X X NP 6.5 (12)102 835 Leverette X X X X NP 5.5 (12)106 Willis Avenue X X X X P 6.3 (12)110 835 Cleveland X X X X P 7.0 (12)111 950 Cleveland X X X X P 8.3 (12)112 965 Cleveland X X X X P 6.7 (12)113 Easement Cleveland X X X X NP 3.0 (12)114 681 Lindell X X X X P 12.8 (12)115 662 Lindell X X X X P 6.4 (12)116 Lindell C NP 4.3 (12)117 681 Lindell C P 3.3 (12)118 642 Lindell X X X P 6.3 (12)119 Lindell X X X P 10.3 (12)120 Easement Douglas X X X Ixt NP 4.8 (12)121 Easement Douglas X X NP 7.2 (12)123 Douglas X X X P 5.5 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only L1 3 FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (12)124 965 Douglas C P 4,4 (12)125 500 North Lindell X X X P 6.1 (12)126 Easement Douglas X X X X P 2.7 (12)129 Easement Maple X X X X P 7.3 (12)130 Law Center/Maple X X X X P 6.0 (12)131 Easement Maple X X X X P 9.7 (12)132 Maple C NP 1.9 (12)133 Lift Street/North X X X X NP 5.1 (12)136 701 North X X X X P 2.7 (12)138 600 West North X X X X P 5.8 (12)139 1126 Gregg Street X X X X x P 9.3 (12)140 Gregg/Patricia X X X X P 6.9 (12)141 1200 N. Gregg Street X X X X P 6.7 (12)142 400 Patricia Lane C P 3.6 (12)143 Gregg X X X X X P 8.4 (12)147 1308 Gregg X X X X X P 5.8 (12)149 Easement Gregg C 3.5 (12)153 641 Wilson Avenue X X x7.8 (12)154 625 Wilson C 4.1 (12)155 607 Wilson X X X X MNP 4.5 (12)156 320 Ila X X 6.3 (12)157 318 Ila C 5.9 (12)158 302 Ila X X X X 7.5 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment Is. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only 1 4 I 1 I] I I I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (12)159 Shady Avenue C P 4.6 (12)160 ha/Lincoln C P 2.6 (12)161 126 Ila C P 2.6 (12)163 632 Vandeventer X X X X P 6.0 (12)168 1223 Shady C NP 3.6 (12)170 Shady Avenue X X X X NP 4.7 (12)171 Shady Avenue X X X X NP 3.7 (12)172 Roselawn X X X X NP 3.8 (12)173 Roselawn X X X NP .9 (12)174 Shady Avenue X X X X NP 4.8 (12)175 Holly X X X X NP 1.5 (12)176 Roselawn X X X X NP 4.1 (12)177 1100 North Woolsey X X X X NP 4.8 (12)178 1100 North Woolsey X X X X NP 3.8 (12)179 North Street X X X X NP 4.0 (12)180 1029 North Street C P 5.3 (12)181 Leverette & Hughes C P 7.6 (12)182 835 Leverette X X X X P 5.9 (12)183 815 Berry Street X X X X P 5.0 (12)185 908 Hughes X X X X P 5.0 (12)188 Eagle X X X NP 6.5 (12)189 825 North Street X X X p 5.1 (12)190 North Street X X X X P 6.8 LEGEND P - Paved NP - Non -paved * - Drop Manhole IWork Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only 1 I I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (12)191 North Street X X NP N/A (12)192 North Street X X X X NP 12.5 (12)193 North Street X X X X NP 12.2 (12)194 Easement North Street X X x P 7.2 (12)195 Easement North Street X X P 5.6 (12)196 1002 Hughes X X NP 5.3 (12)197 1003 Hughes X X X X P 6.6 (12)198 Berry* c P 7.8 (12)199 Eagle Street X X X X NP 5.2 (12)200 Eagle Street X X X X P 4.9 (12)202 Garland & North* C NP 9.1 (12)205 Easement Hall X X X X NP 6.6 (12)206 Easement Hall X X X X NP 6.7 (12)208 Hall X X X X P 6.9 (12)209 833 Hall X X X X P 8.6 (12)210 Hall X X X X P 6.1 (12)211 Hall X X X X P 6.0 (12)214 1311 Vista X X X X P 4.0 (12)215 689 Cleveland C NP 3.6 (12)218 602 Stoner C NP 2.8 (12)219 673 Oakland C P 3.0 (12)220 Oakland X X X X NP 5.9 (12)221 Oakland X X x P 6.1 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only 3 I I I I 1 El A I I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (12)222 Vandeventer Avenue X X X X NP 6.6 (12)224 1206 Vandeventer X X X X P 7.0 (12)225 Berry X NP 5.2 (12)226 Douglas & Lindell C P 3.2 (12)227 651 Lindell x P 5.7 (12)228 1000 West Douglas X X X X NP 5.0 (12)229 721 Taylor x x P 5.5 (12)230 344 Prospect X P 5.7 (12)231 456 Prospect x P 4.3 (12)232 503 Lincoln C P 2.5 (12)233 Maple X X X X P 7.5 (12)234 North X X X X X NP 4.8 (12)237 1200 North Gregg X X X X X P 9.0 (13)002 Poplar X X X X P 7.4 (13)003 Poplar X X P 4.4 (13)004 Chesnut Avenue X X X X NP 3.4 (13)005 Poplar Street X X X X P 5.8 (13)006 Chestnut X X X X NP 3.8 (13)007 Chestnut X X NP 4.2 (13)008 Chestnut X X NP 4.3 (13)009 Chestnut X NP 4.7 (13)010 Chestnut Avenue X X X NP 4.5 (13)011 Chestnut X X X X NP 6.8 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only II 7 I I I I I I I I I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (13)012 Chestnut X X X NP 7.0 (13)013 Chestnut X X X NP 6.8 (13)014 Chestnut X X X NP 6.8 (13)015 Chestnut X X X NP 7.0 (13)017 Poplar Street X X X X P 7.3 (13)018 Poplar X X x P 5.8 (13)019 Birch Avenue X X X X NP 2.5 (13)020 Poplar Street X X X X P 11.2 (13)022 East Poplar Street X X X X P 4.4 (13)023 Gregg Avenue X X X X P 6.8 (13)024 Gregg Avenue X X X X P 6.7 (13)025 Miller X X x X P 5.6 (13)026 Melmar Drive X X X X P 6.2 (13)027 Woolsey X X X X P 5.8 (13)028 Woolsey X X X NP 5.4 (13)029 Woolsey X X X X NP 7.1 (13)030 Woolsey X X X NP 7.9 (13)031 Woolsey X x x X NP 5.5 (13)032. Woolsey X X X X NP 5.8 (13)033 Woolsey Avenue X X X X NP 6.7 (13)034 Greenvalley X X X X NP 5.1 (13)035 Gregg Avenue X X X X P 5.4 (13)036 Ash & Gregg Avenue X X X X P 6.8 I LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes I. 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only 8 I Cl I I $ I I ►I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (13)037 Ash & Woolsey X X X X P 7.6 (13)039 Woolsey Avenue X X X X NP 5.8 (13)040 208 Sycamore X x x P 6.1 (13)043 Gregg Avenue X X X X P 9.5 (13)044 1732 Gregg Avenue X X X X . P 8.6 (13)046 1674 Gregg Street X X X X P 9.0 (13)047 360 Sycamore X P 5.8 (13)048 352 Sycamore X X X X P 6.4 (13)049 240 Sycamore X X X X P 6.7 (13)050 228 Sycamore X X X P 6.2 (13)051 1700 Vandeventer Avenue X X X X NP 4.3 (13)052 Vandeventer Avenue X X NP 7.3 (13)053 1631 Vandeventer X NP 3.9 (13)054 Gregg Street X X X X NP 7.4 (13)055 1630 Gregg Street X X X X NP 6.3 (13)056 1624 Gregg Street X X X X P 3.8 (13)057 1550 Gregg X X X X P 4.7 (13)058 Spruce Street X X X NP 5.5 (13)059 Spruce Street X X X X P 6.8 (13)060 1536 Gregg X X X X P 4.9 (13)061 Gregg Avenue X X X X P 7.7 (13)062 Gregg & Lawson X X X X P 7.3 (13)063 1342 Gregg X X X X P 10.1 LEGEND P - Paved NP - Non -paved * - Drop Manhole 9 Work Item Descrintion 1. Replace Frame and Cover ' 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only I I I I I I I 11 FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (13)064 Lawson X X X X P 5.9 (13)065 Lawson X X x P 5.5 (13)066 Lawson X X X X NP 5.9 (13)067 Lawson X NP 5.5 (13)068 306 Lawson X X X X P 5.6 (13)069 234 Lawson X X X X P 7.5 (13)070 400 Lawson X X X X NP 6.0 (13)071 1900 Easy Avenue X X X X P 7.7 (13)073 300 Pear Street X X X X P 11.1 (13)074 2032 Gregg Avenue X X X P 11.7 (13)075 2100 Gregg Street X X X X P 5.9 (13)076 200 Elm Street X X X X P 9.1 (13)077 200 Elm Street X X X X NP 8.2 (13)079 Elm Street X X X X NP 5.0 (13)080 Elm Street X X X X P 9.8 (13)081 Elm Street X X X X P 10.9 (13)082 2000 Baker Drive X X X X P 7.5 (13)083 100 Elm Street X X X X P 11.0 (13)084 Elm Street X X X X P 11.1 (13)085 2000 Erstan Avenue X X X X NP 5.6 (13)086 2000 Erstan Avenue X X X X NP 6.0 (13)087 100 Elm Street X X X X P 11.7 (13)088 Elm Street X X X X P 9.7 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment I. 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only 10 I I I 1 I LI I I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (13)089 2032 Gregg Avenue X X X P 5.0 (13)090 1930 Gregg Avenue X X X X P 5.3 (13)091 1930 Gregg Avenue X X X X P 6.4 (13)093 200 Poplar Street X X X X NP 5.0 (13)097 Poplar Street X X X X P 6.3 (13)099 Poplar Street X X X X P 7.0 (13)100 Woodland Avenue X X X X NP 7.8 (13)101 Woodland Avenue X X X X NP 8.1 (13)103 Ash Street X X X P 8.0 (13)104 1700 Green Valley X X X X NP 5.9 (13)105 Ash Street X X X X P 5.5 (13)106 Woodland Avenue X X X X NP 7.4 (13)108 Chestnut Avenue X X X X P 5.0 (13)109 Chestnut Avenue X X X X NP 4.5 (13)110 Ash Street X X X NP 6.0 (13)111 Ash Street X X P 5.8 (13)112 600 Ash X X NP 3.3 (13)113 Birch & Ash X X X NP 4.1 (13)114 Ash X X X X NP 6.8 (13)115 Easement Ash Street X X X X X NP 5.4 (13)116 1800 Chestnut Avenue X X NP 4.1 (13)117 1700 Chestnut Avenue X X X NP 5.0 (13)118 Chestnut Street X X X NP 7.8 I LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete ' 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only $ 11 L� I I I I I `I I I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (13)120 Sycamore X NP 6.8 (13)122 700 West Poplar Street X X X X P 5.2 (13)123 Leverette X X X X P 7.4 (13)124 Melmar & Leverette X X X X P 7.0 (13)125 Melmar Drive X X X NP 9.2 (13)126 900 West Melmar X X X X NP 8.6 (13)127 900 West Belair X X X X NP 6.6 (13)128 900 Belair X X X X NP 6.8 (13)132 Melmar Drive X X X NP 3.9 (13)133 Melmar X X X NP 9.8 (13)134 Melmar Drive X X X X NP 8.5 (13)135 Melmar X X X X P 7.4 (13)136 Hwy 112 & Janice X X X X P 8.1 (13)137 1900 North Janice Avenue X X X X NP 5.3 (13)138 1800 North Janice Avenue X X X X NP 8.3 (13)139 1700 North Janice Avenue C NP 4.1 (13)140 Hwy 112 X X X X P 5.9 (13)141 Hwy 112 X X X X x P 4.6 (13)142 Hwy 112 X NP 3.8 (13)143 Hwy 112 X X NP 4.2 (13)144 Hwy 112 X NP 5.0 (13)145 Hwy 112 X X X NP 3.7 (13)146 Hwy 112 X NP 4.3 I LEGEND IP - Paved NP - Non -paved * - Drop Manhole Work Item 1. 2. 3. 4. 5. 6. 7. 8. 10. Description Replace Frame and Cover Replace Cover Replace Frame Seal Frame and Grade Adjustment Interior Coat Manholes Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole Replace Bench and Trough Replace Manhole (P) Partial, (C) Complete Grout Manhole Walls (poured manholes) Grout Bench and Trough only 12 I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (13)147 Hwy 112 X NP 5.8 (13)148 Hwy 112 X X X X P 6.0 (13)149 Hwy 112 X X X X P 6.1 (13)152 Hwy 112 X X X X P 5.3 (13)153 Hwy 112 X .NP 4.4 (13)154 Hwy 112 X X X X NP 2.8 (13)155 Noelle Avenue X NP 5.5 (13)156 Noelle Avenue X NP 5.8 (13)157 Noelle Avenue X NP 5.5 (13)158 1700 North Noelle Avenue X NP 4.2 (13)159 Noelle & Sycamore X NP 7.3 (13)160 Leverette X X X X P 6.0 (13)161 1788 Leverette X X X X P 6.6 (13)162 Leverette Avenue X X X X NP 5.1 (13)163 Oakland Avenue X X X X NP 6.0 (13)164 Oakland Avenue X X X X NP 4.0 (13)166 1717 Oakland X X X X NP 4.6 (13)167 Leverette X X X X P 6.0 (13)168 Leverette Avenue X X X X NP 5.1 (13)171 1710 Leverette X X X X P 8.1 (13)172 1606 Leverette X X X X P 6.7 (13)173 1560 Leverette X X X X P 6.2 (13)174 Storer Avenue X X X X X P 6.3 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item 1. 2. 4. 5. 6. 7. 8. 0. 10. Description Replace Frame and Cover Replace Cover Replace Frame Seal Frame and Grade Adjustment Interior Coat Manholes Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole Replace Bench and Trough Replace Manhole (P) Partial, (C) Complete Grout Manhole Walls (poured manholes) Grout Bench and Trough only 13 it I I I I I1 I Ii I I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (13)176 1554 Leverette X X X X P 6.1 (13)177 1500 Leverette X X X X NP 6.6 (13)178 1505 Leverette X X X X P 6.6 (13)179 424 Leverette C P 6.7 (13)180 Lawson Street X X X X X P 5.6 (13)181 Lawson Street X X X X P 5.5 (13)182 1408 Leverette X X X X P 6.3 (13)184 Leverette X X X X X NP 5.5 (13)185 1368 Leverette X X X X P 5.8 (13)186 Leverette & Holly X X X X P 5.7 (13)187 1140 Leverette X X X X P 5.3 (13)188 764 Leverette X X X X X P 6.5 (13)189 Storer Avenue X X X X P 6.2 (13)190 Holly Street X X X X P 6.7 (13)191 Storer Avenue C P 5.7 (13)192 Storer Avenue X X X X P 7.1 (13)193 833 Sycamore C NP 9.3 (13)194 960 Sycamore Street X X X X P 11.2 (13)195 968 Sycamore Street X X X X P 6.0 (13)196 Sycamore Street X X X X P 5.7 (13)197 Oakland Avenue X X X X P 11.2 (13)198 Oakland Avenue X X X X P 12.1 (13)199 Hickory Street C P 9.7 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item 1. 2. 3. 4. 5. 6. 7. 8. 0. 10. Description Replace Frame and Cover Replace Cover Replace Frame Seal Frame and Grade Adjustment Interior Coat Manholes Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole Replace Bench and Trough Replace Manhole (P) Partial, (C) Complete Grout Manhole Walls (poured manholes) Grout Bench and Trough only I 14 I I J I I ri Ii a I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (13)200 Hickory & Hwy 112 C P 7.6 (13)201 Hwy 112 & Maxwell X X X X X P 6.5 (13)202 Hwy 112 X X X X P 6.7 (13)203 Hwy 112 & Hendrix X X X X P 6.8 (13)204 1405 Hwy 112 X X X x P 7.1 (13)207 Holly & Hwy 112 X X X X P 5.8 (13)208 Hwy 112 & Mt. Comfort X X X x P 6.3 (13)209 1130 Hwy 112 X X X x P 6.7 (13)210 Oakland Avenue X X X NP 6.8 (13)211 Oakland Avenue X X X X NP 8.5 (13)212 Lawson X X X X X P 8.2 (13)213 Lawson X X X X P 4.8 (13)214 Oakland Avenue X X X X NP 7.8 (13)215 Lawson X X X X P 4.3 (13)216 Oakland X X X X NP 6.3 (13)218 Holly C P 6.8 (13)219 Holly P 5.8 (13)220 Easement Oakland Street X X X X X NP 9.2 (13)221 Easement Oakland Street X X x x P 6.3 (13)223 Mt. Comfort X X X X X P 8.0 (13)224 Mt. Comfort X X X X X P 8.0 (13)225 Ash Street X X X X P 5.2 (13)226 Poplar Street X X X X P 5.8 LEGEND P - Paved NP - Non -paved * - Drop Manhole IWork Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only 15 I I I I I I I I I I I I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (13)227 Lawson & Gregg X X X X P 7.2 (13)228 352 Sycamore Street X P 4.3 (13)229 352 Sycamore Street X NP 6.0 (13)231 1606 Leverette X X X P 6.7 (13)232 Easement 1606 Leverette X NP 4.5 (13)233 Easement Leverette X X NP 4.1 (13)234 2032 Gregg Street X X X X NP 7.0 (14)002 Hatfield Street X X X NP 6.4 (14)003 Hatfield Street X X X P 6.3 (14)004 Hatfield Street X X X X NP 6.8 (14)005 Easement Hatfield S. X X X NP 7.2 (14)006 Easement Hatfield S. X X X X NP 6.8 (14)007 1203 Sang Avenue X X X X P 7.3 (14)008 1139 Sang Avenue X X X X P 6.1 (14)009 Holly Street X X X X P 5.7 (14)010 2201 Holly Street X X X P 4.1 (14)011 2233 Holly Street X x x P 3.8 (14)012 2339 Holly Street X X x P 3.8 (14)013 Sang Avenue X X X X P 7.8 (14)014 2017 Lawson X X X NP 4.8 (14)015 Sang Avenue X X X P 11.2 (14)016 Sang Street X X X P 12.6 (14)017 Sang Street X X X P 12.3 LEGEND P - Paved NP - Non -paved * - Drop Manhole VWork Item 1. 2. 3. 4. 5. 7. 8. 10. Description Replace Frame and Cover Replace Cover Replace Frame Seal Frame and Grade Adjustment Interior Coat Manholes Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole Replace Bench and Trough Replace Manhole (P) Partial, (C) Complete Grout Manhole Walls (poured manholes) Grout Bench and Trough only I 16 Ii I 7 I II FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (14)018 Easement Sang Street C P 2.6 (14)019 Sang Street X X X X P 9.8 (14)020 Sang Street X X x NP 5.7 (14)021 1707 Sang Street X X X NP 5.2 (14)022 23 Sang Street X X X NP 6.3 (14)024 Sang Street X X X NP 5.8 (14)025 Sang Street X X X NP 4.7 (14)026 1500 North Sang X X X NP 10.2 (14)029 1747 Sang Street X X X X X P 5.6 (14)030 Deanne X X X X NP 7.2 (14)031 Deanne X X X X NP 5.4 (14)032 Sang Street X X X X P 5.2 (14)033 1759 Deanne X X X X P 5.9 (14)034 Hatfield Avenue X x P 4.4 (14)035 2214 Hatfield X P 4.8 (14)036 1212 Sang Street X X P 5.2 (14)037 1238 Holly Street X X X P 7.5 (14)038 1147 Turner Avenue X X X X P 5.6 (14)039 Turner Avenue X X X X P 5.1 (14)040 1910 Holly Street X X X P 8.8 (14)041 1910 Holly Street X X X X P 10.6 (14)042 1892 Holly Street X X X X P 6.4 (14)043 1207 Vista Place X X X. P 5.0 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item 1. 3. 4. 5. 6. 7. 8. 0. 10. Description Replace Frame and Cover Replace Cover Replace Frame Seal Frame and Grade Adjustment Interior Coat Manholes Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole Replace Bench and Trough Replace Manhole (P) Partial, (C) Complete Grout Manhole Walls (poured manholes) Grout Bench and Trough only II 17 I I I I I it I I I I 1 I I I I 11 FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (14)044 Vista Place X X X X P 6.1 (14)045 Easement Vista Place X X X X NP 5.8 (14)046 Easement Lewis X X X X NP 6.3 (14)047 1204 Lewis X X X x P 10.5 (14)048 1204 Lewis X X X X P 7.5 (14)049 Lewis X X X X NP 6.1 (14)050 Easement Lewis X X X X NP 4.5 (14)055 Valley View Drive X X X X NP 12.8 (14)058 1137 Oak Drive X P 5.3 (14)059 Oak Drive X X X X P 9.3 (14)060 1017 Eva Avenue C P 5.6 (14)061 938 Eva Avenue X X X X P 6.5 (14)062 908 Eva Avenue X X X X P 6.4 (14)063 Easement North X NP 3.8 (14)064 Easement North X X X NP 6.6 (14)065 Easement Lewis Avenue X X X NP 3.8 (14)066 Lewis Avenue X X X NP 8.2 (14)067 1022 Valley View* C NP 9.2 (14)069 987 Oak X X X NP 5.8 (14)071 933 Oak* C NP 6.8 (14)072 933 Oak X X X NP 5.9 (14)073 Lewis Avenue X X X NP 6.0 (14)074 Lewis Avenue X X X NP 5.1 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only I 18 i ' FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Work Item Surf Depth Manhole Location 1 2 3 4 5 6 7 8 9 10 Type (ft) (14)075 Easement Lewis Avenue X X X NP 5.5 (14)076 Easement Lewis Avenue X X X NP 3.9 (14)077 893 Lewis Avenue X X X NP 4.6 1 (14)078 931 Lewis Avenue X NP N/A (14)082 Easement Oak X X .NP 6.1 (14)083 Easement 1506 Oak X X NP 11.0 (14)084 1600 West Sunset Place X X X NP 6.8 (14)085 1492 Sunset X X X NP 5.2 (14)086 1600 West Sunset Place X X X X NP 4.2 (14)087 1555 Sunset Place X X X NP 10.5 (14)088 Sunset Place X X X NP 4.3 (14)089 1485 Sunset Place X X NP 5.3 (14)090 Lawson X X X X NP 4.3 (14)092 Easement Lawson Street X X X NP 7.7 (14)093 Easement Lawson X X X NP 5.7 (14)094 1850 Lawson X X X X NP 7.3 (14)095 Lawson Street X X P N/A (14)096 Lawson Street X X X X P 6.7 (14)097 1908 Lawson Street X X X X NP 5.3 (14)098 2017 Lawson Street X X X X NP 3.7 (14)099 Lawson Street X X X X X P 6.0 ' (14)100 Lawson Street X X X X P 6.3 (14)101 Lawson Street X X P 5.0 LEGEND ' P - Paved NP - Non -paved * - Drop Manhole Work Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only 1 19 I I I I I El I L I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (14)102 Easement Lawson Street X X X X NP 6.3 (14)103 Easement Lawson Street X X NP 4.3 (14)104 1358 Lewis Avenue C P 7.5 (14)105 1358 Lewis Avenue X X X P 6.0 (14)106 Lewis Avenue X X X X NP 5.1 (14)107 Easement Lewis Avenue X X X NP 8.9 (14)108 Easement Lewis Avenue X X X X X P 8.5 (14)109 Easement Lewis Avenue X X X X NP 9.1 (14)110 Easement Lewis Avenue X X X NP 9.7 (14)111 1716 Lewis Avenue X X X X NP 9.2 (14)112 1737 Lewis Avenue X X X X NP 3.8 (14)114 Apt/Lewis Avenue X X X NP 7.4 (14)115 Apt/Lewis Avenue X X X X P 4.6 (14)116 Easement Lewis Avenue X X X X NP 4.9 (14)117 Lewis/Cedar X X X X P 7.5 (14)118 1200 North Lewis X X X P 8.9 (14)119 Cedar Street X X X X P 8.8 (14)120 Cedar Street X X X X P 8.8 (14)121 North Oak Avenue X X X X P 10.0 (14)122 Cedar Street C P 5.5 (14)123 Cedar Street X X X X NP 5.1 (14)126 Sunset Avenue X X X X NP 4.8 (14)127 Sunset Avenue X X X X. P 5.6 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only 1 20 I I I I I I [l I L [1 I I I Li I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (14)128 Vista Drive X X X X P 5.7 (14)129 Sunset Avenue X X X X X P 4.8 (14)130 935 Sunset X X X X P 5.8 (14)131 Sunset X X X X P 7.6 (14)132 817 Sunset X X X X P 6.3 (14)133 1627 Hefley X X X X P 5.4 (14)134 1551 Hefley X X X X P 11.8 (14)135 1511 Hefley X X X x P 6.1 (14)136 Lewis Avenue X X X P 7.0 (14)137 Mt. Comfort X X X X P 5.7 (14)138 Mt. Comfort Road X X X X NP 5.8 (14)139 1444 Mt. Comfort X X X NP 9.4 (14)140 1436 North Stephens X X X X P 11.2 (14)141 Stephens X X X X P 5.4 (14)142 Stephens X X X P 5.2 (14)143 Stephens X X X X X NP 4.8 (14)144 Stephens X X X X NP 7.3 (14)145 Stephens X X X X NP 8.7 (14)146 Mt. Comfort X X X X P 5.7 (14)147 1333 Mt. Comfort X X X P 6.5 (14)148 Mt. Comfort X X X X P 5.8 (14)149 1222 Mt. Comfort X X X X P 5.8 (14)150 1209 Mt. Comfort X X X X P 6.0 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only I 21 FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (14)151 1175 Mt. Comfort X X X X P 5.9 (14)152 Mt. Comfort Road X X X X P 5,3 (14)153 Mt. Comfort X X X X P 7.0 (14)154 1107 James X X X X P 6.4 (14)155 1208 James X X X X P 7.3 (14)156 1447 Mt. Comfort X X X P 6.3 (14)157 1517 Stephens X X NP N/A (14)158 Stephens X X P 9.1 (14)159 Stephens X X X X P 9.0 (14)160 Stephens Avenue C P 5.2 (14)161 Stephens Avenue X X X X P 6.5 (14)163 Easement Deane X X X X NP 8.9 (14)164 Easement 505 Deane X X X X NP 7.3 (14)165 Easement 1552 Deane X X X X NP 4.1 (14)167 1715 Lynn's X X X X NP 4.8 (14)168 1219 Deane X X X NP 5.0 (14)169 Easement Deane X X X X X NP 4.6 (14)170 1620 Stephens C NP 5.1 (14)171 1620 Stephens C NP 4.7 (14)172 1609 Maxwell C NP 5.6 (14)173 1247 South Maxwell X X X X NP 5.5 (14)174 1226 South Maxwell X X X X NP 5.8 (14)175 1205 South Maxwell X X X X NP 7.4 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item 1. 3. 4. 5. 6. 7. 8. 0. 10. Description Replace Frame and Cover Replace Cover Replace Frame Seal Frame and Grade Adjustment Interior Coat Manholes Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole Replace Bench and Trough Replace Manhole (P) Partial, (C) Complete Grout Manhole Walls (poured manholes) Grout Bench and Trough only 22 I I I I I I II I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (14)176 1135 South Maxwell X X X X NP 6.1 (14)177 1631 North Maxwell C NP 5.3 (14)178 1340 Maxwell X X X X NP 5.3 (14)179 North Maxwell X X X X NP 5.3 (14)180 1157 North Maxwell X X X X .NP 6.1 (14)181 1135 North Maxwell X X X X P 6.0 (14)183 Hendrix X X X X P 7.6 (14)185 1314 Hendrix X X X X P 5.9 (14)186 1237 Hendrix X X X X P 6.8 (14)187 Hendrix X X X X P 6.4 (14)188 1318 Hendrix X X X P 5.3 (14)189 1420 Addington X X X x P 6.0 (14)190 1420 Addington C P 6.9 (14)191 1218 Carter X X X X NP 6.2 (14)192 Lawson X X X X P 7.4 (14)193 Lawson X X X P 6.8 (14)194 2367 Hatfield X X X NP 3.8 (14)195 Lewis X X X C NP 9.0 (14)197 1408 Addington X NP 7.3 (14)198 Mt. Comfort X NP 7.3 (14)199 Mt. Comfort X NP 5.9 (14)200 Mt. Comfort X NP 5.7 (14)201 1152 James X P 6.8 LEGEND P - Paved NP - Non -paved * - Drop Manhole IWork Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only ' 23 Lr] II FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (14)202 1152 James X X P 4.9 (14)204 1115 Oak x x P 9.3 (17)001 Frontage Road X X NP 16.0 (17)002 Easement Joyce Street X X X P 6.4 (17)003 Arbington X NP 4.2 (17)009 Eastborough Court X P 2.4 (17)010 Easement Eastborough X X NP 7.2 (17)012 Mud Creek X NP N/A (17)014 Mud Creek X (17)016 Old Missouri X NP N/A (17)041 Front Street X X X NP 15.3 (17)043 Front Street X NP 10.7 (17)044 Mud Creek X X NP 11.0 (17)045 Joyce Street x x NP 9.3 (17)046 Joyce Street X X X NP 9.1 (17)047 Joyce Street X X NP 9.1 (17)048 Joyce Street X NP 10.3 (17)049 Joyce Street X NP 6.8 (17)050 Joyce Street X NP 9.8 (17)051 Joyce Street X NP 6.3 (17)052 Joyce Street X NP 8.7 (17)053 Joyce Street X X X NP 7.9 (17)054 Joyce Street X X NP 9.0 LEGEND ' P - Paved NP - Non -paved * - Drop Manhole Work Item 1. I 2. 3. 4. 5. 6. 7. 8. 9. 10. Description Replace Frame and Cover Replace Cover Replace Frame Seal Frame and Grade Adjustment Interior Coat Manholes Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole Replace Bench and Trough Replace Manhole (P) Partial, (C) Complete Grout Manhole Walls (poured manholes) Grout Bench and Trough only M, u I I I I I I I I I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (17)055 Joyce Street X NP 7.3 (17)057 Joyce Street X NP 8.8 (17)058 Easement Joyce Street X NP 5.8 (17)059 Easement Joyce Street X NP 6.3 (17)061 Easement Joyce Street X NP 9.7 (17)062 Easement Joyce Street X X NP 5.3 (17)063 Easement Joyce Street X NP 6.2 (17)064 Easement Joyce Street X NP 5.6 (17)065 Easement Joyce Street X NP 9.1 (17)066 Easement Joyce Street X P 9.9 (17)067 Easement Joyce Street X P 8.3 (17)068 Easement Joyce Street X NP 5.8 (17)069 3922 Park Oaks X NP 12.7 (17)070 1800 East Joyce X (17)071 Sterns Street X X NP 9.4 (17)072 Sterns Street X NP 6.0 (17)073 Sterns Street X NP 6.8 (17)074 Sterns Street X NP 6.7 (17)075 Sterns Street X X NP 6.5 (17)076 Sterns Street X NP 6.0 (17)077 Sterns Street X X X NP 8.0 (17)078 Sterns Street X X NP 6.0 (17)079 Sterns Street X X NP 9.6 LEGEND P - Paved NP - Non -paved * - Drop Manhole ' Work Item Description 1. Replace Frame and Cover ' 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment ' 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete ' 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only 1 25 rI I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (17)080 2157 Sterns X X X X NP 7.0 (17)081 Sterns Street X X NP 7.6 (17)082 Abington Court X X NP 9.7 (17)083 Eastbourough Court X X NP 8.8 (17)084 Eastbourough Court X X NP 8.9 (17)085 Easement Eastbourough X NP 8.2 (17)086 Frazier Ter. X NP 7.3 (17)087 Frazier Ter. X X NP 5.6 (17)089 Frazier Ter. X X NP 5.6 (17)090 1753 Zion Road X X NP 3.7 (17)092 1753 Zion Road X X NP 7.5 (17)093 Zion Road X X NP 6.9 (17)095 Zion Road X X X NP 8.8 (17)096 Frazier Ter. X X P 6.5 (17)097 Frazier Ter. X X X NP 7.8 (17)098 Frazier Ter. X P 8.4 (17)099 Frazier Ter. X NP 10.5 (17)100 Frazier Court X X NP 9.9 (17)101. Frazier Ter. X X NP 10.8 (17)102 Frazier Ter. X x NP 7.9 (17)103 Easement Zion Road X X X NP 7.0 (17)104 Zion Road X X NP 7.9 (17)105 Zion Road X NP 6.8 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item 1. 3. 4. 5. 6. 7. 8. 0. 10. Description Replace Frame and Cover Replace Cover Replace Frame Seal Frame and Grade Adjustment Interior Coat Manholes Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole Replace Bench and Trough Replace Manhole (P) Partial, (C) Complete Grout Manhole Walls (poured manholes) Grout Bench and Trough only II 26 I I I I I I I I I I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (17)106 Zion Road X NP 7.3 (17)107 Zion Road X NP 7.4 (17)108 Zion Road X NP 8.1 (17)109 Zion Road X NP 6.1 (17)110 Zion Road X •NP 9.3 (17)111 Zion Road X X X NP 8.3 (17)112 Zion Road X X X NP 8.6 (17)113 Zion X NP 8.2 (17)114 Talsiesin Lane X X X NP 6.0 (17)115 Talsiesin Lane X X X NP 8.6 (17)116 Talsiesin Lane X NP 8.7 (17)117 Zion Road X X P 18.7 (17)118 Zion X X NP 13.3 (17)119 Zion X X P 8.5 (17)120 Zion X X X P 5.9 (17)121 Zion Road X X X NP 6.2 (17)122 Zion X X P 5.9 (17)123 Zion Road X X P 6.2 (17)125 Zion Road X X NP 6.3 (17)126 Mud Creek X NP 11.3 (17)127 Mud Creek X X X NP 12.6 (17)128 Mud Creek X X X X NP 11.9 (17)129 Mud Creek X X X NP 11.8 LEGEND P - Paved NP - Non -paved * - Drop Manhole IWork Item Description 1. Replace Frame and Cover ' 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes ' 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only I 27 I I I I I I I I I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (17)130 Mud Creek X X X NP 10.8 (17)131 Mud Creek X X NP 10.3 (17)132 Mud Creek X NP 10.2 (17)133 Mud Creek X X NP 10.1 (17)135 Old Missouri Road X X NP 5.9 (17)136 3400 Old Missouri X NP 5.4 (17)137 Old Missouri X X NP 5.6 (17)138 3300 Old Missouri X X X NP 8.9 (17)139 3300 Old Missouri X X X X NP 4.7 (17)140 Sweetbriar Drive X X X X P 4.7 (17)141 2148 Sweetbriar X X X NP 5.3 (17)142 Sweetbriar Drive X X X •X NP 5.8 (17)143 Sweetbriar X X X X NP 4.2 (17)144 3400 Old Missouri X X NP 4.1 (17)145 Mud Creek X NP 4.2 (17)146 Mud Creek X X X NP 5.5 (17)147 Mud Creek X X X NP 5.0 (17)149 Mud Creek X X X NP 5.7 (17)150 Mud Creek X NP 5.7 (17)151 Mud Creek X X NP 7.8 (17)152 Mud Creek X NP 5.5 (17)153 Mud Creek X X X NP 9.1 (17)154 Mud Creek X X X NP 8.6 LEGEND P - Paved NP - Non -paved * - Drop Manhole ' Work Item 1. 3. 4. 5. 6. 7. 8. 0. 10. Description Replace Frame and Cover Replace Cover Replace Frame Seal Frame and Grade Adjustment Interior Coat Manholes Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole Replace Bench and Trough Replace Manhole (P) Partial, (C) Complete Grout Manhole Walls (poured manholes) Grout Bench and Trough only I 28 I I I l I I I I I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (17)155 Mud Creek X X X X NP 9.1 (17)156 Crossover X X X X NP 10.1 (17)157 Valley View Apartment X X X X NP 10.6 (17)158 Hwy 265/Crossover X X X NP 10.5 (17)159 Hwy 265 X X NP 5.1 (17)160 Easement Joyce Street X NP 4.7 (17)161 Easement Joyce Street X X X NP 6.2 (17)162 Joyce Street X X X NP 7.1 (17)163 Easement Joyce Street X X NP 5.1 (17)164 Easement Joyce Street X X X NP 8.4 (17)165 Easement Joyce Street X X X NP 4.8 (17)166 Easement Joyce Street X X •X NP 8.0 (17)167 Golf Course X X NP 4.8 (17)170 Mud Creek X X X NP 7.6 (17)171 Mud Creek X X X NP 4.0 (17)173 2596 Sweetbriar X X X NP 7.0 (17)174 2506 Sweetbriar X X X NP 5.3 (17)175 2470 Sweetbriar X X X NP 5.4 (17)176 2420 Sweetbriar X X X X P 4.2 (17)177 2334 Sweetbriar X X X NP 5.0 (17)178 2319 Sweetbriar X X NP 6.4 (17)179 2599 Sweetbriar X X NP 5.1 (17)180 2560 Elaine Avenue X X X X P 5.3 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes ' 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only ' 29 I I I I I 7 I I I 11 FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (17)182 2433 Elaine Avenue X X NP 4.9 (17)183 2356 Elaine Avenue X X NP 6.0 (17)184 2316 Elaine Avenue X X X X NP 5.7 (17)185 Sharon Street X X X NP 3.9 (17)186 Sharon Street X X X . P 5.8 (17)187 Sharon Street X x NP 5.9 (17)188 Sharon Street X X X NP 4.3 (17)189 Sharon Street X X X NP 4.1 (17)190 Sharon Street X X X X NP 4.5 (17)191 Katherine Road X X X NP 2.4 (17)192 Katherine Avenue X X X NP 2.6 (17)194 Warwick Drive X X X NP 11.9 (17)195 Warwick x X X X P 11.3 (17)196 Kings Cross X X NP 8.3 (17)197 Kings Cross X X X X NP 11.0 (17)198 Warwick x X X NP 11.7 (17)199 Warwick X X X NP 10.1 (17)200 Katherine & Warwick X X P 7.6 (17)201 Katherine Avenue X X P 3.3 (17)202 Katherine Street X X NP 4.6 (17)205 Charing Cross X X X NP 6.7 (17)206 Kings Cross X X X NP 2.8 (17)208 Tartan Way X X X NP 7.2 LEGEND P - Paved ' NP - Non -paved * - Drop Manhole ' Work Item Description 1. Replace Frame and Cover ' 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only ' 30 I I I [l I I I 1 I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (17)209 Katherine & Charing X X X NP 10.5 (17)210 Katherine Avenue X X X NP 7.9 (17)211 Katherine Avenue X X NP 6.4 (17)212 Katherine Avenue X X X P 5.9 (17)213 Katherine Avenue X X X X NP 6.8 (17)214 Katherine Avenue X X X NP 6.9 (17)215 Charing Cross X X NP 10.3 (17)216 3251 Charing Cross X X X X NP 9.4 (17)217 Katherine Avenue X X X X NP 5.4 (17)219 3176 Katherine X X NP 6.6 (17)220 3124 Tartan X X X NP 7.4 (17)221 Tartan Way X X X NP 6.4 (17)222 Warwick X X X NP 6.4 (17)223 Warwick X X X NP 10.2 (17)224 Warwick X X X NP 12.9 (17)226 Warwick X X NP 4.3 (17)227 Warwick Drive X X NP 4.8 (17)228 Warwick Drive X X X X NP 8.0 (17)229 Warwick X X NP 4.3 (17)230 Warwick X X NP 8.1 (17)231 Warwick X X NP 4.6 (17)232 Warwick Drive X X NP 4.3 (17)233 Easement Warwick X X NP 6.1 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment ' 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete ' 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only ' 31 I I I I I [1 [1 I [.1 I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (17)234 Quainton Court X X X X NP 9.8 (17)235 Quainton Court X X X NP 11.3 (17)236 Warwick X X X X NP 7.9 (17)237 Warwick Drive X X X X NP 7.3 (17)238 Warwick X X X NP 11.0 (17)239 Warwick X X X NP 7.9 (17)240 Warwick X X X NP 5.6 (17)241 Warwick X X X NP 7.4 (17)242 Katherine Avenue X X X X NP 5.7 (17)243 Oak Bailey X X X NP 5.9 (17)244 Oak Bailey X X NP N/A (17)245 Oak Bailey X X NP 5.3 (17)246 Katherine Avenue X NP 5.3 (17)247 1800 East Joyce X X X NP 7.3 (17)248 1800 East Joyce X NP 5.8 (17)249 Parkview/Parkish X NP N/A (20)001 Douglas Street X X X X P 7.3 (20)002 600 Douglas X X X X P 3.8 (20)003 Douglas Street X X X X P 4.8 (20)004 Douglas Street C P 5.8 (20)005 Douglas Street X X X X P 5.0 (20)006 524 Whitham X X X X P 7.3 (20)007 Easement Maple X X X X P 6.4 LEGEND P - Paved NP - Non -paved * - Drop Manhole IWork Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes ' 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only 32 7 I I1 I I I I I I LI 1J FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (20)012 Maple X X X X P 6.8 (20)014 902 Maple X X X X P 7.5 (20)015 515 Storer X X P 4.1 (20)016 Storer X X X P 3.6 (20)017 902 Maple C NP 5.3 (20)018 Maple C NP 4.8 (20)019 Easement Maple X x P 5.3 (20)021 800 West Maple X X X X NP 4.5 (20)022 900 West Maple C NP 4.4 (20)023 900 West Maple C P 4.6 (20)026 800 West Maple C NP 5.1 (20)027 800 West Maple C NP 5.3 (20)028 800 West Maple C P 7.3 (20)029 800 West Maple C NP 4.0 (20)030 800 West Maple C NP 2.7 (20)032 800 West Maple C NP 4.1 (20)035 700 West Maple C NP 3.8 (20)036 700 West Maple C NP 2.8 (20)037 700 West Maple C NP 3.9 (20)038 700 West Maple C NP 4.4 (20)039 700 West Maple C NP 2.7 (20)151 902 Maple C P 2.9 (20)152 800 West Maple X X X X NP 12.1 LEGEND P - Paved NP - Non -paved * - Drop Manhole IWork Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes ' 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only 33 I I I I l Il Cl I El I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (20)153 800 West Maple X X X X NP 5.0 (21)001 1206 Porter Road X X NP N/A (21)002 1240 Porter Road X X X X P 5.2 (21)004 Easement Porter Road X X X X NP 3.0 (21)005 1240 Porter Road X X X X P 4.5 (21)006 2371 Holly X X x P 4.8 (21)007 2355 Holly X X X X p 5.8 (21)008 1205 Porter Road X X X P 5.2 (21)009 1340 Porter Road X X X P 6.1 (21)010 1443 North Porter X X X X P 6.9 (21)011 1797 Ora Drive X X X X P 5.8 (21)012 1206 Porter Road X X X X P 4.8 (21)013 2452 Valley X X X NP 4.6 (21)014 2522 Valley X X X NP 3.3 (21)015 1140 Porter Road X X X NP 5.3 (21)017 2228 Hatfield X X X X NP 5.1 (21)020 1140 Porter Road X P 6.3 (21)021 Easement Porter Road X X X NP 3.5 (21)023 .2360 Weddington X X X X NP 6.0 (21)024 2431 Lancelot X X X X P 5.1 (21)025 960 Lancelot X X X X P 5.0 (21)026 960 Lancelot X X X X P 5.2 (21)027 Easement Lancelot X X X NP 5.5 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes ' 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only ' 34 H I I I I I I I 1 I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (21)028 Easement Lancelot X X X X NP 4.8 (21)029 Easement Hwy 16 West X X X X NP 5.7 (21)030 Easement Hwy 16 West X X X X NP 5.5 (21)031 Easement Hwy 16 West X X X X NP 7.1 (21)032 Easement Lancelot X X X X .NP 6.8 (21)035 Shiloh Road X X X X NP 5.3 (21)036 Marvin Drive X X X X X NP 3.7 (21)037 Marvin Drive X X X X NP 5.5 (21)038 Marvin Drive X X X X NP 4.5 (21)039 Marvin Drive X X X X NP 3.9 (21)040 Marvin Drive X X X X NP 3.0 (21)041 Easement Betty Jo X X X X NP 4.8 (21)042 Easement Betty Jo X X X X NP 4.4 (21)043 Marvin Avenue X X X NP 4.4 (21)044 719 Betty Jo X X X NP 3.7 (21)045 904 Betty Jo X X X NP 3.7 (21)046 952 Betty Jo X X NP 2.8 (21)047 1044 Betty Jo X X X NP 2.3 (21)048 1035 Betty Jo X X NP 2.3 (21)049 Betty Jo X X X X NP 3.8 (21)050 640 Betty Jo X X X NP 4.1 (21)051 594 Betty Jo X X X P 4.6 (21)052 546 Betty Jo X X X NP 5.3 LEGEND P - Paved NP - Non -paved * - Drop Manhole Work Item 1. 2. 3. 4. 5. 6. 7. 8. 10. Description Replace Frame and Cover Replace Cover Replace Frame Seal Frame and Grade Adjustment Interior Coat Manholes Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole Replace Bench and Trough Replace Manhole (P) Partial, (C) Complete Grout Manhole Walls (poured manholes) Grout Bench and Trough only L 35 H I u Li I I I HI FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (21)053 506 Betty Jo X X X X NP 5.9 (21)054 Lonnie Avenue X X X X P 6.2 (21)055 Lonnie Avenue X X X X NP 5.8 (21)056 2352 Lonnie Avenue X X X X NP 6.4 (21)057 2345 Ora Drive C NP 6.3 (21)060 2340 Berry X X X X P 6.7 (21)061 2304 Berry X X X X NP 5.3 (21)062 2200 Berry X X X X X P 4.9 (21)063 2110 Berry X X X X P 7.4 (21)064 Lonnie Avenue X X X X NP 5.7 (21)065 Easement Lonnie Avenue X X NP 6.4 (21)066 Easement Lonnie Avenue X X NP 8.1 (21)067 Easement Lincolnwood Drive X X X NP 10.8 (21)068 Easement Lincolnwood Drive X X X X NP 14.3 (21)069 2141 Loren Circle X X X X NP 11.3 (21)070 Lincolnwood X X NP 6.4 (21)071 Easement Lincolnwood Drive X X X X NP 6.5 (21)072 Sang Avenue X X X X NP 8.3 (21)073 Sang Avenue X X X X NP 8.3 (21)074 Sang/Loren Circle X X P 6.3 (21)075 Loren Circle X X X NP 7.7 (21)076 2153 Loren Circle X X X X NP 8.3 (21)077 2145 Loren Circle X X X NP 3.8 LEGEND 'P - Paved NP - Non -paved * - Drop Manhole IWork Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete ' 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only ' 36 I I I l -I I Ii I r I I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (21)078 2135 Loren Circle X X X X NP 3.5 (21)079 Loren Circle X X X X NP 5.1 (21)080 Loren Circle X X X X NP 5.9 (21)081 2119 Loren Circle X X X NP 7.5 (21)082 Easement Loren Circle X X X X NP 5.4 (21)083 Easement Loren Circle X X X X NP 3.3 (21)084 Sang Avenue X X X X P 7.0 (21)085 Sang Avenue X X X X P 5.3 (21)086 2100 Loren Circle X X X X NP 7.2 (21)087 2114 Loren Circle X X X X NP 4.6 (21)088 Sang Avenue X X P 6.3 (21)089 422 Sang Avenue X X X X P 6.4 (21)090 Sang Avenue X X X P 6.0 (21)091 404 North Sang X X X P 6.4 (21)092 Halsell Road X X X X NP 6.1 (21)093 Halsell Road X X X X NP 6.8 (21)097 2348 Ora Drive X X X X NP 6.0 (21)098 Easement 1077 Sang X X X X NP 5.3 (21)099 Easement 1077 Sang X X X X NP 5.8 (21)103 1794 Ora Avenue X X X NP 9.6 (21)104 903 Sang X X X X P 5.8 (21)106 2000 West Berry X X X X NP 6.8 (21)107 Easement Berry Street C NP 6.4 LEGEND P_- Paved NP - Non -paved * - Drop Manhole Work Item 1. r 2. 3. 4. 5. 6. 7. 8. 10. Description Replace Frame and Cover Replace Cover Replace Frame Seal Frame and Grade Adjustment Interior Coat Manholes Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole Replace Bench and Trough Replace Manhole (P) Partial, (C) Complete Grout Manhole Walls (poured manholes) Grout Bench and Trough only I 37 I I I I I iri I I I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (21)108 Easement Berry Street X X X NP 6.4 (21)110 1833 West Ora X X NP 6.3 (21)111 1797 Ora Drive X X X NP 4.5 (21)112 Berry Street C NP 5.3 (21)113 1850 Berry Street C .NP 6.1 (21)114 1794 Berry Street X X X NP 5.9 (21)115 1794 Berry Street X X X NP 5.4 (21)116 Berry Street X X X X NP 11.8 (21)117 750 Fowler X X X X P 9.7 (21)118 761 Cedarwood C NP 7.4 (21)119 760 Cedarwood X X X X NP 5.5 (21)120 708 Fowler X X X X P 7.8 (21)121 743 Cedarwood X X X X NP 7.8 (21)123 733 Sang X X X X P 10.3 (21)124 633 Sang X X X X X P 9.7 (21)125 Cleveland x X X X P 6.8 (21)126 Cleveland/Fowler X X X X P 6.8 (21)127 Cleveland x X X X P 7.0 (21)128 Cleveland/Lewis X X X X X P 7.8 (21)129 1651 Cleveland C P 9.7 (21)130 Easement 629 Gray X X X X NP 3.7 (21)131 Easement 629 Gray X X X X NP 6.2 (21)132 Easement 607 Gray X X X X NP 4.7 LEGEND P - Paved NP - Non -paved * - Drop Manhole IWork Item Descrintio 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete ' 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only ' 38 I I I I I I I I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (21)133 500 North Gray X X X X NP 5.5 (21)134 500 North Gray X X X NP 5.2 (21)135 500 North Gray X X X NP 5.6 (21)136 500 North Gray X X X NP 5.0 (21)137 1698 Cleveland X X X X P 7.3 (21)138 648 Gray* C P 9.0 (21)139 Easement 648 Gray X X X X NP 5.0 (21)140 629 Gray X X X P 6.3 (21)141 629 Gray Avenue X X X X P 6.7 (21)142 1506 Cleveland C P 5.2 (21)143 1439 Cleveland X X X X P 7.5 (21)144 670 Oliver Avenue X X X X P 6.1 (21)145 629 Oliver Avenue X X X X P 9.0 (21)146 Easement Berry Street X X X NP 5.6 (21)147 Archer X X P 5.0 (21)148 2113 Maple X X X NP 6.0 (21)149 1240 Porter Road X X P 4.5 (22)002 Frontage Road C NP 7.8 (22)003 Frontage Road X X X X X NP 8.1 (22)004 Frontage Road X X X X P 7.5 (22)005 Frontage Road X X X NP 7.6 (22)006 Joyce Street X X NP 4.0 (22)007 Stern Street X X X NP 5.9 LEGEND P - Paved NP - Non -paved * - Drop Manhole IWork Item Description 1. Replace Frame and Cover ' 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete ' 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only 1 39 I I I I [1 I I I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (22)008 Joyce x x x X NP 5.3 (22)009 Stern X X X P 4.0 (22)010 Front Street X X X x P 3.8 (22)011 Front Street X X X NP 7.8 (22)012 Front Street X X X P 7.4 (22)013 Easement Frontage X X X X NP 6.6 (22)015 Shepard Lane X X NP 5.9 (22)016 Shepard Lane X X NP 8.8 (22)017 Shepard Lane X X NP N/A (22)018 Shepard X X NP N/A (22)019 Easement 4210 Frontage X X X NP 5.0 (22)021 4210 Frontage X X X NP 4.5 (22)022 Frontage Road X X X NP 6.5 (22)027 Zion/Frontage X NP 9.6 (22)029 Zion Road X X X NP 7.4 (22)030 Zion Road X X NP 5.8 (22)031 Gabel Drive X X NP 5.8 (22)032 Zion X X NP 6.9 (22)033 Zion X X NP 2.9 (22)035 Frontage Road X NP 6.1 (22)036 Zion X X P 7.5 (22)037 Zion Road X X P 8.5 (22)038 Hwy 71 X X X P 4.8 LEGEND ' P - Paved NP - Non -paved * - Drop Manhole Work Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment 5. Interior Coat Manholes ' 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only ' 40 F I I I I I I I I I n 1I I FAYETTEVILLE PHASE II MANHOLE REHABILITATION SCHEDULE Manhole Location Work Item Surf Type Depth (ft) 1 2 3 4 5 6 7 8 9 10 (22)039 Hwy 71 X X P 5.1 (22)040 Hwy 71 X X X P 4.5 (03)105 2510 Brophy C P 18.0 LEGEND ' P - Paved NP - Non -paved * - Drop Manhole Work Item Description 1. Replace Frame and Cover 2. Replace Cover 3. Replace Frame 4. Seal Frame and Grade Adjustment IS. Interior Coat Manholes, 6. Grout Pipe Seals, Bench and Trough, and Lower 18" Manhole 7. Replace Bench and Trough 8. Replace Manhole (P) Partial, (C) Complete ' 9. Grout Manhole Walls (poured manholes) 10. Grout Bench and Trough only ' 41 o z - r CC I zz RAZORBACK RD. rn� z O— S. z STADIUM � i m m y OR. m GARLAN¢„ N _ _ ARKANSASA co J •• I n I �1 • � I Cj , ��Ir •• O V V z�ii O ST j EJ{9 r. • J • w ^— I i v r � fl ^� ADY j N 9 O (1111 C II m •�� INCO ST. { RLES • __ 1 i I. H-- -� -'-t i !� o i �� I II ii U5ETH-��- O O % r—.. O � —I a. MR N N N N Ht O c00 O O O AVE.'S tp (CC v'. V J I N V v O I in D WHITHA v flU o V tp —S o f a FRl � o J A zN I_w Lnu O o -� z - l O � I - _yr ..L. Vjt; S. U GREG0 w fl , WUULSbY r ii i II Ii AVE. I I �DI! N�HCOT Ii • G tJ ''r i 1 I AVF , V W A i xasr" • • --xz m G) z m fx �x z Z—� 'ra=mm w 0 �m Dm zF•ri z z Nom.4� a w 5-4 r= nmr M m zx -am �Nm 3 z jZ O1 -r zm on v m N G o -'2-7/ STEVENS AVE. cc- ______ rZ o ) fl s z- �� /711 .`•�. —Z , iy u per i- r b W ••• -a a in O O m A • j� x ? A • JAN IC v �••� ��N ,• ydo _1_•..... I •Iwwwiw. b- -. S. ___ �.....r.. ._.. wrNrw ... N N G (ANDS L. ±-.. _5� H P4 O C vw�� w0 .AKLANDWa - C co*O 'e P r 4 W a II',, 4 N C N— S ORER AVE. N 4 I i ��` • r N N 4 W N , OI 1 7 N1 IG t 4 m J V .. Oi� 1 p - N O a N P I.. I N b NG 1 W w W LEVRETT 4004`+ vAVE. v � -, �, II m N LW v a L�-Nb b V Oi U V < p P ___ I + - _ �r D v •�a 'x';---- _ N O A ` - - -- 1O •1 a - A •• - w7 V OI •• 3 • —' GRE(% ! !� AVE, °J a I I I-, I___ AVE.Ij I I� �a tI J H' i __c i !NS+INCTON oIIANEETAH IJL--JI 2.'0 Ak tai .0 In xwi -i r ' - y - w' i I' o Z Ii O 4 'I S T • 00 p ` I- W C N 4 I V V V J S A 4VE. r V 00 b J A PC O O C O JJ 4Ti a• m o I WOODLAND AVE. bN f z? N a :P / -? J b w.rr� 1 �. wwwwww .� __ P J N L tD0`i! S. 4. t XDDrr. -< I ._,0 mz=z�OOO CA I r' '�wm0T1 n m vD oD G) '� H * zz mz m Zi —D ozo Z m =mm ao mr mr 0 Inn o r o z a ao cn ra< v r^ Vic) amr m m �x �m > r r z = D v —cnm 3 z �C zm zm I om v -� w zo m z I1J ft C) 0 N C - r Z 0 C m -a z- �'z z. m m =- -- M 4) -u'. BETTY C' JO o 'a Ii'c4� • o 1 I IA "__._� ,_ SANG .AVE. b f"P 4 b N N 0 f-flo u H --- j11 N r -1 .t h I I I „ iORN IBY ! OUVER � ��f RAZORBACK - - RDI � N _ 8 a. O {/ O b -J (CABINET LANE Ll- END AYE. �/ ' I AVE. 1 1 I AVE. I GARLAND AVE. It r wAmtn� • D m mZ 0Z N Z m -4rr _ r z Z m mr _r, G pv)>Mf O m am —W m C2 zr �m z m a� min NDmF z m zz _m —cnm 3 z �r zm in ; Zo v m m m • �N p i t O A t u G 7 - L D Ui ?STEVENS A b U n 11 a • . •a i f •• ;I II • II ! ri -A-,I I 9 o • I L__ ,lt UII IIT •"; I2 i I • t I 1j � ! i I I � • Im �N NU �7`III fir; It - N � X S O 17, m N ww �........s.... ...... 'Z.l .YI GARLAND `` I I I C .1 I N I. I I ZION ROAD \,\ 11J 117'116 119 120 ZION ROAD I Z. _ 1 4. a 30 32 DON OAD�_ p.� 22 -125 `. x 3 tlj 112 1 . '; J3 ✓cJ i '/' 114 �'—� Jl 2 1 10 10 1U 1 7 0610 170 Z 115 121 ' xi l; LTI / 116S t0VARIE OR_622/i 92�/ /�_ 96 98100 1ij'LANE91 8 86 FRAZI�7� /i �I j8J r TERR. 15 ! N / 77 7 I i K 1 `' f 14 3 7 7111 X82 t/� u� 17 W ' >1 13 • 7 6 4 71 5 ST. 1 f , 70i 72 7 7 808\ Z ..--- STERN ST. .fir 61 1 «.----. 80� 62 63 5 , 57�� �'67 Ii +'_I i 56 11 s6 s 1 , 89 I �� 1 i ; 50 51 52 55 W 249 �I I \` O e ./ 4a 247 S II I t I 31 `, 18 F.M. �32 134 133 <H iii ai.9ST.�� Jr. MAROLO RD. I j i l ! 8RUr RCUFF �J I) CORTLA_ D ETON ST. U ; URMAN j1 ii LEGEND • MANHOLE SCHEDULED FOR REHABILITATION • MANHOLE WITH zo IDENTIFICATION NUMBER *-----+-----e- + SEWER LINE SEGMENT ----- BASIN BOUNDARY RJN GROUP, INC. CONSULTING ENGINEERS ..---- ___t ,_44 145 146' 135 It i44 136 t77 138 141 142 143 \139 1 23 64 163 159 13 � 156 w 149 150 151 153 2 /*155 148 152 14 54 8. 15 I69'-. •170 ! /11/ i 93 79 20 j r 7 19 20 15 EROL ST. 202 I` • CHAg1NG 209 121 1 210 212 1 IG Y24 DR. CITY OF FAYETTEVILLE ILLINOIS RIVER WATERSHED MANHOLE REHABILITATION BASIN 17 & BASIN 22 EXHIBIT 4 OF 4 I I 1 I 1 '1 I I I I TABLE OF CONTENTS I I I Pi I I I 1 I BIDDING DOCUMENTS I I I Li I 1] I I I 11 I I I I CONTRACTUAL DOCUMENTS I I n I I I I I I I I LI I I I I I GENERAL CONDITIONS SECTION C I I I I C I7 I I I I I I I L I H I L E SUPPLEMENTARY CONDITIONS SECTION Cl I SUPPLEMENTARY CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and effect. B. Paragraph E.1: Availability of Lands Add the following sentence to the end of paragraph E.1: Contractor shall confine all construction activities within the easements indicated on the plans. C. Paragraph F.1: Performance and Other Bonds Add the following new paragraphs as part of paragraph F.1: e. Bonds meeting the requirements of Arkansas Highway and Transportation Department are required for all work performed within their right of ways. D. Paragraph F: Bonds and Insurance Add the following paragraph to Paragraph F: 7. Insurance Rating All insurance contracts must maintain a Best's Rating of A: Class VI or better. E. Paragraph N.7.: Correction Period Modify the heading and first sentence of Paragraph N.7. as follows: Two Year Correction Period If within two years after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any work is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions, either correct such defective work, or, if it has been rejected by Owner, remove it from the site and replace it with nondefective work. Supplementary Conditions City of Fayetteville C1-1 Sanitary Sewer Improvements C F CH heI 9 Paragraph 0.2.a: Application for Progress Payments Delete paragraph 0.2.a and substitute the following new paragraph: a. The Contractor, together with a representative of the Engineer, shall make an estimate of the value of the work performed ten days prior to a specified date each month in accordance with this Contract. The payment due date shall be determined at the preconstruction meeting. Paragraph 0.7.b: Review of Payment Requests Modify first sentence of paragraph 0.7.b as follows: a. "If the Owner fails to make payment thirty (30) days after receipt of invoice and Engineers approval, in addition to ..." Paragraph 0.8: Substantial Completion Add the following new paragraph as part of paragraph 0.8: 0.8.c. Substantial completion is defined as all excavation, material, labor, bedding, backfill, final restoration, and testing required to complete the work as defined in the Contract documents. Individual job numbers will be considered for substantial completion. Paragraph A.17: Engineer Delete paragraph A.17 and substitute the following new paragraph: 17. Engineer - The firms of RJN Group, Inc., Consulting Engineers, Dallas, Texas and McClelland Consulting Engineers, Inc., Fayetteville, Arkansas, acting through their authorized representatives. Supplementary Conditions City of Fayetteville Sewer System Improvements C1-2 rT�� Li I C I I �J rH I LI I I I I I C] I I U I C [_I C I I I I I I I I Li 1] LI CONSTRUCTION FORMS SECTION D I I I I I i I I I 1 I I 1 I 1 i DIVISION 1 - GENERAL REQUIREMENTS SECTION D1 I I I I ,I ,I I I I I I I I ii I I I I rl I I I I I 7 I I Li I DMSION 2 - SITE WORK SECTION D2 I J I Eli I 7 I I I I I I I I [J I MANHOLE REHABILITATION DETAILS SECTION E I I I I I I I I I I LI [1 rl In I I I SECTION F I I I I r I I I I I I I I I I I I I MANHOLE REHABILITATION SCHEDULE SECTION G I I I I I I I I I I I I [1 I I I I VOLUME I1 CONTRACT DOCUMENTS I