Loading...
HomeMy WebLinkAbout92-95 RESOLUTION• 1 RESOLUTION NO. 92-95 A RESOLUTION AWARDING A CONSTRUCTION CONTRACT 1'O HMG, INC., IN THE AMOUNT OF $1,231,073.60, PLUS A 5% PROJECT CONTINGENCY OF $61.554.00 FOR SEWER LINE REHABILITATION, WHITE RIVER WATERSHED MINISYSTEM 18B/C. BE IT RESOLVED BY THE ('ITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. The Council hereby awards a construction contract to HMG, Inc., in the amount of $1,231,073.60, plus a 5% protect contingency of $61,554.00 for sewer line rehabilitation, White River Watershed Minrsystem 18B/C, and authorizes the Mayor and City Clerk to execute same. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this j.ii day of June 1995. APPROVED: By: A7"1'ES'f: Traci Paul, City Clerk Fred Hanna, Mayor f 1 r • STAFF REVIEW FORM AGENDA REQUEST XXX CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of N/A- Mayor Approval. FROM: David Jurgens Nana • 1• Water & Sewer Public Works D:v:a:on ]apartment ACTION REQUIRED: The Mayor sign Change Order #1 to the construction contract with HMG, Inc., for Sanitary Sewer Rehab, White River minisystem 18B/C, for a contract increase of $4,000.00. These funds are well under the approved contingency of $61,554.00. COST TO CITY: $_4 000.00 $1.292,627.60 White Riv Mini 18B/C Cost of thin request Category/Pro,ect Budget 5400-5700-5815.00 Account Number 90012-8220 Project Hunker $1.231 073.60 runds used to date $61.554.00 CetegoryyProject Name Sewer Rehabilitation Program Name Water and Sewer Remalr]rg Balance rand ET REVIEW: X Budgeted Item Budget Adjustment Attached Budget C..rdlreto Acninlstrat:ve Services Director CONTRACT/GRANT/LEASE REVIEW: l Account . Manager ity Atter e rcsing oft_eer hAPF*E9 d5 Di on N Date /2'1'">S Date Date GRANTING AGENCY: /OA Cocr»nator 1)(1;•rte e1 Auditor 61 TA- . .1 Date Date EMENDATION: Staff recommends approving the change order. %tiOjPM 101(1 fr M a De tae,t Direct r Adm:,:err Mayor REHAB—BW VLSI a —607 . lH: late Cross Reference: Da•e New Item: YES NO 10,2�1� 5 Date Prev Ord/Res #: 92-95 /��j�/1 Date Orig Contract Date:06/20/95 • 14AS 1''ETIi i `T i a�I • THE CITY OF 'AVETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Thru: From: Date: Mayor Kevin Crosson, David Jurgens, Fred Hanna Public WorksNDire for+1111{ .c "'V Water/Sewer � October 18, 1995 Re: Change Order Number 1 to Construction Minisystem 18B/C Sanitary Sewer Rehabilitation Contract, , HMG, Inc. 1. General. The attached change order reflects changes in the sewer rehabilitation contract with HMG, Inc., which have been identified to date. This change is required in order for the project to accomplish its mission of eliminating inflow into this portion of the sewer system and reducing the sewer overflows at these points and downstream. 2. Work Item. The work to be performed in this change order involves replacing a 10' section of 12" pipe which is broken and which has significant air voids around the pipe. This creates both a potential safety problem and allows rain and ground water to enter the sewer system. 3. Budgeting. Funds for this change order will come from the contingency established for this project in Resolution 92-95 (attached), by which the original contract was approved. The contingency contains $61,554.00. This change order will reduce that amount by $4,000.00, leaving $57,554.00 in contingency funds. 4. Staff Recommendation. The Staff recommends that the change order be approved in the amount of $4,000.00, out of the contingency funds established for this project. Enclosures: Agenda Review Request Proposed Change Order Number 1 Resolution 92-95 REHAD-s[0OLS18-6 V 8. DzP CHANGE ORDER SHEET 1 OF 3 CHANGE ORDER NO. OWNER: Fayetteville, Arkansas PROJECT NAME: Sanitary Sewer Main Replacement and Rehabilitation White River Watershed Mini System 18 BJC, Contract II LOCATION: .Fayetteville, Arkansas PROJECT NO. 18-1152-00 CONTRACTOR: }IMG, Inc. DATE: Oct. 10. 1995 I. DESCRIPTION OF CHANGES INVOLVED: The following changes are hereby made to the Contract Documents: Establish a Lump Sum Price for a 10 LF Point Repair starting at the downstream end of Manhole (18B/C)130 and going east 10 LF. The manhole connection has a void around the existing 12 -inch VCP which allows inflow into the manhole. The 12 -inch VCP will be replaced with a 12 -inch PVC pipe and the void repaired at the connection with the manhole. Point Repair 2030 1 Lump Sum $4,000.00 Change Order City of Fayetteville Sanitary Sewer Improvements SHEET 2 OF 3 CHANGE ORDER NO. 1 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. 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 TINE 1. Final Completion Date of Original Contract 2. Net change due to all previous Change Order December 29, 1995 0 Days 3. Final Completion Date not including this Change Order No. 1 December 29, 1995 4. Addition to Contract Time due this Change Order No. 1 a. Avoidable Delay Extension 0 Days b. Unavoidable Delay Extension 5 Days 5. Final Completion Date including this Change Order No. 1 January 3, 1996 Change Order City of Fayetteville Sanitary Sewer Improvements 2 • • SHEET 3 OF 3 CHANGE ORDER NO. :V. ADJUSTMENTS IN AMOUNT OF CONTRACT: 1. Amount of original Contract $ 1.231.073.60 2. Net (Addition)(Reduction) due to all previous Change Orders Nos. to --- 3 3 Amount of Contract not including this Change Order $ 1.231,07B.60 4. (Addition) (Reduction to Contract due to this Change Order 5. Amount of Contract including this Change Order RECOMMENDED FOR ACCEPTANCE: 4,000.00 1,235,073.60 (For RJN Group, ACCEPTED: CONTRACTOR By: 1�arie 6JC,. ( tO/,I / 9f') Date Si OWNER: By: Signa ( D 'Z esentatave -2s / ate /114/66---- /1%17 1 re of Authorized Change Order City of Fayetteville 3 Sanitary Sewer Improvements STAFF REVIEW FORM __ AGENDA REQUEST XXX CONTRACT REVIEW GRANT REVIEW • For the Fayetteville City Council meeting of N/A- Mayor Approval. FROM: David Jurgens Name Water & Sewer Public Works DFv:e_on -leper rem ACTION REQUIRED: The Mayor sign Change Order #2 to the construction contract with HMG, Inc., for Sanitary Sewer Rehab, White River minisystem 18B/C, for a contract decrease of $78,034.90 and to reimburse $1,755 in previously deducted excess engineering payments. This change order represents the final work performed in the contract. COST TO CITY: $ (78 034 90) $1.292,627.60 Cost of tills regt.est Cetegcry/iralect Padget 5400-5700-5815.00 $1,2354_073.60 Account Nar ar Funds deed to date 90012-8220 $57,554.00 Pra+ect Number Kern_,_nq Be -erre White Riv Mini 18B/C ratego-y,P-n'ert Nero Sewer Rehabilitation FrOgrem Name Water and Sewer Fund BUDGEF REVIEW: X Budgeted Item / f I Budget C Budget Adjustment Attached Aam n:attettve Sarv..es tractor CONTRACT/GRANT/LEASE REVIEW: rlty Atto-ne eraheslnq O1f1e, Date /1- 27-5 y� -tate I -z ? RECOMMENDATION: 0 Departmen Dl rectrr PEUAB-SW`,M9i8-609. CO -tate GRANTING AGENCY: ADA Coordlrator :,t erne: Audit o: Staff recommends Date Date 1 r 9%/ 7pc- rate Date Date Date approving the change Cross Reference: New Item: YES NO Prev Ord/Res #: 92-95 Orig Contract Date:06/20/95 FAVI-l_4i��A 1 Ji JF T.E C V OC FAVErEVILLE ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Mayor Thru: Kevin From: David Fred Hanna Crosson, Public Work\iA-lector Jurgens, Water/Sewer Date: December 22, 1995 Re: Change Order Number 2 to Construction Minisystem 18B/C Sanitary Sewer Rehabilitation, Contract, HMG, Inc. 1. General. The attached change order reflects the final changes in the sewer rehabilitation contract with HMG, Inc., with a net contract reduction of $78,034.90. This change is required to close out the project. The change order includes reimbursement of $1,755.00 to HMG for excess engineering costs which were deducted from previous payments. These excess engineering costs are withheld any time inspectors are required to work overtime. The work in the project was completed faster than expected, resulting in a savings in the total engineering costs. Thus, the request for the excess engineering costs to be reimbursed is valid. 2. Work Items. The work items not being performed are all unit price items which could only be estimated prior to construction. HMG, Inc., has completed all work required to accomplish the mission under the contract. 3. Purchase Requisition. No purchase requisition change order is required as the final payment submission will close out the existing purchase requisition. 4. Staff Recommendation. The Staff recommends that the change order be approved to reduce the contract amount by $78,034.90, and to approve reimbursement of $1,755.00 of excess engineering funds which were deducted from previous payments. Enclosures: Agenda Review Request Proposed Change Order Number 2 Resolution 92-95 nemAB-sw,uiA-410.nen • DEC -1.3-19:=' • • a^ ...LAI- CHANGE ORDER SHEET 1 OF 6 CHANGE ORDER NO. 2 OWNER: Fayetteville, _Arkansas PROJECT NAME: Sanitary Sewer Main Replacement and Rehabilitation White River Watershed Mini System 18 B/C, Contract ILI LOCATION: Fayetteville, Arkansas PROJECT NO. 18 -1162 -OO CONTRACTOR: HMG, Inc. DATE: Decenber 15. 1995 I. DESCRIPTION OF CHANGES IN OLVEb: The following changes are hereby mad.to the Contract Documents: A. Adjustment of quantities to reflect the final quantities as built. Net reduction to Contract including Chanrin Order No. 1 $78,034.90 B. lteimburae Cvntlaetez tor oxcskiii rine i i,nexinv 440to Which laare withheld from monthly ray requests. Contractor finished work ahead of schedule resulting in a saving of engineering cost. $1,755.00 Change order City of Fayetteville 1 Sanitary sewer Improvements E • c .l 1 f - inA1 ro d Vl 6� fb r b CU 6; cr • -iv Et h • N �.S 4 L c 0 0 1 • l -IQ - j o N 0 ' � n 0 r. 6 q •Sc �0 1 rn L 1 C 0 O 'L • 0 „0 100 tly0 v � r • 2 ti Tj z r 3 L r G H611A • ib>ND > 1 V- 6 °�lop:�n <�G c- 410 r f' , ' S VdWO] S2Nor F c 4 ';T IriC PSItit VI 14k No NI j\ - e -^: kms 8N a V. W of o / ziG .G e co s. 0 sa e 7C�h E UI I '� '�/A,1 1!{Y'Ji „� �, t` yFR1 w s. �1. _ �l/�1� IC 1111{�V.�'. •]� 1 �I V •— L — l'1 A,a 'n ff 11`. �� Y fI' I i 3ry iTTT I_, �1 I-� �y fj C (1 dto C A` I CM1 L � 2. r < f C ra rva. ! �ii s7 i q '' (l 1 Zn L y �j a z. ' 1 N 1 r.. _I IV 1 - 1 • LEC-: SHEE: 5 OF 6 CHANGE ORDER NO. 2 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 sane type of work. 2 This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the original contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in contract Price granted for this Change Order or any previous Change Orders 4. The Contractor expressly agrees that he will place under coverage of his Performance, Labor and Material, and Maintenance Bonds and Contractor's Insurance all Work covered by this Change Order. The Contractor will furnish to the Owner evidence of increased coverage of his Performance, Labor and Material, and Maintenance Bonds for the accrued value of all Change orders which exceeds the Original Contract Price by twenty percent (20%). III. ADJUSTMENTS IN CONTRACT TIME 1. Final Completion Date December 29, 1995 of Original Contract 2. Net change due to all 5 Days previous Change Orders 3. Final Completion Date not including January 3, 1996 this Change Order No. 2 4. Addition to Contract Time due this Change Order No. 2 0 Days a. Avoidable Delay Extension 0 Days b. Unavoidable Delay Extension 5. Final Completion Date including January 3, 1996 this Change order No. 2 Change order City of Fayetteville Sanitary Sewer Improvements 2 SHEET d 6 'OF 6 CHANGE ORDER NO. 1 IV. ADJUSTMENTS IN AMOUNT OF CONTRACT: 1. Amount of Original Contract $ 1 23_,073.60 2. Net (Addition)(lcducticn) due to all previous Change Orders Nos. _1. to __ $ 4.000.00 3. Amount of Contract not including this Change Order $ 11235,073.60 4. (Add i -on) (Reduction to Contract due to this Change Order S. Amount of Contract including this Change Order RErfMMENDED FOR ACCEPTANCE: 7.CeEPPtD 78,034.90 1,157,038.70 £`CS _ A cersG z ( lL/�rn ) Date (FFooz tJN Group, I coNTFACTnR Dy. / ( j7)Y19� ) S1ynaLLA2e of 4t : >od R.PrrMSantative 1 DaLc DWNFR: 1/ By: //;,1L� 1/in. /l'1fI) Si ature cf Authorized Re resentative( Date Change Order City of Fayetteville 3 Sanitary Sewer Improvements RESOLUTION NO. 92-95 41CRORID A RESOLUTION AWARDING A CONSTRUCTION iJ CONTRACT TO HMG, INC., IN THE AMOUNT OF $1,231,073.60, PLUS A 5% PROJECT CONTINGENCY OF $61,554 00 FOR SEWER LINE REHABILITATION, WHITE RIVER WATERSHED MINISYSTEM 18B/C. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS - Section 1. The Council hereby awards a construction contract to HMG, Inc., in the amount of $1,231,073 60, plus a 5% project contingency of $61,554.00 for sewer line rehabilitation, White River Watershed Minisystem 18B/C, and authorizes the Mayor and City Clot to execute same. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 10.itiday of June , 1995. APPROVED: BY: Traci Paul, City Clerk Fred Hanna, Mayor Pa • .'. 14 May 1995 ik EXHIBIT A CONTRACT DOCUMENTS Sanitary Sewer Main Replacement and Rehabilitation White River Watershed Mini System 18 B/C Contract 11 City of Fayetteville Fayetteville, Arkansas prepared by RJN Group, Inc. Consulting Engineers Dallas, Texas in association with McClelland Consulting Engineers, Inc. Fayetteville, Arkansas HMG, Inc. Contractor 812 N. Elm Street Street Address Greensboro. NC 27401 City & State (910)274-0765 Telephone VOLUME I CONTRACT DOCUMENTS SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION WHITE RIVER WATERSHED MINI SYSTEM 18 B/C CONTRACT II CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS PREPARED BY RJN GROUP, INC. CONSULTING ENGINEERS DALLAS, TEXAS IN ASSOCIATION WITH McCLELLAND CONSULTING ENGINEERS, INC. FAYETTEVILLE, ARKANSAS MAY 1995 FAYETTEVILLE, ARKANSAS WHITE RIVER WATERSHED MINI SYSTEM 18 B/C CONTRACT II ADDENDUM NO. 1 Release Date: May 25, 1995 Information to Bidders: The Contract Documents for the above and amended as follows: 1. Delete Section D2-18 Pipe Joint entirety. titled project are revised Grouting and Testing in its 2. Section D1-1 Paragraph A.1 General. Delete the last sentence of the first paragraph. 3. Section D2-13. Add the following to Section C. "20. Cleanouts Cleanouts shall be constructed as detailed on the drawings at locations designated by the Engineer." 4. Section D2-13. Revise the second sentence of Paragraph D.S. Installation of Service Lateral Cleanout to read as follows: "Payment shall include furnishing and installation of the cleanout, including all materials, labor, excavation and restoration (unpaved areas only) and testing." 5. Drawings. Delete Job Nos. 2018, 3002, and 3013 from the project. Also delete all grout and test joint locations shown on Sheet 3 of 18 and Job 3005 indicated between manholes 49 and 50. 6. Drawings. Add the attached CLEANOUT DETAIL. 7. Supplementary Conditions, Paragraph E. Modify the first sentence of the modified paragraph to read as follows: "If within two years after the date of Substantial Completion of the entire project". A-1 FAYETTEVILLE, ARKANSAS WHITE RIVER WATERSHED MINI SYSTEM 18 B/C CONTRACT II ADDENDUM NO. 1 (Cont.) 8. BID. Modify the following Bid Items as follows: Job No./ Pay Item 2018 Delete 8A Delete 3B1 Revise approximate quantity from 3,176 to 3,009 3B2 Revise approximate quantity from 2,473 to 2,403 3E1 Delete 3E2 Delete 3H1 Delete 3H2 Delete 3H3 Delete 311 Revise approximate quantity from 40 to 33 3I2 Revise approximate quantity from 32 to 24 3R1 Revise approximate quantity from 4,616 to 3,844 The above revisions shall be made on the Bid and used to calculate the amount bid. 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. A-2 INSTALL 10" TURF IRRIGATION CONTROL BOX (ASTM D2853 -70,C11212) AMETEK OR APPROVED EQUAL 4" SCREW ON TYPE CLEANOUT LID, SCHEDULE 40 OR S.D.R 26 P.V.C. ( TYPICAL ) Ft VARIES 4"P.V.C. (TYP.) CLEANOUT STACK EXIST. LATERAL STD. TEE 4' CONC. SIDEWALK INSTALL 4" P.V.C. SEWER LATERAL ON MIN. 1.0% SLOPE AS REQUIRED ABANDONED SEWER MAIN i PROPOSED SEWER MAIN BEDDING MATERIAL CLEANOUT DETAIL CONTRACT DOCUMENTS SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION WHITE RIVER WATERSHED MINI SYSTEM 18 B/C CONTRACT II CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS MAY 1995 I hereby state that these Contract Docunents were prepared under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Arkansas. ,`���� `• ARC STArATE O,e L��s CAS c REGrsTERED = ROFESS! , A 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 MAINTENANCE BOND CONDITIONS OF THE CONTRACT GENERAL CONDITIONS* SUPPLEMENTARY CONDITIONS CONSTRUCTION FORMS SUBMITTAL RECORD PERIODIC PAYMENT FORMS CHANGE ORDER CONSTRUCTION LETTER A C Cl ED 1-3 1-10 1-29 1-2 1 1 1 1-89 1-3 TABLE OF CONTENTS (Cont.) TITLE SECTION Pages SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS* Dl DIVISION 2 - SITE WORK* D2 INSURANCE FORMS E CONSTRUCTION EASEMENTS AND CONDITIONS F VOLUME II CONTRACT DOCUMENTS 11 I ' CITY OF FAYETTEVILLE ' INVITATION TO BID SANITARY SEWER MAIN REPLACEMENT WHITE RIVER WATERSHED REHABILITATION ' MINI SYSTEM 18 B/C CONTRACT II 1 RECEIPT OF BIDS Separate sealed bids for Sanitary Sewer Main Replacement and ' White River Watershed Rehabilitation, Mini System 18 B/C, Contract II, 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 May 31, 1995 and immediately thereafter or as soon thereafter as is practicable all bids received from prequalified bidders will be publicly opened and the bid prices read aloud. The proposed work consists of the construction of approximately 7,536 linear feet of 8 -inch diameter sewer, 940 linear feet of 12 -inch diameter sewer, 260 linear feet of 15 -inch diameter sewer, and 375 linear feet of 16 -inch diameter sewer. The ' rehabilitation work includes replacement of approximately 49 manholes, 30 sanitary sewer line point repairs and appurtenant work. Sealed envelopes or packages containing bids shall be marked or endorsed "Sanitary Sewer Main Replacement and Rehabilitation, White River Watershed, Mini System 18 B/C, Contract II in ' Fayetteville, Arkansas." CONTRACT DOCUMENTS Copies of the Contract Documents are on file and are available for inspection at the offices of RJN Group, Inc., 26 E. Meadow, Suite C, and McClelland Consulting Engineers, Inc., 1810 N. College Avenue, Fayetteville, Arkansas. A pre -bid meeting shall be held at 113 W. Mountain, Fayetteville, Arkansas, on May 24, 1995 at 1:30 p.m for all prequalified bidders. Said Contract Documents are by this reference incorporated into land made a part of this Invitation to Bid and should be consulted for full particulars. I I 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 $70.00 in check or money order for each set of documents obtained. The Contract Document fee is non-refundable. BID SECURITY Each bid shall be accompanied by a certified check or a cashier's check or bid bond payable to the order of the City of Fayetteville, Arkansas in an amount not less than five percent of the bid as a guarantee that the bidder will, within ten (10) days after the date of the award of contract, execute an agreement and file bonds and insurance as required by the Contract Documents if his bid is accepted. RIGHT TO REJECT BIDS The Owner reserves the right to reject all bids for failure to comply with all requirements of this notice or any of the Contract Documents; however, the Owner may waive any minor defects or informalities at its discretion. The Owner reserves the right to defer the acceptance of any bid and the execution of a contract for a period not exceeding ninety (90) days after the date of opening of bids. Extension of time beyond the ninety (90) day period after the date of opening of bids may be made only by mutual agreement between the Owner, the successful bidder and the Surety for the successful bidder. AWARD OF CONTRACT Unless all bids are rejected the contract award will be made to the lowest, responsible, responsive Bidder. In determining who is the lowest responsive; responsible bidder, the Owner will consider all relevant factors which the Owner may consider in determining who is the lowest responsive, responsible bidder. Any bid may be modified or withdrawn prior to the above scheduled time for the opening of bids. No bidder may withdraw a bid within 90 days after the actual date of the opening thereof. The successful bidder shall furnish an Arkansas Statutory Performance and Payment bond, and a maintenance bond each for one hundred (100%) percent of the Contract amount and shall file certificates with the Owner that he has obtained and will continue to carry Workmen's Compensation Insurance, Owner's and Engineer's Protective Insurance, public and private liability and property damage insurance in adequate amount and for the life of the Contract. Invitation to Bid 2 City of Fayetteville Sanitary Sewer Improvements 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 I All questions or correspondence concerning the plans and specifications shall be directed to the Engineer, RJN Group, Inc., 26 E. Meadow, Suite C, Fayetteville, Arkansas 72701, phone no. (501) 444-6119. City of Fayetteville, Arkansas Peaav Bates Purchasing Officer Publication: May 10 , 1995 May 17 , 1995 3 Invitation to Bid City of Fayetteville Sanitary Sewer Improvements I ' TABLE OF CONTENTS ' FOR INSTRUCTIONS TO BIDDERS SUBJECT PAGE ' A EXAMINATION OF SITE 1 B EASEMENTS . . . •••1 ' C EXAMINATION OF BIDDING DOCUMENTS . . . . . . . . 1 D INTERPRETATION OF CONTRACT DOCUMENTS . . . . . . 1 E MATERIAL SUBSTITUTION 2 ' F APPROXIMATE QUANTITIES 2 G PREPARATION OF BID 2 H SIGNING OF BID 3 I BID SECURITY 3 J RETURN OF BID SECURITIES 3 • K AGREEMENT, BONDS, INSURANCE. . . . . . . . . . . 3 L DESIGNATION OF SUBCONTRACTORS . . . . . . . . . 3 ' M BID SUBMITTAL . . . . . . . . . . . . . . . . . 4 N WITHDRAWAL OF BID . . . . . . . . . . . . . . . 4 O QUALIFICATION OF BIDDERS . a• . . . . . . . . . 4 P DISQUALIFICATION OF BIDDERS . . . . . . . . . . 5 Q PENALTY FOR COLLUSION 5 R LICENSE . a . . . 5 S PRECONSTRUCTION CONFERENCE 6 1 T BID OPENING . . . . . . . . . . . . . . . . . . 6 U AWARD OF CONTRACT aaaaa.a..a.a.a. 6 V EFFECTIVE DATE OF AWARD 7 W EXECUTION OF AGREEMENT 7 X FAILURE TO EXECUTE AGREEMENT AND FILE BONDS AND INSURANCE . . . . . . . . . . . . . . . . . . 7 Y PAYMENT FOR EXCESS COSTS AND LIQUIDATED DAMAGES 8 ' Z COMMENCEMENT AND COMPLETION OF WORK . . . . . . 8 AA INFORMATION NOT GUARANTEED . . . . . . . . . . . 8 BB COVENANT AGAINST CONTINGENT FEES . . . . . . . . 9 CC GRATUITIES . . . . . . . . . . . . . . . . . : : 9 DD SUBCONTRACTS UNDER CONSTRUCTION CONTRACTS . 10 EE PREVAILING WAGE DETERMINATION 11 I I I I I ' INSTRUCTIONS TO BIDDERS IA. Examination of Site Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all laws, regulations, and other factors affecting performance of the Work. He shall carefully correlate his observations with the requirements of the Contract Documents and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute a representation of compliance by the Bidder. ' There will be no subsequent financial adjustment for lack of familiarization. ' B. Easements ' Portions of the improvements under this project may involve construction on private property for which easements have been secured by the Owner. Work performed on, or use of such easements, shall be subject to the provisions of the ' easement agreements on file and open to inspection in the office of the Owner. ' C. Examination of Bidding Documents Each Bidder by making his Bid represents that he has read and understands the Bidding Documents. The Bidder shall include in his bid prices any and all costs that may be necessary to complete the work in accordance with the requirements of the Contract Documents. ' D. Interpretation of Contract Documents Questions regarding documents, discrepancies, omissions, or intent of the Specifications or drawings shall be submitted in writing to the Owner through the Engineer, at least ten days prior to opening of bids to provide time for issuing and forwarding an addendum. Any interpretation of the Contract Documents will be made only by addendum duly issued ' or delivered by the Owner to each person receiving a set of documents. The Owner will not be responsible for any other explanations or interpretations of the Contract Documents. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements U1 L 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 On all items on which Bids are to be received on a unit price basis the quantities stated in the Bid will not be used in establishing final payment due the Contractor. 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 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 7 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 be retained by the City, but not opened. Only bids which are made out on the Bid Form included in this document will be considered. The Bid Form must not be separated from this document. Amounts are to be shown in both words and figures where indicated. In case of discrepancy between words and figures the words shall prevail, unless it clearly appears in owner's opinion that the words rather than the figures are in error. If any portion of the Bid is required to be given in unit prices and totals and a discrepancy exists between the unit price totals, the unit prices shall prevail, unless it clearly appears in Owner's opinion that the unit prices rather than the total are in error. If a discrepancy exists between the , Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 2 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. H. Signing of Bid If the Bidder is a corporation, the legal name of the corporation shall be set forth together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation. If Bidder is a co -partnership, ' the true name of the firm shall be set forth together with the signatures of all the partners. If Bidder is an individual, his signature shall be inscribed. If signature is by an agent, other than an officer of a corporation or a ' member of a partnership, a power of attorney must be on file with the Owner prior to opening Bids or submitting Bids; otherwise, the Bid may be regarded as irregular. ' I. Bid Security No Bid will be considered unless accompanied by a Bid security as defined in the Invitation to Bid, as a guarantee that if the Bid is accepted the Bidder will execute the Agreement and file bonds and insurance as required by the Contract Documents within 10 days from the date of the award of the contract. For the bid bond to be acceptable, the name of the surety company issuing said bond shall be licensed to do business in the State of Arkansas and shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of the bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. J. Return of Bid Securities The security of the two lowest Bidders will be returned after the execution of the agreement with the successful ' Bidder and the approval of his bonds and insurance. The security of all other Bidders will be returned promptly after the Bids have been opened and reviewed by the Owner. If all Bids are rejected the securities will be returned at the time of rejection. 3 Instructions to Bidders ' City of Fayetteville Sanitary Sewer Improvements I K. Agreement, Bonds, Insurance , The attention of Bidders is specifically directed to the forms of agreement and bonds to be executed and types of insurance to be taken out in the event a contract award is made, 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 thirty (30) percent of the contract amount with his own crews. M. Bid Submittal 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. 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. J I 1 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 4 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 tine specified in the Contract Documents. 2. Each Bidder shall submit with his Bid the executed Bidder's "Statement of Experience" form and "Statement 1 of Commitment" form contained in this document. 3. The Owner reserves the right to require the three lowest Bidders to file proof within seven (7) calendar days of the Bid opening of their ability to finance and execute the project. This proof shall include, but not be limited to, a financial statement certified by a CPA for ' the last three years, a list of equipment owned by Bidder, a backlog of jobs under contract and amounts, and a record of successful completion of similar ' projects. 4. The successful bidder shall conform to the Rules and Regulations of Arkansas Department of Finance and Administration concerning nonresident contractor's notice and bond requirements. 5. The prospective bidders must meet the statutorily prescribed requirements before Award of Contract by the Owner. 6. In order to perform public work, the successful Bidder shall, as applicable, hold or obtain such Contractor's and Business Licenses as required by State statutes and the Rules and Regulations of the Arkansas Contractor's Licensing Board. ' P. Disqualification of Bidders More than one Bid for the same work described in this document from an individual, firm or partnership, a corporation or an association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one Bid for the work contemplated will cause the rejection of all ' Bids in which such Bidder is interested. If there is reasonable grounds for believing that collusion exists among the Bidders, the Bids of the participants in such collusion will not be considered. 5 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements I Q. Penalty for Collusion I 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. R. License Each Bidder shall possess state and local licenses as are required by law, and shall furnish satisfactory proof to the Owner upon request that the licenses are in effect during the entire period of the Contract. S. Preconstruction Conference A preconstruction conference shall be held after the time of the Contract award and before the Notice to Proceed to discuss the responsibility of each party in the project and to clarify any questions. Representatives of the Contractor shall be required to attend the conference. T. Bid Opening ' Bids will be opened and the prices bid will be read aloud publicly at the time and place indicated in the Invitation ' to Bid. Bidders or their agents are invited to be present. U. Award of Contract , 1. The Owner shall award a contract to the Bidder whom, in the Owner's judgement, is the lowest responsive, responsible Bidder. The Owner reserves the right to reject all Bids, to waive informalities, and to reject nonconforming, nonresponsive, or conditional Bids. 2. In evaluating Bids, Owner shall consider the qualifications of the Bidders whether or not the Bids comply with the prescribed requirements, and alternatives and unit prices if requested in the Bid Form. Owner may consider the qualifications and , experience of subcontractors and other persons and Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 6 I 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. 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. 1 7 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements I X. Failure to Execute Agreement and File Bonds and Insurance I 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 , file the required bonds and insurance within the required time, he shall forfeit his Bid security as agreed hereinbefore. Upon annulment of an award as aforesaid, the Owner may then award a Contract to the next lowest responsible Bidder. Y. Payment for Excess Costs and Liquidated Damages The successful Contractor will be required to pay for excess , cost of field engineering and inspection and liquidated damages as defined in the General Conditions of the Contract, if extensions of time are granted by Owner because of avoidable delays as defined in the General Conditions of the Contract. Z. Commencement and Completion of Work The Notice to Proceed shall be issued within ten days of the execution of the Agreement by the owner. The successful Bidder shall commence work within ten , calendar days from and after the issuance by the Owner of a written Notice to Proceed, shall substantially complete all work in accordance with the terms and conditions of the Contract Documents no later than 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 1. All information given on the Drawings or in the other Contract Documents relating to subsurface and other conditions, natural phenomena, existing pipes, and other structures is from the best sources at present available to the Owner. All such information is furnished only for the information and convenience of bidders and is not guaranteed. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 8 Li ' 2. It is agreed and understood that the Owner does not warrant or guarantee that the subsurface or other conditions, natural phenomena, existing pipes or other ' structures encountered during construction will be the same as those indicated on the Drawings or in the other Contract Documents. 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. BB. 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. Gratuities 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. 9 Instructions to Bidders ' City of Fayetteville Sanitary Sewer Improvements I 2. In the event this contract is terminated as provided in I 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 b) as a penalty in addition to any other damages to which it may be entitled by law, to exemplary damages in an amount (as determined by the Owner) which shall be not less than three nor more than ten times the costs incurred by the contractor of providing any such gratuities to any such officer or employee. 3. The rights and remedies of the owner provided in this clause shall not be exclusive and are in additions to any rights and remedies provided by law or under this contract. DD. Subcontracts Under Construction Contracts , The award or execution of all subcontracts by a prime , contractor and the procurement and negotiation procedures used by such prime contractor in awarding or executing such subcontracts shall comply with: 1. All provisions of State and local law; 2. All provisions of these General Conditions with respect , to fraud and other unlawful or corrupt practices; and 3. All provisions of these General Conditions with respect ' to access to facilities and records and audit of records. EE. Prevailing Wage Determination Arkansas Prevailing Wage Determination Number 94-210 establishes the minimum wage rates to be paid on this project. This Determination is included in these Contract Documents and is a part thereof. These rates were established pursuant to the Arkansas Prevailing Wage Law, Arkansas Code Ann. SS22-9-301 to 22-9-313 (1987) and the administrative regulations promulgated thereunder. The Contractor shall post this Determination at the job site in a prominent and easily accessible place. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 10 '' I ' The "Statement of Intent to Pay Prevailing Wages" shall be completed by the Contractor and returned to the Arkansas Department of Labor within 30 days of the Notice to Proceed. END OF INSTRUCTIONS TO BIDDERS SECTION I I I I I I I L H I C I I I 11 Instructions to Bidders ' City of Fayetteville Sanitary Sewer Inprovements I Page 1 of 2 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - HEAVY RATE DATE: February 17, 1995 DETERMINATION #: 94-210 PROJECT: Sewer Rehabilitation COUNTY: Washington White River Watershed EXPIRATION DATE: 8-17-95 Mini System 18 B/C SURVEY #: AH05 Contract II 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. 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. I I I 1] Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 12 ' Page 2 of 2 H I I I H I I I I I I I I I H I ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - HEAVY RATE DATE: February 17, 1995 PROJECT: Sewer Rehabilitation White River Watershed Mini System 18 B/C Contract II Fayetteville, Arkansas Power Equipment Operators: DETERMINATION #: 94-210 COUNTY: Washington EXPIRATION DATE: 8-17-95 Group II 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, backhoes, 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 hoist, 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. Group IV Light Equipment Operators. Operators engaged in operating the following equipment: Oilerdriver 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. 13 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements U , ' ao Ow 01 ti 0 y E 0 N ' m >.O � WH m a+ WL Q a W W ci W=4000to ca0) to al ' Om20M z W+UiCU tot�i 4 b 0 m 4 m ' K m c ti 4 0 4 ' � �oeuaa m W 0 to 0Q t W m411xb p, 440 140 ' aOiuWC34 Umb.m o m G m a a4iA320z ' O01 tTW C a V>.igO� H Ii ' yEl J It L C > C •i �+ 3 -•tm4 '�3 W y o` ' E{ > Nv,WUw z a •GWNOrl I..I 3tnG4--4m a0+ ti3� ay+ct IL. woc �u0 in -, >,A u H c m z aU it > Wb 4 W WC W 4T W .m cc 3 e-ii0U El rt .a -o al N .o •-4 HA rl H r -I IC 0 4J • Ii tO W H .-I C 4J C t 0 W m .C.C4)-4 O aY W R'H :N1>>y PL>rUWb+ ."1".W W . ) 4 NmalC 4.1 4J.CN4J 4 it -A 3 CC;.m 0_CL. m W W$Uk.3 OW.W0 O OW ++ O 4u b ti bt W m m ' H 1 E 3 3 •ti +� m 4 C•C 0 O.b. tq W 41 W C C y E 4 •-i--' ' •C W to W ^t '4 Fbl00)iamm I, law L4'03aa ' 0 a E�-rN LO ' tM J �O L L I r L L C I I I I I I I I CITY OF FAYETTEVILLE, AR BID SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION WHITE RIVER WATERSHED MINI SYSTEM 18 B/C Name of Bidder H.M.G. Inc. Business Address 812 N. Elm Street Greensboro. N. C.. 27401 Date May 31. 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. 1 _ , and issued thereto; and he proposes and agrees if this bid is accepted that he will contract with the City of Fayetteville, AR, in the form of the copy of the Agreement included in these Contract Documents, to provide all necessary machinery, tools, apparatus, and other means of construction, including utility and transportation services necessary to do all the work and furnish all materials and equipment specified or referred to in the Contract Documents, in the manner and time therein prescribed and according to the requirements of the City of Fayetteville, AR as therein set forth to furnish the Contractor's Bonds and Insurance, and to do all other things required of the Contractor by the Contract Documents, and that he will take in full payment therefor the sums set forth in the following Bid Schedule. I. BID SCHEDULE Bidder agrees to perform all the work described in the Contract ' Document for the following unit prices. I I I Note: Bids shall include sales tax and all other applicable taxes. City of Sanitary Sewer Bid Fayetteville Improvements II I SANITARY SEWERLINE POINT REPAIRS (per Section D2-11) ' JOB. PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1 2000 1 LS Point Repair (Sh. 13) 80 LF 6" DIP Sewer Pipe, ' Service Lateral, Clay Dam Ten Thousand Dollars & No Cents per LS $10,000.00 $ 10,000,00 2001 1 LS Point Repair (Sh. 13) 10 LF ' 6" PVC Sewer Pipe Two Thousand ' Dollars & No Cents per LS $ 2,000,00 $ 2,000,00 I 2002 1 LS Point Repair (Sh. 13) 15 LF ' 6" PVC Sewer Pipe Two Thousand Five ' Hundred Dollars & No Cents per LS $_2,500.00 $_2500.00 2003 1 LS Point Repair (Sh. 13) 10 LF I8" PVC Sewer Pipe, Clay Dam Two Thousand Dollars & No Cents per LS $_2.000.O0 $_2,000.00 ' 2 Bid City of Fayetteville ' Sanitary Sewer Improvements II ' JOB. NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID ' 2004 ' 2005 1 2006 2007 1 1 ' 2008 1 1 LS Point Repair (Sh. 13) 30 LF 8" PVC Sewer Pipe, Service Lateral, Clay Dam Five Thousand Dollars & No Cents per LS $_5.000.00 $_5O00.00 1 LS Point Repair (Sh. 13) 15 LF 8" PVC Sewer Pipe, Service Lateral Two Thousand Five Hundred Dollars & No Cents per LS $_2,500.00 $_2,500.00 1 LS Point Repair (Sh. 13) 20 LF 8" PVC Sewer Pipe Two Thousand Five Hundred Dollars & No Cents per LS $_2,500.00 $ 2,500.00 1 LS Point Repair (Sh. 13) 80 LF 8" PVC Sewer Pipe, Clay Dam Nine Thousand Dollars & No Cents per LS $_9,000.00 $_9,000.00 1 LS Point Repair (Sh. 13) 20 LF 8" PVC Sewer Pipe, Service Lateral, Clay Dam Two Thousand Five Hundred Dollars & No Cents per LS $_2,500.00 $_2,500.00 3 Bid City of Fayetteville Sanitary Sewer Improvements II ' JOB. NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 2009 1 LS Point Repair (Sh. 14) 10 LF ' 8" PVC Sewer Pipe, Clay Dam Two Thousand Dollars & No Cents per LS $_2.000.00 $ 2.000.00 2010 1 LS Point Repair (Sh. 14) 11 LF ' 8" PVC Sewer Pipe Two Thousand Dollars & No Cents per LS $_2,000.00 $_2.000.00 2011 1 LS Point Repair (Sh. 14) 30 LF 8" PVC Sewer Pipe, Clay Dam Three Thousand Five ' Hundred Dollars & No Cents per LS $_3,500.00 $_3500.00 2012 1 LS Point Repair (Sh. 14) 15 LF ' 8" PVC Sewer Pipe Two Thousand Five Hundred Dollars & No Cents per LS $_2.500.00 $_2,500.00 ' 2013 1 LS Point Repair (Sh. 14) 5 LF 8" PVC Sewer Pipe, Service Lateral Two Thousand ' Dollars & No Cents per LS $_2,000.00 $_2,000.00 ' 4 Bid City of Fayetteville ' Sanitary Sewer Improvements I ' JOB. NO. / PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 2014 1 LS Point Repair (Sh. 14) 15 LF 6" PVC Sewer Pipe, Clay Dam Two Thousand ' Dollars & No Cents per LS $_2,000.00 $ 2,000.00 2015 1 LS Point Repair (Sh. 14) 10 LF 6" PVC Sewer Pipe, Service Lateral Two Thousand Dollars & ' No Cents per LS $_2.000.O0 $_2.000.O0 2016 1 LS Point Repair (Sh. 14) 20 LF ' 6" PVC Sewer Pipe, Service Lateral Two Thousand Five ' Hundred Dollars & No Cents per LS $_2.500.00 $_2,500.00 2017 1 LS Point Repair (Sh. 14) 10 LF 6" PVC Sewer Pipe Two Thousand ' Dollars & No Cents per LS $_2,000.00 $_2,000.00 I 2018 1 LS Point Repair (Sh. 14) 15 LF ' 12" PVC Sewer Pipe Deleted Dollars & Cents per LS $Deleted $ Deleted 5 Bid City of Fayetteville Sanitary Sewer Improvements JOB. NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 2019 1 LS Point Repair (Sh. 15) 15 LF ' 8" PVC Sewer Pipe, Clay Dam Two Thousand Five Hundred Dollars & No Cents per LS $_2,500.00 $_2,500.00 2020 1 LS Point Repair (Sh. 15) 80 LF ' 8" PVC Sewer Pipe Eight Thousand Dollars & No Cents per LS $_8,000.00 $_8,000.00 1 2021 1 LS Point Repair (Sh. 15) 20 LF • 8" PVC Sewer Pipe, Service Lateral, Clay Dam ' Two Thousand Five Hundred Dollars & ' No Cents per LS $_2,500.00 $_2.500.0O 2022 1 LS Point Repair (Sh. 15) 8 LF 8" PVC Sewer Pipe Two Thousand Dollars & No Cents per LS $_2,000.00 $ 2.000.00 2023 1 LS Point Repair (Sh. 15) 10 LF 8" PVC Sewer Pipe Two Thousand Dollars & No Cents per LS $_2,000.00 $_2.000.00 6 Bid City of Fayetteville Sanitary Sewer Improvements I ' JOB. NO. / PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 2024 1 LS Point Repair (Sh. 15) 20 LF 12" PVC Sewer Pipe Four Thousand ' Dollars & No Cents per LS $ 4.000.00 $ 4.000.00 2025 1 LS Point Repair (Sh. 15) 10 LF 15" PVC Sewer Pipe ' Three Thousand Dollars & ' No Cents per LS $ 3.000.00 $ 3.000.00 ' 2026 1 LS Point Repair (Sh. 15) 15 LF 12" PVC Sewer Pipe Three Thousand Dollars & No Cents per LS $ 3.000.00 $ 3,000.00 2027 1 LS Point Repair (Sh. 15) 25 LF ' 10" PVC Sewer Pipe Three Thousand Dollars & No Cents per LS $_3,000.00 $_3,000.00 2028 1 LS Point Repair (Sh. 15) 30 LF 6" PVC Sewer Pipe, ' 10 LF of Concrete Encasement Five Thousand Dollars & No Cents per LS $_5,000.00 $_5,000.00 ' 7 Bid City of Fayetteville Sanitary Sewer Improvements I ' JOB. NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 2029 1 LS Point Repair (Sh. 15) 10 LF ' 6" PVC Sewer Pipe Two Thousand Five ' Hundred Dollars & No Cents per LS $_2,500.00 $_2.500.00 2A1 25 LF Additional 6 -inch diameter pipe installed complete in place, including backfill material, service connections, compaction, and surface restoration in paved and non -paved areas per Section D2-11. One Hundred Dollars & ' No Cents per LF $ 100.00 $ 2.500.00 2A2 100 LF Additional 8 -inch diameter pipe installed complete in place, including backfill material, service connections, compaction, and surface restoration in paved and non -paved ' areas per Section D2-11. One Hundred ' Dollars & No Cents per LF $ 100.00 $_10.000.00 2A3 25 LF Additional 12 -inch diameter pipe installed complete in place, including backfill ' material, service connections, compaction, and surface restoration in paved and non -paved areas per Section D2-11. ' One Hundred Dollars & No Cents per LF $ 100.00 $ 2,500.00 SUBTOTAL POINT REPAIRS $111,000.00 One Hundred Eleven Thousand Dollars and No Cents (in writing) 8 Bid ' City of Fayetteville Sanitary Sewer Improvements I ' CONSTRUCTION OF SANITARY SEWERS (Per Section D2-13) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 3A1 50 LF 6" PVC Sewer Pipe, 0'-6' Deep Eighty Dollars & No Cents per LF $ 80.00 $_4,000.00 381 3,009 LF 8" PVC Sewer Pipe, 0'-6' Deep Ninety Three ' Dollars & Thirty Cents per LF $ 93.30 $280.739.70 3B2 2,403 LF 8" PVC Sewer Pipe, 6'-10' Deep Ninety Four Dollars & Thirty Cents per LF $ 94.30 $226.602.90 1 3C1 12 LF 10" PVC Sewer Pipe, 6'-10' Deep Three Hundred ' Dollars & No Cents per LF $_300.00 $_3,600.00 3D1 304 LF 12" PVC Sewer Pipe, 0'-6' Deep One Hundred Twenty Dollars & No Cents per LF $ 120.00 $_36,480.00 9 Bid City of Fayetteville Sanitary Sewer Improvements ' JOB. NO. / PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 3D2 399 LF 12" PVC Sewer Pipe, 6'-10' Deep 1 One Hundred Five ' Dollars & No Cents per LF $ 105.00 $_41,895.00 I 3E1 240 LF 15" PVC Sewer Pipe, 0'-6' Deep 1 Deleted 1 Dollars & Cents per LF $Deleted $Deleted 3E2 20 LF 15" PVC Sewer Pipe, 6'-10' Deep 1 Deleted Dollars & Cents per LF $Deleted $Deleted 3F1 1,652 LF 8" D.I. Sewer Pipe, 0'-6' Deep ' One Hundred ' Dollars & No Cents per LF $_100.00 $165.200.00 3F2 207 LF 8" D.I. Sewer Pipe, 6'-10' Deep ' One Hundred Two Dollars & ' No Cents per LF $_102.00 $_21,114.00 10 Bid ' City of Fayetteville Sanitary Sewer Improvements ' JOB. NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 3F3 55 LF 8" D.I. Sewer Pipe in 14" Bored Casing Two Hundred Fifty Dollars & No Cents per LF $_250.00 $ 13.750.00 3G1 237 LF 12" D.I. Pipe, 0'-6'Deep One Hundred Twenty Five Dollars & ' No Cents per LF $_125.00 $_29.625.00 3H1 275 LF 16" D.I. Pipe, 0'-6'Deep Deleted ' Dollars & Cents per LF $Deleted $Deleted 1 3H2 10 LF 16" D.I. Pipe, 6'-10' Deep Deleted Dollars & Cents per LF $Deleted $Deleted 1 3H3 90 LF 16" D.I. Pipe ' in 30" Bored Casing Deleted ' Dollars & Cents per LF $Deleted $Deleted 11 Bid City of Fayetteville Sanitary Sewer Improvements ' JOB. NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 3I1 1 I 3I1.1 3I2 ' 3I2.1 3I3 I 33 EA 48" Standard Manhole, 0'-6' Deep Two Thousand Dollars & No Cents per EA $ 2.000.00 $_66.000.00 24 LF 48" Standard Manhole, Extra Depth over 6' One Hundred Dollars & No Cents per LF $ 100.00 $ 2.400.00 3 EA 48" Drop Manhole Two Thousand Five Hundred Dollars & No Cents per EA $ 2.500.00 $ 7.500.00 4 LF 48" Drop Manhole, Extra Depth over 6' One Hundred Dollars & No Cents per LF 6 EA Shallow Manhole Two Thousand Dollars & $ 100.00 $ 400.00 No Cents per EA $ 2,000.00 $ 12.000.00 12 Bid City of Fayetteville Sanitary Sewer Improvements ' JOB, NO, / PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 3J1 175 EA 4" Service Connection One Hundred Fifty ' Dollars & No Cents per EA $ 150.00 $ 26,250,00 3J2 5 EA 6" Service Connection Two Hundred Dollars & No Cents per EA $ 200,00 $_1,000.00 3J3 775 LF 4" PVC Service Line ' Ten Dollars & No Cents per LF $ 10.00 $ 7,750.00 3J4 40 LF 6" PVC Service Line Twenty Dollars & No Cents per LF $ 20.00 $ 800.00 ' 3J5 60 EA Service Cleanout ' One Hundred Dollars & No Cents per EA $ 100,00 $_6,000.00 13 Bid City of Fayetteville ' Sanitary Sewer Improvements I JOB. NO,/ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 3E1 105 LF Sidewalk Repair ' Eight ' Dollars & No Cents per LF $ 8,00 $ 840,00 3L1 345 LF Curb & Gutter Repair Twelve Dollars & No Cents per LF $ 12.00 $ 4,140,00 3M1 455 LF Concrete Driveway Repair ' Fifteen ' Dollars & No Cents per LF $ 15,00 $_6.825.00 3N1 6,200 LF Asphalt Street Repair ' Fifteen Dollars & No Cents per LF $ 15.00 $ 93,000,00 3N2 356 LF Concrete Street Repair ' Fifteen Dollars & No Cents per LF $ 15.00 $ 5,340,00 14 Bid City of Fayetteville Sanitary Sewer Improvements JOB. NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 301 37 CY Concrete Encasement One Hundred Fifty ' Dollars & No Cents per CY $ 150.00 $ 5.550.00 3P1 280 CY Rock Excavation ' Seventy I Dollars & No Cents per CY $ 70.00 $_19,600.00 1 3Q1 26 EA Clay Dams ' Two Hundred ' Fifty Dollars & No Cents per EA $ 250.00 $ 6.500.00 3R1 3,844 LF Trench Safety No Dollars & Fifty Cents per LF $ .50 $_1.922.00 1 3S1 50 CY Trench Foundation Material Fifteen Dollars & No Cents per CY $ 15.00 $ 750.00 15 Bid City of Fayetteville Sanitary Sewer Improvements I ' JOB, NO. / PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 3S2 3 EA Construct New Bench & Trough ' Five Hundred Dollars & No Cents per EA $ 500.00 $ 1,500.00 ' SUBTOTAL CONSTRUCTION OF SANITARY SEWERS $ 1,099,073.60 ' One Million, Ninety -Nine Thousand, Seventy -Three Dollars and Sixty Cents (in writing) I I I I I I I P. 16 Bid City of Fayetteville ' Sanitary Sewer Improvements GENERAL ITEMS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 4A 1 LS Surface Video Documentation per Section D1-3. Ten Thousand Dollars & No Cents per LS $10.000.00 $_101000.00 5A 12 EA Exploratory Excavations per Section D1-1. Six Hundred Dollars & No Cents per EA $_600.00 $ 7.200.00 6A 4 EA Abandon Manholes per Section D2-13. ' Two Hundred Fifty Dollars & ' No Cents per EA $ 250.00 $ 1,000.00 7A 80 EA Trench Compaction Tests Per Section D2-10 Thirty Five Dollars & No Cents per EA $ 35.00 $ 2,800.00 8A 1,218 LF Grout and Test Joints • Segments 528-527, 529-528, 140-140A Per Section D2-18 ' Deleted Dollars & Cents per LF $Deleted $Deleted SUBTOTAL GENERAL ITEMS $21.000.00 ' Twenty One Thousand Dollars and No Cents (In Writing) 17 Bid City of Fayetteville Sanitary Sewer Improvements RECAPITULATION II C L I C I I I I n I I H H I [J ri TOTAL POINT REPAIR $ 111.000.00 TOTAL CONSTRUCTION OF SEWERS $ 1.099.073.60 TOTAL GENERAL ITEMS $ 21.000.00 TOTAL AMOUNT BID $One Million. Two Hundred Thirty -One Thousand. Seventy - Three Dollars and Sixty Cents $_1.231.072.60 (IN WRITING) it is understood and agreed by the undersigned that the Owner reserves the unrestricted privilege to reject any or all the foregoing unit prices in this paragraph which it may consider excessive or unreasonable, or to accept any or all of them as unit prices applicable in the event additions to or deduction from the work to be performed on this project are ordered by the Owner. Rejection at any time of such Unit Prices for Construction changes shall not otherwise affect the balance of the Bid or Construction Contract. The selection of the lowest bid shall be based on the total amount bid including alternate bid items. M City of Sanitary Sewer Bid Fayetteville Improvements El I I I I I C I I I Li I I I I I I II. BID CONDITIONS It is expressly understood and agreed that the preceding total Bid is the basis for establishing the amount of the Bid security on this Bid for Sanitary Sewer Main Replacement and Rehabilitation, White River Watershed, Mini System 18 B/C, for the City of Fayetteville, AR, and that this total Bid is not to be construed to be a Lump Sum Bid. It is further understood that quantities in the bidding schedule for unit price items are approximate only, and that payment of a Contract will be made only on the actual quantities of work completed in place, measured on the basis defined in the General Conditions, Specifications, or other Contract Documents. There shall be no measurement or separate payment for any items not listed and all costs pertaining thereto shall be included in the unit prices for other items listed in the Proposal. The undersigned has carefully checked the above bidding schedule against the Contract Drawings, Specifications, and other Contract Documents before preparing this Bid and accepts the said quantities to be substantially correct, both as to classification and amount, and as correctly listing the complete work to be done in accordance with the Contract Drawings, Specifications, and other Contract Documents. If this Bid is accepted and the undersigned shall fail to contract as aforesaid and to give the Performance Bond, Labor and Material Bond, and Maintenance Bond required by the Conditions of Contract or by law, and to provide all insurance as required by the Contract Documents within ten (10) days after the date of the notice of award of the Contract, the Owner may, at his option, determine that the Bidder has abandoned his Contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the Owner as liquidated damages. The undersigned agrees to fully complete all work covered by this Bid to the point of substantial completion no later than November 30, 1995. The undersigned further agrees to fully complete all work covered by this Bid to the point of final acceptance by the Owner no later than December 29, 1995. 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. 19 Bid City of Fayetteville Sanitary Sewer Improvements I • 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: I I I I I I I I I I L Iii I I I I I A. The prices in the proposal have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; B. Unless otherwise required by law, the prices which have been quoted in the bid have not knowingly been disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; and, C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not submit a bid for the purpose of restricting competition. D. He is the person in the Bidder's within that organization for the being bid and shall also certify participated, and will not parti contrary to Paragraphs A through organization responsible decision as to the prices that he has not cipate in any action C above. E. He is not the person in the Bidder's organization responsible within that organization for the decision as to the prices being bid but that he has been authorized to act as agent for the persons responsible for such decision in certifying that such persons have not participated, and will not participate, in any action contrary to Paragraphs A through C above, and as their agent shall so certify; and shall also certify that he has not participated, and will not participate in any action contrary to Paragraphs A through C above. 20 Bid City of Fayetteville Sanitary Sewer Improvements III. BID SECURITY / Accv o np, Paying this Bid is a 6, rI /3ad{ in the amount of f 5 v id Dollars. ($ ) Note: The total amount of Bid security shall be based on the Total Bid of this Contract. IV. BIDDER'S SIGNATURE A. An Individual By (SEAL) (Individual's Name) doing business as Business address: Phone No.: B. A Partnership By (Firm Name) (SEAL) eneral Pa Business address: Phone No.: 21 Bid City of Fayetteville Sanitary Sewer Improvements I C. A Corporation By N.M GSh� ( orporatioi No )Wf CurCI /bA (State ' By of Incor O• r (Name of Person Auth ■ �humu7 o- V I Ii I I I I I I I I I I I (Title on (Corporate Seal) Attest f,C9.yI Ce.a SfT4 Secretary)) Business address: Q 12 N -(/n. Slnfi)y l %��%e f InS GUYv N.6. 2440/ Phone No.: (91o) 2746765 D. A Joint Venture k- K q" s 5 r LNeat 0 tS S7o 4 c By (Name) QI (Each joint venturer individual, partners joint venture should Subscribed and sworn 1995 (Address) (Address) must sign. The manner of signing for each hip and corporation that is a party to the be in the manner indicated above). to before me this 3111 day of L My Commission Expires December 3), 199$ 22 Bid City of Fayetteville Sanitary Sewer Improvements I 'BID BOND (FIVE PERCENT) ' KNOW ALL MEN BY THESE PRESENTS, That we (hereinafter /called//t l7'he Principal) and h' cy,d 1 A.Gw!, Wmpk^ti (hereinafter called the S ety), a corporatiol} cbartered and existing under the laws of the State Qy�,f f1GrvfQnd with its principal office in City of f1vJf,in^ufe &jer'JAMI/ ' and authorized to do business in the State of 'Arka�isas are held and firmly bound unto the City of Fayetteville, Arkansas her inafter called the Owner), in the full and just sum of ' �jve lrrrci4 'f 1kr Al Dollars ($ 5% ) 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, t 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 Sewer Improvements for the City of Fayetteville, 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 the 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, Arkansas Statutory Performance and Payment Bond, 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. Surety companies executing Bonds must hold Certificates of ' Authority as Acceptable Sureties, must appear on the Treasury Department's most current list (Circular 570 as amended), and be authorized to transact business in the State where the Project is ' located. 1 1 Bid Bond ' City of Fayetteville Sanitary Sewer Improvements IN TESTIMONY THEREOF, the Principal and Surety have caused these presents to be duly signed and sealed this (ri _ day of (,10 , 199. Principal °M1 vv%xjL3 U rl-S J`� 1AlxdIrr5Un / (Seal) Surety / r 1 - (Seal) /crrcy �w Fact Countersigned � L Cc -'--(Y / 1 I Local Resident Producing Agent for (Ahil1 ell 2 Bid Bond City of Fayetteville Sanitary Sewer Improvements I 893243 UNITED STATES FIDELITY AND GUARANTY COMPANY // POWER OF ATTORNEY US FAG` NO. 1G6G74 NSHINH KNOW ALL MEN BY THESE PRESENTS: Thai UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland and having its principal office at the City of Baltimore. in the State of Maryland. does hereby constitute and appoint Collier Cobb, :11, Walter J. Snider, R.E.L. Barnes, Jack C. Smith, Jr. and David M. Spencer of the City of Chapel Hill , State of North Carolina itstrue and lawful Atwmey(s}rn-Fact, each m then separate capacity if more than one is named above, to sign its came as surety to, and to execute, seal and ac►nowledge any and aE bonds. undertakings, contracts and other wrmen insrmmenis in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guarantee ng the performance of contracts; sod executing or guaranteeing bonds and undertakings required or permitted to any actions or pmceedings allowed by law. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instnuant to be sealed with its corporate seal. duly arrested by the signatures of its Senior Via President and Assistant Secretary. thisl8th day of December ,A.D. 1992 UNITED STATES FW Fif Y AND GUARANTY COMPANY (Signed) By.../ ... ...... o,,,,- Sensor Vice Presidcut `sM! (Signed) BY....... . .. ... ...... `................... 1 1� Assistant Secretary STATE OF MARYLAND) 55:` BALTIMORE QTY ) onthisl8thdayof December a.D.1992.beforetxpersooMycame Robert J. Lamendola Senior Vice President of the UNTIED STATES FIDE LF f'Ats) GUARANTY COMP%%NYand Paul D. -Sims ,Assistant Secretary of said Company. with both of whom I am personally acquainted. who being by me severally duly sworn saik that they, the said Robert J• Lamendola and Paul D. Sims \ ` were re;rxrovely tie Senior Vice President and the Assistant Secretary of the said UNflED STATES FIDFLTIY AND GUARANTY COMPANY, e cbrporuioo described m end which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said to%er of Attorney was such tp-eporite seal, that it was so affixed by order oldie Board of Directors of said corporation, and that they signed their names thereto t , like order as Senior Vim "o!,(t,),'ied and Assistant Secretary. respectively, of the Company. My Commission expires the 1 i t h d in'v' Marchf A`O.}l99 95 . ry (Signed) Trity y NOTARY PUBLIC 1is Power of Attorney is granted under andby f the following Resolutions adopted by the Board of Directors of tlie UNTED I ThSTATES FIDELITY AND GUARANTY COMPANY on September 24, 1992: RESOLVED, that in connection with the fidelity and surety Insurance business of the Company, all bond% undertakings, contracts and other instruments relating to said business may be signed. executed. and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Powers) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company. either by the Chairman, or the President, or an Executive Vice President or a Senior Vice President, or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and anesting bonds and undertakings and other writing obligatory in the nature thereof. and, unless subsequently revoked and subject to my limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signamn or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and 5csimde seal shall be valid and bindi rig upon the Company with respect to any bond or undertalong to which it is validly attached. RESOLVED. that Attorney(s)-in-Fact shall have the power and authority. unless subsequently revoked and, in any cue, subject to the terms and limaaiions of the Power of Morney issued to then to execute and deliver on behalf of the Company and to:mach the seal of the Company to any and all bonds and undertaking, and other writings obligatory in the nature thereof and any such instrument executed by such Attomey(s)-m-Fact shall be as binding upon the Company as if signed by an Executive Officer and staled and attested to by the Secretary of the Company. I Paul D. Sims , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY. do hereby certify that the foregoing is a true excerpt born the Resolution of the said Company as adopted by its Board of Directors on September 24. 1992 and that this Resolution is in full force and effect L the undersigned Assistant Secretary of the LNITED STATES FIDE[ITY AND GUARANTY COMPANY do hereby certify that the foregoing Power of Attorney is in full force and effect and has not ban revoked to Testimony Whereof. I have hereunto sd my hand and the seal of -rtEpSTATE S FIDELITY AND GUARANTY COMPANY on this3rsf day of Mar • I SMb `� J r............................................. 11M B4 Assistant Secretary mkt kM� FS 3 (10-92) I I I I I I .1 I I .1 H I Li LII SUBCONTRACTORS List of Major Subcontractors The Bidder expressly agrees that: 1. If awarded a Contract as a result of this Bid, the major subcontractors used in the prosecution of the work will be those listed below, and 2. The following list includes all subcontractors who will perform work representing approximately five percent or more of the Total Bid. 3. The Bidder represents that the subcontractors listed below are financially responsible and are qualified to perform the work required. Category Name of Subcontractor Address hn/sLk) Cwa%T VA&Z lie0 AK 1 Subcontractors City of Fayetteville Sanitary Sewer Improvements I ' STATEMENT OF EXPERIENCE OF BIDDER P/ea 5P See E�•�{us«f 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 Cl) (2) 1 ' (3) (4) (5) 1 Statement of Experience City of Fayetteville Sanitary Sewer Improvements STATEMENT OF COMMITMENT plea5e See Ehc(u cd 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) (2) (3) (4) (5) (6) (7) (9) (10) 1 Statement of Commitment City of Fayetteville Sanitary Sewer Improvements I I I I I [1 El [I Li I I I I I I HMG, INC. COMPLETED PROJECTS Total DescriptionLoca:ion Contract Stan Completion Owner Value Date Date ($000) Sewer Improvements City of Poplar Bluff. Missouri Poplar Bluff, MO $5,480 07/86 02%88 Wa)ne McSpadden 314-785-9621 Sa-iitan Interceptors. OklahomaCit) Municipal Oklahoma City. OK $1,959 02'87 I2'87 Improvements Authority, OK BI Ingraham 404-231-2908 Inierceptors Sewers Oklahoma City Municipal Oklahoma ('a). OK $1,799 01 ,88 07,88 Improvements Authority, OK Bill Ingraham 404-231-2908 Sewer Extensions Oklahoma City Municipal Oklahoma City, OK $2,302 04%88 11/88 Improvements Authority, OK Alan Bush 405-235-1606 Storm, Sewer, & Roadway City of Kansas City. Kansas Improvements Kansas City. Kansas $3,118 07/87 06•'88 Fred Backus 913-573-5700 Falls Lake Maint Center, U.S. Army C.O.E. Wake County, North Carolina $1,495 05188 09'84 Wilmington, NC William Branager 919-847-1707 Streetscape Road & Park City of Greensboro. NC Improvements $2,465 08/88 06/90 General Services Department Greensboro, NC Phase I John Beaman 919-373-2960 Water Main Extensions Contract F City of Charlotte, NC Charlotte, NC $2,125 07/89 04/90 Charlotte - Mecklenburg Utility Barry Gullet 704-399-2551 Water Main Extensions Contract G City of Charlotte, NC Charlotte, NC $2,679 07/89 04.'90 Charlotte - Mecklenburg Utility Barry Gullet 704-399-2551 Water Mains Holston Army U.S. Army C.O.E. Ammunition Plant, Tennessee $2,513 06/89 11/90 Mobile, Alabama Willard Williams 615-247-9111 Streetscape Road Improvements - City of Greensboro. NC Elm St. Greensboro, NC Phase 2 $ 195 01!90 06./90 General Services Department John Beaman 919-373.2960 Quarterstone Farms, Phase II Country Crossings Dev. Corp. Section 2-A Greensboro, NC $ 245 11/89 07190 Greensboro, NC Donald McMillion 919-274-2491 Water & Sewer Improvements City of Greensboro, NC Greensboro, NC $ 698 0890 05/91 Public Works Dept Jim Sane' 919-373-2302 I I I I I I I I U I II I I I I I Total Description Location Contract Start Comp!etion Owner Value Date Dave ($000) Sidewa:k Improvements City of Greensboro, NC Greensboro, NC $ 248 08'90 05'91 Public Works Dept Jim Swane) 919-373-2302 Sewer Outfall Relocate City of Greensboro, NC Kmart Disl. Center Greensboro. NC $ 193 07/91 01/92 Ray Shaw 919-373-2055 Concrete Bike Trail - City of Greensboro, NC Jirnm:e I Barber Park $ 94 0891 12.'91 Jimmy Dean 919-373-2302 Greensboro. NC Rock Creek Daln Outfall No. 3 Cit) of Greensboro, NC Greensboro. NC $ 623 02/91 0292 Jim Swane', 919-373-2377 Interceptor Sewer City of Tulsa Contract SA 87-3 $2,006 06191 07/92 Tulsa. Oklahoma 1 ulsa. Oklahoma Greg Weisz 918-592-4111 Airborne Express Facility Airport Center Associates Greensboro, NC $ 723 10191 07/92 Greensboro. NC 919-274-0765 Alafay a Trail Force Main Orange County, Orlando, FL Orange Co.. FL $1,507 01/92 07/92 Tom Rutherford 407-836.7270 Interceptor Sewer Contract SA 87-6 City of TulsaOkalahoma Tulsa. Oklahoma $ 860 0592 12192 Ken Matthews 918-596-9572 Sidewalk Improvements City of Greensboro, NC Contract 92-06 Greensboro, NC $ 242 0692 12192 Jim Dean 919-373-2302 DAC W54 -91-B-0018 Corps of Engineers Recreation Areas Jordan Lake, NC $3,008 10/91 10193 Wilmington Dist. William Branager 919-847-1707 Sanitary Relief Sewer SC -0377 Oklahoma City Water Oklahoma City, OK $1,280 0593 12/93 Utilities Trust Gail Douglas 405-297-2050 Quarterstone Development Phase I1 Quarterstone Dev. Co., Inc. McLeansville. NC *9260 $ 163 09/92 12/93 Don McMillion 910-274-2491 Upgrade Bridges $3,695 05,'92 02/94 Corps of Engineers Ft. Stewart, GA Hinesville, GA Terry Wheeler 912-652-5303 DAKF I0 -92-B-0041 Department of the Army Repair Tank Bridges $1,582 09.92 07/94 Fort Stewart, Georgia Ft. Stewart, GA John Baker (912) 767-2970 Normandy Creek Sewer Interceptor Cit) of Norman. Oklahoma Norman. Okahoma $2.322 06'93 06.94 Lonnie Ferguson (405) 366-5452 Bulkhead Replacement NC Dept. of Transportation Pamlico River Fern Crossinc.NC SL2374 J.A. Wol` Jr. 910-514475 I1 I I I I I C I I I I I I I L I Total Descripuon'Locatior. Contract Start Completion Owner Value Date Date ($000) l.yr.nu ood Lake Oulfall City of Greensboro, NC Contract 93-19 Greensboro, NC $1,035 11'93 12/94 Jim Dean (910) 373-2302 E.M. Johnson Water Treatment City of Raleigh, NC Plant S 313 08'94 12/94 Dale Crisp (919) 890-3400 Raµ Water Reservoir Raleigh, NC ]mhofT Sewer $2,353 0793 02!95 City of Norman, Oklahoma Norman, Oklahoma LonnieFerguson 405-366-5452 Liberty Road Water Main City of Greensboro, NC Greensboro, NC $ 350 01/95 04/95 Jim Dean 910-373-2302 Oulfall Replacement Alley, Williams, Carmen & King Yance)ville, NC $ 187 11/94 05/95 Darrell Russell 910-226-5534 Sidewalk Improvements City of Greensboro, NC Contract 94-4 $ 303 05194 02/95 Jim Dean Greensboro. NC 910-373-2302 Bo' d St. Sewer $ 375 01'95 05;95 City of Norman, OK Norman. OK Lonnie Ferguson 405-366-5452 I I I I I H I I I L I I I H I I I I HNIG, INC. PROJECTS IN PROGRESS TOTAL DESCRIPTION/ CONTRACT START COMPLETION PERCENT OWNER LOCATION VALUE DATE DATE COMPLETE ($000) Erosion Control Dept of the Army Fort Bragg. NC $ 951 05/94 01/96 60% Fort Bragg, NC Cal Edson 910 396-4557 Water Transmission City of Fayetteville, AR Main $1,515 11/94 09195 80% Robert White Fayetteville. AR 501-443.2377 Storm Sewer Repair City of Kansas City,KS Kansas Ciy, KS $ 379 11/94 08/95 70% John Menkhus 913-573-5700 North Elm St. Sidewalk City of Greensboro, NC Greensboro, NC $ 245 05/95 12/95 20% Jim Dean 910-373-2302 Drainage Control Dept. of the Army Fort Bragg. NC $ 588 02/95 01/96 80% Ft. Bragg, NC Cal Edson 910-396-4557 Storm Water Facility HDR Engineering Regency Lake $1,192 06/95 05/96 0% Jerry McCauley High Point. NC 704-338-6851 I ' CITY OF FAYETTEVILLE, ARKANSAS AGREEMENT ' SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION ' WHITE RIVER WATERSHED MINI SYSTEM 18 B/C CONTRACT II 'I THIS AGREEMENT, made this dO rA day of June, 1995, by and between the City of Fayetteville, Arkansas, a municipal ' corporation, hereinafter called the Owner, and BMG, Inc. hereinafter called the Contractor. WITNESSETH: ' WHEREAS, the Owner has heretofore solicited Bids for all the work and improvements for the doing of all things included within the ' hereinafter specified Sanitary Sewer Main Replacement and Rehabilitation, White River Watershed, Mini System 18 B/C, Contract II. 'l WHEREAS, the Owner did on the day of , 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 'l property necessary to do, construct, install and complete all the works and improvements included in Sanitary Sewer Main Replacement and Rehabilitation, White River Watershed, for ' Mini System 18 B/C, Contract II. 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. ,' I 1 Agreement '� City of Fayetteville Sewer System 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. 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 I The Contractor agrees to commence work under this Agreement within ten calendar days of receipt of written Notice to Proceed and to complete all work included in this Contract to the point of substantial completion no later than November 30, 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 Faithful Performance Bond, the Contractor's Labor and Material Bond, the Maintenance Bond and the insurance certificates and policies of insurance required of him by provisions of the Contract Documents, and to do, prior to starting work, all other things which are required of him by the Contract Documents as a prerequisite of starting work. I L I Agreement 2 City of Fayetteville Sewer System Improvements H I F. H I ARTICLE VI - PAYMENTS TO CONTRACTOR The Owner agrees with said Contractor to employ, and does hereby employ, the said Contractor to provide the materials and do all the work, and do all other things hereinabove contained or referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions set forth or referred to in the Contract Documents; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. There shall be no measurement or separate payment for any items not listed and all costs pertaining thereto shall be included in the Contract unit prices for other items listed. IN WITNESS WHEREOF, the parties hereto have caused this Instrument to be executed in three original counterparts the day and year first above written. ' (SEAL) Attest: Jv• 11.^:G, Inc. (Contractorr)) By COY ITT Name Peter 0. Evenson Name Thomas 0. Anderson (please type) (please type) ' Title Assistant Secretary Title President I I L I I I I (SEAL) CITY OF FA ETTEVILLE, AR Attest: By f Name �i GGe P<J G / Name Fred h'aMncr (please type) (please type) Title G„/y G/erk Title /V,c,✓o/' 3 Agreement City of Fayetteville Sewer System Improvements I I I SUBJECT TABLE OF CONTENTS FOR GENERAL CONDITIONS A DEFINITIONS . . . . . . . . . . . . . 1 B CONTRACT DOCUMENTS: DEFINITIONS. . . . . . . C PRELIMINARY MATTERS . . . . . . . . D CONTRACT DOCUMENTS: INTENT AND REUSE . . E AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS . . . . . . . . . . . . . . F G CONTRACTOR'S RESPONSIBILITIES . . . . H OTHER WORK . . . . . . . . . . . . . . . . . I OWNER'S RESPONSIBILITIES. . . . . . . ' J ENGINEER'S STATUS DURING CONSTRUCTION . . . . K CHANGES IN WORK . . .. . . . . . . . . . a. IL CHANGES IN CONTRACT PRICE . . . . . . . M CHANGES IN CONTRACT TIME. . . . . . . . N WARRANTY AND GUARANTEE; TESTS AND OBSERVATIONS; ' CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK . . . . . . . . . . . . . . 0 PAYMENTS TO CONTRACTOR AND COMPLETION . . . P SUSPENSION OF WORK AND TERMINATION. . . . . . Q ARBITRATION . . . . . . . . . . . . . . . . ' R LIQUIDATED DAMAGES OR ACTUAL DAMAGES FOR DELAY . . . . . . . . . . . . . . . . . . S EXCESS ENGINEERING COSTS. . . . . . . . : ; . T MISCELLANEOUS . . . . . . . . . . . . iJ PAGE 1 6 8 11 14 18 29 43 45 46 50 52 60 63 68 79 83 I I Ii I I I [l I Li n I I I INDEX TO GENERAL CONDITIONS Paragraph Acceptance Access to the Work Addenda, definition of Agreement, definition of All Risk Insurance Amendment, Written Application for Progress Payment Request Arbitration As Directed, definition of As Shown, definition of Availability of Lands Avoidable Delays Award, Notice of, definition of Before Starting Construction Bid, definition of Bidder, definition Bidding Documents Bonds and Insurance Bonds, definition of Bonds, delivery of Bonds, Performance and Other 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. Page Number Number 0.12 76 N.2 63 A.1 I A.2, B.3.a 1,6 F.2.a 19 A.41, D.2 5,12 0.2 68 Q 83 A.3 1 A.4 I E.1 14 M.2.a 61 A.23 3 C.5 8 A.5 1 A.6 1 B.2 6 F.1, F.2 18,19 A.7 1 C.1, F.1 8,18 B.3.b, F.1 7,18 L.6 58 F.2.c 22 L 47 N 60 A.8 1 3.5 47 K.4 45 K 45 0.14 78 34 46 G.10.b 36 0 68 0.8 73 C.3 8 B.4 7 C.6 9 C.5.a, D.l.c 8,11 G.2.b 30 Iii 1 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 I 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 I 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.4,0.4 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 J.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 I I I 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 g 82 Engineer's Decisions J.8, J.9 47,48 Engineer's, Notice Work is Acceptable 0.12 76 Engineer's Responsibilities, Limitations on J.10 49 Engineer's Recommendation of Payment 0.7, 0.11 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 0.11 76 Final Observation 0.10 76 Final Payment and Acceptance 0.12 76 Final Payment, Recommendation of 0.12 76 General Requirements, definition of A.20 3 General Provisions T.3 88 Giving Notice T.1 88 1 Guarantee of Work, by Contractor N.1 63 Headings, Titles and D.5 13 Hold Harmless Agreement F.3 24 Indemnification G.16 41 Observation, Final 0.10 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 3.4 46 Investigations of Physical Conditions E.2 14 iv I ' Labor and Material Bond F.1.b 18 Labor, Materials and Equipment G.2 30 Laws and Regulations A.22,G.8 3,31 ' Liability Insurance, Contractor's F.2.a. 19 Liability Insurance, Owner's and Engineer's F.2.a. 19 Limitations on Engineer's Responsibilities J.10 49 Liquidated Damages R 85 Materials and Equipment, furnished by Contractor G.2.a, G.2.c 30 Materials and Equipment, not I incorporated in work 0.2.b 68 Materials or Equipment, Equivalent G.4 31 Miscellaneous, Provisions T 88 Notice, Giving T.l 88 • Notice of Award, definition of A.23 3 Notice of Acceptability of Project 0.12.a 71 1• Notice to Proceed, definition of A.24 3 Notice to Proceed C.3 8 ' "Or -Equal" items G.4.a 31 Other Contractors, Work by Others H 43 Other Work H 43 Overtime Work, Prohibition of G.2.a 30 Owner, definition of A.25 3 • Owner May Correct Defective Work N.9 66 Owner May Stop Work N.5 65 • Owner May Suspend Work, Terminate P.1, P.2 79,80 Owner's Duty to Execute Change Orders I.6 45 Owner's Liability Insurance F.2.a. 19 I Owner's Representative J.1 46 Owner's Responsibilities I 45 Partial Utilization, definition of A.26 3 Partial Utilization 0.9 69 Partial Utilization, Property Insurance F.4.b 25 Partial Waiver of Liens 0.5 66 Patent Fees and Royalties G.6 34 Payment Request, definition of A.27 3 ' Payment Request, Final 0.1 68 Payment Request, Progress 0.2 68 Payments to Contractor and Completion 0 68 ' Payments, Recommendation of 0.7 71 Payments to Contractor 0 68 I I 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 • Cost -of -Work O,4 70 Payments, Unit Prices O,3 70 Performance, Bonds F.l.a 18 ' Permits G.7 35 • Physical Conditions E.2 14 Physical Conditions, Engineer's Review E.2.d 15 Physical Conditions, Existing E.2.b 14 Structures Physical Conditions, Exploration and Reports E.2.a 14 Physical Conditions, Possible Document Change E.2.e 15 Physical Conditions, Price and Time Adjustment E.2.f 15 Physical Conditions, Report to Differing Conditions E.2.c 15 Physical Conditions, Underground ' Facilities E.3 16 Pre -Construction Conference C.6 9 Preliminary Matters C 8 Premises, Use of G.10 36 Price, Change in Contract L 52 Price, contract, definition of A.10 2 Progress Payment, Applications for O.2 68 Progress Payment, Review of Applications O.7 71 Progress Schedule C.5.b(1), O.1 9,68 Project, definition of A.28 3 Project Representative 3.3 46 Project Starting C.4 8 Property Insurance F.2.a,F.2.a.(5) 19,20 Property Insurance - Partial Utilization F.4.b. 25 Protection, Safety and G.12 37 Provide A.29 4 Recommendation of Payment O.7.a, O.11 71,76 Record Documents G.11 37 Reference Points E.4 17 Regulations, Laws and G.8 35 Rejecting Defective Work 3.6 47 1 Related Work at Site H.1 43 Remedies Not Exclusive T.3.b 88 Removal or Correction of ' Defective Work N.6 65 Resident Engineer A.31 4 Resident Project Representative, definition of A.30 4 Resident Project Representative 3.3 46 I I vi I I I I I I II I U H 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.3,G Schedules, Finalizing Shop Drawings and Samples Shop Drawings, definition of Shop Drawings, Use for Substitutions Site, Visits to by Engineer Specifications, definition of Specifications and Drawings Starting Construction, Before Starting the Project Stopping Work, by Contractor Stopping Work, by Owner Subcontractor, definition of Subcontractors - in General Subcontractors, Required Provisions Substitute or "Or -Equal" Items Substantial Completion, Statement of Substantial Completion, definition of Subsurface Conditions Supplemental Costs Supplementary Conditions, definition of 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 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 3.2 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.l0.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 46 4 8,9 8 82 65 4 33 28,33 31 73 14,16 54 12 4 76 49 51 18 79 79 29 29 ' Taxes G.9 36 Termination, by Contractor P.3 82 Termination, by Owner P,2 80 Termination, Suspension of Work P 79 ' Tests and Observations N.3 63 Time, Change of Contract M 60 Time, Computation of T.2 88 1 Time, Contract, definition of A.11 2 Titles and Headings D.5 123 11 I vii 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.7,0.1,0.3,0.7.c 58,63,65,67 Unit Prices L.3.a, 0.3 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 0.1 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 0.14 78 Waiver of Rights F.6 28 ' Warranty and Guarantee N.1 63 Warranty of Title, Contractor's 0.6 66 Work, Access to N.2 63 Work by Others H 43 Work, Cost -of- L.4 53 Work, Continuing During Disputes G.15 40 Work, definition of A.40 5 Work Directive Change, definition of A.41 5 Work Directive Change D.2.a.(3) 12 Work, Neglected by Contractor N.9 66 Work, Stopping by Contractor P.3 82 • Work, Stopping by Owner p.l, P.2 79,80 • Written Amendment, definition of A.42 5 Written Amendment D.2,K.1,L.l,M.1 12,50,52,60 I I I I I I I I ' GENERAL CONDITIONS A. 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 I 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. S. 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. 1 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 t adjustment in the contract price or the contract time, issued on or after the effective date of the Agreement. I I I General Conditions 1 City of Fayetteville Sanitary Sewer Improvements 1 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 1 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. S 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 2 City of Fayetteville Sanitary Sewer Improvements I ' Paragraph A continued 18. Field Order - A written order issued by Engineer which orders minor changes in the work in accordance with paragraph J.5 but which does not involve a change in the contract price or the contract time. 19. Final Acceptance - The date when the construction of the project is complete in accordance with the Contract ' Documents so that the entire project can be utilized for purposes for which it is intended and all monies due the Contractor have been paid him in the final payment estimate. 20. General Requirements - Sections of the Specifications. 21. Construction Observer - The authorized representative of Engineer who is assigned to the site or any part thereof. 22. Laws and Regulations; Laws or Regulations - Laws, rules, 1 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 - The public body or authority, corporation, association, partnership, or individual with whom Contractor has entered into the Agreement and for whom 1 the work is to be provided. 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. 3 General Conditions City of Fayetteville Sanitary Sewer Improvements Resident Project Representative representative of Engineer who any part thereof. the authorized assigned to the ent Engineer - The authorized representative eer who is assigned to the overall project a engineering personnel responsibility. 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. Specifications - Those portions of the Contract Docum consisting of written technical descriptions of materials, equipment, construction systems, standards workmanship as applied to the work and certain administrative details applicable thereto. Subcontractor - An individual, firm or corporation a direct contract with Contractor or with any other Subcontractor for the performance of a part of the at the site. 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 0.8. The terms "substantially complete" and "substantially completed" as applied to any work refer to Substantial Completion thereof. Supplementary Conditions - The part o Documents which amends or supplements Conditions. Supplier - A manufacturer, fabricator, distributor, materialman or vendor. Conditions Fayetteville Sewer Imrro I I I I I l! I I I I I I I I I I Paragraph A continued 38. Underground Facilities - All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials; electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. 39. Unit Price Work - Work to be paid for on the basis of unit prices. 40. Work - The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, all as required by the Contract Documents. 41. Work Directive Change - A written directive to Contractor, issued on or after the Effective Date of the Agreement and signed by Owner and recommended by Engineer, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph E.2 or E.3 or to emergencies under paragraph G.13. A Work Directive Change may not change the Contract Price or the Contract Time, but is evidence that the parties expect that the change directed or documented by a Work Directive Change will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided in paragraph L and M. 42. Written Amendment - A written amendment of the Contract Documents, signed by Owner and Contractor on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly Work -related aspects of the Contract Documents. I General Conditions City of Fayetteville Sanitary Sewer Improvements Contract Documents: Definitions The Contract Documents comprise the following general classifications of documents, including all additions, deletions, and modifications incorporated therein before the execution of the Agreement: Contractual Conditions Specifications The Bidding Documents issued by the Owner Bidders in preparing their Bids include: Invitation to Bid bound herewith. Instructions to Bidders bound herewith. 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. 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. Contractual Agreement The Agreement covers the performance described in the Contract Documents, supplemental Addenda thereto and all special provisions pertaining to the materials therefor. The Agreement f herewith. General Conditions City of Fayetteville Sanitary Sewer Improvements of the work including all general and work or orm is bound ' Paragraph B continued b. Bonds (1) Arkansas Statutory Performance and Payment Bond. (2) Maintenance 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. 7 General Conditions City of Fayetteville Sanitary Sewer Improvements I C. Preliminary Matters 1 1. Delivery of Bonds I 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.l. 2. Copies of Documents I 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 I 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 8 City of Fayetteville Sanitary Sewer Improvements 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 1 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. I I I 9 General Conditions ' City of Fayetteville Sanitary Sewer Improvements Li 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 do I I I I I I. I I I I I I I I I I ' D. Contract Documents: Intent and Reuse 1. Intent a. The Contract Documents comprise the entire Agreement between Owner and Contractor concerning the work. The 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 1 accordance with such meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the code of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code in effect at ' the time of opening of Bids (or, on the effective date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall change the duties and responsibilities of Owner, Contractor or Engineer, or any of their agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to Engineer, or any of Engineer's consultants, agents or ' employees, any duty or authority to supervise or direct the furnishing or performance of the work or any duty or authority to undertake responsibility contrary to the provisions of paragraph J.10.c or J.10.d. Clarifications and interpretations of the Contract Documents shall be issued by Engineer. IC. If, during the performance of the work, Contractor finds a conflict, error or discrepancy in the Contract Documents, Contractor shall so report to ' Engineer in writing at once and before proceeding with the work affected thereby shall obtain a written interpretation or clarification from Engineer; ' however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof or should reasonably have known. thereof. 11 General Conditions ' City of Fayetteville Sanitary Sewer Improvements I Paragraph D continued 2. Amending and Supplementing Contract Documents a. The Contract Documents may be amended to provide for additions, deletions and revisions in the work or to modify the terms and conditions thereof in one or more of the following ways: (1) A formal written amendment. (2) A Change Order (pursuant to paragraph K.4). '• (3) A work directive change (pursuant to paragraph K.1). Contract Price and Contract Time may only be changed by a Change Order or a written amendment as indicated in paragraphs L.2 and M.1. b. In addition, the requirements of the Contract , Documents may be supplemented, and minor variations and deviations in the work may be authorized by: (1) Field order (pursuant to paragraph J.5). , (2) Engineer's review of a Shop Drawing or sample (pursuant to paragraphs G.14.b.(1) or G.14.d). (3) -or Engineer's written interpretation or ' clarification (pursuant to paragraph J.4). 3. Reuse of Documents Neither Contractor nor any Subcontractor, or Supplier or 1 other person or organization performing or furnishing any of the work under a direct or indirect contract with Owner shall have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer; and they shall not reuse any of them on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. 4. Discrepancies and Omissions a. Should anything which is necessary for a clear , understanding of the work be omitted from the Contract Documents, or should it appear that various instructions are in conflict, the Contractor shall secure written instructions from the Engineer before proceeding with the work affected by such omissions or discrepancies. General Conditions 12 City of Fayetteville Sanitary Sewer Improvements 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 IC. Figured dimensions on Plans shall take precedence over scale dimensions. Detailed Plans in the Documents shall take precedence over general Plans. 5. Titles and Headings a. The titles and headings printed on the Contract ' Drawings, in the General Conditions, in the Contract Specifications, and elsewhere in the Contract Documents are inserted for convenience and reference only, and shall not be taken or considered as having any bearing on the interpretation thereof. b. Separation of the Contract Specifications into ' Divisions and Sections shall not operate to make the Engineer an arbiter to establish limits of work between the Contractor and Subcontractors, or between trades. I I I I I 13 General Conditions City of Fayetteville Sanitary Sewer Improvements E. Availability of Lands; Physical Conditions; Reference Points I 1. Availability of Lands , Owner shall furnish, as indicated in the Contract Documents, the lands upon which the work is to be performed, rights -of -way for access thereto, and such other lands which are designated for the use of Contractor. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by Owner, unless otherwise provided in the Contract Documents. If Contractor believes that any delay in Owner's .furnishing these lands, rights -of -way or easements entitles Contractor to an extension of the Contract Time, Contractor may make a claim thereof as provided in Paragraph M. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 2. Physical Conditions , a. Explorations and Reports Reference is made to the Instructions to Bidders for identification of those reports of explorations and tests of subsurface conditions at the site that have been utilized by Engineer in preparation of the Contract Documents. Contractor may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for Contractor's purposes. Except as indicated in the immediately preceding sentence and in paragraph E.2.f, Contractor shall have full responsibility with respect to subsurface conditions at the site. ' b. Existing Structures Reference is made to the Instructions to Bidders for ' 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 1 General Conditions 14 City of Fayetteville I Sanitary Sewer Improvements I ' Paragraph E.2.b continued preceding sentence and in paragraph E.2.f, Contractor ' shall have full responsibility with respect to physical conditions in or relating to such structures. c. Report of Differing Conditions I I If contractor believes that any technical data on which Contractor is entitled to rely as provided in paragraphs E.2.a and E.2.b is inaccurate, or any physical condition uncovered or revealed at the site differs materially from that indicated, reflected or referred to in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before performing any work in connection therewith (except in an emergency as permitted by paragraph G.13), notify Owner and Engineer in writing about the inaccuracy or difference. Id. Engineer's Review I C I I I I LI I I C1 15 General Conditions ' City of Fayetteville Sanitary Sewer Improvements 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 Paragraph E continued I 3. Physical Conditions - Underground Facilities a. Shown or Indicated ' The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: (1) Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and, (2) Contractor shall have full responsibility for reviewing and checking all such information and data, for locating all underground facilities shown or indicated in the Contract Documents, for coordination of the work with the owners of such underground facilities during construction, for safety and protection thereof and repairing any damage thereto resulting from the work, the cost of all of which will be considered as having been included in the contract price. b. Not Shown or Indicated If an underground facility is uncovered or revealed I 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 I 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 1 General Conditions 16 City of Fayetteville Sanitary Sewer Improvements L I I I L L I Li I [1 I I L [1 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. I 17 General Conditions City of Fayetteville Sanitary Sewer Improvements 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, and Maintenance 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 18 City of Fayetteville Sanitary Sewer Improvements 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; (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 other than the Contractor's employees; ' (4) claims for damages insured by usual personal injury liability coverage which are sustained (1) by a person as a result of an offense directly or indirectly related to employment of such person by the Contractor, or (2) by another person; (5) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom; I 19 General Conditions ' City of Fayetteville Sanitary Sewer Improvements U Paragraph F.2 continued I (6) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of any motor vehicle; and (7) claims involving contractual liability insurance applicable to the Contractor's obligations under , Paragraph G.16. b. The insurance required by Subparagraph F.2.a shall be written for not less than limits of liability specified in the Contract Documents, Supplemental Conditions, or required by law, whichever coverage is greater. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption from date of commencement of the work until date of final payment and termination of any coverage required to be maintained after final payment. Notwithstanding the above, the insurance required by paragraph F.2 shall be on an occurrence basis. Such insurance shall be written to include the following coverages and for not less than the ' following minimum limits or greater if required by law: (1) Worker's Compensation, Occupational Disease and Employer's Liability Insurance: (a) State: (in which this contract is performed) Statutory limits. (b) Applicable Federal (if any) - Statutory limits. (c) Employer's Liability - if applicable in state Bodily Injury by accident Bodily Injury by employee Bodily Injury by policy limit Accident - $500,000 each Disease - $500,000 each Disease - $500,000 each I I I I I I General Conditions 20 City of Fayetteville ' Sanitary Sewer Improvements I I L H H I I I I I I I II L Paragraph F.2.b continued (2) Commercial General Liability Insurance including as minimum coverages: Premises - Operations Liability Independent Contractor's Protective Liability Products and Completed Operations Liability Broad Form Property Damage Endorsement Blanket Contractual Personal Injury, with Employment Exclusion deleted (a) Special Requirements: i. Property Damage Liability Insurance will provide "X, C, and U" (Explosion, collapse and underground hazard) coverage as applicable. ii. Products and Completed operations to be maintained for (2)* years after final payment. iii. The owner, engineer, their consultants, agents and employees, shall be named as "additional insureds" on the commercial general liability policy of the general contractor and/or subcontractor of any tier. (b) Limits of Liability: $1,000,000 Each occurrence as respects Bodily Injury Liability or Property Damage Liability, or both combined. $2,000,000 General Aggregate $1,000,000 Products/Completed Operations Aggregate $1,000,000 Personal and Advertising Injury (3) Automobile Liability Insurance: (a) Special Requirements: I. All owned, hired, and nonowned vehicles including the loading or unloading thereof. L 21 General Conditions City of Fayetteville 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 H I I. I I I I I LI I $3,000,000 Each Occurrence (minimum) I $3,000,000 Aggregate (minimum) c. Certificates of Insurance for the above coverages and the Owner's Protective Policy shall be submitted to the Engineer for transmittal to the Owner for his approval prior to the start of construction. The Contractor shall certify to the Owner that he has obtained or will obtain similar certificates of insurance from each of his Subcontractors before their work commences. Each Subcontractor must be covered by insurance of the same character and in the same amounts as the Contractor unless the Contractor and Owner agree that a reduced coverage is adequate. General Conditions 22 City of Fayetteville Sanitary Sewer Improvements I I I I I 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. P] I I I I I I I I I I C Certificate of insurance shall contain a statement therein or a rider attached thereto incorporating the indemnity clause stated in Paragraph G.16 (Indemnification) of the General Conditions, and including the changes and additions made in those subparagraphs or within the Supplemental General Conditions. These Certificates and the insurance policies required by this Paragraph F.2 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days' prior written notice has been given to the Owner and Engineer. If any of the foregoing insurance coverages are required to remain in force after final payment and are reasonably available, an additional certificate evidencing continuation of such coverage shall be submitted with the final Application for Payment. Information concerning reduction of coverage shall be furnished by the Contractor with reasonable promptness in accordance with the Contractor's information and belief. The obligations of the Contractor under the provisions of this article shall not extend to the liability of the Engineer, his agents or employees arising out of (1) the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or specifications, or (2) the giving of or the failure to give directions or instructions by the Engineer, his agents or employees to the extent that such giving or failure to give is the cause of the injury or damage. C 23 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph F continued 1 3. Owner's Liability Insurance a. The Owner shall be responsible for purchasing and 1 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 .1 General Conditions 24 City of Fayetteville 1 Sanitary Sewer Improvements P C C P L P C L P P I I I I I 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 25 General Conditions City of Fayetteville Sanitary Sewer Improvements LJ Paragraph F.4.b continued I 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. ' f. If during the Project construction period the Owner insures properties, real or personal or both, adjoining or adjacent to the site by property insurance under policies separate form those insuring the Project, or if after final payment property insurance is to be provided on the completed Project through a policy or policies other than those insuring the Project during the construction period, the Owner shall waive all right in accordance with the terms of Subparagraph F.4.h for damages caused by fire or other perils covered by this separate property insurance. All separate policies shall provide this waiver of subrogation by endorsement or otherwise. I 1 General Conditions 26 City of Fayetteville Sanitary Sewer Improvements Ti F I I I I I I I C C C 1l n I C C 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. C 27 General Conditions City of Fayetteville Sanitary Sewer Irprovements j Paragraph F continued Miscellaneous Requirements a. All insurance coverage shall be provided companies having policy holder ratings no "A" and financial ratings not lower than Best's Insurance Guide, latest edition in of the date of the Contract. by insurance lower than "XII" in the effect as b. The Contractor is responsible for determining that Subcontractors are adequately insured against claims arising out of or relating to the Work. The premium cost and charges for such insurance shall be paid by each Subcontractor. c. The limits of liability as stated, may be arrived at 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. I I I I I I I I I I I I Li I I General Conditions 28 City of Fayetteville Sanitary Sewer Improvements I G. Contractor's Responsibilities ' 1. Supervision and Superintendent a. Contractor shall supervise and direct the work ' competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but Contractor shall not be solely responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence or procedure of construction which is indicated in and ' required by the Contract Documents. Contractor shall 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. I II I I I C I I 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. 29 General Conditions City of Fayetteville 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 of the work. c. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by Engineer, Contractor shall furnish evidence (including reports or required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any instructions will be effective to assign to Engineer, or any of Engineer's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the work or ' any duty or authority to undertake responsibility contrary to the provisions of paragraph J.10.c or J.10.d. General Conditions 30 City of Fayetteville Sanitary Sewer Improvements I I 3. I C F, 4. H I I I I I I I I I I I Paragraph G continued 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. 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 I 31 General Conditions City of Fayetteville Sanitary Sewer Improvements II Paragraph G.4 continued I an itemized estimate of all costs that will result directly or indirectly for use of such substitute, including costs or redesign and claims of other contractors affected by the resulting change, all of which shall be considered by Engineer in evaluating the proposed substitute. Engineer may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. Engineer will be the sole reviewer, and no substitute will be ordered or installed unless Engineer has agreed to the use of the substitute in writing. Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. Contractor will not be entitled to a change in Contract Time and/or Contract Price for any additional expenses associated with providing substitutions or "or -equal" items. b. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction to be reviewed by the Engineer, if Contractor submits sufficient information to allow Engineer to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by Engineer will be similar to that provided in paragraph G.4.a as applied by Engineer and as may be supplemented in the General Requirements. C. Engineer will be allowed a reasonable time within which to evaluate each proposed substitute. Engineer will be the sole reviewer, and no substitute will be ordered, as evidenced by either a Change Order or an approved Shop Drawing. Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect 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. General Conditions 32 City of Fayetteville Sanitary Sewer Improvements I I I I I I I I Ii I I C' I Li 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 I 33 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph G.5 continued ' not constitute a waiver of any right of Owner or Engineer to reject defective work. This paragraph waives the requirements in paragraph G.5.b. d. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractor, Suppliers and other persons and organizations performing or furnishing any of the work under a direct or indirect contract with Contractor just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of Owner or Engineer to pay or to see to the payment 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. Al?. 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. ' 6. 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 i General Conditions 34 City of Fayetteville ' Sanitary Sewer Improvements I ' Paragraph G.6 continued Documents. Contractor shall indemnify and hold harmless the Owner, Engineer, and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including attorneys' fees 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 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 Ito Engineer, Contractor shall bear all costs arising therefrom; however, it shall not be Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with such Laws and Regulations. 35 General Conditions ' City of Fayetteville Sanitary Sewer Improvements 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 36 City of Fayetteville Sanitary Sewer Improvements I ' Paragraph G.10 continued c. Contractor shall not load nor permit any part of any ' structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the work or adjacent property to stresses or pressures that will endanger it. 11. Record Documents ' Contractor shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Directive 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. I I I Li F1 I I I I 12. Safety and Protection a. Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: (1) All employees on the work site and other persons who may be affected thereby. (2) All the work and all materials or equipment to be incorporated therein, whether in storage on or off the site. (3) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation, or replacement in the course of construction. b. Contractor shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property Underground Facilities and utility owners when prosecution of the work may affect them, and shall cooperate with them in the protection, 37 General Conditions City of Fayetteville Sanitary Sewer Improvements 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.(l) or G.12.a.(3) caused, directly or indirectly, in whole or in part, by Contractor, any Supplier or any other person or organization directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor). Contractor's duties and ' responsibilities for the safety and protection of the work shall continue until such time as all the work is completed and Engineer has issued a notice to Owner and Contractor in accordance with paragraph 0.12 that the work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). c. Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 13. Emergencies , In emergencies affecting the safety or protection of , persons, the work, or property at the site or adjacent thereto, Contractor, without special instruction or authorization from Engineer or Owner, is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice of any significant changes in the work or deviations from the Contract Documents caused thereby. If Engineer determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Directive Change or Change Order will be issued to document the consequences of the changes or variations. I I General Conditions 38 City of Fayetteville Sanitary Sewer Improvements I I 14 I I I I I El I I I I EJ I I El Li Paragraph G continued 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. J 39 General Conditions City of Fayetteville Sanitary Sewer Improvements Paragraph 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. 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). 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. Continuing 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 Owner may otherwise agree in writing. General Conditions City of Fayetteville Sanitary Sewer Improvements I I Li J I I I I L I I I Li I I I. CI Paragraph G continued 16. Indemnification (Hold Harmless Agreement) a. To the fullest extent permitted by Laws and Regulations Contractor shall indemnify and hold harmless Owner and Engineer and their consultants, agents and employees from and against all claims, damages, losses and expenses direct, indirect or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) arising out of or resulting from, the performance of the work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. b. The foregoing Subparagraph shall, but not by way of limitation, specifically include all claims and judgements which may be made against the Owner, Engineer, Engineer's consultants, and agents and employees of any of them under the Illinois Structural Work Law, and similar laws of other state or governmental body having jurisdiction; and further, against claims and judgements arising from violations of public ordinances and requirements of governing authorities due to the Contractor's or Subcontractor's method of execution of the work. c. In any and all claims against Owner or Engineer or any of their consultants, agents or employees by any employee of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation described hereinbefore shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor or any Subcontractor under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. 41 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph G.16 continued I d. The obligations of Contractor under paragraph G.16 shall not extend to the liability of Engineer, Engineer's consultants, agents or employees arising out of the preparation or review of maps, drawings, opinions, reports, surveys, Change Orders, designs, or Specifications. I. I I I I I I I I I I I General Conditions 42 City of Fayetteville I Sanitary Sewer Improvements I ' H. Other Work ' 1. Related Work at Site a. Owner may perform other work related to the Project Rat 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 Rare 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 1 I I 43 General Conditions City of Fayetteville 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 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 1 I I I 1 General Conditions 44 City of Fayetteville Sanitary Sewer Improvements I ' Z. Owner's Responsibilities Ii. 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 0.7. 4. Owner's will provide lands and easenents 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. I6. 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. Li I J 45 General Conditions ' City of Fayetteville Sanitary Sewer Improvements I J. Engineer's Status During Construction I 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. I 4. Clarifications and Interpretations Engineer will issue with reasonable promptness such 1 written clarifications or interpretations of the requirements of the Contract Documents (in the form of Drawings or otherwise) as Engineer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree to the amount or extent thereof, Contractor may make a claim therefor as provided in paragraphs L or M. 1 General Conditions 46 City of Fayetteville Sanitary Sewer Improvements I ' 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. IC. 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). 1 I I 47 General Conditions ' City of Fayetteville Sanitary Sewer Improvements I Paragraph J continued I 9. Decisions on Disputes 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 3.4 and J.9, Engineer will not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by Engineer pursuant to paragraphs J.4 and J.9 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 0.14) will be a condition precedent to any exercise by Owner or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. General Conditions 48 City of Fayetteville Sanitary Sewer Improvements I I LI I I I I I I I I I [1 I I I LI I I C I I I LI I I I I I 1 I J C- L 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 terse or adjective shall not be effective to assign to Engineer any duty to authority to perform, construction observation or direct performance of the Work or authority to undertake responsibility contrary to the provisions of paragraph I.8.c or I.8.d. c. Engineer will not be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and Engineer will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. d. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractors, or of the agents or employees of any Contractor or Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 49 General Conditions City of Fayetteville Sanitary Sewer Improvements I K. Changes in Work I 1. Without invalidating the Agreement and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions or revisions in the Work; these will be authorized by a Written Amendment, a Change Order, or a Work Directive Change. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 2. If Owner and Contractor are unable to agree as to the extent, if any, of an increase or decrease in the Contract Price or an extension or shortening of the Contract Time that should be allowed as a result of a Work Directive Change, a claim may be made therefor as provided in paragraph L or M. 3. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraph D.2 except in the case of an emergency as provided in paragraph G.13 and except in the case of uncovering Work as provided in paragraph N.4.b. 4. Owner and Contractor shall execute appropriate Change Orders (or Written Amendments) covering: a. Changes in the Work which are ordered by owner ' pursuant to paragraph K.1, are required because of defective Work under paragraph N.8 or correcting defective Work under paragraph N.9, or are agreed to by the parties; b. Changes in the Contract Price or Contract Time which ' are agreed to by the parties; and c. Changes in the Contract Price or Contract Time which embody the substance of any written decision rendered by Engineer pursuant to paragraph 3.9. provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the progress schedule as provided in paragraph G.15. I I L1 I General Conditions 50 City of Fayetteville Sanitary Sewer Improvements I ' 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. I I I I I I E I I El 51 General Conditions City of Fayetteville ' Sanitary Sewer Improvements I L. Changes in Contract Price I 1. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by Contractor shall be at his expense without change in the Contract Price. 2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to Engineer promptly (but in no event later than thirty (30) days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty (60) days after such occurrence (unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by Engineer in accordance with paragraph J.9.a if Owner and Contractor cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph L.2. 3. The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price ' shall be determined in one of the following ways: a. Where the Work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of the items involved (subject to the provisions of paragraph L.7). b. By a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph L.5.a.(2)(a). c. On the basis of the Cost of the Work (determined as provided in paragraphs L.4.a and L.5.b) plus a Contractor's Fee for overhead and profit (determined as provided in paragraphs L.5.a and L.5.b. I I General Conditions 52 City of Fayetteville Sanitary Sewer Improvements I ' Paragraph L continued 4. Cost -of -Work I J Ti I Ii I I I I H Ti I I I I I 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. 53 General Conditions City of Fayetteville Saritary 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: I (a) The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. (b) Cost, including transportation and ' maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remain the property of Contractor. (c) Rentals of all construction equipment and ' machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements reviewed by Owner with the advice of Engineer, and the cost of transportation, loading, unloading, installation, dismantling and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. General Conditions 54 City of Fayetteville Sanitary Sewer Improvements I Paragraph L.4.a.(5) continued (d) Sales, consumer, use or similar taxes ' related to the work, and for which Contractor is liable, imposed by Laws and Regulations. (e) Deposits lost for causes other than negligence of Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. (f) Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by Contractor in connection with the execution of the work, provided they have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be ' liable. Such losses shall include settlements made with the written consent and review of Owner. No such losses, damages and expenses shall be included in ' the Cost of the Work for the purpose of determining Contractor's Fee. If, however, any such loss or damage requires reconstruction and Contractor is placed in charge thereof, Contractor shall be paid for services a proportionate fee to that stated in paragraph L.5.a.(2). (g) The cost of utilities, fuel and sanitary facilities at the site. (h) Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. (i) 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: LI I 55 General Conditions ' City of Fayetteville 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.(l) 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 56 City of Fayetteville Sanitary Sewer Improvements I C I. I I I I I I ET 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: I (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.(l) 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 57 General Conditions City of Fayetteville Sanitary Sewer Improvements Li Paragraph L continued I 6. Cash Allowances: a. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be reviewed by the Engineer. Contractor agrees that: (1) The allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered to the site, and all applicable taxes; and (2) Contractor's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. b. Prior to final payment, an appropriate Change Order ' will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 7. Unit Price Work: a. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price work times the estimated quantity of each item as indicated in the Agreement. The estimated, quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer in accordance with Paragraph 3.8. , b. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. 1 General Conditions 58 City of Fayetteville Sanitary Sewer Improvements 1 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. 8. Limits of Authority: ' a. The Contractor shall note and abide by the following Owner's and Engineer's limits of authority for changes in the Work which require a change in the Contract Price and Contract Time. Except in the case of extreme emergency to protect the public safety, public welfare or substantial ' Work, the following limits of authority to the Owner and Engineer shall apply: ' Engineer's Representative - No authority Water/Sewer Maintenance Superintendent - $5,000.00 Public Works Director - $10,000.00 Mayor - $20,000.00 or any City Council pre -approved contingency. All accumulative changes which result in Contract ' Price changes in excess of $20,000.00 or any City Council pre -approved contingency shall require the formal approval of the Fayetteville City Council. E 59 General Conditions ' City of Fayetteville Sanitary Sewer Improvements I M. Changes in Contract Time 1. General a. The Contract Time may only be changed by a Change Order or a Written Amendment. Any claim for an extension or shortening of the Contract Time shall be based on written notice delivered by the party making the claim to the other party and to Engineer promptly (but in no event later than thirty (30) days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty (60) days after such occurrence (unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Time shall be determined by Engineer in accordance with paragraph J.8 if Owner and Contractor cannot otherwise agree. No claim for an adjustment in the Contract Time will be valid if not submitted in accordance with the requirements of this paragraph M.l.a. b. The Contract Time may be extended in an amount equal to time lost due to delays (unavoidable delays) beyond the control of Contractor if a claim is made as provided in paragraph M.l.a. Such delays shall include, but not be limited to, acts or neglect by Owner or others performing additional work as contemplated by paragraph H, or to fires, floods, labor disputes, epidemics, abnormal weather conditions, or acts of God. c. All time limits stated in the Contract Documents are of the essence of the Agreement. Provisions of this paragraph M.1 shall not exclude recovery for damages (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) for delay by either party. General Conditions 60 City of Fayetteville Sanitary Sewer Improvements I I I I I I I I I I I I I C IParagraph M continued 2. Delays a. Avoidable Delays (1) Avoidable delays in the prosecution or completion of the Work shall include all delays which might have been avoided by the exercise of care, prudence, foresight, or diligence on the part of the Contractor. (2) Delays in the prosecution of parts of the work which may in themselves be unavoidable but do not necessarily prevent or delay the prosecution of other parts of the work nor the completion of the whole work within the time herein specified; reasonable loss of time resulting from the necessity of submitting drawings to the Engineer for approval and from the making of surveys, measurements, and observations; and such interruptions as may occur in the prosecution of the work on account of the reasonable interference of other Contractors employed by the Owner, which do not necessarily prevent the completion of the whole work within the time herein specified, will be deemed avoidable delays within the meaning of. this Contract. b. Unavoidable Delays Unavoidable delays in the prosecution or completion of the Work under this Contract shall include all delays which may result through causes beyond the control of the Contractor and which he could not have provided against by the exercise of care, prudence, foresight, or diligence. Such delays shall include, but not be limited to, acts or neglect by Owner or others performing additional work as contemplated by paragraph H or to fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. Orders issued by the Owner changing the amount of Work to be done, the quantity of material to be furnished, or the manner in which the Work is to be prosecuted; failure of the Owner to provide rights- of- way; and unforeseen delays in the completion of the Work of other contractors under contract with the Owner will be considered unavoidable delays, so far as they necessarily interfere with the Contractor's completion of the whole of the Work. Delays due to 61 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph M.2.b continued I 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 I 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 I of avoidable delays. (2) Contractor will be charged liquidated damages or actual damages as provided in paragraph R for avoidable delays. I I I I E 11 General Conditions 62 City of Fayetteville Sanitary Sewer Improvements I L N. Warranty and Guarantee; Tests and Observations; Correction, Removal, or Acceptance of Defective Work 1. Warranty and Guarantee Contractor warranties and guarantees to Owner and Engineer that all work will be in accordance with the Contract Documents and will not be defective. Prompt I I I I I I I I I I I 71 L 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. 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. 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). 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). 63 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph N.3 continued I 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. I 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 1 a. If any work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. b. If Engineer considers it necessary or advisable that covered work be observed by Engineer or tested by others, Contractor, at Engineer's request, shall uncover, expose or otherwise make available for observation or testing as Engineer may require, that portion of the work in question, furnishing all necessary labor, material and equipment. If it is found that such work is defective, Contractor shall bear all the expenses of such uncovering, exposure, observation, testing and reconstruction, (including but not limited to fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriated decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in paragraph L. If, however, such work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, testing and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefor as provided in paragraphs L and M. I I General Conditions 64 City of Fayetteville Sanitary Sewer Improvements I Paragraph N continued 5. Owner May Stop the Work ' If the work is defective, or Contractor fails to supply sufficient skilled workmen or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the work shall not give rise to any duty on the part of the Owner to exercise this right for the benefit of Contractor or any other party. 6. Correction or Removal of Defective Work a. If required by Engineer, Contractor shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, 1 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 65 General Conditions ' City of Fayetteville 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 Change Order will be issued incorporating the necessary �. revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, Owner may make a claim therefor as provided in paragraph L. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. I 9. Owner May Correct Defective Work If Contractor fails within a reasonable time after 1 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 1 General Conditions 66 City of Fayetteville Sanitary Sewer Improvements I Paragraph 1.1.9 continued all or part of the site, take possession of all or part ' of the work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the site and incorporate in the work all materials and equipment stored at the site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow owner, Owner's representatives, agents and employees such access to the site as may be necessary to enable Owner to exercise his rights under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies will be charged against Contractor in an amount reviewed by Engineer, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price, and if the parties are unable to agree as to the amount thereof, Owner may make a claim therefor as provided in paragraph L. Such direct, indirect and consequential costs will include but not be limited to fees and charges of engineers, architects, attorneys and other professionals, all court land 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. L I I I I I 67 General Conditions ' City of Fayetteville Sanitary Sewer Improvements O. Payments to Contractor and Completion I 1. Schedules I 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 t 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. I General Conditions 68 City of Fayetteville Sanitary Sewer Improvements I IParagraph O.2.b continued I LI c. No application for partial payment shall be made when, in the judgement of the Engineer, the total value of the Work done and materials incorporated into the Work under this Contract since the last preceding estimate amount is less than $10,000. d. Applications for payment shall be signed by the Engineer and approved by the Owner, and after such approval, the Owner, subject to the foregoing provisions, will pay or cause to be paid an amount equal to the estimated value of the work performed less a retained amount in accordance with the following schedule: (1) Ten (10) percent until construction is 50 percent complete. (2) Five (5) percent after construction is 50 percent complete, provided that the Contractor is making adequate progress and there is no specific cause for greater withholding. (3) When the project is substantially complete (operational or beneficial use as determined by the Engineer) the retained amount will be t 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 1 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. 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. J I 69 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph O.2 continued 1 f. If required by the regulatory agencies, the Contractor and his subcontractor shall prepare weekly sworn affidavits with respect to the payment of wages in accordance with the provisions as set forth in the "Anti -Kickback" Act, and submit affidavits with the progress payment requests. 3. Unit Price Items a. Unit price items listed in the Bid form and in the Agreement form may be of two types, "unit price construction items", and "unit price work items ordered by the Engineer during construction". For all unit price items quantities as set forth are the best estimates which can be made during design, since actual quantities cannot be determined until construction is underway. b. The Contractor shall study carefully the Specifications to determine the extent and scope of the work included under lump sum items in the Contract. It may be that work under some unit price items is in addition to similar work to be performed under lump sum items and paid for thereunder. c. Unit Price Construction Items I 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 I 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 I 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 70 ' City of Fayetteville Sanitary Sewer Improvements I 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 II 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 ia. Engineer will, within fifteen (15) days after receipt of each payment request, either indicate in writing a recommendation of payment and present the request to Owner, or return the payment request to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the request. Thirty (30) days after presentation of the Application for Payment with Engineer's recommendation, the amount recommended will (subject to the provisions of paragraph O.7.f) become due and when due will be paid by Owner to Contractor. I I I 71 General Conditions City of Fayetteville Sanitary Sewer Improvements Paragraph 0.7 continued b. 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. c. Engineer's recommendation of final payment will I 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. d. 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 I been damaged requiring correction or replacement. General Conditions 72 City of Fayetteville Sanitary Sewer Improvements I Paragraph O.7.d 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. e. 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 73 General Conditions City of Fayetteville Sanitary Sewer Improvements 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 corrects 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 Own 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 Own 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. •r shall have the right to exclude Contractor f work after the date of Substantial Completion, Owner shall allow Contractor reasonable access Mete or correct items on the punch list. 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: 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 substantially complete and request Engineer to issue a Statement of Substantial Completion fo 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 Conditions Fayetteville Sewer Imnro I Paragraph 0.9.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. 1 (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, e operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part of the Work which will become binding upon Owner and Contractor at the time when Owner takes over such operation (unless they shall have otherwise agreed in writing and so informed Engineer). During such operation and prior to Substantial Completion of such part of the Work, Owner shall allow Contractor reasonable access to complete or correct items on said list and to complete other related Work. (3) No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph F.7 in respect of property insurance. 1 75 General Conditions ' City of Fayetteville Sanitary Sewer Improvements I Paragraph O continued 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. ,r 11. Final Application For Payment w• 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 1 a. If, on the basis of Engineer's observation of the Work during construction and final observation, and Engineer's review of the final payment request and accompanying documentation - all as required by the Contract Documents, Engineer has been shown that the work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within ten (10) days after receipt of final payment request, indicate in General Conditions 76 , City of Fayetteville Sanitary Sewer Improvements I I Paragraph 0.12 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 1 provisions of paragraph 0.14. Otherwise, Engineer will return the payment request to Contractor, indicating in writing the reasons for refusing to 1 recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the payment request. Thirty (3O) 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 1 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 1 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 0.12, nor any correction of defective work by Owner shall constitute an acceptance of Work not in accordance with the Contract Documents or a release of Contractor's obligation to 1 77 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph O.13 continued 1 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, 1 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 [1 l 1 1 General Conditions 78 City of Fayetteville Sanitary Sewer Improvements I P. Suspension of Work and Termination 1. Owner May Suspend Work a. Owner may, at any time and without cause, suspend the work or any portion thereof for a period of not more than ninety (90) days by notice in writing to Contractor and Engineer which shall fix the date on which work shall be resumed. Contractor shall resume 1 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 1 more of the following events: (1) If Contractor fails to supply a qualified superintendent, sufficient skilled workmen, j subcontractors, or suitable materials or equipment. (2) If Contractor repeatedly fails to make prompt payments to subcontractors or for labor, materials, or equipment. (3) If Contractor disregards Laws and Regulations, of any public body having jurisdiction. (4) If Contractor otherwise violates in any substantial way any provisions of the Contract Documents the Owner shall have authority to ' suspend the Work wholly or in part, for such period of time as he may deem necessary, because of conditions unfavorable for the prosecution of the Work, or to conditions which in his opinion warrant such action, or for such time as is necessary by reason of failure on the part of the Contractor to carry out orders given, or to perform any or all provisions of the Contract. No additional compensation will be paid the Contractor because of any costs caused by such suspension, except when the suspension is ordered for reasons not resulting from, any act or omission on the part of the Contractor. I I I I 79 General Conditions City of Fayetteville 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 similar action by filing under any other federal at such time relating to insolvency; takes any equivalent or a petition or otherwise or state law in effect the bankruptcy or I I I I a I (2) If a petition is filed against Contractor under any chapter of the Bankruptcy Code as now or I 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; I General Conditions City of Fayetteville Sanitary Sewer Improvements :R 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. I 81 General Conditions City of Fayetteville Sanitary Sewer Improvements I 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 I 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 6.15 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with Owner: 1 1 I I General Conditions 82 City of Fayetteville Sanitary Sewer Improvements L1 IQ Li I U I I U LII Li El I I I I El 1 I 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 3.9 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 3.9; 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.B. 3. Notice of the request for arbitration shall be filed in writing with the other party to the Agreement and with the American Arbitration Association, and a copy shall be sent to Engineer for information. The request for arbitration will be made within the 30 day or 10 day period specified in paragraph Q.2 as applicable, and in all other cases within a reasonable time after the 83 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph Q.3 continued claim, dispute or other matter in question has arisen, 1 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). I I I General Conditions 84 City of Fayetteville Sanitary Sewer Improvements I IR. Liquidated Damages or Actual Damages for Delay 1. General Time is of the essence of this Contract, liquidated damages or actual damages for delay will be assessed against the Contractor for failure to complete the work within the time(s) specified in these Contract Documents. ' 2. Liquidated Damages Should the Contractor fail to complete the work, or any part thereof, in the time stipulated in the Contract or within such extra time as may have been allowed for unavoidable delays by extensions granted as provided in ' Paragraph M, the Contractor shall reimburse the Owner for the additional expense and damage for each calendar day, Sundays and legal holidays included, that the Contract remains uncompleted after the Contract completion date. It is agreed that the amount of such additional expense and damage incurred by reason of failure to complete the work is the per -diem rate stipulated in the Bid. The said amounts are hereby agreed upon as liquidated damages for the loss to the Owner on account of expense due to the employment of Engineers, inspectors, construction reviewers, and other employees after the expiration of the time of completion, and if applicable, expenses incurred by the Owner as a result of the impact of the Contractor on other contractors under this project or other contracts, and on account of the value of the operation of the works dependent thereon. It is expressly understood and agreed that this amount is not to be considered in the nature of a penalty, but as liquidated damages, which have accrued against the Contractor. The Owner shall have the right to deduct such damages from any amount due, or that may become due the Contractor, or the amount of such damages shall be due and collectible from the Contractor or his Surety. 3. Actual Damages for Delay Failure to meet the Contract Completion Date(s) by the Contractor will subject the Contractor to liability for all damages suffered by the Owner. Damages that might accrue to the Owner include, but are not limited to, the additional costs for project inspection by others, construction review by RJN Group, Inc. the Owner's project administration and overhead, the Engineer's project administration and overhead, loss of revenue from the completed facility, delay or impact damages from other Contractors on this Contract or other Contractors on other Contracts resulting from the delay, rental costs incurred by the Owner as a result of delay in completion 85 General Conditions City of Fayetteville Sanitary Sewer Improvements 1 Paragraph R.3 continued of this Contract, value and use loss delay, and all legal costs associate of this General Condition or with an out of this General Condition. The I d y arising from this with administration litigation arising 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 0 and over Liquidated Damages Per Day I 1 I I $1,000 2,000 3,000 4,000 5,000 1 1 I General Conditions City of Fayetteville Sanitary Sewer Improvements EY7 I I Is Excess Engineering Costs 1 1. General I I I LI I I Excess engineering costs shall be applicable only during the Contract Time provided in the Agreement. 2. Overtime a. The Owner shall charge to Contractor for all engineering and construction observation expenses incurred by Owner in connection with any overtime work. For any such overtime during the regular specified Contract Time beyond the regular eight hour day and for any time worked on Saturday, Sunday, or holidays, the charges for such personnel will be as provided in the Schedule of Charges below. b. These charges for excess engineering will be deducted from the Contractor's monthly payment request. c. Schedule of Charges to be as follows for all engineering and construction observation expenses incurred by the Owner in connection with any overtime work. Personnel __ Hourly Rate Project Manager $ 92.00 1 Resident Engineer 60.00 Resident Project Representative 45.00 Clerical/Office Technician 25.00 I LB I I LB 'l El 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. 87 General Conditions City of Fayetteville Sanitary Sewer Improvements I T. Miscellaneous I 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 I 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 I from midnight to the next midnight shall constitute a day. 3. General a. Should Owner or Contractor suffer injury or damage to his person or property because of any error, omission or act of the other party of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph T.3.a shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. b. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Contractor by paragraph G.16.a, N.1, N.7, N.9, 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 88 City of Fayetteville Sanitary Sewer Improvements I Paragraph T continued by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph shall be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents shall survive final payment and termination or completion of this Agreement. I I I I I I LI LI Lii El END OF THIS SECTION 89 General Conditions City of Fayetteville Sanitary Sewer Improvements I SUPPLEMENTARY CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of 1 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 I F. Paragraph 0.2.a: Application for Progress. Payments Delete paragraph 0.2.a and substitute the following new paragraph: a. The Contractor, together with a representative of the Engineer, shall make an estimate of the value of the work performed ten days prior to a specified date each month in accordance with this Contract. The payment due date ' shall be determined at the preconstruction meeting. G. Paragraph 0.7.b: Review of Payment Requests 1 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 Engineer's approval, in addition to ..." H. 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. I. 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. 1 1 1 1 Supplementary Conditions City of Fayetteville Sewer System Improvements Cl-2 L I J. Paragraph E.2.a. Delete paragraph E.2.a and substitute the following new 1 paragraph: a. No reports of explorations and tests of subsurface conditions at the site are available. K. Paragraph 0.9 1 Delete paragraph 0.9 of the General Conditions. IL. 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. 1 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 Cl-] Sanitary Sewer Improvements I 1 SUBMITTAL RECORD I SUBMIT TO RJN GROUP, INC. SUBMITTED BY I ACTION TAKEN a Rovrtwc W W W Ito R W 'em LU a = 9 W J J W Si W p W Z AC 1 It o s o 1 W ci W U W F Fp .( ! p ~ IS 7 • 9W W t > 11 e Yy z e W i i.. e W — CI T j W a Cr p p f a O W a Z 6 Cp 7 0 m > -C W W J V W O 6 = p DWG. NO. • __: Ii i DISTRIBUTION BY FILE COPY (I) SUBCONTRACTOR (I) C C. BY C DISTR BJTION BY RJN GROUP. INC. FILE COPY (I I RJN/FIELD (I) 1 RJN/ (I) BY 1 RE: n n n n n n JOB CM SONY. MO N0. IN 51)11.SPECIFIUT.ON NO DIV SECT riiiip _ _ I 11 DATE SENT DATED I SUPPUElt REMARKS L,UN INAG IUR PROJECT NO• FILE NO. RJN GROUP, INC. CONTRACT DRAWING NOS. TEL. RECEIVED DESCRIPTION THESE ARE SUBMITTED AS CHECKED BELOW o FOR REYIE• . RETURN _ CORRECTED PRINT o FOR YOUR USE o AS REQUESTED O FOR INFORMATION O NY CONTRACTORS AUTHORIZED RFPRESENTAT YE M •. e a C - n 0 n n 1 n n 1 Z 2 C O o Z Iw�Oz O U o a zwz o h u m a ►+ E 00 o w M 17 w a a a w U N O F •• U, m o u> a z a a a W E E U qa oz O F W z a - O w a u w u < x a z F C ri F u a z o0 u o Fa zF ww... 0.40' O aU E 00 E zwz W a F Fd W Ow O E W OEv 0 tti OH^, P+ n Oz. z F U z u O w Utt cedar Uz UE>4 1 za" U) U Of E u Z 7` U = O UN y w Es — wo.., F Z I Lr7 I I 1 L I I I I I I a F m z E fi ilas GL F U a C 00 F 4] CE - gW W a Cc O Fz zo O CE a 0 OF- Izo� -- N r E z F U F zo 0 U W to zE` O " uz M r U F F F-' 0 u z 0 I- (-4 C. aN u -- N a FW X W W X Oaa 1% Ow X 0.10x x E U a 00 E W o aw CE- W 4 ^ - D eD (1.20 W 00F 2 G, X OEy^ ►i n X 2 .. X z� x X U X F X X ZU`" X X 0 U X X InOH X X X XX U2 X X n X X X v, C E X c K', � 0D XE E U E^ M D O U M U) 0 C a 0 ro 14 U U " 4 En p a C .-4 C L L A Z Li I I I I I I I I I I I Li II I I I. J E a 0 LI- E- 0) W 0 z a w F a ava z C z z w z 0 >+ U a c w Z w C Cs z O N 0 E z a o o z w o �• a F a o 4 - o a O C N W V a O U rs W 4 ° G O C to U - m pt A 4 m L w •O to 7 w U C 4 C w O w 42C '0 U �1�d �W 4' O 0 �CCCG •44)L4Jt4 4E a N w Cl a• 4 U U 4 —lit V o r+ d d ,°4) am p00 4• t 4 to m 4 .miL w E C p)Cm4 C4 LOU 34wwa) a4 � to OF ywlm•t GNUw7 U- C O 4 X al 110 •,,,� d V). N N tlf N N4AVf +4 0 0 ago 43.(+.m 4)414)41c GU E 0EC4 y mof m'O U gE 4 0ytdb C °' c 0to1 to 11 0 w to - R w .. /o •o 41 . . . . . . . . 0 0W y e 4 4) a+ ' 0 w m 14'4-4 w 0.t>O 0 Utw,W O 00 o CO Waud a . . . . . . . . 414 °m4L 11 4 4C " L C p.�.d w4 CapE W 4•>toEU Vl m w 3 010 4 4141 ... A •^� z y 4 t m 4 C) .CR 4C) 'a • • • . . . . • 41 4) 0' "�w'Om aEim . . . . . . . . N go0W ,Wj .v �'' •oca°o o w 4 .0 F �° O. 41 E� '° N to u E NO U a4JCN z �NU4 0 C +j L N '6 30,+ 44) C 1.1w-' 0 3 U m w 0 a' oa d •° °a y .£fa m4) tp0U a ma••4Lw 41 •4 E UL C 4) d A m W Wxt4 U 3-4 d y C C4 m EU R 4) -4 t40 U34Vy d 1"149C :1 . w . O+ '6 �RO • wCO w4) . .tam .C . . � y o a4 Q) 4m c 41faC w N444))� -'-IN 'n U 4) t0 > r,l O4 ' X -•i O dm w L A m 0 •.o .° ..C ° 4) rt F 4' WCC E 4 -t O .0 O m '6 . 'a 4) 41 w m .6 0 z 4 4 4 .•4 L Qt '••C ALTO . •a$c .d . . -E4Cw f Lt09 tp-.4 C 'o m c t0 m W u •W0 -l• -4 C C 3 a) F m •.t w C m� d4 -4v U m d C to a'300i r-4 a .'jgao oj U� E"-410 U4 t0 d4RC tow41 •04)31404 Cwd 54111 U'om 300m°L' C)'-.c0m>w--iw 4)1 0' >Ummma°, mm L O 14444) wO)4) •.'C0 E4) T'Otoc0wm 447 4ER mCOwa)4) 41to 0 m o a t o m >. a m 4 0 4 t U 3 4 m U U t •� C00C 4 C .,.O> alto 0) w :s 444)7aC7 a)m'07 41.010 41147 w•y Cm 0 ,.. a) m U0 wO7OW O w '0L 0 4 c O .mm al 4 4 C m t 0 w m C m m CC 4 ° 14 4 t to U 4 4 O w a) a) C ,..4 -•t .r .•t C m —4 .-4 34040 4 0 —lit .A ✓ 4 O w L 4) t0 to t0 t0 7 4) 7 to 4) 14 9 m a! L 3 U m EL -j tr 04)00 EX40 Ai O 4) 42 54,0 0 C 4E�aFF4w.aE� Oyt I-' amj 41 c C N m -..t t0 -..� ........•.._ w U 4 U m m t0 c--4 m L 4 a) •o t t0 R U 'O 0) w O.L to 4 w t 'O w h,t Q) 4 - w 0 4_34J F •-4 4 0 4 c z •• 'O m U 4 c t c 0 0. 0 >• a) C 7 U J U 4) C 0) G C z 0. 0 w z 0 H 0 z O W a .O m C E U 1Y U 4 I u L -I I CHANGE ORDER SHEET OF CHANGE ORDER NO. OWNER: PROJECT NAME: LOCATION: CONTRACTOR: PROJECT NO. DATE: I. DESCRIPTION OF CHANGES INVOLVED: The following changes are hereby made to the Contract Documents: ***For each item, describe the change, the reason for the change, and indicate the adjustment to the Contract Price and the Contract Time.*** 1 Change Order City of Fayetteville Sanitary Sewer Improvements I SHEET OF CHANGE ORDER NO. II. CHANGE ORDER CONDITIONS: 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in the preceding Description of Changes involved, with the Supplemental Contract Drawings designated as and under the provisions of the Original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price granted for this Change Order or any previous Change Orders. 4. The Contractor expressly agrees that he will place under coverage of his Performance, Labor and Material, and Maintenance Bonds and Contractor's Insurance all Work covered by this Change Order. The Contractor will furnish to the Owner evidence of increased coverage of his Performance, Labor and Material, and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent (20%). III. ADJUSTMENTS IN CONTRACT TIME 1. Final Completion Date of Original Contract 2. Net change due to all previous Change order 3. Final Completion Date not including this Change Order No. . . . . . . . . . . 4. Addition to Contract Time due this Change Order No. a. Avoidable Delay Extension. b. Unavoidable Delay Extension. 5. Final Completion Date including this Change Order No. . . . Change Order 2 City of Fayetteville Sanitary Sewer Improvements I LI I I I I I I I I I I I Days ' I Days Days . .I ID ill 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 RAIN Group, Inc.) Date ACCEPTED: CONTRACTOR: I By: Signature of Authorized Representative Date OWNER: By: ( ) Signature of Authorized Representative Date 1 I Change Order City of Fayetteville 3 Sanitary Sewer Improvements Ill *** Date *** *** CITY LETTERHEAD *** Dear Resident: IiiIn a continuing program to maintain and upgrade the City sewer systems, several sewer projects are scheduled this year, including Sanitary Sewer Main Replacement and Rehabilitation, White River Watershed, Mini System 18 B/C, Contract II for the City of Fayetteville, AR. IIIA *** 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. I I I I 11 I I Work on this project Week and Month ***. *** Name of City and RJN Group, Inc. in a Engineers, Inc. both projects. is scheduled to begin during *** Name of The Contractor *** Name of Contractor *** of State *** and our consulting engineers, ssociation with McClelland Consulting have successfully completed similar A very important concern of the City on a project of this type is the restoration of street and parkway openings. Restoration work will be completed on a timely basis once construction is completed in an area. If you have any questions about this project, please contact Mr. William Hohl, P.E., RJN Group, Inc. at (501) 444-6119. Sincerely, City of Fayetteville, AR I TABLE OF CONTENTS FOR PART D -SPECIAL CONDITIONS DIVISION 1 GENERAL REQUIREMENTS Section Subject D1-1 SUMMARY OF WORK D1-2 CUTTING AND PATCHING D1-3 SUBMITTALS D1-4 MATERIAL AND PERFORMANCE TESTING D1-5 CONTROL OF CONSTRUCTION SITE Dl -6 MEASUREMENT AND PAYMENT D1-7 MANHOLE TESTING D1-8 SANITARY SEWER REPAIR TESTING D1-9 SANITARY SEWER CONSTRUCTION TESTING D1-10 TRENCH SAFETY SYSTEM I IDl -1 SUMMARY OF WORK A. General 1 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 c disrepancies 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. Plans 2. Contract Documents 3. Arkansas State Highway and Transportation Department Specifications IIThe following special conditions shall be applicable to this project and shall be given over any conflicts with the Contract Documents under the provisions stated 'above. 2. Work Covered By Contract The work to be performed is generally described in the Invitation to Bid and indicated in the Contract Documents. 3. Contractor's Duties a. Except as specifically noted, provide and pay for: 1) Labor, materials, and equipment. 2) Tools, construction equipment, and machinery. 3) Samples, shipping costs, and tests. 4) Necessary utilities, such as water supply, electrical power, telephones, roads, fences, and ' sanitary facilities, including maintenance thereof. I D1-1(1) City of Fayetteville Sewer System Improvements L 5) Other facilities and services necessary for I 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. 1. Submit shop drawings on all materials and equipment to be installed on the project. I Il I I I I I L I I L I I L City of Fayetteville D1-1(2) Sewer System Improvements L L I L I I I L1 I L El I 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 included within these documents shall be paid to all workers performing work under the contract. The scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. 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. f. Move stored products which interfere with the operations of Owner or other Contractors. g. Obtain and pay for additional storage or work areas needed for operations. h. No alcohol shall be consumed on the site. 1 i. Existing Manhole Steps If Eli 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. 5. Existing Facilities a. The existing facilities will be in continuous operation during the construction period. I D1-1(3) City of Fayetteville Sewer System Improvements UJ b. Plan and conduct construction operations to avoid ' disturbing existing structures, piping, equipment, and services in any manner which will interrupt or impair operations, except as approved by owners Representative. c. Submit for approval a construction sequence, and written explanations of the temporary facilities and appurtenances intended to be used in maintaining the uninterrupted operation of the existing sanitary sewer system and any other affected utilities. ' 6. Sequence of Construction a. The Contractor shall contact property owners 48 hours in advance describing the work to be performed on private property prior to any construction or , rehabilitation work on that property. b. The Contractor shall perform exploratory excavations as directed by the Engineer prior to replacement sewer construction. The purpose of the exploratory excavations is to allow the Contractor to verify the invert elevations of existing utilities which were calculated during design. Accordingly, elevations and locations will be verified by the Contractor prior to ordering any materials or performing any work. c. The Contractor shall schedule the work to start at the downstream end of new relief lines and work toward the upstream end. No work will be permitted on the upstream end of relief lines until relief lines required downstream have been installed without written authorization from Owner's Representative. d. Sanitary sewer line spot repairs and sanitary relief sewers or replacement sewers shall be scheduled together for construction when in the same immediate vicinity. e. 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. f. Prior to final surface restoration, the Contractor shall insure that all testing has been completed and reviewed by the Engineer. g. The Contractor shall submit to the Engineer each night the next days proposed activities. h. The Contractor shall submit a weekly schedule on each Thursday for the next week's construction activities. I I I I I City of Fayetteville Dl -l(4) Sewer System Improvements a L!; 0 i. A revised monthly progress schedule shall be submitted with each payment request. fl j. The Contractor shall maintain flow in the existing sanitary sewer lines until all connections have been made to the proposed system. All connections to existing manholes shall be considered a non -pay if item. k. The City shall not reimburse the Contractor for any II water used to perform the work as required in the contract. fi 1. The Contractor shall provide all sanitary sewer bypasses as required to perform the work as specified in the Contract Documents as a non -pay item. in. The Contractor shall preserve all trees, shrubs, sprinkler systems, fences, and other property owner 11 improvements located within the limits of the Ii construction. The removal and/or replacement of the said property owner improvements by the Contractor shall be considered as a non -pay item unless noted otherwise. 0 n. 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. o. 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. p. Project signs shall be required in accordance with the Supplementary Conditions, and shall be considered a non -pay item. q. Clay dams or concrete dams (1500 psi minimum) (see detail sheet of the Drawings) shall be constructed at locations as noted on the drawings or as directed by the Engineer. Compensation for furnishing all material and installation and incidental and all IIappurtenant work shall be included in the Contract unit price for each dam constructed as indicated in the proposal. 0 D1-1(5) City of Fayetteville Sewer System Improvements C 7. Abbreviations I The following abbreviations as used in the Contract Documents have the listed meanings: A. . . . . . ampere AASHTO . . . . American Association of State Highway and Transportation Officials ACI . . . . . American Concrete Institute ANSI . . . . . American National Standards Institute AREA . . . . . American Railroad Engineers Association ASTM . . . . . American Society for Testing and Materials AWWA . . . . . American Water Works Association Bil . . . . . basic impulse insulation level BOD . . . . . biochemical oxygen demand btu . . . . . British Thermal Unit C . . . . . . degrees Celsius cc . . . . . . cubic centimeter cf . . . . . . cubic foot cfm . . . . . cubic feet per minute Co . , . . . . Company conc . . . . . concrete Corp . . . . . Corporation CRSI . . . . . Concrete Reinforcing Steel Institute cu. . . . . . cubic cy. . . . . . . cubic yard I I I I I I 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 Li I I City of Fayetteville D1-1(6) Sewer System Improvements I max . . . . . maximum min . . . minimum mg/L . . . . . milligrams per liter O mgd . . . . . million gallons per day mm . . . . . . millimeter MS . . . . . . Military Specifications fi NBBPVI . . . . National Board of Boiler and Pressure Ii Vessel Inspectors NBS . . . . . National Bureau of Standards NEC . . . . . National Electrical Code NEMA . . . . . National Electrical Manufacturers Association o NFPA . . . . . National Fire Protection Association fl no . . . . . . number OSHA . . . . . Occupational Safety and Health Administration �1 ppm . . . . . parts per million psf . . . . . pounds per square foot ll psi . . . . . pounds per square inch gauge pvc . . polyvinyl chloride SDHPT . . . . Arkansas State Department of Highways and Public Transportation sf . . . . . . square feet sq. . . . . . square Ii SSPC . . . . . Steel Structural Painting Counsel Ii sy . . . . square yard p V volt UL . . . . Underwriters Laboratory U.S . . . . . United States END OF SECTION D1-1 D1-1(7) City of Fayetteville Sewer System Improvements i1 D1-2 CUTTING AND PATCHING A. General 1. Description a. Cutting and patching shall include the cutting (including excavation), fitting, or patching necessary to: 1) Remove and replace defective work. 2) Remove and replace work not conforming to the Contract Documents. 3) Remove samples of completed work for specified testing. 4) Install specified work in existing construction. 5) Inspection of covered work. 6) Obtaining samples of completed work for testing. 7) Alteration of completed work. b. Work performed by another Contractor shall not be cut or altered without written consent of Owner's Representative. 2. Submittals a. Before doing any cutting submit a written notice to Owner's 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 Owner's Representative as additional work, submit a cost estimate. c. Notify Owner's Representative when work is to be performed. D1-2(1) City of Fayetteville Sewer System Improvements I B. Materials ' Materials used for replacement of work removed shall comply with the Specifications for the type of work to be done. C. Execution , 1. Provide shoring, bracing, and support as necessary to maintain structural integrity of the project and to conform with all safety requirements established by law. 2. Protect adjacent portions of work and existing facilities from damage due to cutting and patching operations. 3. Execute excavating and backfilling as specified. 4. Restore work which has been cut or removed. Install new products to provide completed work meeting all requirements of the Contract Documents. 5. Refinish entire surfaces as necessary to provide an even and uniform finish. D. Measurement and Payment Cutting and patching required to perform the work will not be measured nor paid for separately. The cost shall be included in the Contract Price for the items of work that require cutting and patching. END OF SECTION D1-2 I 1 I I I I] I I City of Fayetteville D1-2(2) Sewer System Improvements J 0 D1-3 SUBMITTALS OA. Progress Schedule II 1. Prepare a detailed progress schedule in graphic form UU showing proposed dates of starting and completing each major division of the work, monthly completion apercentages, and anticipated monthly payment requests. 2. The schedule shall be consistent with the time and order a 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. IJ 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. Ii B. General 1. Shop Drawings, Project Data, and Samples a. General a Submit to Owner's Representative shop drawings, project data, and samples required by the Specifications. b. Shop Drawings 1) Shop drawings are original drawings prepared by the Contractor, subcontractors, suppliers, or distributors which illustrate some portion of the work and show fabrication, layout, setting, a or erection details of equipment, materials, and components. 2) Unless otherwise instructed, submit to Owner's Representative for review and approval three prints of each plan or two prints and one reproducible sepia or reproducible on vellum. D Owner Representative will return with review comments one print or one reproducible. IJ D1-3(1) City of Fayetteville 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. 2) Samples submitted shall be of sufficient size and quantity to illustrate functional characteristics of product or material and full range of colors available. 3) Field samples and mock-ups when required by the specifications shall be erected at the project site where directed. I I I I City of Fayetteville D1-3(2) Sewer System Improvements L I II Al e. Contractor Responsibilities 1) Review and approve shop drawings, project data, if and samples before submitting them. 2) Verify field measurements, field construction acriteria, catalog numbers, and similar data. 3) Coordinate each submittal with the requirements of the Contract Documents. II4) Submit shop drawings for major equipment items in one package to permit checking complete afi 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 DProject Name - Sanitary Sewer Replacement and Rehabilitation White River Watershed, ,�11 Basin 18 B/C Contract II Date Identification aContract Drawing No. L L 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 U 6) Contractor's responsibility for errors, omissions,and deviations from requirements of the Contract Documents in submittals is not relieved by Owner's Representative's review. II7) Notify Owner's Representative, in writing at time of submittal, of deviations in submittals from requirements of the Contract Documents. U D1-3(3) City of Fayetteville Sewer System Improvements I 8) Do not install materials or equipment which require submittals until the submittals are returned with Owner's 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 Owner's 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) Owner's Representative will review submittals for compliance with the Contract Documents and with the design concept of the project. 2) Review of a separate item does not constitute acceptance of an assembly in which the item functions. 3) Owner's 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. Video Tape Recordings of Surface Conditions a. Video tape recordings of surface conditions shall be provided for all relief sewers, replacement sewers, and sewer point repairs. b. The following information shall be provided on color audio -video tape recording. 1) Audio: Each recording shall begin with a verbal description of the current date, project name and municipality and be followed by the general location, i.e., name of the street, viewing side and direction of progress. I I C I I I I I I I I I I I City of Fayetteville D1-3(4) Sewer System Improvements L I In a C, III IT 1 !I 1 ft a [M] a F I Ef 2) Video: Transparent information must appear on the viewing screen. This information will consist of the date and time of recording. The data information will contain the month, day and year. 3) Digital: To preclude the possibility of tampering or editing in any manner, all video recordings must, by electronic means, display continuously and simultaneously generated transparent digital information to include the date and time of recording. The date information will contain the month, day and year. c. The taped coverage shall include all surface features located within the zone of influence of construction supported by appropriate audio description. Audio description shall be made simultaneously with video coverage. Such coverage shall include, but not be limited to, all existing driveways, sidewalks, fences, curbs, ditches, roadways, landscaping, trees, culverts, headwalls, retaining walls, or buildings located within such zone of influence. Particular and detailed attention shall be given to any defects noted, such as cracks, disturbed areas, damaged items, or as nay be required by the Engineer. It is the intent of this coverage to accurately and clearly document pre-existing conditions and especially any items that could result in construction claims. The excavation areas shall be physically marked with high visibility fluorescent paint prior to video taping. The markings shall include the job number and stationing. d. The zone of influence shall be defined as an area within 30 feet of the proposed work, and an additional 20 feet of supplemental coverage shall be provided in residential areas. e. The Contractor shall be able to televise and tape areas with paved roads, along co -owned easements through parks, lawns, and open fields. If video taping on private property, the Contractor shall give the Owner sufficient prior notice of such entry so that property owners may be advised of and their permission obtained for the work. f. To produce the proper detail and perspective, adequate lighting will be required to fill in the shadow area caused by trees, utility poles, road signs and other such objects in residential areas or as directed by the Engineer. 1 D1-3(5) City of Fayetteville Sewer System Improvements I g. Houses and buildings shall be identified visually by house number, when visible, in such a manner that structures of the proposed system, i.e., manholes on a sewer system and hydrants on a water system, can be located by reference. h. The rate of speed in the general direction of travel of the conveyance used during taping shall not exceed 48 feet per minute in residential areas, nor exceed 100 feet per minute in non-residential areas. Panning rates and zoom -in, zoom -out rates shall be controlled sufficiently such that during playback will produce clarity of the object viewed. The playback picture shall be in focus and be of extreme clarity at all times. i. All taping shall be done during times of good visibility. No taping shall be done during periods of visible precipitation, or when more than 10% of the ground area is covered with snow, unless otherwise authorized by the Engineer. j. The Owner shall have the authority to designate what areas may be omitted or added for audio -video coverage. k. All tapes (cassettes and cases) shall be properly identified by tape number, location and project name and municipality in a manner acceptable to the Owner. 1. A record of the contents of each tape shall be supplied by a run sheet identifying each segment in the tape by location, i.e., roll number, street or road viewing, tape counter number, viewing side, point starting from, traveling direction and ending destination point. in. Conventional wheeled vehicles can not be used. n. Audio -video VHS tape, 3M T60 broadcast type or equivalent tapes shall be one-half inch (1/2") color video -cassette player/recorder. An effort should be made to utilize the same recorder that would be required for review of the sewer line televising. o. Video output from camera(s) used must be capable of producing NTSC-525 lines/60 fields. Resolution shall have a minimum 260 TV lines at center, for optimum color imagery and minimum lag through ten (10) foot candles, with Geometric Distortion not to exceed 1.5% of Picture Height at any point in picture area. I El I C I I I I E El I I I C City of Fayetteville D1-3(6) Sewer System Improvements L L: H L L 1 1 ►J H L a I C D I 3 p p. The equipment shall be capable of a minimum of 240 lines horizontal resolution. Camera shall have character/time generators. VCR shall be General Mitsubishi Model CS -1903 recorder/tuner, with adapter, connecter plugs, and still frame capability. q. Any portion of the video tape recording not conforming to specifications shall be rejected. r. Any taped coverage not acceptable to the Owner shall be refilmed at no additional charge. The Contractor shall reschedule unacceptable coverage five (5) days after being notified. S. All taping shall be performed by Contractor and reviewed prior to construction. t. One original and two copies are to be provided. Original to Owner, one copy to Engineer, and one copy to Contractor. Final Inspections a. Notify owner in writing when project, or designated portion of project, is substantially complete. b. Owner's 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. Owner's 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. 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. I D1-3(7) City of Fayetteville Sewer System Improvements I c. Contractor's Waiver of Liens. I 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 Owner's Representative on the Thursday before the schedule is to take effect. b. Contractor shall update the weekly work schedule on a i daily basis so to advise the Owner's 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. C. Measurement and Payment ' Payment will be at the contract lump sum price for Video Documentation which price shall include all labor, equipment, and materials necessary to complete the work. No other Contract Prices are established for Submittals. END OF SECTION D1-3 I I C I U City of Fayetteville D1-3(8) Sewer System Improvements QD1-4 MATERIAL AND PERFORMANCE TESTING 0 A. General 0 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 Owner's Representative, nor a 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. II2. Testing Laboratory Services a. Employ the services of an independent testing II laboratory to perform specified services. b. Obtain approval of Owner before employing laboratory. c. Laboratory shall meet "Recommended Requirements for Independent Laboratory Qualification" published by the American Council of Independent Laboratories. Id. Laboratory shall meet basic requirements of ASTM E329, "Standards of Recommended Practice for Inspection and Testing Agencies for Concrete and Steel as Used in Construction". 3. Laboratory Duties a. Perform specified tests and services. b. Comply with specified standards, ASTM, other recognized authorities, and as specified. c. Ascertain compliance with requirements of Contract Documents and so note in writing on all reports. ' d. Promptly notify Owner's Representative and Contractor of irregularities or deficiencies of work ' observed during performance of services. e. Promptly submit three copies of reports of inspections and tests to Owner's Representative. ' D1-4(1) City of Fayetteville Sewer System Improvements H f. Include in the reports, the date, project title, I number, name and signature of inspector, date of inspection or sample, record of temperature and weather, date of test, identification of product and Specification Section, location in project, type of test, and observations regarding Compliance with requirements. 4. Contractor's Responsibilities a. Cooperate with laboratory personnel. I b. Provide laboratory with samples of materials to be tested in required quantities. c. Furnish to the Owner's Representative three copies of test results. d. Provide facilities for storage and curing of test samples. e. Notify Owner's Representative sufficiently in '. advance of time and place of tests to be made at point of manufacture, assembly, or fabrication to permit Owner's Representative to witness tests if he ' so desires. B. Measurement and Payment No Contract Prices are established for Material and , Performance Testing with the exception of compaction test as set forth in Section D2-10. END OF SECTION D1-4 I I I I 1 City of Fayetteville D1-4(2) Sewer System Improvements [Ii I A General D1-5 CONTROL OF CONSTRUCTION SITE 1 1. Removal of Debris Keep the work sites free from accumulating waste materials and rubbish caused by his work or employees. All materials and equipment required on the site shall be kept in such a manner so as to cause a minimum of ii 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 a vehicular and pedestrian traffic while paying particular attention to avoid inconvenience in hospital and school zones. Notify Owner's 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, Owner's 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 torches or 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 Department of Highway Standards. d. Contractor shall provide a sequencing arrow panel ' when performing construction on heavily traveled roads and streets. The sign panel shall consist of a minimum of 22 amber lamps. The lamps shall be divided into two groups of three arrowheads each with arrowheads of each group aligned or behind the other laterally and the arrowheads of separate groups being opposed. 7 I D1-5(1) City of Fayetteville Sewer System Improvements I e. Replace any traffic sign or post which has been damaged or removed because of the contractor's operations. f. Contractor shall provide access to private property. I Driveways, sidewalks, and alleys shall not be blocked for periods greater than two hours. 3. Fencing shall be placed around open excavation or trenches at the end of a day in a manner acceptable to the Owner's Representative and the Owner. Fencing and placement of same shall meet the approval of the Owner's 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 Owner's 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. S 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 Owner's 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 I City of Fayetteville D1-5(2) Sewer System Improvements Li 1 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 to locate, protect, brace or move their facilities as may be ' necessary for construction of the improvements. Costs incurred due to the moving, bracing, or protection of utilities or in satisfying the ' requirements of the utility companies shall be incidental to the cost of the proposed improvement. b. The Contractor shall proceed with caution with ' excavation operations so that the exact location of underground utilities and structures, both known and unknown, may be determined. The Contractor shall take all reasonable precautions against damage to the utility or structure. However, in the event of a break in an existing utility, he shall immediately notify a responsible official from the organization operating the utility. The Contractor shall lend all possible assistance in restoring service, and shall assume all costs connected with the repair of any damaged utility. c. It is understood and agreed that the Contractor has considered in his bid all of the permanent and temporary utility appurtenances in their present or relocated positions and that no additional compensation will be allowed for any delays, inconvenience, or damage sustained by him due to any interference from the said utility appurtenances or the operation of moving them either by the utility companies or by him; or on account of any special construction methods required in prosecuting his work due to the existence of said appurtenances either in their present or relocated positions. 6. Accident Reporting a. Notification Accidents occurring on the job which damage public or private property, or result in injury to workers or other persons, shall be promptly reported to the Police Department. I I D1-5(3) City of Fayetteville Sewer System Improvements I b. Utilities I Accidents involving utilities shall also be reported to them. 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 Safety 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 1 Construction Site. I END OF SECTION D1-5 1 I 11 I City of Fayetteville D1-5(4) Sewer System Improvements 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 i I. Federal Regfrler I Vol. 59, No. 9/ Thursday, January 14, 1993 / Rules and Regulations 4549 I LI I I I Li I L1 I I I LI I L 1 Found to Reports of OSItA Fatality! Catastoptr Ins. stiglaai', Wuhmgmn, D C., laly 1985 (Ea. 13-15) 4. U.S. Departneot of Labor Occupational Safety and Hnith Admtolstnllon. Dueetonte of Technical Support "Selected Occupational Fatabtin Related to Tue and) or Explosion to Confined Work. Spices as Found in Reports of OSHA Fatality/ Celistropbe L^vestigetiooe", Wasbmglon. DC, April 1982 (Ex 13-1)). S. OSHA integrated Management Information S) slam, Falaltty)Ealut-opbe Database. OSHA Office of Management Deli Systems. VU. Federalism much safety.. possible using varying methods consonant with conditions in each state. In short, there is a dear national problem related to occupational safety and health concerning entry into confined spaces. Those slates which elect to pertldpate under the statute would not be preempted by this regulation and would be able to address spe ial, local conditions within the framework provided by this performance -oriented standard. OSHA notes that California. Kentucky. Maryland, Michigan, New Thisregulation has been reviewed in Jersey, and Virginia currently bave regulations dealing with confined space accordance with Executive Order 12612 entry. Of these six slate regulations. regardicg Federalism. This order none would be preempted. New Jersey requires that agendes, to the extent is cot a state -plan slate, but their possible, refrain from limiting slate confined space standard applies only to policy options and consult with states public (state end local government) prior to taking any action. Agencies may employees. An analyses of state act only when then Is clear 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 then 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' clear intent to preempt state laws relating to Issues an which Federal OSHA has promulgated occupational safely end health standards. Under the OSH Ad, a state can avoid preemption only lilt submits. and obtains Federal approval of. a plan for the development of such standards and their enforcement. Oaupstional 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 to interstate commerce, they may not unduly burden commerce and must be )ustlfied by compelling local conditions (See Section I B(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 an state or regional peculiarities caused by the terrain, the dimete or other facton, states would be able, under the OSH Ad, to develop their own state standards to deal with any sped at problems And, under the Act, if a state develops an approved slate program. it could make additional requirements In its standards. Moreover, the performance nature of this standard. of and by itself, allows for Derdbility by states and employers to provide as V11. State Plan States The 25 states and territories with their own OSHAapproved 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. Now Merdce. New York (for state end local government employees only), North Caroline, 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. list 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, Reespiratory protection, Retrieval lines. Safety. Signs, Tags. Toole, Welding. IX. Authority This document was prepared under the direction of Dorothy L Strunk, Acting Assistant Sec etary 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(bl and a of the Occupational Safety and Health Ad of 1970 (29 U.S.C 655, 657), Secelai' of Labor's Order No. 1-90(55 FR 9033), and 29 CFR Part 2911.710. 29, Chapter XVII. of the Code of Federal Regulations Is amended as follows. Signed at Wasblogloo, DC.. this Sib day of January, 1993. Dorothy L Strczk Acting Anirronf Secretary of labor PART 1910 -OCCUPATIONAL SAFETY AND HEALTH STANDARDS 1. The authority dtation for Subpart JofPart 1910Lsrevisedtoreadas follows: atmsonm: Sect. 4, 6. and S. Oaufauonal Safety end Health Act of 1970.29 USC £53. 655.657; Secretary of labor's Order No. 12- 73136 FR 8754), a-76 (41 FR 25059). S-$3 (4B IR 35736) or 1-90 (55 FR 9033), as applicable. . Sections 1910.141.1910.142,1910.145, 1910.146, and 1910.147 also issued under 29 ffR Pan 1911. 2. Section 1910.146 is added to read as follows: *1910.146 PsrmdkequlndconMed ,peas (a) Scope and cppikotion. This section contains requirements for practices and procedures to protect employees in general industry from the bawds of entry into permit -required confined spaces. This section does not apply to agriculture. to construction, of to shipyard employment (Parts 1928, 1928• and 1915 of this chapter, respectively). (b) Definitions. Acceptable entry conditions means the conditions that must exist In a permit apace to allow entry and to ensure that employees involved with a permit-requ)red confined apace entry can safely enter Into and work within the space. Anendont 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 at a skillet blind) that completely covers the bore and that Is capable of withstanding the maximum pressure of the pipe. line, or dud with no leakage beyond the plate. onfiinedspacemeans a space that• ii 4550 Federal Resister / Vol. SB, No. 9 ! Thursday, January 14, 1993 / Rules and Regulations (1) is large enough and so configured (1) Flammable gas. vapor, or mir.. in that on employee tan bodily enter and excess of 10 percent of its lower perform assigned work: and flammable limit (137.): (2) Has limited or restricted means for (2) Airborne combustible dust at a entry or exit (for example, tanks. concentration that meets or exceeds its resins, silos, storage bins. hoppers, I3L• vaults, and pits are spaces that may Nor. This concentration may be have limited means of entry.), and spproxtsated as a condition in which the (3) is not designed for continuous dust obscures vision at a distance of S feet employee occupancy. (1.52 ml a Isis. 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 togging a drain or vent valve in the line between the two closed valves. Emergency means any 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 nrrounding and effective capture of a person by a liquid or finely divided (flowable) solid substance that ran be aspirated to cause death by filling or plugging the respiratory system or that an exert enough force on the body to ause death by strangulation, constriction, or 4hing. 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 peragspb (f) of this section. Entry supervisor means the person (such as the employer, foreman, or new chlel) responsible for determining if acceptable entry conditions are present at a permit space when entry is planned, for authorizing entry and overseeing entry operations, and for terminating entry as required by this section. Note: An entry supervisor also may serve as an slLndant Or as an aulhoeised entnni, aslong u that person is named and gypped ar required by this section fa each role be a she Bits. Also, the duties of entry supervisor may be passed tam coo IOdividual to another during the course clan entry operetioa flu. atmospheremeens an atmosphere that may expose employees to the risk of death, foapedtation, impairment of ability to self•rescue (that Is, escape unaided team a permit space), injury. or acute illness from one or more of the following ousaw (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 Envimrrnensai Control, of in Subpart Z. Toxic and Hazardous Substances, of this pen and which could result in employee exposure in excess of its dose or permissible exposure limit; Note: An atmospheric coor<ncatios of any substance that is not capable of ausicg death. icapedtation. impairment olability to self -rescue, injury, or acute illness due to its health effects is not covered by this provision (5) Any other atmospheric condition that is immediately dangerous to life or health. Not.. Fa sit contaminants for which OSHA has not determined a dose a permissible exposure limit, other sons of infossstion. such as Material Safety Data Sheets L:at comply with the Hazard Communication Standard. 51910.1200 of thin pert. published IcformaUoo, and internal documents an provide guidance to establishing acceptable stnsospberic conditions Hot work permit means the employers written authorization to perform operations (for example, riveting. welding, cutting burning, and beating) capable of providing a sours Ignition Immediately dangerous to life or health 11D13f1 mesas any condition that poses an Immediate or delayed threat to life or that would ause irreversible adverse health effects or that would Interfere with as individual's ability to escape unaided from a permit epee. Naar. Some msterta s—bydmgea fluoride gas and admiam vapor. for exam a -ma produce I..,.....lc.t. tansient effects that y even if severe. may pass without medial ettentloe. but cv followed by sudden. possibly fetal collapse 12-72 barn aver axposura. The victim "feels normal" tom recovery from trwrtent effects until Use. Such materials In haardous quantities we aonsidned lobs "immediately' daage:ous lib a heaaL to such en extent that the resulting atmosphere Is noncombustible. Note: This procedure preduas an ml!( or ygen.deficient atmorphem Isolation means the process by which a permit space Ii 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 ener�v. or blocking or disconnecting all mechanical linkages. Line breaking means the irtcn:;c:.al opening of a pipe. lie. or clue: ust is or has been carrying Cam nable.. corrosive, or toxic material. an i art gas. or any fluid at a volume, press_re. or temperature apabe cf ousing injury. A'on-permit car. L'td space esas a confined space that dxs not contain or, with respect to atmospheric hazards, have the potential to contain e. y hazard capable of causing death or serious physical harm. 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 -requited confined space (permit space) means a confined spece 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 wells or by a floor which dopes of downward and tapers to a smaller cross- section; or (4) Contains any other recognized serious safety or health hazard. Permit -required confined space program (permit span program) means the employer's overall program far controlling, and. where appropriate, for protecting employees from, permit space berards and for regulating employee entry Into permit specs. Permit system meats the employv's written procedure for preparing and issuing permits for entry and for returning the permit span to service fallowing.tarmination of entry. Prohxtitelbondition means any ro condition to a permit space that is not allowed by the permit during the period when entry Is authorized. Rescue sent. means the personnel designalsd to raxve employees from permit specaa Li I J I I I I I I 11 El L; C I Federal Register / Vol 58. No. 9 / Tbvusday, January 14, 1993 1 Rules and Regulatloas 4551 Rr•trin•nl system mers:s the equipment Itncludsg a retrieval line, chest or full - body harness, wristlets. If appropriate. and a lifting device m aLcbm) used fm non -entry rescue of persons !nrc patron spaces. Tes'.ing mraca the pnacs by which the hawds thet may ccnfront eat -ants of a permit space a. -e idunt:5ed end evaluated. Testing Inchrdei specif)••stg the tests that am to be ptHmn:ed In the permit space. note Testing enable emplryas both to devise and btplernerit adequate oun tol measures for the pro'ecton of su'3chrad eone.nts and to determine !taasynsble entry road;ticn: n present icmrdlatdy purr en. and der::g carry. (c) General requirements. p) The empIoyer shall evaluate the wcrkplaee to elermins if any spaces an permit• required cocf Ded spaces. Note. Roper app1icUoo of the derision flow ciwl in Appendis A lo 11970.146 would facilitate mmp'Jeare wnb this .wquirc•�rnt (2) If the workplace contains permit spaces, the employer shall inform exposed employees, by posting danger signs or by any other equally eL'ac ive means, of the esdsteoce and laatioa of and the danger posed by the permit spaces. Note A Sign reading'DANC;f—FFRWT- REQtIDcw C TI%MD SPACE, DO NOT E1�' w wing other ironer la_gu age would seTdy the requheameat Ira sign. (3) if the employer deddes that its employees will not enter permit spaces. the employer shall take egedive measures to prevent its employees from entering the permit spaces and:hail ((c)t6 and with pahug ragraphs (c)l2l (4) If the em yff n deddn that Its employees will ester permit spacak the err,ployer shall develop and implement a vorittm P�H spurs enoT p7ogam that complies whb this section. The written program shell be available (a insppeecctti�on by employees andtheir eutbariaed retativn. (5) An amp ormy use the altesmahe procedures specified in paragraph (c)(s)(ii) otthis carries la interring a permit space render the conditions. is forts to paragraph (r)IIXI) of this section. (I) An employer whose empleysea enter a pennft spas used ml with (8 l that: (A) The rIoyerr.. darnvacat, the the. oily rind posed b3 the parmft space is sm aced a pcledd hs�domr Atmosphere[ (4) The employs an demonst-ate that continuous (nttad air ventilation alone Is suY.tdent to maintain that permit space safe for anbpyy, (C) The employer develops monitoring and icspectioo data that mpperu the domonstiitms required pargrephs (c)(5XIXA) and (c)(s)li)(3) this section: (D) If an Initial entry of the pa-mit f is necessary w obtain the date by par npb (t)(5)lil(C) of this ianra with paragraphs (d) tI`rougb (k) o, t'Js section; (E) The determinations and supporting da!a required b euegsrhs (c)(5):IA), (c)I5)(i)(E), and (c;ts)(r)(Cl of this section. a --v doarmented by the emp'.oyei and are made available to each employee who enters the permit space under the terms of paragraph (c)(s) of this section; and (F) Entry few the permit space under the to ms of par_gmpb fc)(5)(i) of this seeien is performed in accedence with the requireoeats of paragraph (c)(5)(ii) of this section. Nees See paragaph (cX71 of thb satins for ndassi&atyea eta perm1 apes Agar all hazards wf 1z the spew have been A1iminated. (is) The following requirements apply to entry into permit sparse that meet the conditions set forth in paragnpb (c)(SXi) of this section. (A) Any condition making H unsafe to remove an entmoce cover shall be eliminated before the novel Is removed. (B) When entrance cons are rene.vwd, the opening `hall be promptly guarded by a railing, temporary must, or other temporary bather that will prevent an accidental fall througb the opening and that will proied each employee wm)dng in t?e space from foreman objoCi ea:at(n1 the space Ic7 Before an employee enter the space, the Isternel atmosphere abhD be tested, with a cellbrsted dired•reeding Instrument, far the fallowing conditions in the order given 11) Oxygen content I2) Flammable geses and upon. and (3) Potential toxic air contarrrura (D) Tin mrry� be no hasardout atMc,,1L0 within the Space whoever any employee IS inside the space. (E) Continuous lamed air vermletfm shallbe used, as foiyewr. ( 1) An amp ay e'e may not enter the space untfl the Ironed air ventilatlo bat eliminatad ony Mzr Min etmospLn. (2) The forced air ntiLtiea shall be ao direded as to roat(ble the immedlda area whim an employee is err will be prolong wt }da the epees and shall continue snit all employees ban hi the space-. (3) The air wpply f¢ the forced air vctslatioa shall be from a clean source and may not hawse the bawds In the space. (F) The at=ospbare within the apace shall ba periodically tested as necessary to ss ore that the continuous forced air ventilation Is prevent9cg the acrumuletica of a baudous atmosphere. (C) If a banrdom almocpbe.-e is detected dams army. (1) Fech employee shall leA•.a the specs immediately; (2) The sfsceshill bee atusted to determine bow the buwdo'n str_csphce developed; and (3) ::aerates shall it implemented to protect employees from the basrdous atmosphere Was any subsequent entry takes plea. (H) the employer shall verify that the space is sale for entry and that Ile measures requred by pertgrsph •(e)(5?(ii) of this section have been taken, through a wntten carli5cetion that contains the dale, the location of the space. and the signature or the parent providing the certification. The certification shell be made before entry and shall be merle available to sorb employee entering the spec (6) When there an changes in the use or coa5gurctwo of a ncn•permtt mnfins3 space that might manse the hazards to entrants, the employer shall reevaluate that specs and, If necessary. tec]assi fy it as a permit -required a,cft,ed space. (7) A space class! ad by the employer asa permit•requned confined space may be reclassified as a non -permit confined spate under the following prnoadrsrec (1) 11 the permit span poses no actual or potentia) atmospbaric hazards and 11 all hands within the !pace are eliminated without entry into the space, the permit space may be reclassified as a non -permit confined spa ce for as long tithe oon•stmospheric bazards remain slimineled. Iii) it it is necessary to enter the permit space to eliminate bands, such entry shall be penned undo paagnphs H)) Oinuh (kJ of this sectlon. Iflasting and Inspection during that entry demmistnle that the bezards within the prima space have been eliminated, the permit space maybe reclassified as a Don•permlt confined space for as long as the hazards "main eliminated Now Capon? ad eseocpberk haaarda tlwugb fend air eratIlatlon dm n� constitute diminaGno of sba bazarda. Pangnpb Ic)Isi ern perm!! qua entry what the employer m dmonrtrma That free wd str.eatfalns alone Will ¢cod all haards In the spans 1.] 4552 Federal Register I 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 shell be made available to each employee entering the space. (iv) If hawds arise within a permit space that Las been declassified to a non -permit space under paragraph (c)(7) of this section. each employee in the space shall exit the spew. The employer shall then reevaluate the space and determine whether it must be reclassified as a permit spew, in accordance with other applicable provisions of this section. (8) When en employer (host 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 contactor 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 contactor of any precautions at procedures that the host employer has Implemented for the protection of empployees in or near permit spaces where contractor personnel will be working; (iv) Coordinate entry operations with the contractor, when both host employe 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 created in permit spaces during entry operations. (9) In addition to complying with permit space requirements that apply t all employers. each contractor who is retained to perform permit space entry operations sball: (t) 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 ppeersonneelt ewiisll be working in or near (d)(111) of this secti. as on; annnddd by P 8n the (Ili) inform the host employer of the permit space program that the contractor will follow and of any hazards confronted or created in permit s aces, either through a debriefing or during the entry operation. (d) Permit -required confined spent program. Under the permit -required confined space program required by paragraph (c)t4) of this section, the employer shall: (1) Implement the measures necessary to prevent unauthorized entry; (2) Identify and evaluate the hazards or pemit spaces before employees enter them; (3) Develop and implement the means. procedure. and practices necessary for safe permit space entry operations. including. but not limited to. the following: (I) 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 prated entrants from external hazards; and (v) Verifying that conditions in the permit space an acceptable for envy • throughout the duration of an authorized entry. (4) Provide the following uipment (specified in paragraphs (d114)ti) 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 r needed to comply with paragraph (d)(S) of this section; (ii) Ventilating equipment needed to obtain acceptable entry conditions; (iii) Communications equipment necessary for compliance with paragraphs (b)(3) and (i)(s) of this section; (iv) Personal protective equipment insofar as feasible engineering and won practice controls do not adequately protect employees; o (v) lighting equipment needed to enable employees to see well enough to work safely and to exit the space quickly in an emergency; (vi) Barriers and shields as required by paragraph )suc)of h at ladd is eon; (vii) Equipment. needed for safe Ingress and egress by authorized entrants; (vili) Rescue and emergency equipment needed to Comply with paragraph (d)(9) of this section. except ph to the extent that the equipment is provided by rescue services; and (ix) Any other equipment necessary for safe entry into and rescue from permit spaces. (5) Evaluate permit space conditions as follows when entry operations an 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 spew 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 shell be continuously monitored in the areas where authorized entrants are working; (ii) Test or monitor the permit space u necessary to determine if acceptable entry conditions are being maintained during the course of entry operations; and (iii) When testing for atmospheric hazards, test first for oxygen, then for combustible gases and vaporsand then for toxic gases and vapors. Note: Atmospheric testing conducted In accordance with Appendix B to 51910.146 woul d be considered as sanshhmg the requirements of this paragraph. For permit space operations in sewers. atmospheric toting conducted In accordance with Appendix 8, as supplemented by Appendix E to 51910.146• would be coosidered u satisfying the requirements of this paragraph. (6) Provide at least one attendant outside the permit space into which entry is authorized for the duration of ertry operations; Note: Attendants may be assigned to monitor mom than one permit space ptovided the duties desmbed in pngnpb (it of this section an be effectively performed for each permit race that Is monitored. Likewise. atteolants may be sutioned at any location o 'side the permit spent to be monitored as lo=g as the duties described In paragraph Ii) of this section can be effectively performed for each permit space that is monitored. k (7) if multiple spaces an to be monitored by a single attendant. Include in the permit program the means and procedures to enable the attendant to respond to an emergency affecting one or more of the permit spaces being r,onitored without distraction from the attendant's responsibilities under paragraph (i) of this section; (8) Designate the persons who an to have active roles (as, for example, authorized entrants, attendants, entry supervisors, or persons who test or monitor the atmosphere in a permit sdace) in entry operations. Identify the uties of each such employee, and provide each such employee with the I 1 I I I I I I I I I I I 1 Fedual Register / Vol. Se, No. 9 / Thursday, January 14. 3903 / Rubs and Regulations 4553 training required by paragnpb (a) of this Note Arrrodtx D so 51010 246 pnawU (F) The measures used to laclste the s rcuor.; exim,!rs o! permits wboee elemrcte an rermat spas and to a iminete or control (9) Develop and Implement tnnsldered to.... ly with the aequlzmnts permit space boards before entry; procedures for summoning resale and of the arcane. Not.. Those names a Indede the ' emergency services, for rescuing (2) Before entry begins, the entry lockout or ttgin of equipment and entrants from permit spaces, for supervisor Identified on the permit sb l pmcedurea for purging. Irartiag, venillafizg, provid!ng necessary emergency services sign the entry pant- to authorize entry. and Gusbing omit spacer to rescued employees, and for (3) The completed permit shell be (9) The arxepbble entry conditions prrventmg uneatborized personnel from made avauble a1 tie time of entry to e31 (10) The results of initial and periodic attemp'ir.a a rescue; authorized enL•anla, by osting 11 as the tests performed under pangnph (dX5) (10) Develop and implement a system entry portal or by any o&ar equally of this section, accompanied by the for be preparation, issuance, use, and effective means, so that the entrants an names or initials of the testes and by an cancellation of entry permits as required confirm that pre -entry preparations have Indication of when the tests were by this section; been completed performed; (11) Develop and implement (4) The duration of the permit may (11) The rescue and emergency procedures to coordinate entry not exceed the time required to services that can be summoned and the operations when employees of more complete the assigned task m job Mears (such as the equipment to use than one employer an -sulking identified on the permit to ecourdance and the numbers to call) far tnmmoatng simultaneously as authorized entrants with paragraph (f)(2) of this section. these services: Ina pernrit space, to that employees el (S) The entry supervisor shall (12) The Communication procedures cne employer do not endmger the terminate entry and ens I the entry used by authorized emcants and employees of any other employer. permit when attendants to maintain contact during (12) Develop and implement (i) The entry operations covered by the entry; procedures (such artiosing off a permit the entry permit Deve been completed. (13) Eq ipment, such it parsooal space and canceling the permit) or protective equipment. testing necessary pot conc)udicg the entry after (ii) A condition that is not allowed equipment, eo.•nmunlcatiom equipment. • entry operations bare beat completed; under the aotry permit arises in or neat alarm systems. and rescue equdpment, to • (13) Review entry operations when the permit space, be provided for compliance Nitb this the employer bas reason tobeteve that (6) The employer shell retain each section; the measure taken under the permit cersceled entry perasii for et least 1 year (14) Airy other tnformatios whose space program may not prAed to fed"We the re view of the pemit- inclusion is necessary. given the employees and remise the progem to requiredLrJ,Jfined apace dreumstances of the particular confined correct defidesrdes fmmd to exist before vequiredby pL id t4) of tins space, in order to ensure employee subsequent entries teev ho• aid; and — section. Any prwlAms encountered safety; and ' Note. Esairples of rte^.T ,•M • saq:,iriog during an entry operation shall be noted (15) Any additional persrJU, such n the review of the permitwegtdredmntuud on the pertinent pecmtt w the! for hot work, that have been issued to spars program er say unr atboraad entry of appropriate recisions to the permtl authorize work to the permit space. a pert force, me detection of a pemN spas grogram tan be made. (g) Training. (1) The employer shall spa: bawd sot eoven-0 %permit, the (f) Entrypemdt. The entry permit that provide training so that ell employees demos of t modumn td bf she documents compflance with this section whose work Is regulated by thhl{ss tediem permdLtbeommmodawinyawm- .cqWretheunderstandin bowledge. miss during entry, t change In the as a and authorizes entry to a permit spas end skrlhs necessary for the sale com d cBguntia peak apeca.and shall identify: eri�__s of the duties assigned of the ee trnphims shoat th. albmveness (1) The permit sped to be ealad; P of the program (2) The purpose of the entry, under this sedio i. (14) Review the parin I-fs afnd (3) The data and the authorized (2) Training shall be provided to eau' duration cube entry affected employee: r coo5ned spec progata•nsingtbe (4) The eutban entrants xithin lb. (i) Before the employee is fast raneeled permits retained enderasstgr ed duties under this section; paragraph (e)(6) of ibis em scawithin 1 Permit spece,by name or by such other Jul Before there is a change in yaar aRer each azrtry andeerlasthe means (for example. through the uuast ass ed duties; program as nemasery.4oa�nss rosters m tracking sydams n will (iii) Wl,caever There Is a change in employees participating to miry enable the atteadant ge determine peemit spas operations that presents a operations are prottQed form pvmC quickly and aoorntely. for the duration hazard shoot rvhith an trraplo)ee has space hart, of the permit, which authorized entrants not pteriwsly been mined; 0mpivyvss any perform aflsrgle are inside the permit space; (iv) Whenever the employer bas Note -anus! review oa.erug en aa6faper}mtocd Note TLM wq.Aisv pmt seey beaetbr reason tobebeve tither that chars we during a 12 -month period. E ma �,trryy i Inseemg a sdrnna a the cby I n a deviations from the permit spas entry performed da mg a iica peiod. tun to the mtam used roil se a sossv or proadtees required by paregspb 1d){3} res iew Is ateorsrr'. traddr4 gulf to l0P track of 16 of this section or that there are autluriaed fntr-e Y wilhio the petmtr tpaQ Appendix G to §191t).14S pieseals {aedegoedet fa the erop}oyeeti 1 examples at permtt entry peopems that ' (S) The Perso�e1. by stares, anrestt7y 1Towiedge or use of thew paoadmea are considered to comply Se seeing n acande (3) The training shall eeleblieb requirements of paragraph (d) of this (6) The bi41e &nLby emne.cvrrently employee prefidesscy to the dimes section. seeing 4n ruby tnzper*}eor, with t epee required by tbls ssiirm End dslE te) PerrnR system. 113Selore entJ Is for the signature or 1n16ah eihhe entry introduce new er revised proadarea, es authorized.tbe employer sell: supervisor wlw orlgtrrel}y etrtbotiasi necessary, for corrptance with this. document the tnmpleti® of teee,tan entrtr7 . section. tvp}�� joueddy perrpb (d}(S)el@is (7) TheIs oftLa permit T'I' a t o4)) Taenln i agd W SIGH art* that the on by p,epertng on entry permit be aotmer} t I 4554 Federal Register 1 Vol. 55, No. 9 / Thursday, January 14, 1993 1 Rules and Regulations J Through (g)(3) of this section has been accomplished. The certification shell contdn each employee's name, the signatures or initials of the trainers. and the dales of training. The caniEcation shell be available for inspection by employees and their authorized representatives. (b) Duties of authorized entrants. The employer shall 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. (1) The entrant recognizes any waning sign or symptom of exposure to a dangerous situation, or (ii) The entrant detects a prohibited condition; and (5) ExIt from the permit space as quickly as possible whenever. (i) An order to evacuate is given by the attendant or the entry supervisor. (ti) The entrant recognizes any warning sign or symptom of exposure to a dangerous situation, (ill) The entrant detects a prohibited condlUon,or (Iv) An evacuation alarm Is activated. (1) Duties of attendants. The employer shall eacure that each attendant: (1) Knows the hazards that may be faced during entry, including information on the mode, signs of symptoms, and consequences of the 2) 1s aware of possible behavioral effects of hazard exposure in authors. entrants; (3) Continuously maintains an accurate count of authorized entrants the permit space and ensures that the means used to Identify authorized entrants under paragraph (0(4) of this section accurately Identi5es who is In the permit apace: (4) Remains outside the permit space during entry operations until relieved by another attendant Nate. When the employees permit aatry program allays attendant entry far rescue, attendsnb may enter a permit space to attrapt a rescue U they hen been trained anad nipped for rescue opvanons u te by pangapb (k1(t) of this eedlon end U Nay have beet neve ld u required Paragraph (1X4) of this ss a is (5) Communicates with authorized entrants as necessary to monitor entrant status and to alert entrants of the need to evacuate the space under paragraph (1)(6) of this section; (6) Monitors activities inside and outside the space to determine if It is safe for entrants to remain In the spare and orders the authorized entrants to evacuate the permit space immediately under any of the following conditions; (1) If the attendant detects a prohibited condition; (ii) lithe attendant detects the behavioral effects of hazard exposure in an authorized entrant; (iii) If 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; (6) Takes the following actions when unauthorized persons approach or enter apermit apace while entry is underway: (i) Warn the unauthorized persons that they must stay away from the permit spa (d) Advise the unauthorized persons that they must exit immediately U they have entered the permit space; end (iii) Inform the authorized entrants and the entry supervisor if unauthorized persons have entered the permit space; (9) Performs non.entry rescues 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. C7 Duties of entry supervisors. The that employer shall ensure at each entry suppeervisor, sect (1) Knows the barards that maybe faced during entry, including information on the mode, signs or symptoms, and consequences of the exposure; 2) Verifies, by checking that the appropriate entries have been made on the permit, that all tests specified by permit have been conducted and that 1.1 procedures and equipment specified by the permit are in place before endorsing the permit and allowing entry to begin: (3) Terminates the entry and anneals the permit as required by paragraph (e)(S) of this section: (4) Verifies that rescue servlcas axe available and that the means far tummoning them inoperable: (R (5) Removes unauthorized individual who enter or who attempt to enter the, 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 emergencyservices. (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. manikins, 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 from 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 holding current certification in fiat aid and in O'R 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 abal (1) Inform the rescue service of the hazards they may confront when called on to perform rescue at the hod employer's facility, and ld) Provide the rescue service with accessto allpermit spaces from which rescue may be necessary so that the rescue service can develop appropriate rescue plans and practice rescue operations. entr (3) To facilitate nooy rescue, retrieval systems or methods shall be used whenever an authorized entrant enters a permit space, unless the retrieval equipment would Increase the cent. overall risk of entry or would nd contribute to the rescue of the entrant. I L_1 I I I I •i I I I I I I I I Federal Register I Vol. 58, No. 9 / Thursday, January 14, 1993 / Rules and Regulations 4555 Frtrievel systems shall moot the (U) The other and of the retrieval line written information that be made following requirements. &bell be attached to a mechanical device available to the medial facility treating (i) Each authorized entranl &ball use or fixed point outside the permit spas the exposed entrant. e chest at full body harness. With a in such a manner that rescue an begin APPENDICES TO Stelas4a—tEtt i. retrieval line attecLed it the center of as soon as the rescuer becomes aware �t1IXm ODI40WID SPAQS the entrant's back near shoulder level, that rescue Is necessary. A mechanical Naze. Appendices through 9 &ern to or above the entrant's head. Wristlets device &ball be available to retrieve provide t ppendiceszkrnadon A nd aoo-maadstmt may be used in lieu of the chest or lull personnel from vertical type pervait guidelines m assist employers end emplovesa y body harness if the employer an spans mom than Sleet deep. In oomplyla4 with the sppyoprista demonstrate that the use of a chest or (4)1f an Injured entrant Is exposed to sequImmmts of this section. full body harness is infeasible or creates a substance for which a Malarial Safety a greater bawd and that lba use of Data Sheet (MSDS) or other similar wristlets is the safest and most effective written information Is required to be alternative, kept at the workslte. that SDS or • an 14, ]993 t Rules and Rpgulatlous I asst Ff)dcal Ragidcz I Vol. se, No.! I 'iitlrsdaY, January Ap{ro.Cl A to 11210346•-tsrmlt-COI Caa d Spec. nscideo river Men Appendix A Pearit-required Confined Space Decision Flow Chart the voraZlece contain $snit-regatred Confined Spaces, Si d.:i.d q lisl. ie•iv'• vr< Futon ssployns as reP+tred by f 1910.HS fe)11).l tbinvll ethic µT1 is ab1• 06sA Standards flop "Ploy" entry a r.Qutred by ruill peril* spec.. M • .red7 MY--���`t"ay.,.. Ic)III• oo task trot outside of Space. t`1 ncten• "plgwa. inter, contract** Cl sri:l connectors �Oltr it�'.Tatt V111 be d*M by Sent lr. a11ed q if 10.Ili Ic1 UIIi I. lily s.�d till). Contractor obtains 1n1ort.tiO" r.C it d q f1f10.14f Icllflltl. (Ii) and (iii) ties host. • both contractors and host ";Joy"s will enter the ep.c.J YES t:[1: host e.Dleyee• ante. to I Coerd lbna entry operations a r•7utrtd by 1:!10.ry. pester, entryts� IU 1lllivl and 141(11)• flwar: unauthorttad "cry. ITS 113 IL. prevent iravthor — entry. S7Of 't tat a panic •raq:ired confined space. 1910.14[ lbet space hive tnovn of potential hasardil Ir ••— does not ►$ply. Consult other OScs standards. Y, ppleyer say choose to reclassify spats to ,on•penit Is Car. the Nfards be eltet'nsttd)sted) Yep — n: ` TICJITed confined space mai)1910.18 (c)III. WTOP 10 Cu. thespec• be •'rite teed to a tend it fen sale to YL9—.> Ipace say be snored under •rite: q continuous forced air vntilatien Only* ' ISf 3D.14 td (S). f'fOps ND Nnit not Prepare for entry via $emit $roc "dens. valid with cendietit teal VNily acceptable entry conditions 11.51 resude lt& record. space teolstedd if*}—apilicai lens n"wd, asaru•ru"A"SS to s o ac. ilable. entrants properly •quipped. epee 1 permit issued by euthorittn9 sl9MluT•. NTH a:certaols entry conditions utntalne4 thrcv9hout entiv-1 Yt [retry tests to.pl.ted. Penn returned and candled. Audit Wnit procru and Palest hoed on •valuation •1• try q •ntrant• atta dsnte. testers and preparers. •lc. te., ,riCY cults (prohibit•o condition). Ctrantt evacuated entry aborts. (Call rescuers It ri"d"e). Perth t is void- Reevaluate ) prohibit ca c iitlon.Occurrent c• otaer9ancy tu•:.al)y) is proof of deficient $copra&. No reentry Until prograa (sad pan)*) Is esMed. (May rsQuin raw pre9r".1 t Spaces ray have to be evacuated and rs••valuited it Nsarda arise dui cep entry I I I I I I I I I I 1 I I I I Permit • Required Confined Space Decision Flow Chart I I P 1I_ I I I I C 11 Li I Does the workplace contain PRCS as dented YES Inform employees as required by §1910.146(cx2). W fl permit space be entered? YES VU contractors enter? NO I 1910.148(b)7 Consult oah applI OSHA standards. Prevent srnptoyea entry as required by 1910.146(c)(3). Do task from outside of space. Task will be done by contractors' employees. Inform contndor u required by § 1910.146(cx8)(t), (9) and ((9). Contractor obtains Infomution required by §1910.146(c)(9)(I), (9) and (Iii) from host. Both contractor and host employees will enter the space. Will r empoyees enter ICoordinate entry �rstonu as required by §1910.146(c}(8 )(Iv) to perforform eentry tas tasks? and (deli). Prevent unauthorized entry. YES NO Prevent unauthorized entry STOP Not a PROS. 1910.146 does not apply. Coruull Does space have knavm or potenfial hazards? other OSHA standards. YES Gn the hazards be edknkrated? YES Enplgrer may choose to redas&ty space lo nonpern9 STOP' required confined space using §1910.146(cx7). NO Can the specs be mahtained ha condition safe b YES Specs may be entered under STOP' enter by oontlnuoua foroed air ventAat1on only? §1910.146(cx5). IIIIIIIII- NO Prepare for entry via Permit prooedurea. II - =I - 1:1-.. •1.•.. . ..0 . ::: I Federal Rc $+ter I Vol. S9 No. 9 / Thurs&y. January 14, 1993 / Rules and Rory 4557 I I I 1 I I I 1] I I I Li i CI I I Appendls B to SIIf0.14e—Pruad'ufl for Atmoapberic Teseinj Abnoepberic letting is req•.und for two duUnci purposes: avgahadon of the bawds of the permit span and nrif ation that acesptable entry conditions for entry into that tpaCa exist (1) Evduotion testing The atmosphere of a confined spec. should be analysed using equipment of sufficient sensitivity and specificity to Identify Lad evaluate any hazardous atmospheres that may exist or arise. so that mpym state permit entry pmaduns an be developed and acceptable entry conditions stipulated fm that specs Evaluation and lolerpretation of these dots. and development of the entry procedure, sbould be dome by. or reviewed by. a tecbnrcal'y qual:f'ed pro'esslon►l (eg. , OSHA coosvtiation semi. or certified indc.strial h)trenist, resistend safety engineer. certified safety professional, etc.) based on evaluation of all serious bawds. (2) Verification testing The atmosphere of a permit space which may ccn'ain a hazardous atmosphere should be tested for residues of all coela&inai is identified by evaluation testing using permit specified equipment to determine that residual concentrations at the time of testing and entry are within the range of acceptable to moditlons. Results of testing (i e.. actual concentration. etc) should be recorded on the permit in the epee provided adjacent to the stipulated acceptable entry condition. (3) Durotiun of 11eetsttsunngg Measunmeat of values fox each atmospheric parameter should be made for al least the minimum response time of the lest Instrument speafl by the manufacturer. (4) Testing itsotified atmospheres. When monitoring for entries involving a descent into atmospheres that may be stratified. the atmospheric envelope should be tested a distance of approdmately 4 feet (1.22 m) th the direction of travel and to eats aids. ifs sampling probe is used, the entrant's rite o prowess sbould be slowed to aaornmodat the sampling speed and detector response Appendix C 10 S7910.140-- Crimper sf Permit -required Confined Spat maintained In a safe condition for e{n�try by are ebalbelal rxuuidered ipermil requir ed confined s {`.cos until the preeotry procedures use demonstnle otherwise Any employee - the sequined or permitted to pre -chest or enter aft am enclosed/comfined space chill ben Res surassfully completed, u a minimum. this pal gtJaiog as required by the following section the of these procedures. A written copy of Ins operating and rncve procedures as required en by these procedures shod be of the evrk site B. for the duration of the fob. The Confined Pt' Space Pn Entry Qlecic List must be completed by the LEAD WORKER before s entry Into a confined space This list verifies eD cocaplelion of Items I:sied below. This check P list a all be kept at the job site for duration e of the job. I! circumstances dictate m or interruption in the work, the permit space ah must be reevaluated ends new check 1131 mfo must be completed. Contain of atmospheric and engulfs enl P Aotords. a Pumps and lines All pumps and hoes which may reasonably ause contaminants 10 m now into the space shall be disconnected. V blinded and locked out, or effectively s Isolated by other wens 10 pivenl it development of dangerous e'u contanination try or engulfment Not all laterals to wen or storm drains require blocking However, where experience or knowledge of Industrial tential f$con iaiel tamlmtfon of shoIs a t engu3 neble itt Into an occupied sewer. then all affected laterals shell be blocked. U blocking andlce Isolation requires entry into the space the provisions ed for entry Into a permit • required rnaflned space must be implemented Surveillance The surrounding acn +ball be surveyed to avoid beaards such as�efttLing vapors from the tanks. P P hig. or Testing. The atmosphere within the $pace will be tested to determine whether f dangerous air eontamlmtion andlor oxygen e deficiency exists. An alarm only type gas monitor may be used. Testing s all be performed by the LEAD WORKER who has ruccsssfully completed the Gas Detector P*ognm I trial Ding for the monitor he will use.This mbnimurcpiernmBien to be monitored are Example 1. oxygen defile cy. Mud hydrogen µ'orkplaa. Sewer entry. sulfide concentrations• A written record of the Potential hasards The employees could be pie -entry test results shall be made and kept exposed m the following: at the work site for the duration of the fob. - Engulfinent The su�ace will certify In writing. based upon e resulta of the pre -entry testing, that Persona of logic gates. Equal m morethanall hazards have beet almiinutsd Affected 10 ppm hydrogen sulfide. lithe pmence of employees shell be able to review the letting other toxic mmtemlnints Is euspedsd. results- The most baardous conditions +Dell !peciGc monitoring programs will be govern when work Is being performed to two Presence of erpfoeive/flfmmeible gases. Equal Eny, Procedures If than are no non - to or reamie t then 10% of the lows suncepbaiic beards prexof and U the pre• flammable linill (LPL)- entry tuts show these L no dangerous air Qsyjen Arfidenry. A conantntion of eontaminatlon and/or oxygen de5dency oxygen In the atmosphere equal to Cr less within the span and then is no reason to than 19.5% by vohima. bellele that any la ilk sly to dove , entry A- Entry Without hraiUAtluudant Into and work within may Certification. Confined spaces may be CanUouous terting Jibe atmcephen in the eatued without the Deed fm a written permit - immediate vicinity of the wmkcn within the or attendant pearl dad that lithe space la space shell b rccompllsbed 7'hs workmt • determined not to be a permit required will Immediately leave the permit space confined spec, ea 2.) the apace an be when any of the gas monitor alarm sal points Si I seacbed as defined Worksn will cot m 10 the area until a SUnsV WR who completed the gas deluctw tninlog Dace d a direct leading gu detector to evaluate situation and has determined that It It to enter. cue. Arrangemeols tot rescut services an required where thorn Is no snood of See rescue portion of section B.. below. time tructions regarding rescue plamning when entry permit Is required. EntryPermit Required emits. Confined Spam Entry Parmlt. AU paces shall be considered permit•requised refined spaces until the preenby ro xdurn demonstrate otherwise. Any mployee requited or permitted to pre -check inlet a permlt•rtqutnd coofioed space all have sueaeufully completed, eta unimmo, the training as required by the Mowing sections of these procedures. A erritren copy of operating and rescue rocedures as requited by these procedures hall be at the work life for the duration of the job. The Confined Spam Entry Pesmlt ust be completed before approval an be veil to enter a permiltequlred confined flit permit verifies completion of ems listed below. This permit shell be kept the job site for the duration of the lob -if circrnstmces Cause an lotenupdom In the work as change in the alarm conditions for which entry was approved, a new Confined Spaa.Eotry Permit must be completed Conuof of ounotpheric and engulfment Surveillance. The surrounding tree shall be surveyed to avoid hazards suck, as drifting vapors from tanks. piping or sewen. • . Testing. The confined space atmosphere chill be tested to determine wbetbm dangerous air coMa ninstion and/or oxygemnadeficiency be Cattle. A direct read gu mealtot shall by the used. Testing Pe SUPERVISOR who bas snmetsfully completed the gas detector baiting for the anonilm be will use. The mlnlmum parametan to be monitored are uxy ern defcency- LF% and hydrogen sulfide concentration. A written record of the pie - entry lest results shall be made and kept at the work site for the duration of the Affected employees ►hall be able to review the testing results. The most Lardous conditions shall govern when work Is Ling performed in two adjoining. coonected apices Spam VenLootion. Mecbanid ventilation systems, when applicable. shall be ad at 100% outside air. When possible, open additional manhole to mouse air circulation. Use portable blown to augment natural orculalion If needed After a suitable ventilating period, $peat Ibis testing Entry may not begin until testing has demonstrated that the baardous atmosp en has been eliminated - inDvyy Procedures. The following procedure chill -be observed undo any of the following conditions: l.) Testing demonstrates the . existence of dangerous or deden( conditions and d reduce ca,antratbm to ate levelr 2 The atmosphere tests as safe but smsa% 4558 Federal Regldn I Vol. 58, No. 9 1 Thursday, January 14, 1993 / Rtt1e1 and Rrsuleflona ' cond isms can tsasooably be np.c:ad to develop; 3.1 Is hoot feuible to provide fox in reedy salt from spare& equipped with I. automatic fun $uppprmatmsystems Lad Ills not proctial or soh to deartinte such 01 systems; or t.) An emergency exists and n Is not feuibis to wait for pnentry procedures to take effect. Al! personnel must be trained. A self contained breathing apparatus sbat be worn b by any person entering the space. At least one worker shall stand by the outside alibi space ready to give essistancs In use of emerge wy. The standby worker shill bans self rnotaind breathing sppantm available for immediate use. There shalt be at Inst one additional worker within sight oral,' of the standby works. Continuous powered communiotiots shell be maintained between the worker within the coofmd space and standby personnel. If K any time then is any questionable action or coo- movemrot by the warier Inside. initial check will be mode. Uthen is r response. the worker will be moved inrmw'ineiy. Exreytion: If the wo:kat is disabled due b felling a impa&kr'sba shall not be removed from the each d space voless there is immediate danger to his/her life. Local fin department rescue peaaosl shef be notified immediately. The standby workee may only enter the confined spas in case of an emergency tw sting the self contained breath ing apparatus).and m1y after being relieved by another worker S bty ball or bareess with attached lifeline Mall be used by alt workers entering the space with the free end of the line secured outside the entry Opening. The standby worker shelf attempt te remove a disabled waist visbis lifeline before entering the spew. Whoa indiaL these spins shelf be entered thzwa side openov nice wits 3 112 ket flat m) d the baron When entry mss! be an agh a by npeniag. tha safety bet: shall bed the lianas type St smpaadaa parson uptight and a hoisting deeiz cc simau eppinntus Sun be available firs worksn out d the space In .n'y sitnt3ioe where Ibelrua may endanger the wrksr•use of a krisirg &eio or safety ball and attatbed ltfaiic zay bar disco2basusi N'ben d.ngeroos air ®lemkmtira Is itbibva to 8.mme),.ed/a a>plaain substa>ns. Ngbtdng and electrical egolpmed shalt be flan 1. ftvisim I rated pet Nati®l Electrical Code and m___ saturants shah be introduced into the ens. Cora mans gls moaltariag shad la pedo®ed dmiagal maflaed operatfoas,uahtmrmditioasc ad vcsel , entry penrtooel shall asst tie caSowd ap.o and a nw coatbd tea. punts Issaed. Ream Call Ma En drpatm taa+1 _sloe 4- -.. tMLers Inawdters baffids to I4. peesoml an peseeOt. traeim at tie sir shell implement emergency ptocedmsa to fl the sitaatloa • . .. . ._4t rj, t. . . .... .. .. is,#±iI tulip' 4 III • • fsa ... . . ... . • . .I ..._r .. .. • . . I. !1[T. ..... . ... • ..r .. U Jtt • :*. . . . ujf .L}11 .1 •j 1 I flit 4.sitii. . • I •tl I 4.1't't .11 •., .J I . 1k' •'•r . , . Inches (1016 sal d all wsldlag or torch rung operations. and props natiaion ass the pnlerrodcontrob. All welding and ruttqapetetfnns shall be done In seoe with the ngsbemeas dr9 OR Put 1910. Subpar Q 060HAN welding rbMde Roper osotlletloe maybe achieved y local exhaust notilation. or the use at poasbie ventilation has. a a combinstloa of the two pnctfom Elecnicalshock. Electrial equipment wad In 000knr/deyen shall be In serviceable condition. Slipp and fall. Rcove re& idusf grease be fan entering eookat/dryal. Atleedoaa The rupenisor shall be the attendant for employer entering canker/ dryers. Pasant. The per dell rpeciy how Isobti® Mall be does sad any ot.Cn preparations needed betas making entry. This is especally kmpr:taat la pea d arrangements d cookerldrye:s so that the entire operation Deed not be shirt down to allow sale retry into o e unit. flescee. When necessary. the stnadanl sba l oil the fin deportment as pcevia sly rranged. I 1 I I I I I I I I I I I I ' Federal Regislet I Vol. 58, No. 9 I Thursday. January 14. 1993 I Rules and 4559 I U Li I Li I I 1 i I I C 1 7 Li I Entry Permit" will be Iuued In a I month period to cover those production woe, when tanks are fabricated w the point that entry and exit are made wing manholes. Authorirotion. Only the area supervisor may authorize an employee to eater a tank within the permit area. The arse supervisor mutt determine that conditions to the tank troller, dry bulk trailer or truck sic meet permit requirements before authorizing entry. Attendant The area supervisor shall designate an employee to maintain communication by employe specified means with employees working in teaks to saws their safety. The attendant may not enter any permit entry confined space to rescue an entrant or for any other mason. unless authorized by the rescue procedure and. and men then. only after calling the rescue teem and being relieved byes attendant by another worker. Communications and obsercation. Cornmunicetions between attandant and entrant(s) shall be maintained throughout entry. Methods of communication that may be specified by the permit lhclude voice. voice powered radio, tapping or rapping coda on tank walls, signdlingngu on a rope, and the attendant's observation that wort ocuvttlas such u chipping, grinding, welding. spraying, etc. which require detihente operator control continue normally. These ectivltles often generals so much noise that the necessary hearing protection maim communication by voice difficult. Rescue procedures. Acceptable news procedures include entry by a leambf employee -ratan, use of public emergency seniors. and procedures for broaching the tans The sere permit specifies which procedures an aysllable. but the ant supenrism makes the Anal decision based on eircumManaa (Certain la)trts may make it necessary to breach the tank to removes person rather then risk additional injury by removal ehrovr) an existing manhole. However, the rope,vism must ensure that no breaching procedure used for rescue would violate Sinn of the entry permit Pa instance, if the tank must be breeched by tutting with a torch. the tank surfaces tobe cut must be free of volatile or combustible ooetlogs within 4 Inches (10.16 cm) of the curling Ilse and the atmospbere within the tank must be below the LPL Retneval lure and hmmesses. The retrieval lines and bemuse, generafuy required under this standard an usually impractical for use is tanks because the Internal confgunUon of the tanks and their interior Dares and other structures would prevent rescuers from hauling out tafured enbents. However. uelea the rescue procedure calls for breaching the tank for rescue, the rescue team shell be trained in the use of retrieval lines and harnesses for removing injured employees tbrouab manholes. B. Repair or service of 'ured" tanks and bulk butlers. Sources of hazards. In addition to facing the potential hazards sncvuntsred in fabrication m manufacturing.1nb a tillers which have been in struts may contain residues of dangerous materials. whether left over from the transportation of hazardous carpe or generated b chemical or bederia) adloa on residue, of non -hazardous cargoes Control of oanospheric hazards. A'used" tank shall be brought Into t-ea,ben tank entry Is authorized only after the tank has been emptied, cleansed (without employee entry) of any residues, and purged of any potential atmospheric haards. Welding. In addition to tank Cleaning for control of atmospheric hazards. costing and surf ace materials shall be removed 4 Inches (10.16 cm) at man from any surface area where welding or other With work will be dote and an taken that the atmosphere within the tank remains well below the IFL (Follow the requirements of 29 (}T 1910. Subpart Q. OSHA's welding staadard. at all times.) permits. An entry permit valid fer up to I feu shall be Issued prior to authcaisation of entry Into used tank tillers, dry bulk trailers or trucks. In addition to the precaty Cleaning requirement, this permit shell require the employee safeguards specified for stow tank fabrication or mnstrucyon permit areas. Authorization Only the area suprnisor may _authorize an employee to enter a tank troller, dry bulk taller or bud within the permit area The area supervisor now determine that the entry permit requirements have been met before authorizing entry. I 4560 Fedcral Register / Vol. 58, No. 9 / Thursday. January• 14, 1993 / Rules and Regulations I Appredia D 10 17970.146 ---SU Plc Pcrmilc Appendix D - IA 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 neets 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 ( ) l ) discharges indicate this area is likely to regain 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 ( ) ( 1 given)? I- 1. Will the atmosphere be continuously monitored while ( ) ( ) , the space is occupied? Contact County Centrex for personnel rescue by local fire 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.ir7s77ediate supervisor. Job Location LEAD MAN Date signature I M I I I r I I I 1 i I I I a X E I- C C d ✓ JO m ti a U C) U ✓ 94 S. - t. C m , C, L a Federal Register I VO1. 58, No. 9 I Thursday, Janus 14. 1993 1 Rulei and Ragulatiom 4561 m -m ► ►►► -► ► C) d vvv .rr v C z r Vr r>.r r/ r O I O a ° ccid CC 'o ✓6 6 A • ' 0 O a. d Y a .. w y o �n m o Y U L a m r V c cmc a EEO CC 6CJ I' J -OA Vi6 m E 0' ym 0UYa .c C) -C E >,>.O P C' c C O•C W 0 w Y Ou ✓ C 4, m•.. . uom r .. 6 L Lv C+t' V C y>.C Y UL 0 040 CO.. DI. -° e d 00 QJH • m 6 t9 J 7 c L J d ,C J u W P. > U C •.+ mom+ •.•7 CYO CD Crd O >Ov rcum 4' 0c'O OJ• cz LDu •m•.• Eaa>. •.•dmmuaa C N>, d 4✓6U q JL✓Y. let? m'O 7 J UJr 7YJvu w )))°)p6 60•�U m X L W O M D N 000 N h 4 00C oam.. n ✓ d e! OtC r e COI P v11 N 4$c cml -m: -cal 09 • N a = 0 r A P II6 y. m_ —'lilt rOO <--4-- Ii Z ...-rjr.► AVv V Y O e cm .. 0 u d0@>►,C CC V.. -4 w .a X D ✓ - • ul-OaoI-C UO Ox4 . Co. as oy cx-' a� 6 OmaO O y 0 — 2d u .wtce MP ) CC — 'CO 'C O Yuc mu ✓ ° .m. O O C O> Y C. C, D d-. o dou LO it a ✓ m d ~ 6 cp m C L m e Y O U dC@Ymm u m•w it c6 tX•1p%E •)w ..4ECE. E. p3IV cXZ�-O E F' ea as ✓- - ? i; • n r` c c . J m V J u J ^� c V E 0 C 0 u Li C r Y d i 4 m d U C d m D E D dJ c 0 CU 006 _ G O Y u p. Y r u u 0 m ✓ 6 _ o o. C w'] _ C -- F., O y° 0 - 9 U • m m q Q O G L m > 2 6 •a J C ° L 7 7 E co U Jd9 C Ulm 0> C C°p 'C JY CO> Y G •C 11 ac' 0 w OW em m✓d 00 EOG •+�J0c u>m Q C -...N w ✓ C c .O '�00 a'✓ .. a� °00 c QQ'� t d40°LE F ° ✓ 0 U u U '� O G act +a Y cm°>>d t y•°�r+�m6 ADr 1, 6 7� X066 a� u 0 acE0L>S C ° N c NU m °UC°0✓ ..L r r Iii U L✓ y M✓ d 0 Od° C y 1,0 .mpp m0 C .�.iC OLO 740 v_ Du C. 4111 ° dL CC sin r'>D V Zm 1 Mmr Lt L 0 e Y g 0 r O m °✓✓ P° 4 4 w ry mawVV . FuC C'7 - e C C ,y ✓ y°.4a m c Q and 1 v ma .>✓aa ° C U e v c m VOX X C L p O O em�>6.o'E{°p l�>V�' iii 4lUi�fr YO .Oi✓ U6mm N1 acc4 s- £0 L-°�a c�� I O QQ C. .O.m�sC eD0. °V 80 UY .A ✓w w!(r.'y✓ 1L I. e t.wM C .. � L V V . ° ygg «w0P))A.+'•�-�a Sts 1U• 4562 Federal Register / Vol. 5B, No. 9 / Thursday, January 14, 1993 / Rules and Regulations . c 0 u {{ V a1 La 0 a n V 0 u H O H V M 0 a O A V) y illlllll IIIIIIII.� F. �m oota3Wlillllll� Illlllllcno ^ 11111111^=� o Now 4 w. 7.•; in H s. m O ...w 6 1 1 1 1 1 Ia0 W �y ≤ wW•O M 0. J6 CY 0.JO _ 6 •� ia LtT".• a01cr.zoo . a>crc IIIIIII.I� x c <Uc0 m.+0 3XZ kWIIIIIIIIYc uw r 4Di x8 p,W 4O o7 N 4 W y azvucC -.Oo Illlllllw� D s aiN 0✓b• ✓ @lo• I OR p, p) .10C C C X CYC V1Li - 4 0 O.lW V f. C a W U. H bH 4V-4-• H(. �X N HO vpHmfiw%.00mW- z I i i i I I ii ZOW O Q)6MWui W.70.6m`V rS�SiU W a n Oaaaa0. a .• vIIIIIL ,V ..11la I- • o 1 1 1 1 1 1 1 Iap> • Enks.a..c0.O ZZ �x a /�CaCf N.• up) H w b o C IW.+D••�-•♦ .. ."_ ° O u 1e C tt •- E' ° N S. C C O D 2 H pCp ; =. Y whb Oa> wasOu..0.00Y .H7 o cc a 610 . 0 syy phi °w a£ MFOssM0O •n p2 - sN .00- 'St V✓ oOWi`�•DiVC~'V s3 Fd• •MO N OL CpE her Sco xV o.,-. o. Z p �Q°O -..mp Mbwe IL Vf OO ZL �y-. Y K '> N O4j7 ho4 co w Fp Z VCCG IF -' Wit C^ ENZ 2uPPV•ai41: t' pC ,D.tw-.p~.iiws - 'coca (H.-sC� OC'cocav„ p? CWmy -8(-66 QJOx(Q1w 1iOdMOL ✓p O �5, - •.( . a ►►►1111 V RN • 461 r7 a 1> 009=2' Vi -a V <S N • ♦ Kl7 H 0c - atb C O V N0 "- 'to •4, Z4 0 CCW (a)O I! mZ C r NV I IW }�p' H - WF_ a N •a 0014 NLI V 4) 99 b. 6.76 C •NCO - .• . - • I I I I I Federal Register I Vol. 58, No. 9 I Thursday, January 14. IBYY I ntrce aru I I I U I I 11 Li I I I I I I El I Li [I A pprrd u tic g 19 a.14a_Se+1W Syatsm Entry law er entry diflen In three vital respects from. otter permit entries. Ent. there rani) r assts any way to completely Isolate the space is section of a continuous qslem) to be extend. second. because Isolation H Sot complete. the alhnorpbtre may suddenly and unpredictably become lethally banrdout (bait, flammable or explosive) from causes boyood the control of the sotant or employer. and third, experienced sewer worken an especially knowledgrable to entry and work in their permit spaces because of their frequent entries. Unlike other employments wbers permit spec entry is a lens and exceptional event sews? worktn`ususl work environment is a permit space. (t) Adherence to procedure. The employer should designate as entrants only employers who are thoroughly trained in the employer's sewer entry procedures and wbo demonstrate that they follow these entry pracedures exactly as prescribed wben performing sewer entrap. (2) Atmospheric monitoring Entrants sbould be trained in the use of. and be equipped with. etmospberlc monitoring .qulpmnt wbtcb sounds an audible alum, to a dldob to Its viral readout, wbenenr one of the following conditions Is encountered oxygen maeeot:atloo lass than 195 perceat.. flammable ys a vapor at 10 percent or man of he lower flammable limit (LPL); a bydraon org monoxide at or above their FEL (10 ppm or 60 ppm. teepectivelyl; or. Ifs broad sage sensor device bused, .1 100 ppmu b uena. ebarecterirad by its nrponu Normally, the oxygen sehuortbroed range tensor Instrument is best suited for sewer enby. However. substance spedfie dews abadd be used whenever actual contaminants have been Identified. The Instrument should be carried and used by the entrant to power line work to monitor the otmospbere in the entrant's environment' and In advance of the eotnnt' direction of movement, to warn the entrant of any deterioration In stmospberic auditions Whom several entrants en worklog tosether In the same Immediate loati ftnvnedsatl Iton, on$ b instrument. used by the lead acceptable. 12) Surge flow and flooding Sewer crews should develop and maintain liaison. to the sxtect possible. with the local weather bureau and fin and emergency etevicas In their was sothat power work maybe delayed or Interrupted andantraata wltbdnwo wbrnever power lino mlgbi be suddenly podded by nib a fin st:ppresaion activities, or whenever eammeble or other barardous material an released Into $$wen dudq emergencies by Industrial or trampornatdon accidents, (4) Special Equipment Entry Into large bore eswets may require the use of $Pedal equipment. Such equipment might include such item$ as atmosphere monitoring devices with automatic audible alarms. rape self- contained breathing appuatut (ESQAI with at least 10 minute air supply (or other NOSH approved selbrescuer), and waterproof (hsbllgbts. and may also Include boots and nits. radios and rope standoffs hr pulling around bends and Camera as beaded ly g Doc. 92-531 filed 1-13-1991. en aml fl pso woe are-a- 1 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 City of Fayetteville D1 -6(l) Sewer System Improvements L I D1-7 MANHOLE TESTING IA. General 1. Scope This section describes manhole testing to effectively ' confirm the watertight integrity of new manholes. 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 I 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. Any new manholes that are observed to be leaking by the Engineer shall be repaired by the Contractor and 'retested. B. Materials Not specified. I C I I D1-7(1) City of Fayetteville Sewer System Improvements 1 C. Execution 1. Infiltration Testing a. All 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" X (10"H - 9"H) (MIN:SEC) HEIGHT OF M.H. (DEPTH IN FT.) 48" M.N. 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 C I I I I 1 I I 1 I I City of Fayetteville D1-7(2) Sewer System Improvements I ' c. 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. The manhole shall then be retested as 1 described above until a successful test is made. 2. Inflow Testing a. All new manholes and manholes where new pipe connections are made shall be dyed 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 1 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 be repaired 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. D. 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. 1 END OF SECTION D1-7 1 I I I I I D1-7(3) City of Fayetteville Sewer System Improvements C ID1-8 SANITARY SEWER REPAIR TESTING IA. General 1. Scope This section describes sewer repair testing required to effectively confirm the watertight integrity of sewer lines following sanitary sewer repairs. 2. Description All repaired sewers shall be tested by the Contractor to 1 determine if infiltration and inflow have been eliminated through rehabilitation work. The testing required shall be as designated by the Engineer and documented to the satisfaction of the Engineer. Internal television inspection during high groundwater conditions shall be performed on all repaired sewer line segments, after backfilling has been completed, to verify the adequacy of the sewer pipe rehabilitation work. Cleaning and internal television inspection of sanitary sewers shall be performed in accordance with Section D2-15 of the Specifications. B. Materials ' Not specified. C. Execution 1 1. Sewers with selected sewer repairs shall be internally ' televised with a color camera while jetting the backfill to simulate high groundwater conditions to determine the adequacy of each repair. In areas where the repaired sanitary sewer section crosses an existing storm drain or ditch, dyed water flooding of the storm drain (using suitably sized pneumatic or mechanical pipeline plugs) or ditch section shall be required along with concurrent ' internal televising of the sanitary line segment. The downstream sanitary manhole shall be checked for evidence of dye in the sanitary manhole. If dye does not immediately appear, a period of one hour shall elapse before internal television inspection is performed. The test shall be performed in the presence of the Engineer. VHS video tapes of the entire sewer line segment shall be provided to the Engineer. I D1-8(1) City of Fayetteville Sewer System Improvements 2. Acceptable Limitations for Acceptance 1 The following observations shall be utilized to determine if repairs are inadequate or improper. 1 1) Leaking Joints greater than one (1) drip per five (5) seconds. 2) Offset or misaligned joints greater than 1/4 -inch 3) Cracked or broken pipe 4) Poor grade 5) Any other defects determined unsafe or hazardous by the Engineer 4. VHS video tapes shall become the property of the Owner following completion of construction. If the repair of the defect is determined to be improper or inadequate by the Engineer the Contractor shall again repair the defect at no additional compensation. D. Measurement and Payment 1 No Contract Prices are established for Sanitary Sewer Repair Testing. However, specific sections of the Contract Documents indicate that certain percentages of various Contract prices will not be eligible for payment unless testing has been performed. I END OF SECTION D1-8 u I I I I 1 City of Fayetteville Dl -8(2) Sewer System Improvements I ' D1-9 SANITARY SEWER CONSTRUCTION TESTING IA. General 1 1. Scope This Section governs the furnishing of all labor, equipment, tools and materials, for the performance of acceptance tests. 2. Description The Contractor shall furnish all materials, water, equipment, labor and reports for the required tests. ' All pipelines, including repaired building service lines shall undergo and pass tests to determine the soundness and workmanship regarding alignment, grade, ' infiltration, exfiltration and/or pressure. Pipelines which do not conform to the project requirements shall be repaired and/or replaced along with all appurtenant work necessary to complete the entire work according to the Contract Documents at no additional cost to the Owner and shall be retested until the pipeline is of a condition meeting the project requirements. Results of ' each test shall be recorded by the Contractor in a neat, professional manner and three (3) copies shall he submitted to the Engineer. Test shall be performed ' after backfill and compaction operation has been completed and in the presence of the Engineer. Testing for acceptability of the sanitary sewers shall be conducted by: a. Internal Inspection B. Infiltration Test • c. Low Pressure Air Test (Exfiltration) d. Deflection Test ' At a minimum either the low pressure air test or the infiltration test, in addition to internal inspection, shall be required for acceptance of the sanitary sewers. ' Deflection testing shall be required for polyvinylchloride pipe. Where the new sewer constructed replaces an existing sewer with active service connections, only internal inspection during high groundwater conditions shall be required. The Engineer may require individual joints to be pressure tested. If all joint test results conform to the specified leakage then the cost of the test will be paid for by the Owner. If any joint test results do not conform to specified leakage, then the cost of the test and repairs required Ito properly install the pipe will be paid for by the Contractor and at no additional cost to the Owner. D1-9(1) City of Fayetteville Sewer System improvements I O C Replacement sewers and service laterals that parallel or I cross storm drains or ditch sections shall also be tested in accordance with Section D1 -8.C.1 to determine that inflow has been eliminated from the sewer system. I Materials Not specified. Execution I 1. Alignment and Grade I Check alignment, grade and visible infiltration by , methods of visual internal inspection; and by television inspection. Laser equipment is recommended to test the pipe grade and alignment. a. Visual Internal Inspection I. 1) Clean pipe of excess mortar, joint sealant and other dirt and debris prior to inspection. 2) Inspect sewer by flashing a light between manhole and/or by physical passage where space permits. Determine from illumination and/or physical inspection the presence of any misaligned, displaced, or broken pipe and the presence of visible infiltration or other defects. b. Internally inspect each line segment utilizing a I closed circuit color television camera in the presence of the Engineer. In addition, provide a video tape of the sewer line to the Engineer with tapes to become the property of the Owner following completion of testing. c. If pipe sags or uneven flowlines are observed, the I Contractor shall repair or replace the defective segment and. retest the segment. 2. Infiltration Conduct infiltration tests on sewers before acceptance by the Owner. For sewers with a diameter less than twenty-four (24) inches, the infiltration-exfiltration shall not exceed one hundred (100) gallons per day per inch of nominal diameter per mile of sewer line for any section of the system. For sewers with a diameter twenty-four (24) inches or greater, infiltration- exfiltration shall not exceed six thousand (6,000) gallons per day per mile of pipe. L I I City of Fayetteville D1-9(2) Sewer System Improvements LII Install weirs or other suitable flowrate measuring devices adequate to determine to the satisfaction of the Engineer that the specified infiltration limit is not ' exceeded for the reach of gravity sewer where evidence of infiltration is discovered. Where the specified infiltration limit is exceeded, repair or replace the ' defective reach of pipeline. Following repair of defective reaches of pipeline, remeasure infiltration flowrates and make additional repairs until an acceptable infiltration flowrate is achieved. 3. Low Pressure Air Testing of Gravity Systems (Exfiltration) a. Test manholes in accordance with Section D1-7. b. Pipelines Test each section of gravity pipeline between manholes and/or structures after backfilling, ' separately with equipment and methods as outlined below. 1) Contractor shall perform air tests for all pipe sizes unless the pipe is of concrete construction. Concrete pipe must pass a weir ' test. 2) Furnish facilities required including necessary piping connections, test pumping equipment, ' pressure gauges, bulkheads, regulator to avoid overpressurization, and miscellaneous items required. ' a) The pipe plug for introducing air to the sewer line shall be equipped with two taps. One tap will be used to introduce air into the line being tested through suitable valves and fittings, so that the input air may be regulated. The second tap will be fitted with valves and fittings to accept a pressure test gauge indicating internal pressure in the sewer pipe. Additional ' valve and fitting will be incorporated on the tap used to check internal pressure so that a second test gauge may be attached to the internal pressure tap. The pressure test ' gauge will also be used to indicate loss of air pressure due to leaks in the sewer line. I [1 I D1-9(3) City of Fayetteville Sewer System Improvements I b) The pressure test gauge shall meet the I following minimum specifications: Size (diameter) 4-1/2 inches Pressure Range 0-15 psi Figure Intervals 1 psi Increments Minor Subdivisions 0.05 psi Pressure Tube Bourdon Tube or diaphragm Accuracy Plus or minus 0.25% of maximum scale reading Dial White coated aluminum with black lettering, 270 degree arc and mirror edge Pipe Connection Low male 1/2 inch N.P.T. Calibration data shall be supplied with all , pressure test gauges. Certification of pressure test gauge will be required from the gauge manufacturer. This certification and calibration data shall be available to the Engineer whenever air tests are , performed. 3)_ Test each reach of sewer pipe between manholes after completion of the installation of pipe and appurtenances and the backfill of sewer trench. 4) Plug ends of line and cap or plug all connections to withstand internal pressure. One of the plugs provided must have two taps for connecting equipment. After connecting air control equipment to the air hose, monitor air pressure so that internal pressure does not exceed 5.0 psig. After reaching 4.0 psig, throttle the air supply to maintain between 4.0 and 3.5 psig for at least two (2) minutes in order to allow equilibrium between air temperature and pipe walls. During this time, check plugs to detect any leakage. If plugs are. found to leak, bleed off air, tighten plugs, and again begin supplying air. After temperature has stabilized, the pressure is allowed to decrease to 3.5 psig. At 3.5 psig, begin timing �• to determine the time required for pressure to drop to 3.0 psig. If the time, in seconds, for the air pressure to decrease from 3.5 psig to 3.0 psig is greater than that shown in the table below, the -pipe shall be presumed free of ' defects. City of Fayetteville D1-9(4) Sewer System Improvements I Pipe Required Time Minimum Size per 100 LF Required Time ' 8" 76 sec. 227 sec. 10" 119 sec. 283 sec. 12" 171 sec. 340 sec. 15" 267 sec. 425 sec. 18" 384 sec. 510 sec. 21" 523 sec. 595 sec. 24" 684 sec. 680 sec. ' 27" 865 sec. 765 sec. 30" 1,068 sec. 851 sec. 33" 1,293 sec. 935 sec. If air test fails to meet above requirements, repeat test as necessary after leaks and defects have been repaired. Prior to acceptance all constructed sewer lines shall satisfactorily pass the low pressure air test. 5) In areas where groundwater is known to exist, install a one-half (1/2) inch diameter capped pipe nipple, approximately ten (10) inches long, through manhole wall on top of one of the sewer lines entering the manhole. This shall be done at the time the sewer line is installed. Immediately prior to the performance of the line ' acceptance test, determine ground water level by removing pipe cap, blowing air through pipe nipple into the ground so as to clear it, and then connecting a clear plastic tube to pipe nipple. The hose shall be held vertical and a measurement of height in feet of water shall be taken after the water stops rising in this ' plastic tube. Divide the height in feet by 2.3 to establish the pounds of pressure that will be added to all readings. 4. Deflection Test Polyvinyl chloride pipe shall be tested for deflection as outlined below: a. 100 percent of the polyvinyl chloride sewers shall be tested for deflection. b. A five (5) percent "GO -NO-GO" Mandrel Deflection Test shall be performed on all PVC, HDPE, and PVC Composite gravity sanitary sewer pipe. These pipes shall be mandreled with a rigid device sized to pass five (5) percent or less deflection (or deformation) ' of the base inside diameter of the pipe. The mandrel (GO -NO-GO) device shall be cylindrical in shape and constructed with nine (9) or ten (10) evenly spaced arms or prongs. The mandrel diameter dimension "D" shall be equal to the inside diameter D1-9(5) City of Fayetteville Sewer System Improvements I of the sanitary sewer. Allowances for pipe wall ' thickness, tolerances of ovality (from heat, shipping, poor production, etc.) shall not be deducted from the "D" dimension , but shall be counted as part of the 5 percent deflection allowance. As an example, the dimensions for the mandrel shown in Figure 1-9.3 for ASTM D-3034 PVC pipe shall be as listed in Table 1-9.2. Each pipe material/type required to be Mandrel tested shall be tested with a mandrel approved by the pipe manufacturer and meeting the requirements of this Section. The "D" mandrel dimension shall carry a tolerance of ±0.01 inches. The mandrel shall be hand pulled through all sewer , lines. The contact length (L) shall be measured between points of contact on the mandrel arm. The length shall not be less than as shown in Table 1-9.2. The Contractor shall provide proving rings to check the mandrel. Drawings of mandrels with complete dimensions shall be furnished by the Contractor upon request for each diameter and specification of pipe. c. Individual lines to be tested shall be so tested no , sooner than 30 days after they have been installed. d. Wherever possible and practical, testing shall initiate at the downstream lines and proceed towards the upstream lines. e. No pipe shall exceed a deflection of 5 percent. f. Where deflection is found to be in excess of 5 percent of the original pipe diameter, contractor shall excavate to the point of excess deflection and carefully compact around the point where excess deflection was found. The line shall then be retested for deflection. If the deflected pipe fails to return to the original size (inside diameter) the line shall be replaced. D. Measurement and Payment No contract prices are established for Sanitary Sewer Construction Testing. END OF SECTION D1-9 1 •1 City of Fayetteville D1-9(6) Sewer System Improvements TABLE 1-9.2 (9 Arm Mandrel) "D" DIMENSIONS FOR ASTM D3034 SDR 35 For Deflection of 3% 5% NOM. DIA. L (In.) (In.) 8 8 7.71 7.56 10 10 9.63 9.45 12 10 11.46 11.26 15 12 14.03 13.78 (10 Arm Mandrels) "D" DIMENSIONS FOR ASTM D3034 SDR 35 For Deflection of 3% 5% NOM. DIA. L (In.) (In.) 8 8 7.72 7.58 10 10 9.65 9.48 12 10 11.48 11.29 15 12 14.06 13.82 I • A. I 1 I 1 I I 1] II I I I D1-10 TRENCH SAFETY SYSTEM 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. Trench Protection Protect open cut trenches against collapse as required by State or Federal Laws governing the protection of life or property. Minimum protection shall conform to the recommendations of the Occupational Safety and Health Administration Standards (OSHA) for construction. B. Materials Not Specified. C. Execution The Contractor 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 Arkansas. 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. I D1-10(1) City of League City Sewer System Improvements I D. Measurement and Payment I Payment for the trench safety system shall be at the Contract unit price per linear foot of trench safety system installed in sewer line trenches 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 structures. Payment will be made only when trench excavations exceed a depth of five (5) feet 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 D1-10 I I I I I I I I LI I I City of League City D1-10(2) Sewer System Improvements I 1 . I alna leUld JUlsnpul lejauaS ioj saoedS pau}uo3 pailnbaa-iluvad 0161 sted Hd3 6Z uoj2enslulwpd tplea}{ pue IllajeS leuonednoap 1 aoge-;o -juowpedea - ii Ved 1 i 1 I' 1 1 £661 'b1 /Venuer Aepsmgl • • • • n Federal Register / Vol. 54. No. 209 J Tuesday, October 31, 1969 f Rues and Regulations 45959 I C I I I I I I I I I I I I I I PART 1926—(ANENOED) Subpart u- (Amended) 1. By revising the authority citation far subpart M of part 1928 to read as follows: , Autle rilyt Sac 107, Contract Work }!oars and Salary Standards Act (Corutrucdoo Safety Aetl 140 USC. 333h Sect 4.6.5. Occupational Safety and Health Actor 1970 1U.S.C 617. a%& 65", Secretary of laboes Order Na 1L71 (30 FR NM). 1-76(43 FR 23Os1, or S43 la FR 3373ej, u applicable. and 11t LIE part tell. L By revising subpart P of part 1920 to read at fodowa'. 4tsbp+n.r _._d&.. S.' 1u76150 Scope. appll"doo. and def[oldoss applicable to this subpart 1974651 C.osral r.quhammta lom.aai Raquirtmanu for protactlra systems Appundis A to Subprt P —Salt OuIAcadee App.odlx B so subpart P-8bplag amid I aerMq App.adlx C to Subpart P —Timber Sbodag for TraorSee Appendix D r subpart P—Absm1ama Hydnube Sle.d.g fa '^• -- Appendlx S to suhpeal P—Mb.nadr.e be Ttmr. Shed" Appendix Tic Subpart P—selaciisa of Poiadee syeaee Subpart P—Eataratlons Autho ryty Sec 1(O, Caohad Worker Home and Safety Standards Act lConso cdn. Safely Acij (40 USC. 333k Sc L 6 a Occupeuaoal Safety tau! Health Act of 1Pr0 (w USC nazi. hat 057); Sea.taty of Latices Order Na. 12-71136 PR W61). 6-70 (n,1 yR 2506l. S -A lie PR 3ar3eL, u applicable. and I CPx pan sell. F 19HASO scope, eppaoam. and dot m ldone apparaeet to this auepet (a) Scope and application This aubparl applies to all open acavatioas made in the earth's surfat; F.xcaw@ona ■re dented to include tnochsa Ib) Definitions applicable to this subporc Acc.pted engineering practices meals [hose requirements which an compatible with siandenls of practice required by a ngisterad professional engineer. Aluminum Hydrmulic.Fhoring miss ■ pre•engineered shonng system compnied of aluminum hydraulic cylinders (croesbraces) used in conjunction with vertical rails (uprights) or horizontal rail. (weleni. Such system is designed, specifically to support the aidewalla of so excavation and prevent cave -ms. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the mats section above to form a bailed shape Benching (Benching system) means a method of protecting employees from cave -tea by axcavating the aides of an excavation to farm one or a series of horizontal levels or slept, usually with vertical or near-vanlal surfaces between level. Cavan means the separation of a mass of sod attack malarial from the side of an excavation. or the toga of sod from undo a,teach shield at support system and Its sudden movement Into' the excavation, either by fading or sliding, in sufficient quantity so that It could entrap, bury. or otherwise injure and Imnmobilize a parson. Competent person means one who Is capable of Identifying existing and pndletabl hazanls In the sureoundinga, or working conditions which are unsanitary. hazardous. or dang.raus to employees. and who leas authortndm to take prompt corrective meuuns to sllrnlnata strain Crass brans, mean the horizontal mamben of a shoring system Installed parpendlnda. to the sides of the exdve bon, the ends of which bear against either uprights or wain £xcaradon means any man -wads cut. Cavity. trench, or dspresduo In an earth surface. formed by earth removal. fads oraide mans the vertical or Inclined earth siafaces formed as a result of excavedoo work. ioilun moue the breakage. dlsplecement, or peraaneat deformation of a somcc sal mawberor exronsctloo so "to reduce Its srncncal tntelpiryead iu suppunlve a:apab lldea Hazardous atmosphere means an atmosphere which by mason of being explosive. dammeble. poisonous. carro.lve, oxidl.Ing mils drag, oxygen defldent, toxic w otherwise harmful, may cause death. Illness. or Injury. . Xlckous meal the ecddenal nlesse or !allure of a sae brace. Protective system moan. a method at protecting empluysas hum cay.-Wt ham matarlal that could fall or r,9 from an excarenon fen, or into en exavadon, or from the ooW p" of adjac.ot atroeluree. Protective systems include support systems. doping and benching systems. shield systems, and other system. that provide the necessary pmtecdon. Romp means an inclined walking or working surface that to used to gain access to ono paint from another. and Is constructed from tanh or from structural materials such as steel or wood. Regis fared Professional Engineer means a parson who is registered as a professlonalenginetr in the state where the work Is to be performed. however, a professional rnglneer. registered Li any state is deemed to be a "registered professional engineer" within the meaning of this standard when approving designs for "manufactured protective.ystemi or "tabulated data" to be used in intaratate commerce. Sheetiog meant the mamben of a shoring system that retain the earth in position and In turn are supported by other member, of the sbonng system. Shield (Shield system) moons it structure that Is able to withstand the forces imposed on 11 by a ave-in and thereby protect employees withal the ttructun. Shields can be permanent scrucluns or can be designed to be portable and moved along as work progresses. Additionally. sluatds can be anther premanulacturnd or job -built in acrordsncs with k 111mh12 (c)(3) or (c)(4). Shields used In trenches an usually referred to as "trench boxes" or "trench shield,? Shoring (Shoring system) means a strucnue ouch as a metal hydraulic. mechatilcal or timber shoring ay■Icm that supports the sides of as excavation and which Is designed to prevent cave - Ina. Sides. Said "Each Sloping (Sloping system) mew a method of protecting employees from cave-ins by excavating to farm sides of an excavation Uat are inclined away from the excavation so as to prevent Cave-ins Ths.angle of incina required to prevant a cave-in van" with differaoces In such factor, as the sod type, envuonmeolal contbbos of axposura and application of surcharge loads. Smb/s rock mains naturvl solid 'mineral material that can he excavated with vertical sides and will remain lnrsci while exposed. Unstable rock is considered to be stable when the rock maiontal on the side or side@ of the excavation Is secured aganst cavuM-tn or movement by rock bolts or by another protective system that had been designed by a registered professional eitylnear. £tnicrurol romp means a ramp built of steai or woodusually used fur vehicle access. Ramps made of sail or tuck are not ennaidered .inicnuat ramps. Support system means a structure ouch as underpinning. bracing, or shorluN, which provide■ support loan adjuccnl structure, underground I 960 Federal Register / Vol. 54. No. 209 / Tuesday. October 31. 1980 / Rules and Regulations LI 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 (Frenrd excavation) means a narrow escavatlon (in notion to Its length) made below the surface of Ilia ground. In general, the depth Is greater than the width, but the width of a french (measured at the bottom) Is not greater than iS foot (4.6 m►. U forms or other structures am Installed or constructed in an excavation so as to reduce the dimension measured from the forms or aauctun to the side of the excavation to 15 feet (4.6 m) or less (measured at the bottom of the excavation). the excavation is also considered to be a trench. Trench box. See "Shield" Trench shield. See "Shield." Uprights means the vertical members of a trench shoring system placed to contact with the earth and usually positioned so that individual members do not contact each other. Uprights placed so that individual members an closely epacad. In contact with or Interconnected to each other, an often called "sheeting." Wales means horizontal members'at a shoring system placed parallel to the excavation face who" aides bear against the verdcai members of the shoring system or earth. g ta2aaal Qeswsl nqulrogneV L (a) Surface encumbrances. All surface encumbrances that are located so as to agate a hazard to employees shall be removed or supported, as necessary, to eafiguerd dmpioyces. (b) Underyround installations. (1) The estimated location of utility W tallatloma aurh as seerertelephone, fuel electric. welt r lanes. or any other underground installations that reasonably may be expected to be encountered during excavation work shall be detarmrned prior to opening an excava don. (2) Utility companies or owners @ball be contacted within established or customary local response times, ad of the proposed work and asked to establish the location of the utility underground installations prior to the start of actual excavation. When utility companies or owners cannot respond 1 a request to locale underground utility Installations within 24 hours (tide.. a longer period Is required by state or local lawl, or cannot eltablish the exec location of these installations. the employer may proceed. provided the employer does do with caution, and provided detection equipment or other acceptable means to locate utility Installations are used. (2) When excavation operations approach the estimated location of underground Installations, the exact location of the instalations shall be determined by sale and acceptable mean. (41 While the excavation Is open, underground Installations shall be protected. supported or removed as necessary to safeguard employees. (c) Access and egress (II Structural romps. (I) Structural ramps that an used solely by employees a a means of access or egre" from excavations shall be designed by a competent person. Structural ramps used for access or ogre" of equipment shall be designed by a competent person qualified In structural design, and shall be constructed in accordance with the design. (U) Ramps and runways constructed of two or more ecnsctunt members shall• have the aructunl members connected together to prevent dieplecement (Ili) Structural members used for runways ramps and shall be of uniform thirknass. (lv) Cleats or other appropriate means ral used to connect runway structu mamben shall be attached to the bottom of the runway or shall be attached In a manna to prevent tripping. (v) Saucttual ramp. "ad In lieu of steps shall be provided with cleats or other surface treatments on the top audits to prevent slipping. (2) Means of egress /nom trench excavations. A stairway. ladder, ramp or other said means of egress shall be located in trench excavations that are 4 feet (132 ml or mom in depth so a to require no mom than 25 feet (7.62 m) of lateral travel for employees. (d) Exposure to vehicular traffic. Employees exposed to public vehicular traffic shall be provided wish and shall wear, warning vests or other suitable garmeuts marked with or made of reMctonsed or ldgh-visibility material. • (e1 Exposure tofalling loads. No employee shall be permitted undernea loads handled by lifting or digging vied equipment. Employees shall be required to emend away tram any vehicle being loaded or unloaded to avoid being struck by any spillage or falling materials. Oparston may remain In the o cabs of vehicles being loaded or unloaded when the vehicles are equipped. In accordance with 1192u.otii(b)le). to provide adequate t protection for the operator during loading and unloading operations. (f) Warning system for mobile equipment When mobile equipment is operated adjacent to an excavation, or when such equipment is requited 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 —(11 Testing and controls. In addition to the requirements let forth In subparts 0 and E of this pan (29 CFR 102@.50-1020.107) harmful levels of atmospheric contaminants and to inure acceptable atmospheric conditions, the following requirements shall apply: (II When oxygen deficiency (atmospheres containing lase than 19.5 percent oxygen) or a hazardous atmosphere exists or could reusonably be expected to exist. such as In excavations In landfill areas or excavations in areas where hazardous es substancan stored nearby, the atmosphere. In the excavation shall be tested before employees enter excavations greater than 4 feet (1.' m) In depth. fill Adequate precautions shall be taken to prevent employee exposure to atmospherei containing less than 19.5 percent oxygen and other hazardous oua�sphere.. The.. precautions include providing proper respiratory protection or ventilation in accordance with subparts D and E of this part respectively. (iii) Adequate precaution shall be taken such as providing ventilation, to prevent employee exposure to an atmosphere containing a concentration of a flammable gas in excess of 20 percent of the lower flammable limit of the gas. (iv) When controls are used that are Intended to reduce the Intl of atmospheric contaminants to acceptable levels, testing shall be conducted as often ee necessary to ensure that the atmosphere remain. cafe. (2) Emergency mscur equipment. (i) tb Emergency mucus equipment. such a breelhutg apparatus. a wfety harness and line, or a basket auelcher, shall be readily available where hazardous sunospheric conditions exist or may reasonably be expected to develop dung work in an excavation. 11th■ equipment shall be .«ended when in are. (ii) Employees entering bell-bottom piti holes, or other similar deep and confined fooling excevuoons. shall wear a harness with a life -line securely atturhed to It. The lifeline shall be separate from any line used to handle materials. and shell he individually I I I I I LI I I I I I [J I1 I Federal Register / Vol. 54. No. 209 / Tuesday, October 31, 1980 f Rules and Regulations 45961 L L 1 L I I I I I 1 J I I I I I I attended at all times while the employee wearing the lifeline Is in the excavation. (h) Protection from hazards associated with water accumulation. (11 Employees shsU not work In excavations In which thus is Accumulated water, or to excavations In which water is accumulating. unless adequate precautions have bean taken to protect employees against the hazards posed by water accumulation. The precautions necessary to protect employees adequately very with each situation. but could Include special support or shield systems to protect from cave-ins, water removal to control the level of sccumulating water, or use of a safety harness and Weline. (2) If we tat Is controlled or prevented from accumulating by the use of water removal equipment. the water removal equipment and operations shall be monitored by a competent person to ensue proper operation. (3) If excavadon work Interrupts the natural drainage of surface water (such is 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 rain will require an Inspection by a competent person and compliance with paragraphs (h)(1) and (h)(2J of this section. (q Stability of adjacent structures. (1) Where the stability of adjoining budding.. walls, or other structures Is endangered by axcav■Uan operations, support systems such as shoving. bracing. or underpinning shall be provided to ensure the stability of much structures for the protection of employ.... (2) Excavation below the level of the base or footing of any foundation or ntalniag wall that could be reasonably expected to pasts hazard to employees shat) not be permitted except whom (II A support system, such as underpinning. Is provided to ensure the safety of employees and the stability of the structure; or (11) The excavation to In stable sick or (Iii) A regtetered professional engines his approved the determination that the etructun is .ufucenUy removed from the excavation so as to be unaffected by the excavation activity, or (lvl A regt.uereid professional engineer ham approved Lite darannin.Uoe that such excavation work )vll not pose e hazard to employee. 13) Sidewalks. pavements. and appurtenant structure shall not be undermined unless a support system or another method of protection to provided to protect employees from the possible collapse of such structures. UI Protection of employees from loose rock orsoil. (1) Adequate protection shall be provided to protect employees from loose rock or soil that could pose a hazard by falling or coding from an excavation lire. Such protection shall consist cleating to remove too&* materialInstallation of protective barricades at intervals as necessary on the face to stop and consla falling material; of other means that provide equivalent protection. (2) Employees shall be protected from excavated or other materials or equipment that could posse hazard by falling or tolling Into excavation. Protection shall be provided by plating and keeping such materials or equipment at least 2 feet [.dl ml from the edge of excavations. or by the use of retaining device. that an sufficient to prevent materials or equipment from falling or rolling Into excavations, or by a combinaUon of both I( necessary. (k) Inspections (1) Daily Inspections ofexzavedon.. the adjacent area.. and 'protective systann shall be made by a competent person fur evidence of a situation that could result In possible cave-ins. Indications of failure of protective systems. hazardous atmospheres. or other hazardous conditions. An inspection shall be conducted by the competent person prior to the start of work and as needed throughout the shift. Inspections shall also be made after every rainstorm or other board increasing occurrence. These tnap.ctlons an only required when employee exposure can be reasonably anticipated. -. (2) When the competent person finds evidence of a situation that could result In a possible cave-tn. Indications of failure of protective systems. hazardous amsospbens. or other hazardous conditions, exposed employees shall be removed from the hazardous sea mid the necessary precautions have ben taken to ensure their safety. (1) fall protection. (1) Where employees or equipment are required or permitted to cross over excaveilon., walkways or bridges with standard guardrada @hall be provided. (2) Adequat. banter physical protection shall be provided at all remotely located excavations. Al] wells. pit&. shaft@. etc.. shall be barricaded or covered. Upon completion of exploration and similar operalione. temporary walls. pile. shafts, tic_ shall be bucklilled. 1112aei2 Requkementa for protective systems. (a) Protection of employees in excavatrans. (1) Each employee in an excavation shall be protected from cave - Ina by an adequate protective system designed in accordance with paragraph (b) or (c) of We section except when: (1) Excavations am made entirely in stable rock; or (III Excavations are less than 5 feet (1.32m) in depth and examination of the ground by a competent person provides no indication of a potential cave-in. (2) Protective system. shall have the capacity 10 resist without failure all loads that are intended or could reasonably be expected to be applied or tranamitled to the system. (b) Design of sloping and benching systems. The slopes and configurations of sloping and benching systems shall be selected and constructed by the employer or his designee and shall be in accordance with the requirements of paragraph (bit]I; or. In the stemabve. paragraph (b)II): or. in the alternative. paragraph (b)t31. or. In the altemauve. paragraph (b)(4). as follows: (1) Option (1}—Allowobla confiyurouons and slopes. (I) Excavations shall be doped at an angle not steeper than one and one-half horuontel to one vertical (34 degrees ma.urad from the bonsuntul). useless the employer uses one of the edict options listed below. (UI Slopes speaftad In paragraph (b)(1)(1) of this section. shall be excavated to form configurations thst are in accordance with the elopes shown (or Type C sod in Appendix Duo this subpart. 12) Option (2) —Determination of slopes and configurations using Appertdicaa A avid il. Maximum allowable slopes. and allowable configurations for sloping and benching systems. shall be determined in accordance with the conditions and requirements set forth In appendices A and B to this subpart (3) Option (3) -Designs using other tabulated data III Designs of sloping or benching systems shall be selected iron and be in accordance with tabulated data. such as tables and chins. (ii) The tabulated date shell be in wniten form and .hall include ell of the (otlawtnr JAI Identification of the parameters that affect the selection of a sloping or benching system drawn from such date: ID) Identification of the limits of use of the data. to include the magnitude and configuration or slopes determined to be sale: I 65962 Fodaral Register / Vol. 54, No. 200 ( Tuesday, October 31. 1900 I Rides and Regulations , (C) Explanatory information as may (ill Deviation from the spectficatione, damage or defects that might Impair be necessary to aid the user to making a recommendations. and limitations their proper function correct selection of a protective system issued or made by the manufacturer (2) Manufactured materials and from the data. shall only be allowed after the equipment used for protective systems (W)AI least area ropy of the tabulated manufatnuer tunes specific written shall be used and maintained in a data which Identifies that registered appronL mannar that Is consistent with the ' professional rnginear who approved tturw he full ManulacVs speciftcetions. recommendations of the manufacturer. data, shall be maintained at the )obdls nwrnmeodatioos. and limitations. and and In a manner that will prevent timing cooanualaa at the protective menufanur es approval to deviate from employee exposure to hazards. system. After that time the data may be the apaeafcatlous. rcommsndaUoa& (3) When material or equipment that damage , stored off the lobelia, but a copy of the and lfndtsUom sitah be in written form Is used for protective %ysUms is data shall be made available to the at the lob&ita during construction of the amad a competent ptrson %ball Secretary upon request. protacdve system. After that time this dlama a the malarial or equipment and (a) Option (+j— Duiyn by o rggiaterod data may be stored oil the lobster, but a sxsvnevaluate its suitability for continued use. pmfesaioad enginwr. (I) Sloping and copy shall be made available to the It the competent person cannot asst bearding aystaau not utilizing Option Secretary upon request the material or equipment is able to (1) or Option (2) or Option (3) under (3) Option (3rDesign& using other su n the intended loads or is paragraph (b) of this action shall be tabulated doto. (i) Designs of support otherwise suitable for sets we. then approved by a registered prct.asioaA systwoa. shield systems. or other each malarial or equipment shall be engineer. protective systems shall be selected such from service, and shall be (U) Designs than be to written form iron and be in accordance nth and &hall include at least tbaiollowiny tabulated data, such as tables and evaluated and approved by a registered (A) The magnitude of the slope* that charns professional enguiter before being wen determined to be safe for the (it) The tabulated data shall be In returned to service. particular project written tuna and include all of Use (a) installation and removal of (B) The configurations that were followriryy support —(1l General. (I) Members of determined to be safe for the particular (A)1deaUfir.tion of the parameters support systems shall be securely project and that alect the selection of a protective connected together to prevent sliding. ' (Cl The Identity of the segisand system drawn from surd date: !ailing. kiekouta. or other predictable pro(nsionat engineer appxovnta the (0) Identification of the limits of use of tailor.. design. the data. - (ii) Support systems shall be Installed (ilil At leant and copy of the deign (C) Explanatory information ■s may and removed in a manner that protects shall be malnaits.d at the jobaile whits be necessary to aid the user in making a employees from cave-ins, structural the dope Is bang ranaetcted. All" that correct selection of a protective system collapses. or from being struck by time the design need oat be at the from the dasa. • memhen of the support system. job.te. but a copy shall be Made (iii) At later me copy of the tabulated tit individual members of support available to ttr Ssa.ary upon request_ data. wklrh idendfiAs the registered f...1 (c) Design of support synams. alu'dd professional engiaem who approved the system* shall not be subjected to loads systems. and other procearv. .proves date. .ball be maintained at the jobsie exceeding thuse which those members Designs of support eystseua shield during construction of tie protsxdve were dr.:gn.d to withstand systems. and other protective %yarns sy.tan. Allen that thus the data may be (iv) Before temporary removal of shall be selected and constructed by the stored off the jobsita. but a copy of the individual members begins, additional employer or his designee and shall be in data shall b. made availiWe to the preceubons shall be taken to ensure the accordance with the requirements of Secatary upon request, safety of employees. such as initialling paragraph (d11); or. in the alterative. - (4) Option (d)—Desgn bye rogistered other structuni members to wary the pua apk k)(2at. in the alternative, profassiona/.ngineer. (I) Support loads imposed on the support system pangn.ph (cU3or.in the ahiaradva. systems. shield systems, and other . (v) Rarnwal shall begin at, and paratpaph (c)(4) es follows: protective'plu s not odlizing Option pr y from, the bottom of the (I) Option (I)-Oasigns uafrrg 1.Opdm 2 m Option 3. shove. &hall be excavaUm Members shah be released appendices A. Card A Designs lot approved by a registered professional slowly sou to note any indication of ' limber shoring In trenches shall be engineer.. possible failure of the nYoetning determined to accordance with the (it) Designs shall be In written form members of the structure or possible conditions and requirements tit lutth In and shah Include the following. cave-in of the sides of the excavation. appendices A and C to Ibis subpart (A) A plan Indicating tie stag type&, , Designs for aluminum bydrau0eabor(ng and ootfiguratims of the aeteriala to be (vi) dare�ng shall progress together shall be in accordance with pangnpb used In the protective system: and with the removal of support systaw (c f 2) of this section. bat If (0) Tha Idmtty of the registered from atcavaaoas. menul.ciuror's tabulated data cannot be professional ener gineapproving the (2) Additional requinmenb /or ' utilized, designs shall be In accordance design support systems for trench excavations. with appendix D. (Iii) At least an. copy of the design (1) Excavation of material to a level no 121 Option 12)—Dnigmr Using shall be maintained at the jobsite during greater than 2 feet tat ml below the Mwwfacttonr s Tabulated Data fi) construction of the proactive system bottom of the members of a suppnn Design of support systems. shield Altar that unto the design may be system *hall be permitted. but only U the , systems, or other protective system. stored off the jobslte. but a copy of the system is designed to resist the tortes that an drawn from manufacturer's design shall be made available to the cuin,laled fur the full depth of the tabulated data .hall ba%n accordance Secretary upon request. wench. and there an no mdicsnons with all speoheauuns, (d) Materials and equipment (1) while the trench is open of a possible ' recommendation.. and limitations Materials and equipment used for loss of &oil (rani behind or below the issued or made by the manufacturer, protective systems shall be fret from bottom of the support system. 1 I. utions 459G3 rarler.l Asltr(eter If Vol. 54. No. 209 / Tuesday, October 91, 1089 Rules and ReSwd L C I C E L L C I CI I I J J I (Ill Installation of a support system shall be closely coordinated with the excavation of trenches. In Sloping and benching iysums. Employees shall not be permitted to work on the taus of sloped or beached sxcavatlom it levels above other employees accept when employees at the lower levels are adequately protected from the hazard of falling. roiling, Shield sysisequipment. ems -•-() Cameral (1) Shield systems shall oat be subjected to loads exceeding those which the system was designed to wllhstand (ill Shields shall be Installed In a monster to restrict later*] or other hazanlout movement of the shield in the event of the appdcadoa of tudden lateral loads. (WJ Employees shall be protected from the hazard of cave -ms when entering or afdnng the areas protected by shields. (lv► Employs" shall not be allowed in shields when shields an being installed. removed or moved vsrticsAy. 121 Addivand mq uir.ment for shield systems used in trench axcarouo+le Excavadoa of earth maurtal to a level not grater than 2 rest (-at ml below the bottom of a shield ,hall he permitted. but only U the shield is designed to mitt the forces caictdatad for the full depth of the nenrh end then in no Indications while the trcreh is aped of ■ possible loss of sad from behind or below bhm bottom of the &M.14 Appandlx A to Subpart P Soil CJaslffmfiao (a) Scan and opplimtim—(l) Scope. The appendix describes a method d dauldCtai sod and rock dspladt based m ale' tad envboc mcis] a eliiI • eel m lW auuclun and a podlwm d tW earth deposits. The spp.adix amuUas datdllaoa, Mks lath ngi tmmnis and d.aanbee soupisul. visual sod manual seeks la ten classifying soda III Applimuua This appendix .pplW whena atopug or bwddy ryslam Is designed to armrdsaos with, the t.yuIrs to ..t lath is 111O6be X11 r method d protection fa omp2Oyw frm cave-ins. This app "_ air sppnr when Webs .Larug (a .ansndma is designed a m.ahad of pwiactim boss a . dos In acrardaoa with appendix C to rhea" P pan iWA and when JomUuia kydr. " boars I. drlpl.d In amtsilanaa "le' appendl. a ma Appmdt. sea. applied If "that proWVv. eye are d adened sad Misoted Ia use hen data greeted to a,sar1sace with the reaplllem.ere Far faith I tmrnlael(cL n4 Use ued at the dots Is predl"toil a the taw d the sod clsatRr system MI IoM u this app.nfl; Ibl D.lsnioone. fl.. ddlnluw and eagles given below are based on. Is w w In pen, U. following Aran". Society I Tatting Metarial& (ASTMI Standards D853-83 nod buses The Unified Sods Garb"Uon 8yelam Tile U9. Dapanmml of Agncldtun flu N. nowt BureCau of Standards R port and skean. CSInC id rfl wo rst a and La wwchahml� cb the pardda are bald tog.tha by k such that ■ asstrt inch u celdum carbons band.elxa aae.pla send be encashed Into powder o Individual soil partcle' by foeer Pre sewer Bag ined Coheirs sail metal clay ( Re soil► a sod with; hligh day mutant. which boa Cohesive seeagth. Cohesive and data mt auml.la sea be aarsysled with vertical ssdosloyes. and Is plastic what moist dry. Cohesive sod It bud to break up ,.it n ktbiu si�lgcsml mhe&ion when sub 4. CmLoaln sUla tool tail. days tilt. toads day, &illy day, day std Wawa uey. Dry .ail are'* sod that du.. nut aahibll visible stand d moisture couteraL Fissured matt s sod matinadefinite I that se of tandeacy to break dory P h*cnu. with Urds nn Wig enrletab acias tensiondal dust exhibits open szeria to at expo.d surfed vsL rod at silt. (o au,nd pojose 1 Pod] with UIW a m dsy emtant. tinnier and has m mhe&in stregth. Soma moist grxoul.r wila nklblt appar.ol mhedoi. G..uu{u wit rental be molded when moist and aumblai easily when dry. Lay.ad mrm meow two a more dlstucdy dJDaent soil a toot typed anaagml m layer. /llrwass aa.ms a w.ekei.d planes In itch a shale tae cumsldaed r. Moist Boil taw a midi dm to whltd a sod toutp and i.ela damp. Muter mbrun soil tan ,tlly be shaped into a hall amt rolled tow small dlemata tbnsda bile,. aunt Maul gruul.r sod that ruutauu .amt mhnln matnlsl will aabiblt stow d mbe.Wn between pasnde'- s sod which Piasuc means a prop.rry .ti,.. the sod sob. dahr...d a molded wntba.i a"Ckws a appreciable volume soil Means a sell in whh3 the voids m flied with warm. yantrd1oi duet V rani ngWr. now. soh, sOa a oes' sarwauaa I. tow .a+y to the Wope sod of lau.awm soak sea p0c.ku ea.wm.m &brier vet... Sul ab"e'pardmr greum meat. to the a pnrpre d Ibis tebpszi. a esaihod Of Ca sail - n4 ioU deposits 1St bia..yd b Loci. TYpe A. type B. sad Type C la dsay..W asLLa d a"bWty. The usl.ea4se tae d.tambwl bated on ass a( analysts of the proportion and perlormanas dtarr;taLLLu of the deposits sod the wdvtsa>o.ndiW laedd.11"aa of piio.ea.f� Synth reel awns salon' .olld mlaaal mall.* gel onto be axraysred with v.nlaJ list" mast I —In La tact while expo.eL Is Sar/yd soar mauu rsL wWrd is m udervvsl.I or Is free se.pin . dm Type A away °"halve suds with en mnginliaad comryn.elve etnnyth oils tan poor squsn fool pelf (1N W'.l •err Faster. boin yyapi.e of ajl,edv• solid an clay. silly M clay, wady stay. City loam and• 'Si son.. urns. silly clay loam and sandy clay loam. Camenwad toile such a cdtcbe and hefdpen an also consldend Type A. llowavct. no soil Is Type A it Ill The soil Is graur.& or (dl The add Is subject to bn�on Erato bas vy traffic pile driving. on St (WI The soil has been prsvtuwly dlsiurbad. or (ivJ The soil Is part of s sloped.Isyrrxd system whom the layers dip into the excavation one slope of tutu hurvanlal la one ionised (s}t'itl a rater, or lv1 The mated) Is subject to other facto" that would "run a Lila be dan,fted a s last cable maksnd 7p. B (I) Cohesive and with m than di of (te d iompr.salve eowoeth ens heal but lose than 1.3 W 044 IY4 a IllI Granular mheslunleM enad wJudtnr mtgular gravel (simile' to awhsd roekL eiIL allI loam, sandy loom and. to sums uses. shy clay loam and sandy day loam (ill) previously d1.iuru.d sods erupt those which would odwrwlee be dead "Type C soil (tvi Sod that matt the .,pmrfmsd aompnesln auenyth at catenate non ntldnmwu to Type A. but is fl..ure'd o subject w vibndou a (vi Dry tuck theI u not .ublc a ls'il Matartal that u pan 0l5 doped. layered system when Us layers dip into the o"vatlon cal slope logo sloop than loin hurtsonui to and vanicel (altth. but only d the maurW would otherwise be Jd Mi lied as Type tL T)pd C lactic (t) Cuhanve sod with on munlfined • mmpr.ealvs strength do! Is! (" kY. I or 1.15.0' doe' (ill Gnnul.r wild Including grant sand and homy sand or (till Submeryed sod o soil from which wale' Ii Irniy ...ping: ce live Sahm.ryed rock that U "I stable. or (VI Material Ins Jop..t layered lye 'till wise. rd layers dip lam the .cuveuua oil dope d lour horizontal to tae vW"h (city V) a steeped. n aae'iYo mew Uihmnfind camptiwu the load per uyr area sl which a sod avld'oil pg to a*iapnest..d It an be d.r.nsined by • labantuy le.11oa or eathalad to Ust Geld ..Ing a pucker penetrometer. by shuub p.naoeum use'. and other mdihuds. Wet sod maths suit that mntaui. significantly more mot.cun than most WILL but m sack a range of valued thin cuh.sivs mstartsj will aleu,p Or hoym to flow rhea vltueled. Granubw rational that wuulu ahlblt whodv. yop.rU. "ban mo'.t will load then cohesive properdas when wed fri meywnawsi l.'Htl CJuasglmuon afsoil and rocs deposits. Each sod and rock dspuslr .held' be classified by a oump.tanl person as Stall Race Typ. A Type LLo TYM C In aasd.n.> wit), the ddlndi.n. Mi lurch in p.rugr. ph fill of this .pp•ndts. 121 earls of clrsalcaiun Tlw du.dliell0a of the depo.lis dud be made booed on the nodes of et toad mw visual and at Ideal ins named auslyus. Such analysed H 4596! Federal Register / Vol. 54 No. 209 / Tuesday, October 31. 1989 / Rules and Regulations ' shill be eaadueud by a competent panoa mini oats described In paragraph (dl below. a in other recognlaod matttoda of ail classification and testing much as Ihusa adopted by the America Society for Teasing Materials, an the U.S. Department of Apiculture taxtunl dardlcatloo system. III V sm / and manual analyve. The visual cad maims' .h•lysn, such as Ae d stud as bean aasptabig m prep v (d) appendix. shall be designed sad conducted to provide .afftcisot quantitative and quslitadw information u may be aacen►ry to dendh property the Wapeelin fame+. sad coadlt ons .flccdx the claaaihcadoa of the deposits. (.1 fcytned syatrma In a legend tryalsa the system shall be d.sIRed in .coadana with its weakest layer. how..,.:. rich layer may be e1assaa.4 u ainddosuy willing a mat'e staple Isy. W. end. a'-- Stable I.,... (sl Reeio.ifimrias U. atta daadlyml a d.pn..L us popwa.. IW ar. sr Conditions Siff.cdag to duataudm champ in say way. the Chastise Shall be evaluated by s compete pc The deposit shell be nduub.d as o.o•.wy to ref." We a.uged "roi.taoraa (tit Acceptable niud and manual fat. — (11 Visual seta V teual analysis Is andumd o deterinlois q'-LlaUve olamaUoa regarding the ...ca.a ace rte Is gamral, Ilia toil adjacent to Ibs .auvaUac the sod forming this tidy 4th. open saraysiotL sad th. mail lakan as •-"plea from aauv.lsel malari@L (Q Observe sampin of Wit That an a...vald and soil In the aids. of the Decavation. Eaim.Ia the sags of particle Dian and the is is live .mot"u of use panicle sizes. Soil that Is pruoardy compowl of Iloi► patmd material is Cheaive matut.l Sod compaa.d primarily of seam--psoad sand cr pawl U pond" materiaL (it) Observe wit as It u aravated. Soil that remains In clumps when nc.v.ted is cab.uv.. Sod that breaks rp easily and does ooh gray in dump 1. paanlu. (ill) Observe the side al the opan.d •xcay.um .rd th. $win an. .dl.c rat to We ®wine, Qad-Ilhe opeump soh ae Leta. asiia weed od,ot. IFm.ad material. If titers'- d sod spell oil a vw•raml Lida the mail mull be aaeur.d. S0. .pans an ..thin of ..avbeg groud cad in msUatluts Of potentially baanlow ii has dais flat Obn.s the "m .dleouu o the excavation and the .¢e"Um itself for .vedaon at aaa.uag swiry said -her underground .aucumaa to tdeseto pmulaJr dte..ubed —it (•l Obr.n the eapea.4 @We of the east.' . Ideality I.ywod •ysna. Pa.ml. ley..d .y.aesse i tdawy U the I.y.e Jape tmweit the a"wnalm. L We drpv. d .Lap@ of the Is y.s. (M) Otwaras the a. ear. —I o them -..-v-a— as' the wiles at the Cpsrd aauvar or evsl.. 5f adios wa.m. astir ne.lA.g lap the ,id. of the eae.r.sn. tae Its. tocaeas of the Isvel at aster ebb. (rill Utwrn that:.. adjacent to lbs encave Ito. and the arse within the aae.r.uua tae ..Mafia. W nbrstim that as .uses the stability d the aauvattw feu (2) Manual tests. Masud analysia of soil granular material To distinguish betweco the samples is cmducted to determine two. pulverize the dried dumps of the Semple qusaUtativa u well u qualiudn properties by hand or by stepping an them. If the clamps of sad and o provide "tee talurma000 " d not Cohesiveuwith 6swm� Ufll msi.nhl is they pulverise order o dasady sod properly. III Plasticity. MoIJ a motel or wet sampls sell Into very sm.0 bngmanu. the m@terid ball •rid attempt to rod it lam is gramal". of --:1 into a thnaals as Ihip as ibinc6 o dl.mals. Cobsrva auunal an be sort. }oLexrat la lab o tbnada wilboat aumbliN• P U at least a two loch lso mast length d'4 - Inds thread can be held m mme and without leaMg, the soil 4 coheslva. (U) Dry sloaagtk U door and I. dry sod awnblr a W own a with moduata pnsarS lots lodindud Valois of La. powder. Iii. granular lacy coSitna am of gnv.l sand. as still. U the hid h dr7 and falls Into dump Wbard beak W ion smiler dump., but use .m.11.r dump can awn be btokaa up with difficulty. V err be clay In any omboaUS with pawl sand St ash. U she dry Died breaks anro dumps which Jo not beak op Into .mall dump. and which can only be brol.0 with diffr"Jty, and thus b o0 vt.ual oahcaUaa thS WJ I. flaunt the sag msy be c i $red udlasurnl (W) Thumb paawation. The thumb psseralio met clan ba used to ..Umate LIDS xacoafiws.i wppsnwve month of cohesive Ws'., f(hia ta.l is based um die thumb peamerattss tint d..rnbed to Amartcas Smary for Ts.tlw sad Matari. s (ASDA) SI.aJ.d d5aq n ..as D:Am—'StanduJ Recommended Practice file Deuripnao of Solis (V'---' . i--us' Ptucadunl'I Type A "Oda with an marmfned cn"pncsivs aln.Ilk d U cal can be r —" 1y y andanled by the thumbs hr-. a they cas be peoavat.d by the thumb only with vary gnat Allen. Type C mods web an uaccrlfmad unimpressive stnnith al ah cal cast be satin paneic.tad save! Inches by the thea4 sad can be molded by IIdI .War pnetsa Tlua leer should be cowbr"td on an undi.tab.J soil sample, such as. loge clump d .pmt' a 5004 as practicable .his .mv.uun to L"p to a alm,Oum the effects at .apu.as tea dryun teauamaa. U this ."+..thin u Late$ $sped I. swtuae ULRus - - (rauL Pma°odk the daatacatlm of the wU must be chastised U tte Utweaa••IINb Mn. Eauw.re d apsnnan.t meprvuvs .ts%Ih d mods can .lam is dresmad by ter d a purist pewuo.u. cr by ague a hens'-upes•tad ehcacvan. (vi D7sf taeL The basic purpone ol the drying caw in o dulsontiea b.iwm.a wb.alw a.terW wide faaar. . "related wheat" w.sanal ad granulatr awn.' This ptaadsn fur We dty.W t..l Involves drying a wimple alad that te .ptia...rateiy on. inch Wsi IL34 ®1 and sae a act.. (1124 ca( Ilm•Y tsdl.aatar mW it I. iharourhly dry: (Al U the .ample develops c.wcka sail drise 'rrgraae Cuame an aaltut.d N1 SaspL. that dry .4th.,' aecilng as to la. buhon by Lead. U conal.IW.b4 ha.t n.c.saery w beak a a-"pl. lb. «cat Lee Appendix B to Subpart P sloping and Bitching (a) Sep and application. This appendix contains specifications (of doping and benching when used as methods of protecting employees woekirg in excavations I:om cave - Ins. The requirements of this appendix apply when the design of doping and benching pruleetivs system. is to be performed in aitordana with the regwnmeno set forth in I Itl'mm6Mbll2U (14 Definsima Acted slop ®am the glop@ to which an eacavauan (eta I. sacavaud- Disu... me.ru that N@ sod Is In a condition when a cave -cat is Immtncal of Is likely to occa. Digital@ to .v,Juncra such phenomena as the development al tucuies :m N@ Ices afar adjacent to in open eScovauun: the subeWenca of the edge of en excavuwn; th.'dumplW of malenal from the lace or the bulging or heaving of outenal from the bottom of an exc. vain: the apatbng of material boa the l.c. of an s.car.uon: and r.velbng- La.. sin.0 amuuuu of tmtend such as pebbles tee little dmipa of material •suddenly separating train the face of an excavation and Inkling or rolling down Into the a'iuvaoa . Maximum allowable dope means the nteep.sl tfrrltrr of an enesvauon (cc. that Is acceptable but the must favorable Alto conditions as peot.cuua egsan.t cave-ins, and is expressed as the nun of honauulal 41.1 ens. to vorUesl me (II:VI. Short term npocwe mast. a period of tine Inn than or equal Io a haws th1 an excavuuon a open. let AequinmttlLa -(ti Soil efuaibcatien Sod mud rock deposit. shall be classified in accordance with app.ndia Ate wbpan Put pan Ian. 1x1 Mara olaWobk dopy The gnaioa....iL his al/pa for a sod a rods depesd shall be tWlwmsmd from Table l-i alibi. spptdl. III .i uual dope. (Il Tb. actual slope 'bill nor be naplr than the maxmua alluweble elope. (iii The accost slope .ball be Ina imp dui the mutlam allannhie slops. when then ns stye at theater. U that u?W tie asses$. the slope w." be tail back to atl .crud sop which u at lease S bonwntal to ono vertical ISUtIV1 loss Di.p than the muunuw a11awabls slap. . loll wlsn swdum bads hors stated mssenal .r egwp c u. op.nting equipment. of baine an prevent. a 4ila lwlLilt ptrwie .hall detaraL. the degree ta which Ii. I acit•al stole muses tie r.rl..ced below the wa.s tea Jlaw.ble sluiw. and shall anon trial Duch r.du:uon A. adueta.L S..rcherge pads Ina adjacent aaucrural shall I. evaluated in aruNance wish I IY:a.illrk (11 Cai/igwumna Cuunaalto4. of coping std b.aJaun sptico.s alaall be in ecwrdauu wath Firuse ILL I I I I I C I I I J C I I H I I I 1 LI I I I C I Federal Register / Vol. 54. No. 2O9 / Tuesday. October 31. 1999 / Rules and Regulations 45965 TABLE B-1 MAXIMUM ALLOWABLE SLOPES _.- SOIL OR ROLY TYPE MAXIMUM ALLOWABLE SLOPES(H:V)(11 FOR EXCAVATIONS LESS THAN 20FEET nrrp 3 STABLE ROCK VERTICAL (90`) (53`) TYPE A l2) 3/4:1 1:1 (45') TYPE B l's: 1 (34 ) TYPE C NOTES: _- .-- II. •Numbers shown in parentheses next to maximum aflodable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. A short-term maximum allowable slope of l/2H:IV (63') is allowed in ' 2. excavations in Type A soil that are 12 feet (3.67 m) or less in depth. Short-term maximum allowable elopes for excavations greater than 12 feet (3.67 in) in depth shall be 3/4H:IV (5)'). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. 1 Firyn 8-. slope Cmaluraton. lA9 slop.. stated below an in the horisoaul to vertical ntul 5 -Li Acmwuons mode in Type A' 1. All simple slope excavation 20 feet or lees In d.pth shall have a ma+tmum dlowebls dope of 3'.:L 1 I 20' Max. Al 1 3/` 1 Simple Slaps—G•o.ral Exception: Simple dope excavations which an open U bun or less (short arm) end which en 12 meal or lost in depth shall have a maatmum allowebl. slope of %:1. I r1 L 45988 Federal Register / Vol. 54. No. 200 / Tuesday. October 31, 1980 / Rules and Regulations 12 Max, l • I l/2 • Simple Slope —Short Term 2. All benched @%ovations 20 feet oe lees in depth shall have a maximum allowable slope of Ms to I and maxlmum bench dimensions as follows• Simple Bench 20' Max. S' Max. L' Max. Multiple Beach 1. All excavations $ fact or less in depth which have unsuppcnsd vertluay sided lower portions shell have a maximum ventcal side of 2S4 feet. t ' Federal Register I Vol. 54. No. 209 / Tuesday. October 31. 1989 If Rules and Regulations 45967 i 1 3n. 8' Max. 1 I ______________ 1 Uuaupported Vertically Sided Lower Portion —Maximum a Feet In Depth 1 A0 axcavatiana ton than a feet but we man than u feet to depth which unsupported vorticaay..lded lower portions shell lave ■ ouximum sllowab4 slope of 1:1 and a m.dmum vsrtcal side of 3% 4.L U I I I Li 1 I I I I F I Uneupport.d Vertically Sided Lower Pardon —Maximum U Feet to Depth All excavations ID feel or Ina to depth which have vertically aided low.. potions that ar. supported or ,M.tJad shall hays a me umum atlowsbl. slap. of 3'.:i. The support or shield system must extend et lust IS Inches above the cop of the v.rucal side Support or shierd i20' Max, vertical side Suporlad at Shielded Vertically Sided Lower Pardon a All other simple olope!campowid slaps. and vertically aided Worse portion exuvxaon. shall be In accordance with the otht options parmut.d wider I lemeel(bl. I 8-12 Pscay.uona Med. In Type B Sod 1. AB simple slope excavations 20 feet or Ine In depth shell hove a muimum allowable slope of 1:1. I 45968 Federal Register I Vol. 54. No. 209 / Tuesday. October 31. 19B9 / Rules and Regulations simple Slope 3 All banded exravatiow m lost or less In depth than have a maximum allowable slope of 11 and maalmum bench dimensions ss 1oUows: This bench allowed in cohesive sail only. ' l 20, Max 'In. • Single Bench ' This bench +tt•'wed in cohesive suit only a. a :0' Max. a, I 4a G' Max, Multiple Bench '• l AU acavadona m fed or Ins In depth which have vertically sided bra ponioos shall be skietdd or supported to a height a Init 1e rd.•e drove the top of the venicaf aide. All such uuvalone Asti have s am Jmum silowebie stop. of 1:1. I I'111eeda , October 91, 1989 ! Rules and Regulations 45969 v.J__.l WaAela• I Vol. 54, No. 209 ! i ' \ Support or 10Max. 1 shield aystetn I in a` 9" Min. Total height of vertical side iVertically $1dod Lower Poidan L All other doped axcavadoos .'fl be to scoo dance wttL the other options permitted In 1 ta2a.a52(b1. ¢1.3 £aravetioss Made in Type C Soil L Ali simple dope exravadoaa 20 fast or leas In depth .bell ►ay. a m"Loum sllowable slope of 154:1. H I\. 1 20' Max. l4 1 I. Simple Slops 1 AL exsavadnoa 20 feel at leas to depth wbich have vvtlutly stdid lower portions ebaa be shielded or supponsd to a Might at (sort to tocbn .bore the top Of the vertical olds. AL sutb sxc.v.dooe shalt have a maximum allowable dope of 154:1. Support or sI hield system 1 1 ty l8 Yin. Total height of vertical side i Vertical Sided luww Purdue I ' . AL ether doped excevatlow shall be b eccordanee with the other options permitted In I ls2La62Ibl. 11-14 Pauvatlom Made In taysrvd Solls 1. All excavation 20194, ar bas In dsptb made In layered sails $h.lt bane a soaxlmum allowable dope for each layer as cat forth below. C 45970 Federal Register / Vol. 51. No. .209/ Tuesday. October 31. 1989 J Rules and C OVER a c OVER a Federal Regular / VoL 54. No. 209 / Tuesday. October 31, 1980 / Rules and Regulations 45971 I A41 5 At I. A OVt:R B 1 _ — --_— — _ _A _41 — c / 1 t4 ' A OVER C I I 8 �1 C 1 l. B OVER C L All other sloped eiv:avation. Ash l be Io occordanc. with the other options permlued in I lllmes2lhl 1 Appendix C to Subpart P fool lag ml In depth Thee eppeadte mute be ey.l.ma moat be designed In accordance with used when design of timber sharing the requinment. wt forth In r IO2&t'2(b) Timber Shoring for Trrnchea pmt.cuve systems le m b. performed in and 1 102 0 6121c1. s accordance with with 11p2LaS21dI1 .Other Ll stop.. Thu •pp.ndbt wnulna lbl So ! Clwa,%ieovon N order law• Ih. information that can be used limber shoring a timber shoring wrdlpurauuna: other systems dais pniun.d m this appendthe suit tyr Is prodded u a method of pmtseuon from of support suchs hydraulic end pneumatic or types to which the eacevatlolon is mode uw ms In bench.. Nei do not uce.d m systems, and other proracuw systems such a u sloping, benching, sheidtng and tintingmust hni be datrrmmed user the and 1 acv'n Fedaral Resister I Vol. Si. No. 209 / Tuesduy. October 31, 1989 I Rules and Regulations ' clanllutlon method wt lush In appendix A as of subpart Pot this pan. ho fcl Pn.sntclion of Information. Information b pn.enwd hi svanl forms as follow$: b Ill hdonnadoo Is pnaantad to nbular loam di in Tables C.4.I. C. -I.2. and C -IS and Tables C -Li. C -U and C-11 Following puagnpb lid of the appendix. Each table preunu the minimum six., of Umber membsn a tau In a shoring system and each table contains data only for the pulicular soil type in which the excavation or portion of the ex"vston is I mods. The dale an enangad to allow the a user the Flexibility to select from among nl evsacceptable configuntona of members bend on varying the honxonial spacing of the eroebnce► Stable lock is exempt from sharing ngwremannnd therefore. fo. no data an pnse0led for Shia condition. Ill 1nlormadon "licernirq the basis of the tabular dais and the 4mlleuans of the data Is presented In psnRVsPh (dl of this appendix. and on the tables th.mwlvaa. 131 tnlormntiun explaining the rasa of the tabula data le pn.anl.d la parsgrapb IS) of this aopendis. (e) Iolomaton Wustndn$ the ass of the ubulu datais pnsem.d In paragraph If) of out epp.odu• lit Mlacellaneotta noisdom ngudblg Tables C-tthro ugh rough C-1.3 and Tables Ca-LI through C-2.3 am presented In peagraph let of this Appentta (dl Basis and limitations o/ the dotar(11 Dimensions of amber members. (l) The ii..' of the Amber members listed In Tables C - I.) through C.4.3 an taken fromthe National Dunn of Standards INDSI npof. -Reeommnded T.duue.l Prov.sion. for Cons"cuun Practice in Shoring and Sloping of mach.. and Excsvetlon►" In addition. NUS did not n"mmand epectfic "in of members member sizes an based on an naly as of the sizes required fur use by emting cod., and on empirical practice. (iii The squired dimensions of the members 11.1.•1 m Tablas C-1.1 through C-li actun refer to al d.m..aru and not nominal dlmeMJama of ma timber. Employee waotung to taw sim norJ aas lshadmil an directed to Tables Gil through C -fl a Lave Aide chublead er ader I tozaoazlcl(31. and an referred to The Corps of Enpnsers The Bunts of Reclamation or date Inm otkn acceptable sources. (21 limitation of application (1111 Is not te Innded that the tambour Shonna specification apply to every sltualloo that may be experienced to the field. These data wen developed to apply to the situations that are most commonly up.rienced In current trsnt ping precrics. Shoring systems for taw In eluuiona that an not covered by the data in this appendix must be designed as specified in 11111n.a321cl. fill When any of the following conditions Sr. pn..nl the mrmben epecaled In The tablet Sr. not er carwidsd adequate. FJIMe ass alternate umber shorin"�g iysl. s mull be designed or another gp y. of protective system designed to ac"Nl snu with I IaAs2. (At When loads imposed ure by stcucs or by stored material adjacent to the Inndt weigh in exceed of We load Imposed bye iwu-la.l suit surchurme. Ilia tem -edjncenl- used hen means the cite within ■ nzontll distance from Ihe edgee of the tench equal to the depth of the trench. 181 When vertical loads Imposed on cross ricesaved . a 2<o.poungra dgravity load siribut.d on a ons-foot sction of the center d the croeabna. ICI When surcharge loads an present from lulpmmt weighing In aaceas of 2o.do0 pounds. ID) What only the lower portion of ■ punch Is shored and the remaining Portion of he trench Is eloped at benched unl.sL The loped portion is sloped al an angld less sleep tan lbrw horizontal to one vertical or the members an Selected (rum Ihs tables for use e a depth which Is determined (morn the top of the overall trench. sod nut Iron the toe of tM sloped portion. HI Lire of Tables. The memb.n of the shoring ayatsm that an to be selected using ads informatun an the cross beacss. the uprights. and the wale'.. when wale are rvqutr..L Mlnlmum eieu of member. en epec.Aed lot use in dtllarent typos of set. Thom we six tables of infomtrifor much sod type. The sod type must fint ha d.rennunad in accordance with the coil desatfl"nan system described in appendla A to aubpan P at pen 1a26. Using the appropriate table. the selection of She size and .pacing of the initiation it then mad. The selection is based an the depth and width of the trench wham the members aft to be installed and in most instances. the selection is also based on tier horizontal Spacing of the aoebraaa. butane when a choice of horizontal 1p.ctnJ of croubracmg is available the hudzant.l spacing of the cronbr.cea mull be chosen by the seer bc(.y. the size of any member can be determined. When the sod type. the width and depth of the pencil and the horizontal spacing of the croubnucs are known the aua end vcniul spacing of 1110 crus$braccl. the size and vertical spacing of the woks. and the size and horizontal spacing of the uprights can be mud from the appropriate table. (fl Exompin to Illustrate the Use of Tobin C -l.: through C-).3. (1) Eeampl. 1. A trench dug to Typo A .oil is 13 feet deep and Ave (art wide. Prom Table C -Isle for acceptable arrangements of limber can be and. Splico 2xa uprights a rve Ictt horizontally. Arroryemenl =a Span 6:<a crosibraccs at 12 fact borizontally and lout (rot vertically. Space lOx 10 wales a1 tout (tat vertically. Spumes 3xa upnghte at six feel horizontally. 121 Example 2 A trench dug In Type B soil in 13 feat deep and five feel wide. From Table C -t1 three aeteptabie engagements of members are listed. Arron%emant =f Spa" axe eroubraeee at six lest horizontally end An irel ven:rsl!. Spate aza wale at fire lest verncail'. Space 2xa upnghts at two Ices horizontally. A rruryement =2 Space exa crossbraces at e:vhl Oct horizontally and lire fact vcri i.l!y. • Space lay: 10 writes at live Feet vc:I:.aat. Space 2xa uprights at two feel horizontally. A rvnyemant =3 Spa" 14$ crosebrcces a110 feet horizontally and five feet vernally. Space l0X12 wale. at Ave feet vertcafly. Sync.: x6 uprights at Also Ir,l verliea°)'. PI (ample 3. A trench dug in Type C soils 13 feel deep and rive feel wide. From Table C-1.3 two acceptable arrangements of memhen can be used. Annnge.I1111t i2 Spec. SX$ aouln"i at six feel horizontally and tour feet vertically. Wales an not required span 2xa uprights at six feel horizontally. This emngtmenl is commonly celled "Skip shnnng." Anony.mant 12 Spa" 4Xa aaubncel at eight let horizontally and four feet vertically. Span axes wales at four feet vernallly. Spa" 2x@ uprights al four feel bonzoncdly. Arrangement r3 Spa" aXe erosebr.cee at 10 feel horizontally and four feet vc:licully. Spsee ar10 waits at hint feel vrnicully. .Irmnyrr..ant CI Space axe croabraeei at six feel horizontally and five feel verilully. Space lox 12 wale$ al rive feet vulicJlly. I'.oumn 2 i.e uprights is dolt) Ir.el':rr as possible. If water must In retuined use spe.:ial tongue and groor. upn�hta la (,,rm light sheeting. Armngemrn! f2 Spa" lx 10 eroubrsces at eight feel honzonully and five feet nrtmcolly. Space 12x12 welts at fee feet rerl,ra.11y. Position 2X0 uprights in a class sheeting eonficureliun unless water pressure mull tic resisted. Tlthl shooting must be used where water mull be retalnr,L ti Example.. A trench dug in Type C soil is 20 felt deep and 11 Goa wide. The Sian and rpuceng of member. for the section u1 irenkh that is over Is fact in depth is determined using Table C- 1.3. Only one arrangement of niembers is provided. Space axto eroubneea of fix feel honzonully and Art feel venicully. Space I2X12 wan at five feel vertically. Use 3xa light sheeting. Use of table. tries through C-.3 would follow ASIA same procedures. ! let •Vm:ci fur all Tables. 1. Member ailed at spacingf other Than indicated are to be descrminti as spec,Aed in I IWnb32(Ck -Design of I'rnlretiee Srarmf I Ti I [Li I 1 II U Il I I I 11 Federal Register / VoL 54. No. 209 / Tuesday. October 31. 1989 / Rules and Regulations 45973 I I I I I C C I ri I I I I t When condldons an saturated or submerged use Tight Sheeting. Tight Shioting refer to the use of spaclally-adaed timber planks le.g, longue and s move) at but hr.e inches thick elect shoot piling, or similar construction that when driven or placed in position provide a tight wall to emrt the latenl pnaaue of water and to prevent the loss of batiall matanaL Oasis Sheeting ruin to the placement of pladu std. -by -.td. allowing as Lids space u possible b.twaan them. 3. All spacing indicated Ia measured center to center. 4. Welee to be Installed with greater dimension boriaonul. tl. tf Wa vertical distance from the canter of the lowest amubnce to the bottom of We tnmb &Kraals two and on. -half tent. uprtgbt shat be firmly embedded ore mudaW shat b. u.«1. When uprlghis an embedded the vwui distant, from the senior of the lowest cnubr.ca to the bottom of the trench shall not exceed 36 mchaa When mudjUl. an used, the vertical dlstanca chill not exceed 42 Infra. hludsills an wain that an insisted at the too of the bench side. 6. Trench tacks may be used in lieu of cr in combination with Umber ao.sbraces. 7. ptecamani d ooubuces. When the vertical spacing of aoubracas Is four feat place the top ov..bna no most thin Iwo feel below the up of the uanrh When the vertical spacing of cmcabracu Is five feet. plane die top aoeebnce no mute than ig fast bnluw the top of the trench s.ua a tame elan N I 45974 Federal Register ) Vol. 54. No. 209 / Tuesday. October 31.1989 J Rules and Regulations Z 14 4 N 4 iC 114 14 K _ N N O N b O H S x W W IV J m r7 G K a O _ -oIll • ^ • in Y it K .0 C X a • a C n n n o 4 _ N o v z � c ..• a H- W 1 . 1 9 O 1 • ; f v f f f f - r r • u a a v N •w .+ r N 4 d a W O O G O C - 25 Ida N z "! Q K Co O K C G a0 6 m C H r 4 N� `� a m — C L a a a a • G 2 _ • = n •.•z_ I at •� z 1� — W C — ♦ rt U W f f f f f f C f f f , u41` xo -'0 4 I 14 4 InC r o •n O •C 10 10 .D .G m m m - C •.• U N r 0 r N z in K M a[ •0 at T[ it iO K 1r 0) K • a .o .o .o W .o .o W m c r c C 2 a° O — H I it W .0 it it 10 d ..l m m m co m cc t u 6 K 34 K 14 Y n a[ u K t[ 14 r. } U W Ki •.] .0 •..• u: J .J J d r z C W .r -I W U S O T Y C W C.-) H 10 .r` 10 10 10 .0 .0 .O .0 m r a ax x art •4 s4 r1 1< r 34 >r K 14 M a 1 •J W .O W •V .1)C C 0 o a Y� C = C J u a x G I• O i d 1- N =0 r v it b v 10 in .0 .0 .0 m m .� J LI .O 14 1< !c K 14 Id Y M 14 M M / J C S L f f f A f f V% 10 W m ? W e- c. •O C in it .0 10 .G C C • IC C 1[ 7K.IIC- K Y[ - M K K i4 0 W > 0'.) o , •0- O •J J N z O O O O O a O O O O O -a - - r W H H r H 1•.• H H H •••• H H .n O U W • N .O C O N .O G O N G 4 Y. a a 0--0 a &e-&-0. >a as —a. W S S ^ C H W H W O a 0 O 2 W .n O •^ O O O O - - > .� Fednrnl Register / Vol. 54, No. 269 / Tuesday. October 31.1069 / Rules and Regulations 45975 I I I 1 I 1 I I 1 I • m N Y U W W J a N t o W — N a v pW a — 6 I-. N N - 2 s J 1 X 1 V.. F 0 2 i N 0. U u d W .. F N U 2 M U N 1<-• O N In x — h O 1 .O 2 S W PI x X H X U W N - W W a a. a m p 14 w N N 14 H N N N ii N .O •O •O • X X X • Y u n n n 2 .•. U 1~•1 M N in in in M in in W< W �y v W < W a. O O O N O N N NZ r X X X X X X H N N .o m O C O O O —r- 2 F a U W in in N N N •n r I N M W < W y 6 N _ I -.C O O H .0 m m m m m - - .n M }t X X X X X X 0. — .o .O .0 .0 m ft, m O IaJ p O F., N .0 m m m m C m m — W — X X X X X IC X H Ian. .o .0 .O .0 m t l0 m 0) VJ W O u I-• b •o •G .C m m m W P V d m d J .O 10a .X1 m ~ O .0 14 X X k X X X U L v .O •o V .o C .o m m o p JI d .0 d N m m m m m v '0 '0 . .O '0 .X O~0 W u .. p e 0 o o 0 o -o p o 2 p. 4- 4-.0 a - I -I- F. F. 4- ~ a U W •O Y .0 O io N t— U L W 2 W W O W O W W M 0 O O O in N IC O >t'. F - - .. - - F N p 45976 Federal Register / Vol. 54, No. 208 f Tuesday. October 31. 1080 / Rules and Regulallona , • Y Y1 F I. 12.1 L U -44 o W Y K N W m _ h- w t v n = N — U - 2 a S H 1 N U O z m O N ■ 0. S U U W W H 0.>. K W m '-'In v 2 U N d Y N u O 12 4-.') p N Uxta W .• Wk. J a O � O 1 W • - N •C •e .C •C .C `O O • O 11< N x N N N N 14 0 1 U W U S •2 W We N ,. N Y1 •II M W N-, o .2 W p N N N N N~ m C N O N N v •2 W< N M h N Y1 W >6 I- - N O O O O O O N CC — — — •' CC CC O C O O — — — W G a V WI- CD C CC N 14 x % 14x — m m CO CC W in— WUo O O O K 2 t• CC CO — m 3.4 14 H W tl m b N m N O o 0 ac O N m — m U 'O li 1.1 14 x x x x y Y> CC W m 10 W t O O •-. 30 p p O t. C CC CC - CC - • - x 1• N x x x .0 m CC CC m m — W 4- ~.0 7 ~ I-. 4- 4-O Y F m 4_ Y Si Y Si 6 U W ,0 Y✓ Y✓ Sea Y Y u Y✓ O< W — S. Y O L A. • O Y O O. Y Y O Sic W N O W O 442 > > N l N i N N 2 N 2 0.1r 2W O 'I '^ 0 O u 9 W u 10.. — •n I- ....� — N W J N G fL Ir 0 u I L I I I 1.1 I I Li I I I I i I I I I I I I I I I I I I I I I 8 Federal Register / Vol. 51, No. 209 / Tuesday. October 31, 1089 / Rules and Regulatlons 45077 0 2 - m X U v a •a O- O )O K K K k 2 V V V J O N N N m J W V V O 0 m O � J V .O •O N < v r 14 X v N 0 .a .o m H •• U M n •i o 0 0 M Yw W v •QU Ov Oc O LII> b1. iK 2 V V 2o � V V V V V V v N W o O « Oa w OP m m OP O O N N 2 Y 2 X 21 m m 0; Y m N X m X X X H X X m a m m m u z a --'- o W . W ► v V '• V V V V V V V N V • K bd K x K H b .0 m m V V )0 K •0 K •0 K N J =S. )O •0'0 .0 •X9 ' W r O 4 N F K C •0 X •0 •0 .0 •0 .0 V V )O X .0 K X X X a0 = .0 .0 •0 .0 J 'C '0 . W U Q �• 2 K V K •0 K •O V .0 •0 '0 IC .o V V V V K K K K X K X `0 X K = V Y V .0 •0 •0 •0 )O .0 'a' O O s U - F V V •0 vIC K X K K X k b F„ = V V V V .0 X •0 X . X X a 'a C F K K K N •0 •0 •0 .0 •0 .0 C jV V V V M a C X V '0 C J J J V O O F O p IJ C V F. F 1- F F F 1+ F. F i N m F F 2 L L — •0 m O N .0 m O N O 0 W G A. a I- UZ F M �" C F O W '� 0 M O a -- W O I-.-- ________ a 45978 Federal Register 1 VoL 54, No. 209 1 Tuesday. October 31.19&7 1 Rules and Regulations ' h Z U X J i C 1. K 2 J O In K i xu~xu K • W I_ 1.1 V V 0 O O O r ^ K K X X In J J J N ! G 7 n N .O J! .O O i Im d .0 .1 K K K J J J .1%'- M U A n —o W Y• 2 L Y • O V i U I-.-' O N W` M H H H N H H H H; • W > o. a" N Y J Li IN IV N V J O h O O N C.+ r m m 0 m ^ w w ^ 'I. C r ... K K Y. X K X K ..dh m X X m m m o O m o C• a y ' r c. 7 n. w .. Vm IN h U L ^ d r w • l .L •. y1 K U IJ H H H in SiH H H H H W W < Ir m T S= N �•, m (IC < m C r I O c o O V I1 ~ 0' .O .O m m m m m m m c N O w .Z.. .O .O .O m m m m m , I v S W W c.1 N M N h b Ji .O m m m m QI C L� A. W .. S X K X X R Y. X X ��m d m i u m x 0 u y pC W U r C S. •W a u m .o .o m m m m m Y •. y p O K K K X X X X X X O W r J Ji .J .0 .J d .O •U Si O .. .- O act- ] Y r N Ji .e .e .p .O m m m m m V L S G K K K Y. K K X K K Y IE r J J V J ..7 W ..) J W m L G . t ^ O 1O O '4 .D .O .p .O m m m m m w .• •d K K K K K X X X X �• J .. J Y .J J J .J .0 N— - N J W C- 0 O O O O O O •] O .47.....I- r r ^ r r I- ^ r r r i b e ^.-r C O Y .O C O Y .O C O Y Cc O •C u Y J 4'-a Y W a;: S d u L G. Y. Y O L 6 6 4 O L G. L Y o O u S S ^ .a L- % W £401.4 u H O O O O •^ Si. O O > h O XL- r r _ r h O 5. v 1 1 Federal Register/ Vol 54. No. 209 / Tuesday. October 31,1980/ Rules and Regulations 4S979 III LI I II I I I I I, z u N J < I - O XhI. S i 41 V W W W a J � d m 0 J J N , .C ,o .o .o .o O n 14 n X 14 v Cl .r - • a. U a U I.aI U W N M N Si Si N W N = W O N O N N N — �' N m O O O N_ O . u M •+ W 1441.. Si & N N N Y1 d N 11 II- O N m m m m -- J m m 0X0 m m O I -.L O r .C O m m m X x K K X >c .C m m m m m Ux Uo .C ,O m m m N K K K K C. J ,C C J m m ~ U ,o .Y •C .o m m CO x. K x K X X X I- .o u .Y .a m m G 30 •1 .C ,C .C m m m A- X K X K K X .a .C .O .a V m W u o 0 0 O- I - W f I- — I- I+ — — — O+ w.. ... — U W d O Y C Y Y .C Y CCI.. u la Yu Y u Y Y Y W a C. Y O d d 4J0 Y O 6 LO u Y W 410 Y o O N 0- W O I W W O O O O N N O O '40 a " . I- — — I-. — — I-• N >1" I 4S900 Federal Register / Vol. 54, No. 209 J Tuesday. October 31, 1989 / Rules and Regulations I Appendix D to Subpart P Aluminum Hydraulic Shoring for Trenches (.) Scope. This appendix contains Inlormotion that can be used when aluminum hydraulic shoringle provided as a method at proteeuon seawl cave -leis In trenches that do not exceed 20 (wt (dlmi In depth. Thla appendix must be uaad when design of the aluminum hydraulic protectivg system cannot be performed in accordance with I Iu266521cit:1• (iii Soil egret/icatian In order to ass data presented in this appendix. Use soil type u types in which the scavatoa Is made most Brat be determined using the sail classification method set forth in appendix A of subpart P of pan 19M (c) presentation of lit/ormatlon. Infunnedon Is pro"nsd in sevarel Gums u follows: III Information to pnnantad in tabular form In Tables D-LI. D-1.2. D-1.3 and E-I.a. Each table presents the nualmum vertical and horizontal spacings that may he used with venous aluminum member alias and various hydraulic cylinder sues. Each table contain. data only for the particular soil typo in which the excavation or portion @f the cauvsuon Is made. Tables D-i.t end x12 as for vertical shores In Types A mad 8 soil. Tables D-12 and 01.4 are for horizontal wafer systems in Typea 8 and C mull 1:) Utformanoo concerning the buts of this tabular data and the limitation of the data Is presented its paragraph (dl of this appendix. (3) Infurmadoo explaining the tau of the tabular data is presented in pesarr.ph la) of this appendix. 14) utfutmaUon Illustrating the use of Ui. tabular del. Is presorted in paragraph In of this appeMlx- 151 Miscellaneous notations (footnotn) regerdiny Tablo D-1.1 through D-1.4 sea presented in pare:nph let of this appendix. (Ii) Firutee, illustrating typist Installations of hydraulic .honng, am included fuel poor to llu Table. The illususnons p.ge b entitled Aluminum IlydrauUc Shonng Typical Inat.11alaa' (d) Buse and limilollon. of the down III Vertical shore sells end korisontal wales see those that most the S.ciloa Modulus nquucmenls In the 0.1 Tablas Aluminum msetnal is 6061-21 or material of equivalent strength and properties. 1211lydrobe cylinders epedtl"tiara. (1) 1. Inch cylinders shall be a aunlnum I -Inch inside diameter with a muumum sate work) capacity of no Isn then ILLIM pounds axial compn.s.w. load at maximum .xtenalot hisaimum extension 1.10 Include lull rang. a cylinder extension. a recommended by product menWaeunr. Ilii 3 -Inch cyllndem shall be a minimum 3 - inch inside diameter with a "fs working cep.ny of not h" then SL&C pounds axial cuepr.s.iv. load at .#tendons me recommended by proafpet m.nulactunr. 131 Umsadun of .pptiuuon. pl II te not Intended that the aluminum hydr.ulic tpeedtcallun apply to every situation list may be experienced in the field. These data wen developed to .p(dy to the .iluulma that are most commonly experienced in current trenching practice. Shoring systems for use in situations that an tut covered by the dsts in this appendix must be otherwise designed as specified In (II) Witten any of the following condl lioru an.prveeol the mvmben specified to the Tables an not considered adequate. In We can, an alternative aluminum hydraulic alluring system or other typo of protective elitism most be designed in accordance with 1 19'.0.651 (Al When vertical bads imposed on croes braces exceed a too Pound gravity load distributed on a one loot section of the center of the hydraulic cylinder. (➢) When surchatgs loads are present from equipment weighing in excels of :At1t31 pounds. • IC) When only the lower portion or a trench Is shared and the remaining portion of the french Is sloped or benched onlose: The eloped portion Is sloped atu angle less soap than three horizontal to one vertical' or the membm an selected (rum the tables for "a at a depth which Is determined from the top of the overall Innsh and not from the too of the sloped portion. (a) Cs. of Tublaa D -I.2, D-12 D -W and t -t.t The msmhan of tits shonng system that are to be selected wing this infurmsuon u. the hydraulic cylinders and either the vertical shores a the horizontal wale. When a wailer system is used the vertical ticibcr sheeting to be wad is also selected from thee. cable. The Tables D-1.1 and D-11 fur venial shores are used in Type A and U mile that Jo not require sludlng. Type 0 soil. shot easy require sileawg. cad Type C soil that always require ane.uag an found in the honsuntal wale Tables C-1.3 and 0-1.4. The soul Type must full be determined in auonlance with she sail dessihcauua system described in appendix A to subpart P of pan 19211. Using the eppropnste tattle. the selection of the seas and spacing o11he members b made. The selection is based on the depot .td width of she stench where the otmb.n m to be utetelled. In tits" tables the sweetest spacing b hold mnuanl at low Iwl on "near. The t.blse show the atutmanl horizontal spacing of cylinder. allowed lot each sea of wale in the wale system tablet amt in the venial *home tables. ins hydreulm cylinder honaonwl spacing l the memo me th vertical shore spacing. III !sample cat fl:utmle slit Os. of IA. Tables' III F ample 1: ng A trench dug In Type A soil b 6 lest deep • and 3 lost wide. From Table 0 -it: Find v yiirsl .hues and I inch diem. we cyllndare f spaced a feet on center lull honaontaliy .n 4 feet an unlit foal vertically. lice Figures I a 3 for typical Lutatl.iiona.l (21 Eumpl. L A trench u dug in Type➢ sod that don no socdn slavering. 13 Ile deep and S fM wide From Table D-1.2 Find vertical shun. and a such diameter cylinders spaced @.3 led a.c. horizontally and 4 feet D.C. vertically. (Sc. Figures I a 3 for typical iustallatiuu.J P1 A trench le dug In Typo U soil that does act require sheeting. bug Jose e.prrenee wine minor raveling of the uaucl, Lace. Th. trench tilt leol deep and 9 lid wide. From Table 0 -IL Fluid vertical shares and 2 inch diameter cylinder (with apeciul oversierves as designated by footnote a:1 spuced S.S lets o.C horizontally and 4 feet o.c. vertically. plywood (per footnote (g)(7( to the 0-1 labial should be used behind the #hurts. (See Figures 2 A 3 for typical Installations.) (4) Example 4: A u.nch is dug in previously disturbed Type 8 moil, with characteristics of a Type C sail. and will require sheeting. Tile bench b 16 foci deep and 121oci wide. 9 lout horizontal spacing between cylinders is excised for working space. From Table 0-1.3: Find hunsontel mush with a section modulus at 14.0 spaced a 4 feel o.e vertically and 3 Inch diameter cylinder spaced at 9 fret maximum o.c. honaontally. 3x 12 timber abating is required at clues spacing vertically. (Sae Figure 4 fur tppicel lnsulluloal 15) example 1 A trench Is dug in Type C wd.9 feel .Thep and 4 led wide. Itorlonlai cylinder spacing in excess ola feel is desired for working space. From Tobin 0-1.4: Find horizontal wale with a section modulus of 711 and 2 inch diameter cylinders spliced a 6.5 fast o.e horuontally. Or. find hurizuntul wale with a n.0 escuun modulus and 3 inch diameter cybr.J.r spaced at 10 feet D.C. hortsontally.tIoth wales are spaced 4 feel at.. vertically. 3X 12 Umber sheeting is required at close spacing vennally. (Sc. Figure 4 for typical lostsllatiun.l tg) Failwtn. andgentro/notes. /or Tables 0.1.1. - hZ 0-21 and D-1.4. (11 For applications other than those listed In the table. refer to if 19.d.fd2(CII2) for use of manufaciusr a tabulated data. For treacle depths in excess of 20 feet. Mier m 19766321c1121 and I (21 2 Inch diameter cylinders. at this tvidlh. shall :.. siroclursl deal tube 53.5 X 3. X 0.1m3) oonletres. or etnicturul avenleevts of manufacturers spectf:ca:uin. . sutuJing the full cullupaed length. lit I!ydreuiit cylinders rapeteues.:;l 2 inch cylinders shall be a mtatnum 2 -inch inside dtame:ur with a outs wurksap capacity of not Iess than le.lta0 pounds eatd coutpressive load at msxlmum utenuum htaaimum extenann l to include lull range of cylinder an.nama as recommended by pruducl e manul¢rurtr. (it) 3 -inch cylinders shall be a minimum 3 - Inch inside diameter will, a cafe work capacity of not Ine than SI.IIU pounds exist compresuva land at maximum extension. Maximum *%tension b to include lull tailed of cylinder extensions a tecamrncndcd by product msnuhcturve. d 141 Ail spacing indicated is mesmred canter to canter. I51 VsrUca) shoring nib shall has. a minimum section modulus of 0.411 inch. g (at When vertical shwa are used. there sous be a minimum of these slide, spaced equally. Iwnwnially. in a group. s (7) Plywood shad be 1.t.S n. thick softwood or 0.75 inch thick. 14 ply. Arctic while buds (I'Inlend loran). Picae auto that plywood b not intended es a abmetural mauber. but only lot prevcntnn of local raveling (sloughing of the trench Lmcl between $hotel. I I I I I I I C U I EE I I I I I I 45982 Federal Register If Vol. 54. No. 209 / Tuesday. October 71.1900 / Rules and Regulations ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE N0. 1 FIGURE NO.2 W&Av" AL M NATCAI �A••AA• •1WLLi. YOAMA • PIOAAILY L. s 1✓01 Al1AA.Y IIw1y IITwOOI 10MII0NIAL $PACING M0MII0NtAL ffAC1110 / nO VERTICAL flAt A• MA1. '-'wwc 2. OAK. FIGURE NO. 3 v11.IC4 Al1ASCY 4 wfYWLC YA.._ 12 to lw VERTICAL SPACING II MAX. VL 2. MAX. VERTICAL MAIL VT0U.UIJC OLINGER VERTICAL RAIL J�i 1M' VERTIItACIL• FIGURE NO.4 A.... ..10A... c uosw "..IA bS!{Y •I.�r1 ■0SII0ETAL E►ACING VERTICAL MAIL 2• MAX. XT0MAULIC 1 CTLISOEM VERTICAL SSAC ISO XT0RAULIC CTLIN0EM PLT0000 U /RIGHT SNEET INC 1 .1 I I 1 I I I 1 v 1 I I I • ___ __, ... .�. ..• ivu, JWtl / Tue3day, October 31, 1999 / Rules and Regulations 45993 d � - U w 32 0 Q C. a � W O0 C1 O 0 0 m p E z s o N 0 U W u Jnt WO. Z G _UCGW z 0. N< .C Q < VVIi F- U r•C • m U 0 1 F<-xf,oC < -t] J p w f U z P W .. o Si ,a, O. Is. v 0 L o — N .. �7Q.z F o mm ry e m 00 n EE C < U CC .. — — at o0 x c ri C ,a c c • U U Sc-c. U F K 0 tr 0 KO u u 0 u'2 W 4JN1-p Wol"'v, LLJ f -p tY MN� W > a^ >— a— i— a N w 1- 0 0 > 0 n u • 5 O O w f L, 45984 Federal Register./ Vol. 54, No. 209 / Tuesday. October 91.1989 / Rules and Regulations O z a`c 0 N tat m t„0aw O9. AQVZiF-. <z�a F'orO E u d k C C C4 IC C_ b C u 00 C 0 O L N U c C o - N N o m m EE mQ O C x K C O C act l N CsC. 6 D .0 -4.41 O u u N H t. 6--i C v v u u 8 O C Z G Federal Register / VoL 54. No. 209 / Tuesday. October 31, 1989 / Rules and Regulations 45985 I L I IC Z a IC • • LU gn MPncO 1 Lr1 X lil In Z I I I I I 11 I V F n ^ M toj•I < pppv 'C Or N in O Z Z z z Z Z Z Z Z in en in en en en en .r. M G n - a `- O O O O 00 v', O O oc ` 00 a N ,O odd vt ,O a Lit O W N_ ii N ZµjLu„� eV Z '.4 Zµ� Z z 'T.W z z O Z Z t eM1O—NO en cr0 m I NO en in v Lit a - z z z z 0 W O O O O O O N 00 < O > 0< U oo a r v m c h %o a l Q s 3 IOO z z z z z z z z z N N en !V en en N en en gCE ] w V O O 0 O 0 O N O O 0 00 a N •O o0 O h •° a d - — O r, z t O CCa z O O V.' O O vi O O f 1 p — in N a en n v en r- U, H L 3 FC w a a a d 1 U F a a a 0 a 0 O Z w> v O O I— - O 00 l(ry a. > >—g. —w. O lWL O:) O O O O~ > { O • I 45988 Federal Register / Vol. 54. No. ?D9 / Tuesday, October 31. 1009 / Rules and Reguletlons I V W J F 1a O x NyU Uim -C), <<O iI- G 14 ! I i ! I oZ fjj = O N N N < K x t-- ` M fn in N -- z z z z z z z z z OZ r J r -� W w- ^ --- f., J N1 f-1 t�1 in in m in in f-1 Ge Up N ^ V 7 O N O O h O h 00 W �G .c o a vi oo in vj '0 rn 0 i s N ny� �: =• N W net M M L ^ p L zjflz W z zµ1 z z zµi z z fn N Al N fn in N O N O O O x z z z J l.. fjo O 0 ce tj� o h O O N O r 00 < Q < 'G 'G O ^ Q Vl fa r 'G O u } 3 Ujj z z z z z z z z z oo J N N in M in in N in f-1 U O a O C C C o h o o h o r+ o o O -G O v f10 f-1 h -ji H L .zo cjj fA O O h 00 h O O ^ .n n v in n v a1 W I O V lL d U. - O O O2 W J ..OOvnO0 cc lU > ij — O O O O 1 O , 1 f I I I N 'u OL Y EY 1i Y 0 • n x 'f C O S. -( b ci c t b C C C Y Y Y Ii N 4- O Y c M C C • Y w a, I- C b :• el 3 O - ,- r, ^ O 6—b- C CEEt A Y Y CQO t• Y J •0 x x ` b 'f7 u C C C.C.E C.C.. < < 3 u u 00Q O N h G j r - -.__ 0 Y M = G v v C N M Ca -YY° ! 1J Federal Regliler / Vol. 54. No. 209 / Tuesday, October 31, 1969 / Rules and Regulations 45007 Appandlx E to Subpart P—Altamativaa to Tmber Shoring Figure 1. Aluminum Hydraulic Shoring 1x• MAR. VERTICAL SPACING 4' MAR. s• MAX. Figure 2. Pneumatic/hydraulic Sharing 0 )Iu-fli--ui 2V am U- M- VERTICAL RAIL 1TORIULIC CTLINORR OOOOO 45988 Federal Raglalet I Vol, 54. No. 200 / Tuesday. October 31. 3000 I Rules and Regulatlons Figure 3. Trench Jacks (Screw Jacks) ' 1 __________ •j) I 111' f�lff' . jj`` I dl� • II 11.111'�dl'.rt. �f..ff.f. 1 Figure 4. Trench Shields ' • our aooe M -Y< 1 1 Federal RegIster / VoL 54, No. 208 / Tuesday, October 21, 7989 / Rules and dons 45989 Appendla F to Subpart P—Sslecuon of Protective Systems 111. follavMa Itrxna an a graphic .ummary of the t.qulnmeow conislned In .ubp.n P for nc.v.tfons 20 foot or less In depth. Ratective systemi for use In .acavedon. more than 20 fool In depth must be designed by a registered professional engineer in accon.nc. with 1112a.as2 Ibl and 1c4 Is there potential for cave-in? Sloping acre e Co to Figure 2 aeLre sap .r ss Is the excavation more than'S feet in depth? Is the excavation entirely in stable rock? Excavation may be made with vertical sides. Excavation must be sloped, shored, or shielded. Sharing or shielding selected. Co to figure 3 F1r.URE I - PRELIMINARY DECISIONS t 45990 Federal Register I 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 must comply with one of the following three options: Option 1: 1926.652 (b)(2) which requires Appendices A and B to be followed Option 2: 31926.652 (b)(]) which requires other tabulated data (see definition) to be followed. Option 3: 1926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. Excavations must comply withJ1926.652 (b)(1) which requires a slope of 1411:1V (]4'). F[CI'RE 2. - S1.OPINC OPTIONS Federal Register I VoL 54. No. 209 / Tuesday, October 31. 1980 / Rules and Regulations 45991 1 Shoring or shielding selected as the method of protection. I Soil classification is required when shoring or shielding is used. The excavation must comply ' with one of the following four options: . Option I 51926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber sharing). Option 2 ' 51926.652 (c)(2) which requires manufacturers data to be followed (e.g. hydraulic shoring,trench jacks, air short@, chic Ida). I Option 3 51926.652 (c)(3) which requires tabulated date (see definition) Ito be (allowed (e.g. any system as per the tabulated data). I Option 4 .1926.652 (c)(6) which requires the excavation to be designed by a regi■'er•d professional ' engineer :e.g, any designed syste■l. I. . t ' FIGURE 3 - SHORiNC AND SHIELD!NC OPTIONS (FR Dec. as -an, Filed 10 -30 -at a:.s amj our Cow m s ae 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* D2-9 EXCAVATION D2-10 BACKFILL D2-11 SANITARY SEWER REPAIRS D2-12 CURED -IN -PLACE PIPE* D2-13 SANITARY SEWER CONSTRUCTION D2-14 CONCRETE STRUCTURES D2-15 CLEANING AND INTERNAL TELEVISION OF EXISTING SANITARY SEWERS D2-16 RESTORATION D2-17 SANITARY SEWER PIPE CONNECTIONS TO EXISTING MANHOLES D2-18 PIPE JOINT GROUTING AND TESTING * Not included in this Contract. I D2-1 SITE PREPARATION ' A. General 1. Clear areas necessary for performance of the work and confine operations to that area provided through easements, licenses, agreements and rights -of -way. Entrance upon any lands outside of that area provided by easements, licenses, agreements or public rights -of -way, shall be at the Contractor's sole liability. ' 2. Do not occupy any portion of the project site prior to the date established in the Notice to Proceed without ' prior approval of the Owner. 3. Contractor shall be aware of certain requirements by individual property owners as specified in Section F. B. Materials Not specified C. Execution 1 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. Tunnel under sidewalks, curb and gutter, drainage structures and similar obstructions if tunneling is best suited, otherwise sawcut 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 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 I as specified in Section D1-5. 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 Owner's 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 Owner's 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. I H I I I I I I 3) Small Plants and Flowers I 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 I I City of Fayetteville Sewer System Improvements D2-1(2) I 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 Preserve property corners, pins and markers. In the event any property corners, pins, or markers are removed by the Contractor, such property points shall be replaced at the Contractor's expense and shall be re -set by competent surveyors properly licensed to do such work. In the event such points are section corners or Federal land corners, they shall be referenced and filed with the appropriate authority. h. Sodded and Landscaped Areas ' Minimize disturbance to sodded and/or landscaped thoroughfares and areas on or adjacent to improved property. Do not use such areas as storage sites ' for construction supplies and insofar as practicable, keep free from stockpiles or excavated materials. 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 D1-5. 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. I I END OF SECTION D2-1 , I I I I [I [I I City of Fayetteville ' Sewer System Improvements D2-1(4) I ID2-6 REPLACEMENT OF MANHOLE BENCH AND TROUGH IA. General ' 1. Description This section describes replacement of manhole bench and trough. Manholes designated for replacement of bench and trough are shown on the drawings. IB. Materials 1. Materials for Bench and Trough Replacement Portland Cement concrete in accordance with Section - Restoration. ' C. 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 A 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 II 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 Iexisting concrete base, minimum bench and trough I thickness shall be 4 inches. II2. Finishing a. The bench and trough shall be furnished in such a �I 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 'I 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 'II pipe was originally constructed or intended to be constructed in this manner. Care shall be taken to prevent the degradation of freshly poured troughs. II I' City of Fayetteville D2-6(1) Sewer System Improvements I c. The bench and trough shall be cleaned of silt, I debris or foreign matter of any kind. 3. Testing of Bench and Trough Replacements I Test of bench and trough replacements for watertightness in accordance with Section - Manhole Testing. D. Measurement and Payment Payment shall be based on the Contract Unit Price per each bench and trough actually replaced. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, and equipment, necessary to complete the work including removal of the existing bench and trough, and installation and sealing of the replacement bench and trough. END OF SECTION D2-6 L I I I I I I I I 1l City of Fayetteville Sewer System Improvements D2-6(2) I D2-9 EXCAVATION ' A. General 1. Pipeline excavation work shall be accomplished under the supervision of a person experienced with the materials and procedures which will provide protection to existing improvements, including utilities and the proposed pipeline. 2. The alignment, depth, and pipe subgrades of all sewer trenches may be determined by overhead grade lines parallel to the sewer invert, or by the use of a laser. ' 3. Do not open more trench in advance of pipe laying than is necessary. One hundred (100) feet will be the maximum length of open trench allowed on any line under construction. Adequately protect open trenches. 4. In the event hazardous wastes as defined by the Resource Conservation and Recovery Act of 1976 (PL94-580) are encountered work shall be halted and the Owner shall be notified. Work shall be resumed only after the Owner notifies the Contractor. 5. If the specified maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer ' determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such ' remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights -of -way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 6. Definitions a. Rock Excavation 1 Rock excavation is the removal of rock ledges six (6) inches or more in thickness, and detached rock or boulders having a volume of more than 1-1/2 cubic yards and shale occurring in its natural state, hard and unweathered and which cannot be removed by normal hand digging or with a backhoe, in the opinion of the IEngineer. D2-9(1) City of Fayetteville Sewer System Improvements U A rock ledge is a continuous body of rock; which may 1 include interbedded seams of soft materials. Such interbedded soft material less than 12 inches in thickness will be included in the measurement of rock excavation. Such seams 12 inches or greater in thickness will be considered as earth excavations. b. Earth Excavation Earth excavation is the removal of all material not ' defined as rock. Included in earth excavation is removal of existing paved surfaces including but not limited to concrete curb and gutter, PCC pavement, and bituminous pavement. I c. Exploratory Excavation Excavation to determine exact location and elevation , of underground utilities as directed by Engineer. B. Materials I Not specified. I C. Execution 1. Open Cut Method (Trenching) a. General 1 Open cut (trench) pipeline excavations except as otherwise specified or approved by the Engineer. Minimize inconvenience and disturbance to the general public. Sort and stockpile the excavated material so the proper material is available for backfill. b. Trench Depths Excavate trenches to depths required for proper pipe embedment. Overdepth excavation may be required when the subgrade is unstable. Backfill overdepth excavations with granular pipe embedment material, unless otherwise directed by the Engineer. c. Trench Walls Undercutting of trench walls is not permitted. I I City of Fayetteville D2-9(2) Sewer System Improvements I d. Trench Widths 1) The bottom width of the trench at and below the top of the pipe and inside the sheeting and bracing, if used, shall not exceed the trench widths indicated on the Drawings. 2) If the allowable maximum widths are exceeded at manholes, bore pits, tees, and in unstable earth material, provide bedding adequate to develop the required lateral support for the pipe and/or provide a sufficient strength class of pipe to accommodate the loading conditions as approved by the Engineer. e. Trench Safety Trench safety shall be in accordance with Section D1-10. f. De -Watering ' 1) Should groundwater be encountered, Contractor shall be responsible for utilizing a dewatering I system(s) to remove water from the excavations. Contractor shall install and operate dewatering system(s) to achieve the following: a) Keep excavations free from water. b) Maintain groundwater a minimum of 24 inches ' below excavations. c) Prevent displacement of surrounding soils. 2) Form dams, flumes or other works necessary to keep the trenches clear of water while the sewers and their foundations, and other foundation ' works, are being constructed. Remove water from such excavation in a manner that does not damage property. 3) Repair pit excavations shall be kept free of water and sewage during sewer pipe replacements through final inspection. Plug lines upstream and if necessary provide bypass pumps of sufficient capacity to reroute water and sewage to a downstream manhole until pipe replacements ' have been completed and bedding material has been effectively placed and compacted. No bypassed wastewater from the sanitary sewer shall be ' allowed to discharge to natural or manmade surface drainage. Where plugging only is used for flow control, the Contractor shall monitor upstream manholes and prevent excessive surcharge conditions. D2-9(3) City of Fayetteville Sewer System Improvements I g. Unsuitable Soil When unsuitable soil conditions are encountered under sewers below the depth of standard bedding, replace the unsuitable material with granular material of gradation approved by the Engineer. h. Blasting Areas (1) Blasting of any kind for rock excavation or any other purpose will not be allowed unless approved by the Engineer. (2) When blasting is permitted by the Engineer the Contractor shall use the utmost care to protect life and property. The Contractor shall comply with all laws, ordinances, and the applicable safety code requirements and regulations relative to the handling, storage and use of explosives and protection of life and property, and he shall be responsible for all damage thereto caused by his or his subcontractor's operations. (3) Contractor shall provide insurance as required by the Owner before performing any blasting. The governing agency shall be notified at least 24 hours before blasting operations begin. 2. Tunneling, Boring and Jacking (Augering) a. General I Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. All tunnel excavation shall provide an excavation conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. b. Casing Pipe Casing pipe shall be steel pipe conforming to ASTM A 139 with a minimum diameter as shown on the Drawings. Corrugated steel casing pipe will be considered on a case by case basis. 1) Minimum wall thickness shall be in accordance with the following table: City of Fayetteville D2-9(4) Sewer System Improvements I Nominal Wall Thickness - Inches Diameter of Casing - Inches Under Railroads All Other Uses • 14 0.250 0.188 ' 16 0.282 0.188 17 0.312 0.250 20 0.344 0.250 22 0.375 0.250 24 0.406 0.281 26 0.438 0.281 28 0.469 0.312 30 0.469 0.312 32 0.500 0.312 34 0.531 0.312 36 0.563 0.344 42 0.563 0.375 48 0.563 0.375 60 0.563 0.375 2) Steel shall have a minimum yield strength of 35,000 psi. 3) Steel pipe shall have welded joints in accordance with AWWA C 206. c. Cement -Sand Fill 1 Annular space between lining and sewer pipe shall be filled with stabilized cement -sand mixture from end seal to end seal. The fill shall be placed inside casing, tested and approved, in a manner that will not disturb the alignment and/or grade of sewer pipe. Cement -sand mixture used in casing conduits shall be a mixture of one (1) part Portland Cement to five (5) parts clean sand, thoroughly mixed prior to being blown into the opening. Id. End Seals Construct end seals after sewer pipe has been installed and approved. Brick shall be in accordance with ASTM C 32, Grade SS or SM and mortar in accordance with ASTM C 270. I D2-9(5) City of Fayetteville ' Sewer System Improvements e. Wood Skids I Wood skids shall be provided as indicated on the Plans. The wood shall be pressure treated with creosote, pentachlorophenol, or salt type preservative in accordance with APWA C 2. Cut surfaces shall be given two (2) heavy brush coats of the same preservative. , Approved plastic collars are an acceptable alternative. f. Carrier Pipe Carrier pipe shall be Class 50 ductile iron pipe with mechanical joints as specified in Section D2-13. g. Initial Testing , Air pressure, and/or exfiltration test shall be successfully performed on the carrier conduit prior to filling the void between casing and carrier conduits with grout or other material, or the sealing of the ends of the casing conduits. , 3. Excavation Techniques Near Tree a. When working close to trees which are not to be removed and replaced, open cut excavation shall not occur within the tree drip line. Install fence to ensure construction activities will not occur in this area. B. Pipelines which are required to be installed within this prescribed zone shall be installed using a "short tunnel" method. Pipe grades shall be maintained as indicated on the Drawings. c. Short Tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. D. Measurement and Payment Only items listed below will be measured for payment. All other costs shall be included in the unit or lump sum prices for the item affected thereby. 1. If Contractor chooses to tunnel or bore in place of open cut, then no additional payment will be allowed for the tunnel or bore unless specifically called for in the drawings or noted otherwise in the specifications. 2. Exploratory excavations shall be paid at the Contract unit i price per exploratory excavation and shall include backfilling, compaction, and surface restoration. City of Fayetteville D2-9(6) Sewer System Improvements , 1 3. Rock excavation shall be measured and paid for at the Contract Unit Price per cubic yard in place. The trench width for payment purposes shall be the actual trench width or the maximum allowable trench width, whichever is smaller. The maximum depth for payment purposes shall be one -quarter (1/4) of the outside pipe diameter below the ' bottom of the pipe or six inches whichever is greater. Payment shall be made only if standard excavation techniques cannot remove the rock. Pipe bedding required in rock excavation areas in excess of the normally specified bedding is not an eligible pay item. 4. Trench foundation material shall be paid for at the contract unit price per cubic yard to include all excavation, removal of the unsuitable soil, and replacement with approved trench foundation material. Quantities shall be based on the maximum allowable trench width or the actual quantity installed, whichever is less. 1• 5. Sewers in casing pipe, where the casing pipe is augured in place, shall be measured along the centerline of the casing. Payment shall be at the Contract Unit Price per 1 foot of sewer include excavation, except rock excavation, and backfill on the auguring and receiving pits, trench backfill, compaction, carrier and casing pipe, restoration, and all labor and material. 6 Tree protection fencing will not be paid for separately, but will be included in the cost of work items being done 1 in the area affected. Short tunneling will not be paid for separately, but will be included in the cost of work items in the area affected. It is the intent of these specifications that all major trees are to be saved (6" dia. and above). The Contractor is responsible for determining in his bid, what and how many trees may be affected by his work. 1 END OF SECTION D2-9 I 1 D2-9(7) City of Fayetteville Sewer System Improvements I ID2-10 BACKFILL IA. General 1. This section governs all labor, equipment, materials and testing required to properly backfill trenches and excavations around manholes and structures. 2. No granular embedment or other backfill material shall be used by the Contractor without approval by the Engineer. B. Materials 1. Trench Foundations Materials: Three-inch minus river - run or pit -run gravel, free from clay balls, roots, and organic matter; well crushed gravel or crushed rock graded with less than 8 percent by weight passing the 1 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 as defined in Section D2-9. 2. Embedment: a. Embedment material shall be 1-1/2 inch minus crushed gravel or crushed rock, free from dirt, clay balls, and organic material, well graded from coarse to fine, containing sufficient finer material for proper compaction, and less than 8 percent by weight passing the No. 200 sieve. Arkansas Highway and Transportation Department classification "Class -7 Base" shall qualify as embedment material. b. Grit Imported crushed limestone screenings from concrete coarse aggregate, maximum size 1/2 -inch. 3. Trench Backfill: Trench backfill will be divided into the general classification as follows: a. Street Backfill: Street backfill material above the pipe embedment material shall be crushed stone so proportioned as to meet the requirements for a Class 7 aggregate as specified in Table 303-1 of the Arkansas State Highway and Transportation Department Standard Specifications for Highway Construction. I D2-10(1) City of Fayetteville Sewer System Improvements I b. Trench Backfill: Backfill for trenches in unpaved I 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 1. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment and testing for the completion of backfill operations in accordance with the Contract Documents. a. Unless otherwise specified, all sewer trenches and excavation around structures shall be backfilled to the original surface of the ground. b. The Contractor shall be responsible for all damage "' or damages which might occur as a result of the settlement of trench or other backfill made by him in the fulfillment of these Contract Documents, within and during a period of two (2) years from and after the date of final acceptance thereof by the Owner, including the cost to the owner of all claims of damages filed with and court actions brought against the said Owner for and because of such damage, and the repair to the satisfaction of the Owner of any and each pavement, driveway, curb, slab, walk, or structure damages by such backfill settlement. ' 2. "Pavement Areas" shall be defined as all streets, paved alleys, parking areas, driveways, curbs and gutters, and sidewalks. 1e7 Execution 1. General a. Remove trash and debris from the excavation prior to backfilling. b. Backfilling trenches and excavations to the original ground surface unless otherwise indicated on the Drawings. I LI LI City of Fayetteville D2-10(2) Sewer System Improvements I Li I 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. 1 f. In gardens or flower gardens, the original topsoil shall be replaced to original elevation, location, and depth. Minimum depth shall be twelve (12) inches. 2. Backfilling in Street Right -of -Way and Pavement Areas a. Backfill trenches under and within 2 feet of all existing and proposed pavement, driveway pavement, 1 sidewalk, and curb and gutter using granular trench backfill. b. Granular trench backfill shall consist of the jfollowing: Class 7 crushed limestone conforming to the ' reference standard. c. Compaction Method Granular trench backfill shall be mechanically compacted in layers of twelve inches loose measure. Each layer shall be firmly compacted to 95 percent of maximum density as determined by ASTM D 1557 (Modified Proctor Test). Material may be compacted by tamping or by using surface vibrators in such a manner as not to disturb or injure the pipe. At least 48 inches of cover over sewer pipe shall be provided before using mobile trench compactors of the hydrohammer or impactor type. d. Undermining of Paved Surfaces ' Where undermining of paved surfaces has occurred, Contractor shall remove the paved surface above the undermined area prior to placing backfill. ' e. Temporary Paved Surface Provide cold mix asphalt at a minimum depth of 2 inches for a riding surface in all sewer trenches in paved areas. ' D2-10(3) City of Fayetteville Sewer System Improvements I 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 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 intervals along the trench not to exceed 300 linear feet, 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. Any compaction tests performed by the Engineer as described above will be performed by the Engineer personnel at the Owner's expense and will not be charged to the Contractor. I 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. , City of Fayetteville D2-10(4) Sewer System Improvements I C. Trench compaction tests not conforming to specified densities shall be paid for by the Contractor at no additional cost to the Owner. ' 5. Responsibility of Contractor for Backfill Settlement Wherever trenches or other excavations made by the Contractor in the performance of work under these Contract Documents have not been properly filled, or where settlement has occurred at any time prior to the 1 completion of the entire work covered by these Contract Documents, to the extent that the top of the backfill is below the original ground surface, such trenches shall be i refilled and backfill surface compacted and smoothed to conform to the elevation of the adjacent ground surface. All sod in lawns damaged by reasons of such settlement, and the repair thereof, shall be replaced. E. Measurement and Payment 1. Payment for the work in this Section will be included as part of the unit price and lump sum bid amounts stated in the Proposal. 2. Payment for trench foundation material will be based on the Contract Unit Price per cubic yard based on the quantity per linear foot for the respective size of conduit shown on the maximum trench width chart indicated on the drawings. Additional material necessary because the trench is wider than the maximum width indicated, shall be at the contractors expense and not measured. 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 at trench side and for placing and compacting it in the trench and for the extra depth of trench excavation required below the pipe base grade to provide for a stable 1 base for the pipe. 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. 3. No separate payment will be made for protecting, repairing and/or replacing existing culverts. 4. All costs involved in performing the trench compaction tests made by independent laboratories shall be included in the price bid for Trench Compaction Tests. Is. No separate payment will be made for the 2 inches of cold mix asphalt placed in sewer trenches in the pavement areas. END OF SECTION D2-10 D2-10(5) City of Fayetteville Sewer System Improvements I D2-11 SANITARY SEWER REPAIRS A. General 1. Scope ' This section governs all work, materials and testing required for point repairs of defective sanitary sewer lines. Sanitary sewer lines requiring repairs are designated on the Drawings. Any additional pipe ' sections or service connections which are observed by the Contractor to be defective shall also be replaced as directed by the Engineer. 2. Description The Contractor shall be responsible for the furnishing of all labor, materials, supervision, equipment and final testing required for the completion of sanitary sewer line point repairs in accordance with the Contract Documents. The locations of the designated repairs are shown on the Drawings. a. Pipe point repairs to eliminate direct or indirect connections between the storm system and sanitary sewers are intended to eliminate inflow sources. The specified work is intended to eliminate the flow of stormwater from the storm sewer system to the sanitary sewer while minimizing work on the storm sewer system. The Contractor shall limit work on the storm sewer system to the sanitary sewer repair area where storm sewers cross the sanitary sewer. b. Other pipe point repairs are intended to eliminate defects allowing groundwater infiltration into the sanitary sewer system.. • c. Work associated with sanitary sewer line point repairs shall include replacement of defective building service lateral connections and building I service lateral pipes as shown on the Drawings. 3. Drawings Rehabilitation notes are given on the Drawings specifying individual sewer line point repairs at specific locations. Details are also shown on the Drawings which are applicable to individual repairs. 1 D2 -11(l) City of Fayetteville Sewer System Improvements I B. Materials , 1. Pipe and Fittings a. Pipe and fittings shall be as specified in 1 Section D2-13. 2. Sewer Pipe Material Utilization , a. Ductile Iron Pipe shall be utilized to meet minimum vertical and horizontal separation with potable water mains. b. PVC pipe may be utilized for sanitary sewer installations 15 inches in diameter and smaller. c. Reinforced concrete pipe shall be utilized for storm sewers. 3. Rubber Couplings and Stainless Steel Clamps Rubber couplings for replacement pipe connection to , existing pipe shall be as manufactured by Mission Rubber Co., Fern Co., or equal. Rubber couplings shall be fastened using two type C-305 stainless steel adjustable clamps to provide a leakproof seal. 4. Pipe Embedment I Pipe embedment shall be as specified in Section D2-10. 5. Specifically designed adaptor couplings shall be used 1 for the connection if dissimilar pipe material must be connected. 6. Storm Sewers Inlets, Catch Basins, Manholes Storm Sewers Inlets, catch basins or manholes removed shall be replaced with precast units with dimensions to match existing structures. Frames and grates shall be reused. C. Execution 1. Videotapes of Surface Conditions The existing surface area of each work location shall be 1 videotaped, in accordance with Section D1-3, prior to any excavation. 1 City of Fayetteville D2-11(2) Sewer System Improvements ' I I 'J I I I 7 I I I I I I I I I I I 2. 3. 4. Site Preparation Site preparation shall be as specified in Section D2-1, "Site Preparation". Excavation of Repair Pits Excavation of repair pits shall be as specified in Section D2-9. Procedures for Repair a. Replacement pipe shall be placed in the same line and grade of the existing pipe sections. The condition of the pipe sections upstream and downstream of the specified repair location shall be inspected and, if defective, the Engineer will determine if additional repairs are necessary. If additional pipe repairs of five feet or less are required, no additional compensation shall be made. b. When specified repairs cannot be made because of physical limitations at the site, the Engineer shall be promptly notified. Alternate repair techniques shall be evaluated in cases where conventional repairs are not practical. Change orders may be required for alternate repairs. Sewer line repair pits shall remain uncovered until an inspection by the Engineer has been made. c. Excavate repair pit and uncover the main line sewer a minimum of one foot clearance all around at the damaged section or as directed by the Engineer, and remove damaged pipe by powersaw cutting to a flat vertical surface. If pipe with bell end is removed, spigot end shall be saw cut and removed a minimum length of the pipe bell. New sanitary sewer pipe to be used in the replacement shall be powersaw cut to a flat vertical surface. d. Defective pipe sections and service connections shall be removed by cutting the pipe past the bell end, if necessary, to allow for the use of rubber coupling. Replacement pipe lengths shall be cut to within one-fourth inch of the required replacement pipe length and attached to the existing pipe with appropriate sized rubber couplings. Defective service connections shall be replaced with appropriate sized tee, and rubber couplings. All couplings shall be secured with stainless steel bands. Pipe bedding under the replacement pipe section shall be a minimum thickness equal to 1/4 the outside diameter of the sewer pipe but not less than six inches. D2-11(3) City of Fayetteville Sewer System Improvements I e. Defective service connections in sewer lines sliplined with polyethylene pipe shall be repaired with a saddle. The Contractor shall remove the appropriate amount of carrier pipe to allow the saddle to be directly connected to the outside wall of the liner pipe. After installation of the saddle, the Contractor shall completely encase the saddle and the exposed liner in concrete. Care shall be used not to damage the liner during the repair. If damage occurs to the liner as a result of the Contractor's operations, the Contractor shall assume all costs associated with the repair of the liner. f. The Contractor shall verify by testing all service connections in the repair area to determine if they are active or inactive. Only active services shall be reconnected to the sanitary sewer system. Inactive services shall be plugged with hydraulic cement. The Contractor shall be responsible for any liability associated with the accidental plugging of active services. g. Where a replacement of service laterals under storm sewers is specified, a minimum vertical separation of 18 inches shall be maintained. Where the minimum separation cannot be maintained because of grade restrictions, the service lateral shall be replaced with ductile iron pipe a distance of at least 5 linear feet on each side of the storm sewer. h. Replacement of sanitary service connections shall include the filling of any voids which may be found to exist around the lateral. The void space shall be filled with hydraulic cement or other approved material for a minimum distance of three feet. i. Where the existing service lateral pipe is found to be in such a deteriorated condition that the specified reconnection cannot be made, the Engineer and Owner shall both be notified. Change orders may be required for additional replacement of the service lateral.. j. When more than one pipe section is to be replaced consecutively, the conventional bell and spigot joint with a compression joint will be utilized on the interior pipe sections. The entire replacement length will then be joined to the existing line by means of rubber couplings. City of Fayetteville D2-11(4) Sewer System Improvements I L I I Li I I I I I I I I I I I I I [ 1 H I I I k. Seal joints within the repair pit that appear to be open or in poor condition but the barrel of the pipe is still good. Roots in open joints shall be removed before sealing. This situation may or may not exist. All determinations for sealing joints shall be made by the Engineer. Joints that are open or in poor condition shall be cleaned and packed with a butyl rubber sealant and encased in quick setting, non -shrink concrete followed by encasement with concrete. The encasement shall be centered on the joint, have a minimum thickness of six inches, and have a minimum length equal to the pipe diameter and not less than twelve inches. Methods for sealing open joints other than that described above shall be submitted to the Engineer for approval. 5. Polyethylene Wrapping Polyethylene material for pipe encasement shall meet the requirements of ANSI/AWWA C -105/A21.5-82, or latest revision thereof. Wrapping shall be required for all ductile iron pipe. 6. Clay or Concrete Dam Bentonite clay dams or concrete dams shall be constructed at each connection location of replacement pipe with the existing pipe as shown on the plans or directed by the Engineer. Clay dams are to be constructed to control the migration of groundwater along and into the sanitary sewer beyond the limits of the repair. Hand excavate a minimum of six inches around the outside of the existing sanitary sewer or sanitary service lateral and a minimum of six inches into the trench wall along the existing pipe at each end of the repair trench. The hand excavated void around the existing pipe shall be filled with bentonite clay pellets and a form used to hold the clay pellets in place. The form may be left in place after backfilling and restoration. 7. Backfill and Surface Restoration 1 a. Backfilling shall be as specified in Section D2-10. b. Surface restoration shall be as specified in Section D2-16. c. Contractor shall verify with the respective property owners the particulars of all easement conditions (c.f. Section F) prior to. any site preparation, work, or restoration. 1 D2-11(5) City of Fayetteville Sewer System Improvements I Testing Repaired Sewer Lines I Testing of sewer lines for watertightness and structural integrity following point repairs, and house service connection renewals shall be as specified in Section D1-8. D. Measurement and Payment 1. This work shall be paid at the Contract price for each individual job number. The price shall be payment in full for performing the work as specified herein. Costs for all materials and labor, existing pipe removal and disposal, pipe bedding and backfill material, including service connection reinstatement, temporary surface restoration, final surface restoration, and internal television inspection before and after repair shall be included in the Contract price for each individual job number. 2. The lump sum bid price shall be eligible for 60 percent of the bid price after the repair is made, an additional 10 percent is eligible after testing is completed, and an additional 30 percent is eligible after surface restoration is completed. If additional pipe required deviates by five feet or less from those lengths listed on the Plan Sheets, no additional compensation shall be made. Additional compensation may be approved by the Engineer for installation of pipe lengths in excess of five additional feet under pay item 2A1, 2A2 and 2A3. END OF SECTION D2-11 ' I I I I I City of Fayetteville D2-11(6) Sewer System Improvements ' Li D2-13 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. Sanitary sewer point repair ' requirements are covered in Section D2-11. All pipelines shall be constructed to proper line and grade as shown on the Drawings and shall result in an unobstructed, smooth and uniform conduit. 2. Description Sanitary sewer construction shall consist of furnishing all labor, materials and equipment for the complete installation of sewers and appurtenances in accordance 1 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 ' 1. General This section governs materials required for pipeline construction. a. Requirements Furnish pipe of materials, joint types, sizes, and strength classes indicated and specified. Higher strengths may be furnished at the Contractor's option, at no additional cost to the Owner. b. Manufacturer The manufacturer shall be experienced in the design, manufacture and commercial supplying of the specific ' material. D2-13(1) City of Fayetteville 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 , 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. , 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 50 ' conforming to ASNI A21.51, except as otherwise specified herein. 1) General Furnish maximum pipe lengths normally produced by the manufacturer, except for fittings, closures, and specials. 2) Joints Mechanical and push -on joints for pipe and fittings shall conform to the requirements of ANSI A21.11. Flanged joints for ductile iron pipe and fittings shall conform to the requirements of ANSI A21.10. Gaskets shall be neoprene or other synthetic rubber material. ' Natural rubber gaskets will not be allowed. City of Fayetteville D2-13(2) Sewer System Improvements 3) Fittings Fittings shall be in accordance with ANSI/AWWA C 110/A21.10 and shall have a pressure rating of not less than that specified for the pipe. Fittings used with ductile iron pipe shall be ductile iron or cast iron. Fittings for pipe ' with mechanical joints shall have mechanical joints. Fittings for pipe with push -on joints shall have either mechanical joints or push -on joints. 4) Coatings Where required pipe and fittings shall be furnished with exterior bituminous coating conforming to ANSI A21.51. 5) Linings Polyethylene Lining: Polyethylene complying ' with ANSI/ASTM D-1248 fusion bonded to the interior of pipe and fittings. The material shall be compounded to prevent ultraviolet degradation during storage above ground. The standard nominal thickness of the lining shall be 40 mils. After lining, the product shall be tested for voids and holidays in accordance with ASTM G-62, Method B, using a 7500 volt High Voltage Tester. IC. SDR 26 Polyvinyl Chloride (PVC) Plastic Sewer Pipe and Fittings shall conform to ASTM D-3034 for pipes 4 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. Ii) Furnish maximum pipe lengths normally produced by the manufacturer except for fittings, closures and specials. 1 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. 1 D2-13(3) City of Fayetteville Sewer System Improvements One test to verify resin compounding may be required by the Owner or Engineer. The test shall be performed by an independent testing laboratory to which the Owner has no objection and shall be performed on a sample of pipe obtained from the job site. The test shall be performed at no additional cost to the Owner and shall be performed in accordance with ASTM D 817 - Ash Determination for pipe manufactured with primarily noncombustible compounding ingredients. 3) Pipe shall have an integral wall bell and spigot ' joint and a minimum wall thickness conforming to SDR 26. 4) Joints shall conform to ASTM D 3212. Joints shall be push -on type only with the bell -end grooved to receive a gasket. (gasket) shall have a basic rubber conforming to ASTM F gaskets will not be allowed. Elastomeric seal polymer of synthetic 477. Natural rubber 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. e. Non -Metallic Water and Sanitary Sewer Pipe Detection 1. The detectable tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils and the width shall not be less than 2 inches with a medium unit weight of 2-1/2 pounds/1" x 1000'. F I., L I I I I I I I City of Fayetteville D2-13(4) Sewer System Improvements I I 2. The tape shall be color coded and imprinted with 'the message as follows: Type of Utility Color Code Legends Water Safety Precaution Caution Buried Blue Water Line Below Sewer Safety Green Caution Buried Sewer Line Below C. Installation ' 1. General ' a. Install pipelines in accordance with the applicable reference standard listed below and as specified herein. 1 1) ASTM D 2321 - PVC Solid Wall, PVC Composite Wall. 2) AWWA C 600 - Installation of Ductile Iron Water Mains and Appurtenances. 2. Site Preparation and Excavation a. Site preparation shall be as specified in Section D2-1. b. Excavation shall be as specified in Section D2-9. 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 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. I I D2-13(5) City of Fayetteville Sewer System Improvements I d. After each pipe has been brought to grade, aligned, and placed in final position, extend the bedding to the pipe spring line. Shovel slice sufficient bedding material under the pipe haunches and on each side of the pipe to hold the pipe in proper position during subsequent pipe jointing, bedding, and backfilling operations. Embedment material shall then be added to a compacted depth of twelve (12") inches above the top of pipe. e. Place pipe that is to be concrete encased in proper position on temporary supports consisting of wood blocks or bricks with wood wedges. When necessary, anchor or weight the pipe to prevent flotation when the concrete is placed. f. Place concrete for embedment or encasement uniformly on each side of the pipe and deposit at approximately its final position. Do not move concrete more than five (5) feet from its point of placement. 4. Pipe Laying a. Pipe laying shall not proceed if the trench width as measured at the top of pipe exceeds the maximum allowable trench width. If this occurs the Contractor shall provide, to the approval of the Engineer better bedding for the pipe or pipe of sufficient strength to provide safe supporting strength. b. Store and handle pipe and fittings with care to prevent damage thereto. Do not use hooks to transport or handle pipe or fittings. Do not drop pipe or fittings. 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. 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. I I I I I I I I I Li L I I I I City of Fayetteville D2-13(6) Sewer System Improvements I L1 g. Plug pipelines at the end of each day's progress. Utilize plugs or other positive methods of sealing at all times to protect any existing system from entrance of stormwater or other foreign matter. Contractor shall reconnect the existing active service connections and activate the sewer line as directed by the Engineer. 5. Building Service Laterals ' a. Unless otherwise noted on the plans, all active service connections on sewer segments to be abandoned or removed and replaced shall be connected Ito the proposed sanitary sewer. Contractor shall be responsible for locating service connections prior to construction. b. Install tees at an angle of no more than forty-five (45) degrees or less with pipe springline, for pipe sizes 8 through 21 inch diameter. ' c. Reconnection of building service shall include replacement of 4 linear feet of service lateral. ' d. Install Building service lines with a straight alignment and at a uniform grade not less than one (1) percent unless otherwise specified. Embedment ' shall be same as main sewer. When a building service line grade exceeds twenty (20) percent, pipeline anchors shall be installed as required for ' anchors, with the first anchor not more than twelve (12) nor less than seven (7) feet upstream of the wye. ' e. Maintain an accurate record for submittal to the Engineer of location, size and direction of each tee, saddle and/or location, size and length of each ' building service line. Locations shall use the pipeline stationing as shown on the Plans, or the distance from the first downstream manhole. ' f. Contractor shall verify by testing all service connections to determine if they are active or inactive. Only active services shall be connected to the existing sanitary sewer system. Inactive services shall be plugged with hydraulic cement. In addition, the Contractor shall be responsible for • any liability associated with the accidental plugging of active services. I I I D2-13(7) City of Fayetteville Sewer System Improvements U g. All service laterals shall be inspected by the Owner's Representative prior to reconnection to the replacement sewers. If the service laterals are found to be in a deteriorated condition in the opinion of the Owner's Representative, then the Contractor shall replace the service lateral to the property line as directed by the Owner's Representative. h. All service lateral connections shall be tee fittings. 6. Extension of Service Laterals Service laterals which require a connection to the relief/replacement sewer greater than four (4) feet in length, measured horizontally, shall be considered a service lateral extension. The service location for all abandoned, replacement, or relief sewer shall be determined prior to excavation. The extension pipe shall be laid to provide sufficient slope to the new sanitary sewer not less than two (2) percent unless otherwise specified. All building lateral extensions on private property shall be made by a licensed Master plumber. 7. Anchors Anchor pipelines in accordance with the table below: PIPELINE ANCHORS Percent Center to Center 1 of Grade Max. Spacing (Feet) 0-20 Not Required 20-35 36 35-50 24 >50 16 , The anchor shall be made of concrete or other material approved by the Engineer. Concrete anchors shall have a minimum thickness of twelve (12) inches. The anchor shall extend not less than one (1) foot into undisturbed earth on the sides and bottom and one (1) foot above top of pipe. In incompressible material, the above dimensions may be six (6) inches each side and bottom. The anchor shall support a joint fitting. 8. 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. City of Fayetteville D2-13(8) Sewer System Improvements ' 9. Sewer Pipe and Water Main Separation Sanitary sewers, house sewers or storm drains that are laid in the vicinity of pipe lines designated to carry potable water shall meet the following conditions. a. Parallel Installation - Sewers and Water Mains 1 1) Normal Conditions - Any sanitary sewer, storm sewer or sewer manhole shall be located at least ten (10) feet in all directions from water mains, whenever possible; the distance shall be measured from edge to edge. ' 2) Unusual Conditions - Where the ten (10) foot separation cannot be achieved, the vertical separation shall be a minimum of two (2) feet between outside diameters and the horizontal separation shall be a minimum of four (4) feet. The sewer shall be located below the water main. b. Crossings - Sewers and Water Mains 1) Normal Conditions - A vertical separation of at least 18 inches shall be maintained between any 'potable water supply and sanitary sewers. 2) Unusual Conditions - When local conditions prevent a vertical separation as described above, the water main can be relocated. ' 10. Drainage Course Crossing Pipelines that cross well-defined drainage courses and have less than three (3) feet of cover shall be ductile iron or concrete encased. The length of ductile iron pipe or concrete encasement shall be as indicated, or if not indicated, as specified by the Engineer. 11. Polyethylene Wrapping Polyethylene material for pipe encasement of all ductile iron pipe shall meet the requirements of ANSI/AWWA C -105/A21.5-82, or latest revision thereof. 12. Non -Metallic Water and Sanitary Sewer Pipe Detection Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed above non-metallic pipe. Installation of detectable tapes shall be per manufacturer's recommendation and shall be as close to the grade as is practical for. optimum protection and detectability. Allow a minimum of 18 inches between the tape and the line. I D2-13(9) City of Fayetteville Sewer System Improvements 13. Backfill Backfill trenches as specified in Section D2-10. 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. 14. Testing Test new sanitary sewers in accordance with Section D1-9. 15. Bypass Pumping Perform bypass pumping for flow control. No bypassed wastewater shall discharge to natural or manmade drainage structures. 16. Abandonment of Manholes ' a. Prior to the abandonment of a manhole, Contractor shall verify that no existing services will be affected. b. The top of the manhole shall be lowered to an elevation at least 24 inches below final grade. c. All pipes shall be plugged with hydraulic cement, to a minimum depth of 1 foot. After the cement has set, the manhole shall be filled with thoroughly tamped sand or Class 7 Base. Surface restoration shall be compatible with surrounding surface. , d. Frames and covers shall be removed from the site and delivered to the Owner. 17. Pipe Plugging and Sanitary Sewers to be Abandoned a. Prior to the plugging of a sewer segment, Contractor I shall verify that no existing services will be affected. b. Physically remove sanitary sewer pipe outside of the , manhole for a minimum distance of one foot. c. Fill pipe for a minimum length of one foot with hydraulic cement. Fill void outside of manhole with hydraulic cement, and repair manhole wall. 18. Relocation of Water Mains , Relocate water main and water services to meet the minimum requirements of the City of Fayetteville Water Department. City of Fayetteville D2-13(10) Sewer System Improvements 19. Clay Dams Clay dams shall be in accordance with Section D2-11. 1 D. Measurement and Payment ' Only items listed below will be measured for payment. All other costs shall be included in the unit or lump sum prices for the item affected thereby. ' 1. Sewer Pipe Sewer pipe of the respective type, size, and/or strength ' including specified pipe embedments (other than concrete), and testing will be paid for at the Contract Unit Price per linear foot of pipeline actually required land installed, measured along the centerline of the pipeline from center of manhole to center of manhole. This item includes costs for location of existing services, excavation, existing pipe removal and disposal (for open cut only), furnishing and placing pipe embedment materials, tees, furnishings and placing pipe, fittings and joint material, making connections to pipe of dissimilar materials, making connections to manholes, backfill, testing, and any resulting restoration and repairs and incidental and appurtenant work required to complete the item. Restoration in paved areas will be ' paid for in accordance with the Bid Schedule for the various applicable categories affected by the sewer construction. ' 2. Trench Depth Depth categories for payment purposes shall be zero to six feet and four foot increments for pipe depths greater than six feet. Trench depth shall be measured from the surface of the ground to the flow line of the ' pipe. Exceptions to this section include boring and jacking where no depth categories for payment purposes shall be applicable. 3. Connect Service Laterals Payment for connection of service laterals to the proposed replacement/relief sewer shall be at the Contract Unit Price indicated. Payment shall include 4 linear feet of the service lateral which may be required to connect the service lateral to the proposed replacement/relief sewer. Payment shall also include trench backfill, restoration (unpaved areas only) and testing. I I D2-13(11) City of Fayetteville Sewer System Improvements I 4. Extension of Service Laterals Payment for extension of service laterals from the initial four (4) feet of lateral shall be at the Contract Unit Price indicated. Payment shall include the length of service lateral required to extend the service lateral to the proposed replacement/relief sewer, trench backfill, restoration (unpaved areas only) , and testing. 5. Installation of Service Lateral Cleanout Payment for installation of service lateral cleanouts , shall be at the Contract Unit Price indicated. Payment shall include furnishing and installation of the cleanouts at locations indicated on the drawings. 6. Internal Television Inspection Payment for internal television inspection and cleaning shall be considered a subsidiary obligation of the Contractor and shall be included in the bid price for the item affected thereby. 7. Concrete Encasement of Sewer Pipe Payment for installation of concrete encasement where indicated on the plans or as directed by the Engineer, shall be at the contract price per cubic yard. Payment shall include all labor, materials, and form work necessary to perform the work. 8. Sewer Main Pipe and Water Main Separation When a minimum vertical clearance of three (3) feet , cannot be maintained between sanitary sewer main and storm sewer, the sanitary sewer main shall be ductile iron pipe. Compensation for excavation, furnishing and placing pipe embedment material, tees, furnishing and placing pipe, fittings and joint material, making connections to pipe of dissimilar materials, backfill, polywrap, testing and any resulting repairs and incidental and appurtenant work shall be included in the Contract Unit Price for ductile iron pipe. 9. Sewer Main Pipe and Storm Sewer Conflict I When conflicts occur between sanitary sewers and storm sewers, the sanitary sewer main shall be ductile iron pipe. Compensation for excavation, furnishing and placing pipe embedment material, tees, furnishing and placing pipe, fittings and joint material, making connections to pipe of dissimilar materials, backfill, polywrap, testing and any resulting repairs and incidental and appurtenant work shall be included in the Contract Unit Price for ductile iron pipe. City of Fayetteville D2-13(12) Sewer System Improvements Li 10. Abandon Manhole I I I I I I I I I Abandonment of manholes shall be paid at the Contract Unit Price per each manhole. Payment shall include pipe plugging, and all labor and materials necessary to complete this item. 11. Water Main Relocation Water main relocation shall be paid at the Contract Unit Price for each water main relocation as indicated on the plans. The price shall be payment in full for performing the work as specified. Cost for all material and labor, existing pipe removed and disposed, pipe bedding and backfill material including service connection reinstatement, temporary and final surface restoration shall be included in the Contract Unit Price. 12. Pipe Plugging and Sanitary Sewers to be Abandoned. Pipe plugging and abandoning of sanitary sewers 10 feet or less in length shall be incidental to the Contract. 13. Installation of Concrete Piers Payment for installation of concrete piers where indicated on the plans shall be at the Contract Unit Price indicated. Payment shall include all labor, material, and form work necessary to complete the work. ' 14. Clay Dams Payment for clay dams shall be at the Contract Unit Price indicated and shall include all labor and materials necessary to complete the work. 15. The unit price for sanitary sewer pipe replacement shall be eligible for 60 percent payment after the replacement is made, an additional 10 percent is eligible after testing is complete and the remaining 30 percent is eligible after restoration is complete. END OF SECTION D2-13 I [.1 I I D2-13(13) City of Fayetteville Sewer System Improvements I I A I I I B i I I I I I I I I I I I D2-14 CONCRETE STRUCTURES General 1. Description This section describes the installation of new cast -in - place concrete manholes and other miscellaneous structures. 2. Furnish the labor, materials, equipment, tools, and services required for the installation of the concrete work required on this project. Materials f1 2 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 ner coat. Non -Shrink Grout Grout shall be non -shrink in the plastic state and show no expansion after set as tested in accordance with ASTM C 827 and shall develop compressive strength not less than 3,000 psi with a trowelable mix within 24 hours per ASTM C 109. The placement time shall be not less than 45 minutes based on initial set per ASTM C 191. Test results shall be furnished by the manufacturer and submitted to the Engineer. Flexible Gaskets 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, Presswedge, or equal. D2-14(1) City of Fayetteville Sewer System Improvements 4. Frames and Covers a. Frames (1) 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. ' (2) Frames for standard manholes shall be Neenah R -1726-A, or approved equal. , (3) Bearing surfaces between the ring and cover shall be machine finished or ground to assure nonrocking fit in any position, and interchangeability. b. Covers ' (1) 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. (2) A typical standard manhole cover design shall be , Neenah R -1726-•A or approved equal. (3) Covers shall set flush with the rim of the frame and shall have no larger than a 1/8 -inch gap between the frame and cover. (4) Bearing surfaces shall be machine finished. 5. Steps a. Manhole steps will not be required. 6. Cast -In -Place (Monolithic) Concrete Manholes , 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 City of Fayetteville D2-14(2) Sewer System Improvements J I I I I I L I L'. I '1 J L L 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 of areas where solids may be deposited as sewage flows through the manhole from all inlet pipes to all outlet pipes. Where the pipe can be laid continuously through the manhole, the pipe can be placed in the base. After the construction of the manhole, the pipe can be trimmed by cutting out the top half after the concrete base is constructed and has cured sufficiently. If it is not possible to lay the pipe continuously through the manhole base, the invert may be poured and formed directly in the concrete of the manhole base. The invert floor shall have a minimum slope of 1" per foot unless noted otherwise. The manhole invert shall extend from wall to wall. The minimum thickness for all bases shall eight (8) inches. Reinforce bases with #4 bars at 12 -inch centers each way. Tie and place reinforcing steel above the midpoint. The minimum cover over the reinforcement shall be two (2) inches. When the connecting pipelines are required to have concrete embedment, extend the embedment reinforcing steel not less than twenty (20) bar diameters into the manhole base. b. Pipe extending from the manhole shall be cradled in concrete to the first pipe joint in the same pour as the manhole foundation. Embedment of reinforcing steel shall extend not less than twenty (20) bar diameters into manhole base. c. A minimum of six (6) inches rock cushion shall be used beneath manhole foundations. Where trench has been overexcavated, the void created shall be completely filled with a rock cushion to the underside of the manhole base. L D2-14(3) City of Fayetteville Sewer System Improvements H 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 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. Manhole bases shall be integral cast. The diameter of the integral base pad shall be eight (8) inches greater than outside diameter of the manhole. City of Fayetteville D2-14(4) Sewer System Improvements I I I C I I C I C C I I I 7. Shallow manholes shall be constructed at 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 reinforced concrete formed in place as detailed in the Drawings. 8. Precast Concrete Manhole Sections Precast manhole sections will be allowed for complete manhole replacements. a. Manholes shall conform to ASTM C 478 as specified herein. 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. d. Reinforced concrete flat -top sections shall have a 24 -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 04 bars at 12 -inch centers each way. Tie and place reinforcing steel below the 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. 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. J D2-14(5) City of Fayetteville Sewer System Improvements C. Execution 1. General Install manholes of the respective types at the designated locations with flowlines at elevations shown on the Drawings. 2. Manhole diameters unless otherwise noted shall be 48 inches for pipe between 6 inches and 18 inches in diameter. ' 3. This section governs the materials required and construction procedures for sealing manhole frames and grade adjustments. a) Materials 1) Bitumastic Gasket Material Bitumastic gasket material shall meet or exceed Federal Specification SS -S -210A. The material shall show no signs of deterioration for a period of 30 days when immersed in solutions of acid, alkali or saturated hydrogen sulfide. Joints shall show no sagging when tested at 135F for a period of five days. Bitumastic Gasket Material shall be EZ-STIK. Trowelable bitumastic material shall be GS -702 compound or equal. 2) Precast Grade Adjustments and Flattops shall be as specified in Section D2-3. 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 D2-16. 5) Polyethylene Minimum thickness of 4 mils. b. Sealing Procedure -' 1) 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 City of Fayetteville D2-14(6) Sewer System Improvements I 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 Owner's Representative may be used to obtain final surface elevation of the manhole frame. 2) When precast concrete grade adjustment rings ' are placed on the manhole structure to obtain proper grade, no more than 12 vertical inches may be used, unless approved by the Owner's Representative. 3) 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. 4) 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. 5) Manholes in open fields, unimproved land, or drainage courses shall be constructed to a top elevation shown on the Drawings. 6) 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. 4. Form inverts with mortar material and steel -trowel to produce a dense, smooth finish and shape to form a "U"- shaped channel approximating the lower one-half (1/2) cross section of the connecting pipelines and extending upward three -fourths (3/4) of the inside pipe ' D2-14(7) City of Fayetteville Sewer System Improvements diameter in a "U" -shape. Provide smooth transitions for pipes of different sizes, different elevations, and/or at different angles. 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. 5. Pipe Stubs a. Install pipe stubs for future connections at locations, angles, elevations, and of materials as shown on the Drawings. ' b. Install each pipe stub with the bell of the pipe abutting the outside manhole wall, or the joint if other than a bell, as near the manhole wall as is practicable but not more than two (2) feet from outside manhole wall for later connection thereto. 6. Pipe holes at manholes shall be permanently sealed watertight after installation of the connecting pipelines. I 7. Manhole Adjustments Provide new manholes with a maximum of one (1) foot of I adjustment ring(s) underneath the casting. Seal adjustment ring joints as specified in Paragraph C3. 8. Apply two coats of coal -tar epoxy paint to the manhole exterior. Coating shall be in accordance with Manufacturer's recommendation. i 9. Testing Test manholes in accordance with Section D1-7. ' 10. 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 1 the requirements of ACI 347. LI City of Fayetteville D2-14(8) Sewer System Improvements I Id. 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. 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. 11. Reinforcement Ia. 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 1 1/2 inches 12. Placing Concrete a. General (1) Do not place concrete until forms have been oiled, reinforcement has been fastened in position, form ties at construction joints have been retightened, and embedments and iopenings have been placed and anchored. (2) Remove debris from the space in which concrete is to be placed. I D2-14(9) City of Fayetteville Sewer System Improvements I 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 flow or settlement of the concrete into place. Apply vibration at the point of deposit and in the freshly placed concrete. It shall be of sufficient duration to accomplish compaction and embedment of reinforcement and fixtures. (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. 13. Curing r 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 I continuously wet, or by keeping forms continuously wet. (2) Waterproof paper curing. Overlay four inches at seams and seal with tape. (3) Membrane curing by power spraying with a I 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. D. Measurement and Payment Only items listed below will be measured for payment. All other costs shall be included in the unit or lump sum prices for the item affected thereby. I. 1. Standard Manhole a. The manhole depth shall be determined by measuring 1 from top of casting to the invert at the center of the manhole. Payment will be made at the contract unit price for the applicable type, size and depth for each manhole. Such payment and price City of Fayetteville D2-14(10) Sewer System Improvements I shall constitute full compensation for all labor, ' materials, equipment and for the performance of all work necessary to complete the manholes, including removal of existing manhole, excavation, concrete base, manhole frame and cover, waterproofing, concrete masonry, reinforced concrete, backfilling, connection of any sewers, conduits, disposal of excess material and restoration. b. Payment for a standard manhole will be in accordance with the contract prices as follows: 1) A unit price to cover the construction of one standard manhole of the diameter and type ' indicated; 0 to 6 feet in depth. 2) 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. Shallow Manhole Payment for shallow manholes will be made at the contract unit price for each manhole constructed. Such payment and price shall constitute full compensation for all labor, materials, equipment and for the performance of all work necessary to ' complete the manholes, including removal of existing manhole, excavation, concrete base, manhole frame and cover, waterproofing, concrete masonry, reinforced concrete, backfilling, replacement of any sewers, conduits, disposal of excess material and restoration. 3. Payment Schedule The unit prices for complete manhole replacement shall be eligible for 60 percent payment of the unit price after replacement is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible after restoration is conplete. I; END OF SECTION D2-14 I I I P1 I D2-14(11) City of Fayetteville Sewer System Improvements I D2-15 CLEANING AND TELEVISION INSPECTION OF EXISTING SANITARY SEWERS A. General 1. This section includes specifications for cleaning and closed circuit television inspection and all associated work for the pipe sizes and lengths of sewers encountered. 2. All sewers are to be inspected following cleaning. 3. It is not required that television inspection be provided by the Contractor during the cleaning operation. However, he may do so at his own expense. 4. Contractor's operations are limited to daylight hours on Monday through Friday except holidays unless previously approved by the Engineer. 5. Contractor shall provide traffic control personnel during operations to maintain safety of all personnel and public traffic maintenance. 1 B. Materials 1 1. General The Contractor shall allow Engineer to become familiar with Contractor's equipment before commencement of work. 2. Cleaning Equipment a. The Contractor shall provide all equipment necessary for proper flushing of the sewers in the sizes 1 indicated prior to television inspection. Hydraulic high pressure cleaning equipment shall be specifically designed and constructed for sewer II cleaning. The sewer cleaner shall have a minimum usable water capacity of 600 gallons and a pump capable of delivering at least 30 gallons per minute I (gpm) at 1,000 psi. Pressure to the nozzle shall be regulated by a relief valve adjustable from 0 to 1,500 psi minimum. The equipment will be subject to approval by the Engineer. I D2-15(1) City of Fayetteville Sewer System Improvements I b. Satisfactory precautions shall be taken to protect the sewer lines from damage that may result from the improper use of cleaning equipment. 3. Television Equipment a. The television camera used for the inspection shall be specifically designed and constructed for such inspection and shall provide a color picture. Lighting for the camera shall be suitable to allow a clear picture for the entire periphery of the pipe acceptable to the Engineer. The camera shall be operative in 100 percent humidity conditions and shall have a minimum of 600 line resolutions. b. Cassette recording equipment will be required for all videotaping. The video tapes that will be provided to the Engineer shall be VHS format. C. Execution 1. Cleaning Operation a. Existing flows shall not be interrupted for periods longer than one hour. Sewage diverted during cleaning operations shall be returned to the sanitary system and not discharged into the streams or storm sewer system. Cleaning of these sewers may be by means of hydraulic high pressure jetting or other equipment as needed. b. Arrangements for construction water and meter must i be made with the City of Fayetteville. c. Cleaning shall be performed immediately before I closed circuit television inspection. d. Unless other methods are approved by the Engineer, hydraulic cleaning shall be performed for all sewers to be inspected. e. Remove all sludge, dirt, sand, grease, roots, rocks, 1 gravel, and other material from the pipe during cleaning operations and collect and remove resulting debris from the downstream manhole of the sewer section being cleaned. Passing material from sewer to sewer section will not be permitted. An approved dam or weir shall be constructed in the downstream manhole in such manner that debris and solids will be trapped and retained. I City of Fayetteville D2-15(2) Sewer System Improvements I 2. Disposal of Debris a. Under no circumstances shall sewage or solids be dumped onto the ground surface, street or into ditches, catch basins or storm drains. b. All solids or semisolids resulting from the operations shall be removed from the site by the Contractor unless authorized or directed otherwise by the Engineer. Trucks hauling solids or semisolids from the site shall be watertight so that no leakage or spillage will occur. 1 3. Internal Television Inspection a. The inspection shall be done one sewer section at a I time. The section being inspected shall be isolated from the remainder of the sewer in a manner approved by the Engineer. Such methods may include plugging or partial plugging of upstream flow, and/or by passing the flow from the section. The Contractor shall be responsible for monitoring the depth of surcharging upstream of any plugs. ib. The camera shall be moved through the line in either direction at a uniformly slow rate, stopping at all defects to allow adequate evaluation by Engineer. In addition, the camera shall be stopped at each service connection. C. If progress of the television camera is impeded or stopped by roots in the sewer reach being inspected, the camera shall be withdrawn, at the direction of 1 the Engineer. The camera shall then be reinserted at the other manhole of the sewer reach and the television inspection resumed. d. Other obstructions may be encountered during the course of the internal inspection that prevent the travel of the camera. Should an obstruction not be passable, the Contractor shall withdraw the equipment and report the obstruction to the Engineer so that a repair can be made, and the remainder of the line may be inspected. Cost related to difficulties encountered during internal inspection will not be measured for payment nor constitute additional cost to the Contract Price, but will be considered as incidental to the contract. Cost for excavation to retrieve cleaning and internal inspection equipment shall be the responsibility of the Contractor. The Owner and Engineer shall not be liable for any costs relative to retrieving the Contractor's equipment from the sanitary sewer system. Exceptions to this section include obstruction excavations which shall be I D2-15(3) City of Fayetteville Sewer System Improvements 1 repaired in accordance with Section D2-11 and paid for at the Contract Unit Price per each as indicated in the Proposal. 4. Viewing Telephones, portable radio, CB, walkie talkies, or other electronic means of communication must be set up where voice or manual communication is not feasible. The Contractor shall provide facilities for the purpose of viewing the monitor while the inspection is in progress. 5. Record Logs a. Measurement in the sewer main shall be at the ground level by means of a meter device. Marking on cable or the like which requires interpolation for depth of manhole will not be allowed. Measurement meters shall be accurate to 0.2 feet. A measurement target in front of the television camera shall be used as an exact measurement reference point, and the meter reading shall show this exact location of the measurement reference point. The first feature out of the manhole or cleanout will be measured and used as the initial reference point. b. The Contractor shall furnish all cassette video equipment, cassette video tape film for cassette video tape recording, and equipment. No reel to reel video recording or tapes will be permitted. In the course of inspection, all sewer sections will be videotaped in their entirety. c. Defects shall be described and quantified verbally , on the video tapes by the Contractor. Where appropriate, existing landmarks shall be identified. d. The cassette video tapes will be reviewed by the Engineer for focus, lighting, clarity of view, and technical quality. The Contractor shall maintain sharp focus, proper lighting, and clear, distortion - free viewing during the camera operations. The Contractor shall maintain plugging and eliminate steam in the line for the duration of the inspection. Failure to maintain these conditions will result in rejection of the video tape by the Engineer. Any sewer line whose video tape is not acceptable to the Engineer will be retelevised at no expense to the Engineer or Owner. e. Each individual cassette video tape shall be I properly labeled by the Contractor prior to submittal to the Engineer. The label shall list the Engineer's sewer line segment number, date, City/Owner, name of Contractor, and tape number. City of Fayetteville D2-15(4) Sewer System Improvements h f. Each set-up shall be described visually (by superimposing a descriptive caption on the video tape recording which identifies critical information) and describe audibly on the video tape recording, both at the initiation and at the conclusion of the set-up. The line segment shall be described by the Engineer's segment number which included both basin and manhole numbers. The video counter number shall be voiced on the video tape recording and written on the record logs both at the initiation and conclusion of each set-up. D. Measurement and Payment only items listed below will be measured for payment. All other costs shall be included in the unit prices for the items affected thereby. 1. Cleaning/Internal Television Inspection Payment for cleaning/internal television inspection shall be considered incidental to the associated work task. IEND OF SECTION D2-15 I I I I I f-1 I I D2-15(5) City of Fayetteville Sewer System Improvements I D2-16 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. a. Coordinate surface restoration work with the affected private property owners. b. Private property over which the Owner has prior ' rights (i.e. utility easement, sewer easement) and/or has obtained rights -of -way, agreements, licenses and/or agreements from the property owner to allow construction of a sanitary sewer pipeline and appurtenances, shall be restored in conformance with these Contract Documents. c. Restore Public property with strict adherence to the requirements of the public body having jurisdiction therein. Id. No restoration shall occur until testing is complete and accepted by the Owner's Representative. 1 e. Complete final surface restoration within three weeks of the sewer installation or repair or as directed by the Owner's Representative. 2. Reference Standards I I J U 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. C D2-16(1) City of Fayetteville Sewer System Improvements L 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% diameter) (Hydrometer analysis) c. Soil texture shall be determined by utilizing processes as prescribed in ASTM D 422 using the No. 20 and No. 270 sieves and a hydrometer analysis. 2. Fertilizer Fertilizer shall be a standard commercial 16-8-8, uniform in composition, free flowing and suitable for application with approved equipment, delivered to the site in bags or other convenient containers each fully labeled, conforming to applicable State laws. 3. Sod a. Sod shall be approved nursery or field grown grass that is native to the locality of the work and shall match existing in the area of excavation. Sod shall be well rooted in soil of such consistency that it will not break, crumble or tear during handling and placing. Sod shall be free of noxious weeds and other objectionable plants and shall not contain substances injurious to growth. b. Grass shall be between 1-1/2 and 4 inches in length when the sod is cut. The sod shall be cut within 48 hours of placement in rectangular pieces not less than 12 inches in width and not less than one inch in soil thickness. Keep sod in a moist condition between the initiation of cutting and the completing of placing and protect against exposure to the sun, wind, freezing during transportation to the site, and during storage prior to placing. 4. Seed Grass seed shall be fresh and shall match existing grass in the area of excavation. 1 1 I I I C1 I I I I I I I I City of Fayetteville D2-16(2) Sewer System Improvements I I 5. Portland Cement Concrete Portland Cement concrete shall have a minimum compression strength of 3000 psi at 28 days, no less than 52 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. 6. Curing Compound 1 Commercial grade conforming to ASTM C 309, Type I. 7. Reinforcing Steel Conform to ASTM A 615, Grade 40. S. Base Course Gravel for the base course shall be clean, hard, durable pit -run crushed stone which is reasonably graded from coarse to fine. Base course shall conform to Section 303 for Class 7 Base of the Standard Specifications for Highway Construction and compacted as specified herein. 9. Gravel Surface Course Gravel for surface course shall be clean, hard, and durable, and shall be reasonably graded from coarse to fine. The surface course shall conform to Section 303 for Class 7 Base of the Standard Specifications for ' Highway Construction. 10. Asphalt Cement Asphalt cement for binder shall be AC 85-100 paving asphalt conforming to the Standard Specifications unless otherwise specified. 11. Prime Coat 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. 1 12. Tack Coat Asphalt emulsion conforming to ASTM D 977 or D 2397, unless otherwise specified. fl I D2-16(3) City of Fayetteville Sewer System Improvements I 13. 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. C. Execution I I I 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 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 [1 I I I [1 I City of Fayetteville D2-16(4) Sewer System Improvements I I 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 Owner's Representative in writing. Place sod at any time during this period i 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 1 possible to aid the sod in taking root at the earliest possible date. b. Spread fertilizer nutrients over the area at a rate i 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. Id. 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. If. Sod shall have taken root before acceptance. Contractor shall guarantee sodding one year after acceptance by the Owner. 4. Seeding a. The areas to be restored by seeding shall be only as directed by Engineer or as specified in Section I. Seed bed preparation shall not be started until all stones, boulders, and debris larger than 3 inches in diameter have been removed. The area to be seeded shall be worked to a minimum depth of 3 inches with a disk or other method approved by the Engineer, 1 D2-16(5) City of Fayetteville Sewer System Improvements I reducing all soil particles to a size not larger than 2 inches in diameter. The prepared surface shall be relatively free from all weeds, stones, roots, and sticks. No seeds shall be sown until the seed bed has been approved by the Engineer. 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. Mechanically apply grass seed. d. Do not seed during high winds or when the seed bed is too wet for working. Within 12 hours lightly rake seeded areas and roll with a 200 pound roller. After raking and rolling, water the seeded areas with a fine spray until a uniform moisture depth of one inch has been obtained. e. In lieu of mechanical application of seed, hydraulic application may be used. The seed slurry shall be constantly agitated until pumped from the tanks. The seed shall not be allowed to set in water more than four hours before application. f. Water seeded areas as required for the seed to maintain suitable growth for at least three mowings performed a minimum of one week apart. g. Reseed areas where the grass did not take. 5. 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 Owner's 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. I I I r I I I I I I I I I I I I City of Fayetteville D2-16(6) Sewer System Improvements I Thoroughly loosen the soil in the bottom of the pit by spading to a depth of six inches. Dig holes immediately before planting. Dispose of soil earth ' dug from the tree pits. c. Set trees at a depth slightly below finished grade, 1 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. If. 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 1 eight hitch consisting of No. 14 gauge wire encased in a section of rubber hose. 6. Restoration of Pavement Surfaces a. General 1) Restore (unless otherwise specified or ordered by the Owner's 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. 1 I D2-16(7) City of Fayetteville Sewer System Improvements I 2) Pour concrete only after inspection by the Engineer of the pouring site to verify proper forms and reinforcement. Reinforcement shall be equal in quantity and type of materials to reinforcement that existed prior to the work, or as indicated in the plans or specifications. 3) Sawcut existing paved surfaces to provide a I straight joint between the existing and new surface. Sawcutting shall be full depth and square or rectangular in shape. I 4) Cure and protect all exposed concrete installed under this contract in accordance with the reference standard. 5) Allow concrete to attain a minimum 7 day strength before allowing traffic or construction equipment on the concrete. 6) Remove entire sidewalk squares. Removal of partial squares shall not be allowed. b. Concrete Sidewalks 1) Concrete sidewalks shall consist of a minimum thickness of five inches of nonreinforced Portland cement concrete over four inches of compacted granular material. 2) Increase sidewalk thickness to six inches when crossing driveways. 3) Place one-half inch preformed bituminous expansion joints at junctions with existing work and at intervals not exceeding 50 feet, or as directed by the Engineer. 4) Sawcut existing sidewalks at construction ' joints. Patching existing sidewalk squares damaged during construction activities shall not be allowed. 5) When removing portions of a concrete sidewalk, an entire "Square" shall be removed. Removal of a partial sidewalk "Square" shall not be allowed. c. Concrete Curb and Gutter 1) Curb and Gutter dimensions and cross sections shall conform with existing installations. I City of Fayetteville D2-16(8) Sewer System Improvements 1 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. 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 Owner's Representative. IS) 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 D2-16(9) City of Fayetteville Sewer System Improvements I 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 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 Concrete Pavement Replacement For Pipe ' Trenches Bring the trench to a smooth, even grade at the correct distance below the top of the existing pavement surface so as to provide adequate space for the base course and pavement. All required paving cuts shall be made with a 1 concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All resident's driveways shall be accessible at night and over weekends. It has been determined by Engineer that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore, at the location in the project where the trench wall is'three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. Compact the subgrade with mechanical vibratory or , impact tampers to a minimum of 95 percent of maximum as determined by ASTM D 1557. Any subsequent settlement of the finished surfacing during the City of Fayetteville D2-16(10) Sewer System Improvements I warranty period shall be promptly repaired by the Contractor, at the Contractor's sole expense. ' Place sufficient base course on the subgrade to obtain a thickness of 6 inches after compaction. Place for the full width of the trench and process as required to provide a smooth surface without segregation. Compact the base course with mechanical vibratory or impact tampers to a minimum of 95 percent of maximum as determined by ASTM D 1557. Any subsequent settlement of the finished surfacing during the warranty period shall be promptly repaired by the Contractor, at the Contractor's sole expense. Place base course under all pavement to be replaced and, in addition, under gravel surfaced shoulders and other graveled areas. After the leveling course has been compacted, apply an asphalt prime coat, specified above, at 0.20 to 0.30 gallon per square yard to the surface of the leveling course and to the edges of the existing pavement. Place the asphalt concrete on the prepared subgrade over the trench to a compacted depth of not less than 3 inches or the depth of the adjacent pavement, whichever is greater. Spread and level the asphalt concrete with hand tools or by use of a mechanical spreader, depending upon the area to be paved. Bring the asphalt concrete to the proper grade and compact by rolling or the use of hand tampers where rolling is impossible or impractical. Roll with power rollers capable of providing compression of 200 to 300 pounds per linear inch. Begin the rolling from the outside edge of the replacement progressing toward the existing surfacing, lapping the existing surface at least 1/2 the width of the roller. If existing surfacing bounds both edges of the replacement, begin rolling 1 at the edges of the replacement, lapping the existing surface at least 1/2 the width of the roller, and progress toward the center of the replacement area. Overlap each preceding track by at least 1/2 the width of the roller and make sufficient passes over the entire area to renove all roller marks. The finished surface of the new compacted paving shall be flush with the existing surface and shall conform to the grade and crown of the adjacent 1 pavement. I D2-16(11) City of Fayetteville Sewer System Improvements I Immediately after the new paving is compacted, all joints between new and original asphalt pavement shall be painted with hot asphalt or asphalt emulsion and be covered with dry paving sand before the asphalt solidifies. The surface smoothness of the replacement pavement shall be such that when a straightedge is laid across the patch area between the edges of the old surfacing and the surface of the new pavement, the new pavement shall not deviate from the straightedge more than 1/4 -inch. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. Asphalt Highway Repair Asphalt Highway Repair shall be in accordance with the Arkansas State Highway and Transportation Department Standard Specifications for Highway Construction. k. Concrete Highway Repair Concrete Highway repair shall be in accordance with the Arkansas State Highway and Transportation Department Standard Specifications for Highway Construction. 1. Weather Conditions Asphalt shall not be applied to wet material. Asphalt shall not be applied during rainfall, sand or dust storm, or any imminent storms that might adversely affect the construction. The Engineer will determine when surfaces and material are dry enough to proceed with construction. Asphalt concrete shall not be placed (1) when the atmospheric temperature is lower than 40 degrees -F, (2) during heavy rainfall, or (3) when the surface 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. I 1 I I I I I I I I I I I I City of Fayetteville D2-16(12) Sewer System Improvements I m. Concrete Pavement Pavement replacement shall be the same thickness as ' that removed, except that in no instance shall it be less than a minimum of 6 -inches. 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. n. Gravel Surfacing Where required by the Drawings, and where necessary to match existing surfaces, place crushed rock, gravel surfacing material, as specified herein, on streets, driveways, parking areas, street shoulders, and other gavelled areas disturbed by the construction. Spread the rock by tailgating and supplement by hand labor where necessary. Level and grade the rock to conform the existing grades and surfaces. ID. Measurement and Payment 1. Pavement Surfaces Pavement, sidewalk, driveway and curb replacement shall 1 be paid for at the Contract Unit Price for the applicable item as indicated in the Bid Schedule. Placement of temporary road surface shall be considered incidental to the cost of final restoration. Payment will only be made for areas along the centerline of the sewer line. The following items of work under this Section are specifically listed for separate measurement and payment. a. Pavement removal and replacement for the various types of pavement at the Contract Unit Price per linear foot, which includes removal of the existing pavement and sub -base and installation of the required type of pavement, prime coat for bituminous pavement, granular base, and full depth sawcutting. b. Combination concrete curb and gutter removal and replacement, at the Contract Unit Price per linear foot, which includes granular base and sawcutting of contraction joints at a spacing not to exceed 20 linear feet. I D2-16(13) City of Fayetteville Sewer System Improvements I c. Concrete sidewalk removal and replacement at the 1 Contract Unit Price per linear foot which includes granular base. d. Concrete or bituminous concrete driveway removal and 1 replacement at the Contract Unit Price per linear foot which includes granular base. 2. Additional widths necessary at manholes and special structures shall not be measured. The cost of such additional removal and replacement shall be included in the unit price for manholes and special structures. The length of curb and gutter crossing the conduit shall be paid for at the maximum trench width as given in the trench width table plus one foot on each side of the trench. 3. The Contractor may elect to construct the conduit by boring or jacking with the approval of the Engineer. In such an event he shall be compensated by payment of units of driveways, sidewalks, or curbs and gutters which would have been measured for payment had open cut methods been employed. 4. Payment for all other surface restoration shall be considered a subsidiary obligation of the Contractor and shall be included in the bid price for the item affected thereby. 5. If restoration work is not completed, 30 percent of the Contract Price will not be eligible for payment. END OF SECTION D2-16 I I I I I I I I I I I I City of Fayetteville D2-16(14) Sewer System Improvements I 1 D2-17 SANITARY SEWER PIPE CONNECTIONS TO EXISTING MANHOLES A. General 1. Description This Section describes the connection of new sanitary sewer main to existing manholes. 1 2. Furnish the labor, materials, equipment, tools, and services required for the installation and connection of the replacement sewer pipe to the existing manhole per detail shown on the drawings in this document. B. Materials t1. Non -Shrink Grout ' Grout shall be non -shrink in the plastic state and show no expansion after set as tested in accordance with ASTM C 827 and shall develop compressive strength not less than 3,000 psi with a trowelable mix within 24 hours per ASTM C 109. The placement time shall be not less than 45 minutes based on initial set per ASTM C 191. Test results shall be furnished by the manufacturer and ' submitted to the Engineer. 2. Flexible Gaskets Openings for each connecting pipe shall be circular with a compression type flexible rubber gasket cast integrally into the manhole wall as shown on the drawings included in this document. 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 approved equal. IC. Execution The Contractor shall break into the existing manhole with an opening 6 inches minimum greater than the outside diameter of the pipe being connected to the existing manhole. The flexible connection shall be installed and supported at the proper elevation and non -shrink grout shall be placed between the rubber gasket and the existing walls of the manhole. Where the grout has achieved sufficient strength so that it will not be damaged, the pipe connection shall be made. After the connection is made the bench and trough shall be repaired using non -shrink hydraulic cement. D2-17(1) City of Fayetteville ' Sewer System Improvements I D. Measurement and Payment I Connections of new pipe to existing manholes will not be paid for separately and shall be included in the cost of the pipe being installed. END OF SECTION D2-17 I I I I I I I I LI I City of Fayetteville D2-17(2) Sewer System Improvements D2-18 PIPE JOINT GROUTING AND TESTING A. General 1. Scope This section governs all work, materials and testing required for the pressure grouting of pipe defects. 2. 3 ru 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 pipe defects in accordance with the Contract Documents. Manufacturer's Recommendations Materials, additives, mixture ratios, and procedures utilized for the grouting process shall be in accordance with manufacturer's recommendations. Pipes Pipes to be grouted are of concrete and vetrified clay pipe. B. Materials 1. Scope This section governs the materials required for completion of pressure grouting of pipe 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 sane manufacturer. The material shall gel and cure 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 dimensions more than eight percent when subjected to wet and dry cycles. D2-18(1) City of Fayetteville Sewer System Improvements I 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 chemical 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. I 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 brittle when subjected to a dry atmosphere. The materials 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. A filler material such as Celite 292 (diatomaceous earth) from Johns 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 City of Fayetteville D2-18(2) Sewer System Improvements mixture is required. The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations. b. Root Control Contractor shall add a root inhibiting chemical such as dichlobenil 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. The root control agent shall be applied prior to testing or sealing to allow for adequate root decay. Root control shall be as manufactured by Norasac, Casaron, or equivalent. 1. The active component for destroying intruding roots shall be a potent nonsystemic toxin that kills contracted roots at low concentrations but does not permanently affect noncontacted parts of the plant at a distance from the treated roots. The active ingredient must be spontaneously detoxified by natural chemical or biochemical processes in a relatively short time following its use. The active ingredients shall have no adverse effect on the performance of a wastewater treatment plant, shall be removable by conventional treatment processes, and shall be registered with the Environmental Protection Agency. 2. The active ingredient for inhibiting regrowth of root intrusions shall on contact inhibit root cell growth but not be transported so as to damage other portions of the parent plant. The material shall bind firmly to the soil in the vicinity of the openings in the line joints so as to form a persistent chemical barrier that suppresses the growth of root tips. It shall be sufficiently stable under the conditions of use to provide protection for 12 months or longer. 3. The root control agent shall be delivered to the project site in undamaged, unopened containers bearing the manufacturer's original labels. Sufficient quantities of root control agent shall be stored at or near the work site to ensure that operations will not be delayed by shortages. D2-18(3) City of Fayetteville Sewer System Improvements I c. Material Identification ' The 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. d. 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 timesand are not available to unauthorized personnel or animals. All equipment shall be subject to the review of the Engineer. Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operations. C. Execution ' 1. Sewer Line Cleaning a. All sewer sections requiring grouting shall be thoroughly cleaned by an appropriate method. When it has been determined that only small deposits of debris exist within the sewer line, then light cleaning methods can be used to remove those deposits. Equipment such as balls, scooters, high pressure water jetting equipment, brushes and/or swabs shall be permitted. b. Where it has been determined that large deposits of debris or root growth exist within the sewer lines, heavy equipment shall be used to remove such deposits. Bucket machines, scrapers, augers, and root cutters can be utilized for heavy duty cleaning. Special care shall be taken when using heavy equipment to avid damage to the sewer line. , c. All sludge, dirt, sand, rocks, grease, and other solid or semi -solid materials resulting from the cleaning operations shall be removed at the downstream manhole of the cleaned section. All debris removed from the cleaned sewer segments shall be taken to a landfill or a dump site approved by the Engineer. City of Fayetteville D2-18(4) Sewer System Improvements 1 2. Joint Testing a. Each designated sewer line section shall be repaired ' by the "test and seal" method. Each joint shall be pressure tested. Those joints failing the pressure test, and requiring sealing shall be tested after sealing. The testing shall be accomplished by the application of positive pressure to the joint. Pressure shall be measured at the joints and an above ground pressure gauge shall indicate the measured pressure. b. For an air pressure test a pressure of six psig shall be applied to each joint. Once the pressure at the joint has been recorded, pressure shall be observed for ten seconds. If the pressure on the 1 joint drops one psig within ten seconds, then the joint will have failed the air test. For a water pressure test a pressure of ten psig shall be applied to each joint. If the pressure on the joint drops one psig within ten seconds, then the joint will have failed the test. Joints that fail the air test or water test shall be sealed a specified herein and retested by the same procedure until the pressure test has been passed. The pressure gauge shall have adequate resolution to accurately indicate gauge pressure in one psi increments. 3. Joint Sealing a. Chemical grout shall be injected into the defective joints and other pipe defects using a hollow packer to allow for flow of wastewater during the sealing operation. The packer shall have inflatable sleeves to force grout material into the pipe joint. b. After sealing the joint or other defect, the packer shall be deflated and moved off the joint to allow the sealed joint to be observed on the TV monitor. The joint shall be clean and free from gel rings or any gel build up. If not, it shall be wiped clean by slightly inflating the packer sleeve and moving the packer forward slowly to remove any excess gel. ' After verifying that the joint is clean, a pressure test shall be performed on the sealed joint to insure the integrity of the seal. A meter or another measurement device reviewed by the Engineer 1 shall be used to verify grout quantities. c. To avoid the use of excessive grout material, the Engineer may require a shorter gel set time and temporary waiting periods to allow the injected gel to set prior to resuming grout injection. Injection shall continue at intervals as required by the 1 Engineer. I D2-18(5) City of Fayetteville Sewer System Improvements I 4. Line Grouting From Surface When an actively flowing sanitary sewer pipe is determined by the engineer to be too large or has too much flow to accommodate a chemical grouting device, or other type of packer, then a hole from the ground surface may be jetted over the damaged area of pipe to allow the injection of grout into the defective pipe section. 5. Television Tape Review of Grouting a. The Contractor shall furnish a television camera and monitor equipped with VHS video tape recorder to record the entire grouting operation. A spare camera and monitor shall be available within 24 hours to avoid delay if the equipment should break down. VHS video tapes of this operation shall be available for the Engineer to review. The tapes shall become the property of the Owner at the completion of the project. b. The television camera used for tape review shall be specifically designed and constructed for this purpose. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. c. A footage meter with footage appearing on the video screen shall be provided so that the location of the TV camera and the point of observation is known at all times. Camera visibility shall be maintained at all times during the grouting operation with cable provided between the camera and the packer in a manner to allow for accurate visual centering of the packer on the joints to be grouted. 6. Records The Engineer shall be supplied with complete records regarding the joint or defect testing, joint or defect sealing, quantity of grout used at each joint or defect, the number of injections required to seal each joint or defect, and TV tapes with audio and visual accounts of the testing and sealing operation on each joint or defect. 7. Testing Repaired Sanitary Sewer Lines Testing of sanitary following chemical Section D1-8. sewer lines for watertightness grouting shall be as specified in I L I I [1 I I I I [1 I I LI Li City of Fayetteville D2-18(6) Sewer System Improvements I I I I I I I I I I I I I I I D. Measurement and Payment This work item shall be paid for at the Contract Unit Price per linear foot measured from the center of the manholes at each end of the sewer segment. The price shall be payment in full for the performance of the work as specified herein including labor, equipment to test joints, sealing at defective joints and other defects, grout material, retesting sealed joints, providing tapes and records for the specified segments, sewer cleaning, debris removal, and root control and removal. END OF SECTION D2-18 I D2-18(7) City of Fayetteville Sewer System Improvements CFP.PIFICI;T£ OF r1ST:RpNCE 1O: C^'Y OF FAYE7TEVILLE, ARIQNSAS Date NAME CF PRCJDCT: PROJECT ::J*,SER: 1}ZS IS TO CERITFY (Name and Address of Irs,red) is, at the date of this certificate, insured by thisy with respect to the • business operations hereinafter described, for the type of insurance and in accordance with the provisions of the standard policies used by this Co parry, and further hereirafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE ires Limits of Liability Policy No. Effective Worker's tion Ca:grehensive General Bodily Injury: Liability Insurance Ea. Occ rrence: $ (Public Liability) Property Damage: Ea. Occurrence: $ Blast' I. Occurrence: $ Collapse of Buildings Cr structures adjacent Ea.Occurrence: $ to excavations DasnaUtilities e to � E. Occurrence: $ Euilde-'s Risk Bodily Injury: Carprelhensive Ea. Person $ Autambile E. Ooarrenoe $ Liability Property Damage: E. Occ urernce: $ Bodily Injury: Contractual Liability Ea, O $ Property Damage: E. Occurrence: $ Other Locations covered: Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such duarye/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special require:ents, either in the body thereof or by appropriate endorsement thereto attached. Fa,ettevilie Agent 1 Address