Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
125-98 RESOLUTION
Bond #JX1977 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND We. BUILDING & UTILITY CONTRACTORS, INC. P 0 BOX 68. REDFIYT,D.. AR •79.199 as Principal, hereinafter called Principal, and ST PAUL FIRE AND MARINE a corporation organized and existing under the laws 'of the State INSURANCE COMPA: of Arkansas and authorized to do business in the State of Arkansas as Surety, hereinafter called Surety,'are held and firmly bound unto THE CITY OF FAYETTEVILLE,.AR as Oblig4ee, hereinafter called Owner, in the amount of NE ILLION, ONE HUNDRED TWENTY SENT3 8j T A 1,127,809.00 ), for the FIrHPNUPDBED NINE DOLLARS payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by'written agreement dated:. entered. •into a contract with Owner for Sanitary Sew.er•Main Rehabilitation, White River Watershed Mini Systems 7A, 13A, 138, •i 14, 15, and 18A which:contract is by reference made a part hereof, and is hereinafter referred to as'the:'Contract. THE CONDITIONS OF THIS OBLIGATION,ARE SUCH that if the. . . principal shall.faithfully perform the'Contract on his part and shall fully indemnify and save harmless the:..Owner from all cost and damage which he may Suffer by"reason'.of'failure to do so.and shall fully reimburse and repay the Owner:all outlay and expense. which the Owner may incur in making good,any such default, and further, that if the Principal.shall pay:allpersons all indebtedness .for labor or materials 'furnished or performed under .. said Contract,lailing which such persons shall have a direct:. right`.of.action against the Principal and 'Surety, jointly and:' severally, under this obligation, subject to:the•Owner's priority, then.this obligation shall be null:and void; otherwise it shall remain in full force and effect: • .NO suit, .action or proceeding shali.;be,brought on this bond outside:the Sate of Arkansas. No suit,:action .or proceeding shall'be broughten this bond except by the Owner after six months from.the date final payment is made on>the.Contract. nor shall any suit, action oz_proteeding be brought by the Owner after two years from the date on which the final payment under Performance Bond City of Fayetteville' 1 Sanitary Sewer Improvements • the Contract falis`due: • • • Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or he giving by the' Owner of any extension of time for the performance of the contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the .Surety or Sureties, or either or any of them, their heirs, personal representatives,. successors or assigns from their liability hereunder,. notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby.waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this day of 199j. CONTRACTORS'., BUILDING & UTILITY • ry . INC. -- • EK,: ItENT i.• r `' . ST PAUL FIIIE_1ND MARINE TNSttRANCE'r,DMPANY- • SuretyBy • • CJ•I .�. Y.� .{ -j•am "BETTY L. MINOR f =. -6 Wit:. A 4 orney-in-fact Performance Bond. City of Fayetteville.' Sanitary Sewer Improvements TOTAL P.03 %�&, *: 6.Attv £ • TheStIbui ST. PAUL FIRE AND MARINE INSURANCE COMPANY CERTIFICATE OF Surety 385 Washington Street? St. Paul, Minnesota 55102 CERTIFIED For verification of the authenticity of this Power of Attorney. you may telephone toll free 1-800-421-3880 and ask for COPY NO. the Power of Attorney Clerk. Please refer to the Certificate of Authority No. and the named individual(s). F-15674 GENERAL POWER OF ATTORNEY - CERTIFIED COPY (Original on File at Home Office of Company. See Certification.) KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, a corporation organized and existing under the laws of the State of Minnesota. having its principal office in the City of St. Paul, Minnesota, does hereby constitute and appoint: AUTHORITY NO. 2078709 Alpha Coe, Bettye H. DeJarnette, Michael D Carter, Linda S. Pierce, Betty L. Minor, David M. Neuschwanger, individually, Pine Bluff, Arkansas its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings. recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law. statute, rule, regulation, contract or otherwise, NOT TO EXCEED IN PENALTY THE SUM OF FIFTY MILLION DCE ARS ($50 , 000 , 000) EACH and the execution of all such instrument(s) in pursuance of these presents, shall be as binding upon said St. Paul Fire and Marine Insurance Company, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be certified to and may be revoked. pursuant to and by authority of Article V, -Section 6(C), of the By -Laws adopted by the Shareholders of ST. PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 28th day of April, 1978, of which the following is a true transcript of said Section 6 (C): "The President or any Vice President, Assistant Vice President, Secretary or Service Center General Manager shall have power and authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings. recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) To appoint special Attorneys -in -fact. who are hereby authorized to certify to copies of any power-of-attorney issued in pursuance of this section and/or any of the By -Laws of the Company, and (3) To remove, at any time, any such Attomey-in-fact or Special Attorney-in-fact and revoke the authority given him." Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 5th day of May. 1959. of which the following is a true excerpt: "Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and b'nding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN TESTIMONY WHEREOF, St. Paul Fire and Marine Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 8th day of January. A.D. 1998. ST. PAUL FIRE AND MARINE INSURANCE COMPANY STATE OF NEW JERSEY l ss. County of Somerset J On this 29th day of April 98 . 19 13-1- e BRIAN P. CURRY. Secretary . before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said that he/she is the therein described and authorized officer of St. Paul Fire and Marine Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his/her signature were duly affixed by order of the Board of Directors of said Company. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the township of Bedminster, New Jersey, the day and year first above written. LINDA SMETHERS Notary Public My Commission Expires December 16. 2001 CERTIFICATION I, the undersigned officer of St. Paul Fire and Marine Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand this 26th davof August t998 MARY E. STAWICKI, Secretary Only a certified copy of Power of Attorney bearing the Certificate of Authority No. printed in red on the upper right corner is binding. Photocopies, carbon copies or other reproductions of this document are invalid and not binding upon the Company. ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID ANI) WITHOUT ANY VALIDITY. 29550 Rev. 7-98 Printed in U.S.A. • t``A001:00 CERTIFICATE OF 1NSU,RANCE (MM/DD/YY) PRODUCER First Arkansas Ins/Pine Bluff 512 S. Pine St. Ste. 100 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P 0 Box 8367 COMPANIES AFFORDING COVERAGE Pine Bluff, AR 71611 COMPANY ATransportation Ins. Co. INSURED Building & Utility Contractors, COMPANY BTranscontinental Ins. Co. Inc. P 0 Box 68 COMPANY C Redfield, AR 72132 COMPANY D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION HAVE BEEN ISSUED TO THE INSURED NAMED OF ANY CONTRACT OR OTHER DOCUMENT ABOVE FOR THE POLICY PERIOD WfTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. OMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) LIMITS POLICY EXPIRATION DATE (MM/DD/YY) A I GENERALLIABILITYI C901176271 08/01/98 08/01/99 GENERAL AGGREGATE 52, 000, 000 X COMMERCIAL GENERAL LIAO IL IT PRODUCTS-COMP/OPAGG s2, 000, 000 CLAIMS MADE r 1 OCCUR PERSONAL &ADV INJURY Si, 000, 000 WNER'S& CONTRACTOR'S PROT EACH OCCURRENCE 51, 000, 000 FIRE DAMAGE (Any one lire) 60,000 MED EXP (Any one person) 55 , 0 0 0 A AUTOMOBILE LIABILITY C00176276 08/01/98 08/01/99 COMBINED SINGLE LIMIT 51, OOO, OOO X ANY AUTO ALL OWNED AUTOS BODILY INJURY (Per person) SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY (Per accident) 5 X NON-OWNED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: _ EACH ACCIDENT S AGGREGATE S A EXCESS LIABILITY C801176280 08/01/98 08/01/99 EACH OCCURRENCE 51, 000, 000 AGGREGATE :1,000 000 X UMBRELLA FORM $ OTHER THAN UMBRELLA FORM B WORKERS COMPENSATION AND WCC601176278 EMPLOYERS' LIABILITY 08/01/98 08/01/99 X STATUTORY LIMITS EACH ACCIDENT 5100, 000 DISEASE-POLICY LIMIT :500,000 THE PROPRIETOR/ INCL DISEASE-EACH EMPLOYEE: 100, 000 PARTNERS/EXECUTIVE OFFICERS ARE: X EXCL OTHER DESCRIPTION Project: Systems (See OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Sanitary Sewer Main Rehabilitation, White River Watershed Mini 7 , 13A, 13B, 14, 15, and 18A Attached Schedule.) CERTIFICATE HOLDER: •' City of Fayetteville 113 W. Mountain, Room 326 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT Fayetteville, AR 72701 _ BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY UPON THE COMPANY, ITSITAGENTS OR REPRESENTATIVES. OF ANY KIINDZEDDURESENTA l�✓�/ (/ l./.Lt- ACORD25-S (3/93)1 of 2:.: _ #k12533 ! MIN :i O ACORDCORPORATION•1993' DESCRIPTIONS (Continued from page 1.) Owner as Additional Insured: City of Fayetteville Engineer as Additional Insured: Mc&elland Consulting Engineers, Inc. 1810 N. College Ave, P 0 Box 1229, Fayetteville, AR 72702 Engineer as Additional Insured: RJN Group, Inc. 5401 S. Sheridan Road, Suite 302, Tulsa, OK 74145 Cancellation Clause: Should any of the described policies be cancelled or allowed to expire before the expiration date thereof, the issuing company will mail thirty (30) days prior written notice to the Certificate Holder named. • C15GEM 25.2 (3)932 of 2 #12533 foii9'(: 1 3o inr: 0 ,.on? :nca bnsliO.r :bs-xuala isnallibbA as Iron1077 ytt t'sa v i ,ES'�C xofl C d ,9vA t"p.lioD .ti OICI quolD L1T,W 4bsruanI f!snotiibbA es Yesnipn3 2LIPV NO ,seluT .SOC eiiu2 .on ,1°Toio,SlooD yI.EIIiU A Enlbliu8 :7oetofq lo xcyo4s7noO bslisonso sof e9io.[Ioq bsdistaeb tris lo yr:S bi.eorlE :s©0131O nrDifllstnuD pntu?ai erii , io:179r{l sish not iirxigw9 arid frroIsd sxtax 03 bswolle Yo 9:isoiiii790 ooiion xoixa <ybb '(OE) yyxiriJ iism 1liw Ynr-:gmoa . borssr. •*obloH bsog ,3.54.nicn7 mina SOCSr PTA nsbiaeri2 .R t 0d . to a:'%?\c L2: InnE 1,. 1 1 1 1 �1 1. 1 1 1 1, 1 1 1 1 .1 o\GPTEi0,...... McCLELLAND ':y' V' CONSULTING ENGINEERS, Inc. 9 ,V%. No.24 MI ''nwionmen "�N st Zoo * I/j n� tPRO,SSIONA /`j F"Ei; A ENGINEER 1 No 46 xpoA k p f oT w V•♦N\;pr JUNE 1998 OtoML-7416" li-IICROFff,Mt,f, Contract Documents Sanitary Sewer Improvements White River Watershed Mini Systems 7, 13A, 13B, 14, and 15 Contract III prepared for the City of Fayetteville Fayetteville, Arkansas prepared by RJN Group, Inc. Consulting Engineers Dallas, Texas In association with McClelland Consulting Engineers, Inc. Fayetteville, Arkansas MCE Project No. FY962167 CITY OF FAYETTEVILLE, ARKANSAS WHITE RIVER WATERSHED MINI SYSTEMS 7, 13A, 13B, 14 and 15 SANITARY SEWER IMPROVEMENTS CONTRACT III ADDENDUM NO. 1 Release Date: July 7, 1998 Jnformation to Bidders: The Contract Documents for the above titled project are revised and amended as follows: 1. Segment Replacement Job No. 3027 and Point Repair Job Numbers 2043 and 2044 have been added to the Contract Documents. These are illustrated on the attached new PIartSheet 22 and revised Location Sheet No. 4 Due to the numerous changes in bid items a new Bid Schedule has been prepared and is attached, including Bid pages 1 through 37. Bidders shall complete this Addendum Bid Schedule, instead 'of using the Bid in the original Contract Documents. 2. Point Repair Job No. 2043 requires lining the inside of an existing deep manhole. The manhole lining procedure shall be in accordance with the attached specifications. Lintoleq SPccs, fo sbe peke) $o _floes Ri✓ - 3. The shallow manhole standard detail on Plan Sheet 20 contains conflicting dimensions for the riser. The riser shall be 18 -inches in size, not 15 -inches Bidders shall acknowledge receipt of this Addendum on the Bid (page 1) and on the outside of the sealed bid envelope. Very truly yours, McCLELLAND CONSULTING ENGINEERS, INC. Robert W. White, P.E. Vice President Attachments: Plan Sheets 4 and 22 Bid Section Manhole Lining Specifications C:IW ORK196196t 67'10+1:0 1 1 1 1 1 1 Information to Bidders: 1 The Contract Documents for the above titled project are revised and amended as follows: 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF FAYETTEVILLE, ARKANSAS WHITE RIVER WATERSHED MINI SYSTEMS 7, 13A, 136, 14 and 15 SANITARY SEWER IMPROVEMENTS CONTRACT III ADDENDUM NO. 2 Release Date: July 9, 1998 1. Addendum No. 1 was shipped for ovemight delivery to all planholders on Wednesday, July 8, 1998. It contained new Plan Sheet 22, which covers new Job Numbers 3027, 2043 and 2044. It also contained a new Bid Schedule, due to the revised quantities associated with the new Job Numbers. It did not contain the specifications governing rehabilitation of the intenor of a manhole covered by Job No. 2043. These specifications are attached. Very truly yours, McCLELLAND CONSULTING ENGINEERS, INC. GeJ Robert W. White, P.E. Vice President Attachment: Manhole Lining Specifications C:\W ORK1961961671AD12bn SPECIAL SPECIFICATIONS MANHOLE LINING SYSTEM A. GENERAL Under this section of the specifications, the contractor will provide a structural lining for the manhole in Job No. 2043. In constructing the structural lining, the contractor will have the option of using the Permaform system described below in section 'B' or a Glass - Fiber Reinforced Polyester Rehabilitation Manhole described below in section 'C'. With either option, the contractor will be required to excavate and remove the existing corbel and repair the existing incoming line as specified in the plans. B. PERMAFORM MANHOLE SYSTEM 1. General This method utilizes an internal forming system for placing a new and structurally independent 3" concrete wall within the existing structure. 2. Equipment Segmented, stackable steel forms having cylindrical and conical sections are employed. The assembled internal form shall have sufficient stiffness and strength to preclude shifting and/or collapse during concrete placement and to ensure safe man entry. The assembled form shall have an approximate cross section to provide the required minimum annular space. 3. Materials The concrete shall be Type I Portland cement mix with 5/8" minus coarse aggregate producing a mtmmum 4000 PSI compressive strength at full cure. A high-strength, quick setting cement grout shall be used as required for positioning and sealing the form at the manhole base and for maintaining active flows 4. Preparation The contractor shall employ adequate cleaning to remove loose material from the manhole, mindful that a chemical bond to the existing surface is not necessary. Existing steps that might interfere with the erection of the forms shall be removed. The contractor shall take all necessary precautions to prevent falling debns from damaging the trough and/or entering the sewer. Infiltration through existing manhole walls that would adversely affect the matenal used in the annular space shall be elinunated or reduced to an acceptable level SS -I 5. Installation Procedures a. The contractor shall place block-outs as needed to provide pipe inlets/outlets of the same diameter through the new concrete wall. All flows through the structure shall remain active unless otherwise indicated. c. The internal form shall be sized, erected and braced as necessary to assure that the new interior wall shall have a thickness of 3" extending from the manhole base to the bottom of the cone section, conforming generally to the interior dimensions of the existing structure and maintaining a 42" diameter or the maximum allowable by the existing dimension. The form shall be positioned, sealed and finished at the manhole base using cement grout to assure that concrete does not enter the sewer dung the operation. d. As the concrete is placed, it shall be consolidated to insure that it makes intimate contact with the plastic lined form and fill all pockets, seams and cracks: within the annular space. The contractor shall use adequate but not excessive vibration to prevent segregation of the concrete components. e. When the concrete has -sufficiently cured to preclude slump or damage, the form shall be moved. The connection pipes and drops shall be reinstated. A high strength, quick set grout shall be used to seal cracks and repair damage to the bench and invert. The manhole will be brought to final grade using a precast barrel section (if necessary), a concentric precast corbel, adjustment rings, and frame and lid constructed in accordance with specification section D2-14. 6. Quality Assurance The resultant concrete manhole wall shall be leak -free, smooth and free of honeycomb or areas of segregated aggregate. Any defects shall be promptly repaired and retested. Inspection and testing shall be performed by the contractor in the presence of the owner's representative. All work shall be performed by factory certified applicators. SS -2 C. GLASS -FIBER REINFORCED POLYESTER (FRP) REHABILITATION MANHOLES 1. General This specification shall govern for the fumishing of all work necessary to accomplish and complete the installation of glass -fiber reinforced polyester rehabilitation manholes. Glass -Fiber Reinforced Polyester Rehabilitation Manholes shall be a one-piece monolithic designed unit constructed of glass -fiber reinforcements, supplier -certified unsaturated isophthalic polyester resin, and chemically enhanced silica to improve corrosion resistance, strength and overall performance. FRP manholes shall be manufactured in strict accordance with ASTM D-3753 "Standard Specification for Glass -Fiber Reinforced Polyester Manholes", as manufactured by Fluid Containment, Inc., Conroe, Texas, "Flowtite" FRP manholes, or approved equal. 2. Governing Standards Manholes shall conform to the following design criteria: a. ASTM D-3753: Standard Specification for Glass -Fiber Reinforced Polyester Manholes b. ASTM C-581: Practice for Determining Chemical Resistance of Chemical Thermosetting Resins Used in Glass -Fiber Reinforced Structures Intended for Liquid Service. c. ASTM D-2412: Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel Plate Loading. ASTM D-695: Test Methods for Compressive Properties of Rigid Plastics e. ASTM D-2584: Test Method for Ignition Loss of Cured Reinforced Resins. f. ASTM D-790: Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and electrical Insulating Materials. g. ASTM D-2583: Test Method for Indentation Hardness of Rigid Plastics by means of a Barcol Impressor. h. AASHO H-20: Axial Loading SS -3 3. General Description a. The manhole shall be a circular cylinder, reduced at the top to a circular manway not smaller than 24" inside diameter. The manholes shall be custom made to fit the dimensions of the existing manhole. Nominal inside diameter shall be 42". Tolerance on the inside diameter shall be +/- 1%. The minimum wall thickness shall be 0.480" The Manway reducer must provide a bearing surface on which a standard ring and cover may be supported and adjusted to grade in accordance with specification section D2-14. The reducer shall be concentric and shall be joined to the barrel section at the factory with resin and glass fiber reinforcement, thus providing required monolithic design to prevent infiltration and/or exfiltration through the manhole. The manhole shall be manufactured in one class of load rating. This class shall be H-20 wheel load (minimum 16,000 pounds dynamic wheel load). d. Joints for sewer pipe line and drop connections sizes 4" - 12" shall be made by means of Inserta-Tee watertight compression connection. Installation shall be in strict accordance with manufacturer's written instnictions utilizing installation equipment approved for use by the manufacturer of the Inserta-Tee fitting. e. All manholes shall be marked in letters no less than 1" in height with the following information: I). Manufacturers Identification 2). Manufacturers Serial Number 3). Manhole Length 4). ASTM Designation 5). Installation assist marks (vertical lines 90 deg. apart at base of manhole). 4. Materials a. Resin: The resins used shall be unsaturated, supplier certified, isophthalic polyester resins. Mixing lots of resin from different manufacturers, or "odd -lotting" of resins shall not be permitted. Quality -assurance records on the resin shall be maintained. Non -pigmented Resin is required to allow for light or "sand" color of manhole surface in order tofacilitate easy from grade interior inspection. UV Inhibitors shall be added directly to restns to prevent photodegradation. Exterior gel -coating shall not be permitted. SS -4 Reinforcing Matenals: The reinforcing materials shall be commercial grade "E" type glass in the form of mat, continuous roving, chopped roving, roving fabric, or both, having a coupling agent that will provide a suitable bond between the glass reinforcement and the resin. c. Surfacing Material: If reinforcing material is used on the surface exposed to the contained substance, it shall be a commercial grade chemical -resistant glass or organic surfacing mat having a coupling agent that will provide a suitable bond with the resin. • Fillers and Additives: Fillers, when used, shall be inert to the environment and manhole construction. additives, such as thixotropic agents, catalysts, promoters, etc., may be added as required by the specific manufacturing process to be used to meet the requirements of this standard. However, calcium carbonate mixed by the fabricator shall not be permitted. The resulting reinforced plastic material must meet the requirement of this specification. e. Laminate: The laminate shall consist of multiple layers of glass matting and resin. The surface exposed to the sewer/chemical environment shall be resin rich and shall have no exposed fibers. 5. Requirements a. Exterior Surface: The exterior surface shall be relatively smooth with no sharp projections. Hand -work finish is acceptable if enough resin is present to eliminate fiber show. The exterior surface shall be free of blisters larger than 0.5 inches in diameter, delamination and fiber show. b. Interior Surface: The interior surfaces shall be resin rich with no exposed fibers. Interior surface shall be smooth for improved corrosion resistance and reduced sludge build-up. The surface shall be free of crazing, delamination, blisters larger than 0.5" in diameter, and wrinkles of 0.125" or greater in depth. Surface pits shall be permitted up to 6' 2" if they are less than 0.75" in diameter and less than 0.0625" deep Voids that cannot be broken with finger pressure and that are entirely below the resin surface shall be permitted up to 4' 2" if they are less than 0.5" in diameter and less than 0.0625" thick. c. Repairs: Any manhole repair is required to meet all requirements of this specification. SS -5 d. Manhole Lengths: Manhole lengths shall be in whole or 1/2 foot increments +/- 2". All tests shall be performed as specified in ASTM 3753, Section 8, Titled "Test Methods". See ASTM 3753, Section 8, Note 5, for Test method D-790 and test method D-695. f. Load Rating: The complete manhole shall have a minimum dynamic load rating of 16,000 Ib. When tested in accordance with ASTM 3753, 8.4 (note 1). To establish this rating the complete manhole shall not leak , crack, or suffer other damage when load tested to 40,000 ib and shall not deflect vertically downward more than 0.25" at the point of load application when loaded to 24,000 lb. g. Physical Properties: The cylindrical portion of the manhole is to be tested in accordance with ASTM Method D 2412. The manhole cylinder shall have the minimum pipe stiffness values shown in the table below, when tested in accordance with ASTM 3753, Section 8.5, (note 1). Flexural Strength (cone):Hoop: 15.4 x 103 psi Axial: 17.2 x 103 psi Flexural Strength (pipe):Hoop: 22.5 x 103 psi Axial:. 14.3 x 103 psi Compressive Strength: 18.9 x 103 psi h. Soundness: In order to determine soundness, an air or water test is to be applied to the manhole test sample. While holding the pressure between 3 -5 psi, the entire manhole must be inspected for leaks. Any leakage through the laminate is cause for failure of the test. Refer to ASTM 3753, Sec. 8.6. Chemical Resistance: Per ASTM C 581; (see ASTM 3753, Section 8.7), Flexural strength, flexural modulus, and barcol hardness are plotted versus time on log -log coordinates. The line defined by these points is extrapolated to 100,000 hours. The minimum extrapolation retention allowed for any of these properties is 50%. Test samples used are actual pieces of manhole or samples manufactured in a manner consistent in every way with the manhole component construction. SS -6 6. Certification When requested by the purchaser on his order, a certification shall be made the basis of acceptance. This shall consist of a copy of the manufacturer's test report or a statement by the supplier, accompanied by a copy of the test results, that the manhole has been sampled, tested, and inspected in accordance with the provisions of ASTM 3753 and this specification, and meets all requirements. Each certification so furnished shall be signed by an authorized agent of the supplier or manufacturer. • 7. Shipping and Handling Do not drop or impact the fiberglass manhole. Lift manhole with two slings on spreader bar in horizontal position or by use of 4" x 4" timber inserted crosswise inside the manhole to the underside of the collar with a rope or chain attached to backhoe or other lifting device. Manhole may be rolled, however, insure that ground is smooth and free of rocks, debris, etc. Use of chains or cables in contact with manhole surface is prohibited. 8. Installation Methods a. The manhole installation should strictly follow the manufacturers recommended installation procedures. b. Excavate an area around the top of the existing manhole sufficiently wide and deep for removal of the existing corbel. Measure and cut required length of fiberglass rehab liner. The bottom of the liner must be cut to fit the existing manhole invert as closely as possible. Make cut-outs in liner wall to accommodate existing inlets, drops, and cleanouts. d. To lift manhole, insert 4" x 4" timber crosswise inside the manhole to the underside of the collar with a rope or chain attached to backhoe or other lifting device. Lower FRP manhole into manhole and mortar liner bottom in place. A good bottom seal should be obtained in order to prevent loss of grout from the annular space between the outside of the liner and the interior wall of the existing manhole. An additional height of grout should be placed above the initial bottom seal. Reinstate all pipe inserts. A high strength, quick set grout shall be used to seal cracks and repair damage to the bench and invert. SS -7 e. Fill the annular space between the rehab liner and the existing manhole with a two sack mix of Portland Cement and sand. f Backfill should be place evenly around any exposed portions of the manhole in 12 inch maximum lifts and should thoroughly tamped to 90% Standard Proctor density before the next layer is installed. Backfill material shall be subject to approval by the engineer. The manhole will be brought to final grade using adjustment rings and a frame and lid constructed in accordance with specification section D2-14. D. MEASUREMENT AND PAYMENT This work shall be paid at the contract price for Point Repair, Job No. 2043. The puce shall be payment in full for performing the work as specified herein for either method of rehabilitation. Costs for all material, labor, existing pipe and manhole removed and disposed, pipe bedding and backfill material, and restoration shall be included in the contract price. SS -8 Building & Utility Contractors Inc. Contractor p.O. Box 68 Street Address Redfield. AR 72132 City & State 501-397-2594 Telephone VOLUME I CONTRACT DOCUMENTS SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION WHITE RIVER WATERSHED MINI SYSTEMS 7, 13A, 138, 14, AND 15 CONTRACT III CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS RJN GROUP INC. CONSULTING ENGINEERS DALLAS, TEXAS IN ASSOCIATION WITH MCCLELLAND CONSULTING ENGINEERS, INC. FAYETTEVILLE, ARKANSAS MCE PROJECT NO. FY692167 JUNE 1998 FY962167 CONTRACT DOCUMENTS SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION WHITE RIVER WATERSHED MINI SYSTEMS 7, 13A, 13B, 14, AND 15 CONTRACT III CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS JUNE 1998 I hereby state that these Contract Documents were prepared under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Arkansas. i�1�i/ 75. Ongme P.E. No. Date el R4 a_ •1_ t' L .ter...._... -.17 s i. J., , : 1' �..L , s ‘v 1/4.f..:::.:::4:...::-..t)e ..4 14 A' . r i..4.1 14 if. •t.J dv. / . / CONTRACT DOCUMENTS FOR THE CITY OF FAYETTEVILLE SEWER SYSTEM IMPROVEMENTS TABLE OF CONTENTS TITLE SECTION PAGES VOLUME 1 BIDDING DOCUMENTS A INVITATION TO BID 1 - 3 INSTRUCTION TO BIDDERS* 1 - 12 BID 1 - 29 BID BOND 1 - 2 SUBCONTRACTORS 1 STATEMENT OF EXPERIENCE OF BIDDER 1 STATEMENT OF COMMITMENT 1 CONTRACTUAL DOCUMENTS B AGREEMENT 1 - 3 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND 1 - 2 MAINTENANCE BOND 1 CERTIFICATE OF OWNER'S ATTORNEY 1 CONDITIONS OF THE CONTRACT GENERAL CONDITIONS* C 1 - 90 SUPPLEMENTARY CONDITIONS Cl 1 - 5 CONSTRUCTION FORMS D SUBMITTAL RECORD 1 PERIODIC PAYMENT FORMS 1 - 4 CHANGE ORDER 1 - 3 CONSTRUCTION LETTER 1 FY962167 2/98 1 Contract Documents TOC City of Fayetteville Sanitary Sewer Improvements TABLE OF CONTENTS (Cont.) TITLE SECTION PAGES SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS* D1 DIVISION 2 - SITE WORK* D2 INSURANCE FORMS E 1 CONSTRUCTION EASEMENTS AND CONDITIONS F VOLUME II CONTRACT DOCUMENTS * Section has individual Table of Contents FY962167 2/98 2 Contract Documents TOC City of Fayetteville Sanitary Sewer Improvements I I I Li I I I CITY OF FAYETTEVILLE SANITARY SEWER MAIN REPLACEMENT AND WHITE RIVER WATERSHED REHABILITATION MINI SYSTEMS 7, 13A, 13B, 14 AND 15 CONTRACT III Separate sealed bids for Sanitary Sewer Main Replacement and White River Watershed Rehabilitation, Mini Systems 7, 13A, 13B, 14 and 15 in Fayetteville, Arkansas are invited and will be received at the office of the Purchasing Officer located at 113 W. Mountain, Room 326, Fayetteville, Arkansas, 72701 on or before, but no later than 2:00 PM, Local Time, on July 14,1998 and immediately thereafter or as soon thereafter as is practicable all bids received will be publicly opened and the bid prices read aloud. The proposed work consists of the construction of approximately 7448 linear feet of:6-inch through 18 -inch diameter replacement sewers, 42 sewer point repairs, and construction of approximately 73 manholes. ' Sealed envelopes or packages containing bids shall be marked or endorsed "Sanitary Sewer Main Replacement and Rehabilitation, White River Watershed, Mini Systems 7, 13A, 13B, 14 and 15, ' Contract III, in Fayetteville, Arkansas. Bidders shall mark or endorse the sealed envelope with their Arkansas State Contractor's Licence Number. CONTRACT DOCUMENTS I Li C I Copies of the Contract Documents are on file and are available for inspection at the office of McClelland Consulting Engineers, Inc., 1810 N. College Avenue, P. O. Box 1229 Fayetteville, Arkansas, 72702. A pre -bid meeting shall be held in room 326 at 113 W. Mountain, Fayetteville, Arkansas, on July 6, 1998 at 2:00 p.m. Said Contract Documents are by this reference incorporated into and made a part of this Invitation to Bid and should be consulted for full particulars. FY962167 ' 11/97 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 $90.00 in check or money order for each set of documents obtained. The Contract Document fee is non-refundable. 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. The Owner reserves the right to reject all bids for failure to comply with all requirements of this notice or any of the Contract Documents;'however, the Owner may waive any minor defects or informalities at its discretion. The Owner reserves the right to defer the acceptance of any bid and the execution of a contract for a period not exceeding ninety (90) days after the date of opening of bids. Extension of time beyond the ninety (90) day period after the date of opening of bids may be made only by mutual agreement between the Owner, the successful bidder and the Surety for the successful bidder. AWARD OF CONTRACT Unless all bids are rejected the contract award will be made to the lowest, responsible, responsive Bidder. In determining who is the lowest responsive, responsible bidder, the Owner will consider all relevant factors which the Owner may consider in determining who is the lowest responsive, responsible bidder. Any bid may be modified or withdrawn prior to the above scheduled time for the opening of bids. No bidder may withdraw a bid within 90 days after the actual date of the opening thereof. The successful bidder shall furnish a Performance 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 11/97 All questions or correspondence concerning the plans and specifications shall be directed to the Engineer, McClelland Consulting Engineers, Inc., P a Box 1229, 1810 North College, Fayetteville, AR 72702, Phone No. (501) 443-2377. City of Fayetteville, Arkansas Peggy Vice Purchasing Officer Publication: June 28. 1998 July 5, 1998 Bid # FY962167 11/97 98-61 3 Invitation to Bid City of Fayetteville Sanitary Sewer Improvements I I I I SUBJECT TABLE OF CONTENTS FOR INSTRUCTIONS TO BIDDERS 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 IF 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. 4 L DESIGNATION OF SUBCONTRACTORS . . . . . . . . . 4 ' M BID SUBMITTAL . . • 4 N WITHDRAWAL OF BID . . . . . •• • • . 4 O QUALIFICATION OF BIDDERS . . . . . . . .•• 4 P DISQUALIFICATION OF BIDDERS . . . . . . . . . . 5 ' Q PENALTY FOR COLLUSION . . . . . . . . . . • . . 5 R LICENSE 6 S PRECONSTRUCTION CONFERENCE . . . . . . . . . . 6 IT BID OPENING . . . . . . . . . . . . • • . . . .• 6 U AWARD OF CONTRACT 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. . . . . . . . . . 10 FF TRENCH AND EXCAVATION SAFETY SYSTEM . . . . . 10 r1 I I IFY962167 11/97 n ' INSTRUCTIONS TO BIDDERS ' A. Examination of Site Before submitting his Bid, each prospective Bidder shall ' familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all laws, regulations, and other factors affecting performance of the ' Work. He shall carefully correlate his observations with the requirements of the Contract Documents and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will ' constitute a representation of compliance by the Bidder. There will be no subsequent financial adjustment for lack of familiarization. B. Easements Portions of the improvements under this project may involve ' construction on private property for which easements have been secured by the Owner. Work performed on, or use of such easements, shall be subject to the provisions of the ' easement agreements on file and open to inspection in the office of the Owner. ' C. Examination of Bidding Documents Each Bidder by making his Bid represents that he has read and understands the Bidding Documents. The Bidder shall include in his bid prices any and all costs that may be necessary to complete the work in accordance with the requirements of the Contract Documents. ' D. Interpretation of Contract Documents ' Questions regarding documents, discrepancies, omissions, or intent of the Specifications or drawings shall be submitted in writing to the Owner through the Engineer, at least ten days prior to opening of bids to provide time for issuing ' and forwarding an addendum. Any interpretation of the Contract Documents will be made only by addendum duly issued or delivered by the Owner to each person receiving a set of ' documents. The Owner will not be responsible for any other explanations or interpretations of the Contract Documents. I Instructions to Bidders ' City of Fayetteville Sanitary Sewer Improvements FY962167 11/97 1 I E. Material Substitution. , Each Bidder shall base his Bid upon the materials and equipment as described in the Bidding Documents. The successful Contractor will not be allowed to make any substitutions on his own initiative, but in each. instance will be required to obtain authorization from the Owner before installing any work in variance with requirements of the Contract Documents. F ;cl Approxima 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 Only bids which are made out on the Bid Form included in this document will be considered. The Bid Form must not be separated from this document. Amounts are to be shown in both words and figures where indicated. In case of discrepancy between words and figures the words shall prevail, unless it clearly appears in Owner's opinion that the words rather than the figures are in error. If any portion of the Bid is required to be given in unit prices and totals and a discrepancy exists between the unit price totals, the unit prices shall prevail, unless it clearly appears in Owner's opinion that the unit prices rather than the total are in error. If a discrepancy exists between the total base Bid and the true sum of the individual Bid items, the true sum shall prevail. A Bid will be rejected if it does not contain a price for each and every item named in the bidding schedule. Bidders are warned against making any erasures or alterations of any kind, and Bids which contain omissions, erasures, conditions, alterations, or additions not called for may be rejected. If a deficiently prepared bid is not rejected, the Owner may demand correction of any deficiency and award the Contract to the bidder upon satisfactory compliance with the Instructions. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements FY962167 11/97 7 I I I H J LI I [I I I. ' 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. The bonds shall be executed by a resident local agent who ' shall be entitled to the full commission paid local agents and who shall be licensed by the Insurance Commissioner to represent the surety company executing the bond and filing with the bond the agent's power of attorney as his authority. The mere countersigning of a bond will not be sufficient. ' 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. I IFY962167 11/97 P, Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements I 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 , 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 1. Each Bid, properly signed, together with the Bid security and all documents bound herewith; shall be enclosed in' a sealed envelope addressed and entitled as specified in the Invitation to Bid and delivered to the office designated in the Invitation to Bid. 2. Each Bidder shall submit with his Bid one copy of Volume I of the Contract Documents with all Addendum and the "Subcontractors" form contained in this document. *•tern• C Any Bid may be withdrawn at any time prior to the hour fixed in the Invitation to Bid for the opening of Bids, provided that a request in writing, executed by the Bidder, or his duly authorized representative, for the withdrawal of such Bid is filed with the Owner prior to the time specified for opening of Bids. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid. O qualification of Bidders 1. It is the intention of the Owner to award a Contract only to a Bidder who furnishes satisfactory evidence that he has the requisite experience and ability and that he has sufficient capital, facilities, and plant to enable him to prosecute the work successfully and promptly, and to complete the work within the time specified in the Contract Documents. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements FY962167 11/97 4 I 2. Each Bidder shall submit with his Bid the executed Bidder's "Statement of Experience" form and "Statement of Commitment" form contained in this document. ' 3. The Owner reserves the right to require the three lowest Bidders to file proof within seven (7) calendar days of 1 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 1 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 1 prescribed requirements before Award of Contract by the Owner. 6. In order to perform public work, the successful Bidder shall, as applicable, hold or obtain such Contractor's and Business Licenses as required by State statutes and the Rules and Regulations of the Arkansas Contractor's Licensing Board. P. Disqualification of Bidders ` More than one Bid for the same work described in this document from an individual, firm or partnership, a ' corporation or an association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one Bid for the work contemplated will cause the rejection of all Bids in which such Bidder is interested. If there is reasonable grounds for believing that collusion exists among the Bidders, the Bids of the participants in such collusion will not be considered. Q. Penalty for Collusion ' If at any time it shall be found that the person, firm, or corporation to whom the Contract has been awarded has, in presenting any Bid or Bids, colluded with any other party or parties, then the Contract so awarded shall be null and void, and the Contractor and his sureties shall be liable to the Owner for all loss or damage which the Owner may suffer thereby, and the Owner may advertise for new Bids for said Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements FY962167 11/97 5 work. a 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. 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 U 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 1. The Owner shall award a contract to the Bidder whom, in the Owner's judgement, is the lowest responsive, responsible Bidder. The Owner reserves the right to reject all Bids, to waive informalities, and to reject nonconforming, nonresponsive, or conditional Bids. 2. In evaluating Bids, Owner shall consider the • qualifications of the Bidders whether or not the Bids comply with the prescribed requirements, and alternatives and unit prices if requested in the Bid Form. Owner may consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment), and may reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. 3. A responsive Bidder shall be one who has responded accurately to all requirements of these Contract Documents and the preparation and submission of his Bid If any alterations, erasures or changes are made to the printed Bid Form, the Bid shall be considered nonresponsive. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements FY962167 11/97 - - 6 n 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 Agreement. The Owner will within ten days from receipt of acceptable Performance Bonds and Agreement (signed by Contractor) sign the Agreement and return to the Contractor an executed duplicate of the Agreement. X. Failure to Execute Agreement and File Bonds and Insurance Failure of a successful Bidder to execute the Agreement and file required bonds and insurance within the required time shall be just cause for the annulment of the awards. On failure of a successful Bidder to execute the Agreement and 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. I I FY962167 11/97 7 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements I I Y LO 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, unless extensions of time are granted by the Owner. 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 ofa written Notice to Proceed, shall substantially complete all work in accordance with the terms and conditions of the Contract Documents in 180 calendar days, and shall complete all work in accordance with the terms and conditions of the Contract Documents in a total of 225 calendar days. The Notice to Proceed will be issued after receipt of acceptable insurance, bonds, and other required items. Information Not arant d 1. All information given on the Drawings or in the other Contract Documents relating to subsurface and other conditions, natural phenomena, existing pipes, and other structures is from the best sources at present available to the Owner. All such information is furnished only for the information and convenience of bidders and is not guaranteed. 2. It is agreed and understood that the Owner neither warrants nor guarantees 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 contractors 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 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements FY962167 11/97 8 I I I El I I I I I [I 11 I U 11 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 Ii. 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 1 in proceedings pursuant to Article 30 (Arbitration) of the General Conditions of this contract. 2. In the event this contract is terminated as provided in the paragraph (1) above, the Owner shall be entitled: a) to pursue the same remedies against the Contractor as it could pursue in the event of a breach of the contract by the Contractor, and 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 I FY962167 11/97 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements I PLJ contract. DD. Subcontracts Under Construction Contracts The award or execution of all subcontracts by a prime r 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 termina ion Arkansas Prevailing Wage Determination Number 97-432 1 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. 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. FF. Trench and Excavation Safety System In accordance with ACT 291 of 1993, bidders must provide a separate price for trench and excavation safety programs in the space provided on the bid form. Failure to do so will subject the bidder to disqualification. I END OF INSTRUCTIONS TO BIDDERS SECTION I U II Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements FY962167 11/97 10 RECEIVED JUN 1 9 1953 J Mike Huckabee James L. Salkeld Co mr Director 1 STATE OF ARKANSAS 5 ;y.i ARKANSAS DEPARTMENT OF LABOR 10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190 (501) 682.4500 • FAX: (501) 682-4535 • TDD: (800) 285-1131 June 18, 1998 Robert W. White McClelland Consulting Engineers, Inc. PO Box 1229 Fayetteville, AR 72702 Re: Sewer Rehabilitation I. Contract III Fayetteville, Arkansas Washington County Dear Mr. White: In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 97-432 establishing the minimum wage rates to be paid on the above -referenced project. These rates were established pursuant to the Arkansas Prevailing Wage Law, Ark. Code Ann. §§ 22-9-301 to 22-9-315 and the administrative regulations promulgated thereunder. If the work is subject to the Arkansas Prevailing Wage Law, every specification shall.include minimum prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark. Code Ann.§§22-9-308(b)(2). Also, the public body awarding the contract shall cause to be I. inserted in the contract a stipulation to the effect that not less than the prevailing hourly rate of wages shall be paid to all workers performing work under the contract. Ark. Code Ann. §22-9-308(c). Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. Ark. Code Ann. §22-9-309(a). Also enclosed is a "Statement of Intent to Pay Prevailing Wages" form that should be put in your specifications along with the wage determination. The General/Prime Contractor is responsible for getting this form filled out and returned to this office within 30 days of the Notice to Proceed for this project. Please notify me when you issue your Notice to Proceed for this proJect If you have any questions, please call me at (501) 682-4536. Sincerely, Don Cash Prevailing Wage Investigator i I Page 1 of 1 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - HEAVY RATE DATE: June 18, 1998 PROJECT: SEWER REHABILITATION CONTRACT III FAYETTEVILLE, ARKANSAS DETERMINATION #: 97-432 COUNTY: Washington EXPIRATION DATE: 12-18-98 SURVEY #: 797-AH05 BASIC HOURLY FRINGE CLASSIFICATION RATE BENEFITS Bricklayer/Pointer, Cleaner, Caulker 7.75 Carpenter 10.35 1.90 Concrete Finisher/Cement Mason 9.40 .72 Electrician/Alarm Installer 12.00 .46 Ironworker 15.50 5.87 Laborer 7.75 Pipelayer 8.90 Truck Driver 9.20 Power Equipment Operators: 1 Bulldozer Backhoe, Rubber tired 1 yd. or less HI 11 Crane, Derrick, Dragline, Shovel & Backhoe, 1-1/2 yds. or less Crane, Derrick, Dragline, Shovel & Backhoe, over 1-1/2 yds Front End Loader Mechanic Motor Patrol, Finish Motor Patrol, Rough Roller Scraper, Rough 12.55 9.70 11.90 14.00 1.65 11.85 14.70 13.05 9.00 .17 8.05 11.25 Welders --receive rate prescribed for craft performing operation to which welding is incidental. Certified July 1, 1997 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 X O V 0 -al -u G y I00 ao o U 3 e o W � •o � X O oA G -• • y r d L 1 1• a a a :; ` ti o cc Q socG z F 3j'io^ m a 1 E G U" v F �d ovcy w z =gib a Cd Fd Ozy ep°c a��i F c o w a' F+ 0 0 •a VyOI I. Paz s Cb o Y •- 3'0 i aid ocE C) viw3 3 O O G O N O O E m t 3 U •- o a • c.3 C I I I a CITY OF FAYETTEVILLE, AR SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION WHITE RIVER WATERSHED MINI SYSTEMS 7, 13A, 13B, 14 AND 15 CONTRACT III Name of Bidder: Business Address: ' Date: I I I I Li I I I 'I I I 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, a, , 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. 311 fs4834I1IJS31 Bidder agrees to perform all the work described in the Contract Document for the following unit prices. The Bid Schedule includes SCHEDULE A for work on Fayetteville facilities and SCHEDULE B for work on university of Arkansas facilities. Only one Contract will be awarded, by the City of Fayetteville for all of the work. The University will reimburse the City for SCHEDULE B work. Addendum No. 1 FY962167 Bid City of Fayetteville i sanitary Sewer Improvements Note: Bids shall include sales tax applicable taxes. SCHEDULE A CONSTRUCTION OF SANITARY (Per Section D2-13) PAY APPROXIMATE DESCRIPTION OF ITEMS ITEM QUANTITY BID PRICES WRITTEN IN and all SEWERS WITH WORDS other UNIT PRICE AMOUNT BID A1A1 3180 LF 8" PVC Sewer Pipe 0'-6' Deep Twenty -Five Dollars & No Cents per LE ($_25.00) ($79.500.00) A1A2 1584 LF 8" PVC Sewer Pipe 6' - 10' Deep Forty Dollars & No Cents per LE ($_40.00) ($63,360.00) A1A3 35 LF 8" PVC Sewer Pipe 10' - 14' Deep Sixty Dollars & No Cents per LE (t60.94) ($2.100.00) A1B1 569 LF 18" PVC Sewer Pipe 6' - 10' Deep Fifty Dollars & No Cents per LE Bid Addendum No. 1 City of Fayetteville FY962167 2 Sanitary Sewer Improvements * I' PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE A1B2 130 LF 18" PVC Sewer Pipe 10' - 14' Deep Eighty Dollars & No Cents per LF A1B3 80 LF 18"PVC Sewer Pipe 14' - 18' Deep One Hundred Fifty Dollars & No Cents per LE A1B4 95 A1B5 180 A1C1 20 Addendum No. 1 F1962 167 LF 18" PVC Sewer Pipe 18' - 22' Deep Eighty Dollars & No Cents per LE LF 18" PVC Sewer Pipe 22' - 26" Deep Two Hundred Fifty Dollars & No Cents per LF LF 6" D.I. Sewer Pipe 0' - 6' Deep AMOUNT BID 1 1 6 11 Twenty Dollars & No Cents per LE (S29.0Q) Bid City of Fayetteville 3 Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID A1C2 16 LF 6" D.I. Sewer Pipe 6' - 10' Deep Thirty Dollars & No Cents per LF A1D1 497 LF 8" D.I. Sewer Pipe, 0' - 6' Deep Thirty Dollars & No Cents per LE A1E1 43 EA 48" Standard Manhole, ;0 - 6' Deep one Thousand Five Hundred Dollars & No Cents per EA A1E1.1 61 VF 48" Standard Manhole, Extra Depth over 6' Two Hundred Dollars & No Cents per YE A1E2 3 EA 48" Drop Manhole, 0' - 6' Deep Two Thousand Dollars & No Cents per EA Addendum No. 1 FY962167 • •4 • I• Bid City of Fayetteville 4 Sanitary Sewer Improvements PAY ITEM APPROXIMATE QUANTITY DESCRIPTION OF ITEMS BID PRICES WRITTEN IN WITH WORDS UNIT PRICE AMOUNT BID A1E2.1 14 VF 48" Drop Manhole, Extra Depth over 6' Two Hundred Fifty Dollars & No Cents per VF ($250.00) ($x,500.00) A1F1 69 EA 4" Service Connection Hundred One Fifty Dollars & No Cents per EA ($150.00) ($10,350.00) A1F2 8 EA 6" Service Connection . Two Hundred Dollars & No Cents per.EA ($200.00) ($1.600.00) A1F3 400 LF 4" PVC Service Line Fifteen Dollars & No Cents per LE ($159.4) ($65000,00) A1F4 55 LF 6" PVC Service Line Addendum No. 1 FY962167 Twenty -Five Dollars & No Cents per LE ($2549.) ($1.375.O0) Bid City of Fayetteville 5 Sanitary Sewer Improvements PAY ITEM APPROXIMATE QUANTITY DESCRIPTION OF ITEMS BID PRICES WRITTEN IN WITH WORDS UNIT PRICE AMOUNT BID A1F5 5 EA Service Cleanout Hundred Two Fifty Dollars & No Cents per EA ($250.00) ($1 250.00) A1G1 260 LF Sidewalk Repair Twenty -Five Dollars & No Cents per LE ($25.00) ($6,500,00) A1H1 250 LF Curb & Gutter Repair Twenty -Five Dollars & No Cents per LE ($25.Q0) ($6.250.00) All]. 60 LF Concrete Driveway Repair one Hundred Dollars & No Cents per LE ($100.00) ($6,000.00) A1J1 2280 LF Asphalt Street Repair Forty -F v Dollars & No Cents per LF ($45.00) ($102.600.00) Bid Addendum No. 1 City of Fayetteville FY962167 6 Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID A1K1 250 LF Concrete Street Repair Fifty Dollars & No Cents per LF ($50.00) ($12,500.00) A1L1 60 LF Asphalt Highway Repair One Hundred Dollars & No Cents per LF ($100.00) ($6,000.00) A1M1 7 CY Concrete Encasement One Hundred Fifty Dollars & No Cents per ax ($150,00) ($1.050.00) A1N1 80 LF Gravel Driveway Repair Fifteen Dollars & Na Cents per LE ($15.O0) ($1.200.00) AfN2 960 CY Red Cherty Clay Compacted Under Future Street for Job No. 3026 Thirty Dollars & No Cents per S.X ($39�Q.Q) ($28,800.00) Bid Addendum No. 1 City of Fayetteville FY962167 7 Sanitary Sewer Improvements APPROXIMATE DESCRIPTION OF ITEMS WITH a... ..mtm 7 nwn DDTnt.e }.}DTR.Tt' TM WfDf1C CY ROCK txcavatlon sixty -Five Dollars & No Cents per CY ($§5.QQ) ($37.700.00) EA Clay or Concrete Dams Two Hundred Fifty Dollars & No Cents per EA ($250.00) ($5.000.00) EA Concrete Piers at Creek Crossing 0' - 6' Tall Five Hundred Dollars & ($500.00) ($2.000.00) No Cents per EA EA Concrete Piers at Creek Crossing 6' - 15' Tall Two Thousand Five Hundred Dollars & No Cents per EA (S2,500,00) ($10,000.00) LF Trench Safety, Sewer Replacements Ten Dollars & No Cents per LE ($10.00) ($63.860.00) Addendum No. 1 FY962167 Bid City of Fayetteville Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID A1S1 30 CY Trench Foundation Material Fifteen Dollars & No Cents per CI A1T1 1 EA Remove Manhole, Do Not Replace Five Hundred Dollars & No Cents per EA A1U1 3 EA Abandon Manhole .Five Hundred Dollars & Na Cents per EA A1V1 3 EA Short Bores Two Thousand Dollars & No Cents per EA A1W1 450 TN Riprap Fifty Dollars & No Cents per TN .•. . 11 11 ($15.00) ($450.00) 1 1 1 1 1 1 / 1 '/ 11 11 11 111 11 111 11 1 1 1ttfll 1uIIWhIIj Bid Addendum No. 1 City of Fayetteville FY962167 9 Sanitary Sewer Improvements SCHEDULE A Y SEWERLINE POINT (per Section D2-11) JOB NO./ PAY ITEM APPROXIMATE DESCRIPTION OF ITEMS WITH QUANTITY BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID A2001 1 LS Point Repair 5 LF 8" PVC Sewer Pipe One Thousand Five Hundred Dollars & No Cents per LS ($1,500.00) ($1.500.00) A2002 1 LS Point Repair 6 LF 8" PVC Sewer Pipe, Service Lateral One Thousand Seven Hundred Fifty Dollars & No Cents per LS ($1.750.00) ($1,750.00) A2003 1 LS Point Repair 10 LF 8" D.I. Sewer Pipe, Concrete Encasement one Thousand Eight Hundred Dollars & No Cents per LS ($1.800.00) ($1.800.00) A2004 1 LS Point Repair 10 LF 8" PVC Sewer Pipe, Service Lateral, Clay Dam one Thousand Eight Hundred Dollars & No Cents per La ($1.800.00) ($1,800.00) Bid Addendum No. 1 City of Fayetteville FY962167 10 Sanitary Sewer Improvements JOB NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID A2005 1 LS Point Repair 10 LF 6" PVC Sewer Pipe one Thousand Two Hundred Dollars & No Cents per LS ($1,200.00) ($1,200.00) A2006 1 LS Point Repair 10 LF 6" PVC Sewer Pipe, Clay Dam One Thousand Six Hundred Fifty Dollars & No Cents per LS ($1,650.00) ($1.650.00) A2007 1 LS Point Repair 10 LF 6" PVC Sewer Pipe, Service Lateral One Thousand Seven Hundred Dollars & No Cents per LS ($1,700.00) ($1,700.00) A2008 1 LS Point Repair 25 LF 8" PVC Sewer Pipe One Thousand Four Hundred Dollars & No Cents per LS ($1.400.00) ($1.400.00) A2009 1 LS Point Repair 15 LF 8" PVC Sewer Pipe, Service Lateral, Clay Dam Ono Thousand Right Hundred Dollars & Na Cents per LS ($r,800.00) ($1,800.00) Bid Addendum No. 1 City of Fayetteville FY952167 11 Sanitary Sewer Improvements JOB NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID A2010 1 LS Point Repair 10 LF 8" PVC Sewer Pipe, Service Lateral, Clay Dam One Thousand Eight Hundred Dollars & No Cents per La ($1.800.00) ($1,800.00) A2011 1 LS Point R Service Service One Tho No epair 35 LF 4" PVC Lateral, Plug in Manhole "sand Six Hundred Dollars & Cents per LS ($1. 600.00) ($1,600.00) A2012 1 LS Point Repair 10 LF 6" PVC Sewer Pipe One Thousand Four Hundred Dollars & No Cents per La ($1.400.00) ($1,400.00) A2013 1 LS Point Repair 20 LF 10" D.I. Sewer Pipe One Thousand Five Hundred Dollars & No Cents per LS ($1,500.00) ($1,500.00) Bid Addendum No. 1 City of Fayetteville FY962167 12 Sanitary Sewer Improvements JOB NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID A2014 1 LS Point Repair 20 LF 16" D.I. Sewer Pipe, Concrete Encasement Two Thousand Five Hundred Dollars & No Cents per La ($2,500.00 ($2,500.00) A2015 1 LS Point Repair 10 LF 8" PVC Sewer Pipe, Clay Dam One Thousand Six Hundred Dollars & No Cents per LS ($1,600.00) ($1.600.00) A2016 1 LS Point Repair 10 LF 12" PVC Sewer Pipe, Clay Dam one Thousand Seven Hundred Dollars & No Cents per LS (81,700.00) ($1.700.00) A2017 1 LS Point Repair 40 LF,4" PVC Service Lateral One Thousand Six Hundred Dollars & No Cents per LS ($1:600.00) ($1-600,00) Bid Addendum No. 1 City of Fayetteville FY962167 13 Sanitary Sewer Improvements JOB NO./ PAY ITEM APPROXIMATE QUANTITY DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID A2018 1 LS Point Repair 15 LF 8" PVC Sewer Pipe, Clay Dam one Thousand Six Hundred Fifty Dollars & No Cents per LS ($1,650.00) ($1,650.00) A2019 1 LS Point Repair 10 LF 6" PVC Sewer Pipe, Clay Dam Thousand Six Hundred One Fifty Dollars & No Cents per LS ($1,650.00) ($1.650.00) A2020 1 LS Remove and Replace Manhole, Plug Abandoned Sewer One Thousand Five Hundred Dollars & No Cents per La ($1,500.00) ($1,500.00) A2021 1 LS Point Repair 25 LF 8" PVC Sewer Pipe One Thousand Seven Hundred Fifty Dollars & No Cents per LS ($1,750.00) ($1,750.00) Bid Addendum No. 1 City of Fayetteville FY962167 14 Sanitary Sewer Improvements JOB NO./ PAY ITEM APPROXIMATE DESCRIPTION OF ITEMS WITH QUANTITY BID PRICES WRITTEN IN WORDS UNIT AMOUNT PRICE BID A2022 1 LS Point Repair 10 LF 8" PVC Sewer Pipe Thousand Six Hundred One Dollars & No Cents per LS ($1,600,00) ($1-600,00) A2023 1 LS Point Repair 10 LF 8" PVC Sewer Pipe one Thousand Six Hundred Dollars & No cents per LS ($1600.00) ($1.600.00) A2024 1 LS Point Repair 10 LF 8" PVC sewer Pipe One Thousand Six Hundred Dollars & No Cents per LS ($1.600.00) ($1.600.00) A2025 1 LS Point Repair 10 LF 8" PVC Sewer Thousand Pipe Six Hundred One Dollars & No Cents per Li ($1.600.00) ($1.600.00) A2026 1 LS Point Repair 54 LF 8" PVC Sewer Two Pipe Five Hundred Thousand Dollars & No Cents per L ($3,500.00) ($2,500.00) Bid Addendum No. 1 city of Fayetteville FY962167 15 Sanitary Sewer Improvements JOB NO./ PAY ITEM APPROXIMATE DESCRIPTION OF ITEMS WITH QUANTITY BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID A2027 1 LS Point Repair 30 LF 8" PVC Sewer Pipe one Thousand Eight Hundred Dollars & No Cents per LS ($1,800.00) ($1.800.00) A2028 1 LS Point Repair 10 LF 8" PVC Sewer Pipe one Thousand Eight Hundred Dollars & No Cents per LS ($1.800.00) ($1.800.00) A2029 1 LS Point Repair 10 LF 8" PVC Sewer Pipe one Thousand Eight Hundred Dollars & No Cents per LS ($1,800.00) ($1.800.00) A2030 1 LS Point Repair 10 LF 8" PVC Sewer Pipe One Thousand Six Hundred Fifty Dollars & No Cents per LS ($1.650.00) ($1,650.00) Bid Addendum No. 1 City of Fayetteville FY962167 16 Sanitary Sewer Improvements JOB NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID A2031 1 LS Point Repair 10 LF 8" PVC Sewer Pipe One Thousand Eight Hundred Dollars & No Cents per LS ($1-800,00) ($1.800.00) A2032 1 LS Point Repair 161 LF 6" PVC Sewer Pipe Five Thousand Dollars & No Cents per LS ($5.000.00) ($5.000.00) I. A2033 1 LS Point Repair 10 LF 6" PVC Sewer Pipe one Thousand Six Hundred Fifty Dollars & No Cents per LS ($1.650.00) ($y 650.00) A2034 1 LS Remove and Replace Manhole one Thousand Five Hundred Dollars & No Cents per LS ($L 50o.o0) ($ 500.00) Bid Addendum No. 1 city of Fayetteville FY962167 17 Sanitary Sewer Improvements I JOB NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID ' A2035 1 LS Raise Manhole to Grade Five Hundred Dollars & No Cents per LE ($500,00) ($500.00) ' A2042 1 LS Point Repair replace one pier and underpin a second pier Four Thousand Five Hundred Dollars & No Cents per LS ($4,500.00) ($4.500.00) A2044 1 LS Raise Manhole to Grade, Asphalt Highway Repair. Five Hundred Dollars & ' No Cents per LS ($500.00) ($500.00) A2A1 40 LF Additional pipe installed varying in diameter from 4" Ito 8" complete in place including backfill material, service connections, compaction, and surface restoration in paved areas per Section D2-11 Ono Hundred Fifty Dollars & 1 No Cents per LF ($150,00) I 1 Bid ' Addendum No. 1 City of Fayetteville FY962167 18 Sanitary sewer Improvements I JOB NO./ PAY ITEM APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID A2A2 60 I A2A3 20 I A2A4 20 I I. LF Additional pipe installed varying in diameter from 4" to 8" complete in place including backfill material, service connections, compaction and surface restoration in non -paved areas per Section D2-11 Two Hundred Dollars & Na Cents per LE LF Additional pipe installed varying in diameter from 10" to 16" complete in place including backfill material, service connections, compaction and surface restoration in paved areas per Section D2-11 one Hundred Fifty Dollars & No Cents per LE LF Additional pipe installed varying in diameter from 10" to 16" complete in place including backfill material, service connections, compaction and surface restoration in non -paved areas per Section D2-11 Addendum No. 1 FY962167 Dollars & No Cents per LE ($390.2Q) ($6.000.00) Bid City of Fayetteville 19 Sanitary Sewer Improvements JOB NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH ITEM QUANTITY BID PRICES WRITTEN IN WORDS A2A5 1 LS Trench Safety, Schedule A Point Repairs Eighty -Five Thousand Dollars & No Cents per LS Addendum No. 1 FY962167 UNIT AMOUNT PRICE BID Bid City of Fayetteville 20 Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH ITEM QUANTITY BID PRICES WRITTEN IN WORDS A3A 1 LS Surface Video Documentation Per Section D1-3. Five Thousand Dollars & No Cents per LS A4A 10 EA Exploratory Excavations per Section D1-]. and D2-9 One Thousand Five Hundred Dollars & No, Cents per EA A5A 1 EA Abandon Manholes per Section 2-13 Five Hundred Dollars & No Cents per EA A6A 57 EA Trench Compaction Tests for Each Job No. per Section D2-].0 Three Hundred Fifty Dollars & No Cents per KA Addendum No. 1 FY962167 UNIT AMOUNT PRICE BID Bid City of Fayetteville 21 Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID A7A 1 LS Trench Safety for Schedule A General Items Fifteen Thousand Dollars & No _ Cents per LS ($15,500.00)($ 15.000.00) SUBTOTAL SCHEDULE A GENERAL ITEMS S55,450.00 Fifty -Five Thousand Four Hundred Fifty Dollars and No Cents (IN WRITING) TOTAL CONSTRUCTION OF SEWERS (SCHEDULE A) $700,885.00 TOTAL POINT REPAIR (SCHEDULE A) $178.250.00 TOTAL GENERAL ITEMS (SCHEDULE A) $_55.45O.00 J I I I ' Addendum No. 1 FY962167 Bid City of Fayetteville 22 Sanitary Sewer Improvements PAY ITEM (SCHEDULE B CONSTRUCTION APPROXIMATE QUANTITY SCHEDULE B IS FOR JOB NOS. 3020 TO 3025 OF SANITARY SEWERS (Per Section D2-13) DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS and 3027) UNIT PRICE AMOUNT BID B1A1 490 LF 8" PVC Sewer Pipe 0'-6' Deep Twenty --Five Dollars & No Cents per LF ($25.00) ($12.250.00) B1A2 428 LF 8" PVC Sewer Pipe 6' - 10' Deep Thirty -Five Dollars & No Cents per LE ($35.00) ($14.980.00) B1A3 185 LF 8" PVC Sewer Pipe 10' - 14' Deep Fifty Dollars & No Cents per LF (850.00) ($9.250.0O) B1B1 10 LF Addendum No. 1 FY962167 10" PVC. Sewer Pipe 0' - 6' Deep Thirty Dollars & No Cents per LF Bid City of Fayetteville 23 Sanitary Sewer Improvements DESCRIPTION OF ITEMS WITH PAY APPROXIMATE BID PRICES WRITTEN IN ITEM QUANTITY WORDS B1B2 88 LF 10" PVC Sewer Pipe 6' - 10' Deep UNIT AMOUNT PRICE BID Forty Dollars & No Cents per LE ($40.00) ($3.520.00) B1C1 145 LF 12" PVC Sewer Pipe 0' - 6' Deep Forty Dollars & No Cents per LE ($40.00) ($5.800.00) B1C2 60 LF1 12" PVC: Sewer Pipe 6' - 10' Deep Fifty Dollars & No Cents per LE ($50.00) ($3.000.00) B1D1 151 LF 8" D.I. Sewer Pipe 0' - 6' Deep Thirty Dollars & No Cents per LE ($30.0Q) ($4.530.00) B1E1 3 EA Shallow One Thousand Manhole Two Hundred Dollars & No Cents per LA ($1,200.00) ($3,600.00) Bid Addendum No. 1 City of Fayetteville FY962167 24 Sanitary Sewer Improvements DESCRIPTION OF ITEMS WITH PAY APPROXIMATE BID PRICES WRITTEN IN UNIT AMOUNT ITEM QUANTITY WORDS PRICE BID B1F1 3 a 48" Standard Manhole, 0' - 6" Deep One Thousand *Adjusted per Five Dollars & written amount No Cents per Ee ($1,005.00) *($3.015.00) BlF2 2 EA 48" Drop Manhole 0' - 6' Deep Two Thousand Dollars & No Cents per EA ($2.000.00) ($4.000.00) B1F2.1 12 VFi 48" Drop Manhole, Extra Depth over 6' Two Hundred Fifty Dollars & No _ Cents per VP ($2550.00) ($3.000.00) B1G1 2 B1G2 15 Addendum No. 1 FY962167 EA 6" Service Connection Two Hundred Dollars & No _ Cents per a ($24Q.00) LF 6" PVC Service Line Twenty -Five Dollars & No Cents per LE (S2L..QQ) ($375.00) Bid City of Fayetteville 25 Sanitary Sewer Improvements DESCRIPTION OF ITEMS WITH PAY APPROXIMATE BID PRICES WRITTEN IN UNIT ITEM QUANTITY WORDS PRICE BiG3 1 EA Service Cleanout Two Hundred Fifty Dollars & No Cents per EA ($250.00) B1H1 80 LF Sidewalk Repair Thirty Dollars & No _ Cents per LE Bill 70 LF Curb & Gutter Repair Twenty -Five Dollars & No Cents per LE B1J1 822 LF Asphalt Street Repair Forty _ Dollars & No _ Cents per LE AMOUNT BID ($2544) • • • I • • • ($25.00) ($1.750.00) B1K1 3 CY Concrete Encasement One Hundred Fifty _ Dollars & No _ Cents per LS ($15044) Addendum No. 1 FY962167 Bid City of Fayetteville 26 Sanitary Sewer Improvements DESCRIPTION OF ITEMS WITH PAY APPROXIMATE BID PRICES WRITTEN IN ITEM QUANTITY WORDS B1Ll 40 LF Gravel Driveway Repair UNIT AMOUNT PRICE BID Fifteen Dollars & No Cents per LF ($15.00) ($600.00) B1M1 15 CY Rock Excavation Hundred one Dollars & No Cents per CY ($100.00) ($1,500.00) B1N1 4 EA Clay or Concrete Dams Two Hundred Fifty Dollars & No Cents per SA ($250.00) ($1.000.00) G B1O1 1062 LF Trench Safety, Sewer Replacements Two Dollars & No Cents per LF ($2.90) ($2.124.00) B1P1 10 CY Trench Foundation Material Fifteen Dollars & No Cents per CY ($15.00) ($150.00) Addendum No. 1 FY962167 Bid City of Fayetteville 27 Sanitary Sewer Improvements SCHEDULE B (SCHEDULE B IS FOR JOB NOS. 2036 TO 2041 and 2043) SANITARY SEWERLINE POINT REPAIRS (per Section D2-11) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID B2036 1 LS Point Repair 15 LF 12" PVC Sewer Pipe, Clay Dam Two Thousand Dollars & No Cents per LS ($2,000.00) ($2.000.00) B2037 1 LS Point Repair 10 LF 12" PVC Sewer Pipe Two Thousand Dollars & No _ Cents per LS ($2.00000) ($2.00000) B2038 1 LS Point Repair .15 LF 12" PVC Sewer Pipe Two Thousand Dollars & No Cents per LS. ($2.000.00) ($2,000.00) B2039 1 LS Point Repair 5 LF 12" PVC Sewer Pipe, Clay Dam One Thousand -Seven __nd Hundred Dollars & No _ Cents per Lk (St,700.00) ($700.00) Bid Addendum No. 1 city of Fayetteville FY962167 28 Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID B2040 1 LS Point Repair 10 LF 8" PVC Sewer Pipe, Clay Dam ' Two Thousand Dollars & No _ Cents per LS ($2.000.00) ($2,000.00) B2041 1 LS Point Repair 10 LF 4" (or 1 6") PVC Sewer Pipe One Thousand __ Dollars & No Cents per LS ($1,000.00) ($1,000.00) B2043 1 LS Point Repair 7 LF of 8" PVC :.Sewer Pipe, Line Manhole (18A) 40 Eight Thousand ` Dollars & No ___ Cents Cents per LS ($8.000.00) ($8.000.00) B2A1 10 LF Additional pipe installed varying in diameter from 4" to 8" complete in place including backfill I. material, service connections, compaction, and surface restoration in paved areas per SectionD2-11 Dollars & Cents per LE ($250.00) ($2.500.00) t 1 Bid 1 Addendum No. 1 City of Fayetteville FY962167 29 Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID B2A2 15 LF Additional pipe installed varying in diameter from 4" to 8" complete in place including backfill material, service connections, compaction and surface restoration in non -paved areas per Section D2-il. Two Hundred Dollars & No Cents per LE ($200.00) ($3-000,00) B2A3 10 LF Additional pipe installed varying in diameter from 10" to 12" complete in place including backfill material, service connections, compaction and surface restoration in paved areas per Section D2-11. Two Hundred Fifty Dollars & No _ Cents per LE ($250.00) ($2.500.00) B2A4 10 LF Additional pipe installed varying in diameter from 10" to 12" complete in place including backfill material,, service connections, compaction and surface restoration in non -paved areas per Section D2-11. 1 _ Dollars & II I 1 Addendum No. 1 FY962167 No _ Cents per LE ($344.44) ($3.000.00) Bid City of Fayetteville 30 Sanitary Sewer Improvements I I i I 1 1 1 I I I i II I I I 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID B2AS 1 LS Trench Safety, Schedule B Point Repairs Eighteen Thousand Dollars & No Cents per LS SUBTOTAL SCHEDULE B POINT REPAIRS *Adjusted per Contractor's written amount. Addendum No. 1 FY962167 it ii - -I I. _i. - -r Bid City of Fayetteville 31 Sanitary Sewer Improvements SCHEDULE B (SCHEDULE B GENERAL ITEMS APPLY TO JOB NOS. 3020 TO 3025, 3027, 2036 to 2041, and 2043) GENERAL ITEMS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID B3A 1 LS Surface Video Documentation Per Section D1-3. Eight Thousand Dollars & No Cents per LS ($8,000.00)($8,000.00) B4A 3 EA Exploratory Excavations per Section D1-1 and D2-9 Two Thousand Dollars & ($2.000.00)($6,000.00) No Cents per EA B5A 1 EA Abandon Manholes per Section D2-13 Five Hundred Dollars & No Cents per EA ($500.00) ($50000) B6A 14 EA Trench Compaction Tests for Each Job No. Per Section D2-10 Three Hundred Fifty Dollars & No Cents per EA (S350.00)($4,900.00) Bid Addendum No. 1 city of Fayetteville FY962167 32 Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID B7A 1 LS Trench Safety for Schedule B General Items I*ci4ipUits1UsIit. Dollars & No Cents per LS ($15.000.00) ($15,000.00) SUBTOTAL SCHEDULE B GENERAL ITEMS $34,400.00 and No Cents (IN WRITING) SCHE� B RECAPITULATION TOTAL CONSTRUCTION OF SEWERS (SCHEDULE B) $_111.124.00* TOTAL POINT REPAIR (SCHEDULEB)$ 47,700.00* TOTAL GENERAL ITEMS (SCHEDULE B) $_34,400.00 • 1•11ti-1! \• '!1I1fl4LR1I1L 1 SCHEDULE A AND B RECAPITULATION 1 TOTAL SCHEDULE A AMOUNT BID $934.585.00 TOTAL SCHEDULE B AMOUNT BID $193"224.00* TOTAL CONTRACT AMOUNT (Schedule A and B) $One Million One Hundred Twenty -Seven Thousand Eight Hundred Nine Dollars and No Cents (IN WRITING) $_1,127.809.00* *Adjusted figures based on Contractor's written amounts. Bid 1 Addendum No. 1 City of Fayetteville FY962167 33 Sanitary Sewer Improvements I. I I I 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. II, BID CONDITIONS 1 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 Systems 7, 13A, 13B, 14 and 15 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 Arkansas Statutory Performance and Payment 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. Bid 1 Addendum No. 1 City of Fayetteville FY962167 34 Sanitary Sewer Improvements The undersigned agrees to fully complete all work covered by this Bid to the point of substantial completion in 180 calendar days. The undersigned further agrees to fully complete all work covered by this Bid to the point of final acceptance by the Owner in a total of 225 calendar days. 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. By submission of this aid, the undersigned certifies, and in the case of a joint bid, each party thereto certifies as to his own organization, that in connection with the proposal: A. The prices in the proposal have been arrived at , independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; ■ B. Unless otherwise required by law, the prices which have been quoted in the bid have not knowingly been disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor;. and, C. No attempt has been made or will be made, by the Bidder to 1 induce any other person or firm to submit or not submit a bid for the purpose of restricting competition. D. He is the person in the Bidder's organization responsible within that organization for the decision as to the prices being bid and shall also certify that he has not participated, and will not participate in any action contrary to Paragraphs A through C above. E. He is not the person in the Bidder's organization ' responsible within that organization for the decision as to the prices being bid but that he has been authorized to act 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. � ORM33191036Wi Accompanying this Bid is 5% in the amount of I Dollars. ($ ) Note: The total amount of Bid security shall be based on the Total Bid of this Contract. Bid Addendum No. 1 City of Fayetteville FY962167 35 Sanitary Sewer Improvements 1 1 i 1 1 1 1 1 1 1 i 1 1 1 1 1 1 i 1 IV. BIDDER'S SIGNATURE A. An In«_vidual By (SEAL) (Individual's Name) doing business as Business address: Phone No.: B. A partnership. By (Firm Name) (SEAL) (General Partner) Business address: Phone No.: C. By By (Corpora Attest Business address: Phone No.: FY962167 (Title) MA - l • 897 Bid City of Fayetteville 36 Sanitary Sewer Improvements (Address) Iq� IHaaress) (Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above). Subscribed and sworn to before me this 19 Notary Public day of Bid Addendum No. 1 City of Fayetteville FY962167 37 Sanitary Sewer Improvements I BID BOND (F:IVE PERCENT) ' KNOW ALL MEN BY THESE PRESENTS, That we (hereinafter called the Principal) and (hereinafter called the Surety), a corporation chartered and existing under the laws of the State of with its principal office in City of and authorized to do business in the State of Arkansas are held and firmly bound unto the City of Fayetteville, Arkansas (hereinafter called the Owner), in the full and just sum of Dollars ($ ) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, executors, administrators, and assigns, jointly and severally and firmly by the presents. WHEREAS, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to perform Sewer Improvements, for the City of Fayetteville, as described in these Contract Documents, 1 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, Performance Bond and Payment Bond, payable Ito the Owner, each in an amount of One Hundred Percent (100%) of the total Contract price in form and with security satisfactory to said Owner, then this obligation to be void; otherwise to be ' and remain in full force and virtue in law; and the Surety shall, upon failure of the Principal to comply with any or all of the foregoing requirements within the time specified above, immediately pay to the aforesaid Owner, upon demand, the amount hereof in good and lawful money of the United States of America not as a penalty but as liquidated damages. Bid Bond 1 City of Fayetteville FY962167 11/97 1 sanitary Sewer Improvements Surety companies executing Bonds must hold Certificates of Authority as Acceptable Sureties, must appear on the Treasury Department's most current list (Circular 570 as amended), and be authorized to transact business in the State where the Project is located. IN TESTIMONY THEREOF, the Principal and Surety have caused these presents to be duly signed and sealed this day of ,19__ Principal (Seal) Surety (Seal) Countersigned Local Resident Producing Agent for FY962167 11/97 Bid Bond City of Fayetteville 2 sanitary Sewer Improvements I I I I I I I I I I I I I I I I I I SUBCONTRACTORS List of Maior 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 cf Subcontractor Address I 1 Subcontractors city of Fayetteville Sanitary Sewer Improvements [1 STATEMENT OF EXPERIENCE OF BIDDER The Bidder shall state below the work of similar magnitude or character which he has done, and shall give reference to his experience, skill and business standing and of his ability to conduct the work as completely and as rapidly as required under the terms of the contract. References shall include the name and telephone number of the project representative to be contacted. Project and Location Reference (1) 1 (2) I I I I. 1 Statement of Experience City of Fayetteville Sanitary Sewer Improvements ST TEMENT OF COMMITMENT The Bidder shall state below the projects which he is currently under contract, dollar value of contracts, and estimated time of completion. Estimated Percent Date of Currently Protect and Location Dollar Value Completion Complete (1) (2) (3) (4) (5) (6) (7) (8) (9) (10) 1 Statement of Commitment City of Fayetteville Sanitary Sewer Improvements I I I I I I I I L I L I I C I L I I FY962167 1 Agreement ' City of Fayetteville Sewer System Improvements CITY OF FAYETTEVILLE, ARKANSAS AGREEMENT SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION WHITE RIVER WATERSHED MINI SYSTEMS 7, 13A, 13B, 14 AND 15 CONTRACT III THIS AGREEMENT, made this day of , 199, by and between the City of Fayetteville, Arkansas, a municipal corporation, hereinafter called the Owner, and hereinafter called the Contractor. WITNESSETH: WHEREAS, the Owner has heretofore solicited Bids for all the work and improvements for the doing of all things included within the hereinafter specified Sanitary Sewer Main Replacement and Rehabilitation White River Watershed Mini Systems 7, 13A, 13B, 14 and 15, Contract III. WHEREAS, the Owner did on the day of , 199_ 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: ma The Contractor agrees, at his own cost and expense, to do all the work and to furnish all the labor, materials, equipment and other property necessary to do, construct, install and complete all the works and improvements included in Sanitary Sewer Main Replacement and Rehabilitation White River Watershed, for Mini Systems 7, 13A, 13B, 14 and 15, Contract III. 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. —s)pzttwa,I.ItmO1 The Contract Documents are defined in the General Conditions. The Contractor agrees to receive -and accept unit prices and/or lump sum prices as full furnishing all materials and equipment for the attached contract compensation 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. 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. 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 in 180 calendar days. The contractor further agrees to complete all work to the point of final acceptance by the Owner in a total of 225 calendar days. The Contractor shall, and agrees to, furnish and deliver to the Owner, the Performance and Payment Bond, 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. 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 convenants 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. Agreement 2 City of Fayetteville Sewer System Improvements I I I I I I I I IN WITNESS WHEREOF, the parties hereto have caused this Instrument to be executed in three original counterparts the day and year first above written. ( ontractor) \''Qj"M�IU�fKL Attest: By)O(.V^ nO�w<l Name C.tj Y1 Jrl Name 1\DLLrOL 1 p t\ (please type) 'U(please type) ..„ Title Title•._J h ' f / "2 fir,--, wil �j (SEAL) CITY OF FAY,ETT VILLE, AR Attest: By //// Name y�y7r��72 op ,ce: Name ,�a1YJ %,t/i//9 (please type) (please type) Title C(Ea�- Title I I I FY962167 3 Agreement City of Fayetteville Sewer System Improvements • u I I lj I1 I We ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND as Principal, hereinafter called Principal, and a corporation organized and existing under the laws of the State of Arkansas and authorized to do business in the State of Arkansas as Surety, hereinafter called Surety, are held and firmly bound unto as Obligee, hereinafter called Owner, in the amount of Dollars ($ ), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated entered into a contract with Owner for Sanitary Sewer Main Rehabilitation, White River Watershed Mini Systems 7A, 13A, 13B, 14, 15, and 18A which contract is by reference made a part ' hereof, and is hereinafter referred to as the Contract. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that if the principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure to do so and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct ' right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the Sate of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under Performance Bond City of Fayetteville 1 Sanitary Sewer Improvements r - L I the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or he giving by the Owner of any extension of time for the performance of the contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this day of , 199 Principal By Surety By --- Attorney-in-fact Performance Bond City of Fayetteville 2 Sanitary Sewer Improvements I I I 11 F I Li I I KNOW ALL MEN BY THESE PRESENTS, That we, (hereinafter called the Principal), and , a corporation (hereinafter called the Surety), are held and firmly bound unto hereinafter called the Obliges), in the full and just sum of n lawful money of the United States, for the payment of which, well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has entered into a certain contract with the Obligee dated which contract has been or is about: to be accepted. AND WHEREAS, specifications and contract provided that should guarantee the project free from defects caused by faulty workmanship and materials for a period of two years after substantial completion, general wear and tear excepted. NOW, THEREFORE, if the said project shall be free from defects of workmanship and materials, general wear and tear excepted, for a period of two years after substantial completion, then this obligation shall be null and void; otherwise to remain in full force and effect. Signed, sealed and delivered Witness as to Principal (Seal) (Seal) (Seal) Attorney -in -fact 1 Maintenance Bond City of Fayetteville Sanitary Sewer Improvements I CERTIFICATE OF OWNER'S ATTORNEY ' I, the undersigned, _ the duly authorized and acting legal representative of the City of Fayetteville , do hereby certify as follows: I have examined the attached contract(s) and surety bonds and the manner of execution thereof, and I am of the opinion that ' each of the aforesaid agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions and provisions thereof. I. I Date: Lam' I I I I I I IFY962167 1 Attorney Certificate City of Fayetteville Sanitary Sewer Improvements TABLE OF CONTENTS FOR SUBJECT PAGE A DEFINITIONS 1 B CONTRACT DOCUMENTS: DEFINITIONS 6 C PRELIMINARY MATTERS 8 D CONTRACT DOCUMENTS: INTENT AND REUSE 10 E AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS 13 F BONDS AND INSURANCE 17 G CONTRACTOR'S RESPONSIBILITIES 29 H OTHER WORK 43 I OWNER'S RESPONSIBILITIES 45 J ENGINEER'S STATUS DURING CONSTRUCTION 46 K CHANGES IN WORK 50 L CHANGES IN CONTRACT PRICE 51 M CHANGES IN CONTRACT TIME 60 N WARRANTY AND GUARANTEE; TESTS AND OBSERVATIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 63 O PAYMENTS TO CONTRACTOR AND COMPLETION 68 P SUSPENSION OF WORK AND TERMINATION 80 Q ARBITRATION 84 R LIQUIDATED DAMAGES OR ACTUAL DAMAGES FOR DELAY 86 S EXCESS ENGINEERING COSTS 88 T MISCELLANEOUS 89 General Conditions City of Fayetteville i Sanitary Sewer Improvements I; I C INDEX TO GENERAL CONDITIONS ' Paragraph Number Page No. I L C J I I I I I I U I 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, 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 , ii 0.12 76 N.2 63 A.1 1 A.2, B.3.a 1,6 F.2.a 19 A.41, D.2 5,12 0.2 68 Q 83 A.3 1 A.4 1 E.1 14 M.2.a 61 A.23 3 C.5 8 A.5 1 A.6 1 8.2 6 F.1, F.2 18,19 C.1, F.1 8,18 B.3.b, F.1 7,18 L.6 58 F.2.c 22 L 47 M 60 A.8 1 J.5 47 K.4 45 K 45 0.14 78 J.4 G.10.b 46 36 I I II Completion O 68 Completion, Substantial O.8 73 Commencement of Contract Time C.3 8 Conditions of Contract B.4 7 Conference, Pre -Construction C.6 9 Conflict, Error, Discrepancy - Contractor to Report C.5.a, D.1.c 8,11 Construction Machinery, Equipment, etc G.2.b 30 Continuing the Work G.15 40 Contract Documents - Amending and 1 Supplementing D.2 12 Contract Documents, definition of A.9, B 2,6 Contract Documents, Discrepancies ' and Omissions D.4 12 Contract Documents: Intent and Reuse D.1 11 Contract Documents:; Titles and Headings D.5 13 Contract Price, Change of L 52 Contract Price, definition of A.10 2 Contract Time, Change of - M 60 Contract Time, Commencement of C.3 8 Contract Time, definition of A.11 2 ' Contractor, definition of A.12 2 Contractor May Stop Work or Terminate P.3 82 Contractor's Continuing Obligation O.13 77 1 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 O.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 I iii L I ■ 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 J.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 J.9 48 Documents, Copies of C.2 8 Documents, Record G.11 37 Documents, Reuse of D.3 12 Drawings and/or Plans, definition of A.15 2 Easements E.1 Effective Date of Agreement, definition of A.16 1 Emergencies G.13 Engineer, definition of A.17 Engineering Cost, Excess S ' Engineer's Decisions J.8, J.9 Engineer's, Notice Work is Acceptable 0.12 Engineer's Responsibilities, '• Limitations on J.10 Engineer's Recommendation of Payment 0.7,0.11 Engineer's Status During Construction J ' Equipment, Labor, Materials G.2 • Equivalent Materials and Equipment G.4 Excess Engineering Costs S Extension of Time M.3 Explorations of Physical Conditions E.2.a I! I 14 2 338 82 47,48 76 49 71,76 46 30 31 87 62 14 Fee, Contractor's Costs Plus L.5 57 iv I I Field Order - definition of A.18 3 Field Order - issued by Engineer K.2 50 Final Acceptance, definition of A.19 3 Final Application for Payment O.11 76 Final Observation O.10 76 Final Payment and Acceptance O.12 76 Final Payment, Recommendation of O.12 76 General Requirements, definition of A.20 General Provisions T.3 88 • Giving Notice T.1 88 Guarantee of Work, by Contractor N.1 63 ' Heading, Titles and D.5 13 Hold Harmless Agreement F.3 24 � ' Indemnification G.16, 41 Observation, Final O.10 76 Observation Tests and N.3 58 Insurance, Amount of Coverage F.2.a(4) 19 Insurance, Bonds and F.2 19 1 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 1 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(i) 20 • Interpretations and Clarifications J.4 46 1 Investigations of Physical Conditions E.2 14 Labor and Material Bond F.l.b 18 Labor, Materials and Equipment G.2 30 Law and Regulations A.22,G.8 3,31 1 Liability Insurance, Contractor's F.2.a 19 Liability Insurance, Owner's and I u 3 I I • Engineer's F.2.a 19 Limitations on Engineer's 'Responsibilities 3.10 49 Limits of Authority L.8 59 Liquidated Damages R 85 Materials and Equipment, furnished by Contractor G.2.a, G.2.c 30 Materials and Equipment, not incorporated in work O.2.b 68 Materials or Equipment, Equivalent G.4 31 Miscellaneous, Provisions T 88 Notice, Giving T.1 88 • Notice of Award, definition of A.23 3 Notice of Acceptability of Project O.12.a 71 Notice to Proceed, definition of A.24 3 Notice to Proceed C.3 8 "Or -Equal" items G.4.a .31 Other Contractors, Work by Others H 43 Other Work H 43 Overtime Work, Prohibition of G.2.a 30 Owner, definition of A.25 3 Owner May Correct Defective Work N.9 66 Owner May Stop Work N.5 65 Owner May Suspend Work, Terminate P.1, P.2 79,80 Owner's Duty to Execute Change Orders I.6 45 Owner's Liability Insurance F.2.a. 19 Owner's Representative 3.1 46 Owner's Responsibilities I 45 Partial Utilization, definition of A.26 3 Partial Utilization 0.9 69 Partial Utilization, 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 vi It I L I I I 1 II El I II I I I I Payment Request, Final O.1 Payment Request, Progress O.2 Payments to Contractor and Completion O Payments, Recommendation of O.7 Payments to Contractor O Payments to Contractor, when due O.7.b, Payments to Contractor, withholding O.7.d Payments, Reporting and Invoicing Costrof-work O.4 Payments, Unit Prices O.3 Performance, Bonds F.1.a Permits G.7 Physical Conditions E.2 Physical Conditions, Engineer's Review E.2.d Physical Conditions, Existing Structures I E.2.b Physical Conditions, Explorzition and Reports E.2.a Physical Conditions, Possible Document Change E.2.e Physical Conditions, Price and Time Adjustment E.2.f Physical Conditions, Report to Differing Conditions E.2.c Physical Conditions, Underground Facilities E.3 Pre -construction Conference C.6 Preliminary Matters C Premises, Use of G.10 Price, Change in Contract L Price, contract, definition of A.10 Progress Payment, Applications for O.2 Progress Payment, Review of Applications O.7 Progress Schedule C.5.b(1),O.1 Project, definition of A.28 Project Representative J.3 Project Starting C.4 Property Insurance F.2.a.,F.2.a(5) Property Insurance - Partial vii 68 68 68 71 68 O.12.a 71,76 72 70 70 18 35 14 15 T 14 15 15 15 16 9 8 36 52 2 68 71 9,68 3 466 19,20 I I I Utilization F.4.b 25 Protection, Safety and G.12 37 Provide A.29 4 Recommendation of Payment O.7.a, O.11 71,76 Record Documents G.11 37 Reference Points E.4 17 Regulations, Laws and G.8 35 Rejecting Defective Work J.6 47 Related Work at Site H.1 43 • Remedies Not Exclusive T.3.b 88 Removal or Correction of Defective Work N.6 65 Resident Engineer A.31 4 Resident Project Representative, Definition of . A.30 4 Resident Project Representative J.3 46 Responsibilities, Contractor's G 29 Responsibilities, Engineer' -s J 41 Responsibilities, Owner's I 45 Retainage O.2.d 69 1 Reuse of Documents D.3 12 Rights of Way E.1 14 Royalties, Patent Fees and G.6 34 Safety and Protection G.12 37 Samples, and Drawings G.14 39 Schedule of Shop Drawing Submissions C.5.b,O.1 9,68 Schedule of Values C.5.b(3), O.1 9,68 Schedule of Progress C.5,C.6,C.7,G.3,G.14,P.2.a(6) 8,9,10,31,39,81 Schedules, Finalizing C.7 10 Shop Drawings and Samples G.11, G.14 37,39 Shop Drawings, definition of A.32 4 Shop Drawings, Use for Substitutions G.4.a 31 Site, Visits to by Engineer J.2 46 Specifications, definition of A.33 4 • Specifications and Drawings B.5 7 Starting Construction, Before C.5, C.6 8,9 viii I I Starting the Project C.4 8 Stopping Work, by Contractor P.3 82 Stopping Work, by Owner N.5 65 Subcontractor, definition of A.34 4 Subcontractors - in General G.5.a 33 Subcontractors, Required Provisions F.6,G.5.a 28,33 Substitute or _"Or -Equal" Items G.4 31 Substantial Completion, Statement of O.8 73 Substantial Completion, definition of A.35 4 Subsurface Conditions E.2.a, E.3 14,16 Supplemental Costs L.4.a.(5) 54 Supplementary Conditions, definition of A.36 4 Supplementing Contract Documents D.2 12 Suppliers, definition of A.37 4 Surety, consent to payment O.11 76 I. Surety, Engineer's Duties J.10.a 49 Surety, Notice of changes K.5 51 Surety, Qualification of F.1 18 ' Suspending Work, by Owner P.1.a 79 Suspension of work and Termination P . 79 1 Superintendent, Contractor's G.i.b 29 Supervision and Superintendent G.1 29 Taxes G.9 36 Termination, by Contractor P.3 82 Termination, by Owner P.2 80 Termination, Suspension of Work P 79 Tests and Observations N.3 63 Time, Change of Contract M 60 Time, Computation of T.2 88 Time, Contract, definition of A.11 2 Titles and Headings D.5 123 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 1 Underground Facilities, Indicated E.3.a 16 ix I I I I Unforseen Physical Conditions E.3 Unit Price Work, definition of A.39 Unit Price Work, general L.7,O.1,O.3,O.7.c Unit Prices L.3.a,O.3 Unit Prices, Adjustment of L.5.b Uses of Premises G.10 Utility Owners G.7,G.12.a.(3),H.1 Values, Schedule of Variations in Work, Authorized Visits to Site - By Engineer 16 5 58,63,65,67 52,65 57 36 35,37,43 O.1 68 G.14.b, G.13,J.5 39,38,42 J.2 46 Waiver of Claims, on Final Payment O.14 78 Waiver of Rights F.6 28 Warranty and Guarantee N.1 63 Warranty of Title, Contractor's O.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 Work, Neglected by Contractor D.2.a.(3) N.9 12 66 Work, Stopping by Contractor P.3 82 Work, Stopping by Owner Written Amendment, definition of Written Amendment D.2,K.1,L.1,M.1 P.1,P.2 A.42 79,80 5 12,50,52,60 G1 GENERAL CONDITIONS Whenever used in these General Conditions or in the other Contract Documents, the following terms have the meanings indicated which are applicable to both the singular and plural thereof: Addenda - Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Documents or the Contract Documents. 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. "As directed", "as permitted", "reviewed", or words of similar import mean the direction, requirements, or permission of the Engineer, unless stated otherwise. "As shown", "as indicated", "as detailed", or words of similar import refer to the Contract Drawings unless stated otherwise. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the work to be performed. Bidder - Any person, partnership, corporation, association, or affiliation submitting a bid for the work. Bonds - Bid, performance, and labor and material bonds and other instruments of security. Change Order - A document recommended by Engineer, which is signed by the Contractor and the Owner authorizing an addition, deletion or revision in the work, or an adjustment in the contract price or the contract time, issued on or after the effective date of the Agreement. General Conditions City of Fayetteville Sanitary Sewer Improvements Ii 9. Contract Documents - The Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid (including documentation accompanying the Bid and any post -Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Bonds, these General Conditions, Conditions of Contract, the Specifications, the Plans and/or Drawings as the same are more specifically identified in the Agreement, together with all amendments, modifications, and supplements issued on or after the execution of the Agreement. 10. Contract Price - The moneys payable by Owner to Contractor under the Contract Documents as stated in the Agreement. 11. Contract Time - The number of days (computed as provided in paragraph T.2) or the date stated in the Agreement for the completion of the work. 12. Contractor - The person, firm or corporation with whom Owner has entered into the Agreement. 13. Day -A calendar day of twenty-four hours measured from midnight to the next midnight. 14. Defective - An adjective which when modifying the word, work refers to work that is faulty or deficient, or does not conform to the Contract Documents, or does not meet the requirements of any observation, reference standards test or review referred to in the Contract Documents, or has been damaged prior •to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion). 15. Drawings and/or Plans - The drawings and/or plans which show the character and scope of the work to be performed and which have been prepared or reviewed by the Engineer and are referred to in the Contract Documents. 16. Effective date of the Agreement - The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two General Conditions City of Fayetteville Sanitary Sewer Improvements 2 I ii I parties to sign and deliver. 17. Engineer - The firm of RJN Group Inc., Consulting Engineers, Dallas, Texas, acting through its authorized representatives 18. Field Order - A written order issued by Engineer which orders minor changes in the work in accordance with paragraph J.5 but which does not involve a change in the contract price or the contract time. 19. Final Acceptance - The date when the construction of the project is complete in accordance with the Contract Documents so that the entire project can be utilized for purposes for which it is intended and all monies due the Contractor have been paid him in the final payment estimate. 20. General Requirements - Sections of the Specifications. 21. Construction Observer - The authorized representative of Engineer who is assigned to the site or any part thereof. 22. Laws and Regulations; Laws or Regulations - Laws, rules, regulations, ordinances, codes and/or orders. 23. Notice of Award - The written notice by Owner to the apparent successful Bidder stating that upon compliance by the apparent successful Bidder with the conditions precedent enumerated therein, within the time specified, Owner will sign and deliver the Agreement. 24. Notice to Proceed - A written notice given by Owner to Contractor (with a copy to Engineer) fixing the date on which the Contractor Time will commence to run and on which Contractor shall start to perform his obligation under the Contract Documents. 25. Owner - City of Fayetteville. 26. Partial Utilization - Placing a portion of the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. General Conditions City of Fayetteville 3 Sanitary Sewer Improvements 1 27. Payment Reque is to be used final payment documentation st - The form reviewed by the Engineer which by Contractor in requesting progress or. and which is to include such supporting as is required by the Contract Documents. 28. Project - The total construction of which the work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 1 29. Provide - means "furnish and install". 30. Resident Project Representative - the authorized representative of Engineer who is assigned to the site or any part thereof. 31. Resident Engineer.- The authorized representative of the Engineer who is assigned to the overall project and may have engineering personnel responsibility. 32. Shop Drawings - All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by Contractor, a Subcontractor, manufacturer, fabricator, supplier or distributor to illustrate some portion of the work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a manufacturer, fabricator, supplier or distributor and submitted by Contractor to illustrate material or equipment for some portion of the work. 33. Specifications - Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems,. standards and workmanship as applied to the work and certain. administrative details applicable thereto. 34. Subcontractor - An individual, firm or corporation having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the work at the site. 35. Substantial Completion - The work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer as evidenced by his definitive General Conditions City of Fayetteville Sanitary Sewer Improvements I .1 '. _i I I I I. ' Statement of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the work (or specified part) can be utilized for the purposes for which it was intended; or if there be no such statement issued, when final payment is due in ' accordance with paragraph O.8. The terms "substantially complete" and "substantially completed" as applied to any work refer to Substantial Completion thereof. 36. Supplementary Conditions - The part of the Contract Documents which amends or supplements these General Conditions. 37. Supplier - A manufacturer, fabricator, supplier, distributor, materialman or vendor. 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 General Conditions 1 City of Fayetteville 5 Sanitary Sewer Improvements I 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 B. Contract Documents: Definitions 1. General The Contract Documents comprise the following general classifications of documents, including all additions; deletions, and modifications incorporated therein before the execution of the Agreement: Bidding Documents Contractual Documents Conditions of the Contract Specifications Drawings and/or Plans 2. Bidding Documents The Bidding Documents issued by the Owner to assist Bidders in preparing their Bids include: a. Invitation to Bid bound herewith. b. Instructions to Bidders bound herewith. c. The Bid which is the offer of a Bidder to perform the work described in the Contract Documents, made out and submitted on the prescribed Bid form bound General Conditions City of Fayetteville Sanitary Sewer Improvements II it I I herewith, properly signed and guaranteed. d. Any Addenda issued during the time of Bidding, or forming a part of the Contract Documents used by the Bidder for the preparation of his Bid, shall be covered in the Bid, and shall be made a part of the contract. Receipt of each Addendum shall be acknowledged in the Bid. 3 4 5 Contractual Documents a. Agreement The Agreement covers the performance described in the Contract Documents, supplemental Addenda thereto and all special provisions pertaining to the materials therefor. The Agreement f herewith. b. Bonds of the work including all general and work or crm is bound (1) Arkansas Statutory Performance and Payment Bond. (2) Maintenance Bond. 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. Specifications and Drawings a. Contract Specifications bound herewith, which are listed in the table of contents for these Contract Documents. General Conditions City of Fayetteville 7 Sanitary Sewer Improvements .1 1 b. Contract Drawings including but not limited to those listed in the drawing index, of the Contract Drawings. 1. Delivery of Bonds When Contractor delivers the executed Agreements to Owner, Contractor, shall also deliver to Owner such Bonds as Contractor may be required to furnish in accordance with paragraph F.1. 2. Copies of Documents Owner shall furnish to Contractor up to five copies (unless otherwise specified) of the Contract Documents. Additional copies will be furnished, upon request, at the cost of reproduction. 3. Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the thirtieth day after the Effective Date of the Agreement, or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty (30) days after the Effective Date of the Agreement. ' 4. Starting the Project a. Contractor shall start to perform the work within ten (10) calendar days from the date when the Contract Time commences to run, but no work shall be done at the site prior to the date on which the Contract Time commences to run. II 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. General Conditions City of. Fayetteville Sanitary Sewer Improvements I 1.1 1 II I S. 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 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 I. 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 1 requested by Owner) of insurance which Contractor is required to purchase and maintain. 1 General Conditions City of Fayetteville 9 Sanitary Sewer Improvements I 6. Pre -Construction Conference I I A preconstruction conference shall be held after the time of Contract award and before Notice to Proceed 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 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 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 General Conditions City of Fayetteville Sanitary Sewer Improvements I 10 I I meaning are used to describe work, materials or equipment such words shall be interpreted in accordance with such meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the code of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code in effect at the time of opening of Bids (or, on the effective date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall change the duties and responsibilities of Owner, Contractor or Engineer, or any of their agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to Engineer, or any of Engineer's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the work or any duty or authority to undertake responsibility contrary to the provisions of paragraph J.10.c or J.10.d. Clarifications and interpretations of the Contract Documents shall be issued by Engineer. c. If, during the performance of the work, Contractor finds a conflict, error or discrepancy in the Contract Documents, Contractor shall so report to Engineer in writing at once and before proceeding with the work affected thereby shall obtain a written interpretation or clarification from Engineer; however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof or should reasonably have known thereof. 2. Amending and Supplementing Contract Documents a. The Contract Documents may be amended to provide for additions, deletions and revisions in the work or to modify the terms and conditions thereof in one or more of the following ways: I General Conditions City of Fayetteville 11 Sanitary Sewer Improvements I (1) A formal written amendment. I (2) A Change Order (pursuant to paragraph K.4). In (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 maybe authorized by: (1) Field Order (pursuant to paragraph J.5). (2) Engineer's review of a Shop Drawing or sample (pursuant to paragraphs G.14.b.(1) or G.14.d). (3) Engineer's written interpretation or clarification (pursuant to paragraph J.4). 3. Reuse of Documents Neither Contractor nor any Subcontractor, or Supplier or other person or organization performing or. furnishing any of the work under a direct or indirect contract with Owner shall have or acquire any title to or ownership, rights in any'of'the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer; and they shall not reuse any of them on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. 4. Discrepancies and Omissions a. Should anything which is necessary for a clear understanding of the work be omitted from the Contract Documents, or should it appear that various instructions are in conflict; the Contractor shall secure written instructions from the Engineer before proceeding with the work affected by such omissions or discrepancies. General Conditions City of Fayetteville Sanitary Sewer Improvements 12 LJ I I First Agreement ' Second Laws and Regulations Third Supplementary Conditions Fourth General Conditions Fifth Specifications • Sixth Contract Drawings b. In resolving inconsistencies among two or more sections of the Contract Documents, precedence shall be given in the following order: I I I U Li I ' I I I I I I c. 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. 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 General Conditions City of Fayetteville 13 Sanitary Sewer Improvements LJ 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 immediatel preceding sentence and in paragraph E.2.f, Contractor shall have full responsibility with respect to physical conditions in or relating to such structures. I I General Conditions City of Fayetteville Sanitary Sewer Improvements 14 I ' c. Report of Differing Conditions If contractor believes that any technical data on which Contractor is entitled to rely as provided in paragraphs E.2.a and E.2.b is inaccurate, or any physical condition uncovered or revealed at the site differs materially from that indicated, reflected or referred to in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before performing any work in connection therewith (except in an emergency as permitted by paragraph G.13), notify Owner and Engineer in writing about the inaccuracy or difference. d. Engineer's Review Engineer will promptly review the pertinent conditions, determine the necessity of obtaining additional explorations or tests with respect thereto and advise Owner in writing (with a copy to Contractor) or Engineer's findings and conclusions. 1 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 I 1 I General Conditions 1 City of Fayetteville 15 Sanitary Sewer Improvements In each such cas Contract Price o Contract Time, o allowable to the • an increase or an extension or any combination extent that they any such inaccuracy or difference Contractor are unable to agree length thereof, a claim may be provided in Paragraph L and M. as decrease in the shortening of the thereof, will be are attributable to If Owner and to the amount or made therefore as U 3. Physical Conditions - Underground Facilities a R Shown or Indicated The information and data Contract Documents with Underground Facilities at is based on information or Engineer by the owners Facilities or by others. expressly provided in th {: I e shown or indicated in the respect to existing • or contiguous to the site and data furnished to Owner of such Underground Unless it is otherwise 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. Not Shown or Indicated If an underground facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the. Contract Documents and which Contractor could not. reasonably have been expected to be aware of, Contractor shall, promptly after becoming aware thereof and before performing any work affected thereby (except in an emergency as permitted by paragraph G.13), identify the owner of such underground facility and give written notice thereof to that owner and to Owner and Engineer. Engineer will promptly review the underground facility to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the underground facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such I 1I II 11 1 General Conditions City of Fayetteville Sanitary Sewer Improvements EL I I C I I [1 I 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 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. 4. 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. 1 1. Performance and Other Bonds I I I Li 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 Bond, Payment Bond, and Maintenance Bond, each 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 General Conditions City of Fayetteville 17 Sanitary Sewer Improvements L 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 II 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. 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 General Conditions City of Fayetteville Sanitary Sewer Improvements 18 I 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, 1 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; (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. General Conditions City of Fayetteville 19 Sanitary Sewer Improvements I b. The insurance required by Subparagraph F.2.a shall be I 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 p payment. Notwithstanding the above, the insurance required by paragraph F.2 shall be on an occurrence basis. Such insurance shall be written to include the following coverages and for not less than the following minimum limits or greater if required by law: (1) Worker's Compensation, Occupational Disease and Employer's Liability Insurance: (a) State: (in which this contract is performed) - Statutory limits. (b) Applicable Federal (if any) - Statutory limits. (c) Employer's Liability - if applicable in state Bodily Injury by Accident - $500,000 each accident Bodily Injury by Disease - $500,000 each employee Bodily Injury by Disease - $500,000 each policy limit (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 General Conditions City of Fayetteville Sanitary Sewer Improvements 20 E ' Blanket Contractual Personal Injury, with Employment Exclusion deleted (a) Special Requirements: i. Property Damage Liability Insurance will provide "X, C, and U" (Explosion, 1 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. General Conditions City of Fayetteville 21 Sanitary Sewer Improvements I 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 $3,000,000 Each Occurrence (minimum) $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 General Conditions City of Fayetteville Sanitary Sewer Improvements 22 1 I I 1 I I I I U I 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. Each subcontractor's insurance shall cover the Owner, Engineer, their agents and employees. The Contractor .shall submit a statement with each monthly affidavit stating that he has obtained certificates of insurance, or other satisfactory evidence, that all required insurance is in force for each of the Subcontractors listed on his affidavit. If the "additional insureds" have other insurance which is applicable to the loss, it shall be on an excess or contingent basis. The amount of the company's liability under this policy shall not be reduced by the existence of such other insurance. Contractors certificates shall be in duplicate on standard Acord forms. Certificate of insurance shall contain a statement therein or a rider attached thereto incorporating the indemnity clause stated in Paragraph G.16 (Indemnification) of the General Conditions, and including the changes and additions made in those subparagraphs or within the Supplemental General Conditions. These Certificates and the insurance policies required by this Paragraph F.2 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days' prior written notice has been given to the Owner and Engineer. If any of the foregoing insurance coverages are required to remain in force after final payment and are reasonably available, an additional certificate evidencing continuation of such coverage shall be submitted with the final Application for Payment. Information concerning reduction of coverage shall be furnished by the Contractor with reasonable promptness in General Conditions City of Fayetteville 23 Sanitary Sewer Improvements I 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 I 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. 3. Owner's Liability Insurance a. The Owner shall be responsible for purchasing and maintaining the Owner's usual liability insurance. Optionally, the Owner may purchase and maintain other insurance for self-protection against claims which may arise from operations under the Contract. The Contractor shall not be responsible for purchasing and maintaining this optional Owner's liability insurance unless specifically required by the Contract Documents. 4: Property Insurance a. Unless otherwise provided, the Contractor shall ' purchase and maintain, in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, property insurance in the amount of the initial Contract Sum as well as subsequent modifications thereto for the entire work at the site on a replacement cost basis without voluntary deductibles. Such property insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made as provided in Paragraph 0.12 or until no person or entity other than the Owner has an insurable interest in the property required by this Paragraph F.3 to be covered, whichever is earlier.. This insurance shall General Conditions City of Fayetteville Sanitary Sewer Improvements 24 I ' 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. 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 1 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. 1 If the property insurance required minimum deductibles and such deductibles are identified in the Contract Documents, the Contractor shall pay General Conditions City of Fayetteville 25 Sanitary Sewer Improvements 1 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 I 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 I occupancy shall commence before the insurers providing the property insurance have acknowledged 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. General Conditions City of Fayetteville Sanitary Sewer Improvements 26 I I I I 1 I I I 1 I I 1 I I H I I I I 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. 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 General Conditions City of Fayetteville 27 Sanitary Sewer Improvements I 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. 5. Miscellaneous Requirements a. All insurance coverage shall be provided by insurance companies having policy holder ratings no lower than "A" and financial ratings not lower than "XII" in the Best's Insurance Guide, latest edition in effect as of the date of the Contract. b. The Contractor is responsible for determining that 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. General Conditions City of Fayetteville Sanitary Sewer Improvements I I L I I LI 11 II M �I I 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 Iof 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 1 The Contractor must secure from listed subcontractors a payment and performance bond if subcontractor bid is in excess of fifty thousand dollars ($50,0O0); and for other 1 purposes as prescribed in Arkansas Senate Bill, Act 190as engrossed 1/28/93. G. Contractor's Responsibilities Ii. 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 1 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 General Conditions City of Fayetteville 29 Sanitary Sewer Improvements circumstances. The superintendent will be Contractor's representative at the site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to Contractor. c. During the performance of this Contract, the Contractor shall maintain a suitable office at the site of the work which shall be the headquarters of the foreman or superintendent authorized to receive drawings, instructions, or other communications, articles, or things from the Owner or its agents; and any such thing given to the said foreman or superintendent or delivered to the Contractor's office at the site of the work in his absence shall be deemed to have been given to the Contractor. The Contractor shall have a telephone installed in this office. 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 General Conditions City of Fayetteville Sanitary Sewer Improvements 30 I 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.. 3. Adjusting Progress Schedule Contractor shall submit to Engineer for review (to the extent indicated in paragraph C.7)•adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will ' comply with any provisions of the General Requirements applicable thereto. 4. Substitute or "Or -Equal" Items a. Whenever materials or equipment are specified or 1 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 General Conditions ' City of Fayetteville 31 Sanitary Sewer Improvements I 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 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. General Conditions City of Fayetteville C f JY1 Ca.._ I I I I I I Li L L I I I Lii C I I I I I I I I I I I I I 5 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. 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. General Conditions City of Fayetteville 33 Sanitary Sewer Improvements I 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 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 Engineer for all acts and Subcontractor, Suppliers Li L 1 I I I I El I� u responsible to Owner and omissions of the and other persons and II General Conditions City of Fayetteville Sanitary Sewer Improvements 34 I I I I I I I I I I I L L I I I I [I 3 organizations performing or furnishing any of the work under a direct or indirect contract with Contractor just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. e. The divisions and sections of the specifications and the identifications of any Drawings shall not control Contractor in dividing the work among subcontractors or Suppliers or delineating the work to be performed by any specific trade. f. All work performed for Contractor by a Subcontractor will be pursuant to an appropriate agreement between Contractor and•the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer and contains waiver provisions as required by paragraph F.6. Contractor shall pay each Subcontractor a just share of any insurance moneys received by Contractor on account of losses under policies issued pursuant to paragraph F.2.d. Patent Fees and Royalties Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the work or the incorporation in the work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the work, and if to the actual knowledge of Owner or Engineer, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others. The existence of such rights shall be disclosed by Owner in the Contract Documents. Contractor shall indemnify and hold harmless L General Conditions City of Fayetteville 35 Sanitary Sewer Improvements I 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. 1 I I 7. Permits ' Contractor shall obtairn and pay for all construction permits and licenses unless otherwise stated. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and construction observation fees necessary for the prosecution of the work, which are applicable'at the time of opening of Bids, or if there are no Bids on the Effective Date of the Agreement. Contractor shall pay all charges of utility service companies for connections to the work, and Owner shall pay all charges of such companies for capital costs related thereto such as plant investment fees. 8. Laws and Regulations a. Contractor shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be .responsible for monitoring Contractor's compliance with any Laws or Regulations. b. If Contractor observes that the Specifications or Drawings are at variance with any Laws or Regulations, contractor shall give Engineer prompt written notice thereof, and any necessary changes will be authorized by one of the methods indicated in paragraph D.2. If Contractor performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations, and without such notice to Engineer, Contractor shall bear all costs arising Li L I I I I I LI I General Conditions City of Fayetteville Sanitary Sewer Tmnrn I I 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. 1 9. Taxes I I I I I I I I I I I I 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'identifiedin 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. General Conditions City of Fayetteville 37 Sanitary Sewer Improvements I b. During the progress of the work, Contractor shall keep the work site free from accumulations of waste materials, rubbish, and other debris resulting from the work. At the completion of the work Contractor shall remove all waste materials, rubbish, and debris from and about the premises as well as all tools, ' appliances, construction equipment, and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by Owner. Contractor shall restore to their original condition those portions of the site not designated for alteration by the Contract Documents. c. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the work or adjacent property to stresses or pressures that will endanger it. 11. Record Documents Contractor shall maintain in a safe place at the site one ' record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders,.Work Directive Changes, Field Orders and written interpretations and clarifications (issued pursuant to paragraph J.4) in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work, these record documents, samples and Shop Drawings will be delivered to Engineer for Owner. 12. Safety and Protection I 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. General Conditions City of Fayetteville , Sanitary Sewer Improvements 38 I I I I I I I n I [1 u I J Li I I n LI I (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, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph G.12.a.(1) or G.12.a.(3) caused, directly or indirectly, in whole or in part, by Contractor, any Supplier or any other person or organization directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor). Contractor's duties and responsibilities for the safety and protection of the work shall continue until such time as all the work is completed and Engineer has issued a notice to Owner and Contractor in accordance with paragraph 0.12 that the work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). c. Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be General Conditions City of Fayetteville 39 Sanitary Sewer Improvements 1 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. 14. Shop Drawings and Samples , a. After checking and verifying all field measurements and after complying with applicable procedures ' specified in the General Requirements, Contractor shall submit to Engineer for review, in accordance ' with the Schedule of Shop Drawings, submissions which will bear a stamp or specific written indication that Contractor has performed Contractor's responsibilities under the Contract Documents with respect to the review of the submission. All submissions will be identified as Engineer may require. The data shown on the Shop Drawings will be complete with respect to dimensions, design criteria, materials of construction, and like information to enable Engineer to review the information as required. b. Contractor shall also submit to Engineer for review with such promptness as to cause no delay in work, all samples required by the Contract Documents. All ' samples will have been checked by and accompanied by a specific written indication that Contractor has performed Contractor's responsibilities under the Contract Documents with respect to the review of the submission and will be identified clearly as to General Conditions City of Fayetteville Sanitary Sewer Improvements 40 L I I I I 1 I I I I I I I I I 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. c. Engineer will review with reasonable promptness Shop Drawings and samples, but Engineer's review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, sequences, techniques or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review of a separate item as such will not indicate compliance of the assembly in which the item functions. Contractor shall make any corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and resubmit new samples for review. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. d. Engineer's review of Shop Drawings or samples shall not relieve Contractor from responsibility for any variation from the requirements of the Contract I General Conditions City of Fayetteville 41 Sanitary Sewer Improvements L Documents unless Contractor has in writing called Engineer's attention to each such variation at the time of submission as required by paragraph G.14.b.(2) and Engineer has given written review of each such variation by a specific written notation thereof incorporated in or accompanying the Shop ' Drawing or sample approval; nor will any review by Engineer relieve Contractor from responsibility for errors or omissions in the Shop Drawings or from responsibility for having complied with the provisions of paragraph G.14.b.(1). e. Where a Shop Drawing or sample is required by the Specifications, any related Work performed prior to Engineer's review of the pertinent submission will be the sole expense and responsibility of Contractor. 15. Continuing the Work ' Contractor 'shall carry on the work and maintain the progress schedule during all disputes or disagreements with Owner. No work shall be delayed or postponed pending resolution of any disputes or disagreements, , except as permitted by paragraph P.3 or as Contractor and Owner may otherwise agree in writing. 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 General Conditions City of Fayetteville Sanitary Sewer Improvements 42 I ' 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. Id. 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. H. Other Work 1. Related Work at Site a. Owner may perform other work. related to the Project General Conditions I. City of Fayetteville 43 Sanitary Sewer Improvements 1 at the site by Owner's own forces, have other work ' performed by utility owners or let other direct contracts therefore which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work; and, if Contractor believes that such performance will involve additional expense to ' Contractor or requires additional time and the parties are unable to agree as to the extent thereof, Contractor may make a claim therefore as provided in paragraphs L and M. b. Contractor shall afford each utility owner and other ' contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. c. If any part of Contractor's Work depends for proper execution or results upon the work of any such other contractor or utility owner (or Owner), Contractor 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 General Conditions City of Fayetteville Sanitary Sewer Improvements 44 I ' of the other work as fit and proper for integration with Contractor's Work except for latent or t nonapparent defects and deficiencies in the other work. 2. Coordination If Owner contracts with others for the performance of tother 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. 1 I. Owner's Responsibilities ' 1. Owner shall issue all communications to Contractor through Engineer. 2. In case of termination of the employment of Engineer, Owner shall appoint an Engineer against whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. Any dispute in connection with such appointment may be ' subject to arbitration. 3. Owner shall furnish the data required of Owner under the Contract Documents promptly and shall make payments to Contractor promptly after they are due as provided in paragraphs 0.2 and 0.7. 4. Owner's will provide lands and easements and provide ' engineering surveys to establish reference points as set forth in paragraphs E.1 and E.4. Paragraph E.2 refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions at the site and in existing structures which have been utilized by Engineer in preparing the Drawings and Specifications. General Conditions ' City of Fayetteville 45 Sanitary Sewer Improvements I 5. Owner's responsibilities in respect of purchasing. ' property insurance is set forth in paragraph F.7. 6. Owner is obligated to execute Change Orders as indicated in paragraph K.4. 7. Owner's responsibility in respect of certain observations, tests, and reviews is set forth in paragraph N.3.b. 8. In connection with Owner's right to stop Work or suspend Work, see paragraphs N.5 and 2.1. Paragraph P.2 deals with Owner's right to terminate services of Contractor under certain circumstances. J. Engineer's Status During Construction 1. Owners Representative ' Engineer will be Owner's representative during the construction period. The duties, responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the i Contract Documents and shall not be extended without written consent of Owner and Engineer. r 2. Visits to Site Engineer will make visits to the site at intervals 1 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. I General Conditions City of Fayetteville Sanitary Sewer Improvements ii U I I I I I Il I I J I Li I H I I I 3 CM 5 6 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. Clarifications and Interpretations Engineer will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents (in the form of Drawings or otherwise) as Engineer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree to the amount or extent thereof, Contractor may make a claim therefor as provided in paragraphs L or M. 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. 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, General Conditions City of Fayetteville 47 Sanitary Sewer Improvements whether or not the Work is fabricated, installed or completed. I 7. Shop Drawings, Change Orders, and Payments ' a. In connection with Engineer's responsibility for Shop Drawings and samples, see paragraphs G.14. b. In connection with Engineer's responsibilities as to Change Orders, see paragraphs K, L, and M. C. In connection with Engineer's responsibilities in respect of Applications for Payment, etc., see paragraph O. 8. Determinations for Unit Prices Engineer will have authority to determine the actual quantities and classifications of items of Unit Price Work performed by contractor, and the written decisions of Engineer on such matters will be final, binding on Owner and Contractor and not subject toappeal (except as modified by Engineer to reflect changed factual conditions). I I C 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 General Conditions City of Fayetteville Sanitary Sewer Improvements 11 ru 11 I I I I I I I II I I 7 I I I I I C I I I. II 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 3.9, 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 3.4 and 3.9 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. 10. Limitations on Engineer's Responsibilities a. Neither Engineer's authority to act under this paragraph I or elsewhere in the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of Engineer to Contractor, any Subcontractor. Supplier, or any of their agents or employees or any other person performing any of the Work, or to any surety for any of them. b. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed" or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "proper" or adjectives of like effect or import are used, to describe requirement, direction, review or judgment of Engineer as to the work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to General Conditions City of Fayetteville 49 Sanitary Sewer Improvements 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.B.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. 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 Priceor 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 General Conditions City of Fayetteville Sanitary Sewer Improvements I I E .1 .1 -1 I I 50• I I case of uncovering Work as provided in paragraph N.4.b. 4. Owner and Contractor shall execute appropriate Change Orders (or Written Amendments) covering: I II I ID a. Changes in the Work which are ordered by Owner pursuant to paragraph K.1, are required because of defective Work under paragraph N.8 or correcting defective Work under paragraph N.9, or are agreed to by the parties; b. Changes in the Contract Price or Contract Time which are agreed to by the parties; and c. Changes in the Contract Price or Contract Time which embody the substance of any written decision rendered by Engineer pursuant to paragraph J.9. provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the progress schedule as provided in paragraph G.15. 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. 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 General Conditions City of Fayetteville 51 Sanitary Sewer Improvements I 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. 4. Cost -of -Work . a. The term Cost -of -Work means the sum of all costs necessarily incurred and paid by Contractor in the proper performance of the Work. Except.as otherwise may be agreed to in writing by Owner, such costs L L I I I I I 1 I G I I. JI General Conditions City of Fayetteville Sanitary Sewer Improvements 52 1 I 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: I 11 a I I II I (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. (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 General Conditions City of Fayetteville 53 Sanitary Sewer Improvements determine, with the advice of Engineer, which T 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. I. (4) Costs of special consultants (including, but not limited to, engineer, architects, testing laboratories, surveyors, lawyers and accountants) employed for services specifically related to the Work. (5) Supplemental costs including the following: (a) The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. (b) Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand' tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remain the property of Contractor. (c) Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements reviewed I by Owner with the advice of Engineer, and the cost of transportation, loading, unloading, installation, dismantling and I removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. General Conditions City of Fayetteville Sanitary Sewer Improvements 54 LU (d) Sales, consumer, use or similar taxes related to the work, and for which II Contractor is liable, imposed by Laws and Regulations. (e) Deposits lost for causes other than �f negligence of Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them 11 may be liable, and royalty payments and fees for permits and licenses. 11 (f) Losses and damages (and related expenses), II 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 11 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 II the Cost of the Work for the purpose of determining Contractor's Fee. If, however, 11 any such loss or damage requires reconstruction and Contractor is placed in charge thereof, Contractor shall be paid for ry services a proportionate fee to that stated „ in paragraph L.5.a.(2). II (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 11 cash items in connection with the Work. U)) Cost of premiums for additional Bonds and IIinsurance required because of changes in the Work. II General Conditions 11 City of Fayetteville 55 Sanitary Sewer Improvements I b. The term Cost -of -Work shall not include any of the following: (1) Payroll costs and other compensation of 'I Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents,expeditors, timekeepers, clerks and other personnel employed by Contractor whether at the site or in Contractor's principal or a branch office for general administration of the Work and not specifically=included in the agreed upon schedule of job classifications referred to in paragraph L.4.a.(1) or specifically covered by paragraph L.4.a.(4) - all of which are to be considered administrative costs covered by the Contractor's Fee. (2) Expenses of contractor's principal and branch offices other than Contractor's office at the site. (3) Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. (4) Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by paragraph L.4.a.(5)(i)). (5) Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any'of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. General Conditions City of Fayetteville Sanitary Sewer Improvements Ii I 1 LI I I I. I I 1 I I I 56 II (6) Other overhead or general expense costs of any kind and the costs of any item not specifically ji and expressly included in paragraph L.4.a. 5. Contractor's Fee H 0 II[ II I I a. The Contractor's Fee allowed to Contractor for overhead and profit shall be determined as follows: (1) A mutually agreed fixed fee; or if none can be agreed upon, (2) A fee based on the following percentages of the various portions of the Cost of the Work: (a) The Contractor's Fee shall be fifteen (15) percent for payroll costs and the cost of materials and equipment as defined in paragraphs L.4.a.(1) and L.4.a.(2); (b) The Contractor's Fee shall be five (5) percent on the work performed by Subcontractors as defined in paragraph L.4.a. (3); and if a Subcontract is on the basis of: Cost -of -Work plus a Fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall be fifteen (15) percent; (c) No fee shall be payable on costs defined in paragraphs L.4.a.(4), L.4.a.(5), and L.5 (costs associated with supplemental costs or special consultants); (d) The amount of credit to be allowed by Contractor to Owner for any such change which results in a net decrease in cost, will be the amount of the actual net decrease plus a deduction in Contractor's Fee by an amount equal to ten (10) percent of the net decrease; and (e) When both additions and credits are involved in any.one change, the adjustment in Contractor's Fee shall be computed on the General Conditions City of Fayetteville 57 Sanitary Sewer Improvements I basis of the net change in accordance with paragraphs L.5.a.(2)(a) through L.5.a.(2)(d), inclusive. 1 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. 6. Cash Allowances: a. It is understood that Contractor has included in the I Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be reviewed by the Engineer. Contractor agrees that: (1) The allowances include the cost to Contractor I (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered to the site, and all 1 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 1 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 ,. General Conditions City of Fayetteville Sanitary Sewer Improvements 58 established unit prices for each separately identified item of Unit Price work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer in accordance with Paragraph J.B. b. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. 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. Limits of Authority: a. The Contractor shall note and abide by the following General Conditions City of Fayetteville 59 Sanitary Sewer Improvements Owner's and Engineer's limits of authority changes in the Work which require a change Contract Price and Contract Time. Except in the case of extreme emergency to the public safety, public welfare or subst. Work, the following limits of authority to and Engineer shall apply: for 1 in the 1 protect intial the Owner Engineer's Representative - No authority a 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 1 Council pre -approved contingency shall require the formal, approval of the Fayetteville City Council. 1. General 1 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 I 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 General Conditions City of Fayetteville '' Sanitary Sewer Improvements 60 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.1.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. 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 General Conditions City of Fayetteville 61 Sanitary Sewer Improvements I herein specified, will be deemed avoidable delays within the meaning of this Contract. U 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 adverse weather conditions will not be regarded as' unavoidable delays as the Contractor should understand that such conditions are to be expected and plan his Work accordingly. 3. Extension of Time a. For Unavoidable Delays For delays which are unavoidable as provided in paragraph M.2.b, as determined by the Owner, the Contractor will be allowed, if he applies for the same, an extension of time beyond the time specified for completion, proportionate to such unavoidable delay or delays, within which to complete the .Contract. The Contractor will not be charged, because of any extension of time for such unavoidable delay, any liquidated damage and/or actual damages as provided in paragraph R. I General Conditions City of Fayetteville Sanitary Sewer Tmnrn 71 Db. For Avoidable Delay ' (1) Extensions of time will not be granted because of avoidable delays. (2) Contractor will be charged liquidated damages or 11�� actual damages as provided in paragraph R for IIavoidable delays. N. Warranty and Guarantee: Tests and Observations: Correction, Removal. or Acceptance of Defective Work 1. Warranty and Guarantee I II Eli 11 I Contractor warranties and guarantees to Owner and Engineer that all work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to Contractor. All defective Work, whether or not in place, may be rejected, corrected or agreed to as provided in this paragraph N. 2. Access to Work Engineer and Engineer's representatives, other representatives of Owner, testing agencies and governmental agencies with jurisdictional interests will have access to the work at reasonable times for observation and testing. Contractor shall provide proper and safe conditions for such access. 11 3. Tests and Observations 1I 111 It 11 11 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 General Conditions 11 City of Fayetteville 63 Sanitary Sewer Improvements I Owner's or Engineer's agreed to Supplier of materials or equipment proposed to be incorporated in the work, or of materials or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. The cost of all observations, tests, and approvals in addition to the above which are required by the Contract Documents shall be paid by Owner (unless otherwise specified). c. All observations, tests, or reviews other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations agreed to by Owner and Contractor (or by Engineer if so specified). 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 I Contractor has given Engineer timely notice of Contractor's intention to cover such work and , Engineer has not acted with reasonable promptness in response to such notice. e. Neither observations by Engineer nor observations, I tests, or reviews by others shall relieve Contractor from his obligations to perform the work in accordance with the Contract Documents. 4. -Uncovering work ' a. If any work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. b. If Engineer considers it necessary or advisable that covered work be observed by Engineer or tested by others, Contractor, at Engineer's request, shall uncover, expose or otherwise make available for observation or testing as Engineer may require, that portion of the work in question, furnishing all necessary labor, material and equipment. If it is found that such work is defective, Contractor shall General Conditions City of Fayetteville I Sanitary Sewer Improvements 64 I 1tbear all the expenses of such uncovering, exposure, observation, testing and reconstruction, (including If but not limited to fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriated decrease 1! in the Contract Price, and, if the parties are unable 1! to agree as to the amount thereof, may make a claim 11 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 ll 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. II 5. Owner May Stop the Work 't 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 I� 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, I� 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 11 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 General Conditions City of Fayetteville •I 65 Sanitary Sewer Improvements I 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 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. B. 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 and determination to accept such defective Work (such costs to be reviewed by Engineer as to reasonableness General Conditions City of Fayetteville Sanitary Sewer Improvements 66 of I I I 1 11 and I II. to include but not be limited to fees and charges of engineers, architects, attorneys and other I' 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 I L 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 n 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 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 I 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 II 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 I 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 General Conditions 1 City of Fayetteville 67 Sanitary Sewer Improvements I a claim therefor as provided in paragraph L. Such I direct, indirect and consequential costs will include but not be limited to fees and charges of engineers, architects, attorneys and other professionals, all court and arbitration costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the work attributable to the exercise by Owner of Owner's rights hereunder. — O. Payments o Contractor and corrrnletipn 1. Schedules , The schedule of values established as provided in paragraph C.7 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment Progress payments on account of Unit Price Work will be based on the number of units completed. 2. Application for Progress Payments a. The contractor calendar month, Engineer, make performed as of accordance witl preceding estin shall, on the 25th day of each together with a representative an estimate of the value of the the 15th day of the month in this Contract since the last ate was made. of the work , The Contractor shall then prepare and submit the estimate to the Engineer on the periodical estimate for partial payment forms, copies of which are bound with these Contract. Documents. The number of copies to be submitted will be determined by the Engineer after construction has started. b. Upon presentation of certified copies of purchase bills and freight bills, the Owner will permit inclusion in such monthly estimates payment for materials that will eventually be incorporated in.:the project, providing that such material is suitably stored on the site at the time of submission of the 1 I General Conditions City of Fayetteville Sanitary Sewer Improvements 68 LJ II Ii 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. 11 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 1A been submitted will be deleted from the current !� payment estimate. Such materials when so paid for by I' 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 II 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` (1) Except as provided in paragraph o.2.b, the first application for payment shall be of the value of ■1 \1 the work done and of materials proposed and suitable for permanent incorporation in the I II work, delivered, and suitably and safely stored at the site of the work since the Contractor shall have begun the performance of this I 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. IC. 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 V into the Work under this Contract since the last preceding estimate amount is less than $10,000. 11 d. Applications for payment shall be signed by the Engineer and approved by the Owner, and after such II 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 General Conditions 1 City of Fayetteville 69 Sanitary Sewer Improvements following schedule: , (1) Ten (10) percent until construction is 50 percent complete. (2) Five (5) percent after construction is 50 percent complete, provided that the Contractor ,is making adequate progress and there is no , specific cause for greater withholding. (3) When -the project is substantially complete (operational or beneficial use as determined by the Engineer) the retained amount will be reduced to two (2) percent of the value of work which is substantially complete, or two hundred (200) percent of the value of each item as determined by the Engineer to complete said item or items of work, whichever is greater. e. Contractor shall furnish with each application for payment a Contractor's sworn affidavit listing all parties to receive payments on that request. 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 General Conditions City of Fayetteville Sanitary Sewer Improvements 70 I' items is in addition to similar work to be performed under lump sum items and paid for thereunder. IiC. Unit Price Construction Items Unit price construction items will be used to pay for 11 work not included under a lump sum item but required ll by the Contract. d. Unit Price Work Items Order by the Engineer During fl Construction These unit price items will be used to pay for II designated work, not shown on the Contract Drawings, when ordered by the Engineer in writing during construction. II4. Reporting and Invoicing Cost -of -Work '� All cost -of -work items shall be reported daily and signed by the Contractor and the Engineer, which daily reports shall thereafter be considered the true record of cost - 11 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 IIcharges for work performed by the Contractor, by a Subcontractor, and by an employee of a Subcontractor II shall be reported separately. Substantiating invoices from suppliers, vendors and Subcontractors shall be included with the Contractor's invoices. The Contractor I shall permit examination of accounts, bills, and vouchers relating to the cost -of -work when requested by the Engineer. I! 5. Partial Waiver of Liens 11 11 I 11 Partial waiver of liens shall request to cover the full amo request. The Contractor shal every Subcontractor and suppl partial waiver of lien to rel to a mechanics lien, which th under the mechanics lien laws project is located. Any paym without requiring strict comp accompany each payment nt of the previous payment procure from each and ers of material or labor a ase the Owner of any claim y or any of them may have of the State in which the nts made by the Owner iance to the terms of this General Conditions City of Fayetteville 71 Sanitary Sewer Improvements I r 7 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. Contractor's Warranty of Title L 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, I will pass to Owner no later than the time of payment free and clear of all Liens. Review of Progress Payment Requests a. Engineer will, within fifteen (15) days after receipt of each payment request, either indicate in writing a recommendation of payment and present the request to Owner, or return the payment request to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the request. Thirty (30) days after presentation of the Application for Payment with Engineer's recommendation, the amount recommended will (subject to the provisions of paragraph O.7.f) become due and when due will be paid by Owner to Contractor. b. If the Owner fails to make payment thirty (30) days after review by the Engineer, in addition to other remedies available to the Contractor, there may be added to each such payment interest at an annual rate of twelve (12) percent commencing on the first day after said payment is due and continuing until the payment is received by the Contractor. c. Engineer's recommendation of any payment requested in a payment request will constitute a representation by Engineer to.Owner, based on Engineer's on -site observations of the work in progress as an experienced and qualified design professional and on Engineer's review of the payment request and the accompanying data and schedules that the work has progressed to the point indicated; that, to the best of the Engineer's knowledge, information and belief, the quality of the work is in accordance with the General Conditions City of Fayetteville Sanitary Sewer Improvements 72- I' Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon 'i substantial completion, to the results of any subsequent tests called for in the Contract Documents to a final determination of quantities and I' classifications for Unit Price Work under paragraph J.8 and to any other qualifications stated in the recommendation); and that Contractor is entitled to II 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 I I 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 rn 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. 1I d. Engineer's recommendation of final payment will constitute an additional representation by Engineer to Owner that the conditions precedent to Contractor's being entitled to final payment as set forth in paragraph O.8.a have been fulfilled. e. Engineer may refuse to recommend the whole or any part of any payment if,. in Engineer's opinion, it I 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 11 Engineer's opinion to protect Owner from loss because: 'I (1) The Work is defective, or completed work has 1 been damaged requiring correction or 11 replacement. (2) The Contract Price has been reduced by Written Amendment or Change Order. General Conditions City of Fayetteville 73 Sanitary Sewer Improvements (3). Owner has been required to correct defective Work or complete the Work in accordance with paragraph N.6.b. (4) Engineer's actual knowledge of the occurrence of any of the events enumerated in paragraphs P.2.a.(1) through P.2.a.(9) inclusive. f. Owner may refuse to make payment of the full amount recommended by Engineer because claims have been made against Owner on account of Contractor's performance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling Owner to a set-off against the amount recommended, but Owner must give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action. 8. Substantial Completion a. When Contractor. considers the entire work ready for its intended use and all final restoration and testing is complete, Contractor shall notify Owner and Engineer in writing the entire Work is Substantially Complete and request that Engineer issue a Statement of Substantial Completion. Within a reasonable time thereafter, Owner, Contractor and Engineer shall make an observation of the Work to determine the status of completion. If Engineer does not consider the work Substantially Complete, Engineer will notify Contractor in writing, giving his reasons therefore. If Engineer considers the work substantially.complete, Engineer will prepare and deliver to Owner a tentative Statement of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. This list shall be called a punch list. Owner shall have fourteen (14) days after receipt of the tentative certificate during which he may make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections., Engineer concludes that the Work is not Substantially Complete, Engineer will within General Conditions City of Fayetteville Sanitary Sewer Improvements 74 uJ I' 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 111 considers the Work Substantially Complete, Engineer �I will within said fourteen (14) days execute and deliver to Owner and Contractor a definitive Statement of Substantial Completion (with a revised I L tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after fl consideration of any objections from Owner. At the time of delivery of the tentative Statement of Substantial Completion Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, heat, utilities and insurance and warranties. Unless Owner �,and Contractor agree otherwise in writing and so inform Engineer prior to Engineer's issuing the definitive Statement of Substantial Completion, �I Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. b. Owner shall have the right to exclude Contractor from the work after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to 11 complete or correct items on the punch list. 9. Partial Utilization a. Use by Owner of any finished part of the Work, which �I 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 'I accomplished prior Substantial Completion of all the Work subject to the following: I (1) Owner at any time may request Contractor in writing to permit Owner to use any part of the work which Owner believes to be ready for its IIGeneral Conditions City of Fayetteville 11 75 Sanitary Sewer Improvements intended use and substantially complete. If Contractor agrees, Contractor will certify to Owner and Engineer that said part of the Work is substantially complete and request Engineer to issue a. Statement of Substantial Completion for that part of the Work. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially • complete and request Engineer to issue a Statement of Substantial Completion for that part of the Work. Within a reasonable time after either such request, Owner and Contractor shall observe that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefore. If Engineer considers that part.of the Work to be substantially complete, the provisions of paragraph 0.8 will apply with respect to Statement of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. (2) Owner may at any time request Contractor in writing to permit Owner to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to Engineer and within a reasonable time thereafter Owner, Contractor, and Engineer shall observe that part of the Work to determine its status of completion and will prepare a list of the items remaining to be completed or corrected thereon before final payment. If Contractor does not object in writing to Owner and Engineer that such part of the Work is not ready for separate operation by Owner, Engineer will finalize the list of items to completed or corrected and will deliver such list to Owner and Contractor together with a written recommendation as to the division of responsibilities pending final payment between Owner and Contractor with respect to security, General Conditions City of Fayetteville Sanitary Sewer Improvements 76 Ll operation, safety, maintenance, utilities, insurance, warranties and guarantees for that I1 part of the Work which will become binding upon Owner and Contractor at the time when Owner takes over such operation (unless they shall 1 I have otherwise agreed in writing and so informed Engineer). During such operation and prior to ' I Substantial Completion of such part of the Work, Owner shall allow Contractor reasonable access to complete or correct items on said list and to II 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. 10. Final Observation Upon written notice from Contractor that Work or an agreed portion thereof is complete, Engineer will make a final observation with Owner and Contractor and will notify Contractor in writing of all particulars in which this observation reveals that the work is incomplete or defective. Contractor shall immediately take such measures as are necessary to remedy such deficiencies. 11, 11 I 11 1 11. Final Application For Payment After Contractor has completed all such corrections and delivered all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, marked -up record documents as provided in paragraph G.11 and other documents - all as required by the Contract Documents, and after Engineer has indicated that the Work is acceptable, subject to the provisions of paragraph O.16 Contractor may make application for final payment request following the procedure for progress payment requests. The final payment requests shall be accompanied by all documentation called for in the Contract Documents, together with complete and legally effective releases or waivers (satisfactory to Owner) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by Owner, Contractor may furnish receipts or releases in full; an General Conditions City of Fayetteville 77 Sanitary Sewer Improvements affidavit of Contractor that the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and that all payrolls, material and equipment bills, and other indebtedness connected with the work for which Owner or his property might in any way be responsible, have been paid or otherwise satisfied; and consent of the Surety, if any, to final payment. If any Subcontractor, Supplier fails to furnish a release or receipt in full, Contractor may furnish a Bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. 12. Final Payment and Acceptance a. If, on the basis of Engineer's observation of the Work during construction and final observation, and Engineer's review of the final payment request and accompanying documentation - all as required by the Contract Documents, Engineer has been shown that the work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within ten (10) days after receipt of final payment request, indicate in writing Engineer's recommendation of payment and present the request to Owner for payment. Thereupon Engineer will give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of paragraph O.14. Otherwise, Engineer will return the payment request to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the payment request. Thirty (30) days after presentation to Owner of the Application and accompanying documentation, in appropriate form and substance, and with Engineer's recommendation and notice of acceptability, the amount recommended by Engineer will become due and will be paid by Owner to Contractor. b. if, through no fault of Contractor, final completion of the work is significantly delayed thereof and if Engineer so confirms, Owner shall, upon receipt of, Contractor'sfinal payment request and recommendation of Engineer, and without terminating the Agreement, General Conditions City of Fayetteville Sanitary Sewer Improvements IL II I ■I I 11 I 11 1I I 1 make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph F.1, the written consent of the Surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the request for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 13. Contractor's Continuing Obligation Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by Engineer, nor the issuance of a certificate of substantial completion, nor any payment of Owner to Contractor under the Contract Documents, nor any use or occupancy of the work or any part thereof by Owner, nor any act of acceptance by Owner nor any failure to do so, nor the issuance of a notice of acceptability by Engineer pursuant to paragraph O.12, nor any correction of defective work by Owner shall constitute an acceptance of Work not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph O.14). 14. Waiver of Claims The making and acceptance of final payment shall constitute: a. A waiver of all claims by Owner against Contractor, except claims arising from unsettled Liens, from defective Work appearing after final observation pursuant to paragraph O.10 or from failure to comply with the Contract Documents or the terms of any special guarantees specified therein; however, it will not constitute a waiver by Owner of any rights in respect of Contractor's continuing obligations General Conditions City of Fayetteville 79 Sanitary Sewer Improvements LQ under the Contract Documents. b. A waiver of all claims by Contractor against Owner other than those previously made in writing and still unsettled. 1. Owner May Suspend Work a: Owner may, at any time and without cause, suspend the work or any portion thereof for a period of not more than ninety (90) days by notice in writing to Contractor and Engineer which shall fix the date on which work shall be resumed. Contractor shall resume the work on the date so fixed. Contractor may be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if he makes a claim therefor as provided in paragraphs L and M. b. Owner may suspend work upon occurrence of any or more of the following events: (1) If Contractor fails to supply a qualified superintendent, sufficient skilled workmen, subcontractors, or suitable materials or equipment. (2) If Contractor repeatedly fails to make prompt payments to subcontractors or for labor, materials, or equipment. (3) If.Contractor disregards Laws and Regulations, of any public body having jurisdiction. (4) If Contractor otherwise violates in any substantial way any provisions of the Contract Documents the Owner shall have authority to suspend the Work wholly or in part, for such period of time as he may deem necessary, because of conditions unfavorable for the prosecution of the work, or to conditions which in his opinion .warrant such action, or for such time as is necessary by reason of failure on the part of I C I I 11 I I Li C General Conditions City of Fayetteville Sanitary Sewer Improvements 80 I' the Contractor to carry out orders given, or to perform any or all provisions of the Contract. No additional compensation will be paid the II 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. II 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 1Iobstruct or impede the traveling public unnecessarily or become damaged in any way, take every precaution to prevent damage or deterioration of the Work IIperformed, • provide suitable drainage of the roadway, and erect temporary structures where necessary. The IIIContractor 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 'I any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in �� effect, or if Contractor takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect �� at such time relating to the bankruptcy or insolvency; 'I (2) If a petition is filed against Contractor under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if '� a petition is filed seeking any such equivalent or similar relief against Contractor under any other federal or state law in effect at the time IIrelating to bankruptcy or insolvency; (3) If Contractor makes a general assignment for the 11 benefit of creditors; •1I General Conditions II City of Fayetteville 81 Sanitary Sewer Improvements (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; (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 General Conditions City of Fayetteville Sanitary Sewer Improvements 82 I I I El] 7 I 11 II II I 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. c. Where Contractor's services have been so terminated by Owner, the termination shall not affect any rights or remedies of Owner against contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. d. Upon fourteen (14) days' written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the work and terminate the Agreement. In such case, Contractor shall be paid for all Work executed and any expense sustained plus reasonable termination expenses, which will include, but not be limited to, direct, indirect and consequential costs (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs). 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, General Conditions City of Fayetteville 83 Sanitary Sewer Improvements L terminate the Agreement and recover from Owner payment for all work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if Engineer has failed to act on an Application.for Payment or Owner has failed to make any payment as aforesaid, Contractor may upon fourteen (14) days' notice to Owner and Engineer stop the work until payment of all amounts then due. The provisions of this paragraph shall not relieve Contractor of his obligations under paragraph G.15 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with Owner. 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, disputesand other matters in question to be settled by arbitration. Arbitration entered into in accordance herewith as provided in this Paragraph Q will be specifically enforceable under the prevailing arbitration law of any court having jurisdiction. 2. No request for arbitration of any claim, dispute or other matter that is required to be referred to Engineer initially for decision in accordance with paragraph J.9 will be made until the earlier of (a) the date on which Engineer has rendered a decision or (b) the tenth (10th) day after the parties have presented their evidence in writing to Engineer if a written decision has not been rendered by Engineer before that date. No request for arbitration of any such claim, dispute, or other matter shall be made later than thirty (30) days after the date on which Engineer has rendered a written decision in respect thereof in accordance with paragraph J.9; and the failure to request arbitration within said thirty (30) days period shall result in Engineer's decision being I II I I I I I I I F I II General Conditions City of Fayetteville Sanitary Sewer Improvements I 11 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 t! decision of Engineer rendered in accordance with paragraph J.8 will be made later than ten (10) days after II' 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 I I 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 fi period specified in paragraph Q.2 as applicable, and in II all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, 11 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 IIbarred by the applicable statute of limitations. 4. No arbitration arising out of or relating to the Contract IIDocuments 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 II necessary if complete relief is to be afforded among I. 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 II who are already parties to the arbitration and which will arise in such proceedings. 'I c. The written consent of the other person or entity sought to be included and of Owner and Contractor has ,I 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 General Conditions City of Fayetteville 85 Sanitary Sewer Improvements 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 tlo the extent permitted by Sections .10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10, 11). R 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 General Conditions City of Fayetteville Sanitary Sewer Improvements such damages from any amount due, or that may become due the Contractor, or the amount of such damages shall be IIdue and collectible from the Contractor or his Surety. 3. Actual Damages for Delay Failure to meet the Contract Completion Date(s) by the 'I 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, � 11 construction review by RJN Environmental, the Owner's project administration and overhead, the Engineer's ll project administration and overhead, loss of revenue from the completed facility, delay or impact damages from other Contractors on this Contract or other Contractors II on other Contracts resulting from the delay, rental costs incurred by the Owner as a result of delay in completion of this Contract, value and use loss arising from this I1 delay, and all legal costs associated. with administration of this General Condition or with any, litigation arising II out of this General Condition. The Owner may, without prejudice to any other remedies that may be available, withhold from any monies due, or which may become due the 11 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 'I 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: 11 11 a. For each calendar day beyond the Contractual Date of Substantial Completion until the date when Substantial Completion is achieved. b. For each calendar day beyond the Contractual Date of Final Completion or 30 calendar days after the actual date of Substantial Completion, whichever is later, until the date when Final Completion is achieved. General Conditions City of Fayetteville 87 Sanitary Sewer Improvements I S Liquidated damages will be assessed as follows: Less than .$1,000,000 1,000,000 and less than 3,000,000 3,000,000 and less than 5,000,000 5,000,000 and less than 10,000,000 10,000,000 and over 1. General Liquidated Damages Per Day $1,000 ' 2,000 3,000 ' 4,000 5,000 a 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. it L I 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. I. , Personnel Hourly Rate Project Manager $ 92.00 Resident Engineer 60.00 Resident Project Representative 45.00 Clerical/Office Technician 25.00 General Conditions City of Fayetteville I Sanitary Sewer Improvements 88 d. The Contractor shall not work over a 10 -hour day ffwithout written permission from the Owner. � e. The Engineer shall determine when observation of construction activities beyond the regular eight -hour 'I day is required. I I T. Miscellaneous 1. Giving Notice 'I Whenever any provision of the Contract Documents requires the giving of written notice it shall be deemed to have �� been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered II 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 I1a. When any period of time is referred to in the 1 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 Itby the law of the applicable jurisdiction, such day shall be omitted from the computation. '� b. A calendar day of twenty-four (24) hours measured from midnight to the next midnight shall constitute a day. 1 3. General IIa. Should Owner or Contractor suffer injury or damage to his person or property because of any error, omission t 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 UI 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 General Conditions II City of Fayetteville 89 Sanitary Sewer Improvements 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.l, 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 by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph shall be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents shall survive final payment and termination or completion of this Agreement. END OF THIS SECTION General Conditions City of Fayetteville Sanitary Sewer Improvements 90 II C II D II II II II 'I SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contact Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and effect. Paragraph C.7.: Finalizing Schedules Add the following new paragraph as part of Paragraph C.7.: b. Job Number 3026 shall be assigned the highest priority on the completion schedule. It shall be started and finished prior to starting the other job numbers, unless the Contractor utilizes two crews. 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. . _•� _ • .k. Revise paragraph d to read as follows: 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. Bonds shall have an "A" rating or better. All bonds signed by an agent must be accompanied by a. certified copy of the authority to act. Add the following new paragraphs as part of Paragraph F.1: e. While the Owner will post the utility permit bond with the Arkansas Highway and Transportation Department, any FY962167 Supplementary Conditions City of Fayetteville Sanitary Sewer Improvements C1-1 G.Paragraph 'I other bonds required of the Contractor shall meet the requirements of the Arkansas Highway and Transportation Department for any required work in the highway rights - of -way f. The bonds shall be executed by a resident local agent who 'shall be entitled to the full commission paid local agents and who shall be licensed by the Insurance Commissioner to represent the surety company executing the bond and filing with the bond the agent's power of attorney as his authority. The mere countersigning of a bond will not be sufficient. E II 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. Paragraph G.2.a.: Labor, Materials and Equipment Add the following sentence at the bottom of Paragraph G.2.a: Special attention shall be given to Chapter 96 Noise Control of the City of Fayetteville ordinance. 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 FY962167 Supplementary Conditions City of Fayetteville Sanitary Sewer Improvements C1-2 G.Paragraph D D I U II replace it with nondefective work. H. 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. He payment due date shall be determined at the preconstruction meeting. I. Paragraph 0.7.b.: Review of Progress Payment Requests Delete Paragraph 0.7.b. It. tueb.itin,p•fli 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, coating, grouting, final restoration, and testing required to complete the work as defined in the Contract documents. Individual job numbers will be considered for substantial completion. 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. Delete paragraph 0.9 of the General Conditions. FY962167 Supplementary Conditions City of Fayetteville Sanitary Sewer Improvements C1-3 G.Paragraph I M. Paragraph 0. .d Delete paragraph 0.2.d and substitute the following new I 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. N. Tort Immunity The City of Fayetteville has Tort Immunity under Arkansas 1 Law. Nothing in theseS contract documents shall be construed or interpreted as the City waiving that Tort Immunity. END OF SUPPLEMENTARY CONDITIONS I 1 I 1 1 FY962167 Supplementary Conditions City of Fayetteville Sanitary Sewer Improvements C1-4 G.Paragraph I' II iI SUBMITTAL RECORD SUBMIT TO RJN GROUP, INC. " SUBMITTED BY II ACTION II TAKEN F u i •I u W )< O 6 Z C Z O 9 Id e o N O 2 W en W W 1I C en I C J O I O D I Z W W 'a- H H of Q % II - W W W W W O_ UJ ¢ y II " R N0 o e UU W o I a I 22 < < W O �~ W < F I n = I- DE _ O O 1I � 6 CO i O J J W W - -0 t Z ow;. MO. II 11 1! u______ __ ________: 11 11 II2 DISTRIBUTION BY x s FILE COPY (I ) SUBCONTRACTOR (I) 4 x � a e cc icc BY DISTRIBUTION BY RJN GROUP, INC. FILE COPY (II RJN/FIELD (1) RJN/ (II BY m n n (4) (5 1 (al ` ..VIM I RNLI UN RE: PROJECT NO• FILE NO. RJN GROUP, INC. CONTRACT DRAWING NOS. TEL. m QUANTITY ROUTING DATE SENT DATE RECEIVED SEPIA PRINT DATA MS EM • • . ._._. .•...•..._.•.•._c.•......: • . I DATED I SUPPLIER REMARKS DESCRIPTION THESE ARE SUBMITTED AS CHECKED BELOW: 0 FOR REVIEW ❑ RETURMCORRECTED PRINT ❑ FOR YOUR USE Q AS REQUESTED ❑ FOR INFORMATION 0BY CONTRACTORS AUTNORI:ED REPRESENTATIVE f.,= n O o n a. • I, n n r I, 1 s Z o o z W F U, CS4 Z O u z o 'C0 C E G w z z O 2 h u w z 0 E 0) Cl) W o Q <'a o N z z G G WE-. to 0 z O N U7 Z C - 0 w c u G O F W u G Z G Z F C N z C7 z N o0 L u O 0 Fw zE ww.-. u4 W aoa�- F u a C C F z o W W G H £ W G Cti W - O E a zo W 0 G 0 [4 Oy E •I4N z� V zo` • 0 U W E-0 z E ON Liz U CQE-. G EQ z G O a U H z U z O N G -1- 0— CO W 0 Lao.- -4 a z F w w ^ ws w 0.0 U C. a 00 W4S E z wa^ ow O DN O a z .x 0 6. O F N I � Z U�¢ x c) 0 U w H U aa^ E Ln O N Urn >' C OF. `t CE. E -Z` s za 00 U a N ^ F. v D O z 0 H I E G. H ^ a N U o • F Z II a Z F x W W x i. II vao+ x x aO x ¢ u F w z " W 4 F W < ❑ m 11 CL. F W O c U 3 f x 11 II O F ^ x N x 2 x EF x x It FO. Z V X o U x 11 W OH x x x x F ° v x x II zE„ x x O N x x uz x x M x x I X UE F z XA 0 z ¢ x E m Ua x IQU z v m O L V Z U, O C F 0 S. a do'-4--- U—. N N 01 0 • W ❑ II it .-r d L N 1 F z IA L C) C) U7 z cc C V] 0 z W F C rUQ� E C Z z 0 U IC 04 E z z L•] W C. C. U) a U O 0 G H N x W X O. X E X y � x o U U) F X N W Z X E O X M X V] W X O z O o z a O U, c N CU a < S G.. O H H IC L•] W o N G. O z O H a M U U] W O E 0 L u N m Q a] Y u aa) U C C a] UI E E L O W L] C z I I I I In H 'C Z Ca a Ca N H 0 C H S O aU E. z U F 0 6 W U I Si ¶114 O U .., O co c A U m q1 401 -I Y A 4J V y L b w U C C U N@ 1, Q1 Y O 0 C N -C.1 N �NyC.i aQ 1.1 ,O .C UU'Om 4 7 Y 00 7 .-1 m ../ • d N d N Y C Y N N A Y ,.y L U E C NL mY CY 010 3Y J+1+ 0 NayN(aOE yw IA.1 CL Uw7 L L'O U: c°4 - C) y-4 C -I N QJ NNNN NNNN . m 0 T� m N 0 c .,, at •� 3rnN C m00 E7ECU W •O -.1 m U A QI (A U m d L d A C , U U C N w •O E •'1 0 ..� . la C C C) A U O c U A ,-.1 N Y 7 ea A C . C 1J 7 0 m y d 7 d C C U t W O A M Y L .d U d a Y a C C +J A Y CO ....... 4J0Li O N 7 d O •� . Y Cr •-J .-� O Y -•� 4 -it ry L C W Y GJC Y E m Oro . • • • . . . . city ~' YNNYU L QJw 3 m O` -.a yYt mY ..� Y YY AYW m A 2 Wt .. W t E 'O H 0 d A EC q 0 k La .W] z Y 'C7 C A U F ••'� .4 W 4j4- E L C] F a N Y O A C1E m A ., vY d 7O4 i .Q d 7 E L y Y 7U y..1 yYt ZONUQ)O N u,0 Q4 C: Y OY •p Q) m C w m1 U N w A a a m s+a s o o�3 Cl) mam y, m 0 Y$4 ...W.-4 wA O OW ..1 N U -c .•. c. V N 7 U "- U 1+ L c 4) ti• C W w Y QJ Y •O Y o k a S O N Z I.I W C U Lit C c m c m -.A0. N>, . . .Y .C . • m y 1, C C p O V 30+•IL U m E U A $. —I 0 .. N U W c 7 •O ., •O N ~ N C O fa d Ip m A 2 m C .^I y U O Lit wdyrUN N> "Cm•• YA.-•C'I W a)CYUm ..•1 0 a m N C C " U•c 0 0J •-1 E Y -•I 0 • w L 'O "1 m '� Z m N m •^� •wci C•U 10 V Et f A 0.-iC W QI O a N" y .,,C'44 C U U O fw C •-+ TJ N C A N " C N 4A, d U C a d C N 001 O ..� 4 0430a . •-1>,YC • m F yY••�YU --1 N •. N 0 N d Hy JLJ d 'O N O L y O —E Aj 9 N -k �. •N U U 'O A C A w Y •O 0 1, O V .-1 Cl 0 0 c a ccm0 N OI > m m m W 4 -is Y C > E U m A 1 o y 3 0 m C C o a Y m 1 N w 01 N L O U Y L 1+ c C L d O" X 3 U >`� w m ••1 d•-� w E W A Y 0 Y L L Y A N N U 3 Y C >' L 0 A 'O > U 'O Y 4-J O 0 lu 4) L C N m C Y C c •'4O 10] N H 7 L •-1 .L m Q) m U 0 )w 0 7 0 d O 4 Y Y Y C A 1 N 0 CC Y ..� .+ Y 0 ••1 1, IQ Q) W N N Q U Y L N U Y Y N m N L 3 U m y JJ O U L 0 N A A N 7 0 7 A QJ 44 V at A A A m 4J d Y Y Y O U L. 4I y 41 b E L m L A O 4) 0 O 0 E X --O + 0 Y U m CG Y w FCKFF4w.7 F oa 0 A y c C ImI C Y O 4-) 9 C44 Ca --1 A.-......-..-..-..-..-. w J y U y N N C..1 .Y m'OL A 4 wt a, 0' H Y E. v Y . U 0 Y U v H 40C L �. V C O Q) c 2 .. .•.i •0 m U L 3 I :J A U •� O U 7 U © £ N n A A U a: O O l7 2 z 0 H 0 0 0 z a Ca z O V y CO V 0 4 U C C f �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, land indicate the adjustment to the Contract Price and the Contract Time.*** 1 Change Order City of Fayetteville Sanitary Sewer Improvements L 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%). I I I [I 11 III. ADJUSTMENTS IN CONTRACT TIME I. Final Completion Date of Original Contract. 2. Net change due to all previous Change Order Days I 3. Final Completion Date not including this Change Order No. 4. Addition to Contract Time due this Change Order No. a. Avoidable Delay Extension: Days b. Unavoidable Delay Extension. . . . . . . . . . . Days 5. Final Completion Date including I this Change Order No: _ . . . . . . . . . . .Change Order 2 City of Fayetteville Can.f ar. Ccv.e.. T�..........���L� 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 $ 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 S RECOMMENDED FOR ACCEPTANCE: ( ) (For RJN Group, Inc.) Date ACCEPTED: CONTRACTOR: By: ( ) Signature of Authorized Representative Date OWNER: By: ( ) Signature of Authorized Representative Date Change Order City of Fayetteville 3 Sanitary Sewer Improvements 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 D1-6 MEASUREMENT AND PAYMENT D1-7 MANHOLE TESTING D1-8 SANITARY SEWER REPAIR TESTING D1-9 SANITARY SEWER CONSTRUCTION TESTING O1-10 TRENCH SAFETY SYSTEM D1-1 SUMMARY OF WORK 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. I 11 11 11 The order of precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Arkansas State Highway and Transportation Department Specifications The following special conditions shall be applicable to this project and shall be given over any conflicts with the Contract Documents under the provisions stated above. 2. Work Covered By Contract The work to be performed is generally described in the Invitation to Bid and indicated in the Contract Documents. 3. Contractor's Duties a. Except as specifically noted, provide and pay for: ii) Labor, materials, and equipment. 2) Tools, construction equipment, and machinery. 1' 3) samples, shipping costs, and tests. I 4) Necessary utilities, such as water supply, electrical power, telephones, roads, fences, and sanitary facilities, including maintenance thereof. 1 IF D1 -1(i) City of Fayetteville Sewer System Improvements 5) Other facilities proper execution b. Perform all the work Requirements except be done by others. and services necessary for , and completion of work. - described in these General where specifically indicated to c. Pay legally required patent fees, sales, consumer, and use taxes. d. Secure and pay for legally required permits, , licenses, and government fees. e. Give required notices. 1 f. Employ workmen and foremen with sufficient knowledge, skill, and experience to perform the work • assigned to them. g. Comply with codes; laws, ordinances, rules, 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. !Y 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. 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 I U I [I C City of Fayetteville D1-1(2) Sewer System Improvements n I I the site of the project covered by these contract documents. At a minimum, the prevailing hourly rate of wages following shall be paid to all workers performing work under the contract. The scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. Contractor's Use of Premises a. Confine operations at site to areas permitted by law, ordinances, permits, and the Contract Documents. b. Do not load or permit any part of a structure to be subjected to any force that will endanger its safety. c. Comply with and enforce Owner's instructions regarding signs, advertisements, fires, and smoke. d. Assume responsibility for protection and safekeeping of products stored on premises. e. Do not discharge smoke, dust, or other contaminants into the atmosphere, or fluids or materials into any waterway as will violate regulations of any legally constituted authority. f. Move stored products which interfere with the operations of Owner or other Contractors. g. Obtain and pay for additional storage or work areas needed for operations. h. No alcohol shall be consumed on the site. 11 i. Existing Manhole Steps Eu 5 11 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. Existing Facilities a. The existing facilities will be in continuous operation during the construction period. b. Plan and conduct construction operations to avoid disturbing existing structures, piping, equipment, and services in any manner which will interrupt or impair operations, except as approved by Owners Representative. D1-1(3) City of Fayetteville Sewer System Improvements 1 C. Submit for approval a construction sequence, and I 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 I a. Job No. 3026 shall be assigned the highest priority and this job shall be completed prior to starting other job numbers. b. The Contractor shall contact property owners 48 hours in advance describing the work to be performed on private property or easements prior to any construction or rehabilitation work on that property. C. 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. 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. C. Excavation work shall be performed in an orderly manner so that all excavation work is completed in an area before moving to another area unless authorization is given by the Engineer or Owner. 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. A revised monthly progress schedule shall be submitted with each payment request. City of Fayetteville D1-1(4) Sewer System Improvements IIj. The Contractor shall maintain flow in the existing sanitary sewer lines until all connections have been made to the proposed system. All connections to II existing manholes shall be considered a non -pay item. k. The City shall not reimburse the Contractor for any water used to perform the work as required in the contract. 1I 1. The Contractor shall provide all sanitary sewer by- passes as required to perform the work as specified in the plan and specifications as a non -pay item. i! m. The Contractor shall preserve all trees, shrubs, sprinkler systems, fences, and other property owner �� improvements located within the limits of the 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 IIotherwise. n. All local residents who will be denied access to 11 their driveways shall be notified by the Contractor two (2) working days prior to the closure of their access. If 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. ■1 p. Project signs shall be required in accordance with the Supplementary Conditions, and shall be Itconsidered a non -pay item. q. Clay dams or concrete dams (1500 psi minimum) (see I 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 11 appurtenant work shall be included in the Contract unit price for each dam constructed as indicated in the proposal. i` 7. Abbreviations �I The following abbreviations as used in the Contract Documents have the listed meanings: A . . . . . . ampere �I 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 11 D1-1(5) City of Fayetteville Sewer System Improvements 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 F . . . . . degrees Fahrenheit FIA . . . . . Factory Insurance Association FM . . . . . . Factory Mutual fpm . . . . . feet per minute fps . . . . . feet per second ft . . . . . . feet FS . . . . . . Federal Specifications g . . . . . . gram ga . . . . . . gauge gal . . . . . gallon gpd . . . . . gallons per day gpm . . . . . gallons per minute H -O -A . . . . Hand -off -automatic h . . . . . . hour HP . . . . . . horsepower hz . . . . . . hertz IEEE . . . . Institute of Electrical and Electronic Engineers Inc. . . . Incorporated L . . . . . . Liter lb . . . . . . pound lbs . . . . . pounds max . . . . maximum min . . . . . minimum mg/L . milligrams per liter mgd . . . . . million gallons per day mm . . . . . . millimeter MS . . . . . . Military Specifications NBBPVI . . . . National Board of Boiler and Pressure Vessel Inspectors NBS . . . . . National Bureau of Standards NEC . . . . . National Electrical Code City of Fayetteville Dl -1(6) Sewer System Improvements NEMA . . . . . National Electrical Manufacturers NFPA . . . . . no .•. . . . . OSHA . . . . . PPm . . . . . psf . . . . . psi . . . . . pvc . . . . . SDHPT . . . . s f . . . . . . sq. . . . . . SSPC . . . . . sy. . . . . . V. . . . . . UL . . . . . . U.S. . . . . . Association National Fire Protection Association number Occupational Safety and Health Administration parts per million pounds per square foot pounds per square inch gauge polyvinyl chloride Arkansas State Department of Highways and Public Transportation square feet square Steel Structural Painting Counsel square yard volt Underwriters Laboratory United States END OF SECTION D1-1 D1-1(7) City of Fayetteville Sewer System Improvements D1-2 CUTTING AND PATCHING 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. City of Fayetteville Sewer System Improvements F7 C MN 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. Materials used for replacement of work removed shall comply with the Specifications for the type of work to be done. ml 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. 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 1 I I J 11 I 11 I City of Fayetteville Sewer System Improvements D1-2(2) II II B II 11 11 11 D1-3 SUBMITTALS 1. Prepare a detailed progress schedule in graphic form showing proposed dates of starting and completing each major division of the work, monthly completion percentages, and anticipated monthly payment requests. 2. The schedule shall be consistent with the time and order of work requirements of the Specifications, and shall be the basis of Contractor's operations. 3. A condensed critical path method schedule is preferred but another practicable form of presentation will be acceptable. 4. Submit three copies to Engineer within 10 days after the effective date of Award. 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. 1. Shop Drawings, Project Data, and Samples a. General 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, 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. Owner Representative will return with review comments one print or one reproducible. 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 11 D1-3(1) City of Fayetteville Sewer System Improvements 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. e. Contractor Responsibilities 1) Review and approve shop drawings, project data, and samples before submitting them. City of Fayetteville D1-3(2) Sewer System Improvements IA �' 2) Verify field measurements, field construction criteria, catalog numbers, and similar data. I I 3) Coordinate each submittal with the requirements of the Contract Documents. I' 4) Submit shop drawings for major equipment items in one package to permit checking complete installation details. 'I 5) In a clear space above the title block, or on the back, hand stamp the following, and enter the required information: nName of Owner - City of Fayetteville Project Name - Sanitary Sewer Main Replacement and Rehabilitation, White River Watershed, Mini Systems 7, 13A, 13B, 14 and II 15 Contract III Date 'I Identification Contract Drawing No. IISpecification Section '1 This document has been checked for accuracy of 1 content and for compliance with the Contract Documents and is hereby approved. The information contained herein has been 11 coordinated with all involved Contractors. Contractor 11 Signed 11 6) Contractor's responsibility for errors, 1 omissions, and deviations from requirements of the Contract Documents in submittals is not 11 relieved by Owner's Representative's review. 7) Notify Owner's Representative, in writing at 1 time of submittal, of deviations in submittals from requirements of the Contract Documents. 11 11 D1-3(3) City of Fayetteville Sewer System Improvements 8) Do not install materials or equipment which require submittals until the submittals are returned with 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. Owner's 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 location 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. City of Fayetteville D1-3(4) Sewer System Improvements n-i 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. II 11 3) Digital: To preclude the possibility of tampering or editing in any manner, all video recordings must, by II 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. 'I 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 II simultaneously with video coverage. Such coverage shall include, but not be limited to, all existing driveways, sidewalks, fences, curbs, ditches, Iroadways, 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 may be required by the Engineer. It is the intent of this coverage to accurately and clearly document II pre-existing conditions and especially any items that could result in construction claims. The excavation areas shall be physically marked with 'I high visibility fluorescent paint prior to video taping. The markings shall include the job number and stationing. '1 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 1` provided in residential areas. e. The Contractor shall be able to televise and tape I areas with paved roads, along co -owned easements through parks, lawns, and open fields. If video taping on private property, the Contractor shall 11 give the Owner sufficient prior notice of such entry so that property owners may be advised of and their permission obtained for the work. If. To produce the proper detail and perspective, adequate lighting will be required to fill in the shadow area caused by trees, utility poles, road II signs and other such objects in residential areas or as directed by the Engineer. 11 D1-3(5) City of Fayetteville Sewer System Improvements 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 feetper 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 maybe 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. M. Conventional wheeled vehicles can not be used. n. Audio=video VHS tape, 3M T60 broadcast type or equivalent tapes shall be one-half inch (1/211) 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. City of Fayetteville D1-3(6) Sewer System Improvements I' P. The equipment shall be capable of a minimum of 240 lines horizontal resolution. Camera shall have character/time generators. VCR shall be General I' Mitsubish Model CS -1903 recorder/tuner, with adapter, connecter plugs, and still frame capability. II 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 1� be refilmed at no additional charge. The Contractor shall reschedule unacceptable coverage five (5) days II " after being notified. S. All taping shall be performed by Contractor and reviewed prior to construction. IIt. One original and two copies are to be provided. Original to Owner, one copy to Engineer, and one 11 copy to Contractor. 3. Final Inspections '�I a. Notify Owner in writing when project, or designated portion of project, is substantially complete. 'I 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 'i or corrected. c. Take immediate steps to remedy the listed deficiencies, and notify Owner in writing that the 11 project is complete and ready for final inspection. d. Owner's Representative will make a final inspection II and, if he considers the work is complete, he will notify Owner that the work is ready for final acceptance. II4. Closeout Submittals a. Special guarantees and bonds. b. Certificates of inspection required by laws and ordinances for mechanical and electrical work, and 11 any other legally required inspections. c. Contractor's Waiver of Liens. II d. Separate Waivers of Lien for subcontractors, suppliers, and others with lien rights against property of Owner. e. Final payment estimate. II D1-3(7) City of Fayetteville Sewer System Improvements I 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 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. , 6. Safety Plan a. Contractor shall submit, before commencing work, a written safety plan for this project. This plan shall, at a minimum, address: General Job Safety, Confined Space Entry, and Trench Safety. , b. Bid Schedule B, as listed in the Bid Form, is for,' work to be done on facilities owned by the University of Arkansas. While the Contractor's Agreement will be with the City of Fayetteville, and while the project will be administrated •by Fayetteville, the University of Arkansas will require a copy of the Contractor's Safety Plan. 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. - 1 END OF SECTION D1-3 1 I I I City of Fayetteville D1-3(8) Sewer System Improvements 11 D1-4 MATERIAL AND PERFORMANCE TESTING IA. General ii 1. Scope a. Perform the inspections and tests required by the 'I Specifications. b. Provide product certification as required by the :11 Specifications. II c. Neither observations by Owner's Representative, nor inspections, tests, or approvals by other than Contractor, shall relieve Contractor from his 11 obligation to perform the work in accordance with the requirements of the Contract Documents. 11 2. Testing Laboratory Services a. Employ the services of an independent testing laboratory to perform specified services. b. Obtain approval of Owner before employing ` laboratory. IC. Laboratory shall meet "Recommended Requirements for Independent Laboratory Qualification" published by the American Council of Independent Laboratories: 't d. Laboratory shall meet basic requirements of ASTM E329, "Standards of Recommended Practice for II Inspection and Testing Agencies for Concrete and Steel as Used in Construction". 3. Laboratory Duties a. Perform specified tests and services. II b. Comply with specified standards, ASTM, other -I recognized authorities, and as specified. c. Ascertain compliance with requirements of Contract Documents and so note in writing on all reports. D1-4(1) City of Fayetteville Sewer System Improvements 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. f. Include in. the reports, the date, project title, 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. 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. No Contract Prices are established for Material and Performance Testing with the exception of compaction test as set forth in Section D2-10. L END OF SECTION D1-4 City of Fayetteville D1-4(2) Sewer System Improvements D1-5 CONTROL OF CONSTRUCTION SITE IA. General 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 II be kept in such a manner so as to cause a minimum of inconvenience and nuisance to other Contractors and the general public. The site shall be kept broom clean. II 2. Traffic Control a. Contractor shall, at all times, conduct the work in 'r such a manner as to insure least obstruction to t vehicular and pedestrian traffic while paying particular attention to avoid inconvenience in 1 I 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 IIlane shall be open to traffic at all times. b. Submit a traffic control plan to Owner, Owner's II Representative, and appropriate highway official three days prior to closing any road. Contractor shall inform police, fire, public works, and bus 11 service companies on the day of closure. c. When any section or portion of road is closed to traffic, provide, erect, and maintain barricades, I� 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 11 accordance with the Owners and the Arkansas Highway Department Standards, as applicable. d. Contractor shall provide a sequencing arrow panel 11 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 11 with arrowheads of each group aligned or behind the other laterally and the arrowheads of separate iI groups being opposed. e. Replace any traffic sign or post which has been 11 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. D1-5(1) City of Fayetteville Sewer System Improvements J 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. 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. 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. 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. This is in accordance with State of Arkansas Act 600 Chapter 271, Underground facilities Damage Prevention. 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. J I I I I I Li L L I I I I I City of Fayetteville D1-5(2) Sewer System Improvements 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 exposure of an existing utility, to include exposure of tracer tape, pipe bedding, trace wire, polywrap or the actual utility pipe or cable, 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. d. The Drawings do not show all underground or above ground utilities. The information shown concerning utilities is based on information provided by the utility owner. This information is not guaranteed to be correct. 11 6 rA Accident Reporting a. Notification Accidents occurring on or private property, or or other persons, shall Police Department. b. Utilities the job which damage public result in injury to workers be promptly reported to the 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. Confined Space Entry II 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 II D1-5(3) City of Fayetteville Sewer System Improvements General Industry shall be the minimum governing requirements for confined space entry. Said standards are included at the end of this section. B. Measurement and Payment No Contract Prices are established for Control of Construction Site. END OF SECTION D1-5 City of Fayetteville D1-5(4) Sewer System Improvements II !I Thursday January 14, 1993 II c =_ Q If �3 C f � �f! Partll II Department- of Labor ` Occupational Safety and Health z i Administration _ li =- 29 CFR Paris 1910 II Permit -Required Confined Spaces for General Industry; Final Rule II € II II Federal Register I Vol. 58, No. 9 / Thursday, January 14, 1993 / Rules and Regulations 4549 11 11 Found to Repcir of OSHA Fa W Icy! Cstut.-ophe tn.vugrtlotC, Washington, D.C. NJy 1985 (Fa 13-]5). 4. U.S. Depa^tmeal of Labor. Ooeupatlooal Slot)• and Hnalth AdmlalstreUon. Dueetonte of Technical Support. "Selected Occupational FnaiUat Related to Fin and/ or rxplos ion to Confined Wail Spicer as Found In Reports of OSHA Fatality/ Catast opba 1n.iniptionr", Washington. D.C, April 1982 (Ex. 13-10). S. OSHA Intrgnted Management loformadoo System. FatallryftstestopSe Database. OSHA Off ce of Managem:nt Data S)tleres. Vii. Federalism much safety us possible using varying methods consonant with conditions in each elate. In short, there Is a Clair national problem related to occupational safety and health concerning entry Into con tined spaces. Those slates which elect to partdpete under the statute would not be preempled by this regulation and would be able to address special, local conditions within the framework provided by this performance -oriented standard. OSHA notes that California, Kentucky, Maryland. Michig n. New This regulation has been reviewed in Jersey' and Virginia currently have ecco dance with Executive Order 12612 regulations dealing with confined space regardicg Federalism. This order entry. Of these six slate regulations, requires that agencies, to the extent none would be preempted. New Jersey possible, reEain from limiting is not a state -plan state, but their slate confined spew standard applies only to policy options and consult with states public (stale and local government) prior to taking any action. Agencies may employees. An analysis of state act only when there Is dear confined space rules and procedures is constitutional authority and the contained In Section VI, Summary of presence of 4 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 clear 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 Ad of 1970 expresses Congress dear intent to preen pt state laws relating to issues on which Federal OSHA has promulgated occupational safety and health standards. Under the OSH Act, a elate can avoid preemption only if it submits, and obtains Federal approval of, a plan (or the development of such standards and their enforcement. Occupational safety end health standards developed by such Plan -States must, among other things, be at least as effective in providing safe and healthful employment and places of employment as Federal Standards. Where such standards are applicable to products distributed or used in Interstate commerce. they may Dot unduly burden commerce and must be justified by compelling local conditions (See Section I B(cX2) 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 them are state or regional peculiarities caused by the terrain, the climate or other factors. states would be able, under the OSH Ad. to develop their own state standards to deal with any speial problems. And, under the Act, if a state develops an approved stale program. it could make additional requirements In Its standards. Moreover, the performance nature of this standard, of and by itself, allows for IlLbility by states and employers to provide as VM. Slate Plan States The 25 states and territories with their own OSHA -cap roved occupational safety and health plans must adopts comparable standard within six months of the publication date of this final standard. These 2S states are: Alaska. Arizona, California, Connecticut (for state and local government employees only), Hawaii. Indiana, Iowa, Kentucky. Maryland, Michigan, Minnesota. Nevada, New Maxim. New York (for state and local govemmant employees only), North Carolina. Oregon, Puerto Rico, South Carolina. Tennessee. Utah, Vermont, Vlcginia, Virgin Islands, Washington and Wyoming. Until such time ass state standard Is promulgated. Federal OSHA will provide interim enforcement assistance, as appropriate, in these slates. List of Subjects In 29 CFR Part 1910 Attendant. Confined Spaces. Entry permit system. Hazardous atmospheres, Haurdous materials. Incorpontioaby reference. Monitoring. Occupational safety and health, Permits. Personal proledive equipment. Rescue equipment, Respiratory protection. Retneval linen, Solely, Signs, Tags, Tools, Welding. Df. Authority This document was prepared under the direction of Dorothy L Strunk, Acting Assistant Secretary of Labor for Occupational Safety and Health, U.S. Department of Salver, 200 Constitution Avenue, N.W., Washington. D.C 20210. Accordingly. punuant to sections 6(b) and 6 of the OccupationaJ Safvty and Health Ad of 1970 (29 U.S.C 655, 657), Secretary of Labor's Order No. i-co (S5 FR 9033), and 29 t3'R Pan 1911. Title 29, Chapter XVII, of the Code of laden] Regulations is amended as follows. Signed at Wuhisigton, at. this 6th day of January, 1993. Da.-etby L Streak Acting Assistant Sccrclarya f labor PART 1910 -OCCUPATIONAL SAFETY AND HEALTH STANDARDS 1. The authority dtation for Subpart of Part igill i3rovised to read as follows: aurioan: Seca 4, 6, and am Oo:urs:ioaal Safety and Health Act of 1910,29 USC 653• 655. 657; Secretary of fabm's Orda Na 12- 71 (36 FR 8754), 8-76 (it FR 25059), 9-63 148 Flt 357361 or 1-90 (SS FR 9033). as applicable. Sections 1910.141, 1910.142,1910.415. 1910.146, and 1910.147 also issued under 29 CFR Part 1911. 2. Section 1910.146 is added to read as follows: 61910.146 MmJHegvhdaonMed apsaes. (a) Scope and application. This section contains requirements for practices and procedures to protect employees in general industry from the hazards of entry into permit -required confined spaces. This section does not apply to agriculture, to Construction, or to shipyard employment (Parts 1928, 1928, and 1915 of this chapter, respectively). (b) Definitions. Acceptable entry conditions means the conditions that must exist ins permit space to allow entry and to ensure that employees involved with a permit -required confined space entry can safely enter into and work within the space. Attendant means an individual stationed outside sae or more permit spaces who monitors the authorized entrants and who performs all attendant's duties assigned in the employers permit space program. Authorized entrant means an employee who Is authorized by the employer to enter a permit space. Blanking or blinding means the absolute closure of a pipe, line, ar duct by the fastening of a solid plate (such as a spectacle blind or a skillet blind) that completely covers the bon and that is capable of withstanding the maximum pressure of the pipe. line, or duct with no leakage beyond the plate. Confined space means a space that: 11 4550 Federal Rrgister 1 Vol. se, No. 9 1 Thursday, January 14, 1993 I Rules and Regulations (1) Is large enough and to configured that sin employee can bodily enter and perform assigned work; and (2) )lss limited or restricted means for entry or exit (for example, tanks, vessels. silos. storage bias, hoppers, vaults, and pits an rpeces that may have limited means of entry.): and (3) is not designed for continuous employee occupancy. Double block and bleed means the closure of a line, duct, or pipe by dosing and locking or tagging two in - line valves and by opening and locking on taming a drain or vent valve in the line between the two closed valves. Emergency means any occurrence (including any failure of bawd control or monitoring equipment) or event internal or external to the permit specs that could endanger entrants. Engulfment means the surrounding and effective capture of a person by a liquid or finely divided (flowable) solid substance that can be aspirated to cause death by filling or plugging the respiratory system or that can exert enough force on the body to ause death by suanguiation. constriction, or cushthg• 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 span. Entry pernnft (permit) means the written o; printed document that is provided by the employer to allow and control entry into a permit space and than contains the information specified in parappli (1) of this section. Entry supervisor means the person (such as the amplo)ts, foreman. or crew chlef responsible for datarm(a(ng if •acceptable entry conditions an present ate permit space where entry is planned. for authorizing entry and overseeing entry operations. and for tanminatiag entry as required by this section. (1) Flammable gas. vapor. or c.is in excess of 10 percent of Its lower flammable limit (lit); (2) Airborne combustible dust at a concentration that meets or exceeds Its Ut Nar. This cooceOtnh0Q may be epprosd:�tsd asa condition In which the dust obicuru vision at a distance of S feet (1.52 ml or lest (3) Atmospheric oxygen eoncennation below 19.5 percent at above 23.5 percent: (4) Atiospheric concentration of any substance for which a dose ore permissible exposure limit is published in Subpar G. Occupational Health and Enviror.n ensal Control, or in Sub?art Z. Toxic and Hazardous Substances. of this put and which could result in employ 4 exposure in excess of its dose or permissible exposure limit; Notr. An atmospboric coacencatioe of any substatce that is not capable of causing death. Inapedtation. impairment of ability to salf•rrscve. Injury, or acuts illness due to its health effects is tot covered by this provision. (5) Any other atmospheric condition that Is immediately dangerous to life or health. Note: For u cootamimfu for whits, OSHA has not determined a dose er pmmiuibla espoaun limit. other souses of tnformztion. such is Material Safety Data Sheets t.`at mnply with the Huard Communication Standard 51910.1200 of this part, published Irfarmatioa, and internal documents an pwvlde guidance to establishing acceptable amsospherie coadiruso£ Not, mery NoAn entry supasor also may se uth as an stta.dant or as an authorized entrant. u long u that ptasoo Is trained and equipped as mired by this section for each role he or she tinAis s. o, the duties of entry supsvl se r ray be peered tore ant ur individual to anotba dbsg tSe cosrn d an entry opceno . Haswdous atasospheremeens an atmosphere that may expose employees to the risk of death, inapadtatlon. Impalrmeni of ability to self -rescue (that Is. escape unaided from a permit space). injury, or acute Ilinesa from one or more of the following aurae Hot work permit means the employer i written authorization to perform operetions (for example, riveting, welding, culling, burning. and heating) capable of providing a souof Ignition. Immediately dangerous to Ir' a or health (IDUi1 means any coo 'bon that poses an Immedlate or delayed threat to life or that would cause irreversible adverse health effects of that would interfere with ezi Individual's ability to escape unaided from a permit space. Not Some rtsatecigls—hydrogen fluoride gas and adraitsm npor. for exampleo-cuY produce I„„•wtl. t. naazieat effects that. even if levant. coy pats without medial stteatloa. but n followed by suddaa possibly Sit] collapse 12-72 tours attar axposura. The victim "feet. normal" I-om seoove.j from trtnsient effects until collapse Such manias, in hardoua quantities s a nnnaleered to be'Im.•asdlate)y' deal :- ss Ufa or haahi It Inertfng mdis placement the of the atmospheae In a petmltspace by a noncambustt3la gas (Hach a nitrogen). to such an extent that the resulting atmosphere is noncombustible. Note: This procedure produce an mtH oq�eodeficleat atmosphere. Isolation means the process by which a pencil space is removed from service and completely protected against the release of energy and materiel 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 enern: or blocking or disconnecting all mechanical linkages. Line breaking means the intent;czal opening of a pipe. lie. or due: cat is or has been tarryir.i Cc.mable. corrosive, or toxic ms:e::al. an i:.ert gas. or any fluid at a volume. press ..e, or temperature capable cf OL'sing injury. .'on-permif tor; L to space msa:s a confined space that des not contain or. with respect to atmospieric bawds, have the potential to m_tain any hazard capable of causing death or serious pbysiral harm. Oxygen defrcient atmosphere means an atmospherecontaining lest than 19.5 percent oxygen by volume. Oxygen enriched atmosphere means an atmosphere containing more than 23.5 percent oxygen by volume. Permit•required confined space (permit space) mans a confined space that has one or more of the following chancteristla: (1) Contains or has a potential to contain a hazardous atmosphere:, (2) Contains a material that has the potential for engulfing an antrant: (3) Has an internal configuration such that an entrant could be trapped of asphyxiated by inwardly converging walls or by a floor which slopes downward and tepee to a smaller eoa- section: or (4) Contain any other recognized serious safety or health hazard. Permit -required confined space proplom (permit spas program) means the employer's overall program far rolli contng, and, where appropriate, for protecting employees from, hazardspermit and for regulating, employee entry into permit £pens Peratft system meant the employar. a written procedure for preparing and issuing permits for anmy and for returning the permit space to sarvice following.termination of entry. Prohibitedbondition means any condition In a permit space that is not allowed by the permit duang the period when entry Is autharad. Rescue service meett the personnel designated to rmscue employees from permit spans Federal Regfsla / Vol 58, No. 9 1 Thtusda7, j®uary 14, 1993 1 Rules sad Rc ttladoas 4551 I 0 D I R:trievcl system mews the ey iipment (including a retrieval fine, chest or full. body herness, wrin)els. if sppmpriste. and a lifting device at anchor) used for non-cotry rescue of persons nn: pcuilt spaces. Tes'.ing m: s_s the pr xea by wbirh the bawds that may ccnfront eatents of a permit space are i&nU5ed and evaluated. Testing includes ipecify'srg Lhe tests that an to be ptforred !nthe e pormh space. Note: Testlag ene�tn emplrya:s Sotto devise and ticpiemeut adegate ccn�nl measures !or the protection of svSc:lred eaaznt• and to dtlerzne'1 aarfaille entry eecd'tien: n cruuat i=-.ed'atdy pin to. .rd der:. e. COLD. (c) General requires. ents. (1) The employs: shall evayuste the wcrkplsce to determine if any spaces en perm!t- required confined spaces. Not&: Proper epplicacoa of the derision flow chat is Appendix A to 5I91&145 would fadiltale mmpUaaoe with this mqutrt euL (2) 1f the workpleee contains permit spaces. the employer shall info exposed employees, by posting danger signs or by any other equally eLaaive means, of the erdsteace and katioa of and the danger posed by the permit spaces. Note: A rgn reading'DA1J—FEVv(Tr- REQUu CDN•i- to SPAtf, DO NOT ENTEFr or using other similar facguage would army the requhcaaet for a sip. (3111 the employer derides that its employees will not enter permit spaces. the employer shall take effective measures to prevent its employees fiora entering the permit spaces a..d shelll comply with pangrwpbs (c)(1), (d(2). (c)6), and (c)(8) of this section. (4) If the employs derides that its employees will saver permit spa the employer stall develop and Implement a wrfttsm pormd space entry progsti� that compliu with this stain The written program shall be scailabte far insppeecctVlan by employees and their aut'ba•isad ropetentdivet. (5) An smployez tae the alters procedures specified in pengnph (c)(s)(ii) of this aactioa far tot,riag a permit space under the conditions sal forth in paragraph (c,)(5Xi) of this section. (I) An employerwbaae employees enter a pettnit s;xsae »red ant ttbrooghpa off Lha eat pewided nA ) that: The p�fl _ that the m)y dxs d posed by space is rmacmai or�Jd etc oslsbere: (9) The emplovcr an demonst,te that cooUouau s ford eli veatilatioo alone is sulidant to mslntala that permit space sale for entrtryy^, (CI The employer den(ops monitoring and inspection data that nippwu the detaoosuet:cos required pangaphs (dISXIXA) and (c)(5)(J)(B) this sectio¢ (D) If m JhJda) entry of the permit space is necessary to obtain the data required by pa.•egrsph (c)l5)(i)(C) of this section, the entry is performed to coeplierlce with peragrepbs (d) through (k) oh±J sect!oa; CE) The deterainetioos and supporting dais-equirrl by pangrsphs (cll`.11 (AI, (c)(5)(i)(E), std (c;i3?(i)lC] of this section. in donlmeoted b7 the emptoyx and are made avaikble to each employee who enters the permit spa ce under the tarns of paragraph (c)(5) of this section; and (F) Entry Leta the permit space under tie te..ms of par_pe b (c)(5)(i) of this section is pirbroed in acccrdance with the regtdrements of pasaaapb (c)(5)(fi) of this section. New. See peragnpb (c)(7) of this sectic for reel ass a6cn oil permit apace alley all ba:srds wtthia tbs space hive been eliminated. (WThe followtg requirements apply to entry into permit spates that meet the conditions set forth In paragraph (c)(5)(i) of this section. (A) Any conditions making it unsafe to remove an entrance cover shall be eliminated before the cover is removed. (B) When aatraan cows am remva3• the opea>ing their be promptly guarded by a veiling, temporary cove:. or other temporary beerier that will prevent an accidental fall through the opening and that will proled each employee working is the spa ce from foreign oblons en:artng the specs (C) Before an employee enters the rpece, (ha Jateraa] atmospbere shall be tested. will a calibrated direct -reading (ntunent. for the following conditinm in the order given: 11) Oxygen content (2) Flammable geses and vapors. and affi (3) Potential toxic air contezabi&ats. (Dl Then may be to basarJots atmospben within the space whimever myy�employee b inside the space. (E) Continuous faced air veaalathm shall be used. m foilowr. (1) An em may not enter the (tppaece until fmoed air ventilation h eliminaed any hescdoas atzampham (2) The forced air veasiist shall be sodirected 64th versttlets the lmmodis areas wham w employee is a will be pewit pram[ whkdm tie spans and sba8 hamdaas continue steel1 all esmplayaae here 1n,t the space. (3) The air wpply for the bread atz voctilatioa shell bo from a clean source and may not (Hawse the hazards in the space. (F) The st_ospbsa within the space shall ba paricdinlly tested u necessary to Crst1re that the continuous forced air ventilation b preseaticg the accumulation of a bundous atmorphers. (C) Ifs bsnrdous st'naspbte is detected darn$ entry- (1) Eah emp,oyee &ball les:a the arena immediately: (2) The s ace shall be evaluated to de:e.mine bow the hawdous atr_cspharo developej; and (J) masswes cbs11 be implemented to pm:eL1 employees Lem the bazsrdous atmosphere bees any subsequent entry takes plea. (N) The employer shall verily that the space is safe lot' entry and that the measures re raised by pert :eph .(c)I5?(ii) of thin section have beta taken, thrtrugh a written certi3otion that contains the dare, the locatica of the space. and the signature of the parnoa prodding the certif cation. The curdfication &ball be made Ware entry and shall be cede available to each employee entering the space. (6) When there are changes in the use or mn5gurnLoa oft nca•pe.-mit mcfioei space that might inaaese the hazards to enhents, the employer &hall reevaluate that span and, i(aecaasasy. reclassify it as a perm:t•requlred coeftned space. (7) A span classiRedby the employer as a permit -required confined space may be neclessifzed as a nnn•permit confined spare under 1Ls fallowing p(ncadures: (1) tI the permit ip•� poses no.atttal or potential atmospheric hazards and if all bawds within the spar an eliminated without entry Into the specs. the permit space may be refs red u a non -permit confined space far as long as tEe oon•stmospbtricharerds remain eliminated. (ii) if ti is necessary 10 enter the permit space to etiminata bawds, such entry shall be performed under paegnphs (d) thou ,h (k) of thla sectioo. iftesting an Inspection during that entry demonstrate that the bazatdt within the permit space have been eliminated. the permit space maybe redsssifled tie noa•permh conffoed ssppaece for as long as the hazards remain u eliminated (roes Chid d saoorp&t hazards through head air vct11 ou dm Hat ---s—e saerdtvta almla.Goo at the Lucda. Puegrsppb (c7(sl covers PamAap&aautry when the emp)ayer m democst ti that fotoed ah veetaatiea (tone wiU wend ag beans to the spae. 4552 Federal Register / Vol. 56, No. 9 / Thursday, January 14, 1993 / Rules and Regulations I (iii) The employer shell document the (Ili) inform the host employer of the basis for determining that all hazards in permit space program that the a permit space have been eliminated, contractor will follow and of any through a certifiution that contains the hazards confronted or anted in permit date, the location of the space, and the spaces, either through a debriefing or signature of the person making the during the entry operation. determination. The certification shall be (d) Permii•required confined spcce made avaf )able to each employee program. Under the permit•required ante ing the space. confined space program required by (iv) If hazcdc arise within a permit paragraph (c)(4) of this section, the space that has boon declassified to a employer shall: non -permit space under pangnph (c)(7) (1) Implement the measures necessary of this section, each employee in the to prevent unauthorized entry; space shall exit the space. The employer (2) Identify and evaluate the bards shall then reevaluate the space and of permit spaces before emp!oyees enter determine whether it must be them; reclassified as a permit specs, in (3) Develop and implement the accordance with other applicable means, procrdures. and practices provisions of this section. necessary for safe permit space entry (a) When an employer (host operations. including. but not limited employer) arranges to have employees to. the following: of another employer (contactor) (i) Specifying acceptable entry perform work that involves permit space conditions; entry, the host employer shall: (ii) Isolating the permit specs; (i) Inform the contractor that the (iii) Purging, inerting. flushing. or workplace contains permit spaces and ventilating the permit space as that permit space entry is allowed only necessary to eliminate or control through compliance with an permit , atmospheric hazards; space program meeting the requirements (iv) Providing pedestrian, vehicle, or of this section; other barriers as necessary to protect (ii) Apprise the contactor of the entrants from external bazazds; and elements, Including the hazards (v) Verifying that conditions in the identified and the bast employer's permit space an acceptable for enty experience with the space, that make throughout the duration of an the space in question a permit space; authorized entry. (iii) Apprise the contractor of any (4) Provide the following equipent precautions or procedures that the host (specified In paragraphs (d)((i) employer has implemented for the through (d)(4)(ix) of this section) at no protection of employees in or near . cost to employees, maintain that permit spaces where contractor equipment properly, and ensure that personnel will be working: employees use that equipment properly: (iv) Coordinate entry operations with (i) Testing and monitoring equipment the contractor. when both host employer needed to comply with paragraph (d)(5) personnel and contractor personnel will of this section; be working in or near permit spaces. as (ii) Ventilating equipment needed to required by paragraph (d)(11) of this obtain acceptable entry conditions; section: and (iii) Communications equipment (v) Debrief the contractor at the necessary for compliance with eooelusioo of the entry operations pangraphs (b)(3) and (i)(5) of this regarding the permit space program section; followed and regarding any hazards (iv) Personal protective equipment confronted or created in permit spaces Insofar as feasible engineering and work during entry operations. practice controls do not adequately (9) In addition to complying with the protect employees; permit space requirements that apply to (v) Lighting equipment needed to all employee. each contractor who Is enable employees to see well enough to retained to perform permit specs entry work safely and to exit the space operations shall: qukkly in an emergency; (i) Obtain any available information (vi] Barriers and shields as requ:''ed regarding permit space hazards and by paragraph (d)(3)(Iv) of this section; entry operations from the host (vii) Equipment, such as ladders. employer, needed for safe ingress and egress by (ii) Coordinate entry operations with authorized entranu; the host employer, when both host (viii) Rescue and emergency employer personnel and contractor equipment needed to comply with personnel will be working in or near paragraph (d)(9) of this section. except permit cpa. as required by pangnph to the extent that the equipment is .(d)(tll of this section; and provided by rescue services; and (ix) My other equipment necessary for safe entry into and res zee 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 space is large of is part of a continuous system (such as a sewer), pre -entry testing shall be petfotmcd to the extent feasible before entry is authorized and. if entry is authorized, entry conditions shall be continuously monitored in the a.•cas wSrre authorized entrants are working: (ii) Test or monitor the permit space as necessary to determine if acceptable entry conditions we being maintained during the course of entry operations: and (iii) When testing for atmospheric hazards, test first for oxygen, then for combustible gases and vapors, and then for toxic gases and vapors. Note: Atmospheric testing conducted In am�rdanca with Appendix 9 to 51910.146 would be considered as satisfying the requirements of this parapaph. For permit space operations in sewers. atmospheric testing conducted In a¢ar tuna with Appendix B. as supplemea:ed by Appendix E to S 1910.146. would be considered as satisfying the requirements of this pangnph. (6) Provide at least one attendant outside the permit space into which entry is authorized for the duration of entry operations; Note: Attendants may be assigned to eor.ilor more than one per_.it space provided the duties described in pangnph (i) of this section an be eficc'Jv.ly performed for each permit space that is monitored. fhawise. anesdants may be stationed at goy Iont:on sr_ side the permit specs to be monitored as long is the Suites described to paragraph Ii) of this section an be effectively performed for each permit s� Ce that is 9ooitare& (7) if multiple spaces are 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 monitored without distraction from the attendant's responsibilities under pangaph (i) of this section; (8) Designate the persons who an la have active roles (as, for example. authorized entrants. attendants, entry Supen150r7, or persons who test or monitor the atmosphere in a permit space) in entry operations. Identify the duties of each such employee. and provide each such employee with the I I I C I L7 I I I I I' Feduai RegWer / VoL 51. No. 9 I Thursday, (tnuzry 14, 1903 / Rules and Regulation 4553 1I 'I training required by pangrspb (d) of this s:ction; (9) Develop and tz plemeot procedures for summoning resmre and ennenc7 services• for rescuing entrants from permit spaces, for prcvid!ng necessary emergency services to rescued employees. and fur preventing unauthorized penormel from eta puzg a nscoe: (10) Develop and lmplrxt tt a v}•slem for lye prepsretioo, issuance, use• and cancellation of entry permits at requizd by this section; (11) Develop trd implement procedures to coordinate entry operations when employees of more than one employer are werking sinulteneausly as authorized entrants ins permit space, to that employees of the employer do not endanger the employees clan; othn employer, (12) Develop and implement procedures (such attiring oils permit space and canceling the permit) necessary for cvncludicg the entry after entry operations bate becn completed; (13) Review entry operations when the employer has rason tobeliere that the measure taken under the permit specs program may not p Aed employees and relive the progr>®to correct defidnd es fv®d to trzdd before subsequent entries ere authorized; and — Nott Exasplrs of sir•+_^s' •'r n req_siring the review of the perxitwequfred confined space program ee. any unruthorzed entry of a pertmt space, the detection of s pemlt Spa rz brand ad cc.nri br ma permit, the de' erica of a modti so prohtbtted by S. perm it. the o¢tsama d as fatal a srec� miss during entry. a change to she sees a coo guntim of a pem4 space. and enpinjee sz nplr.ts aboan the airamvaann of the progam. (14) Review the penmt-regnirved confined space pecgram, usisr;Ethe canceled permits retained node paregnph (eH6) of this w m within 1 year after sera atrtry aai aariae the program es aeocasy.4o aanam thsl employees pmtidpeting is latr7 operations an prots:ded from pamh space barsdc Noe- t'srpicycs .j partarm a oral e annual nrieee a-man .atn perlcarad during a 12-cootb padnd. llmauj it performed daxIDg a>sck paod, tsa review ti ac -j. Appendix C to S'1B10.146 presents examples d parmh entry progress that are considered to comply withtl.•e requirements of paragraph (d) of t in; section. (e) Ferro i aystrm. f s) Baivta es try b authorized.tbe emp)tryera •: document the compla6 of inetramrs r9qu iced by peregre ph (dX3) of els section by prepertig an entry permit. Not.: ATpe odtx D to S 1010.146 pneiats tx i'er of permiu wboeo .tear ell a-' ssosldn.d to ¢- iy with the requt-nen5 of th;4 wction. (2) Before entry begins. the entry supervisor ldenti3ed on the permit tbali sign the entry parson to authorize entry. (3) The completed permit shall be made s v auh) a at the time of entryto an authari13d anion, by posting It al the entry portal or by any other equally .ffetive mew, so that the entrttnu cn confirm that pre -entry prepantiont have been completed. (4) The duration of the permit may not exceed the time required m complete the nsih ed task or )ob iden;ilied on the permit In aoxrrdaace with pangrapb (f)(2) of this section. (5) The entry supervisor sball terminate ©try and cant the entry permit whet (i) The entry operations cove ed b7 the entry permil have been complete tt_• or (ii) Acondition that is not allowed undo the entry permit arises in or near the pencil space. (6) The employer shell retain each canceled entry permit for et least S year to faaltnte the relitq of the permit - required confined space required by paagraph (d 14) of this section. Any problems encourrtced during an entry operation sbsll be noted on the pertinent pe®h so That appropriate reticcas to the perrrsft space program can be made. (fi Errtrypermit The entry permit that doornenu compliance with this section and authorizes entry toe pe-aspace shall tdecUfy: (1) The permit specs to be emceed; (2) The purpose of the entry: (3) The data and the autbarirrd duration of the entry permit.' (4) The autbnrized aatrants within the permit spsc+,by Dana or by such other means (far examp)e. through the use of rosten w (racking sydems) as will enable the attendant to delermizse quickly and arnsntaly. for the dnretion of the permit, which sutborited entr>uts am inside the permit space; Note: This mq'Lrw°°i may be vu'd by tsueemg a rctruaoe a the airy p.ttan at to the oaten Used. n� n a n sit car ending uy am b krp track of the euthcisad esnscI within the pail cc. • (5) The pasatmei, by name. 4xaredy serving n stlsvdrsnts: (6)The In df.tdsraLby name. curs m seeing at etsb7 nsper.feos, with a for the signature or tnifeit de entry supptrerrisor who mtgtrmlly nstburiui an(2) The boards of the ptr.u41 span to be eatere� *Fee (a) The oeuvre used In lac)a'.e the remit sins and to eliminate or control permit spas bswds before entry; Note: Tuna, aeasurn can Include tSa lockout or le_inj d .qutptxnl and proudure4 toe purgingura ting.solkdng, and flushing parmil spaua (9) The entry taeco ble ndidans; (to) The results of initial and periodic tests performed under pengnph (d)(S) of this section, accompanied by the ounes or initials of the testers and by an Indication of when the legs were performed; (11) The rescue and emergency services that can be summoned and the r..ear..s (such as the egupment to use and the number to calll for satrrmomng these services; (12) The communication procedures used by authorised entants and attendasu to maintzin contactduring the entry; (13) F.q•.rpment, such as personal protective equipment. testing equipment. enmmunlcaUoas equipment. alarm systems, and rescue equd ment. to be provided for compliance with this section; (14) Arty other informetfoe whose inclusion is necessary, given the arcumsunres of the partioilarcanfaed space. In order to ensure employee safety; and (15) Any additional permits. such as for hot work, that have been loved to authorize work in the permit spa Training. (1) The emyer shall provide training so that employees whose work is regulatedby this section acquire the understanding, knowledge. and skals necessaryfor the safe performanre of the dutin wipedwipedunder ibis section. (2) Training shall be provided to eauv affected employee_ (1) Before the employ ee Is first assigned duties under this section: (ii) Befom there is a change fn • assigned duties; (ice) %'he=aves there Is a change in permit space operations that presents a bawd about which an employee has not pnrsioa$y been trained; (iv) Whe^•ever the employer bas reason to believe either that there to deviedona frog the permit spec eotr7 ur procedes required byptrw mph(d)(3) of this section or that there ae tnadegoedes In the emplolee's knowledge or use of then (3) The training Rb the eateb1Shdui required by this s cdcal and sba41 in introduce new or revised procadarnr. es necessas7. for c nptaace with this. sen. () The empivyer sSaB testify that iha tninlrrg mq In fed by pangtphs (g)(1) 4SSS rederal Register / Vol. 59, No. 9 I Thursday, January 14, 1993 / Rules and Regulations through (g)t3) of this section has been aeeomplis`_ed. The certification shall contcio each employee's name, the signatures or initials of the trainers, and the dates of training. The certIEcaUon shall be available for Inspection by employees and their authorized represeotstives. (b) Duties of authorized entrants. The employer shell ensure that all authorized entrants: (i) Know the hazards Ibet may be faced during entry, including informadoo on the mode, signs or symptoms, and consequences of the exposure: `2) Properly use equipment as required by paragraph (d1(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 wbonever. (i) The entrant recognizes any warning sign or symptom of exposure to a dangerous situation, or (ii) The entrant detects a prohibited condition; and (5) Et from the permit space as quickly as possible wbonever. (I) An order to evacuate Is given by the attendant or the entry supervisor. (Ii) The eobsnt recognizes any wunlag sign or symptom of exposure to a dangerous situation. (iii) The entrant detects a prohibited condition, or (iv) An evacuation alarm Is activated. (i) Duties of afendcnts. The employer shall ensure that each attendant: (1) Knows the hazards that maybe faced during entry. including information on the mode, signs or symptoms, and asequences of the 2) L aware of possible behavioral effects of hazard exposure in author!: d entrants; (3) Continuously maintains an accuete count of authorized enfants in the permit space and ensures that the means used to Identify authorized entrants under paragraph (0(4) of this sewion aaurately Identifies who Is in the permit space; (4) Remains outside the permit space during entry operations until nlleved by another attendant; Nn Wbeo the smptoyafa permit every ping; sm allows attendant entry ax rescue, attendants may enter a permit spas b attopt a reecva tl they hen been trams and'equipped hr mcie open bona as r W"""d by paragraph (1 I) of this sedtoe and V they ban been relined as requtnd pancpaph (1)(4) of this sedioa. (5) Communicates with authorized entrants as necessary to monitor entrant status and to alert entrusts of the need to evacuate the space under pares-npb (i)(6) of this section: (6) Monitors ectivities inside and outside the space to determine lilt Is safe for entrants to remain In the space and orders the authorized entrants to evacuate the permit space immediately under any of the following conditions: (i) If the attendant detects a prohibited condition: (ii) lithe attendant deteds 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 pare gnph (1) of this section: (7) Summon rescue and other emergency services as soon as the attendant determines that authorized entrants may need assistance to escape from permit space hazards; (8) Takes the following actions when unauthorized persons approach or enter a resit sWan the unauthorized persons that they must stay away from the permit space: (u) Advise the unauthorized persons that they must erdt immediately if they have entered the permit space; and (iii) inform the authorized entrants and the entry Nparviscr If unauthorized persons have entered the permit space; (9) Performs noneat y 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. Q) Duties of entrysupervisor: The employer shall ensure that each entry vuppeeMson (1) Knows the hazards that may be faced during entry. Including information on the mode, signs or sy ptoms, and consequences of the e sure: 2) Verifies, by checking that the appropriate entries have been made on the permit, that all tests specified by the permit have been conducted and that all procedures and equipment specified by the permit are in law before endorsing the permit and allowing entry to begin; (3) Termlmtes the entry and cancels the permit as requlnd by paragraph (e)(5) of this settlers: (4) Verifies that nature eervScet an available and that the mesas for summoning them an operable; bl (5) Removes unauthorized individuals who enter or who attempt to enter the permit space during entry opertions; and (6) Determines, wbonever responsibility for a permit apace entry operation Is transferred and of intervals dictated by the hazards and operations performed within the space, that entry operedons remain consistent with terms of the entry permit and that acceptable, anti}' conditions are maintained. (k) Rescue and emergencyservfces. (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 shall be trained to perform the assigned. rescue duties. Each member oldie rescue service shall also receive the training required of authorized entrants under.paregrnph (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. mn6guntfon, and acaessibillty, 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 (CPR). At least one member of the rescue service holding current certification in first aid and in CPR shall be available. (2) When an employer (hod employer) arranges to have persona other than the host employer's employees perform permit spare rescue, the host employer aba1L (I) Inform the rescue service of the hazards they may confront when called an to perform rescue at the hod employer's facility. and (ii) Provide the rescue service with ac eu to all permit spaces from which rescue may be oeassary to that the rescue service can develop appropriate rescue plans and practice rescue operations. (3) To facilitate noo-entry rescue, retrieval systems or methods sh.0 be used whenever an authorized entrant enters a permit space. unless the retrieval equipment would Inmease the overall risk of entry or would not contribute to the rescue of the entrant. I I I I I I I I I 1 I. I. I Federal Resister I Vol. 58, No. 9 / Thursday. January 14, 1993 / Rules and 4S3 Retrieval systems shall moot the (U) The other sad of the retrieval line written Information shall be made following requirements. shall be attached to a mechanical device available to the medial facility treating (t) Each authorised entreat %hall use Cr fined point outside the permit space the exposed entraal. a then or full body harness, with 4 in %ucb a manner that rescue can begin YMMIC 5 TO srttata—Suw7- retrieval line atucbed et the center of as soon as the rescuer becomes swat, A»URiD IM SYAQS the eatt&nt'a beck neat shoulder level, that rescue is necessary. A mecbeatal Note: A�� A through H wave to or above the antnnl'a head. Wristlets device &ball be available to retrieve Provide 1olrimatloo and ooa m.ndatop may be used In lieu of the chest or full personnel from venial type permit suldeltaw to assist employers and employees body harness If the employer an spaces more thins feet deep. In mmplylog`Ath the approprtata demonstrate that the use of a chest of (4) If an Injured satant is exposed to to comubeplyou of th eeQlo full body harness is infeasible or creates a substance for which a Material Safety a greater hazard and that the use of Data Sheet (MSDS) or other similar wristlets Is the safest and most effective written information is required to be alternative, kept tithe worksite, that MSDS or I. • • - . _. I 4556 Fedlanl Kagistcr 1 Vol. 58, No. Q J Thursday. January 14. 1993 / Rulef and Regulations Apreoetz A b j1410.144—tvttJf�qu(rd J' Go.n.d Spun tl.ci.isa T1o..' Dail - - Appendix A Pe_Irit-required Confined Space Decision Flow Chart Dora the air•: loci contain hntt-regnted Cen(tn.d sac.. Si d•awd by IIt10.14 Ib)) M>—•� v1t •1M , 7LS•1{•1 i<ana X11 atatdarda Inton ua a ployerequired by 11910.1([ (eIt1). 5701 R.1I4 o)(11.eIoyC entry a rm, outnd q will p. r_st .pe:.. M .nNt•d) MJ •lU lO,l IL tc1 U1. Ge tat [rot wuid< of space. • YES _________________________________________________ I •• via contractor. •nt•ry TG9—.,Tut will be don. by contractors' w 1 _u e)'(f t).otrto crs e: as W regnrad q 1:110.11[ Icllll (11. liii endd (1111rm . Cons reactor etxua intervtIon r.q+t nd by 11/10,114 lei ($3 (i 1. (ii) and lull fro. Mst. Scab contractors and host .=ploy... will enter the spec.) $3.. TLS Vtl: host •.ploy.., cm . to Ceerdtut• •nary epereti one as reQut red by $910.14 p.rterm entry tub) (c11t) (iv l and (a (111. rr•wr.: un.utbort red entry. I YES lU L.___ prevent u:Aatbor entry. STOP V+ ____________________________ )soa . p.nit•r Co.. space Mv. Lawn or potential lvtarda) Irk. do.. not .qirsd centin.d epscv. 1910. Ut • TLS aply, Consult etwr O___ standards. i [' O.pleyer ur choose to reclassify space to nen•pers(t Car. ti..Murds be elt•in.t.dr Yts.. , r.Ntred confined spec. Wires $1920.14[ (Uf71. 17011 W I. Ca. the space be •aIntalhed Ina eondit tea esf. to YE?—.. $pact say be .ntered under ens.: b- conttnvous forced air wntilacion only) f - l 11!20.240 (c1131. SN1t 1 NO -- [ureter. for entry via permit proc.duru. t.nAt riot valid until eoadit ion. seer Ver at acceptable sntry conditions (lest results f.cerd.d. space i.ola:cd if )'3-_', p.nit n.ewd. IC sewervwens to .uay.en available. •nt rut. properly .qutppe . etc. 1 I .p.eiflcetlona. YES I Per it Ibu.d by author] flriq U95 twr.. $}.--. 44Q•ncy 'hatI (prohibit.d aceertabi. entry conditions utntaln.d thtrupteut ens tI YES entry condition), ts scueted entry abort....t(CC.ara ll tvers it • n..d.d). (.nit is void, Reevalust• propr.. to correctfpr•vnt prohibu•d Gary tail.. coeplet •d, tent[ ruurn.d and o.nc.1.d. eondstdon. Cec,ar.ne. of ea.rgenry t (urually) is proof of d.ficient bdaa pntc preeru and • progru. PLO re-entry anti) progre. entry by .ntran[(, at t.ndu u�tt.M.a naindva ii�uon •f (end persitl to .•ended, (n.y p per•ra. ate. I require •aw pro0rsa.) Car'SNVC Spaces say Mw to be •v.cuat.d and T. -evaluated if hazards draw durio0 entry 10 1 I '0 Permit - Required Confined Space Decision Flow Chart I I I I I I I I I I [I I Ffl If Does IM woekpfaos contain PRCS as defined by 51910. YES Inform employees as required by 11910.1 Win peen$ space be entered? YES WIII contractors enter? NO Consult other applicable OSHA standards. Prevent ernpbyse en as requktd by § 1910.146(cX3). Do task from outside of specs. Task wffi be done by contract n' employees. Inform contractor as required by § 1910.148(c)(8)(1). (11) and (1N). Contractor obtains k,formebon required by § 1910.146(c)(9)(t). (IQ and (11) from host. IBoth oonlndors and host employees witi enter the spacaj Wip host employees enter to perform entry tasks? Coordinate entry operations as required toy §1910.146(cH8)(ty) and (dx11). Prevent unautfwdzed entry. YES NO Prevent unauifwrized entry. STOP I 14O Does space have known or potential hazards? Not a PRCS. 1910.146 does not apply. Consult oC»r OSHA standards. YES YES Empbyer may choose to reclassify space to rwn-pemrtt STOP' Can the hazards be ewmhated? required confined space uskn §1910.146(cx7). NO ...:.: . .. . . ..:. ::.. . r 4 a a ' l: ... ._ '. l i . 0 .:..'. 1..1 !G� . .. . .: .: . .. t . • . S. . 55t . S. ... ... •. .. ,2e..11 .r i Federal Register I Vol. SB, No. 9 / Tbureday, January 14, 1993 / Rtjcs and Regulations 4537 defind Workers will not Appandla 5 to 31910.1 ae--Procxdures for Atmospheric Testing Atmospheric Ifstlag is nquind for two distinct purposes: Ivgaluadon of the hazards of she permit spec Lod nri6ation that acceptable entry conditions for entry into that rpaca exist. (1) Evaluation testing. The atmosphere of a confined space should be anaJyad using equipment of ruU de0t seritivity and specificity to Identify and eraluate any bawdous atmospheres that may exist or arise, so that ippropritte permit entry procedures cobs developed and acceptable entry conditions stipulated far that space. Evaluation and interpretation a( these data. and dnelo meot of the entry procedure. should b done by. or reviewed by. a technically qualified professional (e.g., OSHA consultation Service. or unified industrial bltieoist. registered safety er.gioeer, ariired safety professional, etc.) based an evaluation of all serious beards. (2) Verifsmtion testing. The atmosphere of a permit space which may moats a hazardous atmosphere should be tested .for residues of all coolamirsants identified by evalustioo testing using permit specified equipment to deter ioe that residual concentrations at lb e time of testing Lid entry art within the range of acceptable entry coeditiov. Results of testing (Is., actual concentration, Ile) should be recorded oaf the permit in the spec provided ed'pant to the stipulated acceptable entry condition. (3) Duration of tasting. Measurement of values for bath atmospheric parameter should be made for at least the minimum response time of the test instrument specified by the manufactures. (4) Testing gtro(ified atmospheres. When monitoring for entries Involving a descent Into armospberes that may be stratified, the atmospheric envelope sbauld be tested ■ distance of appraximateiy 4 feet (132 m) in the dirtdioo of travel and to each aide. If I sampling prthe is used, the eobtnt's rate of progcss should be slowed to acrmmmodate the sampling speed and detector response. Appendix C to 51(10.146-Ssampla Of Permit -required Confined Spam Prepema Example 1. 14'orkploce. Sewer entry. Potential hazards. The employees could be exposed to the following: Engulfment Preens of torte gases. Equal to or non the 10 ppm hydrogen sulfide. II the pr acoa of other losic enotaminanU is suspected. specific monitoring programs will be developed Presence of explozrvdflammoble go set. Equ to a greater than 10% of the lower Gammable limit (1FL). Orygen Deficiency. A oxmantratiom of oxygen to the atmocpbmt equal to or less them 19.5% by whims. A. tntry Without PermiflAdendant Cerlficotion. Confind zpaaa may be eotcred without the seed fora written ar anandant provided that: 1.1 the space IS determined not to be a permit required wofined apace. an 2.1 the span an be selatalnd to 4 safe condition lot toty by meehantal ventllatfon done. All s eel hell be corutdered permit-nqutrsd manned peaces until the preentry procedures demoastnte otherwise. Any emplo)ee requLed or pmmlttd to presLaci or Isles an encioeedlcoafnd spas shall ben successfully completed. u a mlalmum, the trtldog ar required by the kllawltg sections of these procedure'. A written COPY of operating and rescue procedures as required by these procedures shill he at the •ark site for the duration of the job. The Confined Spa a Pre -Entry Check List must be completed by the IL/U) WORXER before ceby Into a oon5od space. This list verities completion of liens listed below. This check list shall be kept at the job site for duration of the job. If circvmstancee dictate an interruption in the work. the permit space must be reevaluated cd a now check list must be completed. Control of atmospheric and engulf. ant hazards. Pumps and fines. All pumps and floes which may reasonably muse con: ainants to now into the space shall be disconnected, blinded and locked out. or effectively Isolated by other means to prevent development of dangerous air wata.=sination w engulbuent. Not 911 laterals to sewan or storm drains require blocking. However. when experience or knowledge of industrial use Indicates then is a reasonable potential for matamlnstlon of at, or engulfment iota an occupied sewer, then all affected laterals shell be blond. If blocking and/or isolation requires entry Leto the space the povisions far entry Into a permit- required confined space must be Lmplemcnled Surveillance.The surrounding are shall be surveyed to avoid hazards such as drifting neon from the tanks. piping. or sewers. Testing. The atmosphere within the spare will be tested to determine whether dangerous air wontamlaetion and/or oxygen deficiency exists. An alarm only type gas monitor may be used. Testing shall be performed by the L CAD WOR107t who has successfully completed the Gas Detector t aining for the monitor be will use. The mtnlmuro dery to be monitored am oxygen de clency, 1pl, sad hydrogen sulfide cooanbatlon. A written record of pre- by test results shall be made and tap al the work site for the duration of the job. The cupervlsot will certify In writing. n upon the results of the preeentry Sling. th all bang ids have been eliminated Affected employees shall be able to review thetcsti results. The most hazardous conditions sh {warm when work Is being performed Is ad)otning, connecting space. Entry Procedures. U than see no non- atmospbertc hart prsenr and U the entry test, show there Is no dangerous air o motam!niUoo and/or oxygen deficiency within the rpea and there It no Mason to believe that any b likely to develop. entry into ad work within may p CCEUouous testing of the atmosphere to permit - bamedlete vicinity of the waken within • spas shall be aanmplitbed The woe will Immediately leave the permit spas when any of the gu nionitor alarm 'sat po are reached u rtturn to the ana until a Sl1PERV1SOR who bar completed the gas detects training his used a direct reeding pa detector to evaluate the situation and has determl mod that It Is isle 10 enter. Rescue. Arrangements fat rein Gawks, an not required when than It no anaodant. See the rescue portico of section B., below, I= Instructions regarding rescue planning when an entry permit is required. •• B. Entry Permit Required Permits. Confined Spam Enty Permit. All spaces sbu116e considered permit•required confined spares until the pre -entry procedures demonstrate otherwise. Any employee required or permitted m pre -check or enter a permit•requird coa6oed span shall have successfully completed. as ■ minimum, the training at required by the following sections of these procedures. A svrinen copy of operating and rescue procedures as required by these procedures shall be of the work site for the duration of the job. The Confined Spam Entry Permit must be completed before approval an be given to enter a permattequtred confnd spa a. This permit verifies completion of items listed below. This permit shall be kept at the job site for the dcration of the job. If eireumseanas muse an interrupdaa In the work or a change in the alarm mnditioos for which Gaul was approved. a new Confined Space Entry Permit must be completed Control of otmorpherfc and engulfment hazards. Surveillance. The surrounding area shall be surveyed to avoid hazards such as drifting vapors from tanks. piping or sewen Testing. The confined space ilmorphrn shall be tested to determine whether dangerous air contamination and/or ostn ishill be exists. A direct reading gas used. Testing shall be performed by the SUf RVISOR who has ruceasklly completed the gas detector training for the monitor be will use. The mfnlmum parameter to be monitored annxyge a deficiency, lit and hydrogen rulfde concentration. A written record of the pre - entry test results shall be made and kept at the work site for the duration of the job. the Affected employees shall be able to review PI the testing results. The most basatdoue conditions shall govern when work Is being heed performed in two adjoining. connected at specs. Spas Ventilation. Mechanical notiletion rag. systems. where applicable. shall be ad at ell 100% outside ale. Where potable, open two additional manholes to Increase air circulation. Use portable blown to augment natural circulation If needed. Mara suitable pr,e_ . ventlaling period. repel the tasting. Entry may not begin until tatlag has demonstrated that the baardaut ate cspbera has been eliminated . I ffsUbyy Proctdutet The following procedure eball.be observed under any of the following the conditions: lJ Terisg damoesbates the the .existence of dangerous or de6dent ►.act casditas and additional ventilation cannot reduce rnaanbatlo46 to nit levels, 2.) The fats. atmosphere tests as safe butte rah I I -1 I1 I •i IH I • 4558 Federal Rrbl4a I Vol. 58. No. 0 1 Thursday. January 14, 1993 1 RuJes and Regulation I I I I I Ii 1 •1 I I I I I L I mndiuces can r.auaadr be .s?.c'+d to 000kwe in op.:eud to puillel Man Doe develop. k.) Ii Is na feasible to peosid. to unit of a r- 11pla set U shut down Set reedy tart from spac.a.qulppd with rep4Ir' manna an 1 .th}i• to fsdat. that .ulamatic Sn suppression Qalama and U Is udl from thi od en whLrh mmala to not pnctiul or cal. to dsuiinte arch operation. systems; or e.) Am .mergeocy exists Lad U is Caoksn and .b to .mbariamtaL not feasible to wait for pr•-.aby procedures cylLndrlal ..nets equipped with &cedar. to take effect. mating thaP c4 agUator pe44aa diaa AU pe•rinnnel owl be (Wined. A self U the Inner shall Is iecl U is usually mate toed breashing apptntus At be worn betted wt seam at pn.ntr.s up to 150 by any pmoa eoronng the space. At leers (16)425 iPai. T a totatiz shall assemhly aZ oae worker shall stand by the out.. o(the the matiauow cooks or drys La .lto Bunn space reedy io give assistance In rase of boiled. emerg. Dry. The standby voila shall haw., sell cnouia.d breatbing sppantm nvlable for immediate use. Thee rhallbe at lent one add itiooal worker within sight or al: of the standby worker. Coatiauau paweted 2 comet Loiatioaa .ha:l be maintained betwece the worker within tb. cooftaed span and standby personnel If at a_y time then u any questionable action or aoa- naveceot by the worker lotide. a verbal chock will be nerd&. U than r Is ra response. the worker will be cad inmewiaseiy. Errrp600: U the wo:1rr is disabled du. to Selling or imp.C. Wilts shall not be ret ovtd from the rnr tad space unless then is immediat danger to his/her i life- Local 6n dcpartmaat rescue pemmnel shall be notified immediateIy. The standby worker may Daly eater the confined $pam.in rase d an •mugs q ('.easing tbn eel( masaiaad %Wash lag .ppusaul.ad miy afro being nliewd by Lcothtr works$ S:My brit or barcess with atached lifeline shall be used by all worken entering the span. with the fret end of th a Uae secured outside the entry oyeniag. The standby warkertball attempt to remove a disabled works vishis lifeline before ..rains the speoa. WYh m prams&. these spaces shad be .stated through ed. oparinp—lkosa erithie 31/2 feet Qm ) d t4a bc:� M'htn &airy ma4 be throrgh t top opesiag. ma snl.ty ball shell be of the hnmea type the n¢ atdtt person upright and a koisting der tr cc almttar tppmetus shall be aaclhlr lsz ULirg worktn out d the span to Cl rlaaiioa when tbalr t� rmT endanger the wake. us. of a %&sass alnico or sf` ry kilt Lad .e th.d UfaUoa nq ba 15'bm daagereoa air ...An4•',-Krc is ■itrtttabic to 6amme).i. .n4 1a ap o.±n $ubst>amnoL lighting and electrical .getpmed shah be On 1. t2vicm 1 rated pet Natioml Electiad e' and m Ignitita sourshall be inoodueed into the ens Gaaliauaas gas modtarmg shall 1r perfo®ed dari24U ma1imd oper.tloos. U slain mnditioas cLaa9$ advc-sely. wiry penmoel.haU alt tka cso.5e.d &Pisa &ad a new coatioed pa - p.®il Lsaeed Rea.L.c CAR S. Sn d•lvhzat eeeeloa foe r— -u.. Wbere - "-' - herds b I.4. pec+o eml ace pnscct.rta}mat the sihr shall Lmplemed •marwy promda�ato t the sitesibG I Federal RegWer I Vol. 58, No. 9 1 Thursday. January 14, 1993 / Rules and Regulatlota 4559 ' Entry Permit' will be Issued for at mouth period to rover those production areas when tanks an fabricated w the point that spiry and exit an made using manholes. Authorirodon. Only the area supeniwr may authoruse en employee to solar a look within the permit area. The area supervisor must determine that conditions to the tanktnller, dry bulk trailer or truck, etc meat permit requirements before authorizing entry. ArlendartL he area rupervlsm dull dnlgnale an employee to matnteia communlatloo by employer rped0ed means with empiayees working in oaks to snzun their sefety. The enendsnt may not enter any permit entry confiad spa" to reeve en entrant or for any other season. unless authorized by the rescue procedure and, tad even then, only titer calling the rescue team tad belag rlic%Td by as attendant by another worker. Comm an icotion: and obserwtion. Communications between attendant and eatrLails) shall be maiatalned throughout entry. Methods of communlutlon that may be specified by the permit indude voice, voice powered radio. upping or sopping codes on tank wells, signalling tugs Ott tope. and the atteodaat's observation that work acUrluu such u cbippinipiadin6, welding, spraying etc, which require deliberate operator control continue normally. These ectly des often genents so much twbe that the necessary hearing protection makes cam nualouon by voice difSmut. Rescue procedures. Acceptable resent procedures Include entry by a town of employee•tvcum, use of public emergency services, u! procedures (or bnaehmg the taaL he area permit spedhes which procedures en available. but the area rruperrisor makes the Baal dedsloo based o0 dreumstaaces. (Certain laMa may make It necessary to breach the tank to remove a person rather than risk additional Injury by removal through as existing manhole. However. the supervisor must ensue that no breaching pro"dun used for rescue would violate tans of the entry permit For tartans. lithe tank must be breeched by cutting with a much, the tank surfaces to be cut must be ban of volatile or combustible coatings rithln 4 loches (10.16 em) of the cutting tine and the atmosphere within the tank must be below the LPL. Retrfesol line and harnesses. The retrieval (Ines and harnesses generally required under the standard are usually Impractical for use In tanks beaus, the Internal configunUon of the tanks and thetr interior baffles and other structures would prevent rescuers from hauling out Injured entrants. However, unless the rescue procedure calla for brearhing the tank for rescue, the rescue learn shall be trained In the use of retrieval lines and harnesses for removing injured employees through manholes. B. Repair or arnica of "Lend" tanks and bulk boilers. Sours of hazards. In addition to facing the potootLl hands encountered In fabrication or manufacturing, tusks or trailers which ban been In service may contain residues of dangeious materials, whether left over from the traasportrtloo of hazardous cargoes or genentd by cbemlal or bedertal ecUon on residues of noo•huudous arras. Control of atmospheric hazads. A'used" tank shall be brought Into areas wren lank entry is authorised only after the tank has been emptied, cleansed (without employ" entry) of any residues, and purged of any potential atmospheric hazards. Welding. In addition to tank cleaning for control of atmospheric hazards, rating and surface materials shall be removed 4 Inches (10,16 rm) or man from any surface use when welding or other larch work will be dote and an taken that the atmosphere within the tank remains well below the IPL (Follow the requirements of 19 Uk 1910, Subpart Q. OSHA s welding standard. at all times.) Permits. An entry permit valid far up to I treat shell be Issued prior to euth.^ izatioo of entry Into used tank treUen, dry bulk trailer or trucks. In addition to the pre-entty dazing requirement, this permit shin require the employ" safeguards specified for new tank fabrication or construction peralt areas. Authorization. Only the area nrpcnisor may •authorize an employ" to inlets tank toile, dry bulk taller or truck within the permit are. The area supervisor must determine that the entry permit requirements ban been met before tuthorlrlag entry. I I I 1I 1I 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. I I City of Fayetteville D1-6(1) Sewer System Improvements 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 City of Fayetteville Sewer System Improvements D1-6(2) I 1 D1-7 MANHOLE TESTING 1. Scope This section describes manhole testing to effectively confirm the watertight integrity of new manholes. Description a. Infiltration may be observed in manhole defects at manhole walls, pipe seals or bench/trough areas. Infiltration related repairs are intended to eliminate leakage of groundwater into manholes. b. Inflow may be observed in manhole defects at manhole frames, covers, frame seals, grade adjustments, grade adjustment seals, corbels, or walls. Inflow related repairs are intended to eliminate sources of surface water entry that become active during rainfall events. 3. Testing, Observations and Guarantee Period a. The testing required shall be performed by the Contractor at locations designated by the Engineer and documented to the satisfaction of the Engineer. b. Any new manholes that are observed to be leaking by the Engineer shall be repaired by the Contractor and retested. B. Materials Not specified. 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 I D1-7(1) City of Fayetteville Sewer System Improvements I possible. All testing shall be performed in the presence of the Engineer. b. Manholes shall be tested after installation with all connections (existing and/or proposed) in place. Drop -connections and gas sealing connections shall be installed prior to testing. The lines entering the manhole shall be temporally plugged with the .plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop -connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of 10 inches of mercury shall be drawn, and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. If the drop in the level is less than 1 -inch of mercury (final' vacuum greater than 9 inches of mercury), the manhole will have passed the vacuum test. After a successful test, the temporary plugs will be removed. The required test time is determined from Table I. Table I MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 1" H (10"H - 9"H) (MIN:SEC) HEIGHT OF M.N. (DEPTH IN FT.) 48" M.N. 60" M.H. 72" N.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 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 S I U 1I I 1I ri �I City of Fayetteville D1-7(2) 1 Sewer System Improvements I Ishall make the necessary repairs at no additional compensation. The manhole shall then be retested as 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 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. END OF SECTION D1-7 I I 1 D1-7(3) City of Fayetteville Sewer System Improvements I D1-8 SANITARY SEWER REPAIR TESTING A. General 1 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 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 Isatisfaction 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 existing • sanitary sewers shall be performed in accordance with Section D2-15 of the Specifications. B. Materials Not specified. 1 C. Execution 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. 2. Acceptable Limitations for Acceptance ZThe following observations shall be utilized to determine if repairs are inadequate or improper. 1) Leaking Joints greater than one (1) drip per five (5) seconds. D1-8(1) City of Fayetteville Sewer System Improvements I 2) Offset or misaligned joints greater than 1/4 inch I 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. It tiitflP Cl ii tan _JflWiak'mrLn 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. END OF SECTION D1-8 City of Fayetteville D1-8(2) Sewer System Improvements I I IA I I I I I I I D1-9 SANITARY SEWER CONSTRUCTION TESTING 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 be submitted to the Engineer. Test shall be performed after backfill and compaction operation has been completed. 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 1 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 n 9 D1-9(1) City of Fayetteville Sewer System Improvements 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 to properly install the pipe will be paid for by the Contractor and at no additional cost to the Owner. Replacement sewers and service laterals that parallel or cross storm drains or ditch sections shall also be tested in accordance with Section Dl -8.C.1 to determine that inflow has been eliminated from the sewer system. Not specified. C. Execution 1. Alignment and Grade 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 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 closed circuit color televis presence of the Engineer. In video tape of the sewer line tapes to become the property completion of testing. segment utilizing a ion camera in the addition, provide a to the Engineer with of the Owner following i City of Fayetteville D1-9(2) Sewer System Improvements I I 11 I I I I I I 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. 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,T and miscellaneous items required. - D1-9(3) - City of Fayetteville Sewer System Improvements 1:3i .. r, a*r. .:.. _ :t.#xs_ r• Eat SS• ' ✓ r/ t. .. l • rysY �q _ j • q y .fl.__ - L. ii _ J• \ ft y 1'• a W, 6�T1� ♦ •.y Aaf'I ..Z4. �i(v.. 1., .i :.i�. C��rC j. iY + 1.:� �'.. n1rvA.+ .Y.L-Ltt4 ♦,+t ii: .. i. r.� ..i .a-nat *'�.i t a •• jT F Y ._Il .....i . St.: ��'-!'. `? li�E ��i -.. i.�.�S~ii �.: •* i..)t Oil •.Y EtA, ,. :j.a1 '.£ iI { i:%i J+.i .. .YR�2 f:.La'- . - ;. _ ,e_ .^-q ')JS` w..Tti 3'c- LZ ."),.7£:; 4.A ,iiO 1_i]a :� • • 1 i .:.. r .".y1 iy�a�� 1..1 {d L.. ifa � rZ�3 . Li 1 w..�i a.ili vt�- 'i1 dL.T i •i [r t Li Ii -)i\`-ELI}\. r. •� l - A.. .yT� Z il_J♦i ^i♦. _.. J i . a.i d Y:.. ya on W. flant !�` i !_♦. j•t e... w� I ».. 0�s .! r♦♦♦♦_r .: L. 1,�{ �i.Ir� JW 34✓ t..- �J Y.. t.l Zfc...✓�.� t. 4 �• ,y [� .5I.�.I . J�SL)Jlal ♦�-rirM vY 'H1 Y{ tai J33-rtt z♦ �Y� i riw1.2iF.4•�1 vN�..� Zjr.'RC r1}. ti-rti-ri Li.^.Z7✓it1 j blAJ5 ; ddiziIr:3q f i3Y"u? it.oa 1 C'.S':ia1j 'L 3"!£:5:': C SJ •! 4d JS )jd jJ_: ..-:vat.'5 t.'I,to J° '..:, :1 '''f 4c icy C L. L:.4^txY.' i.:t ryi:;Jr•.+ bi7.U1.. ,1 L{'.' L LJ.. "O,Tnn`i F4(; ,T ;.::r':.:i±& jt r4— i. ...i�'3 i7 az. '•£•. �.....� to .;r.��� - Cl�? ,.... iE .7xc j . 4 .•'ufii j� aiSt.! a2dJEn. a JJ9.JSJ [ 11v i. 1. -•,t.. T ':L • t J .r".,'{ i. J.4' .3 •- L' +iir ::1%•:� ;Mn "tZ.' Ste' �4.+ Y:.,;W ".it • i , ..I. i ,•,� a � P.r: • o- f 4`aa ..�'. .'�_ r, yf. Z .. .yi L`3.. f:s.:�✓.-.r t.i ��i��`.� ..1: .1 Z-; �3 �10 ^�iaa c Z i 'iat . yF_'1 ui 44; LC7'k. T�LI :i^ { i 'Z1 � S' ip £--�'U'.. 6 c .iE i" t a.1 J. jai 4:`n "`ii!r- • .l •uit t.1 "}c:rSi{t L[rt.•'. +.~i• .�zF 1 .:Y .rr, -':e e,iyyl ..Y t jl� �'[nw. Y.�•YI' • C : • •Y' ,rY r }' yr 1. w�.. •.� i J'• i�LL-: ✓ �a/J ✓.•J JYls �•4.. M,L IC I �V•J •^ f n � • _[.a J •t}i'il i�.. _i!f .' ..;Ty3rR. a.L •.... r. ♦ r x - .. .I •, .f . e ±.••., .-- • •f ., a. . L '.. .. 1. ' f 1.., e... !. F .. .n f vir Jt .. v r _ . . r .0 S I t. I" NItZ $catloo. m'' o. -w 3Cb to..... oddtra l u.arancr T 41rly ar+rra for .mall ttm.. rd `CJ — — 1/4 ataf. 1 \ 1 1 YOtI $wwl CCRfKllon S/{ Tnoo.a rod Cut WM Nat.. to + �� Mna an oomtt^0 nauc. wlaM d — / /C room. trq.r r 4mis 1/2 . 3/16" Oar .toct a LoNGr uaN AL SECTION CF MANDREL I/f rod ru .{ TRANSVERSE SFiiION OF MANDREL OT.r iwtd..I IaG+caim r. pan.11.d If n.o.ctbn to of gral omwxy. Zr • 0.01 END VIEW OF PROVING RING EXAMPLE MANDREL AND PROVING RING (for PVC pipe meeting ASTMD— 3034 only ) FIGURE 1-9.3 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 03034 SDR 35 For Deflection of 3% 5% NOM. DIA. L (In.) (3n.) 8 8 7.72 7.58 10 10 9.65 9.48 12 .10 11.48 11.29 15 12 14.06 13.82 1� I D1-10 TRENCH SAFETY SYSTEM A. General J 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. I. 3. Trench Protection Protect open cut trenches against collapse as required by State or Federal Laws governing the protection of life or property. Minimum protection shall conform to the recommendations of the Occupational Safety and Health Administration Standards (OSHA) for construction. 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 Iinformation 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 Fayetteville Sewer System Improvements I 29 CFR Ch. XVII (7-1-92 Edi►Ion) 1 .. . Y a .. i—•.J.l �.♦ w n - •. 1* t ) 4 i o $ ,L`*1 r Subpart P —Excavations AurHoarrr: Sec. 107, Contract Worker C. " 'n 1Hours"and'Safety Standards Act (Construc• ` mo`'`tion Safety Act) (40 U.S.C. 333); Secs. 4,;6, 8, c �: r.. Y' y • 1 ',Occupational• Safety and Health! Act of 1970 (29 U.S.C. 653, 655, 657); Secretary of a : ".• • 1 .- .-Labor's Order:No. 12-71 (36 FR 8754), 8-76 <' �•:,, -: ''. (41 -FR 25059), or 9-83 (48 FR 35736), as ap- pllcable, and 29 CFR part 1911. SOURCE: 54 FR 45959, Oct. 31, 1989, unless otherwise noted. r•+�'i§1926.650;cScope, application, and defini- lions applicable to this subpart. (a) Scope and application- This sub• part applies to all open excavations made in the earth's surface. Excava- tions are defined to include trenches. (b) Definitions applicable to this subpart Accepted engineering practices means those requirements which are compatible with standards of practice required by a registered professional engineer. - AIuminum Hydraulic Shoring means a pre-engineered shoring system com- prised of aluminum hydraulic cylin- ders (crossbraces) used in conjunction with vertical rails (uprights) or hori- zontal rails(walers), Such system is designed,. specifically to support the sidewalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a belled shape. • ;� II 218 I [] I I I I I I I I I Li I I I I Occupational Safety and H.ollh Admin., Labor 11,•nrhtnu Ilirnchmf S>stvin) mt'am a method of protecting employees from cave-ins by excavating the sides of an excavation to form one or a series of horizontal levels or steps, usually with vertical or near -vertical surfaces between levels. Cave-in means the separation of a mass of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield or sup- port system, and its sudden movement Into the excavation, either by falling or sliding, in sufficient quantity so that it could entrap, bury, or other- wise Injure and immobilize a person. Competent person means one who is capable of identifying existing and predictable hazards in the surround- ings, or working conditions which are unsanitary, hazardous, or dangerous to employees, and who has authoriza- tion to take prompt corrective meas- ures to eliminate them. Cross braces mean the horizontal members of a shoring system installed perpendicular to the sides of the exca- vation, the ends of which bear.against either uprights or wales. Excavation means any manmade cut, cavity, trench, or depression in an earth surface, formed by earth remov- al. Faces or sides means the vertical or inclined earth surfaces formed as a result of excavation work. Failure means the breakage, dis- placement, or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means an at- mosphere which by reason of being ex- plosive, flammable, poisonous, corro- sive, oxidizing, irritating, oxygen defi- cient, toxic, or otherwise harmful, may cause death. illness, or injury. Kickout means the accidental re- lease or failure of a cross brace. Protective system means a method of protecting employees from cave-ins, from material that could fall or roll from an excavation face or into an ex- cavation, or from the collapse of adja- cent structures. Protective systems in. elude support systems, sloping and benching systems, shield systems, and other systems that provide the neces- sary protection. § 1926.650 Rump inr:uts Jul uu ii:.rd ttalf.ing or working surface that Is used to gain access to one point from another, and Is constructed from earth or from structural materials such as steel or wood. Registered Professional Engineer means a person who is registered as a professional engineer in the state where the work is to be performed. However, a professional engineer. reg- istered in any state Is deemed to be a "registered professional engineer" within the meaning of this standard when approving designs for "manufac- tured protective systems" or 'tabulat- ed data" to be used in interstate com- merce. Sheeting means the members of a shoring system that retain the earth in position and in turn are supported by other members of the shoring system. Shield (Shield system) means a structure that is able to withstand the forces imposed on it by a cave-in and thereby protect employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along as work pro- gresses. Additionally, shields can be either premanufactured or job -built in accordance with 11926.652 (c)(3) or (c)(4). Shields used in trenches are usually referred to as "trench boxes" or "trench shields." Shoring (Shoring system) means a structure such as a metal hydraulic, mechanical or timber shoring system that supports the sides of an excava- tion and which is designed to prevent cave-ins. Sides. See "Faces." Sloping (Sloping system) means a method of protecting employees from cave-ins by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins. The angle of incline required to prevent a cave-in varies with differ- ences in such factors as the soil type, environmental conditions of exposure, and application of surcharge loads. Stable rock means natural solid min- eral material that can be excavated with vertical sides and will remain intact while exposed. Unstable rock is considered to be stable when the rock material on the side or sides of the ex - 219 I § 1926.651 cacnliun is secured ngninst cnving.In or movement by rock bolts or by another protective system that has been de- signed by a registered professional en- gineer. Structural ramp means a ramp built of steel or wood, usually used for vehi- cle access. Ramps made of soil or rock are not considered structural ramps. Support system means a structure such as underpinning, bracing,. or shoring, which provides support to an adjacent structure, underground in- stallation, or the sides of an excava- tion. Tabulated data means tables and charts approved by a registered profes- sional engineer and used to design and construct a protective system. Trench (Trench excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is great- er than the width; but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m). If forms or other structures are installed or constructed in an excavation so as to reduce the dimension measured from the forms or structure to the side of the excavation to 15 feet (4.6 m) or less (measured at the bottom of the excavation), the excavation is also con- sidered to be a trench. Trench box. See "Shield." Trench shield. See "Shield." Uprights means the vertical mem- bers of a trench shoring system placed in contact with the earth and usually positioned so that individual members do not contact each other. Uprights placed so that individual members are closely spaced, in contact with or interconnected to each other, are often called "sheeting." Wales means horizontal members of a shoring system placed parallel to the excavation face whose sides bear against the vertical members of the shoring system or earth. § 1926.651 General requirements. (a) Surface encumbrances. All sur- face encumbrances that are located so as to create a hazard to employees shall be removed or supported, as nec- essary, to safeguard employees. (b) Underground installations. (1) The estimated location of utility in - 29 CFR Ch, XVII (7-1-92 Edition) stnllatbus, such as scucr, (cicpliunc. fuel; electric, water lines, or any other underground installations that reason- ably may be expected to be encoun- tered during excavation work, shall be determined prior to opening an exca- Vation. • (2) Utility companies or owners shall be contacted within established or cus- tomary local response times, advised of the proposed work, and asked to es- tablish the location of the utility un- derground Installations prior to the start of actual excavation. When utili- ty companies or owners cannot re- spond to a request to locate under- ground utility installations within 24 hours (unless a longer period is re- quired by state or local law), or cannot establish the exact location of these installations, the employer may pro- ceed, provided the employer does so with caution, and provided detection equipment or other acceptable means to locate utility Installations are used. (3) When excavation operations ap- proach the estimated location of un- derground installations, the exact lo- cation of the installations shall be de- termined by safe and acceptable means. (4) While the excavation is open, un- derground installations shall be pro- tected, supported or removed as neces- sary to safeguard employees. .(c) Access and egress —(1) Structural ramps. (i) Structural ramps that are used solely by employees as a means of access or egress from excavations shall be designed by a competent person. Structural ramps used for access or egress of equipment shall be designed by a competent person qualified in structural design, and shall be con- structed in accordance with the design. (ii) Ramps and runways constructed of two or more structural members shall have the structural members connected together to prevent dis- placement. (iii) Structural members used for ramps and runways shall be of uni- form thickness. (iv) Cleats or other appropriate means used to connect runway struc- tural members shall be attached to the bottom of the runway or shal be at- I �I I C I I I I I I Occupational Safety end Health Admin., Labor IAcht'd In A nutcuu•r,Itoprc'vent trip.' 4. ping. (v) Structural ramps used In lieu of steps shall be provided with cleats or other surface treatments on the top surface to prevent slipping. (2) Means of egress from french exca- rations. A stairway, ladder, ramp or other safe means of egress shall be lo- cated in trench excavations that are 4 feet (1.22 m) or more in depth so as to require no more than 25 feet (7.62 m) of lateral travel for employees. (d) Exposure to vehicular traffic. Employees exposed to public vehicular traffic shall be provided with, and shall wear, warning vests or other suit- able garments marked with or made of reflectorized or high•visibility materi- al. (e) Exposure to falling loads. No em- ployee shall be permitted underneath loads handled by lifting or digging equipment. Employees shall be re- quired to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling materials. Operators may remain in the cabs of vehicles being loaded or unloaded when the vehicles are equipped, in accordance with § 1926.601(b)(6), to provide adequate protection for the operator during loading and unloading operations. (f) Warning system for mobile equip- ment. When mobile equipment is oper- ated adjacent to an excavation, or when such equipment is required to approach the edge of an excavation, and the operator does not have a clear and direct view of the edge of the ex- cavation, a warning system shall be utilized such as barricades, hand or mechanical signals, or stop logs. If pos- sible, the grade should be away from the excavation. (g) Hazardous atmospheres —(1) Testing and controls. In addition to the requirements set forth in subparts D and E of this part (29 CFR 1926.50- 1926.107) to prevent exposure to harmful levels of atmospheric con- taminants and to assure acceptable at- mospheric conditions, the following re- quirements shall apply: (1) Where oxygen deficiency (atmos- pheres containing less than 19,5 per- cent- oxygen) or a hazardous atmos- phere exists or could reasonably be ex § 1926.651 it pt'ctcd to cxlst, such as In exrA\ations in landfill areas or "excavations In areas where hazardous substances are stored nearby, the atmospheres In the excavation shall be tested before em- ployees enter excavations greater than 4 feet (1.22 m) In depth. (Ii) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and other hazardous atmospheres. These precautions In• elude providing proper respiratory protection or ventilation in accordance with subparts D and E of this part re- spectively. (iii) Adequate precaution shall be taken such as providing ventilation, to prevent employee exposure to an at- mosphere containing a concentration of a flammable gas in excess of 20 per- cent of the lower flammable limit of the gas. (iv) When controls are used that are intended to reduce the level of atmos- pheric contaminants to acceptable levels, testing shall be conducted as often as necessary to ensure that the atmosphere remains safe. (2) Emergency rescue equipment (i) Emergency rescue equipment, such as breathing apparatus, a safety harness and line, or a basket stretcher, shall be readily available where hazardous at- mospheric conditions exist or may rea- sonably be expected to develop during work in an excavation. This equipment shall be attended when In use. (ii) Employees entering bell-bottom pier holes, or other similar deep and confined footing excavaticns, shall wear a harness with a life -line securely attached to it. The lifeline shall be separate. from any line used to handle materials, and shall be individually at- tended at all times while the employee wearing the lifeline is in the excava- tion. (h) Protection from hazards associ- ated with water accumulation. (1) Em- ployees shall not work in excavations in which there is accumulated water, or in excavations in which water is ac- cumulatin€, unless adequate precau- tions have been taken to protect em- ployees against the hazards posed by water accumulation. The precautions necessary to protect employees ade- quately vary with each situation, but 221 I § 1926.651 could include special support or shield systems to protect from cave-ins. water removal to control the level of accumulating water, or use of a safety harness and lifeline. (2) If water Is controlled or prevent- ed from accumulating by the use of water removal equipment, the water removal equipment and operations shall be monitored by a competent person to ensure proper operation. (3) if excavation work interrupts the natural drainage of surface water (such as streams), diversion ditches, dikes, or other suitable means shall be used to prevent surface water from en- tering the excavation and to provide adequate drainage of the area adja- cent to the excavation. Excavations subject to runoff from heavy rains will require an inspection by a competent person and compliance with para- graphs (h)(1) and (h)(2) of this sec- tion. (I) Stability of adjacent structures. (1) Where the stability of adjoining buildings, walls, or other structures is endangered by excavation operations, support systems such as shoring, brac- ing, or underpinning shall be provided to ensure the stability of such struc- tures for the protection of employees. (2) Excavation below the level of the base or footing of any foundation or retaining wall that could be reason- ably expected to pose a hazard to em- ployees shall not be permitted except when: (i) A support system, such as under- pinning, is provided to ensure the safety of employees and the stability of the structure; or (ii) The excavation is in stable rock: or (iii) A registered professional engi- neer has approved the determination that the structure is sufficently re- moved from the excavation so as to be unaffected by the excavation activity: or (iv) A registered professional engi- neer has approved the determination that such excavation work will not pose a hazard to employees. (3) Sidewalks, pavements, and appur- tenant structure shall not be under- mined unless a support system or an- other method of protection Is provided 29 CFR Ch. XVII (7-1-92 Edition) to protect employees from the pussible collapse of such structures. (J) Protection of employees from loose rock or soil. (1) Adequate protec- tion shall be provided to protect em- ployees from loose rock or soil that could pose a hazard by falling or roll- ing from an excavation face. Such pro- tection shall consist of scaling to remove loose material: installation of protective barricades at intervals as necessary on the face to stop and con- tain falling material: or other means that provide equivalent protection. (2) Employees shall be protected from excavated or other materials or equipment that could pose a hazard by falling or rolling into excavations. Pro- tection shall be provided by placing and keeping such materials or equip- ment at least 2 feet (.61 m) from the edge of excavations, or by the use of retaining devices that are sufficient to prevent materials or equipment from falling or rolling into excavations, or by a combination of both if necessary. (k) lnsprctions. (1) Daily inspections of excavations, the adjacent areas, and protective systems shall be made by a competent person for evidence of a sit- uation that could result in possible cave-ins, indications of failure of pro- tective systems, hazardous atmos- pheres, or other hazardous conditions. An inspection shall be conducted by the competent person prior to the start of work and as needed through- out the shift. Inspections shall also be made after every rainstorm or other hazard increasing occurrence. These inspections are only required when employee exposure can be reasonably anticipated. (2) Where the competent person finds evidence of a situation that could result in a possible cave-in, indications of failure of protective systems, haz- ardous atmospheres, or other hazard- ous conditions, exposed employees shall be removed from the hazardous area until the necessary precautions have been taken to ensure their safety. (1) Fall protection (1) Where em- ployees or equipment are required or permitted to cross over excavations, walkways or bridges with standard guardrails shall be provided. ci I II I I I I I I I 222 I I I I I I I I I I I I I Occupational Safety and Health Admin., Labor (2) Adcqu:ut- bail ice physical prutc(•- tlon shall be provided at all remotely located excavations. All wells, pits. shafts. etc., shrill be barricaded or cove Bred. Upon completion of exploration and similar operations, temporary wells, pits. shags, etc., shall be back - filled. lttquireiicnts for prulccticc systems. (a) Protection 0.1 employers in ezra- rations. (1) Each employee in an exca- vation shall be protected from cave-ins by an adequate protective system de- signed in accordance with paragraph (b) or (c) of this section except when: (i) Excavations are made entirely in stable rock: or (ii) Excavations are less than 5 feet (1.52m) in depth and examination of the ground by a competent person provides no indication of a potential cave-in. (2) Protective systems shall have the capacity to resist without failure all loads that are intended or could rea- sonably be expected to be applied or transmitted to the system. (b) Design of sloping and benching systems. The slopes and configurations of sloping and benching systems shall be selected and constructed by the em- ployer or his designee and shall be in accordance with the requirements of paragraph (b)(1): or, in the alterna- tive, paragraph (b)(2); or, in the alter- native, paragraph (b)(3), or, In the al- ternative, paragraph (b)(4), as follows: (1) Option (1) —Allowable configura- tions and slopes. (I) Excavations shall be sloped at an angle not steeper than one and one-half horizontal to one vertical (34 degrees measured from the horizontal), unless the employer uses one of the other options listed below. (ii) Slopes specified in paragraph (b)(1)(i) of this section, shall be exca- vated to form configurations that are in accordance with the slopes shown for Type C soil in Appendix B to this subpart. (2) Option (2) —Determination of slopes and configurations using Ap- pendices A and B. Maximum allowable slopes, and allowable configurations for sloping and benching systems, shall be determined in accordance with the conditions and requirements 1926.652 Mt fol III ::I :i;';'nut is A :tlld I I'' It'.i. subpart. (3) Option (3) —Designs using other tabulated data. (1) Designs of sloping or benching systems shall be selected from and be in accordance with tabu- lated data. such as tables and charts. (ii) The tabulated data shall be in written form and shall include all of the follott,ii: (A) Identification of the parameters that affect the selection of a sloping or benching system drawn from such data: (B) Identification of the limits of use of the data, to include the magnitude and configuration of slopes deter- mined to be safe: (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective system from the data. (iii) At least one copy of the tabulat- ed data which identifies the registered professional engineer who approved the data, shall be maintained at the jobsite during construction of the pro- tective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4) —Design by a regis- tered professional engineer. (I) Sloping and benching systems not utilizing Option (1) or Option (2) or Option (3) under paragraph (b) of this section shall be approved by a registered pro- fessional engineer. (ii) Designs shall be in written form and shall include at least the follow- ing: (A) The magnitude of the slopes that were determined to be safe for the particular project; (B) The configurations that were de• termined to be safe for the particular project: and (C) The identity of the registered professional engineer approving the design. (iii) At least one copy of the design shall be maintained at the jobsite while the slope is being constructed. After that time the design need not be at the jobsite, but a copy shall be made available to the Secretary upon request. (c) Design of support systems, shield systems, and other protective systems. 1926.652 Designs of support systems shield sys• terns. and other protective systems shall be selected and constructed by the employer or his designee and shall be in accordance with the require- ments of paragraph (c)(l): or, in the alternative. paragraph (c)(2): or, in the altcrnativr. paragraph (c)(3): or, in the alit rnative. paragraph (c)(4) as fol- lows: (1) Option (1) —Designs using appen- dices A. C and D. Designs for timber shoring in trenches shall be deter- mined in accordance with the condi- (ions and requirements set forth in ap- pendices A and C to this subpart. De- signs for aluminum hydraulic shoring shall be in accordance with paragraph (c)(2) of this section, but if manufac- turer's tabulated data cannot be uti- lized. designs shall be in accordance with appendix D. (2) Option (2) —Designs Using Manu- facturer's Tabulated Data. (i) Design of support systems, shield systems, or other protective systems that are drawn from manufacturer's tabulated data shall be in accordance with all specifications, recommendations, and limitations issued or made by the man- ufacturer. (ii) Deviation from the specifica- tions. recommendations, and limita- tions issued or made by the manufac- turer shall only be allowed after the manufacturer issues specific written approval. (iii) Manufacturer's specifications, recommendations, and limitations, and manufacturer's approval to deviate from the specifications, recommenda- tions, and limitations shall be in writ- ten form at the jobsite during con- struction of the protective system. After that time this data may be stored off the jobsite, but a copy shall be made available to the Secretary upon request. (3) Option (3) —Designs using other tabulated data. (i) Designs of support systems, shield systems, or other pro- tective systems shall be selected from and be in accordance with tabulated data, such as tables and charts. (it) The tabulated data shall be in written form and Include all of the fol- lowing: 29 CFR Ch. XVIt (7-1-92 Edition) (A) ldentification of the parameters that affect the selection of a protec- tive system drawn from such data: (B) Identification of the limits of use of the data; . (C) Explanatory Information as may be necessary to aid the user In making a correct selection of a protective system from the data. (iii) At least one copy of the tabulat• ed data,. which identifies the regis- tered professional engineer who ap- proved the data, shall be maintained at the Jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made available to the Secretary upon re- quest. (4) Option (4) —Design by a regis- tered professional engineer. (I) Sup- port systems, shield systems, and other protective systems not utilizing Option 1, Option 2 or Option 3, above, shall be approved by a registered pro- fessional engineer. (ii) Designs shall be in written form and shall includeklie following: (A) A plan indicating the sizes, types, and configurations of the mate- rials to be used In the• protective system: and (B) The identity of the registered professional engineer approving the design. - (iii) At least one copy of the design shall be maintained at the jobsite during construction of the protective system. After that time, the design may be stored off the jobsite, but a copy of the design shall be made avail- able to the Secretary upon request. (d) Materials and equipment. (1) Ma- terials and equipment used for protec- tive systems shall be free from damage or defects that might impair their proper function. (2) Manufactured materials and equipment used for protective systems shall be used and maintained in a manner that is consistent with the rec- ommendations of the manufacturer, and in a manner that will prevent em- ployee exposure to hazards. (3) When material or equipment that is used for protective systems is damaged, a competent person shall ex-. amine the material or equipment and evaluate its suitability for continued I I I I I I Li I I i i 1 I I Occupational Safety and Health Admin., Labor wsv. if Ilt(- tumpt ttilt prr:.un ra)Uwl assure the material or equipment is able to support the Intended loads or is otherwise suitable for safe use, then such material or equipment shall be removed from service, and shall be evaluated and approved by a regis- tered professional engineer before being returned to service. (c) Installation and removal of sup - port —(l) General. (i) Members of sup- port systems shall be securely connect- ed together to prevent sliding, falling, klckouts. or other predictable failure. (ii) Support systems shall be in- stalled and removed in a manner that protect employees from cave-ins, structural collapses, or from being struck by members of the support system. (iii) Individual members of support systems shall not be subjected to loads exceeding those which those members were designed to withstand. (iv) Before temporary removal of in- dividual members begins, additional precautions shall be taken to ensure the safety of employees, such as in- stalling other structural members to carry the loads imposed on the sup- port system. (v) Removal shall begin at, and progress from, the bottom of the exca- vation. Members shall be released slowly so as to note any indication of possible failure of the remaining mem- bers of the structure or possible cave- in of the sides of the excavation. (vi) Backfilling shall progress to- gether with the removal of support systems from excavations. (2) Additional requirements for sup- port systems for trench excavations. (i) Excavation of material to a level no greater than 2 feet (.61 m) below the bottom of the members of a support system shall be permitted, but only if the system is designed to resist the forces calculated for the full depth of the trench, and there are no indica- tions while the trench is open of a pos- sible loss of soil from behind or below the bottom of the support system. (ii) Installation of a support system shall be closely coordinated with the excavation of trenches. (f) Sloping and benching systems. Employees shall not be permitted to work on the faces of sloped or benched Subpt. P. App. A exratati''n. ill Rich ubuvr utltrr cm players except when employees at the lower levels are adequately protected from the hazard of falling, rolling, or sliding material or equipment. (g) Shield systems —(1) General. (1) Shield systems shall not be subjected to loads exceeding those which the system was designed to withstand. (ii) Shields shall be Installed in a manner to restrict lateral or other hazardous movement of the shield in the event of the application of sudden lateral loads. (iii) Employees shall be protected from the hazard of cave-ins when en- tering or exiting the areas protected by shields. (iv) Employees shall not be allowed in shields when shields are being in- stalled, removed, or moved vertically. (2) Additional requirement for shield systems used in trench excavations. Excavations of earth material to a level not greater than 2 feet (.61 m) below the bottom of a shield shall be permitted, but only if the shield is de- signed to resist the forces calculated for the full depth of the trench, and there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the shield. APPENDIX A TO SUBPART P —SOIL CLASSIFICATION (a) Scope and application —(1) Scope. This appendix describes a method of classifying soil and rock deposits based on site and envi- ronmental conditions, and on the structure and composition of the earth deposits. The appendix contains definitions. sets forth re- quirements. and describes acceptable visual and manual tests for use in classifying soils. (2) Application. This appendix applies when a sloping or benching system is de- signed in accordance with the requirements set forth in 11926.652(b)(2) as a method of protection for employees from cave-ins. This appendix also applies when timber shoring for excavations is designed as a method of protection from cave-ins in ac- cordance with appendix C to subpart P of part 1926, and when aluminum hydraulic shoring is designed In accordance with ap- pendix D. This Appendix also applies if other protective systems are designed and selected for use from data prepared in ac- cordance with the requirements set forth In I1926.652(c), and the use of the data is 225 I Svbpt. P, App. A predicated on the use of the soil clausifica tion system set forth in this appendix. (b) Dciinittons. The definitions and exam• pies given below are based on. in whole or in part, the following: American Society for Testing Materials (ASTM) Standards D653- 85 and D2488; The Unified Soils Classifica- tion System. The U.S. Department of Agri- culture (USDA) Textural Classification Scheme: and The National Bureau of Stand• ards Report BSS -121. Ccntrnted soil means a soil in which the particles are held together by a chemical agent, such as calcium carbonate, such that a hand size sample cannot be crushed into powder or individual soil particles by finger pressure. Cohesive soil means clay (fine grained soil), or soil with a high clay content, which has cohesive strength. Cohesive soil does not crumble, can be excavated with vertical sideslopes. and is plastic when moist. Cohe- sive soil is hard to break up when dry, and exhibits significant cohesion when sub• merged. Cohesive soils Include clayey silt, sandy clay, silty clay, clay and organic clay. Dry soil means soil that does not exhibit visible signs of moisture content. Fissured means a soil material that has a tendency to break along definite- planes of fracture with little resistance, or a material that exhibits open cracks, such as tension cracks. In an exposed surface. Granular soil means gravel, sand, or silt. (coarse grained soil) with little or no clay content. Granular soil has no cohesive strength. Some moist granular soils exhibit apparent cohesion. Granular soil cannot be molded when moist and crumbles easily when dry. Layered system means two or more dis• tlnctly different soil or rock types arranged in layers. Micaceous seams or weakened planes Ir rock or shale are considered lay- ered. Moist soil means a condition in which a soil looks and feels damp. Moist cohesive soil can easily be shaped into a ball and rolled into small diameter threads before crumbling. Moist granular soil that contains some cohesive material will exhibit signs of cohesion between particles. Plastic means a property of a soil which allows the soil to be deformed or molded without cracking, or appreciable volume change. Scturatcd soil means a soil In which the voids are filled with water. Saturation does not require flow. Saturation, or near satura- tion. is necessary for the proper use of In- struments such as a pocket penetrometer or sheer vane. Soil classification system means, for the purpose of this subpart, a method of catego- rizing soil and rock deposits In a hierarchy of Stable Rock, Type A. Type B, and Type C, in decreasing order of stability. The ate• 29 CFR Ch. XVII (7-1-92 Edition) gorirs are drtermined based On an Rnalysls of the properties and performance char -at• leristics of the deposits and the envlron• mental conditions of exposure. Stable rock means natural solid mineral matter that can be excavated with vertical sides and remain intact while exposed. S:.brnerged soil means soil which is under- water or is free seeping. T,pe A means cohesive soils with an un• confined compressive strength of 1.5 ton per square foot (tsf) (144 kPa) or greater. Exam- ples of cohesive soils are: clay, silty clay, sandy clay, clay loam and, in some cases, silty clay loam and sandy clay loam. Ce mented soils such as caliche and hardpan are also considered Type A. However, no soil is Type A If: 0 The soil is fissured: or iii) The soil is subject to vibration from heavy traffic, pile driving, or similar effects: or (iii) The soil has been previously dis- turbed; or (iv) The soil is part of a sloped, layered system where the layers dip into the excava- tion on a slope of four horizontal to one ver- tical (4H:1V) or greater; or (v) The material is subject to other factors that would require it to be classified as a less stable material. Type B means: (I) Cohesive soil with an unconfined com- pressive strength greater than 0.5 tsf (48 kPa) but less than 1.5 tsf (144 kPa); or (ii) Granular cohesionless soils including: angular gravel (similar to crushed rock), silt, silt loam, sandy loam and. In some cases, silty clay loam and sandy clay.loam. (Iii) Previously disturbed soils except those which would otherwise be classed as Type C soil. (iv) Soil that meets the unconfined com- pressive strength or cementation require- ments for Type A. but is fissured or subject to vibration: or (v•) Dry rock that is not stable: or (vi) Material that is part of a sloped, lay- ered system where the layers dip into the excavation on a slope less steep than four horizontal to one vertical (4H:1V), but only If the material would otherwise be classified as Type B. Type Cmeans: (I) Cohesive soil with an unconfined com• pressive strength of 0.5 tsf (48 kPa) or less; or (ii) Granular soils Including gravel, sand, and loamy sand: or (Iii) Submerged soil or soil from which water is freely seeping: or (iv) Submerged rock that is not stable, or (v) Material in a sloped, layered system where the layers dip into the.excavatlon or a slope of four horizontal to one vertical (4H:1V) or steeper. i I I I .I I I I I I I I I i 1] I I I I I i I I Occupational Safety and Health Admin., labor I'Il,lli('t 11,,i t•„ l l;)I I f').t:I ( s!It'n vt)1 nll ails the load per unll MCA at which a soil will (all in compression. It can be determined by laboratory testing, or estimated in the field using a pocket penetronictrr. by thumb pen- etration testa. and other methods. Wet soil means soil that contains slgnifl- eantly more moisture than moist soil. but in such a range of values that cohesive malerl- al will slump or begin to flow when vibrated. Granular material that would exhibit cohe- sive properties when moist will lose those cohesive properties when wet. (e) Requirements —(1) Classification of soil and rock deposits. Each soil and rock deposit shall be classified by a competent person as St:,ble Rock. Type A. Type B. or Type C in accordance with the definitions set forth In paragraph (b) of this appendix. (2) Basis of cinsstficction. The claoifica- tion of the deposits shall be made based on the results of at least one visual and at least one manual analysis. Such analyses shall be conducted by a competent person using tests described in paragraph (d) below, or in other recognized methods of soil classifica- tion and testing such as those adopted by the America Society for Testing Materials. or the U.S. Department of Agriculture tex- tural classification system. (3) Visual and manual analyses. The visual and manual analyses, such as those noted as being acceptable in paragraph (d) of this appendix, shall be designed and, con- ducted 'toprovide sufficient quantitative and qualitative information as may be nec- essary to identify properly the properties, factors, and conditions affecting the classif I - cation of the deposits. (4) Layered systems. In a layered system. the system shall be classified in accordance with its weakest layer. However, each layer may be classified individually where a more stable layer lies under a less stable layer. (5) Reclassification. If, after classifying a deposit. the properties, factors, or condi- tions affecting Its classification change in any way, the changes shall be evaluated by a competent person. The deposit shall be re- classified as necessary to reflect the changed circumstances. (d) Acceptable visual and manual tests. — (1) Visual tests. Visual analysis is conducted to determine qualitative information regard- ing the excavation site in general. the soil adjacent to the excavation, the soil forming the sides of the open excavation, and the soil taken as samples from excavated mate- rial. to Observe samples of soil that are exca- vated and soil in the sides of the excavation. Estimate the range of particle sizes and the relative amounts of the particle sizes. Soil that is primarily composed of fine-grained material Is cohesive material. Soil composed primarily of coarse -grained sand or gravel Is granular material. Subpt. P, App. A 111' t'L •rl\t' ,.'ii a.' 11 Is l'x, ;kt a I,'tt. StIII that remains In clumps when exravatt'd Is cohesive. Soil that breaks up elcslly and does not stay in clumps is granular. (lit) Observe the side of the opened exca• vation and the surface area adjacent to the excavation. Crack like openings such as ten- sion cracks could indicate fissured material. If chunks of soil span off a vertical side, the soil could be (l.sured. Small spalls are evi. dunce of moving ground and are indications of potentially hazardous situations. (Iv) Observe the area adjacent to the exca- vation and the excavation Itself for evidence of existing utility and other underground structures.' and to identify previously dis- turbed soil. (v) Observe the opened side of the excava- tion to identify layered systems. Examine layered systems to identify if the layers slope toward the excavation. Estimate the degree of slope of the layers. (vi) Observe the area adjacent to the exca- vation and the sides of the opened excava- tion for evidence of surface water, water seeping from the sides of the excavation, or the location of the level of the water table. (vii) Observe the area adjacent to the ex- cavation and the area within the excavation for sources of vibration that may affect the stabUity of the excavation face. (2) Manual tests. Manual analysis of soil samples is conducted to determine quantita- tive as well as qualitative properties of soil and to provide more information in order to classify soil properly. (I) PIasticity. Mold a moist or wet sample of soil Into a ball and attempt to roll it into threads as thin as Ya-inch in diameter. Cohe- sive material can be successfully rolled into threads without crumbling. For example. If at least a two inch (50 mm) length of Y. -inch thread can be held on one end without tear- ing, the soil Is cohesive. (it) Dry stren➢th If the soil is dry and crumbles on its own or with moderate pres- sure into Individual grains or fine powder. It is granular (any combination of gravel, sand, or silt). lithe soil Is dry and falls into clumps which break up into smaller clumps. but the smaller clumps can only be broken up with difficulty, it may be clay in any combination with gravel, sand or silt. If the dry soil breaks into clumps which do not break up into small clumps and which can only be broken with difficulty, and there is no visual indication the soil is fissured, the soil may be considered unfissured. (iii) Thumb penetration. The thumb pene- tration test can be used to estimate the un• confined compressive strength of cohesive soils. (This test is based on the thumb pene- tration test described in American Society for Testing and Materials (ASTM) Standard designation D2488 —"Standard Recommend- ed Practice for Description of Soils (Visual - 227 Subpt. P, App. S htRnual Procedure).'•) Type A snits with an unconfined compressive strength of 1.5 tsf can be readily indented by the thumb: how- ever, they can be penetrated by the thumb only with very great effort. Type C soils with an unconfined compressive strength of 0.5 tsf can be easily penetrated several Inches by the thumb, and can be molded by light finger pressure. This test should be conducted on an undisturbed soil sample. such as a large clump of spoil. as soon as practicable after excavation to keep to a ml minurn the effects of exposure to drying In• flucnces. If the excavation is later exposed to wetting influences (rain. flooding), the classification of the soil must be changed ac- cordingly. (Iv) Other strength tests. Estimates of un- confined compressive strength of soils can also be obtained by use of a pocket pene- trometer or by using a hand -operated shear - vane. (v) DR'ing test The basic purpose of the drying test is to differentiate between cohe- sive material with fissures, unfissured cohe- sive material, and granular material. The procedure for the drying test Involves drying a sample of soil that is approximate- ly one inch thick (2.54 cm) and six Inches (15.24 cm) In diameter until it is thoroughly dry: (A) If the sample develops cracks as it dries, significant fissures are Indicated. (B) Samples that dry without cracking are to be broken by hand. If considerable force is necessary to break a sample, the soil has significant cohesive material content. The soil can be classified as a unfissured cohe- sive material and the unconfined compres- sive strength should be determined. (C) If a sample breaks easily by hand, it is either a fissured cohesive material or a granular material. To distinguish between the two, pulverL-.e the dried clumps of the sample by hand or by stepping on them. If the clumps do not pulverize easily, the ma- terial is cohesive with fissures. If they pul- verize easily into very small fragments, the material is granular. APPENDIX B TO SUBPART P -SLOPING AND BENCHING (a) Scope and application. This appendix contains specifications for sloping and benching when used as methods of protect- ing employees working In excavations from cave-ins. The requirements of this appendix apply when the design of sloping and bench - 29 CFR Ch. XVII (7-1-92 Edition) Ing prutecticc s) stems is to be perfknmed in accordance with the requirements set forth In 1 1926.652(b)t2). .(b) Deftnitfons. Actual slope means the slope to which an excavation face is excavated. Distress means that the soil Is In a condi- tion where a cave•in is imminent or is likely to occur. Distress is evidenced by such phe• nomena as the development of fissures in the face of or adjacent to an open excaca• Lion: the subsidence of the edge of an exca- vation; the slumping of material from the face or the bulging or heaving of material from the bottom of an excavation: the spall- Ing of material from the face of an excava- tion: and ravelling. I.e., small amounts of material such as pebbles or little clumps of material suddenly separating from the face of an excavation and trickling or rolling down into the excavation. Maximum allowable slope means the steepest incline of an excavation face that is acceptable;for the most favorable site condi- tions as protection against cave-ins, and Is expressed as the ratio of horizontal distance to vertical rise (H:V). Short term exposure means a period of time less than or equal to 24 hours that an excavation is open. (c) Requirements —(1) Soil classification - Soil and rock deposits shall classified in accordance with appendix A to subpart P of part 1926. (2) Maximum allowable slope. The maxi- mum allowable slope for a soil or rock de- posit shall be determined from Table B-1 of this appendix. (3) Actual slope. (I) The actual slope shall not be steeper than the maximum allowable slope. (ii) The actual slope shall be less steep than the maximum allowable slope, when there are signs of distress. If that situation occurs, the slope shall be cut back to an actual slope which is at least ½ horizontal to one vertical (%H:IV) less steep than the maximum allowable slope. (iii) When surcharge loads from stored material or equipment, operating equip- ment, or traffic are present. a competent person shall determine the degree to which • the actual slope must be reduced below the maximum allowable slope, and shall assure that such reduction is achieved. Surcharge loads from adjacent structures shall be eval- uated in accordance with 4.1926.651(1). (4) Configurations. Configurations of slop- ing and benching systems shall be in accord- ance with Figure B-1. 7R Occupational Safety and Health Admin., Labor hi; I MAXIMUM ALLOA ABLE St UPIS I I I I I I I I I I I I 'Ti Subpt. P, App. B SOIL OR ROCK TYPE ItA•IMoM ALLOWABLE SLOPES(H:V)t1] FOR EXCAVATIONS LESS THAN 20 FEET I' STABLE ROCK VERTICAL (9) TYPE A 1:1 3/4:1 (53') TYPE 8 1:1 (45") TYPE C 15:1 (340) NOTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. 2. A short-term maximum allcvable slope of l/2H:IV (63') is allowed in excavations in Type A soil that are 12 feet (3.67 m) or less in depth. Short-tem maximum allowable slopes for excavations greater than 12 feet (3.67 m) in depth shall be 3/4H:IV (53'). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. Figure B -f Slope Configurations (All slopes stated below are in the horizontal to vertical ratio) B-!.2 Excavations made in Type A soiL 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of %:1. I Wt� Subpt. P, App. B 29 CFR Ch. XVII (7-1-92 Edillon) 20' Max. 7 3R SIMPLE SLOPE —GENERAL Exception: Simple slope excavations which are open 24 hours or less (short term) and which are 12 feet or less In depth shall have a maximum allowable slope of 4::1. T 12' Max.. 4 1/2 SIMPLE SLOPE -SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 3/. to 1 and maximum bench dimensions as follows: 23f1 I IOccupational Safety and Health Admin., Labor Subpt. P. App. B SIMPLE BENCH /,' 20Max. A 1 Max. i� 3/4 G' Max. // I / I MULTIPLE BENCH i 3. All excavations 8 feet or lessn depth which have- unsupported vertically sided lower portions shall have,a maximum vertical side of 3% feet. i 8' Max. 3�' Max. I UNSUPPORTED VERTICALLY SIDED LOWER PORTION -MAXIMUM 8 FEET IN DEPTH All excavations more than 8 feet but not more than 12 feet in depth which unsupported vertically sided lower portions shall have a maximum allowable slope of 1:1 and a mt.imum vertical side of 344 feet. I 12' Max. }1t' Max. Subpt. P. App. B 79 CFR Ch. XVII (" 1-92 Edition) ' 11NsurroRT ED VERTICALLY SIDED LONER PORTION —MAXIMUM 12 FEET IN DEPTH All excavations 20 fret or Tess In depth which have vertically sided lower portions that are supported or shielded shall have R maximum allowable slope of 3.:1. The ,support or shield system must extend at lent 18 Inches above the top of the vertical side. 20' Max. $'ipporc or shield system N.l „ -- 18" Min. Total height of vertical side SUPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION 4. All other simple slope, compound slope, and vertically sided lower portion excavations shall be In accordance with the other options permitted under 4 1926.652(b). B-1.2 Excavations Made in Type B Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1. SIMPLE SLOPE 2. All benched excavations 20 feet or less In depth shall have a maximum allowable slope of 1:1 and maximum bench dimensions as follows: Occupational Safety and Health Admin., Labor Subpt. P, App. E This bench allowed in cohesive soil only. l 20' Max 1 Max.` / SINGLE BENCH This bench allowed in cohesive soil only i i 20' Max. , 1 M__ax. / Max. j i MULTIPLE BENCH 3. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1:1. Support or shield system \I. n I 20' Max. 8" Min. Total height of vertical side 233 Subpt. P. App. 5 29 CFR Ch. XVII (7-1-92 Edition) VERTICALLY SIDED LOWER PORTION LI 4. All other sloped excavations shall be in accordance with the other options permitted in 4 1926.652(b). B• l.3 Excavations Made in Type C Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 116:1. '\.' '41. SIMPLE SLOPE 2. All excavations 20 feet or less In depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1'h:1. 20' Max. Support or shield system tV 1" `tin. Total height of vertical side Occupational Safety and Health Admin., Labor Subp1. P, App. B VERTICAL SInED LOWER PoxrioN 3. All other sloped excavations shall be In accordance with the other options permitted in I 1926.652(b ). 8-1.4 Excavations Made in Layered Soils 1. All excavations 20 feet or less in depth made In layered soils shall have a maximum allowable slope for each layer as set forth below. a OVER A C OVER A - C OVER 3 235 I Subpt. P. App. C A OVER B A OVER C B OVER C 29 CFR Ch. XVII (7-1-92 Edition) ' a k C a Z11 14 C A 1 1} 2. All other sloped excavations shall be In accordance with the other options permitted in 4 1926.652(b). APPENDIX C TO SUBPART P -TIMBER SHORING FOR TRENCHES (a) Scope. This appendix contains infor- mation that can be used timber shoring Is provided as a method of protection from cave -Ins in trenches that do not exceed 20 feet (6.1 m) in depth. This appendix must be used when design of timber shoring protec- tive systems is to be performed in accord- ance with I 1926.652(cXl). Other timber shoring configurations: other systems of support such as hydraulic and pneumatic systems; and other protective systems such as sloping, benching, shielding, and freezing systems must be designed in accordance with the requirements set forth in 11926.652(b) and § 1926.652(c). (b) Soil Classification. In order to use the data presented in this appendix, the soil type or types in which the excavation is made must first be determined using the soil classification method set forth in appen- dix A of subpart P of this part. (c) Presentation of Information Informa- tion is presented in several forms as follows: (1) Information Is presented In tabular form in Tables C-1.1. C-1.2, and C-1,3, and Tables C-2.1, C-2.2 and C-2.3 following I I I I I I I I I I I L 1 I [1 I Occupational Softy and H.olth Admin., Labor It: .%I.U.tt ,fit of tilt- apprndtx. F:aelt titbit, prrsru(s tilt, ntinin ini sizes of timber mem• bers to use In a Alluring system. and each tablr contains data only for the particular soil type In which the excavation or portion of the excavation Is made. The data are ar• rangrd to allow the user the flexibility to Arlen from among several acceptable con• ftt;urntlons of members based on varying the horizontal spacing of the crossbraces. Stable rock Is exempt from shoring require- nlents and therefore. no data are presented for this condition. 12) Information concerning the basis of the tabular data and the limitations of the dhta Is presented In paragraph (d) of this appendix. and on the tables themselves. (3) Information explaining the use of the tabular data is preso need In paragraph (e) of thu' appendix. (4) information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notation regarding Tables C-1.1 through C-1.3 and Tables C- 2.1 through C -2.g are presented in para- graph (g) of this Appendix. (d) Basis and limitations of the data. —(1) Dimensions of timber members. (1) The sizes of the timber members listed in Tables C- 1.1 through C-1.3 are taken from the Na- tional Bureau of Standards (NBS) report, "Recommended Technical Provisions for Construction Practice in Shoring and Slop- ing of Trenches and Excavations." In addi- tion. where NBS did not recommend specific sizes of members, member sizes are based on an analysis of the sizes required for use by existing codes and on empirical practice. (ii) The required dimensions of the mem- bers listed in Tables C-1.1 through C-1.3 refer to actual dimensions and not nominal dimensions of the timber. Employers want- ing to use nominal size shoring are directed to Tables C-2.1 through C-2.3, or have this choice under 11926.652(c)(3), and are re• (erred to The Corps of Engineers. The Bureau of Reclamation or data from other acceptable sources. (2) Limitation of application. (I) It is not intended that the timber shoring specifica- tion apply to every situation that may be experienced in the field. These data were developed to apply to the situations that are most commonly experienced in current trenching practice. Shoring systems for use in situations that are not covered by the data in this appendix must be designed as specified in 1 1926.652(c). (ii) When any of the following conditions are present, the members specified In the tables are not considered adequate. Either an alternate timber shoring system must be designed or another type of protective system designed In accordance with 41926.652. Subpt. P. App. C tA) Whvn loads intpused by structure. ur by stored material adJacent to the trench weigh In excess of the load Imposed by a two foot soil surcharge. The term "adJa. cent" as used here means the area within a horizontal distance from the edge of the trench equal to the depth of the trench. (B) When vvrtral loads Imposed on cross braces exceed a 240•pound gravity load dis- tribuled on a one•foot section of the center of the crus'brace. (C) When surcharge loads are present from equipment weighing in excess of 20.000 pounds. (D) When only the lower portion of a trench Is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion Is sloped at an angle less steep than three horizontal to one vertical: or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables. The members of the shoring system that are to be selected using this information are the cross braces, the uprights, and the wales, where wales are re- quired. Minimum sizes of members are specs if led for use in different types of soil. There are six tables of information, two for each soil type. The soil type must first be deter• mined in accordance with the soil classifica- tion system described in appendix A to sub- part P of part 1926. Using the appropriate table, the selection of the size and spacing of the members is then made. The selection Is based on the depth and width of the trench where the members are to be in- stalled and, in most instances, the selection is also based on the horizontal spacing of the crossbraces. Instances where a choice of horizontal spacing of crossbracing is avail- able, the horizontal spacing of the cross - braces must be chosen by the user before the size of any member can be determined. When the soil type, the width and depth of the trench, and the horizontal spacing of the crossbraces are known, the size and ver• tical spacing of the crossbraces, the size and vertical spacing of the wales, and the size and horizontal spacing of the uprights can be read from the appropriate table. (f) Examples to Illustrate the Use of Tables C-1.1 through C-1.3. (1) Example 1. A trench dug in Type A soil is 13 feet deep and five feet wide. From Table C-1.1, for acceptable arrange- ments of timber can be used. Arrangement #1 Space 4x4 crossbraces at six feet horizon- tally and four feet vertically. Wales are not required. 237 I Subpt. P. App. C .�{•a,'r 3 • a uln ulus nt siv feel It•ri:nu:tl Ie. Ibis arrnngeuu nl is eonuunnly called "skip shoring." Arru hgernrnf 0: Spare 4 • 6 crossbrnres at right feet horl- i.nnl:tlly anti four fret vertically. Spate 8 • 8 wales al (our fcrt erurally. Spare 2 - 6 uprights at four feet horizon• I allc. Arrangrnu'nf $3 Space 6 - 6 rrosshraces at 10 feet horizo- tally and four feet vertically. Space 8 • 10 wales at four feet vertically. Spare 2 • 6 uprights at five feet horizontal. ly. Arrangrmrnf p4 Space 6 G crossbraces at 12 fee( horizon- tally and four feet vertically. Spare 10 - 10 wales at four feet vertically. Spaces 3 • 8 uprights at six feet horizon- tally. (2) trample 2. A trench dug in Type B soil in 13 feet deep and five feet wide. From Table C-1.2 three acceptable arrangements of members are listed. Arrangement #1 Space 6x6 crossbraces at six feet horizon• tally and five feet vertically. Space 8:.8 wales at five feet vertically. Space 2x6 6 uprights at two feet horizontal• ly. Arrangement #2 Space 6s:8 crossbraces at eight feet hori- zontally and five feet vertically. Space 10A 10 wales at five feet vertically. Space 2x6 uprights at two feet horizontal- ly. Arrangement #3 Space 8x8 crossbraces at 10 feet horizon- tally and five feet vertically. Space lOx 12 wales at five feet vertically. Space 2x6 uprights at two feet vertically. (3) Example 3. A trench dug In Type C soil is 13 feet deep and five feet wide. From Table C-1.3 two acceptable arrange- ments of members can be used. Arrangement #1 Space 8>1 crossbraces at six feet horizon- tally and five feet vertically. Space 10 x 12 wales at five feet vertically. Position 2x6 uprights as closely together as possible. If water must be retained use special tongue and groove uprights to form tight sheeting. 29 CFR Ch. XVII (7-1-92 Edition) I••.: •. Spare 8 • 10 nt right feel horl- .l.untally and her f. eI trrueally. Spare 12 • 12 a airs n' five trri vert Italic. Position 2 - 6 upriglas in a close sheeting eonfmurat Inn unit's.' water prrssur' must be rrsik:rd. Tight :.h. e':ng must be used whirr water must be rt' arced. (4t Era III pie 4 A t: tnrh dug ;n Type C soil Is 20 feel deep and I 1 fcrl u idr. The se and sparutg of nu'nr.lers for the section of trench that is over 15 fret in d• pt is determined using Table C-1.3. Only one arrangement of mem- bers.is provided. Space 8 • 10 crossbraces at six feet hori- zontally and five feet vertically. Space 12 - 12 wars at five fret vertically. Usr 3 - 6 tight sheeting. Use of Tables C-2.1 through C-2.3 would follow the same procedu: es. (g) Notes for all Tcbics. I. Member sizes at spacings other than in- dicated are to be determined as specified in § 1926.652(c). "Design of Protective Sys- tems." 2. When conditions are saturated or sub- merged use Tight Sheeting. Tight Sheeting refers to the use of specially -edged timber planks (e.g., tongue and groove) at least three inches thick, steel sheet piling, or similar construction that when driven or placed in position provide a tight wall to resist the lateral pressure of water and to prevent the loss of backfill material. Close Sheeting refers to the placement of planks side -by -side allowing as little space as possi- ble between them. 3. All spacing indicated is measured center to center. 4. Wales to be installed with greater di- mension horizontal. 5. If the vertical distance from the center of the lowest crossbrace to the bottom of the trench exceeds two and one•half feet, uprights shall be firmly embedded or a mudsill shall be used. Where uprights are embedded, the vertical distance from the center of the lowest crossbrace to the bottom of the trench shall not exceed 36 inches. When mudsills are used, the vertical distance shall not exceed 42 inches. Mudsills are wales that are installed at the toe of the trench side. 6. Trench jacks may be used in lieu of or in combination with timber crossbraces. 7. Placement cf crossbraces. When the ver- tical spacing of crossbraces is four feet, place the top crossbrace no more than two feet below the top of the trench. When the vertical spacing of crossbraces Is five feet, place the top crossbrace no more than 2.5 feet below the top of the trench. I I I Li I J I I I Occupational Safety and Health Admin., Labor r u -a P W I- t o W v L O N ✓ ¢ u m v z � H N r � N • t n J i S H • U N = 60 Subpt. P, App. C = 9- a N J Q \a •p M % - N N O It T 2 u K W W W o a N C Q J • K C x x < nC., n U ¢ W W W • e • e en e e e f - O C N_a-✓ C✓ C C C O o c ,coo K X K K Z u C 2 m O •O C O C. ¢ C C U -- o Z W Q y e e v e C e V e e e a a — N O O O H \G \J \C •a •O •a C C C m X K x K K K K C x K 'a b \C •O \a \a \a \a \C \O 0 C 0 -9- 1/ W \O \a \a \a \a \O C C C m 0 C W 6 K K % K x K K % % x % •O •C u •O u •a u \O •a •O 0 m = O CL J... \O C ♦C - b U b b J •a C C P x x K x % x K x x % x e e v •a a \O •a U C C C ¢ u C- O C H C P O a \a N \O .O ♦a C m \O x K K K K K K K K O. C. C. e e v \O u uC m 3 C � v \O v u •a \a \O C e x x x x X K K K x x x C. e v e v v \O \O \e •O ¢ •U� O W 1- r H f F• H � r •� r r f ¢ W m N •O m O N V. m N W C C C L O. 6_ �• 6 L 6 C �• L S c. —c..— W _ O J J J p 0 J J0 N H S ma •-. W U H J O L 02u •n O O O O .n •n O O >N u W W ♦- !- .-• - Na 0 O C •- • 239 Subpt. P. App. C < r � U V -I N C' J L — N y v W b - (L 1- N N • L • Z x U = L I x < s o_ N U Z W W F C. �Z• O f. N 29 CFR Ch. XVII (7-1-92 Edition) N H - F. ` -c C t •C .C ry Y x Y. N G T. C 'C a .C • x x x • c. n n n F - h L. J1 J• J N N in JL - N L: •+ O C O N O N N 2 N Z ¢ m i U:— C C C C O O C O N Z H H L in in N N J1 M N N in W L L O O •C ¢ m ¢ ¢ m in K x K K X 3< K K - J r 0 .C m m m O O O F' !•• N C s m m s C s m - LI - x K x x x 3< K x x L. J U O C C 'C •C ¢ C s m -z C x K K x X 3< x K x r _ C .c C .o ¢ C. •o s Y O C O +. '- .o C - b m C s m - x x x K K K K K x U a v C .o m .o C m m m o 3 m ' •o m s m •X 3< K K K K x x K X •o .o C C C .e s ¢ - o Z&0 0 0 O O 0 0 -O O O - Z F I-. I-~ ~ ~ ~ ~ U ILr' .C O 'C ¢ Y .C s O Y - cc'- - Y Yr - La., v G L L Y 6 6 L Y C 6 L C. J C U: N > O 0 V. J 0 J N Z J ^ N Z - O I-. U F L L Z L W O •� O O O O - - O N C ¢ L. C 1 nAA Occupational Safety and Health Admin., Labor Subpl. P. App. C a 'I- -a, H Y 1 Y OM_ N 1. 6 J L: 1! 1 J L m C C J J T C C . Y. X X JL Y. % C C R _ I .'. -. f. .. L L d - y L L _ N -H KV +: N r N r N L - C.. r] v z W a h N N N N 2 _ - N, r " r. _ X % X X X G n N Q. - L. N N G J 6 - •f r T - rL-7---'C U E I V Z • W N N N M .n W C L >c-- c x N t"' % O O O C O c Y CO -- X X X X X X •1 -. j C C O C O O C i-.0 O O O in c V. i {-• C C C . _ L N X X % x X . > - L C C C C C C � T LV V S u C C- Cc-, Z O C C L F C C C - P X X X Y. X X - - C Z C C C - 'f. f H O C C -IC I - f N V .G % X X X X % S L .O C C C C C 4 ,•„ J Y E C_ O C O F C C — C — X X X X X s_ .C C C C C C — y F. C a - C V W .C C C 4 < C 4 Y L Zr C .C L - 4_. Y - L ., J 4 p 6 v L Y! 1 L SO Y C L 4 J_i C N J Y.I. i 0 N Z N Z "J' N N Z N Z = - L• f M O O -c O r O ory -- >•- Y L -- - 241 Subpt. P. App. C I 29 CFR Ch. XVII (7-1-92 Edillon) 6 O O - r T X r. X .r ., C x - C_ I- - X X s _..y 2 J X X K Cv s v v I. G C a a v. .. rc ¢ m a r O) -. @. C x x x x ^ -' r• C .—. 01L xW<' :.r 2J v u 31- . > . Q .l O < pjX 2 - "a J L P. r Y N N u _ W. V C V � NZ O O n u J _. .. Cc OC m ¢ CC m ¢ - ¢ ¢ - - CW _ - .. L O Z S X X J: L X X X X X X X yl t a Z C.. - Y T U C W fiji u ZI d J .l .1 4 Y L W< W v ' .1 4 .T .1 S. J Ir Z J to _ I Y C C C Y I X C ~ % X X X X X X X X X X X J U� N v .C 'C C K C .C .C .C C .C C W .T Y _ J J J C1 , C C, N a W .C .C CC . .C �C .C .C d C -. NI I, Y. i.. .� .C .C X X X X X X X X X X X .i K v .C .C .C .C .C it .C L J C V> y v - _ J ) Zl < C v .G 'C .C .C 'C .O .C iJ Y .x i K Y. .C X X K X X X X X X C r d =z X .C .C .O .L C c2, .T .1 . .T .T w .L C C -I 1 > W � 1 _ L li-Itn C .C .C .C .C J d .C J Y O Y C v N .C .C .T X X X X K X X X % % SC L e 0 4 = C v 'C .C .C v .C .C .C .C it .C ' L Y X X x X X X x K % X X % " v i v r J C S -G •rr r. L J. u J r, V W O R F • [: C C ^ C 0 0 O C C C C y j i- I- I- I- H I-. I- I- f - Z J C C < W - = 0.1a. i L C. 1 L 1 .. _ Ncm C F Y L+ Z U N C O O O N N C 0 LSC > Y a m L I..- Occupational Safety and Health Admin., Labor a NI I�I V C W W ¢ - V J V C. ILL Y W 1[ xr N v f rvl Y N L N 1 x � N h u r W _ _ < 1_I 1 1 X u N v C � Subpt. P, App. C N V U X J L N J ( J C H >: % J O N W n -C ¢ W Y X PC W V. nJ J CJ O O O .4 % X X X n J J J JC - J: r r N - PC V n n -, J J • _V N rI. N N N - . N ¢ ¢ U V .l v C > L N I.-- 0 O N O N N N v X X x x X Y. Y. X X V b C C C O O C O Z _ U N N N N N N M N I/, L i W N - >0- z N < C ~N J JJ S C ¢ C C ¢ C 1. Lr X x x X X PC PC PC X r J L .C 'C .O C C C C C HO N W W N .O .C PO ¢ m m ¢ ¢ C r L IC X PC x x x X X X - s O 2 C. .C .C 'C Jf ¢ C 5 ¢ C C s x x x X X IC Y. PC .C C W V O H J) Jf J) .0 .0 0 ¢ ¢ ¢ C x X x x X X X % PC a J J .0 d .0 J) J) m 3O a b .C a < C C C C C >. X X X x x x 'C PC J J J C .C .C i i - O O N_ Z .+ Y F F r H F r F'• F ¢ U ~.. .G ¢ 7 t .C ¢ C v .C C C O< W - V u - 1 - V U flL. W 6 C. 4,0 L 1 _� L L 6 V C W ,n%_.> > > YZ _ J J = N I- U H r' C L Z W D O > � W 0 O W W N O C C C ^ - H C C C W H — — — 1 V Subp1. P. App. C •!. L. is Y L' V: . u L N x 6 s N !- N -' a i x O Vi 2 m I Gi rl 29 CFR Ch. XVII (7-1-92 Edition) V J i Ii - . F W W L 3 0 - J 'C r C L .C G • . Z F r ti ¢ L W W N ./� J• J1 N > L •y N W O N O N X X X X x X v: 0 O C .0 N O - ¢ ./` N > L I- a M m C 0 00 L r •c x x x X % m 0 0 0 0 LL LC In p. d 0 0 0 0 % % X X X j •C 0 0 0 0 •C 'C ¢ ¢ 0 0 •D 'C 0 •C 0 0 00 - O m 0 0 0 L x f d •C •C •C 0 0 C 3C L •C •C C 0 0 L x % x x x % •C •C •C •C 0 ¢ r W - F F F F- Z X< C 0 O 4 0 V V C 6 V ,. W ✓t 4Y 4- 4Y YJ 4J L - W 2 6 v L y L Y O L d WO Y L V O V O L 0 v 0 0 = V Z =J NZ LIZ 0 Oz y ci- ¢ La-2 W ' C C O r N O a W O 0 W Y ¢ Y. F- .o H I.. F v V C C = 4 C I I I I I I I I I I I I I I I I I I I Occupational Safety and Health Admin., Labor At61'ENUtx D TO SURPART P -ALUMINUM HYDRAULIC SHORING OR TRENCHES (a) Scope. This appendix contain infor- mation that can be user] when aluminum hydraulic shoring is provided Li a method of prot(•rllon against cave-ins in trenches that do not exceed 20 feet (8.1m) in depth. This appendix must be used when design of the aluminum hydran lie protective system cannot to performed in accordance with 11926.652(c)(2). (b) Soil Classification. In order to use data presented in this appendix, the soil type or types in which the excavation is made must first be determined using the soil classification rnvthod set forth in appen- dix A of subpart P of part 1926. (c) Presentation of tgtorn:ation. Informa- tion is presented In several forms as follows: (1) Information is presented in tabular form in Tables D-1.1. D-1.2. D-1.3 and E- 1.4. Each table presents the maximum vertl• cal and horizontal spacings that may be used with various aluminum member sizes and various hydraulic cylinder sizes. Each table contains data only for the particular soil type in which the excavation or portion of the excavation Is made. Tables D-1.1 and D-1.2 are for vertical shores in.Xypes A and B soil. TablesD-1.3 and D1.4 are for hori- zontal waler systems in Types B and C soil. (2) Information concerning the basis of the tabular data and the limitations of the data is presented In paragraph (d) of this appendix. (3) Information explaining the use of the tabular data Is presented in paragraph (e) of this appcndix. (4) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations (footnotes) re• garding Table D-1.1 through D-1.4 are pre- sented in paragraph (g) of this appendix. (6) Figures. Illustrating typical installa- tions of hydraulic shoring, are included just prior to the Tables. The illustrations page is entitled "Aluminum Hydraulic Shoring: Typical Installations." (d) Basis cnd limitations of the data. (1) Vertical shore rails and horizonta; wales are those that meet the Section Mod- ulus requirements in the D-1 Tables. Alumi- num material is 6061-T6 or material of equivalent strength and properties. (2) Hydraulic cylinders specifications. (I) 2 -inch cylinders shall be a minimum 2•inch inside diameter with a minimum safe work- ing capacity of no less than 18.000 pounds axial compressive load at maximum exten- sion. Maximum extension is to Include full range of cylinder extensions as recommend- ed by product manu(aturer. (it) 3 -Inch cylinders shall be a minimum 3• Inch Inside diameter with a safe working ca- Subpt. P, App. D pa, it) of nut Irv. thin :io.@u0 l',•::nd> :nml compressive load at extcnslo(u a_c recom• mended by product manufacturer. (3) Limitation of application. (1) It is not Intended that the aluminum hydraulic specification apply to every situa• tion that may be experienced in the field. These data were developed to apply to the situations that are most commonly experi- enced In current trenching practler. Shoring systems for use in efcuations that are not covered by the data In this appcndix must be otherwise designed as specified in 1 1926.652(c). (Ii) When any of the following conditions are present, the members specified in the Tables are not considered adedua:e. In this case, an alternative aluminum hydraulic shoring system or other type of protective system must be designed in accordance with g 1926.652. (A) When vertical loads imposed on cross braces exceed a 100 Pound gravity load dis- tributed on a one foot section of the center of the hydraulic cylinder. (B) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (C) When only the lower portion or a trench is shored and the remaining portion of the trench Is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical: or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables D-1.1, D-1.2, D-1.3 and D-1.4. The members of the shoring system that are to be selected using this informa- tion are the hydraulic cylinders, and either the vertical shores or the horizontal wales. When a waler system is used the vertical timber sheeting to be used is also selected from these tables. The Tables D-1.1 and D- 1.2 for vertical shores are used in Type A and B soils that do not require sheeting. Type B soils that may require sheeting, and Type C soils that always require sheeting are found in the horizontal wale Tables D- 1.3 and D-1.4. The soil type must first be de- termined in accordance with the soil classifi• cation system described in appendix A to subpart P of part 1926. Using the appropri- ate table, the selection of the size and spac- ing of the members is made. The selection is based on the depth and width of the trench where the members are to be trstalled In these tables the vertical spacing is held con- stant at four feet on center. The tables show the maximum horizontal spacing of cylinders allowed for each size of wale In the waler system tables, and In the vertical shore tables, the hydraulic cylinder horizon- tal spacing Is the same as the vertical shore spacing. 245 Subpt. P, App. D 29 CFR Ch. XVII (7-1-92 (dition) ' (f' Etarnptr to i!!(,x(r,((r (hr ('sr ql (hr Tab! rs' (1) Example 1: A bench dug In Type A soil Is 6 fret deep and 3 feel wide. From Table D-l.l: Find ver• (ical shores and 2 Inch diameter cylinders sp;irrd 8 feet on crater ,o.c.) horizontally and 4 feet on renter (o.c.) vertically. tSee Figures I & 3 for typical installations.) (2) Example 2: A Irorich is dug In. Type B soil that does not require shorting. 13 feet deep and 5 feel wide From Table D-1.2: Find vertical shores and 2 inch diameter cylinders spaced 6.5 feet O.C. horizontally and 4 feet o.e. vertical- ly. (See Figures I & 3 for typical Installa- t ions. ) (3) A trench is dug in Type B soil that does norequire sheeting, but does expert- enc, sumr minor raveling of the trench face. The trench is 16 feet deep and 9 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinder (with special overs- lecves as designated by footnote 02) spaced 5.5 feet o.c. horizontally and 4 feet o.c. verti- cally. plywood (per footnote (g)(7) to the D- 1 Table) should be used behind the shores. (See Figures 2 & 3 for typical installations.) (4) Example 4: A trench is dug in previous- ly disturbed Type B soil, with characteris- tics of a Type C soil, and will require sheet- ing. The trench Is 18 feet deep and.12 feet wide. 8 foot horizontal spacing between cyl- inders is desired for working space. From Table D-1.3: Find horizontal wale with a section modulus of 14.0 spaced at 4 feet o.c. vertically and 3 Inch diameter cylinder spaced at 9 feet maximum o.c. horizontally. 3 x'12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical instafstion.) (5) Example 5: A trench is dug in Type C soil, 9 feet deep and 4 feet wide. Horizontal cylinder spacing in excess of 6 feet is desired for working space. From Table D-1.4: Find horizontal wale with a section modulus of 7.0 and 2 inch diameter cylinders spaced at 6.5 feet o.c. horizontally. Or• find horizontal wale with a 14.0 section modulus and 3 Inch diameter cylinder spaced at 10 feet o.c. hori- zontally. Both wales are spaced 4 feet o.c. ern lenity. 3 • 12 lunbrr shrrt ing is rrqulred at close spnci::g vertically. (See Figure 4 for t yplcal Inst al l at ion.) (g) Foo(riolrs. and gnu -rat nolrs. for Tables D-1.1. D-1.2. D-1.3, and D-1.4. CI) For applications other than those listed in the tables. refer to 4 1926.652(e)(2) for use of manufacturer's tabulated data. For trench depths in excess of 20 fe, 1. refer to S 1926.652(cu2)and 1192665^-(c)(3+. (2) 2 inch d ameter cylinders. RI this width, shall have structural steel tube (3.5 • 3.5 • 0.18;5) ovcrsleeves. or structural oversleeves of manufacturer's specification. extending the full, collapsed length. (3) Hydraulic cylinders capacities. (i) 2 Inch cylinders shall be a minimum 2•inch inside diameter with a safe working capacity of not less than 18.000 pounds axial com- pressive load at maximum extension. Maxi• mum extension is to include full range of cylinder extensions as recommended by product manufacturer. (ii) 3 -Inch cylinders shall be a minimum 3 - Inch inside diameter with a safe work capac- ity of not less than 30.000 pounds axial com- pressive load at maximum extension. Maxi- mum extension is to include full range of cylinder extensions as recommended by product manufacturer. (4) All spacing indicated is measured center to center. (5) Vertical shoring rails shall have a min- imum section modulus of 0.40 inch. (6) When vertical shores are used• there must be a minimum of three shores spaced equally, horizontally. in a group. (7) Plywood shall be 1.125 in. thick softwood or 0.75 inch. thick, 14 ply, arctic white birch (Finland form). Please note that plywood is not intended as a structural member, but only for prevention of local raveling (sloughing of the trench (ace) be- tween shores. (8) See appendix C for timber specifica- tions. (9) Wales are calculated for simple span conditions. (10) See appendix D. Item (d), for basis and limitations of the data. El I In u' Li Li I I I I i1 I Occupational Safety and Health Admin., Labor Subpt. P, App. D ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. I FIGURE NO. 2 / I OV1 •....p1 'W•iC hI<W Iw/w /♦r.pOpl r OIISOYflI K01 I ZO,L tr AC ItG Sr AC 11G 'C FIGURE NO. 3 v(at44 uvw. n.D<.C.C p.O unuml • Qa ' / I Y(II ICAL to IL KIDIAUv(itICAL PAIL }/f' 11DtlVLIC CnI10(I I L VERTICAL SPACE tIvC 11 2' MAE. FIGURE NO. 4 4Wta. ••.M•NC Y41M0 w IrliW m.cw Not l I01LAL SPACING /Vv •!OIAYI IC C II 1.0(1 '''WOOD Ilr t: :wt EYE E ;IYG 1 tj / -!J� TDIAVL IG yEll JI IAIL YEtIIClL 2' MAi, tl C a rL1Y0Et SPACIIMGI {/ 1iDiuLIC �, y > CrL IMO(t ,1 •/l l a L' MA1. 2' MAX. Y[lit CAL SPACING I Subpt. P, App. 0 29 CFR Ch. XVII (7-1-92 Edition) 1 G ,N — G' Z- L rn< > 0 e F G z i I. F� V O ? c F ,QO O C u. F E C u 3 'L C' K_ , K x T W ON FC ow '�47< w it.. -•� G U C Z = H< Q O o. - D <v F U a cOUO , 6. 6=W. Q �.] F E W o O< z c Z>wFCJ v 0 D C > v O n z 't J — N < r ... ..v V a D azz omm r q E E , <ce L U -- •f C y ; O O z v n C C Y 6 G U F O C O C O ° fn v� n z w w F -o •wot-w ul C Ow >v G— '>- ..... > -c n w 0 O O a O > > a C -_ r O 0 • .Zz 1 1 1 Occupational Safety and Health Admin., Labor Subpl. P, App. D ' a o - - ow LLr < O 6 c U L u .i O p _ 'O z. z C V L! U F Z5 L r (/ - < xC L N< ox a: C O a - _ �<vF U .O C F O O i U Z u < - i <� u g > F O z - - N qww, Ew r EC Ov,OFo uoO�n v:Fn d-> O O O O O E u Y 00 L Z Z U. 1 249 I Svbpt. P. App. D 29 CFR Ch. XVII (7-1-92 Edltlon) t r � 2 U a WW K I e U I 1-i O7. ¢ = L I I N F 1` s s r — Or 7 7_ 7 7. 7. Z 7. f. 7 J L r1 r, r. r F, r. F, r. r, L } < - O C C C C C r. C C i. — J L x P f. L cc a r. .C _+ ^ V ` — — m 3 0 -. _ _ E ., s s C v_ fl N N N rl U L p it .c = Le F. �' N f l /� r. f 1 O r. r. f I y F r.Id O A o v.� C U 0.' .L C -. -. Q s V C C C C C C r. C C < j — Lsv._ CO 3 LL Yo -, CO z E z z z z z z •z z z yU �— G C J N N P1 N rl F. N P1 P1 • O z_ F } Uc c t • C. i c C - -- C c c C C C r: c c F J< m P r .C z C r: C O: VI Z n V_ • Z O ` O Jr r. O C v'• C C h C O C^^ — ? r. t� C r. n P 1^. r O O — r ` ^ O N W0 — — c — c e n �L VV e < e 0 y N ` taK K V C C C n _ c <<,. �.0 I- ^ O: O O: ix Cry n U U > L — > — L — >—c.. p c L O :. 0 O O c c - _U U O g000 Z Z . net' Occupational Safety and Health Admin., Labor Subpt. P, App. D ,.I r I I I J Ury C n r. — i i r r. /. r, H S C —-- Y %. 7. 7. 7 7 7. 7 7 Q r, r. r. / r. r. G >.. J ri I' C r. C C j c c .C G C < r. ac. r. .. .C ut r of C L" r O l- _ n V 7. - rt - ' - N 7. -" %_ P1 '/. N .:_ 7 '7. N 7. = Z 7 z - %- -[- --- - - - ,� - O U G O j CL K .C C v r. X r. r. ,c c 3 —_ u o�-3 vC Z z 7 z z z z z z ` <- te Z - - - - - - - - - C LL OF �= `_ z Z_ _ U E U' C r. C C r. C r. C C cc t .C a a r. z r. r. .C 3 Y < =a _ Z Z C Zr. . C 0 c w-. - C r. C C r•. � C `• ^ = - r. r v r. n v r: r• v :.. CEE 3 l - HU - ., -?a V CC ; c c c U L < L < J t — U F f Y Y Eu. L' UC W C F .O'r ..-,. r.O C C cvlh L COL" J r. . _' - _ J - G ry Q C 0 0 O C V V c c V Co Y G 1_Z Z. Z . 251 Subpt. P, App. E 29 CFR Ch. XVII (7-1-92 Edition) APPENDIX E To SVHI'ART 11-ALTERN AT ICES TO 1'IMNEN S11O14 I NC 18" VER' SPAI 41 MI RTICAL RAIL YDRAULIC CYLINDER Figure 1. Aluminum Hydraulic Shoring O O O O Figure 2. Pneumatic/hydraulic Shoring Occupallonal Safety and Health Admin., labor Fiturc 3. Trench .Lucks (SCrvw .I.I:ks) Figure 4. Trench Shields Subpl. P, App. E 253 Subpt. P, App. F 29 CFR Ch. XVII (7-1-92 Edition) APPENDIX F TO SUBPART P —SELECTION or PROTECTIVE SYSTEMS The following figures are a graphic summary of the requirements contained In subpart P for excavations 20 feet or less In depth. Protective systems for use In excavations more than 20 feet In depth must be designed by & registered professional engineer In accordance with 11926.652 tb) and (U. Is the excavation more than 5 feet in depth? A Is there potential for cave-in? NO Si se Go to Figure 2 Is the excavation entirely.in stable rock? Excavation may be made with vertical sides. Excavation must be sloped, shored, or shielded. Shoring or shielding selected. Co to Figure 3 FIGURE 1 - PRELIMINARY DECISIONS • Occupational Safety and Health Admin., Labor Subpl. P, App. F St 'r ,eIre ted ec th•• method of protect inn •will soil ctassificati:n be made in accordance with 51926.652 (b)? W5 1t� Excavation must comply with Excavations nust comply one of the following three with t..&5 (b)(1) which options: requ{res a slope of 1;H:lt' Option 1: 51926.652 (b)(2) which requires Appendices A and B to be followed Option 2: ' 51926.652 (b)(3) which requires other tabulated data (see definition) to be followed. FIGURE 2 - SLOPING OPTIONS Option 3: .51926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. 255 Subpt. P, App. F 29 CFR Ch. XVII (7-1-92 Edition) Shoring or shielding selected as the method of protection. Soil classification is required when shoring or shielding is used. The excavation must comply with one of the following for options: Option I . 51926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). Option 2 51926.652 (c)(2) which requires manufacturers data to be followed (e.g. hydraulic shoring,trench jacks, air shores, shields). Option 3 51926.652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). Option 4 1926.652 (c)(4) which requires the excavation to be designed by a registered professional engineer (e.g. any designed system). FIGURE 3 - SHORING AND SHIELDING OPTIONS TABLE OF CONTENTS FOR PART D -SPECIAL CONDITIONS DIVISION 2 SITE WORK Section Subject 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 TELEVISION INSPECTION OF EXISTING SANITARY SEWERS D2-16 RESTORATION D2-17 SANITARY SEWER PIPE CONNECTIONS TO EXISTING MANHOLES D2-18 PIPE JOINT GROUTING AND TESTING D2-19 PIPE ENLARGEMENT SYSTEM* * Not included in this Contract. D2-1 SITE PREPARATION A. General Ii. 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. 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 saw cut the obstruction in ' straight lines or remove it to the nearest construction joint if located within five feet of the centerline of the trench. In no case shall the joint or line of cut be less than one foot outside the edge of the trench. Reconstruct surface I D2-1(1) City of Fayetteville Sewer System Improvements ■ obstructions removed to specified and to the di original construction. required by the utility cost to the Owner. b. Protect, move, or brace as specified in Section permit construction as nensions, lines and grades of Restore damaged utilities as company at no additional public and private utilities 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. If trees must be removed, complete the "Tree Removal Request" appended hereto and obtain written approval prior.to removing trees. 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. City of Fayetteville D2-1(2) Sewer System Improvements if i3) Small Plants and Flowers At least two weeks prior to the start of construction, notify property owners of the proposed starting date so that the property owners can remove any small plants or flowers. e. Fences interfering with construction, and located within public rights -of -way or as may be allowed for • in permits or agreements, may be removed only if the opening is provided with a temporary gate which will be maintained in a closed position except to permit passage of equipment and vehicles, unless otherwise • herein specified. Fences within temporary construction easements may be removed provided that temporary fencing is installed in such a manner as to serve the purpose of the fencing removed. 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 1 shall be replaced at the contractor's expense and shall be re -set by competent surveyors properly 1 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. 1 D2-1(3) City of Fayetteville Sewer System Improvements I 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. C. Make a reasonable effort to ascertai.r' the existence of obstructions and locate obstructix:s 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. No contract prices are established for Site Preparation. 1 END OF SECTION D2-1 City of Fayetteville D2-1(4) Sewer System Improvements I I •I II I II II I FAYETTEVILLE THE CITY OF FAYEITEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Beth Sandeen, Landscape Administrator From: David Jurgens, Water/Sewer Date: Re: Tree Removal Request One or more trees had to be removed in order for the City of Fayetteville to perform required maintenance on the water orr sewer system. Details are as follows: Address: Number of Trees 6"s Tree s 12": Number of Trees 12" s Tree s 18": Number of Trees 18" s Tree s 30": Number of Trees s 30": Company Doing Work: Approximate Date of Construction: Type of Tree (If Known): Remarks: Please do not hesitate to call me at extension 387 if you have any questions. ID2-3 REPLACEMENT OF MANHOLE FRAMES AND GRADE ADJUSTMENTS A. This section not included in this Contract. END OF SECTION D2-3 I I I LI II D2-3(1) City of Fayetteville Sewer System Improvements I D2-9 EXCAVATION IA. 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 I 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 (D1-10) of this document. I6. Definitions a. Rock Excavation 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 1 Engineer. A rock ledge is a continuous body of rock; which may ' 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. D2-9(1) City of Fayetteville Sewer System Improvements 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. c. Exploratory Excavation , Excavation to determine exact location and elevation of underground utilities as directed by Engineer. I B. Materials Not specified. C. Execution 1. Open Cut Method (Trenching) a. General I 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 I 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. 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 City of Fayetteville D2-9(2) Sewer System Improvements li I I .1 i 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 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. 1 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 Ito a downstream manhole until pipe replacements have been completed and bedding material has been effectively placed and compacted. No bypassed I 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. The Contractor shall also monitor all homes located in the area that may be ' affected by the plugs to insure no backups occur in basements or floors. The plugs must be removable from the surface. 1 g. Unsuitable Soil When unsuitable soil conditions are encountered under I sewers below the depth of standard bedding, replace the unsuitable material with granular material of gradation approved by the Engineer. 1 D2-9(3) City of Fayetteville Sewer System Improvements E h. Blasting Areas (1) Blasting of any kind for other purpose will not be by the Engineer. rock excavation or any allowed unless approved (2) When blasting is permitted by the Owner 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; 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 I Casing pipe shall be steel pipe conforming to ASTM A 139 with a minimum diameter as shown on the Drawings 1) Minimum wall thickness shall be in accordance with the following table: I I City of Fayetteville D2-9(4) Sewer System Improvements Nominal Wall Thickness - Inches Diameter of Casing - Inches Under Railroads All Other Uses 14 - 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 Cement -sand fill is not required in the annular space when ductile iron pipe is used as the carrier pipe. d. End Seals Casing ends shall be sealed to the carrier pipe with an overlapping rubber seal using 1/8" minimum thickness oil and water resistant synthetic rubber. Seals shall be sized for the casing and pipe sizes used and shall be provided by the casing spacer manufacturer. One -half -inch wide by 0.020 -inch thick, T-304 stainless steel band, or equal shall be used for installation of the end seals. D2-9(5) City of Fayetteville Sewer System Improvements Li e. Casing spacers , Casing spacers will be used for the support of the carrier pipe. , 1) Carrier pipe shall be inserted within casing by use of model CCS stainless steel casing spacers as manufactured by Cascade Waterworks Mfg. Co. of Yorkville, IL or prior approved equal. 2) Carrier pipe shall be centered within casing by use of model CCS stainless steel casing spacers as manufactured by Cascade Waterworks Mfg. Co. of Yorkville, IL or prior approved equal. , 3) Casing spacers shall be bolt on style with a two piece shell made from T-304 stainless steel of'a minimum 14 gauge thickness. Each shell section shall have bolt flanges formed with ribs for added strength. Each connecting flange shall have a minimum of three 5/1611 T-304 bolts. The shell shall be lined with a ribbed PVC extrusion with.a retaining section that overlaps the edge of the shell and prevents slippage. Bearing surfaces (runners) made from UHMW polymer with a static coefficient of friction of .11 - .13 shall be attached -to support structures (risers) at appropriate positions to properly support the carrier within the casing and to ease installation. The runners shall be attached mechanically by T-304 threaded fasteners that are inserted through the punched riser section and TIG welded for strength. Risers shall be made of T-304 stainless steel of a minimum 1? gauge. All risers over 2" in height shall be reinforced. Risers shall be MIG welded to the shell. All metal surfaces shall be fully passivated. Casing spacers shall be model CCS as manufactured by Cascade Waterworks Mfg. Co. or prior approved equal. 4) All spacers shall be a" or greater in width and ' spaced at a minimum of 6' intervals in the carrier pipe. The end spacers of each pipe joint shall be no further than 2 feet from the end of the pipe. C. Carrier Pipe Carrier pipe shall be Class 50 ductile iron pipe with mechanical joints as specified in Section D2-13. ri City of Fayetteville D2-9(6) Sewer System Improvements n 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. Comply with Section D2-1, Site Preparation, concerning the Fayetteville Tree Ordinance. 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 1 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 price per exploratory excavation and shall include backfilling, compaction, and surface restoration. 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. 1 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. D2-9(7) City of Fayetteville Sewer System Improvements 4. Trench foundation material shall be paid 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. 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 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. Tree protection fencing but will be included in in the area affected. Drawing will be paid fo made for other short bo to utilize to protect t specifications that all (6" dia. and above). T determining in his bid, affected byhis work. will not be paid for se the cost of work items Short tunneling required r separately. No payment res that the Contractor rees. It is the intent major trees are to be sa being done by the will be may elect of the aved he Contractor is responsible for what and how many trees may be END OF SECTION D2-9 City of Fayetteville D2-9(8) Sewer System Improvements D2-10 BACKFILL A J 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 Igraded with less than 8 percent by weight passing the 1/4 -inch sieve. Submit samples for approval prior to I 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 for PVC pipe shall be grit or materials meeting the requirements of ASTM D 448, Size #67 (1" maximum size, 90% passing a 3/4 -inch sieve), 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. Embedment material for ductile iron pipe shall be the same as for PVC pipe, or Arkansas Highway and Transportation Department classification "Class -7 Base" shall also qualify as embedment ' material for ductile iron pipe only. b. Grit I I I Imported crushed limestone screenings from concrete coarse aggregate, maximum size 1/2 -inch. Waste material from mining operations shall not be used. D2-10(1) City of Fayetteville Sewer System Improvements 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 I B. Trench Backfill: Backfill for trenches in unpaved areas shall meet the following requirements: ' (1) Excavated material free from roots, organic matter, trash, debris, rocks larger than 12 inches, and other deleterious materials. Suitable material may be obtained by the Contractor from the excavation for the proposed pipelines. Provide imported material of equivalent quality; if required to accomplish the work. 1. The Contractor shall be responsiblefor 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 or damages which might settlement of trench or in the fulfillment of t within and during a per after the date of final Owner, including the co .of damages filed with a against the said Owner damage, and the repair Owner of any and each p slab, walk, or structur settlement. responsible for all damage occur as a result of the other backfill made by him hese Contract Documents, iod of two (2) years from.and acceptance thereof by the st to the Owner of all claims nd court actions brought for and because of such to the satisfaction of the avement, driveway, curb, e damages by such backfill City of Fayetteville D2-10(2) Sewer System Improvements I ' 2. "Pavement Areas" shall be defined as all streets, paved alleys, parking areas, driveways, curbs and gutters, and ' sidewalks. D. 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. c. Carefully place backfill materials to avoid damage to or displacement of the pipeline and other exposed utilities or structure. Id. Do not' backfill with frozen material or when a blanket of snow prevents proper compaction. Backfill shall not contain waste material, trees, organic material, rubbish or other deleterious substances. e. The backfill material shall be placed in lifts. Each lift shall be compacted to the required density prior to the next lift being placed. f. In gardens or flower gardens, the original topsoil shall be replaced to original elevation, location, and depth. Minimum depth shall be twelve (12) inches. 2. Backfilling in Street Right -of -Way and Pavement Areas ' a. Backfill trenches under and within 2 feet of all existing and proposed pavement, driveway pavement, sidewalk, and curb and gutter using granular trench backfill. b. Granular trench backfill shall consist of the 'following: Class 7 crushed limestone conforming to the reference standard. I D2-10(3) City of Fayetteville Sewer System Improvements I 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 riding surface in all sewer trenches in paved areas. 3. Backfilling in Areas Other Than Street Right -of -Way and Pavement Areas a. Backfill trenches using acceptable job excavated materials or as directed by the Engineer. b. Backfill in layers of eighteen inches maximum and mechanically compact to 90 percent of maximum density as defined by ASTM D 698 (Standard 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 one foot from each side of the pipe and shall be placed at a 1:1 slope to bedding material or the existing ground surface. City of Fayetteville D2-10(4) , I Sewer System Improvements I ' 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 Modified Proctor in roadway areas and 90 percent Standard Proctor in non roadway areas, as previously specified. 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. b. The cost of providing access to the level of trench ' backfill to be tested will be a cost to the Contractor, and no extra compensation will be allowed for exposing of the backfill layer to be tested by the Owner. c. Test results not conforming to specified densities shall be paid for by the Contractor at no additional cost to the Owner. ' S. Responsibility of Contractor for Backfill Settlement Wherever trenches or other excavations made by the Contractor in the performance of work under these I D2-10(5) City of Fayetteville Sewer System Improvements Contract Documents have not been properly filled, or where settlement has occurred at any time prior to the 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 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 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. City of Fayetteville D2-10(6) Sewer System Improvements 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, and will include all required compaction tests per Job No. 5. No separate payment will be made for the 2 inches of cold mix asphalt placed as temporary pavement in trenches in the pavement areas. END OF SECTION D2-10 D2-10(7) City of Fayetteville Sewer System Improvements ' 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 ' 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 Drawing which are applicable to individual repairs. B. Materials ' 1. Pipe and Fittings ' a. Pipe and fittings shall be as specified in Section D2-13. D2-11(1) City of Fayetteville Sewer System Improvements 2. Sewer Pipe Material Utilization a. Ductile Iron Pipe shall be utilized to meet minimum vertical and horizontal separation with potable water mains. Polywrap shall be installed on all ductile iron pipe. b. PVC pipe may be utilized for sanitary sewer installations 18 inches in diameter and smaller. C. Reinforced concrete pipe shall be utilized for storm sewers. d. Sewer service tees shall be ductile iron. Wye fittings may be PVC, SDR-26. All ductile iron shall be polywrapped. 3. Rubber Couplings and Stainless Steel Clamps Rubber couplings for replacement pipe connection to existing pipe shall be as manufactured by Fernco, Shear Ring type, DFW/HPI Non -shear type or equal. Rubber couplings shal.l be fastened using two type C-305 stainless steel adjustable, clamps to provide a leakproof seal. 4. Pipe Embedment Pipe embedment shall be as specified in Section D2-10 and Section D2-13. 5. Specifically designed adaptor couplings shall be used 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. 1 E Videotapes•of Surface Conditions The existing surface area of each work location shall be videotaped, in accordance with Section D1-3, prior to any excavation. Site Preparation ci Site preparation shall be as specified in Section D2-1, "Site Preparation". - City of Fayetteville D2-11(2) Sewer System Improvements I 3. Excavation of Repair Pits Excavation of repair pits shall be as specified in Section D2-9. 4. 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 non -shear 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 non -shear rubber couplings. Defective service connections shall be replaced with appropriate sized ductile iron tee, and non -shear 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. 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 D2-11(3) City of Fayetteville Sewer System Improvements 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. 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. 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 City of Fayetteville D2-11(.4) Sewer System Improvements I C I I I I I I I I I I I I I 5 7 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 described above shall be for approval. Polyethylene Wrapping joints other than that submitted to the Engineer 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 and all ductile iron fittings. 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. Backfill and Surface Restoration 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 H) prior to any site preparation, work, or restoration. Testing Repaired Sewer Lines 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. I D2-11(5) City of Fayetteville Sewer System Improvements J D. Measurement and Payment 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 removed and disposed, 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. Clay or concrete dams required at point repairs shall be paid for as part of the point repair Lump Sum price. The lump sum bid price shall be eligible for 60 percent i 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 items 2A1, 2A2, 2A3 and I 2A4. END OF SECTION D2-11 , I I I I Li 1 City of Fayetteville D2-11(6) Sewer System Improvements I H I H H H I I I I I I I I C D2-13 SANITARY SEWER CONSTRUCTION 1. Scope This Section governs all work, materials and testing required for installation of gravity pipelines of the respective types and sizes shown on the Drawings for the particular location and conforming to the requirements of these specifications. All pipelines shall be constructed to proper line and grade as shown on the Drawings and shall result in an unobstructed, smooth and uniform conduit. 2. Description Sanitary sewer construction shall consist of furnishing all labor, materials and equipment for the complete installation of sewers and appurtenances in accordance with the Contract Documents. 3. Revisions of Standards When reference is made to a ASTM, ANSI, AWWA, MCIB, the shall be understood to mean specification as amended at Bidders, except, as noted on Specifications. u 1. General Standard Specification i.e. Specification referred to the latest revision of said the time of the Notice to the Drawings or in the 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. c. Testing Testing shall be performed by the manufacturer's quality control personnel in conformance with H D2-13(1) City of Fayetteville Sewer System Improvements 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 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 Fernco, 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. 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 City of Fayetteville D2-13(2) Sewer System Improvements I I I II I' I I I I I I I I I I I I H a 5) shall have either mechanical joints or push -on joints. Coatings Where required pipe and fittings shall be furnished with exterior bituminous coating conforming to ANSI A21.51. Linings Ductile iron pipe and fittings shall be cement - lined and seal coated in accordance with ANSI A 21.4. 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. 1) Furnish maximum pipe lengths normally produced by the manufacturer except for fittings, closures and specials. 2) The pipe shall be made of PVC plastic having a cell classification of 12454 B 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. 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. I D2-13(3) City of Fayetteville Sewer System Improvements 4) Joints shall conform to ASTM D 3212. Joints shall be push -on type only with the bell -end grooved to receive a gasket. Elastomeric seal (gasket) shall have a basic polymer of synthetic rubber conforming to ASTM F 477. Natural rubber gaskets will not be allowed. 5) Fittings defined as 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. Tee fittings shall be ductile iron as previously specified. 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 C-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/i" x 1000'. ' 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. City of Fayetteville D2-13(4) Sewer System Improvements 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 crushed limestone pipe bedding at all locations except where the pipe is encased in concrete. Bedding material shall be limestone grit or crushed limestone meeting the requirements of ASTM D448, Size #67 (1" maximum psize, 90% passing A 3/4 -inch sieve) 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. d. After each pipe has been brought to grade, aligned, and placed in final position, extend the crushed limestone 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. Crushed limestone embedment material shall then be added to a compacted depth of twelve (12") inches I above the top of pipe. e. Place pipe that is to be concrete encased in proper position on temporary supports consisting of bricks. I 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. I. D2-13(5) City of Fayetteville Sewer System Improvements 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 damageS 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. 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 to 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. City of Fayetteville D2-13(6) Sewer System Improvements I d. Install building service lines with a straight alignment and at a uniform. grade not less than one (1) percent unless otherwise specified. Embedment I. 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. If. 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. 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. 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. I p I D2-13(7) City of Fayetteville Sewer System Improvements 7. Anchors Anchor pipelines in accordance with the table below: Percent Center to Center 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. 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) 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 1 least 18 inches shall be maintained between any City of Fayetteville •D2-13(8) 1 Sewer System Improvements i potable water supply and sanitary sewers. 2) Unusual Conditions - When local conditions prevent a vertical separation as described iabove, 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. 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. Test replacement sewers (where previous cross connections with storm sewers existed) in accordance with Section D1-8. 15. Bypass Pumping Perform bypass pumping for flow control. No bypassed wastewater shall discharge to natural or manmade drainage structures, or anywhere other than sanitary sewer facilities. I I D2-13(9) City of Fayetteville Sewer System Improvements 16. Abandonment of Existing 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 17. Pipe Plugging and Sanitary Sewers to be Abandoned a. Prior to the plugging of a sewer segment, Contractor 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. Clay or Concrete Dams Clay dams shall be in accordance with Section D2-11.6 19. Cleanouts Cleanouts shall be constructed as detailed on the Dawings at locations designated by the Engineer. 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 and 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, City of Fayetteville D2-13(10) Sewer System Improvements 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 items 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 i from the surface of the ground to the flow line of the pipe. Exceptions to this section include boring and jacking where the minimum depth category 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 1 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 and testing. 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 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. I. 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 D2-13(11) City of Fayetteville Sewer System Improvements I 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 water main, 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 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. F I 10. Abandon Manhole 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 I 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, City of Fayetteville D2-13(12) Sewer System Improvements 1 material, and form work necessary to complete the work. 14. Clay or Concrete Dams Payment for clay or concrete 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 construction and/or replacement shall be eligible for 60 percent after the replacement is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible after restoration is complete. 11 END OF SECTION D2-13 1 I I I I II I I I D2-13(13) City of Fayetteville Sewer System Improvements I SD2-14 CONCRETE STRUCTURES 1. Description This section describes the installation of new cast -in- place concrete manholes, precast 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. B. Materials I1. Coal -Tar Epoxy Paint Kop Coat "Bitumastic Black Solution," Tnemec, "46-450 Heavy Tnemecol", or equal. Dry film thickness shall be a minimum of 14.0 mils per coat. 1 2. 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 City's Representative. 3. 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. 4. 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 135°F for a period of five days. Bitumastic I D2-14(1) City of Fayetteville Sewer System Improvements I Gasket Material shall be GS/5 Precast Concrete Sealant I or CS -102 Con Seal, EZ-STIK, or equal. Trowelable bitumastic material shall be GS -702 compound or equal. 5. Precast concrete grade adjustment rings shall conform to r the requirements of ASTM C-478 and shall be one continuous structure. To accommodate steep surface grades, non -uniform precast adjustment rings may be manufactured so that they are two -inches deep on one side and three -inches deep on the opposite side. In no instance may any non -uniform precast adjustment rings be less than two -inches thick or be of multiple piece construction. Adjustment rings of uniform thickness must be at least two inches thick. 6. Frames and Covers Manhole frames and covers shall conform to ASTM A48, Class 35 or better, for gray iron, and shall have a tensile strength of 35,000 psi. The cover shall have pick bars or pick slots. Each cover shall set flush with the rim of the frame and shall have no larger than a 1/8 -inch gap between its outside edge and the inside of the frame. All bearing surfaces shall be machine finished. Frames and covers shall be Vulcan V-1342-1 or approved equal. 7. Manhole Inserts Inserts shall.not be used on manholes with pipes greater than 12" in diameter. The manhole insert shall be manufactured from corrosion resistant material suitable for atmospheres containing hydrogen sulfide and diluted sulfuric acid and other gasses associated with wastewater collection systems. The body of the insert shall be made of ultra high density, high molecular weight polyethylene copolymer virgin Marlex 50100 or equal meeting ASTM specification designation D1248 Class A, category 5, type III, with a minimum impact brittleness temperature of -180 degrees F. The thickness shall be a minimum 0.187 (3/16") inches. Each insert shall have no larger than al/B" gap between its outside edge and the inside of the frame. The gasket shall be made of closed cell neoprene, and shall be installed by the manufacturer and shall have a pressure sensitive adhesive on one side. It shall be attached to the weight bearing surface of the dish. A lift strap shall be placed on the rising edge of the bowl with the center of the rivet being within 2 inches of the top of the bowl. It shall be lit wide polypropylene web. The strap shall be attached by means of a stainless steel rivet and a stainless steel 3/4" backup washer. All cut edges of the strap are seared to insure against raveling. City of Fayetteville D2-14(2) Sewer System Improvements C Ventilation is provided by a valve located within four inches of the vertical edge of the bowl. The valve allows a maximum release of 5 gallons of water per 24 hours and is not effected by debris that will collect in the bottom of the dish. The valve must have a filter fabric outer covering. It must vent sewer gas at one psi or less. The valve shall be installed by the manufacturer at the factory. The valve shall have a threaded shank which is screwed in. The insert shall have proof of durability in traffic impact loads. This shall be documented with an engineer certified proof test passing H-20 loading." 8. Steps 1 Manhole steps will not be required. 9. Cast -in -place (Monolithic) Concrete Manholes The design of standard manholes shall be the responsibility of the Contractor. Sketches of all manholes indicating complete details of the proposed design shall be submitted to the Owner's Representative for review prior to ordering material and/or construction. Cast in place construction will be ' considered for circular manholes only unless appropriately designed with reinforcing steel. The concrete for circular manholes shall be reinforced with wire mesh conforming with this document. The minimum sidewall thickness shall be 6 inches or one -eighth the inside diameter whichever is greater. The base thickness of manhole below the underside of flow channel shall vary, depending on the diameter, the depth of manhole, whether base is reinforced or not and on the type of joint occurring between base slab and wall. The 1 minimum base thickness shall be 8 inches or 1/8th 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 City's Representative. 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 I. D2-14(3) City of Fayetteville Sewer System Improvements 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. be 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 reinforcing steel not less than twenty (20) bar diameters into the manhole base. b. Openings for each connecting pipe shall be circular with a compression. type flexible rubber gasket cast. integrally into the manhole wall. c. A minimum of six (6) inches rock cushion shall be used beneath manhole foundations. Where trench has been overexcavated, the void created shall be completely filled with a rock cushion to the underside of the manhole base. d. In the event that groundwater is present during the pouring of a cast -in -place manhole foundation, a pump shall be used to remove the groundwater. 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 (1/4") 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") City of Fayetteville D2-14(4) Sewer System Improvements I 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 Owner's Representative. 1 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 I days after forms have been removed or a minimum of three (3) working days after the concrete has been placed. If. 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. 1 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. 10. Precast Concrete Manhole Sections a. Manholes shall conform to ASTM C 478 and as specified herein. b. Concentric cones shall be utilized when manhole depth exceeds six feet. .Rc. 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 #4 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 1 (2) inches. d. 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. I I D2-14(5) City of Fayetteville Sewer System Improvements e. Preformed and trowelable bitumastic joint sealants shall be Kent -seal, Ram-Nek, EZ-STIK, or equal. The minimum dimension of preformed material shall be one- half (1/2) inch square. f. 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. 12. Shallow Manholes Shallow manholes will be used where manhole depth is four (4) feet or less. All shallow manholes shall be constructed as per detail sheet. Frame and lid with pick slots shall. conform to Note #2 shown on detail sheet. C. Execution 1. General Install manholes of the respective types at the designated locations with.flowlines at elevations to match existing. 2. Manhole diameters unless otherwise noted shall be 48 inches for pipe between 6 inches and 18 inches in diameter inclusive. 3. Form inverts with mortar material and steel -trowel to produce a dense, smooth finish and shape to form a "U"- shaped channel approximating the lower one-half (1/2) cross section of the connecting pipelines and extending upward three -fourths (3/4) of the inside pipe diameter in a "U" -shape. Provide smooth transitions for pipes of different sizes, different elevations, and/or at different angles. 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. 4. 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. City of Fayetteville D2-14(6) Sewer System Improvements L I I I Li I I I I C I I I I Li Pipe holes at manholes shall be permanently sealed watertight after installation of the connecting pipelines. Construct connections to existing manholes in conformance with this section. Excavate around the existing manhole so as not to disturb the manhole. The manhole wall shall be removed for no greater diameter than required to insert new pipe. Drop manholes shall have an inside drop connection. Reshape manhole invert and channel to accept the flows from the new pipe. Chip the existing invert to a rough new surface and install a new channel and invert the entire side where the new pipe enters. Take care to prevent brick or other foreign material from entering the existing downstream sewer. Retrieve such debris. After the new pipe is installed, completely fill and render permanently watertight the void around the new pipe with a grout conforming to the material specifications herein. Manhole Adjustments a. Provide new manholes with a maximum of one (1) foot of adjustment ring(s) underneath the casting. b. 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. 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. c. 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. d. Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regraded near the manhole. I D2-14(7) City of Fayetteville Sewer System Improvements I e. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation -directed by the Engineer. 8. Apply two coats of coal -tar epoxy paint to exterior. . Coating shall be in accordance Manufacturer's recommendation. 9. Testing 1 I the manhole with I Test manholes in accordance with Section D1-7. Concrete testing for poured -in -place manholes shall consist of a minimum of one slump test and three concrete cylinders per truckload of concrete used for the manholes and collars. One cylinder shall be tested for compressive strength at seven days, one at twenty-eight days, and. one shall be a spare. 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 Owner's Representative. b. Construct and erect forms so that the concrete will have the shape, line, and grade indicated. Make forms mortar tight and sufficiently rigid to prevent deformation under load. Use an adequate number of walers, stiffeners, and braces to insure straight walls. c. Formwork, shoring, and bracing design shall meet the I requirements of ACI 347. d. Except as noted, tolerances for formed surfaces shall meet the requirements of ACI 301. Edges of form panels in contact with concrete exposed to view in the finished work shall be flush within 1/32 -inch. Forms for plane surfaces shall be such that the concrete will be plane within 1/8 -inch in four ft. Leading edges of concrete shall lie within 1/4 -inch as measured from a 10 -ft template. 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. City of Fayetteville D2-14(8) Sewer System Improvements I ' g. Repair and patch defective areas with all fins and other projections completely removed and smoothed. 11. Reinforcement a. Reinforcing steel shall be placed in accordance with ACI 301 and ACI 318. When concrete is placed, reinforcing shall be free of rust, scale, or other coatings that will affect the bond. Reinforcement shall be accurately placed, adequately supported, and secured in position at intersections with annealed wire not less than 16-ga or with clips. Reinforcement shall be supported to keep it away from exposed surfaces. Nails or other devices shall not be driven into forms to support reinforcement. b. Provide the following concrete cover unless otherwise shown on the drawings: Bottom face of slabs 1 inch ITop 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 openings have been placed and anchored. (2) Remove debris from the space in which concrete is 1 to be placed. b. Convey concrete from the mixer to the place of final deposit by methods which will prevent separation or loss of materials. The free fall of concrete shall not exceed three feet. c. Consolidating (1) Consolidate concrete with mechanical vibrating equipment and provide stand by equipment. Apply vibration directly to the concrete. Vibration shall be sufficient to cause 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. D2-14(9) City of Fayetteville Sewer System Improvements I 13. Curing a. Maintain concrete in a moist condition for seven days after placement. Curing may be by any of the following means: (1) Curing with burlap, cotton, or mats kept continuously wet, or by keeping forms continuously wet. (2) Waterproof paper curing. Lay four inches at seams and seal with tape. (3) Membrane curing by power spraying with a fugitive dye included. Do not use this method on surfaces which will receive a finish treatment of any kind. Submit manufacturer's, descriptive data of curing compounds for approval. 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. Standard Manhole a. The manhole depth shall be determined by measuring 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 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, precast sections, internal drop pipe, 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. City of Fayetteville D2-14(10) Sewer System Improvements I I I C1 I I LJ I I I I I I I 11 I 2 3 C! 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. 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 completion of all work shown on the drawings. Concrete Collars Payment for a concrete collar shall be included in the Contract Unit Price for paved frame and grade sealing. 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 complete. END OF SECTION D2-14 I D2-14(11) City of Fayetteville Sewer System Improvements II L 1 U I I 11 I Li El I I I I D2-15 CLEANING AND TELEVISION INSPECTION OF EXISTING SANITARY SEWERS 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. 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 indicated prior to television inspection. Hydraulic high pressure cleaning equipment shall be specifically designed and constructed for sewer 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 (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 be made with the City of Fayetteville. c. Cleaning shall be performed immediately before closed circuit television inspection. d. Unless other methods are approved by the Engineer, hydraulic cleaning shall be performed for all sewers to be inspected. it 11 City of Fayetteville D2-15(2) Sewer System Improvements I e. Remove all sludge, dirt, sand, grease, roots, rocks, 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. 2. Disposal of Debris a. Under no circumstances shall sewage or solids be dumped onto the ground surface, street or into 1 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 •1 by theiEngineer. Trucks hauling solids or semisolids from the site shall be watertight so that no leakage or spillage will occur. 3. Internal Television Inspection I a. The inspection shall be done one sewer section at a 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. b. 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 the Engineer. The camera shall then be reinserted at the other manhole of the sewer reach and the television inspection resumed. •1 D2-15(3) City of Fayetteville Sewer System Improvements 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 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. City of Fayetteville D2-15(4) Sewer System Improvements I 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 1 on the video tapes by the Contractor. Where appropriate, existing landmarks shall be identified. Id. The cassette video tapes will be reviewed by the Engineer for focus, lighting, clarity of view, and technical quality. The Contractor shall maintain 1 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 I 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 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. If. 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 I 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. I I I D2-15(5) City of Fayetteville Sewer System Improvements • 1 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 I Payment for cleaning/internal television inspection shall be considered incidental to the associated work task. 1 END OF SECTION D2-15 1 1 1 1 City of Fayetteville D2-15(6) Sewer System Improvements L 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 Ito allow construction of a sanitary sewer pipeline and appurtenances, shall be restored in conformance with these Contract Documents. IC. Restore public property with strict adherence to the requirements of the public body having jurisdiction therein. 1 d. No restoration shall occur until testing is complete and accepted by the Owner's Representative. ' 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 Surface restorationincluding pavement, driveways, sidewalks, curb and gutters, and sodding shall be in accordance with the current edition of Arkansas Highway and Transportation Department Standard Specifications 1 for Highway Construction. B. Materials 1. Topsoil a. Topsoil shall be free from large roots, sticks, I weeds, brush, stones or other litter and waste products. A minimum of 4 inches compacted depth of topsoil shall be used. 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) D2-16(1) City of Fayetteville Sewer System Improvements I Silt (0.05 to 0.002 min 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. 5. Portland Cement Concrete Portland Cement concrete shall have a minimum compression strength of 3000 psi at 28 days, no less than 534 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. Ii L City of Fayetteville D2-16(2) Sewer System Improvements 6. Curing Compound Commercial grade conforming to ASTM C 309, Type I. ' 7. Reinforcing Steel Conform to ASTM A 615, Grade 40. 8. Base Course I HI I I I I I I I 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. 12. Tack Coat Asphalt emulsion conforming to ASTM D 977 or D 2397, unless otherwise specified. 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. ' I D2-16(3) City of Fayetteville Sewer System Improvements I C 14. Red Cherty Clay (Hillside Material) a. Material used for backfilling under the future street on Job No. 3026 shall be select locally available red silty clay with broken chert, having a unified soil classification of (GC) with a maximum Plasticity Index of 30. b. It shall be the Contractor's responsibility to locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer, at least 15 days prior to beginning the excavation, so necessary acceptance tests can be made. All borrow pits shall be opened up to expose the vertical face of various strata of acceptable material to enable obtaining a uniform product. 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. I- 11 0 City of Fayetteville D2-16(4) Sewer System Improvements I ' 2. Finish Grading Finish grade the area to lines and grades which existed prior to the area being disturbed, with special attention directed to proper surface drainage, and the refilling of settled excavations with earth compacted to densities required. The area shall be smoothed by raking or dragging. Flower and vegetable gardens in existence prior to this project shall have the separately stored top soils restored unless otherwise required. Areas to be sodded or seeded shall have a minimum four inch depth of topsoil. I I Li I I I C 11 I I LI I 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 except 'when the temperature is over 90 degrees Fahrenheit, drought conditions exist or the sod or ground surface is frozen. Cut sod as thick as possible to aid the sod in taking root at the earliest possible date. b. Spread fertilizer nutrients over the area at a rate of 160 pounds per acre (nutrient weight only) or as recommended by the manufacturer. c. Place sod on the prepared surface with the edges in close contact and the alternate courses staggered. Bury exposed edges of the sod flush with the adjacent soil. In ditches, place sod with the longer dimension perpendicular to the flow of the water in the ditch. On slopes, starting at the bottom of the slope, place sod with the longer dimension perpendicular to the slope of the ground and where the slope is 2:1 or greater, stake the sod. Sod shall be rolled after placement and joints filled between sections with scarified soil. Within eight hours after placing the sod, apply five gallons of water per square yard. d. Provide sufficient water to prevent the sod from drying out. e. Existing sod which was salvaged during construction may be reused at the contractor's option. f. Sod shall have taken root before acceptance. Contractor shall guarantee sodding one year after acceptance by the Owner. D2-16(5) City of Fayetteville Sewer System Improvements 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, 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 peracre (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. 1 City of Fayetteville D2-16(6) Sewer System Improvements I ' 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. Thoroughly loosen the soil in the bottom of the pit by spading to a depth of six inches. Dig holes immediately before planting. Dispose of soil earth dug from the tree pits. C. Set trees at a depth slightly below finished grade, half -fill the hole with planting soil and thoroughly water. Loosen and fold down the upper half of the burlap, fill the hole with planting soil and thoroughly water. Fill the top two inches with a well -rotted mulch. Id. After planting, prune the branches in proportion to the amount of root system lost in the transplanting operations but in such a manner as to retain the form typical of the tree. In general, remove approximately one-third of the branch structure. Pruning shall be done by expert workmen in such a manner as to insure healthy and symmetrical growth of new wood. e. After planting, wrap trunks of trees planted after October 15 with special tree wrap from the crotch of the first major branches down to the ground. Tie wrapping with cotton twine to keep the wrapping in place. f. Plant trees vertically. Trees found leaning during the guarantee period shall immediately be staked with two 2 -inch by 3 -inch wood stakes, eight feet long, pointed on one end. The stake shall be long enough to properly support the tree. Drive the stakes to a depth of 18 inches below the bottom of the tree pit. Locate the stakes on the north side and of the south side of the tree, and 12 inches to 1 18 inches from the trunk. Do not drive stakes into the ball and burlap. Guy the trees using a figure eight hitch consisting of No. 14 gauge wire encased in a section of rubber hose. 6. Restoration of Pavement Surfaces 1 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 I D2-16(7) City of Fayetteville Sewer System Improvements it 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. 2) Pour concrete only after inspection by the , Engineer of the pouring site to verify proper forms and reinforcement. Reinforcement shall be equal in quantity and type of materials to reinforcement that existed prior to the work, or as indicated in the plans or specifications. 3) Saw cut existing paved surfaces to provide a I straight joint between the existing and new surface. Saw cutting shall be full depth and square or rectangular in shape. 4) Cure and protect all exposed concrete installed under this contract in accordance with the reference standard. 5) Allow concrete to attain a minimum 7 day strength before allowing traffic or construction equipment on the concrete. 6) Remove entire sidewalk squares. Removal of partial squares shall not be allowed. b. Concrete Sidewalks 1) Concrete sidewalks shall consist of a minimum thickness of five inches of nonreinforced Portland cement concrete over four inches of compacted granular material. 2) Increase sidewalk thickness to six inches when crossing driveways. 3) Place one-half inch preformed bituminous expansion joints at junctions with existing work and at intervals not exceeding 50 feet, or as directed by the Engineer. 4) Sawcut existing sidewalks at construction joints. Patching existing sidewalk squares damaged during construction activities shall not be allowed. 5) When removing portions of a concrete sidewalk, an entire. 'Square' shall be removed. Removal of a partial sidewalk "Square" shall not be allowed. City of Fayetteville D2-16(8) Sewer System Improvements I 6) Sidewalks constructed at street corners shall comply with the Americans with Disabilities Act requirements. c. Concrete Curb and Gutter Ii) Curb and Gutter dimensions and cross sections shall conform with existing installations. 2) Place two dowels at each junction with existing work. Dowels shall be 3/4 inch diameter and a minimum of 12 inches in length. 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. 5) Saw cut control joints at intervals not exceeding 20 feet and at junctions with existing traverse cracks in the pavement, or as directed by the Engineer. d. Concrete Driveways Replace concrete driveways to the condition and ' thickness which existed prior to construction. Minimum thickness shall be 6 inches. e. Bituminous Concrete Driveway Replace bituminous driveways to the condition and thickness which existed prior to construction. Minimum thickness shall be 2 inches. Construction shall be executed in accordance with Asphalt Concrete Pavement Replacement for Pipe Trenches. f. Tack Coat Apply a tack coat on existing asphalt concrete pavement and to each lift of new pavement that is to receive a succeeding lift in conformance with Section 403 of the Standard Specifications for Highway Construction. g. Prime Coat ' The prime coat shall be applied to the leveling course in accordance with Section 403 of the referenced specification at the rate of 0.20 to 0.30 -gallon per square yard of surface area. The exact amount is to be determined by the Engineer. D2-16(9) City of Fayetteville Sewer System Improvements h. Construction Of Asphalt Concrete Pavement Lay asphalt concrete over the base course in a single lift and the compacted depth shall be 3 - inches. The method of proportioning, mixing, transporting, laying, processing, rolling the material, and the standards of workmanship shall conform to the applicable requirements of Section 408 of the Standard Specifications. The Engineer will examine the base before the paving is begun and bring any deficiencies to the 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. 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 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 City of Fayetteville D2-16(10) Sewer System Improvements C Ci J Li I I I I I I I I I I I I CJ L' 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 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, id 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 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 remove all roller marks. L D2-16(11) City of Fayetteville Sewer System Improvements 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 pavement. 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 Specificationsfor 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. 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. 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 graveled 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. D. Measurement and Payment 1. Pavement Surfaces Pavement, sidewalk, driveway and curb replacement. shall 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. ' D2-16(13) City of Fayetteville Sewer System Improvements c. Concrete -sidewalk removal and replacement at the Contract Unit Priceper linear foot which includes granular base. _ d. Concrete or bituminous concrete driveway removal and replacement at the Contract Unit Price per linear - foot which includes granular base. 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. 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. 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. Job Number 3026 requires the Contractor to install a section of sewer line under a future street location. Since there is no existing street surface, surface repair pay items are not applicable. However, the trench within the street limits shall be backfilled with red cherty clay, and compacted as required by the plans and the street restoration specifications. Payment for providing, installing and compacting this select backfill shall be made on the unit price bid per cubic yard of material. delivered and accepted. Quantities itemized in the Drawings shall be used for measurement purposes. This payment item for red cherty clay applies only to Job No. 3026. If restoration work is not. completed, 30 percent of the Contract Price will not be eligible for payment. END OF SECTION D2-16 City of Fayetteville •D2-16(14) Sewer System Improvements D2-17 SANITARY SEWER PIPE CONNECTIONS TO EXISTING MANHOLES A 1. 1. Description This Section describes the connection of new sanitary sewer main to existing manholes. 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 detail sheets of the plans. 1. 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 equal. D2-17(1) City of Fayetteville Sewer System Improvements I C. 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 flexible connection 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. D &rI1kt4zIiitafl 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 a A City of Fayetteville D2-17(2) Sewer System Improvements I -f. STAFF REVIEW FORM _ AGENDA -REQUEST CONTRACT REVIEW GRANT -REVIEW For the City Council meeting of: September 15- 1998. FROM: David Jurgens Water/Sewer Public Works Name Division Department ACTION REQUIRED: City Council approve the construction contract for sewer rehabilitation with Building and ITtilita rnntraetnrc in the amnnnt of $1 177 RfQrpnd rnwe n rnntingenci of $SF '2Qn COST TO CITY: S1.184 199.00 $4M83.402 Sewer Rehabilitation Cost of this request Project Budget Project Name 4470-9470-5815.00 Account Number S2,553-865 Funds used to date 96012-8320 $1.529 537 Water and Sewer Project Number Remaininµ Balance Fund BUDGET REVIEW: IXXL Budgeted Item _ Budget Adjustment Attached CONTRACT/GRANT/LEASE REVIEW: Accoun�ing la 61 Date City Attorney / Date LkQ ° fl Purchasing Officer Date GRANTING AGENCY: ADA Coordinator Date CL's` 48 emalr udit s 6. Date Cyy TION: Award change order and approve contingency as stated above. JCLJ i aionIdt Date Cross Reference: Departmen irector Dat ( New Item: Yes No Administrative Services !director Date Previous Ord/Res #: Major Date Orig Contract Date: June 2- 1998 Meeting Date: September 15. 1998 STAFF REVIEW FORM Description: Construction contract- sewer rehabilitation_ Building and Utility Contractors Comments: Budget Coordinator: Accounting Manager: City Attorney: Purchasing Officer: ADA Coordinator: Internal Auditor: Reference Comments: E Ptrz-.vA SANITARY SEWER IMPROVEMENTS WHITE RIVER WATERSHED MINI SYSTEMS 7, 13A, 13B, 14, AND 16 CONTRACT III BID TABULATION SCHEDULE A TG EXCAVATING BUILDING & UTILITY BID OPENING: JULY 14 1998 CONTRACTORS, INC. INC. ITEM QUANT UNIT II UNIT I TOTAL I TOTAL I UNIT ALAI 25.00 $286,200.00 3180 LF 8" PVC Sewer Pipe 0-6' Deep $79,500.00 90.00 AIA2 1584 LF 8" PVC Sewer Pipe 6-10' Deep 40.00 $63,360.00 100.00 $158,400.00 Al A3 35 LF 8" PVC Sewer Pipe 10'-14Deep 60.00 $2,100.00 110.00 $3,850.00 Al B1 569 LF 18" PVC Sewer Pipe 6-10' Deep 50.00 $28,450.00 170.00 $96,730.00 Al B2 130 LF 18" PVC Sewer Pipe 10'-14' Deep 80.00 $10,400.00 180.00 $23,400.00 Al B3 80 LF 18" PVC Sewer Pipe 14-18' Deep 150.00 $12,000.00 200.00 $16,000.00 A164 95 LF 18' PVC Sewer Pipe 18-22' Deep 180.00 $17,100.00 220.00 $20,900.00 Al B5 180 LF 18" PVC Sewer Pipe 27-26 Deep 250.00 $45,000.00 230.00 $41,400.00 Aid 20 LF 6' D.I. Sewer Pipe 0'-6' Deep 20.00 $400.00 100.00 $2,000.00 A1C2 16 LF 6" D.I. Sewer Pipe 6-10' Deep 30.00 $480.00 120.00 $1,920.00 AIDI 497 LF 8" D.I. Sewer Pipe 0'-6' Deep 30.00 $14,910.00 110.00 $54,670.00 Al El 43 EA 48" Standard Manhole, 0'-6' Deep 1500.00 $64,500.00 3000.00 $129,000.00 1 El .1 61 VF 48" Standard Manhole, Extra Depth over 6 200.00 $12,200.00 200.00 $12,200.00 Al E2 3 EA 48" Drop Manhole, 0'-6' Deep 2000.00 $6,000.00 4000.00 $12,000.00 1 E2.1 14 VF 48" Drop Manhole, Extra Depth over 6 250.00 $3,500.00 300.00 $4,200.00 Al F1 69 EA 4" Service Connection 150.00 $10,350.00 300.00 $20,700.00 Al F2 8 EA 6" Service Connection 200.00 $1,600.00 400.00 $3,200.00 Al F3 400 LF 4" PVC Service Line 15.00 $6,000.00 25.00 $10,000.00 Al F4 55 LF 6" PVC Service Line 25.00 $1,375.00 30.00 $1,650.00 Al F5 5 EA Service Cleanout 250.00 $1,250.00 500.00 $2,500.00 Al GI 260 LF Sidewalk Repair 25.00 $6,500.00 20.00 $5,200.00 Al H1 250 LF Curb & Gutter Repair 25.00 $6,250.00 25.00 $6,250.00 Al I1 60 LF Concrete Driveway Repair 100.00 $6,000.00 30.00 $1,800.00 A1J1 2280 LF Asphalt Street Repair 45.00 $102,600.00 30.00 $68,400.00 Al K1 250 LF Concrete Street Repair 50.00 $12,500.00 30.00 $7,500.00 AIL1 60 LF Asphalt Highway Repair 100.00 $6,000.00 50.00 $3,000.00 AlM1 7 CY Concrete Encasement 150.00 $1,050.00 200.00 $1,400.00 Al Ni 80 LF Gravel Driveway Repair 15.00 $1,200.00 20.00 $1,600.00 Al N2 960 CY Red Cherry Clay Compacted Under Future Street for 30.00 $28,800.00 1.00 $960.00 Job No. 3026 A1O1 580 CY Rock Excavation 65.00 $37,700.00 40.00 $23,200.00 Al P1 20 EA Clay or Concrete Dams 250.00 $5,000.00 200.00 $4,000.00 Al Q1 4 EA Concrete Piers at Creek Crossing 0'-6' Tall 500.00 $2,000.00 7000.00 $28,000.00 A102 4 EA Concrete Piers at Creek Crossing 6-15' Tall 2500.00 $10,000.00 14000.00 $56,000.00 Al R1 6386 LF Trench Safety, Sewer Replacements 10.00 $63,860.00 1.00 $6,386.00 Al Si 30 CY Trench Foundation Material 15.00 $450.00 35.00 $1,050.00 AI T1 1 EA Remove Manhole, Do Not Replace 500.00 $500.00 1500.00 $1,500.00 AWU1 3 EA Abandon Manhole 500.00 $1,500.00 1500.00 $4,500.00 A1V1 3 EA, Short Bores 2000.00 $6,000.00 3000.00 $9,000.00 A1Wl 450 TN Rip Rap 50.00 $22,500.00 50.00 $22,500.00 TOTAL, SCHEDULE A, CONSTRUCTION OF SANITARY SEWERS $700,885.00 $1,153,166.00 BUILDING & UTILITY T -G EXCAVATING BID OPENING: JULY 14, 1998 CONTRACTORS, INC. INC. I ITEM QUANT UNIT UNIT I TOTAL I I UNIT TOTAL A2001 1 LS Point Repair 5 LF 8" PVC Sewer Pipe 1500.00 $1,500.00 A2002 1 LS Point Repair 6 LF 8" PVC Sewer Pipe, Service Lateral 1750.00 $1,750.00 A2003 1 LS Point Repair 10 LF 8" D.I. Sewer Pipe, Concrete 1800.00 $1,800.00 Encasement A2004 1 LS Point Repair 10 LF 8" PVC Sewer Pipe, Service Lateral, Clay 1800.00 $1,800.00 Dam A2005 1 LS Point Repair 10 LF 6" PVC Sewer Pipe 1200.00 $1,200.00 A2006 1 LS Point Repair 10 LF 6" PVC Sewer Pipe, Clay Dam 1650.00 $1,650.00 A2007 1 LS Point Repair 10 LF 6" PVC Sewer Pipe, Service Lateral 1700.00 $1,700.00 A2008 1 LS Point Repair 25 LF 8" PVC Sewer Pipe 1400.00 $1,400.00 A2009 1 LS Point Repair 15 LF 8" PVC Sewer Pipe, Service Lateral, Clay 1800.00 $1,800.00 Dam A2010 1 LS Point Repair 10 LF 8" PVC Sewer Pipe, Service Lateral, Clay 1800.00 $1,800.00 Dam A2011 1 LS Point Repair 35 LF 4" PVC Service lateral, Plug Service in 1600.00 $1,600.00 Manhole A2012 1 LS Point Repair 10 LF 6" PVC Sewer Pipe 1400.00 $1,400.00 A2013 1 LS Point Repair 20 LF 10" D.I. Sewer Pipe 1500.00 $1,500.00 A2014 1 LS Point Repair 20 LF 16" D.I. Sewer Pipe, Concrete 2500.00 $2,500.00 Encasement A2015 1 LS Point Repair 10 LF 8" PVC Sewer Pipe, Clay Dam 1600.00 $1,600.00 A2016 1 LS Point Repair 10 LF 12" PVC Sewer Pipe, Clay Dam 1700.00 $1,700.00 A2017 I LS Point Repair 40 LF 4" PVC Service Lateral 1600.00 $1,600.00 A2018 1 LS Point Repair 15 LF 8" PVC Sewer Pipe, Clay Dam 1650.00 $1,650.00 A2019 I LS Point Repair 10 LF 6" PVC Sewer Pipe, Clay Dam 1650.00 $1,650.00 A2020 I LS Remove and Replace Manhole, Plug Abandoned Sewer 1500.00 $1,500.00 A2021 1 LS Point Repair 25 LF 8" PVC Sewer Pipe 1750.00 $1,750.00 A2022 1 LS Point Repair 10 LF 8" PVC Sewer Pipe 1600.00 $1,600.00 A2023 1 LS Point Repair 10 LF 8" PVC Sewer Pipe 1600.00 $1,600.00 A2024 1 LS Point Repair 10 LF 8" PVC Sewer Pipe 1600.00 $1,600.00 A2025 1 LS Point Repair 10 LF 8" PVC Sewer Pipe 1600.00 $1,600.00 A2026 1 IS Point Repair 54 LF 8" PVC Sewer Pipe 2500.00 $2,500.00 A2027 1 LS Point repair 30 LF 8" PVC Sewer Pipe 1800.00 $1,800.00 A2028 1 LS Point Repair 10 LF 8" PVC Sewer Pipe 1800.00 $1,800.00 A2029 1 LS Point Repair 10 LF 8" PVC Sewer Pipe 1800.00 $1,800.00 A2030 1 LS Point Repair 10 LF 8" PVC Sewer Pipe 1650.00 $1,650.00 A2031 1 LS Point Repair 10 LF 8" PVC Sewer Pipe 1800.00 $1,800.00 A2032 1 LS Point Repair 161 LF 6" PVC Sewer Pipe 5000.00 $5,000.00 A2033 1 LS Point Repair 10 IF 6" PVC Sewer Pipe 1650.00 $1,650.00 A2034 1 LS Remove and Replace Manhole 1500.00 $1,500.00 A2035 I LS Raise Manhole to Grade 500.00 $500.00 A2042 1 LS Point Repair replace one pier and underpin a second pier 4500.00 $4,500.00 A2044 1 LS Raise manhole to Grade, Asphalt Highway Repair 500.00 $500.00 A2A1 40 LF Additional pipe installed varying in diameter 150.00 $6,000.00 from 4" to 8" complete in place. paved A2A2 60 LF Additional pipe installed varying in diameter from 4" to 8" 200.00 $12,000.00 complete in olace. un-caved A2A3 20 LF Additional pipe installed varying in diameter from 10" to 16' 150.00 $3,000.00 complete In Diace. paved A2A4 20 LF Additional pipe installed varying in diameter from 10" to 16" 300.00 $6,000.00 complete In olace. un-paved A2A5 1 LS Trench Safety,Schedule A Point Repairs 85000.00 $85000.00 TOTAL, SCHEDULE A. POINT REPAIRS $178,250.00 GENERAL ITEMS A3A 1 LS Surface Video Documentation Per Section D1-3 5000.00 $5,000.00 A4A 10 EA Exploratory Excavations per Section Di -1 and D2-9 1500.00 $15,000.00 ASA 1 EA Abandon Manholes per Section D2-13 500.00 $500.00 A6A 57 EA Trench Compaction Tests for Each Job No. 350.00 $19,950.00 Der Section D2-10 A7A 1 LS Trench Safely for Schedule A General Items 15000.00 $15,000.00 TOTAL, SCHEDULE A, GENERAL ITEMS $55,450.00 ••• •• . rr• r• rr• .. III •• •'••• •'I III •• ••r• rr rrr •• rrr rr rrr •• rrr II III r• X111 Ir rrr •• rrr rl ••• It •••• •• • ••• II ••• rr ..• •u• r• rrr I• ••• •• .r'' rr • •J r •r •111 11 .• rrr r• rrr rr rr• r• •••• •• . • •ii •• rrr rr rrr II rrr rr III rr rrr •r rrr II rrr Ir r•• II ••r• •r •. I III •r r.•.r •.• ••• •0 •ir •• I'll II rrr •,• rnn rn 1• •r rrr •r •••• •• •. I rrr r• •••• •• . • ••• 11 •••• •• •. • r0• r• ••• •• . ••• IJ • •• rrr Ii •'•J •• III II Ir:, • • : . :• ••oll TOTAL SCHEDULE A BID $934,586.00 $1,446,826.00 M a r r N x. .. .. ` . • .r • n. • 1 r ry • 1 a R• i ` 1j r • x' - i 1 1 s r $ ` • 1 • 1 1 • + l •. ... ♦en 1 i 1 µ a ...-' ♦. 4.. - .. • • w . ..• i "c. ,1 .- "r • r i w f • w � 1 T 1 1 i � a I• I Y ♦. " a. • 1. , 1 Il . - ♦ k u • ...Y .nii '" Y r. c Lr ;., . r SANITARY SEWER IMPROVEMENTS WHITE RIVER WATERSHED MINI SYSTEMS 7,13A, 136,14, AND 15 CONTRACT III BID TABULATION SCHEDULE B BUILDING & UTILITY T -G EXCAVATING BID OPENING: JULY 14, 1998 CONSTRUCTION, INC. INC. I ITEM ZUANIUNIT I I UNIT I TOTAL I I UNIT ITOTAL B1A1 490 LF 8" PVC Sewer Pipe 0'-6' Deep B1A2 428 LF 8" PVC Sewer Pipe 6'-10' Deep 81A3 185 LF 8" PVC Sewer Pipe 10'-14' Deep 8181 10 LF 10" PVC Sewer Pipe 0'-6' Deep 8182 88 LF 10" PVC Sewer Pipe 6'-10' Deep Bid 145 LF 12' PVC Sewer Pipe 0'-6' Deep B1 C2 60 LF 12' PVC Sewer Pipe 6'-10' Deep BI D1 151 LF 8" D.I. Sewer Pipe 0'-6Deep 51 El 3 EA Shallow Manhole 81 F1 3 EA 48" Standard Manhole, 0'-6 Deep 81 F2 2 EA 48" Drop Manhole 0'-6' Deep 1 F2.1 12 VF 48" Drop Manhole, Extra Depth over 6' B1 G1 2 EA 6" Service Connection B1 G2 15 LF 6" PVC Service Line B1 G3 1 EA Service Cleanout 81 H1 80 LF Sidewalk Repair B111 70 LF Curb & Gutter Repair 131,11 822 LF Asphalt Street Repair B1 K1 3 CY Concrete Easement BiLl 40 LF Gravel Driveway Repair B1 M1 15 CY Rock Excavation B1N1 4 EA Clay or Concrete Dams 8101 1062 LF Trench Safety, Sewer Replacements B1 P1 10 CY Trench Foundation Material TOTAL, SCHEDULE B, CONSTRUCTION OF SANITARY SEW POINT REPAIRS B2036 1 LS Point Repair 15 LF 12' PVC Sewer Pipe, Clay Dam 82037 1 LS Point Repair 10 LF 12' PVC Sewer Pipe 82038 1 LS Point Repair 15 LF 12' PVC Sewer Pipe 82039 1 LS Point Repair 5 LF 17' PVC Sewer Pipe, Clay Dam 82040 1 LS Point Repair 10 LF 8" PVC Sewer Pipe, Clay Dam 82041 1 LS Point Repair 10 LF 4" (or 6") PVC Sewer Pipe 82043 1 LF Point Repair 7 LF of 8" PVC Sewer Pipe, Line Manhole (18A) 40 B2A1 10 LF Additional pipe installed varying in diameter from 4" to 8" complete in place, paved B2A2 15 LF Additional pipe installed varying in diameter from 4" to 8" complete in place, unpaved B2A3 10 LF Additional pipe installed varying in diameter from 10" to 12' complete in place, paved 82A4 10 LF Additional pipe installed varying in diameter from 10" to 17' complete in place, unpaved 82A5 1 LS Trench Safety, Schedule B Point Repairs TOTAL, SCHEDULE B,POINT REPAIRS GENERAL ITEMS 83A 1 LS Surface Video Documentation Per Section D1-3 B4A 3 EA Exploratory Excavations per Section D1-1 and D2-9 85A I EA Abandon Manholes per Section D2-13 86A 14 EA Trench Compaction Tests for Each Job No. Per Section D2-10 87A 1 LS Trench Safety for Schedule B General Items TOTAL, SCHEDULE B, GENERAL ITEMS 25.00 $12,250.00 35.00 $14,980.00 50.00 $9,250.00 30.00 $300.00 40.00 $3,520.00 40.00 $5,800.00 50.00 $3,000.00 30.00 $4,530.00 1,200.00 $3,600.00 1,005.00 $3,015.00 2,000.00 $4,000.00 250.00 $3,000.00 200.00 $400.00 25.00 $375.00 250.00 $250.00 30.00 $2,400.00 25.00 $1,750.00 40.00 $32,880.00 150.00 $450.00 15.00 $600.00 100.00 $1,500.00 250.00 $1,000.00 2.00 $2,124.00 15.00 $150.00 S $111,124.00 2000.00 $2,000.00 2000.00 $2,000.00 2000.00 $2,000.00 1700.00 $1,700.00 2000.00 $2,000.00 1000.00 $1,000.00 8000.00 $8,000.00 250.00 $2,500.00 200.00 $3,000.00 250.00 $2,500.00 300.00 $3,000.00 18000.00 $18,000.00 $47,700.00 8000.00 $8,000.00 2000.00 $6,000.00 500.00 $500.00 350.00 $4,900.00 15000.00 $15000.00 $34,400.00 65.00 $31,850.00 70.00 $29,960.00 80.00 $14,800.00 100.00 $1,000.00 110.00 $9,680.00 105.00 $15,225.00 115.00 $6,900.00 110.00 $16,610.00 3000.00 $9,000.00 2500.00 $7,500.00 200.00 $400.00 3000.00 $36,000.00 400.00 $800.00 30.00 $450.00 500.00 $500.00 20.00 $1,600.00 25.00 $1,750.00 25.00 $20,550.00 200.00 $600.00 20.00 $800.00 60.00 $900.00 200.00 $800.00 1.00 $1,062.00 35.00 $350.00 $209,087.00 4000.00 $4,000.00 4000.00 $4,000.00 5000.00 $5,000.00 5000.00 $5,000.00 5000.00 $5,000.00 5000.00 $5,000.00 9678.00 $9,678.00 120.00 $1,200.00 80.00 $1,200.00 150.00 $1,500.00 100.00 $1,000.00 1000.00 $1000.00 $43,578.00 2000.00 $2,000.00 2000.00 $6,000.00 2000.00 $2,000.00 80.00 $1,120.00 500.00 $500.00 $11,620.00 TOTAL, SCHEDULE B BID $193,224.00 ' $264,285.00 ADJUSTED TOTAL 08/26/98 16:41 FAX 16306824754 R.IN GROUP INC BID TAB RECAPULATION Bu1LDING 6, UILITY CONSTRUCTION OF SEWERS 5700,.885.00 POINT REPAIR $178,250.00 GENERAL ITEMS $95,0.51100 SCHEDULEAAMOUNT BID $W4,58$.00 CONSTRUCTION OF SEWERS $111,120.00 POINT REPAIR $47,700.00 GENERAL IIEAMS XN,4OBA0 SCHEDULE B AMOUNT BID $183,724.00 OTAL SCHEDULE A AMOUNT BID $934,565.00 OTAL SCHEDULES AMOUNT BID $103,72100 OTAL CONTRACT AMOUNT (ABB) $1,127,808.00 prtr TO EXCAVATM $1,153,166.00 5781.600.00 $32,060.00 $4,446.626.00 MS $1,448,826.00 $784 uS 0 $1,711,111.93 STAFF REVIEW FORM AGENDA REQUEST XXX CONTRACT REVIEW GRANT REVIEW ,2c, 1Z118 CHi/L, 8N!kD/NttC ut,LI7itt 5/•) 31z3/ct For the City Council meeting o£ N/A- Mayor's Approval M T C R fl i Ti ED FROM: David Jur engs Water/Sewer Public Works Name Division Department ACTION REQUIRED: Mayor approve the attached change orders 1 and 2 to sewer rehabilitation construction contract with Building Utilities, Inc., for a net increase of $2,479.27, to be taken from the previously approved contract contingency of $56,390. Change order 1 has no change to cost but allows a different construction method for one line. Change order 2 reconciles final quantities. The balance of the contingency should be put back into the project account. COST TO CITY: $ 2,479.27 $ 56,390.00 Sewer Rehabilitation Cost of this request Project/Contract 9ndgd Contingency Project Name 4470-9470-5815.00 $ 0 Sewer Mains Const Account Number Contingency Funds used to date Program Name 96012-8320 $ 56,390.00 Water and Sewer Project Number Remaining Balance (contingency) Fund BUDGET REVIEW: XXX Budgeted Item _ Budget Adjustment Attached CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY: late -i 3-x-00 Pu�hasing Officer Date ADA Coordinator Internal Auditor RECOMMENDATION: Approve change orders as stated above. 3 -fl -co Date Date Date Cross Reference: Contract # 692 New Item: Yes No Director Date Previous Ord/Res #: 125-98 Orig Contract Date: Sept 15, 1999 M215-802.WPD Meeting Date: N/A- Mayor's Signature STAFF REVIEW FORM Page 2 Description: Change Orders 1 and 2, sewer rehabilitation, Building & Utility Contractors, Inc. Comments: Budget Coordinator: Accounting Manager: City Attorney: Purchasing Officer: ADA Coordinator: Internal Auditor: Reference Comments: MS15-802. WED FAYETTEVILLE THE CITY OF FAYErIEVILLE, ARKANSAS WATER AND SEWER MAINTENANCE DIVISION DEPARTMENTAL CORRESPONDENCE To: Mayor Fred Hanna Thru: Charlie Venable, Public Works Director Thru: Don Bunn, Assistant Public 7�ks From: David Jurgens, Water/Sewer Date: March 21, 2000 Re: Sewer Rehabilitation ConstrtIdtion Contract Change Orders, Building & Utility Contractors 1. General. Attached are two change orders for the minisystem 15 sewer rehabilitation construction project performed by Building & Utility Contractors, Inc. 2. Summary of changes. Change order 1 is a no -cost change order which allowed pipe bursting as an alternative construction method to dig -and -replace construction, which was specified in the contract. Change order 2 is a reconciliation change order with a contract increase of $2,479.27, which reflects all final quantities and variations to the contract. All work has now been completed and waivers of lien received. 3. Budgeting. This contract was approved with a $56,390 contingency, of which none has been used to date. The $2,479.27 will come from this contingency. As these change orders complete the project, the $53,910.73 contingency balance should be returned to the sewer rehabilitation project, number 96012. 4. Staff Recommendation. The Staff recommends that the Mayor approve the two attached change orders. Enclosures: Contract Review Request Change Order Number 1 Change Order Number 2 Resolution # 125-98 approving original contract MS15-801.WPD 03/21/2000 14:53 5015758241 FAYETTE PLRCHASING PAGE 01/01 RESOLUTION NO. 125-98 A RESOLUTION ACCEPTING THE RECOMMENDATION OF RJN GROUP, INC. TO AWARD A CONSTRUCTION CONTRACT IN THE AMOUNT OF $1,127,809 TO BUILDING AND UTILITY CONTRACTORS, INC., FOR REPLACING AND REHABILITATION OF SEWER LINES IN THE SOUTHERN PORTION OF THE CITY; APPROVAL OF A CONTINGENCY AMOUNT OF $56,390. BE IT RESOLVED BY THE CITY COUNCIL OF THE CTI"Y OF PAYETTEVIL.LE, ARKANSAS: Section 1. That the City Council hereby awards a construction contract in the amount of $1,127,809 to Building and Utility Contractors, Inc., for replacing and rehabilitation of sewer lines in the southern portion of the city; approves a contingency amount of $56,390; and authorizes the Mayor and City Clerk to execute said contract. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof ' .J.' ' 1 1 yl Hlt1y ��: • Fred Hanna, Mayor Heather Woodruff', City FEB-19-99 F R I 15 :55 R J N KANSAS /)21Q P.02 CHANGE ORDER OWNER: CITY OF FAYETTEVILLE, ARKANSAS PROJECT NAME: SANITARY SEWER MAIN REHABILITATION, WHITE RIVER WATERSHED; CONTRACT Ill, MINISYSTEMS 7, 13A, 138, 14 &15 LOCATION: pAy'ETTEVILLE, ARKANSAS CONTRACTOR: BUILDING AND UTILITY CONTRACTORS, INC. The following changes are made to the Contract Documents: Sheet I of 2 Change Order No. 1 Project No. 18-1355 Date: February 11, 1999 A) On Job 3027 Contractor is allowed to use pipe bursting in lieu of open cut to replace the 485 feet of open cut 8" PVC with 485 feet of SDR 17 polyethylene pipe with a nominal 10" diameter, all according to the specifications for pipe bursting attached hereto and made a part hereof. B) Contractor shall use an experienced Subcontractor for said purpose, The Subcontractor and the subcontract with the Subcontractor shall be approved by the engineer and owner and shall not be changed in any respect without the written approval of the engineer and owner. All directions of the Engineer, back charges, credits relating to this subcontractor's work shall be transmitted from the Contractor to the Subcontractor without change. 1. Any additional work to be performed under this Change Order shall be carved out in compliance with the Specifications included in the preceding Description of Changes involved, with the Contract Drawings so far as the same designate the location, grade and connections to manholes of the sewer pipe 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. ' r g '.� ...:?:. �i. i.Al as r.� 1 • �, •• .�.. v Y ♦l. i,y Cl. �,. r[t 3>J.:L: '•SFS �aJ: I i! .. 1 .J!'..+a Gh•, rc� y.'f+i' <t -'.:c r n • )i' �.. n.I �. l V'v >? ��f Y.' � q I i .. fhF 1 F1• t'. i }fi a w.n }•• L i 1 ) •� ) ice`. 0.L;!: . .cq •t•2 .1 T L w: F. .•. 1. 1`".L..:'.1 .!a�Ft 4 i r . r i[ t :.,^ . 14 '1 t i a.if..f l rv�if)•i[�a ≥•• . " a 1 qi.. ' • `•. ' 1= 1 �r( r Yrai 1 •I IIYI i y 5 t•. }• • t� r S iS�M1i • n LI` ' �r .. f'. 4..L, i' .ryV "•y i. it > '.: �_. { :rt v, ✓ i. ,, ♦- r.! �4i}F, :f. . s1 .f e: •..:''v c'.h ,. ,.. - •.. V) !ir .. i. � I G s ti . f .KZ f._ • • SA ✓-. fq A�� ¶4J f•[[ �• Y9 ,l.. '�' ..tit ur ' j.i Rt. :. o A to �• Ri • 'a a \r •a L•' 1 '`" 3JA (t :..,an rn\ {� '- t ,. I ?'l F'Y I.:(„i1: if /.. ar.. y L S. k; t '.≥.. ti ^nvi: `.. '. .' Vi 1 L. ' :. r ..L J •\ e '.v ..•. .S Y a '1 /n # r i i ry. e • i d1d L Y ! [ r \: L Ir. {'!'i -:-t..?,; WJi. z. {. f:nl. •'• Y ♦ .y.t At i-. s C r - r 1 ! 1i • Y. n a v .[.. k ♦ r1 - � � •Ai 3 O:'it'-. fca r ' • "• � 1 «.''•fi•r t.�- }t{Y •,•-L�� � f, ry .1.. '' y {'1 I!\1.1•r�Y \iV lam• .�':i \ �` !. r- !D f.\[� li.•V. :. r.rt •4• n. • .i ,' _ Z ✓ O '. L' 1 {1 Yt 1,. !'..Ir .>y '.• Z �• {p,!' J , r 1J-. ,. s.) t..:'.�I' 3 r : •'s•'i!'I ''r a'!3'r t'y: °�0 •t:Y `ta. ' t' .. Sl.. .�.,..>s. r w- • r ' ' .7^� F E S- 1 9- 9 9 F R I 15 : S S R J N KANSAS P_03 3. Contractor agrees that there will be no additional extensions of contract time and no additional increase in Contract Price granted for this Change Order. 4. This contractor expressly agrees that he will place under coverage of his Performance Labor and Material Bond, and Maintenance Bonds and Contractor's Insurance ad 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 exceed the Original Contract Price by 20%. There shall be no adjustments in contract time for this Change Order. IV ADJUSTMENTS IN AMP[ JNT DF CONTRACT There shall be no adjustments in the cunt f the for this Change Order, RECOMMENDED FOR ACCEPTANCE: S 6463 t�e 31/ 7— 99 (For RJN Group, Inc.) U Date ACCEPTED: CONTRACTOR: By r 1/742/97 Signature of Authorized Representative Date OWNER: City of Fayetteville, Arkan BY 3� d Si stun of Authorized Representative Date .II: 4. .. . l n L. . xfy i i Jr iY4.'.l�r • pa •.i i.' fi '.�iL %'. a 3? •.'t9•f _.. .• vl ni . i"�' i c • " J;? p l.• .n,.! .n 1•f .n. a � I YY 4 a ns }s"� : .• 3 y iCi 3 i , i r f! A ♦Y -.F fl,•aJh t 'v�-Jr ^ 4 i - • .n -v " s 'I .e : ee r yl { Y Tn y-'rd�.':. kf sP., r T,...A••� r:v i '.. . :a 1(r ;b ice•- 1 ''fr; ;"� • - rpq - av �'a{fI }(�.. 4f'.r'# :J b».S:�. a. 'L Ib'., a.. qG;'• ( I :J , rr . .t? ^ Yom.` J I. v. ..i i... �.Y "�,. _..., mom.. +•. .-Y.♦., .. . .a+:.:'5.f. :tiy♦d d•: idl fii a. 3!,••;, .. .SIl'e...�'.yl f: 1'.)w: d.(: �VbI1 ' .iHir:a']y . ,. J 4'ir'i•%:•. �'{-: d�1 . U. :.t3 �. f�.�VY ♦rl•'r...... CHANGE ORDER OWNER: City of Fayetteville, AR PROJECT NAME: SANITARY SEWER MAIN REHABILITATION; WHITE RIVER WATERSHED AND ILLINOIS RIVER WATERSHED; CONTRACT III. LOCATION: Fayetteville, Arkansas 3cr, Chcoh 1 of 1 Change Order 2. Project NO. 18-1355-0 CONTRACTOR: Building & Utility Contractors, Inc. Date: August 18, 1999 L. DESCRIPTION OF CHANGES INVOLVED: _ The following changes are hereby made to the Contract Documents: A) Schedule A: Change the Contract Amount from $934,585.00 to a total for Schedule A of $893,710.03. B) ;Schedule B: Change the Contract Amount from $193,224.00 to a total for Schedule B of $•236,578.24. C) Total Contract Amount: Change the Total Contract Amount from $1,127,809.00 to a total Contract Amount of $1,130,288.27. 1I CHANGE ORDER CONDITIONS: 1.'Change Order is solely for the purpose of conforming the value of the work done to the sum due the Contractor and does not alter any other provision of the Contract between the parties and does not relieve the Contractor form strict compliance with the guarantee provisions of the Of inal Contract. RECOMMENDED FOR ACCEPTANCE: (For RJN Group, Inc.) Date ACCEPTED: CONTRACTOR•Q�� ilding frUti1tY Contr ctors, nc. � e �nS-99 By� r4 1to of Anti orized R presentative Date OWNER: City of Fayettevi e, Ar nsas 3/1,/0 By Date Sign re of Authorized Representative t ♦ t ♦ f• R F � a • r 1 ♦ i t • r .aka. �v R..n _ z�.. C • s 'w•>•1 y♦i J..♦t0. a t 1 • 3 1. ,. 7 m n rr 0 rt It r - C N m N rt R m 10 n 0 m a 0 w R m 0 z a H z 0 b v M z -3 0 DI R m oQ " 11 L J la r O N a -' 7 0 rt "- 0't` CT CD '10. 7 ra N r -d w w t•1 7 7 rr r- d mna R a m R R 7r•m n L m w rt 7 r d w rtrtnw a 7 7 0 0 w 7 rt R ID rt rt n N J r rl C H CD d m 7 it CO 7R0 rtw D' m m n 0 7< n n x n a m rmr ul d N 0 < o • w o o n n d rt n It H• rt a' 7 n r -N arm rt r•d a w rt r it I-. N m 0 r• R 3 7 7 w m ro N O R 7 m r m R 'S 1Oa P• f3D 0 0 m7rt ?aRCo m ro o w 0 oft 7' M n 7• r•'O N n rN m R m m N IV m 5 'O'U0 0 a 0mnn rt 7no 31D arC m' r O r a a 7 art O r w 7 n d 7 p na7aR 7 r a 3 7 N tnrr w a RN tr itrt 'Y R mm C r n rt n3wr.0 rtaaw r R 0 r rt O m C N 7 7 7RN n a 1- a O<avm 7 m C'0 N it m r rt n tr ''- w m 7 m 0 0 m r- a "' rt7 a Ca 0 m w a cn -+' 0 n 3 0 O 0 CD n n R L 7 n rrmmmm N a n a R n'° w r 00 7 7 d 7 a 7 rt w wan 7 C d a• I.-. 0 I- rt _ CJa. 7 flit o n '-' d R o '- 7 rt C I -.-0n N n a a m a O n (Ill It, r w � It <0'- 1D n C m 3 R I m d 7 if", (DCt 'on w r•° rw �' •N r r' w w C aN Ym0 X 1.-.O G I;' 7 o n a aR n w w o ti7 0 ,.a n m 7 a 0; m lQ oC w m rN '0 L 3 O r•m R r R g r O 3 N v mro r3 ra hl n 0 d a n r•'O m 7 r rt 7 R m N rt x m ran m t, N O C a n 7 r• 3 a awCD 7Ni 0 'a p- r R O 7 n ra m a 0 N rtPI0. D' • r. N U 0 It It w n It lu U V LL J . ..- �—r. -. .D 7- .Or rm a 0 o Dl Sam µ rt •t w 0 a r- in It •' 7 rt 40 a •-3rm7•i •i 70 ^iN to R 07't 17D O r-X300mOO• 7 rnN73 It,000 Rrt RRm Rm Y w wcmcaawwm rn f0 It (D a N R 7 rt m y n N v a a m m -w n r o rtn r•rt R n a 3 w a 3 m 0 n 7 ' 0 O m O C O n O n 1A m m rw C a N m C 7 b C 1D rr rt '. IT n o N rt0 rt Ran rt< aw w 0 7 n m a R m n r 0 C w t n m 7 a it CD D J7 1D lO rn m N R n 0= mrm<N w7 ram jtn0 tnm N r 'O m 0 7 Y • r' R O n m a rt ra a 7 Or arcm 70NaIDRa • 3NR• •• mr r•m 7-lO m w r w r• 0 7 7 m m 7 It'< r • 'O O L l0 .O m 7 m L 7 '0 ^ • 7 wa r•Jn On 0a 1D . 'i O 'A % 7 .., m m ti'O a 0 O O CT n. CDCD r.aR7 r an m •• n 0 Nart C m r r• Hm <amnu�1D a mNR pi rtrwm'y+ . N w m n 0 7 m a to aC 7 arrH P1 m r m 3 N n to a 7 R . .0. r. Ra Rm rnt ID 7 7 n H I-.. R 'O N 0 0 Dl '< • -I---' ID • n Rrf) O • m n N R •V) m a 7 R 0 uO to w w t at a rtrt m r ID D rt m-0 r �t R rt rt Vii 7 N ra N C rtlm 7 Ntint n . o rtnOrrt ID C) co 0 0r• nO c„^n rt7' 7 . 0'r 0C a rat a m 7 raa�nn °R 0 aN m °1 r• . t1. L rt r N N N NN(ANN m w 1-'7 r.m 1D r0, cin r :0 -300' C w R w II( O R7 RN NA 7 o° lv! ° p �R 0 n c a Cn0It C) IsU �14rt rr c o �. w N m \ W • 1"r d (t& m lb 0 N Rj a piLL S v l n n a H H P1 O a ro 0 z 0 0 H If) O r C 2 0 >a r. P1 0 ti, 'V rn to m z ~3 3 C1 L o ri r j O M N -4 H 0 z C) 0 ;z 0 n Co pza '3 7J H Y 0 n C n HO —-3 w ,0 n 3 M C) 0 at0-3 `y z COC J H ' (n 0 x Or' SC z Oz -33 0 co O vHY M O Z OO O n •�3 Oro M 3 M r n M 3 0 n 00 0 Z `3 n m -3 0r N (n H 0 Z c y .. v C44 0 v 7J M CO CO '-3 0 IN n 0 I- I-, n A H rt z o n N • C CO H n • M 1 p7 cn n ti z 0 Z M z r'1 ro 0 4 -3 O 0 • z0 IM 0 E ci Construction Cost Estimate Project: Sanitary Sewer Rehabilitation Fayetteville, Arkansas Estimate No.Eightt8 Date July 25, 1999 Contract Item Description Quantity A1A1 8"PVC0-6 31801f A1A2 8" PVC 6 -10 1584 If A1A3 8"PVC10-14 35 If A1B1 18" PVC 6 - 10 569 if Al B2 16" PVC 10 - 14 130 A183 18" PVC 14 - 18 80 tf Al B4 18" PVC 18 - 22 95 If Al B5 18" PVC 22 - 26 180 If A1C1 6"010-6 201f Al C2 6"DI6-10 16tf A1D1 8"DI0-6 49711 AIE1 48"MHO-6 43 ea A1E1.148" MH Extra Depth 61 of A1E1.2 Tie to existing manhole AlE2 48"DropMH0-6 3ea AlE2.1 Drop MH Extra depth 14 of Al F1 4" serviceconnection 69 ea Al F2 6" service connection 8 ea AlF3 4" PVC Service 400 If AlF4 6" PVC Service 5511 Al F5 Service cleanout 5 ea Al G1 Sidewalk Repair 26011 Al H1 Curb & Gutter 250 tf A111 Concrete Driveway 60 If A1J1 Asphalt Street 228011 Al K1 Concrete Street 25011 AIL1 Asphalt Hwy Repair 60 If A1M1 Concrete Encasement 7 cy AiN1 Gravel Driveway 80 tf Al N2 Red Cherty Clay 960 cy Al O1 Rock Excavation 580 cy Al P1 Clay or Concrete Dams 20 ea A1Q1 Concrete Piers 0 - 6 4 ea Al Q2 Concrete Piers6 - 15 4 ea A1R1 1 Trench Safety 6386 If Trench Foundation A1S1 Material 30 cy A1T1 Remove MH lea A1Ul Abandon MH 3 ea A1V1 Short Bores 3 ea AIW1 RipRap 450 tons Schedule A Quantity Amount complete complete this Total quantity Total amount Unit amount this period period to date to date $ 25.00 $ - 3222 $ 80,550.00 $ 40.00 $ - 1569 $ 62,760.00 $ 60.00 $ - 27 $ 1,620.00 $ 50.00 $ - 778 $ 38,900.00 $ 80.00 $ - 115 $ 9,200.00 $ 150.00 $ - 85 $ 12,750.00 $ 180.00 $ - 65 $ 11,700.00 $ 250.00 $ - 197 $ 49,250.00 $ 20.00 $ - $ - $ 30.00 $ - 56 $ 1,680.00 $ 30.00 $ - 477 $ 14,310.00 $1,500.00 $ - 38 $ 57,000.00 $ 200.00 $ - 50.34 $ 10,068.00 $300.00 $ - 6 $ 1,800.00 $ 2,200.00 $ - 4 $ 8,800.00 $ 250.00 $ - 16.02 $ 4,005.00 $ 150.00 $ - 64 $ 9,600.00 $ 200.00 $ - 1 $ 200.00 $ 15.00 $ - 156 $ 2,340.00 $ 25.00 $ - 92 $ 2,300.00 $ 250.00 $ - 3 $ 750.00 $ 25.00 $ - 145 $ 3,625.00 $ 25.00 $ - 15 $ 375.00 $ 100.00 $ - 23.5 $ 2,350.00 $ 45.00 $ - 2177.31 $ 97,978.95 $ 50.00 $ - 264 $ 14,200.00 $ 100.00 $ - 103 $ 10,300.00 $ 150.00 $ - 21.5 $ 3,225.00 $ 15.00 $ - 90 $ 1,350.00 $ 30.00 $ - 1230 $ 36,900.00 $ 65.00 $ - 598 $ 38,870.00 $ 250.00 $ - 22 $ 5,500.00 $ 500.00 $ - 2 $ 1,000.00 $ 2,500.00 $ - 6 $ 15,000.00 $ 10.00 $ - 5348 $ 53,480.00 $ 15.00 $ - 10 $ 150.00 $ 500.00 $ - 2 $ 1,000.00 $ 500.00 $ - 2 $ 1,000.00 $ 2,000.00 $ - $ - $ 50.00 $ - 450 $ 22,500.00 $ $ $ - $ $ - $ $ $ Subtotal $ - $688,386.95 Schedule A Point Repairs Pay Request No. 8 em Description X2001 Point Repair X2002 Point Repair X2003 Point Repair X2004 Point Repair X2005 Point Repair X2O06 Point Repair 12007 Point Repair 12008 Point Repair 12009 Point Repair 12010 Point Repair 12011 Point Repair 12012 Point Repair \2013 Point Repair \2014 Point Repair k2015 Point Repair k2016 Point Repair \2017 Point Repair \2018 Point Repair \2019 Point Repair \2020 Point Repair \2021 Point Repair \2022 Point Repair 42023 Point Repair 42024 Point Repair 42025 Point Repair 42026 Point Repair 42027 Point Repair A2O28 Point Repair A2O29 Point Repair .2O3O Point Repair A2O31 Point Repair A2O32 Point Repair A2O33 Point Repair A2O34 Point Repair A2O35 Point Repair A2O42 Point Repair A2O44 Point Repair A2A1 Add'l pipe A2A2 Add'I pipe A2A3 Add'I pipe A2A4 Add'I pipe A2A5 Trench Safety Point Repair 3019 A2O32. Add'I pipe 1 Extra di Unit Amount $ 1,500.00 $ 1,750.00 $ 1,800.00 $ 1,800.00 $ 1,200.00 $ 1,650.00 $ 1,700.00 $ 1,400.00 $ 1,800.00 $ 1,800.00 $ 1,600.00 $ 1,400.00 $ 1,500.00 $ 2,500.00 $ 1,600.00 $ 1,700.00 $ 1,600.00 $ 1,650.00 $ 1,650.00 $ 1,500.00 $ 1,750.00 $ 1,600.00 $ 1,600.00 $ 1,600.00 $ 1,600.00 $ 2,500.00 $ 1,800.00 $ 1,800.00 $ 1,800.00 $ 1,650.00 $ 1,800.00 $ 5,000.00 $ 1,650.00 $ 1,500.00 $ 500.00 $ 4,500.00 $ 500.00 $ 150.00 $ 200.00 $ 150.00 $ 300.00 $ 85,000.00 Schedule A Point Repairs ty to Total amount to date 100% $ 1,500.00 100% $ 1,750.00 100% $ 1,800.00 100% $ 1,800.00 100% $ 1,200.00 100% $ 1,650.00 100% $ 1,700.00 100% $ 1,400.00 100% $ 1,800.00 100% $ 1,800.00 100% $ 1,600.00 100% $ 1,400.00 100% $ 1,500.00 100% $ 2,500.00 100% $ 1,600.00 100% $ 1,700.00 100% $ 1,600.00 100% $ 1,650.00 100% $ 1,650.00 100% $ 1,750.00 100% $ 1,600.00 100% $ 1,600.00 100% $ 1,600.00 100% $ 1,600.00 100% $ 2,500.00 100% $ 1,800.00 100% $ 1,800.00 100% $ 1,800.00 100% $ 1,650.00 100% $ 1,800.00 100% $ 5,000.010 100% $ 1,500.00 100% $ 5OO.0C 100% $ 4,500.00 100% $ 5OO.00 22 $ 3,300.00 45 $ 9,OOO.0C 23 $ 6,900.0( 100% $ 85,000.0( Schedule A General Items Pay Request No. 8 Page 3 Quantity Total Contract complete Total amount Quantity to Total amount Item Description Quantity Unit Amount this period this period date to date A3A Surface Video 100% $ 5,000.00 $ - 100% $ 5,000.00 Exploratory A4A Excavation 10 ea $ 1,500.00 $ - 11 $ 16,500.00 ASA Abandon MH 1 ea $ 500.00 $ - 1 $ 500.00 Trench Compaction A6A Tests 57 ea $ 350.00 A7A Trench Safety 100% $15,000.00 Schedule A General Items Subtotal $ - 8 $ 2,800.00 $ - 100% $ 15,000.00 $ - $ 39,800.00 Schedule A Construction Subtotal $688,386.95 Schedule A Point Repairs Subtotal $170,160.00 Schedule A General Items Subtotal $ 39,800.00 Total work performed for Schedule A flfl ��� 7ozsoo �� � � 893, . 03 t. 1(4 lb 4412_194r 1 25 99 Pay Request No. A{►i1 t 194r White River Water Shed Fayetteville, Arkansas EXTRAS TO CONTRACT THAT DO NOT HAVE A PAY ITEM LISTED: r J 203Y m __nhi JjAcI �b 3oO( /, D00."2) JD SO Pay Request No. Seven/7 April 5, 1999 White River Water Shed Fayetteville, Arkansas 302.3 - 8 s0r ' up Schedule B Construction Pay Request No. 8 Item Description Quantity B1A1 8" PVC 0 - 6 490 If B1A2 8" PVC 6 - 10 428 If B1A3 8"PVC10-14 185 If 8181 10"PVC0-6 101f B1 B2 10"PVC 6 - 10 8811 BIC1 12"PVC0-6 14511 B1C2 12" PVC 6 - 10 60 If B1D1 8"DI0-6 151 If B1 E1 Shallow Manhole 3 ea B1F1 48"MH0-6 Sea BIF2 48" Drop MH 2 ea B1F2.1 48" Drop MH 12 of 6" Service B1G1 Connection 2 ea B1G2 6" Service line 15 If 81 G3 Service cleanout 1 ea B1 H1 Sidewalk repair 80 If 6111 Curb & Gutter 70 If B1J1 Asphalt Street 822 If Concrete Bl K1 Encasement 3 cy 81 L1 Gravel Driveway 40 If B1M1 Rock Excavation 15 cy Clay or Concrete BINI Dams 4ea B1 O1 Trench Safety 1062 If Trench Foundation B1P1 Material 10 cy A1V1 Short Bore Quantity Total Complete Amount this quantity to Total amount Unit Amount this period period date to date $ 25.00 $ - .480 $ 12,000.00 $ 35.00 $ - 196 $ 6,860.00 $ 50.00 $ - $ - $ 30.00 $ - 153 $ 4,590.00 $ 40.00 $ - $ - $ 40.00 $ - 164 $ 6,560.00 $ 50.00 $ - 40 $ 2,000.00 $ 30.00 $ - 151 $ 4,530.00 $ 1,200.00 $ - 4 $ 4,800.00 $ 1,005.00 $ - 4 $ 4,020.00 $ 2,000.00 $ - 3 $ 6,000.00 $ 250.00 $ - 17.44 $ 4,360.00 $ 200.00 $ - 1 $ 200.00 $ 25.00 $ - $ - $ 250.00 $ - $ - $ 30.00 $ - 53 $ 1,590.00 $ 25.00 $ - 62 $ 1,550.00 $ 100.00 $ - 480 $ 48,000.00 $ 150.00 $ - 2 $ 300.00 $ 15.00 $ - 34 $ 510.00 $ 100.00 $ - $ - $ 250.00 $ - 4 $ 1,000.00 $ 2.00 $ - 618 $ 1,236.00 $ 15.00 $ - 49 $ 735.00 $2,000.00 $ - 2 $ 4,000.00 Subtotal $ - $114,841.00 Schedule B Construction Schedule B Construction Pay Request No. 8 Page 5 Item B2036 B2037 B2038 82039 82040 62041 82043 B2A1 B2A2 B2A3 B2A4 82A5 Contract Description Quantity Unit amount Point Repair 100% $ 2,000.00 Point Repair 100% $ 2,000.00 Point Repair 100% $ 2,000.00 Point Repair 100% $ 1,700.00 Point Repair 100% $ 2,000.00 Point Repair 100% $ 1,000.00 Point Repair 100% $ 8,000.00 Add'i Pipe 10 If $ 250.00 Add'I Pipe 15 If $ 200.00 Add'I Pipe 10 If $ 250.00 Add'I Pipe 10 If $ 300.00 Trench Safety 100% $ 18,000.00 Schedule B Point Repairs Quantity complete this Amount this period period Subtotal $ 83A Surface Video 100% $ 8,000.00 $ - Exploratory B4A Excavations 3 ea $ 2,000.00 $ - B5A Abandon MH 1 ea $ 500.00 $ - Trench Compaction 66A Tests 14 ea $ 350.00 $ - B7A Trench Safety $ 15,000.00 Schedule B General Items Schedule B Construction Schedule B Point Repairs Schedule B General Items Total Work Performed for Schedule B Total quantity Total amount completed complete 100% $ 2,000.00 100% $ 2,000.00 100% $ 2,000.00 100% $ 1,700.00 100% $ 2,000.00 100% $ 1,000.00 100% $ 8,000.00 100% $ 18,000.00 Subtotal $ 36,700.00 100% $ 8,000.00 3 $ 6,000.00 1 $ 500.00 100% $ 15,000.00 $ 29,500.00 $ 114,841.00 $ 36,700.00 $ 29,500.00 $ 181,041.00 go E qk/B Jtdy5,99 Pay Request No. A9 White River Water Shed Fayetteville, Arkansas EXTRAS TO CONTRACT THAT DO NOT HAVE A PAY ITEM LISTED: SO J� 3027 / aSO w 302 2 o 3ozz 6O `SD Pay Request No. Seven/7 White River Water Shed Fayetteville, Arkansas April 5, 1999 4 %2tv Q FAYETTEVI LLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDE To: David Jurgens, Water and Sewer From: Heather Woodruff, City Clerk Date: March 28, 2000 Attached is a copy of the completed staff review form and signed change orders for the contract with Building Utilities. The original will be microfilmed and filed with the City Clerk. cc: Yolanda Fields, Internal Auditor RESOLUTION NO. 125-98 A RESOLUTION ACCEPTING THE RECOMMENDATION OF RJN GROUP, INC. TO AWARD A CONSTRUCTION CONTRACT IN THE AMOUNT OF $1,127,809 TO BUILDING AND UTILITY CONTRACTORS, INC., FOR REPLACING AND REHABILITATION OF SEWER LINES IN THE SOUTHERN PORTION OF THE CITY; APPROVAL OF A CONTINGENCY AMOUNT OF $56,390. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards a construction contract in the amount of $1,127,809 to Building and Utility Contractors, Inc., for replacing and rehabilitation of sewer lines in the southern portion of the city; approves a contingency amount of $56,390; and authorizes the Mayor and City Clerk to execute said contract. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. --PASSED AND APPROVED this 15th day of_September , 1998. zway.�;.' "y In ,111 FIIIINIlTq,!! ♦_• \,' .\' .:I y, APPROV I - .,.- . � .+r ' BY . 4 s Fred Hanna, Mayor C .. I By: Heather Woodruff, City