HomeMy WebLinkAbout72-98 RESOLUTIONRESOLUTION NO 7 2 - 9 8
A RESOLUTION ACCEPTING THE RECOMMENDATION OF
RJN GROUP, INC. AND AWARDING BID NO. 98-34, UNIT 1,
CIPP, CONTRACT ENGINEERING DESIGN IN THE AMOUNT
OF $645,080.85, PLUS A CONTINGENCY AMOUNT OF $64,508,
TO JONES BROTHERS, INC. FOR SEWER LINING FOR THE
WHITE RIVER MINISYSTEM 15 SEWER REHABILITATION.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby accepts the recommendation of RJN Group, Inc.
and awards Bid No. 98-34, Umt 1, CIPP, contract engineering design in the amount of $645,080.85,
plus a contingency amount of $64,508, to Jones Brothers, Inc., for sewer lining for the White River
Minisystem 15 sewer rehabilitation; and authorizes the Mayor and City Clerk to execute a
construction agreement for said amount. A copy of the agreement is attached hereto marked Exhibit
"A" and made a part hereof.
PASSED AND APPROVED this day of June , 1998.
.
•
•
. a By.
4.
,d
ATTEST:
Heather Woodruff, C Clerk
APPROVED:
By:
red Hanna, Mayor
13
Cin CCE&x eapy
•
April 1998
iVi1C1WWtr1Y. MED
EXHIBIT A
CONTRACT
DOCUMENTS
Sanitary Sewer Main Rehabilitation
White River Watershed and
Illinois River Watershed
Contract II
Minisystems 13B, 15, & 18B/C
Rasins10,12,20,&21
Prepared for the
City of Fayetteville
Fayetteville, Arkansas
prepared by
RJN Group, Inc.
Consulting Engineers
Dallas, Texas
in association with
FINAL
McClelland Consulting Engineers, Inc.
Fayetteville, Arkansas
City of Fayetteville, Arkansas
White River Watershed and Illinois River Watershed
Mini Systems 13B, 15, 18 B/C, Basins 10, 12, 20, & 21
Sanitary Sewer Main Rehabilitation
Contract II
ADDENDUM NO. 1
Release Date: April 27, 1998
Information to Bidders:
The Contract Documents for the above titled project are revised and amended as follows:
1. Instruction to Bidders, Paragraph G - Revise the second sentence to read as follows:
"Prequalification statements must be submitted to the Water and Sewer Superintendent
no later than seven (7) days prior to the bid opening".
2. Instruction to Bidders, Paragraph EE - Revise the first sentence to read as follows:
"Arkansas Prevailing Wage Determination Number 97-363 establishes the minimum
wage rates to be paid on this project."
Substitute the Prevailing Wage Determination No. 96-262, and Statement of Intent to
Pay Prevailing Wages in the Contract Documents with the Prevailing Wage
Determination No. 97-363, and Statement of Intent to Pay Prevailing Wages attached
to this addendum.
3. Replace Bid Schedule for Unit 3 with the revised Bid Schedule for Unit 3 attached to
this addendum. The changes are summarized as follows:
a. Add Item No. 3D1 - Standard Mobilization
b. Add Item No. 3D2 - Emergency Mobilization
4. Special Conditions, Paragraph SC.05 - Revise the paragraph to read as follows:
"...such decisions begin within the sole discretion of the City. It is the intent of this
Contract to supply the Contractor with work orders constituting the majority of the plan
quantity upon issuance of the Notice to Proceed. In the work order the City will
specify whether the Contractor will mobilize in accordance to standard conditions or
emergency conditions. Standard Mobilization will require the Contractor to begin
work within fifteen (15) working days from the issuance of the work order or orders.
Emergency Mobilization will require the Contractor to begin work within three (3)
working days from the issuance of the work order or orders. Payment shall be made at
the Contract Unit Price indicated on the Bid Schedule. Quantities stipulated in the Bid..
Schedule are approximate. The basis of payment for Mobilization will be the actual
number of Emergency and Regular Mobilizations performed. The Contractor agrees
that he will make no claim for damages, or anticipated profits, or otherwise on account
of any difference between the amounts of work actually performed and the estimated
amounts therefore."
A-1
Addendum No. 1
Wlute River Watershed and Illinois River Watershed
Mini Systems 13B, 15, 18 B/C, Basins 10, 12, 20, & 21
Sanitary Sewer Main Rehabilitation
Contract II
5. Section D2-12. Subsection A.2 - Revise the second sentence to read as follows:
"Approved methods include: TTS Northwest, the PIM Corporation (PIM System),
Poscata Way, New Jersey, ..."
6. Section D2-13. Subsection B.2.c - Revise the first sentence to read as follows: "The
cured pipe thickness shall be 3.5 mm thickness for pipe 6 inches in diameter, ..."
Bidders shall acknowledge receipt of this addendum on the Bid (page 1) and on the outside of the
sealed bid envelope.
Ken Matthews, P E
Project Manager
RJN Group, Inc.
A-2
SANITARY SEWER MAIN REHABILITATION
UNIT 3
LINING - TERM CONTRACT
PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID
3A1 2,000 LF Lining of 6" Dia. Sewer
Dollars &
Cents per LF $ $
3A2 2,000 LF Lining of 8" Dia. Sewer
Dollars &
Cents per LE $ $
3A3 500 LF Lining of 12" Dia. Sewer
Dollars &
Cents per LE $ $
3B1 15 EA Service Connection,
Internal, per Section D2-13
Dollars &
Cents per EA $ $
3C1 1,125 LF Cleaning and Pre -TV Inspection
Addendum No. 1
Dollars &
Cents per LE $ $
14 Bid
City of Fayetteville
Sanitary Sewer Improvements
UNIT 3
PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM OUANTITY BID PRICES WRITTEN TN WORDS PRICE BID
3C2 4,500 LF Post -Construction TV Inspection
Dollars &
Cents per LE $ $
3D1 3 EA Standard Mobilization
Dollars &
Cents per EA $ $
3D2 1 EA Emergency Mobilization
Dollars &
Cents per EA $ $
TOTAL, UNIT 3
SANITARY SEWER REHABILITATION
LINING - TERM CONTRACT
(in writing)
CONTRACTORS MAY BID ON UNIT 1, UNIT 2, UNIT 3, OR ALL UNITS.
RECAPITULATION
TOTAL, UNIT 1
TOTAL, UNIT 2
TOTAL, UNIT 3
GRAND TOTAL
Addendum No. 1 15 Bid
City of Fayetteville
Sanitary Sewer Improvements
MON 14:49 RJR GROUP
Page 1 of 1 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION - HEAVY RATE
DATE: April 21, 1998
PROJECT: Sanitary Sewer Rehabilitation
White & Illinois River
Watersheds, Contract II
Fayetteville, Arkansas
CLASSIFICATION
Bricklayer/Pointer, Cleaner, Caulker
Carpenter
Concrete Finisher/Cement Mason
Electrician/Alarm Installer
Ironworker
Laborer
Pipelayer
Truck Driver
DETERMINATION N: 97-363
COUNTY: Washington
EXPIRATION DATE: 10-21-98
SURVEY #: 797-AH05
BASIC
HOURLY
RATE
7.75
FRINGE
BENEFITS
10.35 1.90
9.40 .72
12.00 .46
15.50 5.87
7.75
8.90
9.20
Power Equipment Operators:
Bulldozer 12.55
Backhoe, Rubber tired 1 yd. or less 9.70
Crane, Derrick, Dragline,
Shovel & Backhoe, 1-1/2 yds. or less 11.90
Crane, Derrick, Dragline,
Shovel & Backhoe, over 1-1/2 yds. 14.00
Front End Loader 11.65
Mechanic 14.70
Motor Patrol, Finish 13.05
Motor Patrol, Rough 9.00
Roller 8.05
Scraper, Rough 11.25
1.65
.17
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 PROTECT, 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 BZD
PROCESS.
Addendum No. 1
P.04
PIUrl ;4:51i kJi4 GROUP
Contractor
Street Address
City & State
Telephone
CONTRACT DOCUMENTS
SANITARY SEWER MAIN REHABILITATION
WHITE RIVER WATERSHED
AND
ILLINOIS RIVER WATERSHED
CONTRACT II
MINISYSTEMS 13B, 15 & 18B/C
BASINS 10, 12, 20, & 21
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
PREPARED BY
RJN GROUP INC.
CONSULTING ENGINEERS
DALLAS, TEXAS
IN ASSOCIATION WITH
McCLELLAND CONSULTING ENGINEERS, INC.
FAYETTEVILLE, ARKANSAS
APRIL 1998
1
1
1
1
1
1
1
1
1
1
1�
1
1
1
1
1
1
1
CONTRACT DOCUMENTS
SANITARY SEWER MAIN REHABILITATION
WHITE RIVER WATERSHED
AND
ILLINOIS RIVER WATERSHED
CONTRACT II
MINISYSTEMS 13B, 15 & 18B/C
BASINS 10, 12, 20, & 21
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
APRIL 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.
Name P E No. Date
tO,11
opt
5TaTE �OF'''.•
ARIiA SAS
•
•
REGISTERED
�% PROFESSIONAL cot
tttn ENGINEER S��
.2 * * * /4'
TITL
CONTRACT DOCUMENTS
FOR THE
CITY OF FAYETTEVILLE
SEWER SYSTEM IMPROVEMENTS
TABLE OF CONTENTS
VOLUME I
SECTION Pages
BIDDING DOCUMENTS A
INVITATION TO BID 1-3
INSTRUCTIONS TO BIDDERS* 1-13
BID 1-19
BID BOND 1-2
SUBCONTRACTORS 1
STATEMENT OF EXPERIENCE OF BIDDER 1
STATEMENT OF COMMITMENT 1
CONTRACTUAL DOCUMENTS• B
AGREEMENT 1-T
ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND 1-2
MAINTENANCE BOND 1
CONDITIONS OF THE CONTRACT
GENERAL CONDITIONS* C 1-89
SUPPLEMENTARY CONDITIONS C1 1-3
SPECIAL CONDITIONS C2 1-2
CONSTRUCTION FORMS D
SUBMITTAL RECORD 1
PERIODIC PAYMENT FORMS 1-4
CHANGE ORDER 1-3
* Section has individual Table of Contents
TABLE OF CONTENTS (Cont.)
TITLE SECTION Pages
SPECIFICATIONS
DIVISION 1 - GENERAL REQUIREMENTS* D1 1
DIVISION 2 - SITE WORK* D2
INSURANCE FORMS E
CONSTRUCTION EASEMENTS AND CONDITIONS F 1
1
1
1
1
1
1
1
1
* Section has individual Table of Contents 1
1
i
1
CITY OF FAYETTEVILLE
TNVTTATION TO STD
SANITARY SEWER MAIN REHABILITATION
WHITE RIVER WATERSHED
AND
ILLINOIS RIVER WATERSHED
CONTRACT II
RA=PT OF Willa
Separate sealed bids for Sanitary Sewer Main Rehabilitation,
White River Watershed Minisystems 13B, 15 & 18B/C and Illinois
River Watershed, Basins 10, 12, 20 & 21, Contract II, 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 Tuesday, May 5, 1998 and
immediately thereafter or as soon thereafter as is practicable
all bids received from prequalified contractors will be publicly
opened and the bid prices read aloud.
The proposed work is divided into three units. Unit 1 consists
of the construction of approximately 9,236 linear feet of
sanitary sewer lining. Unit 2 consists of the construction of
approximately 1,674 linear feet of sanitary sewer pipe bursting,
545 linear feet of open cut construction, and replacement of 12
manholes. Unit 3 consists of approximately 4,500 linear feet of
sanitary sewer lining. Unit 3 will be a term contract. Actual
locations of the construction will be made known to the
Contractor on an as needed basis by the City of Fayetteville
throughout a six-month period.
Sealed envelopes or packages containing bids shall be marked or
endorsed "Sanitary Sewer Main Rehabilitation, White River
Watershed, and Illinois River Watershed, Contract II, in
Fayetteville, Arkansas." Bidders shall affix a copy of their
letter of prequalification to the outside of the sealed envelope.
Bidders shall mark or endorse the sealed envelope with their
Arkansas State Contractor's Licence Number.
CONTRACT DOCUMENTS
Copies of the Contract Documents are on file and are available
for inspection at the offices of McClelland Consulting Engineers,
Inc. 1810 N. College Avenue, Fayetteville, Arkansas.
A pre-bid meeting shall be held at 113 W. Mountain, Fayetteville,
Arkansas, on Thursday, April 23, 1998 at 1:30 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.
1 Invitation to Bid
City of Fayetteville
Sanitary Sewer Improvements
Copies of the Contract Documents required for review or bidding
purposes may be obtained only from the Office of McClelland
Consulting Engineers, Inc., 1810 N. College Avenue, Fayetteville,
Arkansas, upon payment to McClelland Consulting Engineers, Inc.,
1810 N. College, Fayetteville, Arkansas, of $70.00 in check or
money order for each set of documents obtained. The Contract
Document fee is non-refundable.
BID SECURITY
Each bid shall be accompanied by a certified check or a cashier's
check or bid bond payable to the order of the City of
Fayetteville, Arkansas in an amount not less than five percent of
the bid as a guarantee that the bidder will, within ten (10) days
after the date of the award of contract, execute an agreement and
file bonds and insurance as required by the Contract Documents if
his bid is accepted.
RIGHT TO REJECT BTPS
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
This document is designed to include three separate bid proposals
and shall not be construed as being a package. The proposals are
arranged in Units to allow the Contractor to submit a bid on
each, or all Units.
Unless all bids are rejected the contract award will be made to
the lowest responsible, prequalified, responsive Bidder for each
Unit. If a Bidder only submits a bid on one Unit, and it is the
lowest proposed price total, the Bidder will be the apparent
successful bidder for the individual Unit.
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 or bidders shall furnish a performance
bond, labor and material bond, and a maintenance bond each for
one hundred (100%) percent of the Contract amount and shall file
certificates with the Owner that he has obtained and will
continue to carry Workmen's Compensation Insurance, Owner's and
Engineer's Protective Insurance, public and private liability and
property damage insurance of an adequate amount and for the life
of the Contract.
Invitation to Bid
City of Fayetteville
Sanitary Sewer Improvements
2
All questions or correspondence concerning the plans and
specifications shall be directed to the Engineer, RJN Group,
Inc., 12160 Abrams Road, Suite 206, Dallas, Texas 75243,
phone no. (972)437-4300.
City of Fayetteville, Arkansas
Peggy Vice
Purchasing Officer
Publication: April 12 ,1998
April 19 ,1998
P. O. #
3 Invitation to Bid
City of Fayetteville
Sanitary Sewer Improvements
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TABLE OF CONTENTS
FOR
INSTRUCTIONS TO BIDDERS
SUBJECT PAGE
A EXAMINATION OF SITE 1
B EASEMENTS 1
C EXAMINATION OF BIDDING DOCUMENTS 1
D INTERPRETATION OF CONTRACT DOCUMENTS 1
E MATERIAL SUBSTITUTION 2
F APPROXIMATE QUANTITIES 2
G PREPARATION OF BID 2
H SIGNING OF BID 3
I BID SECURITY 3
J RETURN OF BID SECURITIES 3
K AGREEMENT, BONDS, INSURANCE 4
L DESIGNATION OF SUBCONTRACTORS 4
M BID SUBMITTAL 4
N WITHDRAWAL OF BID 4
O QUALIFICATION OF BIDDERS 5
P DISQUALIFICATION OF BIDDERS 5
Q PENALTY FOR COLLUSION 6
R LICENSE 6
S PRECONSTRUCTION CONFERENCE 6
T BID OPENING 6
U AWARD OF CONTRACT 6
✓ EFFECTIVE DATE OF AWARD 7
W EXECUTION OF AGREEMENT 8
X FAILURE TO EXECUTE AGREEMENT AND FILE BONDS AND
INSURANCE 8
y PAYMENT FOR EXCESS COSTS AND LIQUIDATED DAMAGES 8
Z COMMENCEMENT AND COMPLETION OF WORK 8
AA INFORMATION NOT GUARANTEED 9
BB COVENANT AGAINST CONTINGENT FEES 9
CC GRATUITIES 10
DD SUBCONTRACTS UNDER CONSTRUCTION CONTRACTS. . . • 10
EE PREVAILING WAGE DETERMINATION 11
FF STATEMENT OF INTENT TO PAY PREVAILING WAGES . 13
INSTRUCTIONS TO BIDDERS
A. Examination of Site
Before submitting his Bid, each prospective Bidder shall
familiarize himself with the Work, the site where the Work
is to be performed, local labor conditions and all laws,
regulations, and other factors affecting performance of the
Work. He shall carefully correlate his observations with
the requirements of the Contract Documents and otherwise
satisfy himself of the expense and difficulties attending
performance of the Work. The submission of a Bid will
constitute a representation of compliance by the Bidder.
There will be no subsequent financial adjustment for lack of
familiarization.
B. Easements
Portions of the improvements under this project may involve
construction on private property for which easements have
been secured by the Owner. Work performed on, or use of
such easements, shall be subject to the provisions of the
easement agreements on file and open to inspection in the
office of the Owner.
C. Examination of Bidding Documents
Each Bidder by making his Bid represents that he has read
and understands the Bidding Documents. The Bidder shall
include in his bid prices any and all costs that may be
necessary to complete the work in accordance with the
requirements of the Contract Documents.
D. Interpretation of Contract Documents
Questions regarding documents, discrepancies, omissions, or
intent of the Specifications or drawings shall be submitted
in writing to the Owner through the Engineer, at least ten
days prior to opening of bids to provide time for issuing
and forwarding an addendum. Any interpretation of the
Contract Documents will be made only by addendum duly issued
or delivered by the Owner to each person receiving a set of
documents. The Owner will not be responsible for any other
explanations or interpretations of the Contract Documents.
1 Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements
Material Substitution
Each Bidder shall base his Bid upon the materials and
equipment as described in the Bidding Documents. The
successful Contractor will not be allowed to make any
substitutions on his own initiative, but in each instance
will be required to obtain authorization from the Owner
before installing any work in variance with requirements of
the Contract Documents.
F. Approximate Quantities
On all items on which Bids are to be received on a unit
price basis the quantities stated in the Bid will not be
used in establishing final payment due the Contractor. The
quantities stated, on which unit prices are invited, are
approximate only. Bids will be compared on the basis of
number of units stated in the Bidding Schedule. Payment on
the Contract on unit price items will be based on the actual
number of units installed in the completed work.
G. preparation of Bid
All prospective bidders and proposed subcontractors on this
contract must be prequalified before they will be allowed to
bid or to be accepted as subcontractors. Prequalification -:
statements must be submitted to the Water and Sewer -
Superintendent no later than 14 days p for to the bid
opening. These forms are available from the Water and Sewer
Operations Division, 1475 Cato Springs Road, Fayetteville,
AR 72701, requested by mail from the Water and Sewer
Maintenance Superintendent at 113 West Mountain Street,
Fayetteville, AR 72701 or requested by phone from the Water
and Sewer Operations Center at (501)575-8386.
Bids submitted by prospective bidders who have not
prequalified will be retained by the City, but not opened.
Only bids which are made out on the Bid Form included in
this document will be considered. The Bid Form must not be
removed 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 and totals, the
unit prices shall prevail, unless it clearly appears in
Owner's opinion that the unit prices rather than the total
Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements 2
1
' 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.
H. Signing of Bid
1
1
1
1 I Bid Security
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.
1
1
1
1
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.
1 J. RP*nrn of Bid Securities
1
1
1
1
The security of the two lowest Bidders will be returned
after the execution of the agreement with the successful
Bidder and the approval of his bonds and insurance. The -..
security of all other Bidders will be returned promptly
after the Bids have been opened and reviewed by the Owner.
If all Bids are rejected the securities will be returned at
the time of rejection.
3 Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements
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 Addenda and
the "Subcontractors" form contained in this document.
All Subcontractors listed on this form who will perform
more than 30 percent of the work must be prequalified.
Withdrawal of Risi
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.
Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements 4
I
O. Qualification of Bidders
1. It is the intention of the Owner to award a Contract
only to a Bidder who furnishes satisfactory evidence
that he has the requisite experience and ability and
that he has sufficient capital, facilities, and plant to
' enable him to prosecute the work successfully and
promptly, and to complete the work within the time
specified in the Contract Documents. Bidders shall be
prequalified and shall affix a copy of their Letter of
Prequalification to the outside of the sealed envelope.
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
the Bid opening of their ability to finance and execute
the project. This proof shall include, but not be
' limited to, a financial statement certified by a CPA for
the last three years, a list of equipment owned by
Bidder, a backlog of jobs under contract and amounts,
and a record of successful completion of similar
projects.
4. The successful bidder shall conform to the Rules and
Regulations of Arkansas Department of Finance and
Administration concerning nonresident contractor's
notice and bond requirements.
5. The prospective bidders must meet the statutorily
prescribed requirements before Award of Contract by the
Owner.
' 6. In order to perform public work, the successful Bidder
shall, as applicable, hold or obtain such Contractor's
and Business Licenses as required by State statutes and
' the Rules and Regulations of the Arkansas Contractor's
Licensing Board.
p, Disqualification of Bidders
' More than one Bid for the same work described in this
document from an individual, firm or partnership, a
corporation or an association under the same or different
names, will not be considered. Reasonable grounds for
believing that any bidder is interested in more than one Bid
for the work contemplated will cause the rejection of all
Bids in which such Bidder is interested. If there is
reasonable grounds for believing that collusion exists among
the Bidders, the Bids of the participants in such collusion
will not be considered.
5 Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements
i
If at any time it shall be found that the person, firm, or
corporation to whom the contract has been awarded has, in
presenting any Bid or Bids, colluded with any other party or
parties, then the Contract so awarded shall be null and
void, and the Contractor and his sureties. shall be liable to
the Owner for all loss or damage which the Owner may suffer
thereby, and the Owner may advertise for new Bids for said
work.
I
I
I
R. License
Each Bidder shall possess state and local licenses as are
required by law, and shall furnish satisfactory proof to the
Owner upon request that the licenses are in effect during
the entire period of the Contract.
S. Preconstruction Conference
A preconstruction conference shall be held after the time of
the Contract award and before the Notice to Proceed to
discuss the responsibility of each party in the project and
to clarify any questions. Representatives of the Contractor
shall be required to attend the conference.
T. Bid Opening
Bids will be opened and the prices bid will be read aloud t
publicly at the time and place indicated in the Invitation
to Bid. Bidders or their agents are invited to be present.
U. Award of Contract
1. This Proposal section is designed as three (3) separate
proposals and are arranged in Units to allow the
Contractor to submit a bid for each, or all Units.
2. The Owner shall award a contract to the Bidder or
Bidders 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. ,
Instructions to Bidders
City of Fayetteville '
Sanitary Sewer Improvements 6
I
' 3. 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.
4. 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.
5. 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.
6. If the Contract is awarded, Owner shall give the
apparent successful Bidder or Bidders a Notice of Award
' within 90 days after date of the Bid Opening.
7. Time on all Units will run concurrently. If the
Contractor is low bidder on more than one Unit, his time
for all Units awarded to him will be the longest time
period allowed on any of the Units for which the
Contractor is the low bidder.
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.
1
7 Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements
L
L
Copies of the Agreement in the number stated in the form of
Agreement, shall be executed by the successful Bidder, and
returned, together with the required bonds and insurance,
within ten days from and after the date of the award of the
Contract. Effective date of bonds shall be the same or
later than the date of the Agreement. The Owner has ten
days from receipt of acceptable performance bonds and
Agreement (signed by the Contractor) to sign the Agreement
and return to the Contractor an executed duplicate of the
Agreement.
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.
IL ViI!t)fl p4.) W3Xflfejj*I,t.flt!flhti,fl44!UIj)I;t4(4
The successful Contractor will be required to pay for excess
cost of field engineering and inspection and liquidated
damages as defined in the General Conditions of the Contract,
if extensions of time are granted by Owner because of
avoidable delays or if the Contractor elects to work overtime
hours as defined in the General Conditions of the Contract.
The Notice
to Proceed shall
be
issued within ten days of the
execution
of the Agreement
by
the owner.
The successful Bidder or Bidders on Unit 1, Unit 2, Unit 3, or
all; shall commence work within ten calendar days from and
after the issuance by the Owner of a written Notice to
Proceed, shall substantially complete all work in accordance
with the terms and conditions of the Contract Documents in
160 working days for Unit 1, 190 working days for Unit 2, and
in 150 working days for. Unit 3 All work shall be complete to
the point of final acceptance in 190 working days for Unit 1,
Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements 8
1
1
1
I
1
I
in 220 working days for Unit 2, and in 180 working days for
Unit 3. The Notice to Proceed will.be issued after receipt of
acceptable insurance, bonds, and other required items.
' Time on all units will run concurrently. If a Contractor is
low bidder on two or all units, his time will be the longest
time period allowed on all units for which the Contractor is
low bidder.
AA. Information Not Guaranteed
Ii. 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 convenience of bidders and is not guaranteed.
' 2. It is agreed and understood that the owner does not
warrant or guarantee that the subsurface or other
conditions, natural phenomena, existing pipes or other
' structures encountered during construction will be the
same as those indicated on the Drawings or in the other
Contract Documents.
' 3. It is agreed further and understood that no bidders or
contractor shall use or be entitled to use any of the
information made available to him or obtained in any
examination made by him in any manner as a basis of or
ground for any claim or demand against the Owner or the
Engineer, arising from or by reason of any variance which
may exist between the information made available and the
' actual subsurface or other conditions, natural phenomena,
existing pipes or other structures actually encountered
during the construction work, except as may otherwise be
expressly provided for in the Contract Documents.
BB. Covenant Against Contingent Fees
The contractor warrants that no person or selling agency has
' been employed or retained to solicit or secure this contract
upon an agreement or understanding for a commission,
percentage, brokerage, or contingent fee. For breach or
' violation of this warranty the owner shall have the right to
annul this contract without liability or in its discretion to
deduct from the contract price or consideration, or otherwise
recover, the full amount of such commission, percentage,
brokerage, or contingent fee.
I
Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements
G
CC
DD
Gratuities
1. The owner may, by written notice to the contractor,
terminate the right of the contractor to proceed under
this contract if it is found, after notice and hearing, by
the owner that gratuities (in the form of entertainment,
gifts, or otherwise) were offered or given by the
contractor or any agent or representative of contractor,
to any official or employee of the Owner with a view
toward securing a contract or securing favorable treatment
with respect to the awarding or amending, or the making of
any determinations with respect to the performance of this
contract: Provided, that if the existence of the facts
upon which the Owner makes such findings are in issue,
they may be reviewed in proceedings pursuant to Article 30
(Arbitration) of the General Conditions of this contract.
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
contract,
The award or execution of all subcontracts by a prime
contractor and the procurement and negotiation procedures
used by such prime contractor in awarding or executing such
subcontracts shall comply with:
1. All provisions of State
2. All provisions of these
to fraud and other unla
3. All provisions of these
to access to facilities
records.
and local law;
General Conditions with respect
wful or corrupt practices; and -
General Conditions with respect
and records and audit of
C
I
I
1
C
I
11
7
I
11
I.
II
C
I
P
Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements 10
I
Arkansas Prevailing Wage Determination Number 96-262
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.
J
I
I
I
I
I
H
I
it Instructions to Bidders
City of Fayetteville
sanitary sewer Improvements
Page 1 of 1 ARKANSAS DEPARTMENT OF LABOR '
PREVAILING WAGE DETERMINATION - HEAVY RATE
DATE: March 11, 1997 DETERMINATION #: 96-262
PROJECT: Sanitary Sewer Rehabilitation COUNTY: Washington
White & Illinois River EXPIRATION DATE: 9-11-97
Watersheds SURVEY #: 696-AH05
Fayetteville, Arkansas
BASIC I
HOURLY FRINGE
CLASSIFICATION RATE BENEFITS
Bricklayer/Pointer, Cleaner, Caulker 7.70
Carpenter 9.05 1.35
Concrete Finisher/Cement Mason 10.05
Electrician/Alarm Installer 12.00 .46
Laborer 7.70
Pipelayer 8.05
Truck Driver 8.55
Power Equipment Operators.:
Bulldozer 11.95
Backhoe-Rubber tired(i yd. or less) 10.10 1.15
Crane, Derrick, Dragline, Shovel
& Backhoe, 1-1/2 yds. or less 11.55
Crane, Derrick, Dragline, Shovel
& Backhoe, over 1-1/2 yds. 9.90
Front End Loader 11.15
Mechanic 7.70
Roller 9.75
Scraper 11.20
Welders --receive rate prescribed for craft performing operation t
to which welding is incidental.
Certified July 1, 1996
I.
• : • • :: • : • • • YOU • tl: :I• • • ' : 1•:4I
• • • •' I• •� • :: I/' :/: •1
S...':
Instructions to, Bidders
City of Fayetteville
Sanitary Sewer Improvements
11
11
11
11
I
I
I
I
12
L
I
' roORtn �+
04 iq H
0 +N 4.4
uwQQ) m
mI-JNa04 WO
' U- k0 Zvi 4d I J1 a a
Omoa1 Rq1
O0+0 01
' u q) t"A FEIN
414J 0 ,0 oati
OmZ•cmu
U 3R gt�yq
'mq"s�vro a w
3 3"u0a c H
2 vo maa, a
mmgyq"�
' U1 v v U y U C7 F
-1
F W
bl
0rim0 ti o
{�F ro��tisN,�aroi
^' mmy03ti w O
H W 0 W 2F2
' W En N Wa
FrO 3tQ) iOAQCtCiON
C ti �n W RC
q u1 OtnR0O3 W qUI
F
H "u� aro
ro
VI) -W '3 u r"6 ro •U H H O UI
" Q) r l W U1 pG
M G1r'ik0 Q):iNaNq ai
DN flL"L1 W•"
ara o
o°a
43
o� 4JC:V�iouw 2Fa
' GJ q �O SrS O g 71 U FOH
l" UUOO Q � H -1
Ho ou�a�a 2 aqw
i.1q N41 4) .a q
1.1 Q) 11 •.•I 0 W •C . • is W bC
•.y ri q tJ O a� u G7 m f W
U1 Gm.3 •H y m O•H yQ.7
q.C .0 - rxr.�$F
..ci C b\ W4UW
F cvmCm
W• N O~ v1 ~ ti Fx rl
3tr ~ to to O
O
4)G10)4 W a Fa�
I
UNIT 1 BID PROPOSAL
JONES BROS., INC.
I
I
I
I
CITY OF FAYETTEVILLE, AR
e
SANITARY SEWER MAIN REHABILITATION
WHITE RIVER WATERSHED AND ILLINOIS RIVER WATERSHED
CONTRACT II
MINISYSTEMS 13B,
15
&
18B/C
I BASINS 10,12,
20,
&
21
I
I
t1
I
I
I
I
I
I
I
I1
Business Address 5760 Old Lebanon Dirt Road
Mt. Juliet, TN 37122
Date
To: The City of Fayetteville, AR
The undersigned, as Bidder, declares that the only person or
parties interested in this Bid as principals are those named
herein; that this Bid is made without collusion with any person,
firm or corporation; that he has carefully examined the location
of the proposed work, the proposed forms of Agreement and Bonds,
and the Contract Drawings and Specifications for the above
designated work, all other documents referred to or mentioned in
the Contract Documents, the Contract Drawings and Specifications,
including Addenda Nos. 1 , , and issued thereto; and
he proposes and agrees if this bid is accepted that he will
contract with the City of Fayetteville, AR, in the form of the
copy of the Agreement included in these Contract Documents, to
provide all necessary machinery, tools, apparatus, and other
means of construction, including utility and transportation
services necessary to do all the work and furnish all materials
and equipment specified or referred to in the Contract Documents,
in the manner and time therein prescribed and according to the
requirements of the City of Fayetteville, AR as therein set forth
to furnish the Contractor's Bonds and Insurance, and to do all
other things required of the Contractor by the Contract
Documents, and that he will take in full payment therefor the
sums set forth in the following Bid Schedule.
Bidder agrees to perform all the work described in the Contract
Document for the following unit prices.
Note: Bids shall include sales tax and all other
applicable taxes.
1
City of
II Sanitary Sewer
Bid
Fayetteville
Improvements
SANITARY SEWER MAIN REHABILITATION
' UNIT 1
LINING
PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID
' 1A1 100 LF Lining of 4" Dia. Sewer
Fifty
' Dollars &
no Cents per LF $ 50.00 $ 5,000.00
1
1A2 2,175 LF Lining of 6" Dia. Sewer
' Thirty-nine
Dollars &
Fifty Cents per LF $ 39.50 $_85.912.50
1A3 2,193 LF Lining of 8" Dia. Sewer
' Forty-one
' Dollars &
Thirty-five cents per LF $ 41.35 $ 90,680.55*
1A4 163 LF Lining of 10" Dia. Sewer
' Forty-four
Dollars &
Thirty-five Cents per LF $ 44.35 $_7.229.05
' lA5 1,010 LF Lining of 12" Dia. Sewer
Forty -Eight
Dollars &
' Thirty -Five Cents per LF $ 48.35 $ 48,833.50
' *corrected amount
2 Bid
City of Fayetteville
'
Sanitary Sewer Improvements
UNIT 1
'PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID
' 1A6 1,165 LF Lining of 10" Dia. Sewer
Job No. 1019
' Forty -Four
Dollars &
Thirty -Five Cents per LF $ 44.35 $ 51,667375
1A7 2,430 LF Lining of 12" Dia. Sewer
Job No. 1018
' Forty -Eight
Dollars &
Thirty -Five Cents per LF $ 48.35 $ 117,490.50
1B1 1 EA Construct Shallow Manhole
' Five Thousand Five
Hundred Dollars &
No Cents per EA $ 5,500.00 $ 5,500,00
1C1 2 EA Install Cleanout,
as Directed by Engineer
' Two Thousand Two
Hundred Dollars &
'
No Cents per FA $ 2,200.00 $ 4.400.00
I.
1D1 50 EA 4" Service Connection (Lining),
External, per Section D2-13
One Thousand Eight
Hundred Dollars &
No Cents per EA $ 1,870.00 $93,500.00
1 3 Bid
City of Fayetteville
'
Sanitary Sewer Improvements
UNIT 1
'PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID
1D2 18 EA 4" Service Connection (Lining),
Internal, per Section D2-13
One Hundred
Dollars &
' No Cents per EA $_100.00 $_1.800.00
1E1 4 EA 6" Service Connection (Lining),
External
' One Thousand Nine Hundred
' Eighty Dollars &
No Cents per EA $_11980.00 $_7,920.00
1F1 604 LF 4" Service Line
Fifty -Five
Dollars &
No Cents per LF $ 55.00 $ 33.220.00
1
1F2 36 LF 6" Service Line
sixty -Six
Dollars &
No Cents per LE $ 66.00 $_2.376.00
1G1 3 EA Clay Dams
' One Hundred
Sixty -Five Dollars &
' No Cents per EA $_165.00 $_495.00
4 Bid
City of Fayetteville
Sanitary Sewer Improvements
UNIT 1
PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID
1H1 9 EA Obstruction Removal
Three Thousand Five
' Hundred Dollars &
No Cents per EA $_3.500.00 $31,500.00
' 1I1 190 LF Asphalt Pavement Repair
One Hundred
' Ten Dollars &
No Cents per LF $_110.00 $ 20.900.00
•1
1I2 50 LF Concrete Street Repair
'
one Hundred
' Ten Dollars &
No Cents per LF $ 110.00 $ 5.500.00
1
1I3 75 LF Concrete Curb and Gutter
Replacement
Thirty -Nine
Dollars &
No Cents per LF $ 39.00 $_2.925.00
' 1I4 65 LF Concrete Sidewalk Repair
Forty -Five
' Dollars &
No Cents per LF $ 45.00 $ 2,925.00
' 5 Bid
City of Fayetteville
'
Sanitary Sewer Improvements
UNIT 1
'PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM O ANTITY BID PRICES WRITTEN IN WORDS PRICE BID
' 1J1 2 CI Concrete Encasement,
as Directed by Engineer
One Hundred
Sixty -Five Dollars &
No Cents per CI $_165.00 $_330.00
' 1K1 55 LF Trench Safety
Eleven
' Dollars &
No Cents per LE $ 11.00 $ 605.00
' 1L1 9,236 LF Cleaning and Pre -TV Inspection
One
Dollars &
Twenty -Five Cents per LE $ 1.25 $ 11.545.00
' 1L2 9,236 LF Post -Construction TV Inspection
One
' Dollars &
No Cents per LF $ 1.00 $ 9,236.00
1M1 565 LF Hydromulch Seeding
Six
Dollars &
No Cents per LE $ 6.00 $ 3,390.00
' 6 Bid
City of Fayetteville
'
Sanitary Sewer Improvements
UNIT 1
'PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM OUANTITY BID PRICES WRITTEN IN WORDS PRICE BID
1N1 1 CY Rock Excavation
Two Hundred
' Dollars &
No Cents per CY $ 200.00 $ 200.00
'TOTAL, UNIT 1, $ 545,080.85*
SANITARY SEWER REHABILITATION -
LINING Six Hundred Forty -Five Thousand
IEighty _Dollars ars and Eighty -Five Cents
(in writing)
* Corrected amount due to extension error on Bid Item 1A3.
CONTRACTORS MAY BID ON UNIT 1, UNIT 2, UNIT 3, OR ALL UNITS.
1
' 7 Bid
City of Fayetteville
Sanitary Sewer Improvements
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 for each unit shall be based on the total amount bid for
that unit.
II. BID CONDITIONS
It is expressly understood and agreed that the preceding total
Bid is the basis for establishing the amount of the Bid security
on this Bid for Sanitary Sewer Main Rehabilitation for the City
of Fayetteville, AR, and that this total Bid is not to be
construed to be a Lump Sum Bid.
' It is further understood that quantities in the bidding schedule
for unit price items are approximate only, and that payment of a
Contract will be made only on the actual quantities of work
' completed in place, measured on the basis defined in the General
Conditions, Specifications, or other Contract Documents.
There shall be no measurement or separate payment for any items
' not listed and all costs pertaining thereto shall be included in
the unit prices for other items listed in the Proposal.
' The undersigned has carefully checked the above bidding schedule
against the Contract Drawings, Specifications, and other Contract
Documents before preparing this Bid and accepts the said
quantities to be substantially correct, both as to classification
' and amount, and as correctly listing the complete work to be done
in accordance with the Contract Drawings, Specifications, and
other Contract Documents.
If this Bid is accepted and the undersigned shall fail to
contract as aforesaid and to give the Performance Bond, Labor and
Material Bond, and Maintenance Bond required by the Conditions of
' Contract or by law, and to provide all insurance as required by
the Contract Documents within ten (10) days after the date of the
notice of award of the Contract, the Owner may, at his option,
' determine that the Bidder has abandoned his Contract, and
thereupon this proposal and the acceptance thereof shall be null
and void, and the forfeiture of such security accompanying this
proposal shall operate and the same shall be the property of the
' Owner as liquidated damages.
The undersigned agrees to fully complete all work covered by this
' Bid to the point of substantial completion in 160 working days
for Unit 1, 190 working days for Unit 2, and in 150 working days
for Unit 3. The undersigned further agrees to fully complete all
work covered by this Bid to the point of final acceptance by the
Owner in 190 working days for Unit 1, in 220 working days for
Unit 2, and in 180 working days for Unit 3. The contract times
referenced to above shall commence on the issuance by the Owner
of Notices to Proceed. If the undersigned fails to complete the
16 Bid
City of Fayetteville
'
Sanitary Sewer Improvements
work within the contract time, or extension of time granted by
the Owner for unavoidable delays, then the undersigned shall pay
Ito the Owner liquidated damages for each calendar day beyond the
day stipulated in the Contract Documents.
By submission of this Bid, the undersigned certifies, and in the
case of a joint bid, each party thereto certifies as to his own
organization, that in connection with the proposal:
A. The prices in the proposal have been arrived at
independently, without consultation, communication, or
agreement, for the purpose of restricting competition, as to
' any matter relating to such prices with any other bidder or
with any competitor;
B. Unless otherwise required by law, the prices which have been
quoted in the bid have not knowingly been disclosed by the
Bidder prior to opening, directly or indirectly to any other
Bidder or to any competitor; and,
' C. No attempt has been made or will be made by the Bidder to
induce any other person or firm to submit or not submit a
'bid for the purpose of restricting competition.
D. He is the person in the Bidder's organization responsible
within that organization for the decision as to the prices
being bid and shall also certify that he has not
participated, and will not participate in any action
contrary to Paragraphs A through C above.
E. He is not the person in the Bidder's organization
responsible within that organization for the decision as to
the prices being bid but that he has been authorized to act
'
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.
III. BID SECURITY
' Accompanying this Bid is a in the amount of
Dollars.
�$ )
' Note: The total amount of Bid security shall be based on the
Total Bid of this Contract.
L
J
I
17
City of
Sanitary Sewer
Bid
Fayetteville
Improvements
IV. BIDDER'S SIGNATURE
A. An Individual
By (SEAL)
(Individuals Name)
doing business as
Business address:
Phone No.:
B. A Partnership
By
(Firm Name) (SEAL)
(General Partner)
Business address:
Phone No.:
C. A Corporation
By
(Corporation Name)
(State of Incorporation)
LLl
(Name of Person Authorized to Sign)
(Title)
(Corporate Seal)
Attest
(Secretary)
Business address:
Phone No.:
18 Bid
City of Fayetteville
Sanitary Sewer Improvements
BY
I(Name)
' (Address)
By
(Name)
(Address)
(Each joint venturer must sign. The manner of signing for each
individual, partnership and corporation that is a party to the
joint venture should be in the manner indicated above).
Subscribed and sworn to before me this day of
, 199
Notary Public
19 Bid
City of Fayetteville
Sanitary Sewer Improvements
I
BID BOND
' KNOW ALL MEN BY THESE PRESENTS, That we
(hereinafter called the Principal) and
(hereinafter called the Surety), a corporation chartered and
existing.under the laws of the State of
with its principal office in City of
and authorized to do business in the State of Arkansas are held
and firmly bound unto the City of Fayetteville, AR (hereinafter
called the Owner), in the full and just sum of
' Dollars ($ ) good and
lawful money of the United States of America, to be paid upon
demand of the Owner, to which payment well and truly to be made,
the Principal and the Surety bind themselves, their heirs,
executors, administrators, and assigns, jointly and severally and
firmly by the presents.
' WHEREAS, the Principal is about to submit, or has submitted to
the Owner, a Bid for furnishing all labor, materials, equipment
and incidentals necessary to perform Sanitary Sewer Main
Rehabilitation, White River Watershed, and Illinois River
Watershed, Contract II, as described in these Contract Documents,
WHEREAS, the Contractor desires to file this bond in accordance
' with law, in lieu of a certified bidder's check otherwise
required to accompany this Bid.
•' NOW, THEREFORE: The conditions of this obligation are such that
if the Bid is accepted, the Principal shall, within ten (10) days
after the date of receipt of a written notice of award of
contract, execute a contract in accordance with the Bid and upon
the terms, conditions and price(s) set forth therein, of form and
manner required by the Owner, and execute a sufficient and
satisfactory contract Performance Bond, Labor and Material Bond,
' and Maintenance Bond, each payable to the Owner, in an amount of
One Hundred Percent (100%) of the total Contract price in form
and with security satisfactory to said Owner, then this
obligation to be void; otherwise to be and remain in full force
and virtue in law; and the Surety shall, upon failure of the
Principal to comply with any or all of the foregoing requirements
within the time specified above, immediately pay to the aforesaid
' owner, upon demand, the amount hereof in good and lawful money of
the United States of America not as a penalty but as liquidated
damages.
1
Bid Bond
City of Fayetteville
1 Sanitary Sewer Improvements
II
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
1998.
Principal
By
(Seal)
I
' (Seal)
ICountersigned
Local Resident Producing Agent for
I
Bid Bond
City of Fayetteville
Sanitary Sewer Improvements 2
List of Major Subcontractors
The Bidder expressly agrees that:
1. If awarded a Contract as a result of this Bid, the major
subcontractors used in the prosecution of the work will be
those listed below, and
2. The following list includes all subcontractors who will
perform work representing approximately five percent or more
of the Total Bid.
3. The Bidder represents that the subcontractors listed below
are financially responsible and are qualified to perform the
work required.
Category Name ofSubcontractor Address Pregualified
I
I
I
I
i
II
Subcontractors
City of Fayetteville
1 Sanitary Sewer Improvements
II
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)
(2)
� (3)
(5)
(6)
(7)
Statement of Experience
City of Fayetteville
1 Sanitary Sewer Improvements
The Bidder shall state below the current projects which he is
currently under contract, dollar value of contracts, and estimated
time of completion.
Estimated Percent
Date of Currently
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
(9)
Statement of Commitment
City of Fayetteville
1 Sanitary Sewer Improvements
UNIT 2 BID PROPOSAL
T -G EXCAVATING., INC.
I
I
I
I
CITY OF FAYETTEVILLE, AR
BID
SANITARY SEWER MAIN REHABILITATION
WHITE RIVER WATERSHED AND ILLINOIS RIVER
CONTRACT II
MINISYSTEMS 13B,
15
&
18B/C
I BASINS 10,12,
20,
&
21
I
I
'J
I
Date May 5. 1998
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., , 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.
Bidder agrees to perform all th
Document for the following unit
Note: Bids shall include
applicable taxes.
Addendum No. 1
9 work described in the Contract
prices.
sales tax and all other
1 Bid
City of Fayetteville
Sanitary Sewer Improvements
SANITARY SEWER MAIN REHABILITATION
UNIT 2
PIPE BURSTING/OPEN CUT
PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID
2A1 1,674 LF Pipe Bursting, 6"-8" Dia. Pipe
Forty -Seven
Dollars &
No Cents per LF $ 47.00 $ 78,678.00
2B1
35
LF
8" DIP Sewer Pipe,
Open Cut
Sixty
Dollars &
No Cents per LF
$ 60.00
$_2,100.00
2B2
510
LF
8" PVC Sewer Pipe,
6'-10' Deep, Open Cut
Fifty
Dollars &
No Cents per LF
$ 50.00
$ 25.500.00
2C1
10
EA
48" Standard Manhole, 0'-6'
Thousand
Deep
Two Three
Hundred Dollars &
No Cents per EA
$ 2.300.00
$23,000.00
2C2
14
VF
48" Standard Manhole,
Extra Depth over 6'
Two Hundred
Twenty Dollars &
No Cents per VF
$ 220.00
$_3,080.00
8 Bid
City of Fayetteville
Sanitary Sewer Improvements
UNIT 2
PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM OUANTTTY BID PRICES WRITTEN IN.WORDS PRICE BID
2C3 2 EA Shallow Manhole
Two Thousand Five
Hundred Dollars &
No Cents per EA $ 2,500.00 $5,000.00
2D1
1
EA
Install Cleanout,
As Directed by Engineer
Eight Hundred
Dollars &
No Cents per EA
$_800.00
$_800.00
2E1
10
EA
Watertight Manhole Inserts
One Hundred
Dollars &
No Cents per EA
$ 100.00
$ 1,000.00
2F1
18
EA
4" Service Connection,
(Pipe Bursting), External
Nine Hundred
Dollars &
No Cents per EA
$ 900.00
$ 16 200.00
2F2
7
EA
4" Service Connection (Open
Three
Cut)
Hundred
Dollars &
No Cents per EA
$ 300.00
$_2,100.00
9 Bid
City of Fayetteville
Sanitary Sewer Improvements
UNIT 2
PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID
2G1 1 EA 6" Service Connection,
(Pipe Bursting), External
Nine Hundred
Fifty -One Dollars &
No - Cents per EA $_951.00 $ 951.00
2H1 200 LF 4" Service Line
Fifteeen
Dollars &
No _ Cents per LF $ 15.00 $_3.000.00
2H2 4 LF 6" Service Line
Thirty
Dollars &
No _ Cents per LF $ 30.00 $ 120.00
2I1 4 EA Clay Dams
One Hundred
Dollars &
No- Cents per EA $ 100.00 $ 400.00
2J1 2 EA Obstruction Removal,
6" Diameter Sewer Pipe,
0' - 10' Deep
One Thousand Five
Hundred _ Dollars &
No . Cents per EA $1,500.00 $ 3,000,00
10 Bid
City of Fayetteville
Sanitary Sewer Improvements
UNIT 2
PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID
2K1 55 LF Asphalt Pavement Repair
Eighty -Five
Dollars &
No _ Cents per LF $ 85.00 $ 4,675.00
2L1
25 LF
Concrete. Curb and Gutter
Replacement
Thirty
_ Dollars &
No _ Cents per LE
$ 30.00 $ 750.00
2M1
15 LF
Concrete Sidewalk Repair
Thirty -Five
Dollars &
No _ Cents per LE
$ 35.00 $ 525.00
2N1
2 CY
Concrete Encasement,
As Directed by Engineer
One Hundred
Fifty Dollars &
No - Cents per LE
$ 150.00 $ 300.00
2O1
585 LF
Trench Safety
One
_ Dollars &
No Cents per LE
$ 1.00 $ 585.00
11
Bid
City of Fayetteville
Sanitary
Sewer Improvements
UNIT 2
PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM OT NTTTY BID PRICES WRITTEN IN WORDS PRICE BID
2P1 1,674 LF Cleaning and Pre -TV Inspection
Two
Dollars &
Fifty _ Cents per LF $ 2.50 $ 4,185.00
2P2
2,429 LF
Post -Construction TV Inspection
One
Dollars &
No _ Cents per LF $ 1.00 $_2.219.00
2Q1
575 LF
Hydromulch Seeding
Three
_ Dollars &
No _ Cents per LF $ 3.00 $ 1,725.00
2R1
10 EA
Pit Compaction Tests
Seventy --Five
Dollars &
No Cents per EA $ 75.00 $ 750.00
2S1
20 LF
Sag Adjustment for Sewer Pipe
Installed by Pipe Enlargement
one
_Hundred
Fifty _ Dollars &
No - Cents per LE $ 150.00 $ 3.000.00
12 Bid
City of Fayetteville
Sanitary Sewer Improvements
UNIT 2
PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID
2T1 2 CY Rock Excavation
Two Hundred
Dollars &
No Cents per CI $_200.00 $_400.00
2U1 50 TON Rip Rap
Fifty
Dollars &
TOTAL, UNIT 2,
SANITARY SEWER REHABILITATION -
PIPE BURSTING
,n. �•
II CONTRACTORS MAY BID ON UNIT 1, UNIT 2, UNIT 3, OR ALL UNITS.
13 Bid
City of Fayetteville
Sanitary Sewer Improvements
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 for each unit shall be based on the total amount bid for
'that unit.
II, BID CONDITIONS
IIt 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 Rehabilitation for the City
of Fayetteville, AR, and that this total Bid is not to be
construed to be a Lump Sum Bid.
' It is further understood that quantities in the bidding schedule
for unit price items are approximate only, and that payment of a
Contract will be made only on the actual quantities of work
' completed in place, measured on the basis defined in the General
Conditions, Specifications, or other Contract Documents.
There shall be no measurement or separate payment for any items
' not listed and all costs pertaining thereto shall be included in
the unit prices for other items listed in the Proposal.
The undersigned has carefully checked the above bidding schedule
against the Contract Drawings, Specifications, and other Contract
Documents before preparing this Bid and accepts the said
quantities to be substantially correct, both as to classification
and amount, and as correctly listing the complete work to be done
in accordance with the Contract Drawings, Specifications, and
other Contract Documents.
If this Bid is accepted and the undersigned shall fail to
contract as aforesaid and to give the Performance Bond, Labor and
Material Bond, and Maintenance Bond required by the Conditions of
Contract or by law, and to provide all insurance as required by
the Contract Documents within ten (10) days after the date of the
notice of award of the Contract, the Owner may, at his option,
determine that the Bidder has abandoned his Contract, and
thereupon this proposal and the acceptance thereof shall be null
and void, and the forfeiture of such security accompanying this
proposal shall operate and the same shall be the property of the
' Owner as liquidated damages.
The undersigned agrees to fully complete all work covered by this
Bid to the point of substantial completion in 160 working days
for Unit 1, 190 working days for Unit 2, and in 150 working days
for Unit 3. The undersigned further agrees to fully complete all
work covered by this Bid to the point of final acceptance by the
' Owner in 190 working days for Unit 1, in 220 working days for
Unit 2, and in 180 working days for Unit 3. The contract times
referenced to above shall commence on the issuance by the Owner
of Notices to Proceed. If the undersigned fails to complete the
16 Bid
City of Fayetteville
' Sanitary Sewer Improvements
' work within the contract time, or extension of time granted by
the Owner for unavoidable delays, then the undersigned shall pay
Ito the Owner liquidated damages for each calendar day beyond the
day stipulated in the Contract Documents.
By submission of this Bid, the undersigned certifies, and in the
case of a joint bid, each party thereto certifies as to his own
organization, that in connection with the proposal:
IA. The prices in the proposal have been arrived at
independently, without consultation, communication, or
agreement, for the purpose of restricting competition, as to
any matter relating to such prices with any other bidder or
with any competitor;
B. Unless otherwise required by law, the prices which have been
quoted in the bid have not knowingly been disclosed by the
Bidder prior to opening, directly or indirectly to any other
Bidder or to any competitor; and,
C. No attempt has been made or will be made by the Bidder to
induce any other person or firm to submit or not submit a
bid for the purpose of restricting competition.
D. He is the person in the Bidder's organization responsible
within that organization for the decision as to the prices
being bid and shall also certify that he has not
participated, and will not participate in any action
contrary to Paragraphs A through C above.
E. He is not the person in the Bidder's organization
responsible within that organization for the decision as to
the prices being bid but that he has been authorized to act
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.
Accompanying this Bid is a- in the amount of
Dollars.
(S )
Note: The total amount of Bid security shall be based on the
Total Bid of this Contract.
17 Bid
City of Fayetteville
Sanitary Sewer Improvements
IV. BIDDER'S SIGNATURE
A. An Individual
By (SEAL)
Individual's Name
doing business as
Business address:
Phone No.:
B. A Partnership
By
(Firm Name) (SEAL)
(General Partner)
Business address:
Phone No.:
C. A corporation
By
(Corporation Name)
(State of Incorporation)
By
(Name of Person Authorized to Sign)
(Title)
(Corporate Seal)
Attest
(Secretary)
Business address:
Phone No.:
18 Bid
City of Fayetteville
Sanitary Sewer Improvements
By
(Name)
(Address)
By
(Name)
(Address)
(Each joint venturer must sign. The manner of signing for each
individual, partnership and corporation that is a party to the
joint venture should be in the manner indicated above).
Subscribed and sworn to before me this
, 199_.
day of
_Notary Public
19 Bid
City of Fayetteville
Sanitary Sewer Improvements
' BID BOND
' KNOW ALL MEN BY THESE PRESENTS, That we
(hereinafter called the Principal) and
(hereinafter called the Surety), a corporation chartered and
existing under the laws of the State of
with its principal office in City of
' and authorized to do business in the State of Arkansas are held
and firmly bound unto the City of Fayetteville, AR (hereinafter
called the Owner), in the full and just sum of
Dollars ($ ) good and
I 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.
I
I
WHEREAS, the Contractor desires
Iwith law, in lieu of a certifie
required to accompany this Bid.
WHEREAS, the Principal is about to submit, or has submitted to
the Owner, a Bid for furnishing all labor, materials, equipment
and incidentals necessary to perform Sanitary Sewer Main
Rehabilitation, White River Watershed, and Illinois River
Watershed, Contract II, as described in these Contract Documents,
d
to file this bond in accordance
bidder's check otherwise
' NOW, THEREFORE: The conditions of this obligation are such that
if the Bid is accepted, the Principal shall, within ten (10) days
after the date of receipt of a written notice of award of
contract, execute a contract in accordance with the Bid and upon
the terms, conditions and price(s) set forth therein, of form and
manner required by the Owner, and execute a sufficient and
satisfactory contract Performance Bond, Labor and Material Bond,
' and Maintenance Bond, each payable to the Owner, in an amount of
One Hundred Percent (100%) of the total Contract price in form
and with security satisfactory to said Owner, then this
obligation to be void; otherwise to be and remain in full force
and virtue in law; and the Surety shall, upon failure of the
Principal to comply with any or all of the foregoing requirements
within the time specified above, immediately pay to the aforesaid
Owner, upon demand, the amount hereof in good and lawful money of
the United States of America not as a penalty but as liquidated
damages.
I
[1
' Bid Bond
1 City of Fayetteville
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
, 1998.
Principal
I
FY1
Surety
(Seal)
Countersigned
Local Resident Producing Agent for
I
Bid Bond
City of Fayetteville
Sanitary Sewer Improvements
2
SUBCONTRACTORS
List of Major Subcontractors
The Bidder expressly agrees that:
1. If awarded a Contract as a result of this Bid, the major
subcontractors used in the prosecution of the work will be
those listed below, and
2. The following list includes all subcontractors who will
perform work representing approximately five percent or more
of the Total Bid.
3. The Bidder represents that the subcontractors listed below
are financially responsible and are qualified to perform the
work required.
Category Name of Subcontractor Address Preaualified
Subcontractors
City of Fayetteville
1 Sanitary Sewer Improvements
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.
(1)
(2)
(3)
I
1 (4)
(5)
(6)
(7)
Statement of Experience
City of Fayetteville
1 Sanitary Sewer Improvements
The Bidder shall state below the current projects which he is
currently under contract, dollar value of contracts, and estimated
time of completion.
Estimated Percent
Date of Currently
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
(9)
Statement of Commitment
City of Fayetteville
1 Sanitary Sewer Improvements
UNIT 3 BID PROPOSAL
INSITUFORM. INC.
[1
I
I
I
CITY OF FAYETTEVILLE, AR
i4
SANITARY SEWER MAIN REHABILITATION
WHITE RIVER WATERSHED AND ILLINOIS RIVER WATERSHED
CONTRACT II
MINISYSTEMS 13B,
I
15
&
18B/C
BASINS 10,12,
20,
&
21
I
I
I
I
I
I
I
I
I
I
I
I
I
.- - - t.. —uaSilliJe
Date May 5. 1998
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., , 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.
Bidder agrees to perform all the work described in the Contract
Document for the following unit prices.
Note: Bids shall include sales tax and all other
applicable taxes.
Addendum No. 1 1 Bid
City of Fayetteville
Sanitary Sewer Improvements
PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID
3A1 2,000 LF Lining of 6" Dia. Sewer
Forty -Six
Dollars &
No Cents per LF $ 46.00 $ 92,000.00
3A2
2,000
LF
Lining of
Forty -Four
8" Dia. Sewer
Dollars &
No
Cents per LE $ 44.00
$_88,000.00
3A3
500
LF
Lining of
12" Dia. Sewer
Sixty -One
Dollars &
No
Cents per LF $ 61.00
$ 30.500.00
3B1
15
EA
Service Connection,
Internal,
per Section D2-13
Four Hundred
Dollars &
No
Cents per EA $ 400.00
$ 6.000.00
3C1
1,125
LF
Cleaning
Three
and Pre -TV Inspection
Dollars &
Fifty
Cents per LF $ 3.50
$_3,937.50
Addendum No. 1
14
Bid
City of Fayetteville
Sanitary Sewer Improvements
UNIT 3
'PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM OUANTITY BID PRICES WRITTEN IN WORDS PRICE BID
3C2 4,500 LF Post -Construction TV Inspection
One
' Dollars &
No Cents per LF $ 1.00 $ 4,500.00
1
' 3D1 3 EA Standard Mobilization
One Thousand
' Dollars &
No Cents per EA $ 1,000.00 $ 3.000.00
' 3D2 1 EA Emergency Mobilization
One Thousand
Dollars &
No Cents per EA $ 1.00 $_1,000.00
TOTAL, UNIT 3 $_228,937.50
SANITARY SEWER REHABILITATION -
LINING - TERM CONTRACT Two Hundred Twenty -Eight Thousand
Nine Hundred Thirty -Seven Dollars
and Fifty Cents
(in writing)
CONTRACTORS MAY BID ON UNIT 1, UNIT 2, UNIT 3, OR ALL UNITS.
Addendum No. 1 15 Bid
City of Fayetteville
'
Sanitary Sewer Improvements
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 for each unit shall be based on the total amount bid for
that unit.
II. BID CONDITIONS
It is expressly understood and agreed that the preceding total
Bid is the basis for establishing the amount of the Bid security
on this Bid for Sanitary Sewer Main Rehabilitation for the City
of .Fayetteville, AR, and that this total Bid is not to be
construed to be a Lump Sum Bid.
' It is further understood that quantities in the bidding schedule
for unit price items are approximate only, and that payment of a
Contract will be made only on the actual quantities of work
' completed in place, measured on the basis defined in the General
Conditions, Specifications, or other Contract Documents.
There shall be no measurement or separate payment for any items
' not listed and all costs pertaining thereto shall be included in
the unit prices for other items listed in the Proposal.
' The undersigned has carefully checked the above bidding schedule
against the Contract Drawings, Specifications, and other Contract
Documents before preparing this Bid and accepts the said
quantities to be substantially correct, both as to classification
' and amount, and as correctly listing the complete work to be done
in accordance with the Contract Drawings, Specifications, and
other Contract Documents.
' If this Bid is accepted and the undersigned shall fail to
contract as aforesaid and to give the Performance Bond, Labor and
Material Bond, and Maintenance Bond required by the Conditions of
' Contract or by law, and to provide all insurance as required by
the Contract Documents within ten (10) days after the date of the
notice of award of the Contract, the Owner may, at his option,
determine that the Bidder has abandoned his Contract, and
thereupon this proposal and the acceptance thereof shall be null
and void, and the forfeiture of such security accompanying this
proposal shall operate and the same shall be the property of the
Owner as liquidated damages.
.The undersigned agrees to fully complete all work covered by this
' Bid to the point of substantial completion in 160 working days
for Unit 1, 190 working days for Unit 2, and in 150 working days
for Unit 3. The undersigned further agrees to fully complete all
work covered by this Bid to the point of final acceptance by the
' Owner in 190 working days for Unit 1, in 220 working days for
Unit 2, and in 180 working days for Unit 3. The contract times
referenced to above shall commence on the issuance by the Owner
' of Notices to proceed. If the undersigned fails to complete the
16 Bid
City of Fayetteville
Sanitary Sewer Improvements
work within the contract time, or extension of time granted by
the Owner for unavoidable delays, then the undersigned shall pay
Ito the Owner liquidated damages for each calendar day beyond the
day stipulated in the Contract Documents.
By submission of this Bid, the undersigned certifies, and in the
' case of a joint bid, each party thereto certifies as to his own
organization, that in connection with the proposal:
IA. The prices in the proposal have been arrived at
independently, without consultation, communication, or
agreement, for the purpose of restricting competition, as to
' any matter relating to such prices with any other bidder or
with any competitor;
B. Unless otherwise required by law, the prices which have been
' quoted in the bid have not knowingly been disclosed by the
Bidder prior to opening, directly or indirectly to any other
Bidder or to any competitor; and,
' C. No attempt has been made or will be made by the Bidder to
induce any other person or firm to submit or not submit a
'bid for the purpose of restricting competition.
D. He is the person in the Bidder's organization responsible
within that organization for the decision as to the prices
' being bid and shall also certify that he has not
participated, and will not participate in any action
contrary to Paragraphs A through C above.
' E. He is not the person in the Bidder's organization
responsible within that organization for the decision as to
the prices being bid but that he has been authorized to act
' 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.
III. BID SECURITY
' Accompanying this Bid is a- in the amount of
Dollars.
cs )
Note: The total amount of Bid security shall be based on the
Total Bid of this Contract.
I
H
17
I
City of
Sanitary Sewer
Bid
Fayetteville
Improvements
IV. BIDDER'S SIGNATURE
A. An Individual
By (SEAL)
(Individual's Name)
doing business as
Business address:
Phone No.:
B. A Partnership
By
(Firm Name) (SEAL)
(General Partner)
Business address:
Phone No.:
C. A Corporation
By
(Corporation Name)
(State of Incorporation)
LO
(Name of Person Authorized to Sign)
(Title)
(Corporate Seal)
Attest
(Secretary)
Business address:
Phone No.:
18 Bid
City of Fayetteville
Sanitary Sewer Improvements
(Address)
By
(Name)
(Address)
(Each joint venturer must sign. The manner of signing for each
individual, partnership and corporation that is a party to the
joint venture should be in the manner indicated above).
Subscribed and sworn to before me this - day of
1199.
Notary Public
19 Bid
City of Fayetteville
Sanitary Sewer Improvements
I
BID BOND
KNOW ALL MEN BY THESE PRESENTS, That we
(hereinafter called the Principal) and
(hereinafter called the Surety), a corporation chartered and
existing under the laws of the State of
with its principal office in City of
and authorized to do business in the State of Arkansas are held
and firmly bound unto the City of Fayetteville, AR (hereinafter
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,
1 executors, administrators, and assigns, jointly and severally and
firmly by the presents.
WHEREAS, the Principal is about to submit, or has submitted to
the Owner, a Bid for furnishing all labor, materials, equipment
and incidentals necessary to perform Sanitary Sewer Main
Rehabilitation, White River Watershed, and Illinois River
Watershed, Contract II, as described in these Contract Documents,
WHEREAS, the Contractor desires to file this bond in accordance
• with law, in lieu of a certified bidder's check otherwise
• required to accompany this Bid.
NOW, THEREFORE: The conditions of this obligation are such that
if the Bid is accepted, the Principal shall, within ten (10) days
after the date of receipt of a written notice of award of
' contract, execute a contract in accordance with the Bid and upon
the terms, conditions and price(s) set forth therein, of form and
manner required by the Owner, and execute a sufficient and
satisfactory contract Performance Bond, Labor and Material Bond,
and Maintenance Bond, each payable to the owner, in an amount of
One Hundred Percent (100%) of the total Contract price in form
and with security satisfactory to said Owner, then this
obligation to be void; otherwise to be and remain in full force
and virtue in law; and the Surety shall, upon failure of the
Principal to comply with any or all of the foregoing requirements
within the time specified above, immediately pay to the aforesaid
1. 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.
L
Bid Bond
1 City of Fayetteville
1 Sanitary Sewer Improvements
El
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
1998.
' Principal
• By
• (Seal)
ISurety
(Seal)
' Countersigned
Local Resident Producing Agent for
i
I
I
I
I
I
I
I
Bid Bond
City of Fayetteville
Sanitary Sewer Improvements 2
List of Major Subcontractors
The Bidder expressly agrees that:
1. If awarded a Contract as a result of this Bid, the major
subcontractors used in the prosecution of the work will be
those listed below, and
2. The following list includes all subcontractors who will
perform work representing approximately five percent or more
of the Total Bid.
3. The Bidder represents that the subcontractors listed below
are financially responsible and are qualified to perform the.
work required.
Category Name of Subcontractor Address Preoualified
I
ii
Subcontractors
City of Fayetteville
1 Sanitary Sewer Improvements
I
STATEMENT OF EXPERIENCE OF BIDDER
The Bidder shall state below the work of similar magnitude or
character which he has done, and shall give reference to his
experience, skill and business standing and of his ability to
conduct the work as completely and as rapidly as required under
the terms of the contract. References shall include the name and
telephone number of the project representative to be contacted.
Project and Location Reference
(1)
(2)
I
1 (4)
1 (5)
(6)
(7)
I
I
I
I
1
Statement of Experience
City of Fayetteville
1 Sanitary Sewer Improvements
The Bidder shall state below the current projects which he is
currently under contract, dollar value of contracts, and estimated
time of completion.
Estimated Percent
Date of Currently
Project and Location Dollar Value Completion Complete
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
(9)
Statement of commitment
City of Fayetteville
1 Sanitary Sewer Improvements
UNIT 1 AGREEMENT
JONES BROS. , INC.
CITY OF FAYETTEVILLE, ARKANSAS
AGREEMENT
SANITARY SEWER MAIN REHABILITATION
WHITE RIVER WATERSHED AND ILLINOIS RIVER WATERSHED
MINISYSTEMS 13B, 15 & 18B/C AND BASINS 10, 12, 20, & 21
CONTRACT II
UNIT 1
THIS AGREEMENT, made this _____ day of�, 1998,
by and between the City of Fayetteville, Arka as, a municipal
corporation, hereinafter called the Owner, and Jones Bros. Inc.
hereinafter called the Contractor.
WITNESSETH:
WHEREAS, the Owner has heretofore solicited Bids for all the work
and improvements for the doing of all things included within the
hereinafter specified Sanitary Sewer Main Rehabilitation, White
River Watershed, Minisystems 13B, 15 & 18B/C and Illinois River
Watershed, Basins 10, 12, 20, & 21, Contract II.
WHEREAS, the Owner did on the day of , 1998 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:
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
Rehabilitation, White River Watershed Minisystems 13B, 15 & 18B/C
and Illinois River Watershed, Basins 10, 12, 20, & 21,
Contract II. All in full accordance with and in compliance with
and as required by the hereinafter specified Contract Documents
and any addenda for said work, and to do, at his own cost and
expense, all other things required of the Contractor by said
Contract Documents for said work.
The Contract Documents are defined in the General Conditions.
1 Agreement
City of Fayetteville
Sewer System Improvements
11
The Contractor agrees to receive and accept the attached contract
unit prices and/or lump sum prices as full compensation for
furnishing all materials and equipment for doing all the work
contemplated and embraced in this Agreement; also for all loss or
damage arising out of the nature of the work aforesaid, or from
the action of the elements, or from any unforeseen difficulties
or obstructions which may arise or be encountered in the
prosecution of the work until its acceptance by the Owner, and
for all risks of every description connected with the work; also
for well and faithfully completing the work, and the whole
thereof, in the manner and according to and in compliance with
the Contract Documents and the requirements of the Engineer under
them, also for any and all things required by the Contract
Documents.
The Contractor shall, and agrees to, pay exc
as described in the General Conditions.
The Contractor shall, and agrees to, pay for
or actual damages if the Contractor fails to
within the specified time in accordance with
Conditions.
:ss engineering costs
liquidated damages
complete the project
the General
I
The Contractor agrees to commence work under this Agreement
within ten calendar days of receipt of written Notice to Proceed
and to complete all work included in this Contract to the point
of substantial completion in 160 working days. The contractor
further agrees to complete all work to the point of final
acceptance by the Owner in 190 working days.
2 R
The Contractor shall, and agrees to, furnish and deliver to the
Owner, the Faithful Performance Bond, the Contractor's Labor and
Material Borid, the Maintenance Bond and the insurance
certificates and policies of insurance required of him by
provisions of the Contract Documents, and to do, prior to
starting work., all other things which are required of him by the
Contract ;Documents as a prerequisite of starting work.
1
I
I
Agreement 2
City of Fayetteville
Sewer System Improvements
I
I
I
I
I
The Owner agrees with said Contractor to employ, and does hereby
employ, the said Contractor to provide the materials and do all
the work, and do all other things hereinabove contained or
referred to, for the prices aforesaid, and hereby contracts to
pay the same at the time, in the manner and upon the conditions
set forth or referred to in the Contract Documents; and the said
parties for themselves, their heirs, executors, administrators,
successors and assigns, do hereby agree to the full performance
of the covenants herein contained.
There shall be no measurement or separate payment for any items
not listed and all costs pertaining thereto shall be included in
the Contract unit prices for other items listed.
IN WITNESS WHEREOF, the parties hereto have caused this
Instrument to be executed in three original counterparts the day
;and year first above written.
1
' "Attest:
b1?LL
(Contractor)
By �� v
Name Wm. R. Slinkard Name M F Huhhard
(please type)
(please type)
Title
Vice President Title V;ra Dr '
- r
aE k
(SEAL) 4::.. .;i t• $
CITY OF FAYETTEVILLE, AR l ''yr'af.'
•
Attest: BY
Name #e/7,v&,& spaop wP c Name 10EgW HAt IA
(please type)
(please type)
Title (dry CGneAC Title /71A✓oQ
3 Agreement
City of Fayetteville
Sewer System Improvements
ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND
If
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 Minisystems 13B, 15 & 18B/C
and Illinois River Watershed, Basins 10, 12, 20, & 21,
Contract II, 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 State of Arkansas. No suit, action or proceeding
shall be brought on this bond except by the Owner after six
' months from the date final payment is made on the Contract, nor
shall any suit, action or proceeding be brought by the Owner
after two years from the date on which the final payment under
the Contract falls due.
' Any alterations which may be made in the terms of the
Contract, or in the work to be done under it, or the giving by
the Owner of any extension of time for the performance of the
contract, or any other forbearance on the part of either the
Owner or the Principal to the other shall not in any way release
the Principal and the Surety or Sureties, or either or any of
them, their heirs, personal representatives, successors or
assigns from their liability hereunder, notice to the Surety or
Sureties of any such alteration, extension or forbearance being
' hereby waived.
1 Performance Bond
' City of Fayetteville
Sanitary Sewer Improvements
In no event shall the aggregate liability of the Surety
exceed the sum set out herein.
Executed on. this day of , 1998.
Principal
0
Surety
By
Attorney -in -fact
Performance Bond 2
City of Fayetteville
Sanitary Sewer Improvements
MAINTENANCE BOND BOND NUMBER
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 Obligee), in the full and just sum of
I
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 (Seal)
Maintenance Bond
City of Fayetteville
Sanitary Sewer Improvements
I
I
I
I
L
I
I
I
I
I
I
El
I
I
I
I
I
I
UNIT 2 AGREEMENT
T -G EXCAVATING., INC.
I
I
I
L
I
I
I
I
n
I
I
I
C
H
C
H
I
CITY OF FAYETTEVILLE, ARKANSAS
AGREEMENT
SANITARY SEWER MAIN REHABILITATION
WHITE RIVER WATERSHED AND ILLINOIS RIVER WATERSHED
MINISYSTEMS 13B, 15 & 18B/C AND BASINS 10, 12, 20, & 21
CONTRACT II
UNIT 2
THIS AGREEMENT, made this 2 day of a , 1998,
by and between the City of Fayetteville, Ark say, a municipal
corporation, hereinafter called the Owner, and T -G Excavatinu.
Inc hereinafter called the Contractor.
WITNESSETH:
WHEREAS, the Owner has heretofore solicited Bids for all the work
and improvements for the doing of all things included within the
hereinafter specified Sanitary Sewer Main Rehabilitation, White
River Watershed, Minisystems 13B, 15 & 18B/C and Illinois River
Watershed, Basins 10, 12, 20, & 21, Contract II.
WHEREAS, the Owner did on the 5 day of M____� __-, 1998 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:
]
�.• � �\mil I„'l�.ai\�4� � _� _� � \ i • L� • y
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
Rehabilitation, White River Watershed Minisystems 13B, 15 & 18B/C
and Illinois River Watershed, Basins 10, 12, 20, & 21,
Contract II. All in full accordance with and in compliance with
and as required by the hereinafter specified Contract Documents
and any addenda for said work, and to do, at his own cost and
expense, all other things required of the Contractor by said
Contract Documents for said work.
The Contract Documents are defined in the General Conditions.
Agreement
City of Fayetteville
Sewer System Improvements
I
The Contractor agrees to receive and accept the attached contract
unit prices and/or lump sum prices as full compensation for
furnishing all materials and equipment for doing all the work
contemplated and embraced in this Agreement; also for all loss or
damage arising out of the nature of the work aforesaid, or from
the action of the elements, or from any unforeseen difficulties
or obstructions which may arise or be encountered in the
prosecution of the work until its acceptance by the Owner, and
for all risks of every description connected with the work; also
for well and faithfully completing the work, and the whole
thereof, in the manner and according to and in compliance with
the Contract Documents and the requirements of the Engineer under
them, also for any and all things required by the Contract
Documents.
ARTICLE TV LIQUIDATED DAMAGES OR ACTUAL DAMAGES AND EXCESS
ENGINEERING COSTS
The Contractor shall, and agrees to, pay excess engineering costs
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 190 working days. The contractor
further agrees to complete all work to the point of final
acceptance by the owner in 220 working days.
The,Contractor shall, and agrees to, furnish and deliver to
Owner, the .Faithful Performance Bond, the Contractor's Labor
Material Bond; the Maintenance Bond and the insurance
certificates;cand 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 b
Contract Documents as a prerequisite of starting work.
I
I
I
I
I
1J
I
L
L
y
the
and '
the •,
1
I
1
Agreement 2
City of Fayetteville
Sewer System Improvements
F
II
II
I
I
I
II
I
71
I
I
L1
C
I
LJ
H
I
The owner agrees with said Contractor to employ, and does hereby
employ, the said Contractor to provide the materials and do all
the work, and do all other things hereinabove contained or
referred to, for the prices aforesaid, and hereby contracts to
pay the same at the time, in the manner and upon the conditions
set forth or referred to in the Contract Documents; and the said
parties for themselves, their heirs, executors, administrators,
successors and assigns, do hereby agree to the full performance
of the covenants herein contained.
There shall be no measurement or separate payment for any items
not listed and all costs pertaining thereto shall be included in
the contract unit prices for other items listed.
IN WITNESS WHEREOF, the parties hereto have caused this
Flnstrument to be executed in three original -counterparts the day
and 'year. first above written.
(Contractor)
Attest: By
Name Lf) RRy II. /'/At/6 y Name SRi✓nie n K. h'eaR n v&,
(please type)
(please type)
Title _EGReTA__ Title ieEsIoEflr `. :}: .
It 1i �yR>i•�J JUµ C,� •..�
t � .� ty j f:
(SEAL) 41i, vt�.jt.°fyT!'
CITY OF FAYETTEVILLE, AR
aw � ..
Attest: XAI By
Name tin 2Name FZt?7 d.gu/.0
(please type)
(please type)
Title CIYr CLeAK Title ____ __
City of
Sewer System
Agreement
Fayetteville
Improvements
I
ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND
' We
as Principal, hereinafter called Principal, and
a corporation organized and existing under the laws of the State
' of Arkansas and authorized to do business in the State of
Arkansas, as Surety, hereinafter called Surety, are held and
firmly bound unto as
Obligee, 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 Minisystems 13B, 15 & 18B/C
and Illinois River Watershed, Basins 10, 12, 20, & 21,
Contract II, 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
I priority, then this obligation shall be null and void; otherwise
it shall remain in full force and effect.
No suit, action or proceeding shall be brought on this bond
outside the State of Arkansas. No suit, action or proceeding
shall be brought on this bond except by the Owner after six
' months from the date final payment is made on the contract, nor
shall any suit, action or proceeding be brought by the Owner
after two years from the date on which the final payment under
the contract falls due.
' Any alterations which may be made in the terms of the
Contract, or in the work to be done under it, or the giving by
the Owner of any extension of time for the performance of the
contract, or any other forbearance on the part of either the
Owner or the Principal to the other shall not in any way release
the Principal and the Surety or Sureties, or either or any of
them, their heirs, personal representatives, successors or
assigns from their liability hereunder, notice to the Surety or
Sureties of any such alteration, extension or forbearance being
hereby waived.
1 Performance Bond
' city of Fayetteville
Sanitary Sewer Improvements
In no event shall the aggregate liability of the Surety
exceed the sum set out herein.
Executed on this day of , 1998.
Principal
By.
Surety
By
Attorney -in -fact
Performance Bond 2
City of Fayetteville
Sanitary Sewer Improvements
r:`* i''i s .1i
KNOW T.T.AHEN 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 Obligee), in the full and just sum of
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 (Seal)
1 Maintenance Bond
City of Fayetteville
Sanitary Sewer Improvements
UNIT 3 AGREEMENT
INSITUFORM, INC.
I
I
I
I
I
I
I
I
I
I
I
II
Li
C
1
II
CITY OF FAYETTEVILLE, ARKANSAS
SANITARY SEWER MAIN REHABILITATION
WHITE RIVER WATERSHED AND ILLINOIS RIVER WATERSHED
1ISYSTEMS 13B, 15 & 18B/C AND BASINS 10, 12, 20, & 21
CONTRACT II
UNIT 3
THIS AGREEMENT, made this 2x day of Lt- , 1998,
by and between the City of Fayetteville, Arka sas, a municipal
corporation, hereinafter called the Owner, and Insituform Texark, Inc.
hereinafter called the Contractor.
WITNESSETH:
WHEREAS, the Owner has heretofore solicited Bids for all the work
and improvements for the doing of all things included within the
hereinafter specified Sanitary Sewer Main Rehabilitation, White
River Watershed, Minisystems 13B, 15 & 18B/C and Illinois River
Watershed, Basins 10, 12, 20, & 21, contract II.
WHEREAS, the Owner did on the day of , 1998 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:
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
Rehabilitation, White River Watershed Minisystems 13B, 15 & 18B/C
and Illinois River Watershed, Basins 10, 12, 20, & 21,
Contract II. All in full accordance with and in compliance with
and as required by the hereinafter specified Contract Documents
and any addenda for said work, and to do, at his own cost and
expense, all other things required of the Contractor by said
Contract Documents for said work.
The Contract Documents are defined in the General Conditions.
• City of
• Sewer System
Agreement
Fayetteville
Improvements
pssoieass—
•� :V• A
The Contractor agrees to receive and accept the attached contract
unit prices and/or lump sum prices as full compensation for
furnishing all materials and equipment for doing all the work
contemplated and embraced in this Agreement; also for all loss or
damage arising out of the nature of the work aforesaid, or from
the action of the elements, or from any unforeseen difficulties
or obstructions which may arise or be encountered in the
prosecution of the work until its acceptance by the owner, and
for all risks of every description connected with the work; also
for well and faithfully completing the work, and the whole
thereof, in the manner and according to and in compliance with
the Contract Documents and the requirements of the Engineer under
them, also for any and all things required by the Contract
Documents.
The Contractor shall, and agrees to, pay excess engineering costs
as described in the General Conditions.
' The Contractor shall, and agrees to, pay for liquidated damages
or actual damages if the Contractor fails to complete the project
within the specified time in accordance with the General
' Conditions.
ARTICLE. V - STARTING AND COMPLETION
' The Contractor agrees to commence work under this Agreement
within ten calendar days of receipt of written Notice to Proceed
and to complete all work included in this Contract to the point
' of substantial completion in 150 working days. The
contractor further agrees to complete all work to the point of
final acceptance by the Owner in 180 working days.
I
The Contractor shall, and agrees to, furnish and deliver to the
Owner, the Faithful Performance Bond, the Contractor's Labor and
Material Bond, the Maintenance Bond and the insurance
' certificates and policies of insurance required of him by
provisions of the Contract Documents, and to do, prior to
starting work, all other things which are required of him by the
Contract Documents as a prerequisite of starting work.
I
I
I
Agreement
City of Fayetteville
Sewer System Improvements
I
ARTICLE VI - PAYMENTS TO CONTRACTOR
The Owner agrees with said Contractor to employ, and does hereby
' employ, the said Contractor to provide the materials and do all
the work, and do all other things hereinabove contained or
referred to, for the prices aforesaid, and hereby contracts to
pay the same at the time, in the manner and upon the conditions
set forth or referred to in the Contract Documents; and the said
parties for themselves, their heirs, executors, administrators,
successors and assigns, do hereby agree to the full performance
of the covenants herein contained.
There shall be no measurement or separate payment for any items
' not listed and all costs pertaining thereto shall be included in
the Contract unit prices for other items listed.
' IN WITNESS WHEREOF, the parties hereto have caused this
Instrument to be executed in three original counterparts the day
and year first above written.
'(SEAL')
1NSYTUF0RN TEXARK, INC.
Contractor)
Attes o
Name oann Smith
(please type)
(please type)
' Title Assistant Secretary
I
I
C
I
I
(SEAL)
CITY OF FAYETTEVILLE, AR
Title President
r Z) '�( �1 A' I f
I ,
Attest: 1 By L=�`l�'� 3 �i
Name A/p797,q&p tooe,&P.� FGOL Name Fp..j /��yWIAOg
(please type)
(please type)
3
•' City of
Sewer System
Agreement
Fayetteville
Improvements
ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND
We
as Principal, hereinafter called Principal, and
a corporation organized and existing under the laws of the State
of Arkansas and authorized to do business in the State of
Arkansas, as Surety, hereinafter called Surety, are held and
firmly bound unto as
Obligee, 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.
Li
I
II
I
I
Principal has by written agreement dated entered
into a contract with owner for Sanitary Sewer Main
Rehabilitation, White River Watershed Minisystems 13B, 15 & 18B/C
and Illinois River Watershed, Basins 10, 12, 20, & 21,
Contract II, 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 State of Arkansas. No suit, action or proceeding
shall be brought on this bond except by the Owner after six
months from the date final payment is made on the contract, nor
shall any suit, action or proceeding be brought by the Owner
after two years from the date on which the final payment under
the Contract falls due.
' Any alterations which may be made in the terms of the
Contract, or in the work to be done under it, or the giving by
' the Owner of any extension of time for the performance of the
contract, or any other forbearance on the part of either the
Owner or the Principal to the other shall not in any way release
the principal and the Surety or Sureties, or either or any of
them, their heirs, personal representatives, successors or
assigns from their liability hereunder, notice to the Surety or
Sureties of any such alteration, extension or forbearance being
hereby waived.
1 Performance Bond
City of Fayetteville
Sanitary Sewer Improvements
In no event shall the aggregate liability of the Surety
exceed the sum set out herein.
Executed on this day of , 1998.
Principal
By
Surety
By
Attorney -in -fact
Performance Bond 2
City of Fayetteville
Sanitary Sewer Improvements
II
I
I
MAINTENANCE BOND
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
I
hereinafter called the Obligee), in the full and just sum of
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
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
(Seal)
Witness as to
1 Maintenance Bond
City of Fayetteville
Sanitary Sewer Improvements
TABLE OF CONTENTS
FOR
GENERAL CONDITIONS
SUBJECT
PAGE
A
DEFINITIONS ••1
B
CONTRACT DOCUMENTS: DEFINITIONS. . .
. . . .
6
C
PRELIMINARY MATTERS . . . . . . . . .
. . . .
8
D
CONTRACT DOCUMENTS: INTENT AND REUSE
. . . .
11
E
AVAILABILITY OF LANDS; PHYSICAL CONDITIONS;
REFERENCE POINTS .
14
F
BONDS AND INSURANCE
18
G
CONTRACTOR'S RESPONSIBILITIES . . . .
. . . .
29
H
OTHER WORK.
43
I
OWNER'S RESPONSIBILITIES. . . . . . .
. . . .
45
J
ENGINEER'S STATUS DURING CONSTRUCTION
. . . .
46
K
CHANGES IN WORK
50
L
CHANGES IN CONTRACT PRICE . •a . . .
. . a.
52
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. .
. . . .
79
Q
ARBITRATION . . . . . . . . . . . . .
. . . .
83
R
LIQUIDATED DAMAGES OR ACTUAL DAMAGES
FOR DELAY . . . . . . . . . . . . . .
. . . .
85
S
EXCESS ENGINEERING COSTS. . . . . . .
. . a
87
T
MISCELLANEOUS
88
i
INDEX TO GENERAL CONDITIONS
Page
Paragraph
Number
Number
Acceptance
0.12
76
Access to the Work
N.2
63
Addenda, definition of
A.1
1
Agreement, definition of
A.2, B.3.a
1,6
All Risk Insurance
F.2.a
19
Amendment, Written
A.41, D.2 5,12
Application for Progress
Payment Request
0.2
68
Arbitration
Q
83
As Directed, definition of
A.3
1
As Shown, definition of
A.4
1
Availability of Lands
E.1
14
Avoidable Delays
M.2.a
61
Award, Notice of, definition of
A.23
3
Before Starting Construction
C.5
8
Bid, definition of
A.5
1
Bidder, definition
A.6
1
Bidding Documents
B.2
6
Bonds and Insurance
F.1, F.2
18,19
Bonds, definition of
A.7
1
Bonds, delivery of
C.1, F.1
1 8,18
Bonds, Performance and Other
B.3.b,
F.1 7,18
Cash Allowances
L.6
58
Certificate of Insurance
F.2.c
22
Changes in Contract Price
L
47
Changes in Contract Time
M
60
Change Order, definition of
A.8
1
Change Orders, Engineer's
Responsibility
3.5
47
Change Orders, to be Executed
K.4
45
Changes in Work
K
45.
Claims, Waiver of, on Final Payment
0.14
78
Clarifications and interpretations.
3.4
46
Cleaning
G.10.b
36
Completion
0
68
Completion, Substantial
0.8
73
Commencement of Contract Time
C.3
8
Conditions of Contract
8.4
7
Conference, Pre -Construction
C.6
9
Conflict, Error, Discrepancy -
Contractor to Report
C.5.a,
D.l.c 8,11
Construction Machinery, Equipment, etc.
G.2.b
30
ii
I
II
I
I
I
I
I
I
I
I
Continuing the Work
Contract Documents - Amending and
Supplementing
Contract Documents, definition of
Contract Documents, Discrepancies and
Omissions
Contract Documents: Intent and Reuse
Contract Documents: Titles and Headings
Contract Price, Change of
Contract price, definition of
Contract Time, Change of
Contract Time, Commencement of
Contract Time, definition of
Contractor, definition of
Contractor May Stop Work or Terminate
Contractor's Continuing Obligation
Contractor's Duty to Report
Discrepancy in Documents
Contractor's Fee, Costs Plus
Contractor's Liability Insurance
Contractor's Responsibilities -
in General
Contractor's Warranty of Title
Contractor's - Other
Contractual Documents
Contractual Liability Insurance
Coordinating Contractor, definition of
Coordination
Copies of Documents
Correction or Removal 'of Defective Work
Correction Period, One Year
Correction, Removal or Acceptance of
Defective Work - in General
Cost, Net Decrease
Cost of Work
Costs, Supplemental
G. 15
D.2
A.9, B
D.4
D.1
D.5
L
A. 10
M
C.3
A.11
A.12
P.3
O.13
C.5.a,D.l.b
L.5.a
F.2.a
G
O.6
H
B.3
F.2.a
11.2
11.2
C.2
N.6
N.7
N.6 thru N.9
L.5.a. (2)
L.4,O.4
L.4,a,(5)
Day, definition of A.13
Defective, definition of A.14
Defective Work, Acceptance of N.8
Defective Work, Correction or Removal of N.6
' Defective Work, Rejecting J.6
Definitions A
Delays 11.2, M.3
' Delivery of Bonds C.1
Determination for Unit Prices J.8
Disputes, Decisions by Engineer J.9
Documents, Copies of C.2
Documents, Record G.11
• Documents, Reuse of D.3
Drawings and/or Plans, definition of A.15
I
I
40
12
2,6
12
11
13
52
60
8
2
82
77
8,11
57
19
29
71
43
6
19
44
44
8
60
60
65,66
57
53,70
54
2
2
66
65
41
61,62
8
47
48
8
37
12
2
Easements
E.1
14
Effective Date of Agreement,
definition of
A.16
2
Emergencies
G.13
38
Engineer, definition of -
A.17
2
Engineering Cost, Excess
S
82
Engineer's Decisions
3.8, 3.9
47,48
Engineer's, Notice Work is Acceptable
0.12
76
Engineer's Responsibilities,
Limitations on
3.10
49
Engineer's Recommendation of Payment
0.7, 0.11
71,76
Engineer's Status During Construction
J
46
Equipment, Labor, Materials
G.2
30
Equivalent Materials and Equipment
G.4
31
Excess Engineering Costs
S
87
Extension of Time
M.3
62
Explorations of Physical Conditions
E.2.a
14
Fee, Contractor's Costs Plus
L.5
57
Field Order - definition of
A.18
3
Field Order - issued by Engineer
K.2
50
Final Acceptance, definition of
A.19
3
Final Application for Payment
0.11
76
Final Observation
0.10
76
Final Payment and Acceptance
0.12
76
Final Payment, Recommendation of
0.12
76
General Requirements, definition of
A.20
3
General Provisions
T.3
88
Giving Notice
T.1
88
Guarantee of Work, by Contractor
N.1
63
Headings, Titles and
D.5
13
Hold Harmless Agreement
F.3
24
Indemnification
G.16
41
Observation, Final
0.10
76
Observation Tests and
N.3
58
Insurance, Amount of Coverage
F.2.a.(4)
19
Insurance, Bonds and
F.2
19
Insurance, Certificates of
C.5.c,
F.2.c
9,22
Insurance, Completed Operations
F.2.a.
19
Insurance, Contractor's Liability
F.2.a.
19
Insurance, Contractual Liability
F.2.a
19
Insurance Companies, Notification of
F.5
28
Insurance, Owner's Liability
F.3
24
Insurance, Property
F.2,F.3,F.4.
19.,24
Insurance, Waiver of Rights
F.6
25
Insurance, Workmen's Compensation
F.2
19
Insurance, Workmen's Occupational
Diseases
F.2.b.(1)
20
Interpretations and Clarifications
J.4
46
Investigations of Physical Conditions
E.2
14
iv
' Labor and Material Bond F.1.b 18
Labor, Materials and Equipment G.2 30
Laws and Regulations A.22,G.8 3,31
Liability Insurance, Contractor's F.2.a. 19
Liability Insurance, Owner's and
Engineer's F.2.a. 19
Limitations on Engineer's
' Responsibilities J.10 49
Liquidated Damages R 85
' Materials and Equipment, furnished
by Contractor G.2.a, G.2.c 30
Materials and Equipment, not
incorporated in work 0.2.b 68
' Materials or Equipment, Equivalent G.4 31
Miscellaneous, Provisions T 88
'• Notice, Giving T.1 88
Notice of Award, definition of A.23 3
Notice of Acceptability of Project 0.12.a 71
' Notice to Proceed, definition of A.24 3
Notice to Proceed C.3 8
"Or -Equal" items G.4.a 31
' Other Contractors, Work by Others H 43
Other Work H 43
Overtime Work, Prohibition of G.2.a 30
Owner, definition of A.25 3
Owner May Correct Defective Work N.9 66
Owner May Stop Work N.5 65
Owner May Suspend Work, Terminate P.1, P.2 79,80
' Owner's Duty to Execute
Change Orders I.6 45
Owner's Liability Insurance F.2.a. 19
' Owner's Representative J.1 46
Owner's Responsibilities I 45
Partial Utilization, definition of A.26 3
'Partial Utilization 0.9 69
Partial Utilization,
Property Insurance F.4.b 25
'• Partial Waiver of Liens 0.5 66
Patent Fees and Royalties G.6 34
Payment Request, definition of A.27 3
' Payment Request, Final 0.1 68
Payment Request, Progress 0.2 68
Payments to Contractor and Completion 0 68
Payments, Recommendation of 0.7 71
Payments to Contractor 0 68
I
I
I
L
Payments to Contractor, when due
Payments to contractor, withholding
Payments, Reporting and Invoicing
Cost -of -Work
Payments, Unit Prices
Performance, Bonds
Permits
Physical Conditions
Physical Conditions, Engineer's Review
Physical Conditions, Existing
Structures
Physical Conditions, Exploration
and Reports
Physical Conditions, Possible Document
Change
Physical Conditions, Price and Time
Adjustment
Physical Conditions, Report to Differing
Conditions
Physical Conditions, Underground
Facilities E.3 16
Pre -Construction Conference C.6 9
Preliminary Matters C 8
Premises, Use of G.10 36
Price, Change in Contract L 52
Price, contract, definition of A.10 2
Progress Payment, Applications for O.2 68
Progress Payment, Review of
Applications O.7 71
Progress Schedule C.5.b(1), O.1 9,68
Project, definition of A.28 3
Project Representative J.3 46
Project Starting C.4 8
Property Insurance F.2.a,F.2.a.(5) 19,20
Property Insurance - Partial
Utilization F.4.b. 25
Protection, Safety and G.12 37
Provide A.29 4
Recommendation of Payment O.7.a, O.11 71,76
Record Documents G.11 37
Reference Points E.4 17
Regulations, Laws and G.8 35
Rejecting Defective Work J.6 47
Related Work at Site H.1 43
Remedies Not Exclusive T.3.b 88
Removal or Correction of
Defective Work N.6 .65
Resident Engineer A.31 4
Resident Project Representative,
definition of A.30 4
Resident Project Representative J.3 46
O.7.b, O.12.a 71,76
O.7.d 72
O.4
O.3
F.1.a
G.7
E.2
E.2.d
E.2.b
E.2.a
E.2.e
E.2.f
E.2.c
70
70
18
35
14
15
14
14
15
15
15
L
L
L
L
I
I
C
vi I
I
Responsibilities,
Contractor's
G
29
• Responsibilities,
Engineer's
J
41
• Responsibilities,
Owner's
I
45
Retainage
O.2.d
69
Reuse of Documents
0.3
12
Rights of Way
E.1
14
Royalties, Patent
Fees and
G.6
34
I
I
I
I
I
I
I
I
II
I
Safety and Protection
Samples, and Drawings
Schedule of Shop Drawing Submissions
Schedule of Values
Schedule of Progress C.5,C.6,C.7,G.3,G
Schedules, Finalizing
Shop Drawings and Samples
Shop Drawings, definition of
Shop Drawings, Use for Substitutions
Site, Visits to by Engineer
Specifications, definition of
Specifications and Drawings
Starting Construction, Before
Starting the Project
Stopping Work, by Contractor
Stopping Work, by Owner
Subcontractor, definition of
Subcontractors - in General
Subcontractors, Required Provisions
Substitute or "Or -Equal" Items
Substantial Completion, Statement of
Substantial Completion, definition of
Subsurface Conditions
Supplemental Costs
Supplementary Conditions, definition of
Supplementing Contract Documents
Suppliers, definition of
Surety, consent to payment
Surety, Engineer's Duties
Surety, Notice of changes
Surety, Qualification of
Suspending Work, by Owner
Suspension of work and Termination
Superintendent, Contractor's
Supervision and Superintendent
G. 12
G. 14
C.5.b, 0.1
C.5.b.(3),O.1
14,P.2.a.(6)
C.7
G.11, G.14
A.32
G.4.a
3.2
A.33
B.5
C.5, C.6
C.4
P.3
N.5
A.34
G.5.a
F.6., G.5.a
G.4
0.8
A.35
E.2.a, E.3
L.4.a.(5)
A.36
D.2
A.37
0.11
J.10.a
K.5
F.1
P.l.a
P
G.l.b
G.1
37
39
9,68
9,68
8,9,10,31,39,81
10
37,39
4
31
46
4
8,9
8
82
65
4
33
28,33
31
74
14,16
54
4
12
4
76
49
51
18
79
79
29
29
Taxes G.9 36
' Termination, by Contractor P.3 82
Termination, by Owner P.2 80
Termination, Suspension of Work P 79
Tests and Observations N.3 63
Time, Change of Contract M 60
Time, Computation of T.2 88
' Time, Contract, definition of A.11 2
Titles and Headings D.5 123
I
I vii
I
Unavoidable Delays M.2.b 61
Uncovering Work N.4 64
Underground Facilities, definition of A.38 5
Underground Facilities, Not Indicated E.3.b 16
Underground Facilities, Protection of E.3.a.(2),G.12. 16,37.
Underground Facilities, Indicated E.3.a 16
Unforseen Physical Conditions E.3 16
Unit Price Work, definition of A.39 5
Unit Price Work, general L.7 O.1 O.3 O.7.c 581 63 65 67
Unit Prices L.3.a, O.3 52,65
Unit Prices, Adjustment of L.5.b 57
Use of Premises G.10 36
Utility. Owners G.7,G.12.a.(3),H.1 35,37,43'
Values, Schedule of O.1
Variations in Work, Authorized G.14.b,G.13,J.5
Visits to Site - by Engineer J.2
Waiver of Claims, on Final Payment
Waiver of Rights
Warranty and Guarantee
Warranty of Title, Contractor's
Work, Access to
Work by Others
Work, Cost -of -
Work, Continuing During Disputes
Work, definition of
Work Directive Change, definition of
Work Directive Change
Work, Neglected by Contractor
Work, Stopping by Contractor
Work, Stopping by Owner
Written Amendment, -definition of
Written Amendment D.2,K
O.14
F.6
N.1
O.6
N.2
H
L.4
G.15
A.40
A.41
D.2.a.(3)
N.9
P.3
P.1, P.2
A.42
1,L.1,M.1
68
39,38,42
46
78
28
63
66
63
43
53
45
5
12
66
82
79,80
5
12,50,52,60
I
I
I
I
rI
I
I
I
C
I
viii
H
J
I A.
I
I
I
I
GENERAL CONDITIONS
Definitions
Whenever used in these General Conditions or in the other
Contract Documents, the following terms have the meanings
indicated which are applicable to both the singular and
plural thereof:
1. Addenda - Written or graphic instruments issued prior to
the opening of Bids which clarify, correct or change the
Bidding Documents or the Contract Documents.
2. Agreement - The written agreement between Owner and
Contractor covering the work to be performed; other
Contract Documents are attached to the Agreement and made
a part thereof as provided therein.
' 3. "As directed", "as permitted", "reviewed", or words of
similar import mean the direction, requirements, or
permission of the Engineer, unless stated otherwise.
4. "As shown", "as indicated", "as detailed", or words of
similar import refer to the Contract Drawings unless
' stated otherwise.
5. Bid - The offer or proposal of the Bidder submitted on
the prescribed form setting forth the prices for the work
' to be performed.
6. Bidder - Any person, partnership, corporation,
' association, or affiliation submitting a bid for the
work.
7. Bonds - Bid, performance, and labor and material bonds
and other instruments of security.
8. Change Order - A document recommended by Engineer, which
' is signed by the Contractor and the Owner authorizing an
addition, deletion or revision in the work, or an
adjustment in the contract price or the contract time,
issued on or after the effective date of the Agreement.
11
1 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph A continued
9. Contract Documents - The Agreement, Addenda (which
pertain to the Contract Documents), Contractor's Bid
(including documentation accompanying the Bid and any
post -Bid documentation submitted prior to.the Notice of
Award) when attached as an exhibit to the Agreement, the
Bonds, these General Conditions, Conditions of Contract,
the Specifications, the Plans and/or Drawings as the same
are more specifically identified in the Agreement,
together with all amendments, modifications, and
supplements issued on or after the execution of the
Agreement.
10. Contract Price -
Contractor under
Agreement.
I
I
L
L
The moneys payable by Owner to
the Contract Documents as stated in the
11. Contract Time - The number of days (computed as provided
in paragraph T.2) or the date stated in the Agreement for
the completion of the work.
12. Contractor - The person, firm or corporation with whom
Owner has entered into the Agreement.
13. Day - A calendar day of twenty-four hours measured from
midnight to the next midnight.
14. Defective - An adjective which when modifying the word
work refers to work that is faulty or deficient, or does
not conform to the Contract Documents, or does not meet
the requirements of any observation, reference standards
test or review referred to in the Contract Documents, or
has been damaged prior to Engineer's recommendation of
final payment (unless responsibility for the protection
thereof has been assumed by Owner at Substantial
Completion).
15. Drawings and/or Plans - The drawings and/or plans which
show the character and scope of the work to be performed
and which have been prepared or reviewed by the Engineer
and are referred to in the Contract Documents.
16. Effective date of the Agreement - The date indicated in
the Agreement on which it becomes effective, but if no
such date is indicated it means the date on which the
Agreement is signed and delivered by the last of the two
parties to sign and deliver.
17. Engineer - The firm of RJN Group, Inc., Consulting
Engineers, Dallas, Texas, acting through its authorized
representatives.
General Conditions 2
City of Fayetteville
Sanitary Sewer Improvements
I
I I
I
I
I
I
I
.'
H
H
I
H
IH
L
Paragraph A continued
18. Field Order - A written order issued by the Engineer
which orders minor changes in the work in accordance with
paragraph 3.5 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
the 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 the 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 the Owner
to the Contractor (with a copy to Engineer) fixing the
date on which the Contract Time will commence to run and
on which contractor shall start to perform his obligation
under the Contract Documents.
25. Owner - The public body or authority, corporation,
association, partnership, or individual with whom the
Contractor has entered into the Agreement and for whom
the work is to be provided.
26. Partial Utilization - Placing a portion of the Work to be
provided under the Contract Documents into the service
for which it was intended, for the benefit of the Owner.
27. Payment Reque
is to be used
final payment
documentation
st - The form reviewed by the Engineer which
by the 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.
3 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph A continued
29. Provide - means "furnish and install".
30. Resident Project Representative - the authorized '
representative of the 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 the 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 - A time at which the work (or a
specified part thereof) has progressed to the point
where, in the opinion of Engineer as evidenced by his
definitive Statement of Substantial Completion, is
sufficiently complete, in accordance with the Contract
Documents, so that the work (or specified part) can be
utilized for the ,purposes for which it was intended; or
if there be no such statement issued, when final payment
is due in accordance with paragraph O.8. The terms
"substantially complete" and "substantially completed" as
applied to any work refer to Substantial Completion ,
thereof.
36. Supplementary Conditions - The part of the Contract
Documents which amends or supplements these General
Conditions.
37. Supplier - A manufacturer, fabricator, supplier,
distributor, materialman or vendor.
General Conditions 4
City of Fayetteville
Sanitary Sewer Improvements 1
I
I
I
I
I
I
[1
I
I
I
LI
I
11
I
[:1
I
Paragraph A continued
38. Underground Facilities - All pipelines, conduits, ducts,
cables, wires, manholes, vaults, tanks, tunnels or other
such facilities or attachments, and any encasements
containing such facilities which have been installed
underground to furnish any of the following services or
materials; electricity, gases, steam, liquid petroleum
products, telephone or other communications, cable
television, sewage and drainage removal, traffic or other
control systems or water.
39. Unit Price Work - Work to be paid for on the basis of
unit prices.
40. Work - The entire completed construction or the various
separately identifiable parts thereof required to be
furnished under the Contract Documents. Work is the
result of performing services, furnishing labor and
furnishing and incorporating materials and equipment into
the construction, all as required by the. Contract
Documents.
41. Work Directive Change - A written directive to
Contractor, issued on or after the Effective Date of the
Agreement and signed by Owner and recommended by
Engineer, ordering an addition, deletion or revision in
the work, or responding to differing or unforeseen
physical conditions under which the Work is to be
performed as provided in paragraph E.2 or E.3 or to
emergencies under paragraph G.13. A Work Directive
Change may not change the Contract Price or the Contract
Time, but is evidence that the parties expect that the
change directed or documented by a Work Directive Change
will be incorporated in a subsequently issued Change
Order following negotiations by the parties as to its
effect, if any, on the Contract Price or Contract Time as
provided in paragraph L and M.
42. Written Amendment - A written amendment of the Contract
Documents, signed by Owner and Contractor on or after the
Effective Date of the Agreement and normally dealing with
the nonengineering or nontechnical rather than strictly
Work -related aspects of the Contract Documents.
5 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
B. Contract Documents: Definitions
1. General
The Contract Documents comprise the following general
classifications of documents, including all additions,
deletions, and modifications incorporated therein before
the execution of the Agreement:
Bidding Documents
Contractual Documents
Conditions of the Contract
Specifications
Drawings and/or Plans
2. Bidding Documents
The Bidding Documents issued by the Owner to assist
Bidders in preparing their Bids include:
a.
Invitation to
Bid bound
herewith.
b.
Instructions
to Bidders
bound herewith.
C. The Bid which is the offer of a Bidder to perform the
work described in the Contract Documents, made out
and submitted on the prescribed Bid form bound
herewith, properly signed and guaranteed.
d. Any Addenda issued during the time of Bidding, or
forming a part of the Contract Documents used by the
Bidder for the preparation of his Bid, shall be
covered in the Bid, and shall be made a part of the
contract. Receipt of each Addendum shall be
acknowledged in the Bid.
I
N
I
I
I
I
I
11
I
I
3. Contractual Documents
a. Agreement
The Agreement covers the performance
described in the Contract Documents,
supplemental Addenda thereto and all
special provisions pertaining to the
materials therefor. The Agreement f
herewith.
General Conditions 6
City of Fayetteville
Sanitary Sewer Improvements
of the work
including all
general and
work or
orm is bound
11
I
Paragraph B continued
b. Bonds
(1). Arkansas Statutory Performance and Payment Bond.
(2) Maintenance Bond.
4. Conditions of the Contract
a. General Conditions of the Contract bound herewith
and of which this paragraph is a part.
b. Supplementary Conditions of this Contract bound
herewith.
c. Federal/State laws and regulations applicable to
this Contract and bound herewith.
d. Wage requirements applicable to this Contract and
bound herewith.
5. Specifications and Drawings
a. Contract Specifications bound herewith, which are
listed in the table of contents for these Contract
Documents.
b. Contract Drawings including but not limited to those
listed in the drawing index of the Contract
Drawings.
7 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
C. Preliminary Matters t
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 I
The Contract Time will commence to run on the thirtieth
day after the Effective Date of the Agreement, or, if a
Notice to Proceed is given, on the day indicated in the
Notice to Proceed. A Notice to Proceed may be given at
any time within thirty (30) days after the Effective Date
of the Agreement. ,
4. Starting the Project
a. Contractor shall start to perform the work within ten
(10) calendar days from the date when the Contract
Time commences to run, but nothing shall be done at
the site prior to the date on which the Contract Time '
commences to run.
b. The Contractor shall notify the Owner in writing
48 hours before starting at the site or his
intentions to do so. In case of a temporary
suspension of work, he shall give reasonable notice
before resuming work.
5. Before Starting Construction
a. Before undertaking each part of the work, Contractor
shall carefully study and compare the Contract
Documents and check and verify pertinent figures
shown thereon and all applicable field measurements.
Contractor shall promptly report in writing to
Engineer any conflict, error or discrepancy which
Contractor may discover and shall obtain a written
interpretation or clarification from Engineer before
proceeding with any Work affected thereby; however,
Contractor shall not be liable to Owner or Engineer
General Conditions 8
City of Fayetteville
Sanitary Sewer Improvements I
I
I
I
I
I
I
I
I
I
I
I
I
I
Paragraph C.5.a continued
for failure to report any conflict, error or
discrepancy in the Contract Documents, unless the
Contractor had actual knowledge thereof or should
reasonably have known thereof.
b. Within ten (10) days after the effective date of the
Agreement (unless otherwise specified), Contractor
shall submit to Engineer for review:
(1) An estimated progress schedule indicating the
starting and completion dates of the various
stages of the Work.
(2) A preliminary schedule of Shop Drawing
submissions.
(3) A preliminary schedule of values for all of the
Work which will include quantities and prices of
items aggregating the Contract Price and will
subdivide the Work into component parts in
sufficient detail to serve as the basis for
progress payments during construction. Such
prices will include an appropriate amount of
overhead and profit applicable to each item of
work which will be confirmed in writing by
Contractor at the time of submission.
c. Before a Notice to Proceed will be issued, the
Contractor shall deliver to the Owner, with a copy to
the Engineer, certificates (and other evidence of
insurance requested by Owner) of insurance which the
Contractor is required to purchase and maintain.
6. Pre -Construction Conference
Within ten (10) days after the effective date of the
Agreement, but before Contractor starts at the site, a
conference will be held for review of the schedules
referred to in paragraph C.5.b, to establish procedures
for handling Shop Drawings and other submittals and for
processing Applications for Payment, and to establish a
working understanding among the parties as to the work.
' 9 General Conditions
' City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph C continued
7. Finalizing Schedules I
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.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
General Conditions 10 ,
City of Fayetteville
Sanitary Sewer Improvements
D. Contract Documents: Intent and Reuse
1. Intent
a. The Contract Documents comprise the entire Agreement
between Owner and Contractor concerning the work. The
Contract Documents will be construed in accordance
with the law of the place of the Project.
' b. It is the intent of the Specifications and Drawings
to describe a complete project (or part thereof) to
be constructed in accordance with the Contract
Documents. Any work that may reasonably be inferred
from the Specifications or Drawings as being required
to produce the intended result shall be supplied
whether or not it is specifically called for. When
words which have a well-known technical or trade
meaning are used to describe work, materials or
equipment such words shall be interpreted in
' 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.lO.d. Clarifications and interpretations of the
Contract Documents shall be issued by Engineer.
IC. If, during the performance of the work, Contractor
finds a conflict, error or discrepancy in the
Contract Documents, Contractor shall so report to
Engineer in writing at once and before proceeding
with the work affected thereby shall obtain a written
interpretation or clarification from Engineer;
however, Contractor shall not be liable to Owner or
' Engineer for failure to report any conflict, error or
discrepancy in the Contract Documents unless
Contractor had actual knowledge thereof or should
I reasonably have known thereof.
11 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
L
Paragraph D continued '
2. Amending and Supplementing Contract Documents
a. The Contract Documents may be amended to provide for
additions, deletions and revisions in the work or to
modify the terms and conditions thereof in one or
more of the following ways:
(1) A formal written amendment.
(2) A Change Order (pursuant to paragraph K.4). I
(3) A work directive change (pursuant to paragraph
Contract Price and Contract Time may only be changed
by a Change Order or a written amendment as indicated
in paragraphs L.2 and M.1.
b. In addition, the requirements of the Contract '
Documents may be supplemented, and minor variations
and deviations in the work may be authorized by:
(1) Field Order (pursuant to paragraph J.5). '
(2) Engineer's review of a Shop Drawing or sample
(pursuant to paragraphs G.14.b.(l) or G.14.d).
(3) or Engineer's written interpretation or
clarification (pursuant to paragraph J.4).
3. Reuse of Documents
Neither Contractor nor any Subcontractor, or Supplier or
other person or organization performing or furnishing any
of the work under a direct or indirect contract with
Owner shall have or acquire any title to or ownership
rights in any of the Drawings, Specifications or other
documents (or copies of any thereof) prepared by or
bearing the seal of Engineer; and they shall not reuse
any of them on extensions of the Project or any other
project without written consent of Owner and Engineer and
specific written verification or adaptation by Engineer.
4. Discrepancies and Omissions '
a. Should anything which is necessary for a clear ,
understanding of the work be omitted from the
Contract Documents, or should it appear that various
instructions are in conflict, the Contractor shall
secure written instructions from the Engineer before
proceeding with the work affected by such omissions
or discrepancies.
General Conditions 12
City of Fayetteville '
Sanitary Sewer Improvements
El
El
5.
II
I
Paragraph D.4 continued
b. In resolving inconsistencies among two or more
sections of the Contract Documents, precedence shall
be given in the following order:
First
Agreement
Second
Laws and Regulations
Third
Supplementary Conditions
Fourth
General Conditions
Fifth
Specifications
Sixth
Contract Drawings
C. Figured dimensions on Plans shall take precedence
over scale dimensions. Detailed Plans in the
Documents shall take precedence over general Plans.
Titles and Headings
a. The titles and headings printed on the Contract
Drawings, in the General Conditions,. in the Contract
Specifications, and elsewhere in the Contract
Documents are inserted for convenience and reference
only, and shall not be taken or considered as having
any bearing on the interpretation thereof.
b. Separation of the Contract Specifications into
Divisions and Sections shall not operate to make the
Engineer an arbiter to establish limits of work
between the Contractor and Subcontractors, or between
trades.
13 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
E.
Availability of Lands; Physical Conditions; Reference Points '
1. Availability of Lands
Owner shall furnish, as indicated in the Contract
Documents, the lands upon which the work is to be
performed, rights -of -way for access thereto, and such
other lands which are designated for the use of
Contractor. Easements for permanent structures or
permanent changes in existing facilities will be obtained
and paid for by Owner, unless otherwise provided in the
Contract Documents. If Contractor believes that any
delay in Owner's furnishing these lands, rights -of -way or
easements entitles Contractor to an extension of the
Contract Time, Contractor may make a claim thereof as
provided in Paragraph M. Contractor shall provide for
all additional lands and access thereto that may be
required for temporary construction facilities or storage
of materials and equipment.
U
I
I
I
[.]
2. Physical Conditions I
a. Explorations and Reports
Reference is made to the Instructions to Bidders for
identification of those reports of explorations and
tests of subsurface conditions at the site that have
been utilized by Engineer in preparation of the
Contract Documents. Contractor may rely upon the
accuracy of the technical data contained in such
reports, but not upon nontechnical data,
interpretations or opinions contained therein or for
the completeness thereof for Contractor's purposes.
Except as indicated in the immediately preceding
sentence and in paragraph E.2.f, Contractor shall
have full responsibility with respect to subsurface
conditions at the site.
b. Existing Structures
Reference is made to the Instructions to Bidders for
identification of those drawings of physical
conditions in or relating to existing surface and
subsurface structures (except Underground Facilities
referred to in paragraph E.3) which are at or
contiguous to the site that have been utilized by
Engineer in preparation of the Contract Documents.
Contractor may rely upon the accuracy of the
technical data contained in such drawings, but not
for the completeness thereof for Contractor's
purposes. Except as indicated in the immediately
General Conditions 14
City of Fayetteville
Sanitary Sewer Improvements
I
I
1]
I
I
II
[_]
I
I
' Paragraph E.2.b continued
preceding sentence and in paragraph E.2.f, Contractor
shall have full responsibility with respect to
physical conditions in or relating to such
structures.
' c. Report of Differing Conditions
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) of Engineer's findings and conclusions.
e. Possible Document Change
Ill Engineer concludes that there is a material error
in the Contract Documents or that because of newly
discovered conditions a change in the Contract
' Documents is required, a Work Directive Change or a
Change Order will be issued as provided in Paragraph
K to reflect and document the consequences of the
inaccuracy or difference.
f. Possible Price and Time Adjustments
' In each such case, an increase or decrease in the
Contract Price or an extension or shortening of the
Contract Time, or any combination thereof, will be
' allowable to the extent that they are attributable to
any such inaccuracy or difference. If Owner and
Contractor are unable to agree as to the amount or
' length thereof, a claim may be made therefore as
provided in Paragraph L and M.
I
15 General Conditions
City of Fayetteville
'
Sanitary Sewer Improvements
I
Paragraph E continued
3. Physical Conditions - Underground Facilities
Shown or Indicated
The information and data shown or indicated in the
Contract Documents with respect to existing
Underground Facilities at or contiguous to the site
is based on information and data furnished to Owner
or Engineer by the owners of such Underground
Facilities or by others. Unless it is otherwise
expressly provided in the Supplementary Conditions:
(1) Owner and Engineer shall not be responsible for
the accuracy or completeness of any such
information or. data; and,
(2) Contractor shall have full responsibility for
reviewing and checking all such information and
data, for locating all underground facilities
shown or indicated in the Contract Documents, for
coordination of the work with the owners of such
underground facilities during construction, for
safety and protection thereof and repairing any
damage thereto resulting from the work, the cost
of all of which will be considered as having been
included in the contract price.
b.. Not Shown or Indicated
If an underground facility is uncovered or revealed
at or contiguous to the site which was not shown or
indicated in the Contract Documents and which
Contractor could not reasonably have been expected to
be aware of, Contractor shall, promptly after
becoming aware thereof and before performing any work
affected thereby (except in an emergency as permitted
by paragraph G.13), identify the owner of such
underground facility and give written notice thereof
to that owner and to Owner and Engineer. Engineer
will promptly review the underground facility to
determine the extent to which the Contract Documents
should be modified to reflect and document the
consequences of the existence of the underground
facility, and the Contract Documents will be amended
or supplemented to the extent necessary. During such
time, Contractor shall be responsible for the safety
and protection of such underground facility as
provided in paragraphs G.12.a and G.12.b. Contractor
shall be allowed an increase in the Contract Price or
an extension of the Contract Time, or both, to the
extent that they are attributable to the existence of
General Conditions 16
City of Fayetteville
Sanitary Sewer Improvements
I
I
I
I
I
I
I
I
I
I
I
L]
I
I
I
I
' Paragraph E.3.b continued
any underground facility that was not shown or
indicated in the Contract Documents and which
' Contractor could not reasonably have been expected to
be aware of. If the parties are unable to agree as
to the amount or length thereof, Contractor may make
a claim therefore as provided in Paragraphs L and M.
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 and shall protect and
preserve the established reference points, and shall make
no changes or relocations without the prior written
approval of Owner. Contractor shall report to Engineer
whenever any reference point is lost, destroyed, or
requires relocation because of necessary changes in
'
grades or locations, and shall be responsible for
replacement or relocation of such reference points by
professionally qualified personnel.
I
ET
I
I
I
I
17 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
1. Performance and Other Bonds
The Contractor shall, at the time he executes the
Agreement, furnish bonds payable to the Owner in the form
set forth herein, secured by a surety company acceptable
to the Owner, as follows:
a. Arkansas Statutory Performance and Payment Bond in an
amount equal to 100 percent of the total contract
price conditioned upon the faithful performance of
all covenants and stipulations under the contract and
holding good for a period of two years after the date
when final payment becomes due, except as otherwise
provided by law or regulation or by the Contract
Documents to protect the Owner against the results of
defective materials, workmanship, and equipment
during that time.
b. It is the responsibility of the Contractor to notify
all surety companies and other signers of any of the
bonds listed above to familiarize themselves with all
of the conditions and provisions of this Contract.
All surety companies and other signers shall waive
their right of notification by the owner of any
change or modification of this Contract, or of
decreased or increased work, or of the cancellation
of this Contract, or of any other acts by the Owner
or its authorized employees or agents under the terms
of this Contract. The waiver by the surety companies
and other signers shall in no way relieve the surety
companies and other signers of their obligations
under this Contract.
c. If the Surety on any Bond furnished by Contractor is
declared bankrupt, or becomes insolvent, or its right
to do business is terminated in any state where any
part of the Project is located, or it ceases to meet
the requirements herein, Contractor shall within five
days thereafter substitute another Bond and Surety,
both of which shall be.acceptable to Owner.
d. All Bonds shall be in the forms prescribed by law or
regulation or by the Contract Documents and be
executed by such sureties as are named in the current
list of "Companies Holding Certificates of Authority
as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in
Circular 570 (amended) by the Audit Staff Bureau of
Accounts, U.S. Treasury Department. All Bonds signed
by an agent must be accompanied by a certified copy
of the authority to act.
General Conditions 18
City of Fayetteville
Sanitary Sewer Improvements
I
I
I
I
I
I
I
I
I
I
El
I
I
J
I
I
I
I
I
I
I
El
I
I
I
I
[1
I
I
Paragraph F.1 continued
2. Contractor's Liability Insurance
a. The Contractor shall obtain, purchase, and maintain
throughout the duration of the contract, including
all excepted time extensions, all insurance coverages
described below. The Contractor shall purchase from
and maintain in a company or companies lawfully
authorized to do business in the jurisdiction in
which the Project is located, such insurance as will
protect the contractor from claims set forth below
which may arise out of or result from the
Contractor's operations under the Contract, and for
which the Contractor may be legally liable, whether
such operations be by the Contractor or by a
Subcontractor or by anyone directly or indirectly
employed by any of them, or by anyone for whose acts
any of them may be liable:
(1) claims under workers'
disability benefit and
benefit acts which are
be performed;
or workmens' compensation,
other similar employee
applicable to the Work tc
(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;
19 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
C.
Paragraph F.2 continued
(6) claims for damages because of bodily injury,
death of a person or property damage arising out
of ownership, maintenance or use of any motor
vehicle; and
(7) claims involving contractual liability insurance 1
applicable to the Contractor's obligations under
Paragraph G.16.
b. The insurance required by Subparagraph F.2.a shall be
written for not less than limits of liability
specified in the Contract Documents, Supplemental
Conditions, or required by law, whichever coverage is
greater. Coverages, whether written on an occurrence
or claims -made basis, shall be maintained without
interruption from date of commencement of the work
until date of final payment and termination of any
coverage required to be maintained after final
payment. Notwithstanding the above, the insurance
required by paragraph F.2 shall be on an occurrence
basis.
Such insurance shall be written to include the '
following coverages and for not less than the
following minimum limits or greater if required by
law:
(1) Worker's Compensation, Occupational Disease and Employer's I
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
General Conditions 20
City of Fayetteville
Sanitary Sewer Improvements
I
I
I
I
I
I
Paragraph F.2.b continued
(2) Commercial General Liability Insurance including
as minimum coverages:
Premises - Operations Liability
Independent Contractor's Protective
Liability
• - Products and Completed Operations Liability
Broad Form Property Damage Endorsement
I- Blanket Contractual
Personal Injury, with Employment Exclusion
deleted
' (a) Special Requirements:
i. Property Damage Liability Insurance will
'• provide "X, C, and U" (Explosion;
collapse and underground hazard) coverage
as applicable.
I. ii. Products and Completed. Operations to be
• maintained for (2)two 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.
21 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
Paragraph F.2.b continued
ii. The Owner, Engineer, their consultants,
agents and employees,. shall be named as
"additional insureds" on the commercial
automobile liability policy of the
general contractor and/or subcontractor
of any tier.
(b) Limits of Liability:
$1,000,000 Each occurrence as
respects Bodily Injury
Liability or Property
Damage Liability, or both
combined.
(4) Owner's and Contractor's Protective Liability
Insurance:
The Contractor will furnish and maintain this
separate policy during the entire period of
construction, an Owner's Protective Liability
Policy written in the name of the owner,
engineer, and engineer's consultants, with the
following limits of liability:
Limits of Liability
$1,000,000 Each occurrence as
respects Bodily Injury
Liability or Property
Damage Liability, or both
combined.
$2,000,000 General Aggregate
(5) Umbrella/Excess Liability Insurance:
Limits of Liability
I
I
I
I
I
I
Li
I
Li
$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
approval prior to the start of construction. The
Contractor shall certify to the Owner that he has
obtained or will obtain similar certificates of
insurance from each of his Subcontractors before
their work commences. Each Subcontractor must be
covered by insurance of the same character and in the
same amounts as the Contractor unless the Contractor
and Owner agree that a reduced coverage is adequate.
General Conditions 22
City of Fayetteville
Sanitary Sewer Improvements
n
-I
I
I
I
Paragraph F.2.c continued
Each subcontractor's insurance shall cover the Owner,
' Engineer, their agents and employees. The Contractor
shall submit a statement with each monthly affidavit
stating that he has obtained certificates of
insurance, or other satisfactory evidence, that all
required insurance is in force for each of the
Subcontractors listed on his affidavit. If the
"additional insureds" have other insurance which is
' applicable to the loss, it shall be on an excess or
contingent basis. The amount of the company's
liability under this policy shall not be reduced by
the existence of such other insurance. Contractors
' certificates shall be in duplicate on standard Acord
forms.
Certificate of insurance shall contain a statement
therein or a rider attached thereto incorporating the
indemnity clause stated in Paragraph G.16
' (Indemnification) of the General Conditions, and
including the changes and additions made in those
subparagraphs or within the Supplemental General
Conditions.
' These Certificates and the insurance policies
required by this Paragraph F.2 shall contain a
' provision that coverages afforded under the policies
will not •be canceled or allowed to expire until at
least thirty (30) days prior written notice has been
given to the Owner and Engineer. If any of the
foregoing insurance coverages are required to remain
in force after final payment and are reasonably
available, an additional certificate evidencing
' continuation of such coverage shall be submitted with
the final Application for Payment. Information
concerning reduction of coverage shall be furnished
' by the Contractor with reasonable promptness in
accordance with the Contractor's information and
belief.
' The obligations of the Contractor under the
provisions of this article shall not extend to the
liability of the Engineer, his agents or employees
arising out of (1) the preparation or approval of
maps, drawings, opinions, reports, surveys, change
orders, designs, or specifications, or (2) the giving
' of or the failure to give directions or instructions
by the Engineer, his agents or employees to the
extent that such giving or failure to give is the
cause of the injury or damage.
1
23 General Conditions
' City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph F continued
Owner's Liability Insurance
a. The Owner shall be responsible for purchasing and
maintaining the Owner's usual liability insurance.
Optionally, the Owner may purchase and maintain other
insurance for self-protection against claims which
may arise from operations under the Contract. The
-Contractor shall not be responsible for purchasing
and maintaining this optional owner's liability
insurance unless specifically required by the
Contract Documents.
Property Insurance
a. Unless otherwise provided, the Contractor shall
purchase and maintain, in a company or companies
lawfully authorized to do business in the
jurisdiction in which the Project is located,
property insurance in the amount of the initial
Contract Sum as well as subsequent modifications
thereto for the entire Work at the site on a
replacement cost basis. without voluntary deductibles.
Such property insurance shall be maintained, unless
otherwise provided in the Contract Documents or
otherwise agreed in writing by all persons and
entities who are beneficiaries of such insurance,
until final payment has been made as provided in
Paragraph 0.12 or until no person or entity other
than the Owner has an insurable interest in the
property required by this Paragraph F.3 to be
covered, whichever is earlier. This insurance shall
include interests of the Owner, Engineer, the
Contractor, Subcontractors and Sub -subcontractors in
the Work.
Property insurance shall be on all-risk policy form
and shall insure against the perils of fire and flood
and extended coverage and physical loss or damage
including, without duplication of coverage, theft,
vandalism, malicious mischief, collapse, false -work,
temporary buildings and debris removal including
demolition occasioned by enforcement of any
applicable legal requirements, and shall cover
reasonable compensation for Engineer's services and
expenses required as a result of such insured loss.
Coverage for other perils shall not be required
unless otherwise provided in the Contract Documents.
General Conditions 24
City of Fayetteville
Sanitary Sewer Improvements
L
I
L1
I
I
J
J
I
I
J
I
J
J
I
I
L.
1
I
I
I
H
I
I
I
I
III
I
I
U_1
I
Li
I
Li
Paragraph F.4.a continued
Property Insurance provided by Contractor shall not
cover any tools, apparatus, machinery, scaffolding,
hoists, forms, staging, shoring and other similar
items commonly referred to as construction equipment,
which may be on the site and the capital value of
which is not included in the Work. The Contractor
shall make his own arrangements for any insurance he
may require on such construction equipment.
If the Contractor does not intend to purchase such
property insurance required by the Contract and with
all of the coverages in the amount described above,
the Contractor shall so inform the owner in writing
prior to commencement of the Work. The Owner may
then effect insurance which will protect the
interests of the Owner, Contractor, Subcontractors
and Sub -subcontractors in the Work, and by
appropriate Change Order the cost thereof shall be
charged to the Contractor. If the Owner is damaged
by the failure or neglect of the Contractor to
purchase or maintain insurance as described above,
without so notifying the Owner, the Contractor shall
bear all reasonable costs properly attributable
thereto.
If the property insurance requires minimum
deductibles and such deductibles are identified in
the Contract Documents, the Contractor shall pay
costs not covered because of such deductibles. If
the Owner or insurer increases the required minimum
deductibles above the amounts so identified or if the
Owner elects to purchase this insurance with
voluntary deductible amounts, the owner shall be
responsible for payment of the additional costs not
covered because of such increased or voluntary
deductibles. If deductibles are not identified in
the Contract Documents, the Contractor shall pay
costs not covered because of deductibles. The
property insurance for the Work requires a maximum
deductible of: $10,000 per claim.
b. Partial Utilization - Property Insurance
If Owner finds it necessary to occupy or use a
portion or portions of the work prior to substantial
completion of all the work, such use or occupancy may
be accomplished in accordance with the provision for
partial utilization; provided that no such use or
occupancy shall commence before the insurers
providing the property insurance have acknowledged
25 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph F.4.b continued
notice thereof and in writing effected the changes in
coverage necessitated thereby. The insurers
providing the property insurance shall consent by
endorsement on the policy or policies, but the
property insurance shall not be canceled or lapse on
account of any such partial use or occupancy.
C. Boiler and Machinery Insurance
The Contractor shall purchase and maintain boiler and
machinery insurance required by the Contract
Documents or by law, which shall specifically cover
such insured objects during installation and until
final acceptance or unless agreed otherwise by the
Owner; this insurance shall include interests of the
Owner, Contractor, Subcontractors. and
Sub -subcontractors in the Work, and the Owner and
Contractor shall be named insureds.
d. Loss of Use Insurance
The Owner, at the Owner's option, may purchase and
maintain such insurance as will insure the Owner
against loss of use of the Owner's property due to
fire or other hazards, however caused.
e. If the Owner requests. in writing that insurance for
risks other than those described herein or for other
special hazards be included in the property insurance
policy, the Contractor shall, if possible, include
such insurance, and the cost thereof shall be charged
to the Owner by appropriate Change Order.
f. If during the Project construction period the Owner
insures properties, real or personal or both,
adjoining or adjacent to the site by property
insurance under policies separate form those insuring
the Project, or if after final payment property
insurance is to be provided on the completed Project
through a policy or policies other than those
insuring the Project during the construction period,
the Owner shall waive all right in accordance with
the terms of Subparagraph F.4.h for damages caused by
fire or other perils covered by this separate
property insurance. All separate policies shall
provide this waiver of subrogation by endorsement or
otherwise.
General Conditions 26
City of Fayetteville
Sanitary Sewer .Improvenients
I
L
I
I-
I
I
I
I
I
I
I
I
I
I
C
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
Subrogation
If permitted by the Owner's and Contractor's
insurance companies, without penalties, the Owner and
Contractor waive all rights against (1) each other
and any of their Subcontractor, Sub -subcontractors,
agents and employees, each of the other, and (2) the
Engineer, Engineer's consultants, separate
contractors if any, and any of their Subcontractors,
Sub -subcontractors, agents and employees, for damages
caused by fire or other perils to the extent covered
by property insurance obtained pursuant to this
Paragraph F.4 or other property insurance applicable
to the Work, except such rights as they have to
proceeds of such insurance held by the Owner as
fiduciary The Owner or Contractor, as appropriate,
shall require of the Engineer, Engineer's
consultants, separate contractors if any, and the
Subcontractors, Sub -subcontractors, agents and
employees of any of them, by appropriate agreements,
written where legally required for validity, similar
waivers each in favor of other parties enumerated
herein. The policies shall provide such waivers of
subrogation by endorsement or otherwise. A waiver of
subrogation shall be effective as to a person or
entity even though that person or entity would
otherwise have a duty of indemnification, contractual
or otherwise did not pay the insurance premium
directly or indirectly, and whether or not the person
or entity had an insurable interest in the property
damaged.
1 Conditions
Fayetteville
Improvements
.1
Paragraph F continued
5. Miscellaneous Requirements
a. All insurance coverage shall be provided by insurance
companies having policy holder ratings no lower than
"A" and financial ratings not lower than "XII" in the
Best's Insurance Guide, latest edition in effect as
of the date of the Contract.
b. The Contractor is responsible for determining that
Subcontractors are adequately insured against claims
arising out of or relating to the Work. The premium
cost and charges for such insurance shall be paid by
each Subcontractor.
c. The limits of liability as stated, may be arrived at
using a Split -Limit or a Combined Single Limit basis
However, the total limit of lability shall not be
less than that stated in the requirements.
6. Notification of Insurance Companies
It is the responsibility of the Contractor to notify all
insurance companies to familiarize themselves with all of
the conditions and provisions of this Contract. The
insurance companies shall waive their right of
notification by the Owner of any change or modification
of this Contract, or of decreased or increased work, or
of the cancellation of this Contract, or of any other
acts by the Owner or its authorized employees or agents
under the terms of this Contract. The waiver by the
insurance companies shall in no way relieve the insurance
companies of their obligations under this Contract. "
7. Subcontractor Bond
The Contractor must secure from listed subcontractors a
payment and performance bond if subcontractor bid is in
excess of fifty thousand dollars ($50,000); and for other
purposes as prescribed in Arkansas Senate Bill, Act 190
as engrossed 1/28/93.
General Conditions 28
City of Fayetteville
Sanitary Sewer Improvements
I
El
1
I
C
I
I
1
I
I
I
I
I
L
G. Contractor's Responsibilities
1. Supervision and Superintendent
a. Contractor shall supervise and direct the work
competently and efficiently, devoting such attention
' thereto and applying such skills and expertise as may
be necessary to perform the work in accordance with
the Contract Documents. Contractor shall be solely
1 responsible for the means, methods, techniques,
sequences and procedures of construction, but
Contractor shall not be solely responsible for the
negligence of others in the design or selection of a
' specific means, method, technique, sequence or
procedure of construction which is indicated in and
required by the Contract Documents. Contractor shall
' be responsible to see that the finished work complies
accurately with the Contract Documents.
b. Contractor shall keep on the work at all times during
its progress a competent resident superintendent, who
shall not be replaced without written notice to Owner
and Engineer except under extraordinary
circumstances. The superintendent will be
Contractor's representative at the site and shall
have authority to act on behalf of Contractor. All
communications given to the superintendent shall be
as binding as if given to Contractor.
c. During the performance of this Contract, the
Contractor shall maintain a suitable office at the
site of the work which shall be the headquarters of
the foreman or superintendent authorized to receive
' drawings, instructions, or other communications,
articles, or things from the Owner or its agents; and
any such thing given to the said foreman or
superintendent or delivered to the Contractor's
office at the site of the work in his absence shall
be deemed to have been given to the Contractor. The
Contractor shall have a telephone installed in this
office.
L]
I
I
29 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph G continued
2. Labor, Materials and Equipment
a. Contractor shall provide competent, suitably I
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. Special attention shall be given to
Chapter 96 Noise Control of the City of Fayetteville
ordinance.
b. Unless otherwise specified in the General
Requirements, Contractor shall furnish all materials,
equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel,
power, light, heat, telephone, water and sanitary
facilities, and all other facilities and incidentals
necessary for the execution, testing, initial
operation and completion of the work.
c. All materials and equipment shall be of good quality
and new, except as otherwise provided in the Contract
Documents. If required by Engineer, Contractor shall
furnish evidence (including reports or required
tests) as to the kind and quality of materials and
equipment. All materials and equipment shall be
applied, installed, connected, erected, used, cleaned
and conditioned in accordance with the instructions
of the applicable Supplier except as otherwise
provided in.the Contract Documents; but no provision
of any instructions will be.effective to assign to
Engineer, or any of Engineer's consultants, agents or
employees, any duty or authority to supervise or
direct the furnishing or performance of the work or
any duty or authority to undertake responsibility
contrary to the provisions of paragraph J.10.c or '
J.l0.d.
I
General Conditions 30
City of Fayetteville
Sanitary Sewer Improvements
I
I
I
I
I
I
I
I
I
[I
L
I
I
Paragraph G continued
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.
Substitute or "Or -Equal" Items
a. Whenever materials or equipment are specified or
described in the Drawings or Specifications by using
the name or a proprietary item of the name of a
particular Supplier, the naming of the item is
intended to establish the type, function and quality
required. Unless the name is followed by words
indicating that no substitution is permitted,
materials or equipment of other Suppliers may be
reviewed by Engineer if sufficient information is
submitted by Contractor to allow Engineer to
determine that the material or equipment proposed is
equivalent to that named. The procedure for review
by Engineer will include the following as
supplemented in the General Requirements. Requests
for review of substitute items of material and
equipment will not be reviewed by Engineer from
anyone other than Contractor. If Contractor wishes
to furnish or use a substitute item of material or
equipment, Contractor shall make written application
to Engineer for review thereof, certifying that the
proposed substitute will perform adequately the
functions and achieve the results called for by the
general design, be similar and of equal substance to
that specified and be suited to. the same use and
capable of performing the same function as that
specified. The application will state that the
evaluation and review of the proposed substitute will
not prejudice Contractor's achievement of Substantial
Completion on time, whether or, not review of the
substitute for use in the work will require a change
in any of the Contract Documents (or in the
provisions of any other direct contract with Owner
for work on the Project) to adapt the design to the
proposed substitute and whether or not incorporation
or use of the substitute in connection with the work
is subject to payment of any license fee or royalty.
All variations of the proposed substitute from that
specified shall be identified in the application and
available maintenance, repair and replacement service
will be indicated. The application will also contain
31 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
Paragraph G.4 continued
an itemized estimate of all costs that will result
directly or indirectly for use of such substitute,
including costs or redesign and claims of other
contractors affected by the resulting change, all of
which shall be considered by Engineer in evaluating
the proposed substitute. Engineer may require
Contractor to furnish at Contractor's expense
additional data about the proposed substitute.
Engineer will be the sole reviewer, and no substitute
will be ordered or installed unless Engineer has
agreed to the use of the substitute in writing.
Owner may require Contractor to furnish at
Contractor's expense a special performance guarantee
or other surety with respect to any substitute.
Contractor will not be entitled to a change in
Contract Time and/or Contract Price for any
additional expenses associated with providing
substitutions or "or -equal" items.
b. If a specific means, method, technique, sequence or I
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 1
which to evaluate each proposed substitute. Engineer
will be the sole reviewer, and no substitute will be
ordered, as evidenced by either a Change Order or an
approved Shop Drawing. Owner may require Contractor -
to furnish at Contractor's expense a special
performance guarantee or other surety with respect to
any substitute. Engineer will record time required
by Engineer and Engineer's consultants in evaluating
substitutions proposed by Contractor and in making
changes in the Contract Documents occasioned thereby.
Whether or not Engineer reviews a proposed
substitute, Contractor shall reimburse Owner for the
charges of Engineer and Engineer's consultants for
evaluating each proposed substitute.
General Conditions 32
City of Fayetteville
Sanitary Sewer Improvements
I
11
I
I
I
I
I_]
I
I
I
I
I
I
I
I
I
Paragraph G continued
Concerning Subcontractors, Suppliers and Others
a. Contractor shall not employ any Subcontractor,
Supplier or other person, or organization (including
those reviewed by the Owner and Engineer as indicated
in paragraph G.5.b), whether initially or as a
substitute, against whom Owner or Engineer may have
reasonable objection. Contractor shall not be
required to employ any Subcontractor, Supplier or
other person or organization to furnish or perform
any of the work against whom Contractor has
reasonable objection.
b. If the Specifications require the identity of certain
Subcontractors, Suppliers or other persons or
organizations (including those who are to furnish the
principal items of materials and equipment) to be
submitted to Owner in advance of the specified date
prior to the Effective Date of the Agreement for
review by Owner and Engineer and if Contractor has
submitted a list thereof in accordance with the
Specifications, Owner's or Engineer's review (either
in writing or by failing to make written objection
thereto by the date indicated for review or objection
in the bidding documents or the Contract Documents)
of any such Subcontractor, Supplier or other person
or organization so identified may be revoked on the
basis of reasonable objection after due
investigation, in which case contractor shall submit
a substitute, the Contract Price will be increased by
the difference in the cost occasioned by such
substitution and an appropriate Change Order will be
issued or Written Amendment signed. No review by
Owner or Engineer of any such Subcontractor, Supplier
or other person or organization shall constitute a
waiver of any right of Owner or Engineer to reject
defective work.
c. If the Bid requires the listing of Suppliers for
certain equipment items, the contractor will be
required to provide a Supplier that conforms to the
Specifications and performs adequately the functions
and achieve the results called for by the general
design. The Contractor will not be entitled to an
increase in Contract Price or Contract Time if the
listed Supplier does not conform to the
Specifications. The Engineer and Owner will not
accept or approve the listed Suppliers prior to the
Effective Date of the Agreement. The Engineer's
review of Suppliers shop drawings will determine
general conformance to the Specifications and shall
33 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph G.5 continued
not constitute a waiver of any right of owner or
Engineer to reject defective work. This paragraph
waives the requirements in paragraph G.5.b.
d. Contractor shall be fully responsible to Owner and
Engineer for all acts and omissions of the
Subcontractor, Suppliers and other persons and
organizations performing or furnishing any of the
work under a direct or indirect contract with
Contractor just as Contractor is responsible for
Contractor's own acts and omissions. Nothing in the
Contract Documents shall create any contractual
relationship between Owner or Engineer and any such
Subcontractor, Supplier or other person or
organization, nor shall it create any obligation on
the part of Owner or Engineer to pay or to see to
the payment of any moneys due any such Subcontractor,
Supplier or other person or organization except as
may otherwise be required by Laws and Regulations.
e. The divisions and sections of the Specifications. and
the identifications of any Drawings shall not control
Contractor in dividing the work among Subcontractors.
or Suppliers or delineating the work to be performed
by any specific trade.
f. All work performed for Contractor by a Subcontractor
will be pursuant to an appropriate agreement between
Contractor and the Subcontractor which specifically
binds the Subcontractor to the applicable terms and
conditions of the Contract Documents for the benefit
of Owner and Engineer and contains waiver provisions
as required by paragraph F.6. Contractor shall pay
each Subcontractor a just share of any insurance
moneys received by Contractor on account of losses
under policies issued pursuant to paragraph F.2.d.
Patent Fees and Royalties
Contractor shall pay all license fees and royalties and
assume all costs incident to the use in the performance
of the work or the incorporation in the work of any
invention, design, process, product or device which is
the subject of patent rights or copyrights held by
others. If a particular invention, design, process,
product, or device is specified in the Contract Documents
for use in the performance of the work, and if to the
actual knowledge of Owner or Engineer, its use is subject
to patent rights or copyrights calling for the payment of
any license fee or royalty to others. The existence of
such rights shall be disclosed by Owner in the Contract
General Conditions 34
City of Fayetteville
Sanitary Sewer Improvements
I
[_1
I
I
I
P1
I
I
I
I
I
I
I
Li
I
i
I
'I
I
I
I
L
I
I
I
I
I
I
Paragraph G.6 continued
Documents. Contractor shall indemnify and hold harmless
the Owner, Engineer, and anyone directly or indirectly
employed by either of them from and against all claims,
damages, losses and expenses (including attorneys' fees
and court and arbitration costs) arising out of any
infringement of patent rights or copyrights incident to
the use in the performance of the work or resulting from
the incorporation in the work of any invention, design,
process, product, or device not specified in the Contract
Documents, and shall defend all such claims in connection
with any alleged infringement of such rights.
Permits
Contractor shall obtain and pay for all construction
permits and licenses unless otherwise stated. Owner
shall assist Contractor, when necessary, in obtaining
such permits and licenses. Contractor shall pay all
governmental charges and construction observation fees
necessary for the prosecution of the work, which are
applicable at the time of opening of Bids, or if there
are no Bids on the Effective Date of the Agreement.
Contractor shall pay all charges of utility service
companies for connections to the work, and Owner shall
pay all charges of such companies for capital costs
related thereto such as plant investment fees.
Laws and Regulations
a. Contractor shall give all notices and comply with all
Laws and Regulations applicable to furnishing and
performance of the Work. Except where otherwise
expressly required by applicable Laws and
Regulations, neither Owner nor Engineer shall be
responsible for monitoring Contractor's compliance
with any Laws or Regulations.
b. If Contractor observes that the Specifications or
Drawings are at variance with any Laws or
Regulations, Contractor shall give Engineer prompt
written notice thereof, and any necessary changes
will be authorized by one of the methods indicated in
paragraph D.2. If Contractor performs any Work
knowing or having reason to know that it is contrary
to such Laws or Regulations, and without such notice
to Engineer, Contractor shall bear all costs arising
therefrom; however, it shall not be Contractor's
primary responsibility to make certain that the
Specifications and Drawings are in accordance with
such Laws and Regulations.
35 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph G continued
9. Taxes
Contractor shall pay all sales, consumer, use and other
similar taxes required to be paid by Contractor in
accordance with the Laws and Regulations of the place of
the Project which are applicable during the performance
of the Work.
1O. Use of Premises
a. Contractor shall confine construction equipment, the
storage of materials, and equipment and the
operations of workers to the Project site and land
and areas identified in and permitted by the Contract
Documents and other land and areas permitted by Laws
and Regulations; rights -of -way, permits and
easements, and shall not unreasonably encumber the
premises with construction equipment, or other
materials, or equipment. Contractor shall assume
full responsibility for any damage to any such land
or area, or to the owner or occupant thereof or of
any land or areas contiguous thereto, resulting from
the performance of the Work. Should any claim be
made against Owner or Engineer by any such owner or
occupant because of the performance of the Work,
Contractor shall promptly attempt to settle with such
other party by agreement or otherwise resolve the
claim by arbitration or at law. Contractor shall, to
the fullest extent permitted by Laws and Regulations,
indemnify and hold Owner and Engineer harmless from
and against all claims, damages, losses and expenses
(including, but not limited to, fees of engineers,
architects, attorneys and other professionals and
court and arbitration costs) arising directly,
indirectly or consequentially out of any action,
legal or equitable, brought by any such other party
against Owner or Engineer to the extent based on a
claim arising out of Contractor's performance of the
Work.
b. During the progress of the work, Contractor shall '
keep the work site free from accumulations of waste
materials, rubbish, and other debris resulting. from
the work. At the completion of the work Contractor
shall remove all waste materials, rubbish, and debris
from and about the premises as well as all tools,
appliances, construction equipment, and machinery,
and surplus materials, and shall leave the site clean
and ready for occupancy by Owner. Contractor shall
restore to their original condition those portions of
the site not designated for alteration by the
Contract Documents.
General Conditions 36
City of Fayetteville
Sanitary Sewer Improvements
I
U
I
I
1
I
I
I
I
I
I
1]
I
I
I
I
I
Paragraph G.10 continued
c. Contractor shall not load nor permit any part of any
structure to be loaded in any manner that will
endanger the structure, nor shall Contractor subject
any part of the work or adjacent property to stresses
or pressures that will endanger it.
11. Record Documents
Contractor shall maintain in a safe place at the site one
record copy of all Drawings, Specifications, Addenda,
Written Amendments, Change Orders, Work Directive
Changes, Field Orders and written interpretations and
clarifications (issued pursuant to paragraph J.4) in good
order and annotated to show all changes made during
construction. These record documents together with all
approved samples and a counterpart of all approved Shop
Drawings will be available to Engineer for reference.
Upon completion of the Work, these record documents,
samples and Shop Drawings will be delivered to Engineer
for Owner.
12. Safety and Protection
a. Contractor shall be responsible for initiating,
maintaining and supervising all safety precautions
and programs in connection with the work. Contractor
shall take all necessary precautions for the safety
of, and shall provide the necessary protection to
prevent damage, injury, or loss to:
(1) All employees on the work site and other persons
who may be affected thereby.
(2) All the work and all materials or equipment to
be incorporated therein, whether in storage on
or off the site.
(3) other property at the site or adjacent thereto,
including trees, shrubs, lawns, walks,
pavements, roadways, structures and utilities
not designated for removal, relocation, or
replacement in the course of construction.
b. Contractor shall comply with all applicable Laws and
Regulations of any public body having jurisdiction
for the safety of persons or property or to protect
them from damage, injury or loss; and shall erect and
maintain all necessary safeguards for such safety and
protection. Contractor shall notify owners of
adjacent property, Underground Facilities, and
utility owners when prosecution of the Work may
affect them, and shall cooperate with them in the
protection,
37 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph G.12.b continued
removal, relocation and replacement of their
property. All damage, injury or loss.to any property
referred to in paragraph .G.12.a. (1) or G.12.a.(3)
caused, directly or indirectly, in whole or in part,
by Contractor, any Supplier or any other person or
organization directly or indirectly employed by any
of them or anyone for whose acts any of them may be
liable, shall be remedied by Contractor (except
damage or loss attributable to the fault of Drawings
or Specifications or to the acts or omissions of
Owner or Engineer or anyone employed by either of
them or anyone for whose acts either of them may be
liable, and not attributable, directly or indirectly,
in whole or in part, to the fault or negligence of
Contractor). Contractor's duties and
responsibilities for the safety and protection of the
work shall continue until such time as all the work
is completed and Engineer has issued a notice to
Owner and Contractor in accordance with paragraph
0.12 that the work is acceptable (except as otherwise
expressly provided in connection with Substantial
Completion).
c. Contractor shall designate a; responsible member of
his organization at the site whose duty shall be the
prevention of accidents. This person shall be
Contractor's superintendent unless otherwise
designated in writing by Contractor to Owner.
13. Emergencies
In emergencies affecting the safety or protection of
persons, the work, or property at the site or adjacent
thereto, Contractor, without special instruction or
authorization from Engineer or Owner, is obligated to act
to prevent threatened damage, injury, or loss. Contractor
shall give Engineer prompt written notice of any
significant changes in the work or deviations from the
Contract Documents caused thereby. If Engineer
determines that a change in the Contract Documents is
required because of the action taken in response to an
emergency, a Work Directive Change or Change Order will
be issued to document the consequences of the changes or
variations:
General Conditions 38
City of Fayetteville
Sanitary Sewer Improvements
I
I
J
I
I
I
I
I
I
1
I
I
1
1
I
I
I
I
I
1
I
1
I
I
I
I
Paragraph G continued
14. Shop Drawings and Samples
a. After checking and verifying all field measurements
and after complying with applicable procedures
specified in the General Requirements, Contractor
shall submit to Engineer for review, in accordance
with the Schedule of Shop Drawings, submissions which
will bear a stamp or specific written indication that
Contractor has performed Contractor's
responsibilities under the Contract Documents with
respect to the review of the submission. All
submissions will be identified as Engineer may
require. The data shown on the Shop Drawings will
be complete with respect to dimensions, design
criteria, materials of construction, and like
information to enable Engineer to review thefl
information as required.
b. Contractor shall also submit to Engineer for review
with such promptness as to cause no delay in work,
all samples required by the Contract Documents. All
samples will have been checked by and accompanied by
a specific written indication that Contractor has
performed Contractor's responsibilities under the
Contract Documents with respect to the review of the
submission and will be identified clearly as to
material,. supplier, pertinent data such as catalog
numbers and the use for which intended.
(1) Before submission of each Shop Drawing or sample
the 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 the 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.
39 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
Li
Paragraph G.14 continued
C. Engineer will review with reasonable promptness Shop
Drawings and samples, but Engineer's review shall be
only for conformance with the design concept of the
Project and for compliance with the information given
in the Contract Documents and shall not extend to
means, methods, sequences, techniques or procedures
of construction (except where a specific means,
method., technique, sequence or procedure of
construction is indicated in or required by the
Contract Documents) or to safety precautions or
programs incident thereto. The review of a separate
item as such will not indicate compliance of the
assembly in which the item functions. Contractor
shall make any corrections required by Engineer and
shall return the required number of corrected copies
of Shop Drawings and resubmit new samples for review.
Contractor shall direct specific attention in writing
to revisions other than the corrections called for by
Engineer on previous submittals.
d. Engineer's review of Shop Drawings or. samples shall
not relieve Contractor from responsibility for any
variation from the requirements of the Contract
Documents unless Contractor has in writing called
Engineer's attention to each such variation at the
time of submission as required by paragraph
G.14.b.(2), and Engineer has given written review of
each such variation by a specific written notation
thereof incorporated in or accompanying the Shop
Drawing or sample approval; nor will any review by
Engineer relieve Contractor from responsibility for
errors or omissions in the Shop Drawings or from
responsibility for having complied with the
provisions of paragraph G.14,b.(1).
e. .Where a Shop Drawing or sample is required by the
Specifications, any related Work performed prior to
Engineer's review of the pertinent submission will be
the sole expense and responsibility of Contractor.
15. Continuing the Work
Contractor shall carry on the work and maintain the
progress schedule during all disputes or disagreements
with Owner. No work shall be delayed or postponed
pending resolution of any disputes or disagreements,
except as permitted by paragraph P.3 or as Contractor and
Owner may otherwise agree in writing.
General Conditions 40
City of Fayetteville
Sanitary Sewer Improvements
Li
.1
1
I
I
I
1
Ii
I
I
I
I
I
I
I
I
I
H
I
1
L
I
I
I
I
II
1
I
11
LI
Paragraph G continued
16. Indemnification (Hold Harmless Agreement)
a. To the fullest extent permitted by Laws and
Regulations Contractor shall indemnify and hold
harmless Owner and Engineer and their consultants,
agents and employees from and against all claims,
damages, losses and expenses direct, indirect or
consequential (including but not limited to fees and
charges of engineers, architects, attorneys and other
professionals and court and arbitration costs)
arising out of or resulting from the performance of
the work, provided that any such claim, damage, loss
or expense (a) is attributable to bodily injury,
sickness, disease or death, or to injury to or
destruction of tangible property (other than the work
itself) including the loss of use resulting therefrom
and (b) is caused in whole or in part by any
negligent act or omission of Contractor, any
Subcontractor, any person or organization directly or
indirectly employed by any of them to perform or
furnish any of the Work or anyone for whose acts any
of them may be liable, regardless of whether or not
it is caused in part by a party indemnified hereunder
or arises by or is imposed by Law and Regulations
regardless of the negligence of any such party.
b. The foregoing Subparagraph shall, but not by way of
limitation, specifically include all claims and
judgements which may be made against the Owner,
Engineer, Engineer's consultants, and agents and
employees of any of them under the Illinois
Structural Work Law, and similar laws of other state
or governmental body having jurisdiction; and
further, against claims and judgements arising from
violations of public ordinances and requirements of
governing authorities due to the Contractor's or
Subcontractor's method of execution of the work.
c. In any and all claims against Owner or Engineer or
any of their consultants, agents or employees by any
employee of Contractor, any Subcontractor, any person
or organization directly or indirectly employed by
any of them to perform or furnish any of the Work or
anyone for whose acts any of them may be liable, the
indemnification obligation described hereinbefore
shall not be limited in any way by any limitation on
the amount or type of damages, compensation or
benefits payable by or for Contractor or any
Subcontractor under workers' or workmen's
compensation acts, disability benefit acts, or other
employee benefit acts.
41 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
C
Paragraph G.16 continued
d. The obligations of Contractor under paragraph G.16
shall not extend to the liability of Engineer,
Engineer's consultants, agents or employees arising
out of the preparation or review of maps, drawings,
opinions, reports, surveys, Change Orders, designs,
or Specifications.
General Conditions 42
City of Fayetteville
Sanitary Sewer Improvements
1I
H. Other Work
1. Related Work at Site
a. Owner may perform other work related to the Project
at the site by Owner's own forces, have other work
performed by utility owners or let other direct
contracts therefore which shall contain General
Conditions similar to these. If the fact that such
other work is to be performed was not noted in the
Contract Documents, written notice thereof will be
given to Contractor prior to starting any such other
work; and, if Contractor believes that such
performance will involve additional expense to
Contractor or requires additional time and the
parties are unable to agree as to the extent thereof,
Contractor may make a claim therefore as provided in
paragraphs L and M.
b. Contractor shall afford each utility owner and other
contractor who is a party to such a direct contract
(or Owner, if Owner is performing the additional work
with Owner's employees) proper and safe access to the
site and a reasonable opportunity for the
introduction and storage of materials and equipment
and the execution of such work, and shall properly
connect and coordinate the Work with theirs.
Contractor shall do all cutting; fitting and patching
of the Work that may be required to make its several
parts come together properly and integrate with such
other work. Contractor shall not endanger any work
of others by cutting, excavating or otherwise
altering their work and will only cut or alter their
work with the written consent of Engineer and the
others whose work will be affected. The duties and
responsibilities of Contractor under this paragraph
are for the benefit of such utility owners and other
contractors to the extent that there are comparable
provisions for the benefit of Contractor in said
direct contracts between Owner and such utility
owners and other contractors.
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
43 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
Paragraph H.l.c continued
shall inspect and promptly report to Engineer in
writing any delays, defects or deficiencies in such
work that render it unavailable or unsuitable for
such proper execution and results. Contractor's
failure so to report will constitute an acceptance
of the other work as fit and proper for integration
with Contractor's Work except for latent or
nonapparent defects and deficiencies in the other
work.
2. coordination
If Owner contracts with others for the performance of
other work on the Project at the site, the person or
organization who will have authority and responsibility
for coordination of the activities among the various
prime contractors will be identified in the Supplementary
Conditions, and the specific matters to be covered by
such authority and responsibility will be itemized, and
the extent of such authority and responsibilities will be
provided in the Supplementary Conditions. Unless
otherwise provided in the Supplementary Conditions,
neither Owner nor Engineer shall have any authority or
responsibility in respect of such coordination.
Li
L
I
I
I
General Conditions 44
City of Fayetteville
Sanitary Sewer Improvements 1
II
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 O.7.
4. Owner will provide lands and easements and provide
engineering surveys to establish reference points as set
forth in paragraphs E.1 and E.4. Paragraph E.2 refers to
Owner's identifying and making available to Contractor
copies of reports of explorations and tests of subsurface
conditions at the site and in existing structures which
have been utilized by Engineer in preparing the Drawings
and Specifications.
5. Owner's responsibilities in respect of purchasing
property insurance is set forth in paragraph F.7.
6. Owner is obligated to execute Change Orders as indicated
in paragraph K.4.
7. Owner's responsibility in respect of certain
observations, tests, and reviews is set forth in
paragraph N.3.b.
8. In connection with Owner's right to stop Work or suspend
Work, see paragraphs N.5 and P.1. Paragraph P.2 deals
with Owner's right to terminate services of Contractor
under certain circumstances.
45 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
J. Engineer's Status During Construction
1
2.
Owners Representative
Engineer will be Owner's representative during the
construction period
the limitations of
representative duri
Contract Documents
written consent of
Visits to Site
The duties, responsibilities and
authority of Engineer as Owner's
ng construction are set forth in the
and shall not be extended without
Owner and Engineer.
Engineer will make visits to the site at intervals
appropriate to the various stages of construction to
observe the progress and quality of the executed Work and
to determine, in general, if the Work is proceeding in
accordance with the Contract Documents. Engineer will
not be required to make exhaustive or continuous on -site
observations to check the quality or quantity of the
Work. Engineer's efforts will be directed toward
providing for Owner .a greater degree of confidence that
the completed work will conform to the Contract
Documents. On the basis of such visits and on -site
observations as an experienced and qualified design
professional, Engineer will keep Owner informed of the
progress of the Work and will endeavor to guard Owner
against defects and deficiencies in the Work.
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.
General Conditions 46
City of Fayetteville
Sanitary Sewer Improvements
I
I
I
I
I
II
I
L
l
I
C
I
' Paragraph J continued
5. Authorized Variations in Work
' Engineer may authorize minor variations in the work from
the requirements of the Contract Documents which do not
involve an adjustment in the Contract Price or the
' Contract Time and are consistent with the overall intent
of the Contract Documents. These may be accomplished by
a Field Order and will be binding on Owner, and also on
' Contractor who shall perform the Work involved promptly.
If Contractor believes that a Field Order justifies an
increase in the Contract Price or an extension of the
Contract Time and the parties are unable to agree as to
' the amount or extent thereof, Contractor may make a claim
therefor as provided in paragraphs L or M.
6. Rejecting Defective Work
Engineer will have authority to reject Work which
Engineer believes to be defective, and will also have
authority to require special review, observation, or
testing of the Work as provided in paragraph N.4.b,
whether or not the Work is fabricated, installed or
completed.
7. Shop Drawings, Change Orders, and Payments
a. In connection with Engineer's responsibility for Shop
Drawings and samples, see paragraphs G.14.
b. In connection with Engineer's responsibilities as to
Change Orders, see paragraphs K, L, and M.
• 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
I Owner and Contractor and not subject to appeal (except as
modified by Engineer to reflect changed factual
conditions).
I
Li
47 General Conditions
City of Fayetteville
' Sanitary Sewer Improvements
I
Paragraph J continued
9. Decisions on Disputes
a. Engineer will be the initial interpreter of the
requirements of the Contract Documents and judge of
the work thereunder. Claims, disputes and other
matters relating to the work or the interpretation of
the requirements of the Contract Documents pertaining
to the performance and furnishing of the Work and
claims under paragraphs L and M in respect of changes
in the Contract Price or Contract Time will be
referred initially to Engineer in writing with a
request for a formal decision in accordance with this
paragraph, which Engineer will render in writing
within a reasonable time. Written notice of each
such claim, dispute and other matter will be
delivered by the claimant to Engineer and the other
party to the Agreement promptly (but in no event
later than thirty days) after the occurrence of the
event giving rise thereto, and written supporting
data will be submitted to Engineer and the other
party within sixty (60) days after such occurrence
unless Engineer allows an additional period of time
to ascertain more accurate data in support of the
claim.
b. When functioning as interpreter and judge under
paragraphs,J.4 and J.9, Engineer will not show
partiality to Owner or Contractor and will not be
liable in connection with any interpretation or
decision rendered in good faith in such capacity. The
rendering of a decision by Engineer pursuant to
paragraphs J.4 and J.9 with respect to any such
claim, dispute or other matter (except any which have
been waived by the making or acceptance of final
payment as provided in paragraph 0.14) will be a
condition precedent to any exercise by Owner or
Contractor of such rights or remedies as either may
otherwise have under the Contract Documents or by
Laws or Regulations in respect of any such claim,
dispute or other matter.
General Conditions 48
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph J continued
10. Limitations on Engineer's Responsibilities
' a. Neither Engineer's authority to act under this
paragraph 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
used solely to evaluate the work for compliance with
the Contract Documents (unless there is a specific
' statement indicating otherwise). The use of any such
• term or adjective shall not be effective to assign to
Engineer any duty to authority, to perform
' construction observation ordirect performance of the
Work or authority to undertake responsibility
contrary to the provisions of paragraph J.lo.c or
' J.10.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.
I
49 General Conditions
City of Fayetteville
' Sanitary Sewer Improvements
K. Changes in work
1. Without invalidating the Agreement and without notice to
any surety, Owner may, at any time or from time to time,
order additions, deletions or revisions in the Work;
these will be authorized by a Written Amendment, a Change
Order, or a Work Directive Change. Upon receipt of any
such document, Contractor shall promptly proceed with the
Work involved which will be performed under the
applicable conditions of the Contract Documents (except
as otherwise specifically provided).
2. If Owner and Contractor are unable to agree as to the
extent, if any, of an increase or decrease in the
Contract Price or an extension or shortening of the
Contract Time that should be allowed as a result of a
Work Directive Change, a claim may be made therefor as
provided in paragraph L or M.
3. Contractor shall not be entitled to an increase in the
Contract Price or an extension of the Contract Time with
respect to any Work performed that is not required by the
Contract Documents as amended, modified and supplemented
as provided in paragraph D.2 except in the case of an
emergency as provided in paragraph G.13 and except in the
case of uncovering Work as provided in paragraph N.4.b.
4. Owner and Contractor shall execute appropriate Change
Orders (or Written Amendments) covering:
a. Changes in the Work which are ordered by Owner
pursuant to paragraph K.1, are required because of
defective Work under paragraph N.8 or correcting
defective Work under paragraph N.9, or are agreed to
by the parties;
b. Changes in the Contract Price or Contract Time which
are agreed to by the parties; and
c. Changes in the Contract Price or Contract Time which
embody the substance of any written decision rendered
by Engineer pursuant to paragraph 3.9.
provided that, in lieu of executing any such Change
Order, an appeal may be taken from any such decision in
accordance with the provisions of the Contract Documents
and applicable Laws and Regulations, but during any such
appeal, Contractor shall carry on the Work and adhere to
the progress schedule as provided in paragraph G.15.
General Conditions 50
City of Fayetteville
Sanitary Sewer Improvements
Paragraph K continued
5. If notice of any change affecting the general scope of
the Work or the provisions of the Contract Documents
(including, but not limited to, Contract Price or
Contract Time) is required by the provisions of any Bond
to be given to a surety, the giving of any such notice
will be Contractor's responsibility; and the amount of
each applicable Bond will be adjusted accordingly.
51 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
L. Changes in Contract Price
1. The Contract Price constitutes the total compensation
(subject to authorized adjustments) payable to Contractor
for performing the Work. All duties, responsibilities
and obligations assigned to or undertaken by Contractor
shall be at his expense without change in the Contract
Price.
2. The Contract Price may only be changed by a Change Order
or by a Written Amendment. Any claim for an increase or
decrease in the Contract Price shall be based on written
notice delivered by the party making the claim to the
other party and to Engineer promptly (but in no event
later than thirty (30) days) after the occurrence of the
event giving rise to the claim and stating the general
nature of the claim. Notice of the amount of the claim
with supporting data shall be delivered within sixty (60)
days after such occurrence (unless Engineer allows an
additional period of time to ascertain more accurate data
in support of the claim) and shall be accompanied by
claimant's written statement that the amount claimed
covers all known amounts (direct, indirect and
consequential) to which the claimant is entitled as a
result of the occurrence of said event. All claims for.
adjustment in the Contract Price shall be determined by
Engineer in accordance with paragraph J.9.a if Owner and
Contractor cannot otherwise agree on the amount involved.
No claim for an adjustment in the Contract Price will be
valid if not submitted in accordance with this paragraph
L.2.
3. The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price
shall be determined in one of the following ways: ,
a. Where the Work involved is covered by unit prices
contained in the Contract Documents, by application
of unit prices to the quantities of the items
involved (subject to the provisions of paragraph
L.7).
b. By a mutually agreed lump sum (which may include an
allowance for overhead and profit not necessarily in
accordance with paragraph L.5.a.(2)(a).
c. On the basis of the Cost of the Work (determined as
provided in paragraphs L.4.a and L.5.b) plus a
Contractor's Fee for overhead and profit (determined
as provided in paragraphs L.5.a and L.5.b.
General Conditions 52
City of Fayetteville
Sanitary Sewer Improvements
11
11
11
11
I
I
I
L
El
El
J
El
Paragraph L continued
4. Cost -of -Work
a. The term Cost -of -Work means the sum of all costs
necessarily incurred and paid by Contractor in the
proper performance of the Work. Except as otherwise
may be agreed to in writing by Owner, such costs
shall be in amounts no higher than those prevailing
in the locality of the Project, shall include only
the following items and shall not include any of the
costs itemized in paragraph L.4.b:
(1) Payroll costs for employees in the direct employ
of Contractor in the performance of the Work
under schedules of job classifications agreed
upon by Owner and Contractor. Payroll costs for
employees not employed full time on the Work
shall be apportioned on the basis of their time
spent on the Work. Payroll costs shall include,
but not be limited to, salaries and wages plus
the cost of fringe benefits which shall include
social security contributions, unemployment,
excise and payroll taxes, workers' or workmen's
compensation, health and retirement benefits,
bonuses, sick leave, vacation and holiday pay
applicable thereto. Such employees shall
include superintendents and foremen at the site.
The expenses of performing Work after regular
working hours, on Sunday or legal holidays,
shall be included in the above to the extent
authorized by owner.
(2) Cost of all materials and equipment furnished
and incorporated in the Work, including costs of
transportation and storage thereof, and
Supplier's field services required in connection
therewith. All cash discounts shall accrue to
Contractor unless Owner deposits funds with
Contractor with which to make payments, in which
case the cash discounts shall accrue to Owner.
All trade discounts, rebates and refunds, and
all returns from sale of surplus materials and
equipment shall accrue to Owner and contractor
shall make provisions so that they may be
obtained.
53 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
Li
Paragraph L.4.a continued
(3) Payments made by Contractor to the
Subcontractors for Work performed by
Subcontractors. If required by Owner,
Contractor shall obtain competitive bids from
Subcontractors acceptable to Contractor and
shall deliver such bids to Owner who will then
determine, with the advice of Engineer, which
bids may be accepted. If a Subcontract provided
that the Subcontractor is to be paid on the
basis of Cost of the Work Plus a Fee, the
Subcontractor's Cost of the Work shall be
determined in the same manner as Contractor's
Cost of the Work. All subcontracts shall be
subject to the other provisions of the Contract
Documents insofar as applicable.
(4) Costs of special consultants (including, but not
limited to, engineer, architects, testing
laboratories, surveyors, lawyers and
accountants) employed for services specifically
related to the Work.
(5) Supplemental costs including the following:
(a) The proportion of necessary transportation,
travel and subsistence expenses of
Contractor's employees incurred in discharge
of duties connected with the Work.
(b) Cost, including transportation and
maintenance, of all materials, supplies,
equipment, machinery, appliances, office and
temporary facilities at the site and hand
tools not owned by the workmen, which are
consumed in the performance of the work, and
cost less market value of such items used
but not consumed which remain the property
of Contractor.
(c) Rentals of all construction equipment and
machinery and the parts thereof whether
rented from Contractor or others in
accordance with rental agreements reviewed
by Owner with the advice of Engineer, and
the cost of transportation, loading,
unloading, installation, dismantling and
removal thereof - all in accordance with
terms of said rental agreements. The rental
of any such equipment, machinery or parts
shall cease when the use thereof is no
longer necessary for the Work.
General Conditions 54
City of Fayetteville
Sanitary Sewer Improvements
Paragraph L.4.a.(5) continued
(d) Sales, consumer, use or similar taxes
related to the work, and for which
' Contractor is liable, imposed by Laws and
Regulations.
' (e) Deposits lost for causes other than
negligence of Contractor, any Subcontractor
or anyone directly or indirectly employed by
I. any of them or for whose acts any of them
may be liable, and royalty payments and fees
for permits and licenses.
' (f) Losses and damages (and related expenses),
not compensated by insurance or otherwise,
to the Work or otherwise sustained by
' Contractor in connection with the execution
of the work, provided they have resulted
from causes other than the negligence of
Contractor, any Subcontractor, or anyone
'
directly or indirectly employed by any of
them or for whose acts any of them may be
liable. Such losses shall include
settlements made with the written consent
and review of Owner. No such losses,
damages and expenses shall be included in
' the Cost of the Work for the purpose of
determining Contractor's Fee. If, however,
any such loss or damage requires
reconstruction and Contractor is placed in
' charge thereof, Contractor shall be paid for
services a proportionate fee to that stated
in paragraph L.5.a.(2).
' (g) The cost of utilities, fuel and sanitary
facilities at the site.
(h) Minor expenses such as telegrams, long
distance telephone calls, telephone service
at the site, expressage and similar petty
' cash items in connection with the Work.
(i) Cost of premiums for additional Bonds and
' insurance required because of changes. in the
Work.
b. The term Cost -of -Work shall not include any of the
following:
I
55 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph L.4.a. continued ,
(1) Payroll costs and other compensation of
Contractor's officers, executives, principals
(of partnership and sole proprietorships),
general managers, engineers, architects,
estimators, lawyers, auditors, accountants,
purchasing and contracting agents, expeditors,
timekeepers, clerks and other personnel employed
by Contractor whether at the site or in
Contractor's principal or a branch office for
general administration of the Work and not
specifically included in the agreed upon
schedule of job classifications referred to in '
paragraph L.4.a.(l) or specifically covered by
paragraph L.4.a.(4) - all of which are to be
considered administrative costs covered by the
Contractor's Fee.
(2) Expenses of Contractor's principal and branch
offices other than Contractor's office at the '
site.
(3) Any part of Contractor's capital expenses,
including interest on Contractor's capital
employed for the Work and charges against
Contractor for delinquent payments.
(4) Cost•of premiums for all Bonds and for all
insurance whether or not Contractor is required
by the Contract Documents to purchase and
maintain the same (except for the cost of
premiums covered by paragraph L.4.a.(5)(i)).
(5) Costs due to the negligence of Contractor, any
Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of
them may be liable, including but not limited
to, the correction of defective Work, disposal
of materials or equipment wrongly supplied and
making good any damage to property.
(6) Other overhead or general expense costs of any
kind and the costs of any item not specifically
and expressly included in paragraph L.4.a.
General Conditions 56
City of Fayetteville
Sanitary Sewer Improvements
' Paragraph L continued
5. Contractor's Fee
' a. The Contractor's Fee allowed to Contractor for
overhead and profit shall be determined as follows:
I(1) A mutually agreed fixed fee; or if none can be
agreed upon,
(2) A fee based on the following percentages of the
'various portions of the Cost of the Work:
(a) The Contractor's Fee shall be fifteen (15)
' percent for payroll costs and the cost of
materials and equipment as defined in
paragraphs L.4.a.(1) and L.4.a.(2);
(b) The Contractor's Fee shall be five (5)
percent on the work performed by
Subcontractors as defined in paragraph
L.4.a.(3); and if a Subcontract is on the
• basis of Cost -of -Work plus a Fee, the
maximum allowable to the Subcontractor as a
fee for overhead and profit shall be fifteen
(15) percent;
' (c) No fee shall be payable on costs defined in
paragraphs L.4.a.(4), L.4.a.(5), and L.5
(costs associated with supplemental costs or
special consultants);
' (d) The amount of credit to be allowed by
Contractor to Owner for any such change
' which results in a net decrease in cost,
will be the amount of the actual net
decrease plus a deduction in Contractor's
Fee by an amount equal to ten (10) percent
'of the net decrease; and
(e) When both additions and credits are involved
' in any one change, the adjustment in
Contractor's Fee shall be computed on the
basis of the net change in accordance with
' paragraphs L.5.a.(2)(a) through
L.5.a.(2)(d), inclusive.
b. Whenever the cost of any Work is to be determined
pursuant to paragraph L.4, Contractor will submit an
itemized cost breakdown together with supporting
data.
57 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph L continued ,
6. Cash Allowances:
a. It is understood that Contractor has included in the '
Contract Price all allowances so named in the
Contract Documents and shall cause the Work so ,
covered to be done by such Subcontractors or
Suppliers and for such sums within the limit of the
allowances as may be reviewed by the Engineer.
Contractor agrees that:
(1) The allowances include the cost to Contractor
(less any applicable trade discounts) of
materials and equipment required by the
allowances to be delivered to the site, and all
applicable taxes; and
(2) Contractor's costs for unloading and handling on
the site, labor, installation costs, overhead,
profit and other expenses contemplated for the
allowances have been included in the Contract
Price and not in the allowances. No demand for
additional payment on account of any thereof '
will be valid.
b. Prior to final payment, an appropriate Change Order
will be issued as recommended by Engineer to reflect
actual amounts due Contractor on account of Work
covered by allowances, and the Contract Price shall
be correspondingly adjusted.
7. Unit Price Work:
a. Where the Contract Documents provide that all or part
of the Work is to be Unit Price Work, initially the
Contract Price will be deemed to include for all Unit
Price Work an amount equal to the sum of the
established unit prices for each separately
identified item of Unit Price work times the
estimated quantity of each item as indicated in the
Agreement. The estimated quantities of items of Unit
Price Work are not guaranteed and are solely for the
purpose of comparison of Bids and determining an
initial Contract Price. Determinations of the actual
quantities and classifications of Unit Price Work
performed by Contractor will be made by Engineer in
accordance with Paragraph J.B.
b. Each unit price will be deemed to include an amount
considered by Contractor to be adequate to cover
Contractor's overhead and profit for each separately
identified item.
General Conditions 58
City of Fayetteville
Sanitary Sewer Improvements.
I
Paragraph L.7 continued
C. The unit price of an item of Unit Price Work shall be
subject to re-evaluation and adjustment under the
following conditions:
(1) If the total cost of a particular item of Unit
Price Work amounts to 115 percent or more of the
Contract Price and the variation in the quantity
of that particular item of Unit Price Work
performed by Contractor differs by more than 15
percent from the estimated quantity of such item
indicated in the Agreement; and
(2) If there is no corresponding adjustment with
respect to any other item of Work; and
(3) If Contractor believes that it has incurred
additional expense as a result thereof; or
(4) If Owner believes that the quantity variation
entitles it to an adjustment in the unit price,
either Owner or Contractor may make a claim for
a adjustment in the Contract Price in accordance
with Paragraph L if the parties are unable to
agree as to effect of any such variations in the
quantity of Unit Price Work performed.
8. Limits of Authority:
a. The Contractor shall note and abide by the following
Owner's and Engineer's limits of authority for
changes in the Work which require a change in the
Contract Price and Contract Time.
Except in the case of extreme emergency to protect
the public safety, public welfare or substantial
Work, the following limits of authority to the Owner
and Engineer shall apply:
Engineer's Representative - No authority
Water/Sewer Maintenance Superintendent - $5,000.00
Public Works Director - $10,000.00
Mayor - $20,000.00 or any City Council pre -approved
contingency.
All accumulative changes which result in Contract
Price changes in excess of $20,000.00 or any City
Council pre -approved contingency shall require the
formal approval of the Fayetteville City Council.
59 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
M. Changes in Contract Time
1. General
a. The Contract Time may only be changed by a Change
Order or a Written Amendment. Any claim for an
extension or shortening of the Contract Time shall be
based on written notice delivered by the party making
the claim to the other party and to Engineer promptly
(but in no event later than thirty (30) days) after
the occurrence of the event giving rise to the claim
and stating the general nature of the claim. Notice
of the extent of the claim with supporting data shall
be delivered within sixty (60) days after such
occurrence (unless Engineer allows an additional
period of time to ascertain more accurate data in
support of the claim) and shall be accompanied by the
claimant's written statement that the adjustment
claimed is the entire adjustment to which the
claimant has reason to believe it is entitled as a
result of the occurrence of said event. All claims
for adjustment in the Contract Time shall be
determined by Engineer in accordance with paragraph
J.8 if Owner and Contractor cannot otherwise agree.
No claim for an adjustment in the Contract Time will
be valid if not submitted in accordance with the
requirements of this paragraph M.l.a.
b. The Contract Time may be extended in an amount equal
to time lost due to delays (unavoidable delays)
beyond the control of Contractor if a claim is made
as provided in paragraph M.l.a. Such delays shall
include, but not be limited to, acts or neglect by
Owner or others performing additional work as
contemplated by paragraph H, or to fires, floods,
labor disputes, epidemics, abnormal weather
conditions, or acts of God.
c. All time limits stated in the Contract Documents are
of the essence of the Agreement. Provisions of this
paragraph M.1 shall not exclude recovery for damages
(including but not limited to fees and charges of
engineers, architects, attorneys and other
professionals and court and arbitration costs) for
delay by. either party.
General Conditions 60
City of Fayetteville
Sanitary Sewer Improvements
Paragraph M continued
2. Delays
a. Avoidable Delays
(1) Avoidable delays in the prosecution or
completion of the Work shall include all delays
which might have been avoided by the exercise of
care, prudence, foresight, or diligence on the
part of the Contractor.
(2) Delays in the prosecution of parts of the Work
which may in themselves be unavoidable but do
not necessarily prevent or delay the prosecution
of other parts of the work nor the completion of
the whole work within the time herein specified;
reasonable loss of time resulting from the
necessity of submitting drawings to the Engineer
for approval and from the making of surveys,
measurements, and observations; and such
interruptions as may occur in the prosecution of
the work on account of the reasonable
interference of other Contractors employed by
the Owner, which do not necessarily prevent the
completion of the whole work within the time
herein specified, will be deemed avoidable
delays within the meaning of this Contract.
b. Unavoidable Delays
Unavoidable delays in the prosecution or completion
of the Work under this Contract shall include all
delays which may result through causes beyond the
control of the Contractor and which he could not have
provided against by the exercise of care, prudence,
foresight, or diligence. Such delays shall include,
but not be limited to, acts or neglect by Owner or
others performing additional work as contemplated by
paragraph H or to fires, floods, labor disputes,
epidemics, abnormal weather conditions or acts of
God. Orders issued by the Owner changing the amount
of Work to be done, the quantity of material to be
furnished, or the manner in which the Work is to be
prosecuted; failure of the Owner to provide rights-
of- way; and unforeseen delays in the completion of
the Work of other contractors under contract with the
Owner will be considered unavoidable delays, so far
as they necessarily interfere with the Contractor's
completion of the whole of the Work. Delays due to
61 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
i
Paragraph M.2.b continued
adverse weather conditions will not be regarded as
unavoidable delays as the Contractor should
understand that such conditions are to be expected
and plan his Work accordingly.
3. Extension of Time
a. For Unavoidable Delays
For delays which are unavoidable as provided in
paragraph M.2.b, as determined by the Owner, the
Contractor will be allowed, if he applies for the
same, an extension of time beyond the time specified
for completion, proportionate to such unavoidable
delay or delays, within which to complete the
Contract. The Contractor will not be charged, because
of any extension of time for such unavoidable delay,
any liquidated damage and/or actual damages as
provided in paragraph R. _
b. For Avoidable Delay.
(1) Extensions of time will not be granted because
of avoidable delays.
(2) Contractor will be charged liquidated damages or
actual damages as provided in paragraph R for
avoidable delays.
General Conditions 62
City of Fayetteville
Sanitary Sewer Improvements
I
1. Warranty and Guarantee
Contractor warranties and guarantees to Owner and
Engineer that all work will be in accordance with the
Contract Documents and will not be defective. Prompt
notice of all defects shall be given to Contractor. All
' defective Work, whether or not in place, may be rejected,
corrected or agreed to as provided in this paragraph N.
' 2. Access to Work
Engineer and Engineer's representatives, other
representatives of Owner, testing agencies and
'• governmental agencies with jurisdictional interests will
have access to the work at reasonable times for
observation and testing. Contractor shall provide proper
and safe conditions for such access.
3. Tests and Observations
a. Contractor shall give Engineer; timely notice of
readiness of the Work for all required observations,
tests, or reviews.
' b. If Laws or Regulations of any public body having
jurisdiction requires any Work (or part thereof) to
specifically be observed or tested, Contractor shall
assume full responsibility therefor, pay all costs in
connection therewith and furnish Engineer with the
required certificates of inspection, testing, or
'
approval. Contractor shall also be responsible for
and shall pay all costs in connection with any
inspection or testing required in connection with
' Owner's or Engineer's agreed to. Supplier of materials
or equipment proposed to be incorporated in the work,
or of materials or equipment submitted for approval
t 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).
63 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
Paragraph N.3 continued
d. If any Work (including the work of others) that is to
be observed or tested is covered without written
concurrence of Engineer, it must, if requested by
Engineer, be uncovered for observation. Such
uncovering shall be at Contractor's expense unless
Contractor has given Engineer timely notice of
Contractor's intention to cover such work and
Engineer has- not acted with reasonable promptness in
response to such notice.
e. Neither observations by Engineer nor observations,
tests, or reviews by others shall relieve Contractor
from his obligations to perform the work in
accordance with the Contract Documents.
4. Uncovering work
a. If any work is covered contrary to the written
request of Engineer, it must, if requested by
Engineer, be uncovered for Engineer's observation and
replaced at Contractor's expense.
b. If Engineer considers it necessary or advisable that
covered work be observed by Engineer or tested by
others, Contractor, at Engineer's request, shall
uncover, expose or otherwise make available for
observation or testing as Engineer may require, that
portion of the work in question, furnishing all
necessary labor, material and equipment. If it is
found that such work is defective, Contractor shall
bear all the expenses of such uncovering, exposure-,
observation, testing and reconstruction, (including
but not limited to fees and charges of engineers,
architects, attorneys and other professionals), and
Owner shall be entitled to an appropriated decrease
in the Contract Price, and, if the parties are unable
to agree as to the amount thereof, may make a claim
therefor as provided in paragraph L. If, however,
such work is not found to be defective, Contractor
shall be allowed an increase in the Contract Price or
an extension of the Contract Time, or both, directly
attributable to such uncovering, exposure,
observation, testing -and reconstruction; and, if the
parties are unable to agree as to the amount or
extent thereof, Contractor may make a claim therefor
as provided in paragraphs L and M.
I
General Conditions 64 t
City of Fayetteville
Sanitary Sewer Improvements
IT
Paragraph N continued
5. Owner May Stop the Work
If the work is defective, or Contractor fails to supply
sufficient skilled workmen or suitable materials or
equipment,or fails to furnish or perform the Work in such
' a way that the completed Work will conform to the
Contract Documents, Owner may order Contractor to stop
the work, or any portion thereof, until the cause for
' such order has been eliminated; however, this right of
Owner to stop the work shall not give rise to any duty on
the part of the Owner to exercise this right for the
benefit of Contractor or any other party.
6. Correction or Removal of Defective Work
a. If required by Engineer, Contractor shall promptly,
as directed, either correct all defective Work,
whether or not fabricated, installed or completed,
or, if the Work has been rejected by Engineer, remove
it from the site and replace it with suitable Work.
Contractor shall bear all direct, indirect and
consequential costs of such correction or removal
(including but not limited to fees and charges of
engineers, architects, attorneys, and other
professionals) made necessary thereby.
' b. If the contractor fails to remove defective work
within ten days after receipt of written notice, the
rejected material or work may be removed by the Owner
'
and the cost of such removal shall be taken out of
the fees that may be due or may become due the
Contractor on account of or by virtue of this
' Contract. No such rejected material shall again be
offered for use by the Contractor under this
Contract.
' 7. One Year Correction Period
If within one year after the date of Substantial
Completion or such longer period of time as may be
prescribed by Laws or Regulations by the terms of any
applicable special guarantee required by the Contract
' Documents or by any specific provision of the Contract
Documents, any work is found to be defective, Contractor
shall promptly, without cost to Owner and in accordance
' with Owner's written instructions, either correct such
defective work, or, if it has been rejected by Owner,
remove it from the site and replace it with nondefective
work. If Contractor does not promptly comply with the
I.
65 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph N.7 continued
terms of such instructions, or in an emergency where
delay would cause serious risk of loss or damage, Owner
may have the defective work corrected or the rejected
work removed and replaced, and all direct and indirect
costs of such removal and replacement (including but not
limited to fees and charges of engineers, architects,
attorneys and other professionals) will be paid by
Contractor. In special circumstances where a particular
item of equipment is placed in continuous service before
Substantial Completion of all the Work, the correction
period for that item may start to run from an earlier
date if so provided in the Specifications or by Written
Amendment. '
8. Acceptance of Defective Work
If,. instead of requiring correction or removal and i
replacement of defective work, Owner (and, prior to
Engineer's recommendation of final payment, also
Engineer) prefers to accept it, Owner may do so.
Contractor shall bear all direct, indirect and
consequential costs attributable to Owner's evaluation of
and determination to accept such defective Work (such
costs to be reviewed by Engineer as to reasonableness and
to include but not be limited to fees and charges of
engineers, architects, attorneys and other
professionals). If any such acceptance occurs prior to
Engineer's recommendation of final payment, a Change
Order will be issued incorporating the necessary
revisions in the Contract Documents with respect to the
Work; and Owner shall be entitled to an appropriate
decrease in the Contract Price, and, if the parties are
unable to agree as to the amount thereof, Owner may make
a claim therefor as provided in paragraph L. If the
acceptance occurs after such recommendation, an
appropriate amount will be paid by Contractor to Owner. _
9. Owner May Correct Defective Work
If Contractor fails within a reasonable time after
written notice of Engineer to proceed to correct
defective work or to remove and replace rejected work as
required by Engineer 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
General Conditions 66
City of Fayetteville
Sanitary Sewer Improvements
I
I
I
I
I
I
I
I
I
I
I
I
I
Lii
I
I
I
H
Paragraph N.9 continued
site, take possession of all or part of the work, and
suspend Contractor's services related thereto, take
possession of Contractor's tools, appliances,
construction equipment and machinery at the site and
incorporate in the work all materials and equipment
stored at the site or for which Owner has paid Contractor
but which are stored elsewhere. Contractor shall allow
Owner, Owner's representatives, agents and employees such
access to the site as may be necessary to enable Owner to
exercise his rights under this paragraph. All direct,
indirect and consequential costs of Owner in exercising
such rights and remedies will be charged against
Contractor in an amount reviewed by Engineer, and a
Change Order will be issued incorporating the necessary
revisions in the Contract Documents with respect to the
Work; and Owner shall be entitled to an appropriate
decrease in the Contract Price, and if the parties are
unable to agree as to the amount thereof, owner may make
a claim therefor as provided in paragraph L. Such
direct, indirect and consequential costs will include but
not be limited to fees and charges of engineers,
architects, attorneys and other professionals, all court
and arbitration costs and all costs of repair and
replacement of work of others destroyed or damaged by
correction, removal or replacement of Contractor's
defective Work. Contractor shall not be allowed an
extension of the Contract Time because of any delay in
performance of the work attributable to the exercise by
Owner of Owner's rights hereunder.
67 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
i. Schedules
The schedule of values established as provided in
paragraph C.7 will serve as the basis for progress
payments and will be incorporated into a form of
Application for Payment. Progress payments on account of
Unit Price Work will be based on the number of units
completed.
2. Application for Progress Payments
a. The contractor shall, on the 25th day of each
calendar month, together with a representative of the
Engineer, make an estimate of the value of the work
performed as of the 15th day of the month in
accordance with this Contract since the last
preceding estimate was made.
The Contractor shall then prepare and submit the
estimate to the Engineer on the periodical estimate
for partial payment forms, copies of which are bound
with these Contract Documents. The number of copies
to be submitted will be determined by the Engineer
after construction has started.
b. Upon presentation of certified copies of purchase
bills and freight bills, the Owner will permit
inclusion in such monthly estimates payment for
materials that will eventually be incorporated in the
project, providing that such material is suitably
stored on the site at the time of submission of the
estimate for payment. At the time the next following
monthly estimate is submitted, certified copies of
receipted purchase and freight bills for the stored
materials included in the monthly payment estimate
submitted two months previously shall be submitted.
If the Contractor fails to submit proof of payment
with the monthly payment estimate, those items of
stored materials for which no proof of payment has
been submitted will be deleted from the current
payment estimate. Such materials when so paid for by
the Owner will become the property of the Owner and,
in case of default on the part of the Contractor, the
Owner may use or cause to be used by others these
materials in construction of the project. However,
the Contractor shall be responsible for safe guarding
such materials against loss or damage of any nature
whatsoever, and in case of any loss or damage the
Contractor shall replace such lost or damaged
materials at no cost to the owner.
General Conditions 68
City of Fayetteville
Sanitary Sewer Improvements
I
El
I
11
1l
LU
I
I
El
Paragraph O.2.b continued
(1) Except as provided in paragraph O.2.b, the first
application for payment shall be of the value of
' the work done and of materials proposed and
suitable for permanent incorporation in the
work, delivered, and suitably and safely stored
' at the site of the work since the Contractor
shall have begun the performance of this
Contract; and every subsequent estimate, except
1 the final estimate, shall be of value of the
work done and materials delivered and suitably
stored at the site of the work since the last
preceding estimate was made.
c. No application for partial payment shall be made
when, in the judgement of the Engineer, the total
value of the Work done and materials incorporated
into the Work under this Contract since the last
preceding estimate amount is less than $10,000.
d. Applications for payment shall be signed by the
Engineer and approved by the Owner, and after such
approval, the Owner, subject to the foregoing
provisions, will pay or cause to be paid an amount
equal to the estimated value of the work performed
less a retained amount in accordance with the
following schedule:
(1) Ten (10) percent until construction is
50 percent complete.
(2) Five (5) percent after construction is
50 percent complete, provided that the
' Contractor is making adequate progress and there
is no specific cause for greater withholding.
1 (3) When the project is substantially complete
(operational or beneficial use as determined by
the Engineer) the retained amount will be
reduced to two (2) percent of the value of work
' which is substantially complete, or two hundred
(200) percent of the value of each item as
determined by the Engineer to complete said item
or items of work, whichever is greater.
e. Contractor shall furnish with each application for
payment a Contractor's sworn affidavit listing all
parties to receive payments on that request.
69 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph O.2 continued
f. If required by the regulatory agencies, the
Contractor and his subcontractor shall prepare weekly
sworn affidavits with respect to the payment of wages
in accordance with the provisions as set forth in the
"Anti -Kickback" Act, and submit affidavits with the
progress payment requests.
Unit Price Items
a. Unit price items listed in the Bid form and in the
Agreement form may be of two types, "unit price
construction items", and "unit price work items
ordered by the Engineer during construction". For
all unit price items, quantities as set forth are the
best estimates which can be made during design, since
actual quantities cannot be determined until
construction is underway.
b. The Contractor shall study carefully the
Specifications to determine the extent and scope of
the work included under lump sum items in the
Contract. It may be that work under some unit price
items is in addition to similar work to be performed
under lump sum items and paid for thereunder.
c. Unit Price Construction Items
Unit price construction items will be used to pay for
work not included under a lump sum item but required
by the Contract.
d. Unit Price Work Items Order by the Engineer During
Construction
These unit price items will be used to pay for
designated work, not shown on the Contract Drawings,
when ordered by the Engineer in writing during
construction.
Reporting and Invoicing Cost -of -Work
All cost -of -work items shall be reported daily and signed
by the Contractor and the Engineer, which daily reports
shall thereafter be considered the true record of cost-
of- work done. Completely detailed invoices covering the
cost -of -work shall be submitted for payment not later
than 15 days after the completion of the work. The
charges for work performed by the Contractor, by a
Subcontractor, and by an employee of a Subcontractor
shall be reported separately. Substantiating invoices
from suppliers, vendors and Subcontractors shall be
included with the Contractor's invoices. The Contractor
General Conditions 70
City of Fayetteville
Sanitary Sewer Improvements 1
I
Paragraph O.4 continued
shall permit examination of accounts, bills, and vouchers
' relating to the cost -of -work when requested by the
Engineer.
5. Partial Waiver of Liens
Partial waiver of liens shall accompany each payment
request to cover the full amount of the previous payment
request. The Contractor shall procure from each and
every Subcontractor and suppliers of material or labor a
partial waiver of lien to release the Owner of any claim
to a mechanics lien, which they or any of them may have
under the mechanics lien laws of the State in which the
project is located. Any payments made by the Owner
without requiring strict compliance to the terms of this
paragraph shall not be construed as a waiver by the owner
of the right to insist upon strict compliance with the
terms of this approach as a condition of later payments.
6. Contractor's Warranty of Title
' Contractor warrants and guarantees that title to all
work, materials and equipment covered by any Application
for Payment, whether incorporated in the project or not,
will pass to Owner no later than the time of payment free
and clear of all Liens.
7. Review of Progress Payment Requests
1 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. Paragraph deleted.
I
C
71 General Conditions
1 City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph 0.7 continued
I
c. Engineer's recommendation of any payment requested in
a payment request will constitute a representation by
Engineer to Owner, based on Engineer's on -site
observations of the work in progress as an
experienced and qualified design professional and on
Engineer's review of the payment request and the
accompanying data and schedules that the Work has
progressed to the point indicated; that, to the best
of the Engineer's knowledge, information and belief,
the quality of the work is in accordance with the
Contract Documents (subject to an evaluation of the
Work as a functioning whole prior to or upon
substantial completion, to the results of any
ft
subsequent tests called for in the Contract Documents
to a final determination of quantities and
classifications for Unit Price Work under paragraph
3.8 and to any other qualifications stated in the
recommendation); and that Contractor is entitled to
payment of the amount recommended. However, by
recommending any such payment, Engineer will not
thereby be deemed to have represented that exhaustive
or continuous on -site observations have been made to
check the quality or the quantity of the work, or
that the means, methods, techniques, sequences, and
procedures of construction have been reviewed or that
any examination has been made to ascertain how or for
what purpose Contractor has used the moneys paid or
to be paid to Contractor on account of the Contract
Price, or that title to any work, materials or
equipment has passed to Owner free and clear of any
Liens.
d. Engineer's recommendation of final payment will
constitute an additional representation by Engineer
to Owner that the conditions precedent to
Contractor's being entitled to final payment as set
forth in paragraph O.8.a have been fulfilled.
e. Engineer may refuse to recommend the whole or any
part of any payment if, in Engineer's opinion, it
would be incorrect to make such representations to
Owner. Engineer may also refuse to recommend any
such payment, or, because of subsequently discovered
evidence or the results of subsequent observations or
tests, nullify any such payment previously
recommended; to such extent as may be necessary to
Engineer's opinion to protect Owner from loss
because:
(1) The Work is defective, or completed work has
been damaged requiring correction or
replacement.
General Conditions 72
City of Fayetteville
Sanitary Sewer Improvements
!I
F
I
I
Paragraph O.7.d continued
(2) The Contract Price has been reduced by Written
' Amendment or Change Order.
(3) Owner has been required to correct defective
Work or complete the Work in accordance with
Iparagraph 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.
If. 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 that 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
1 work substantially complete, Engineer will prepare
and deliver to Owner a tentative Statement of
Substantial Completion which shall fix the date of
Substantial Completion. There shall be attached to
the certificate a tentative list of items to be
completed or corrected before final payment. This
list shall be called a punch list. Owner shall have
fourteen (14) days after receipt of the tentative
certificate during which he may make written
objection to Engineer as to any provisions of the
certificate or attached list. If, after considering
such objections, Engineer concludes that the Work is
not Substantially Complete, Engineer will within
fourteen days after submission of the tentative
certificate to Owner notify Contractor in writing,
stating his reasons therefore. If, after
consideration of Owner's objections, Engineer
73 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph O.8.a continued
considers the Work Substantially Complete, Engineer
will within said fourteen (14) days execute and
deliver to Owner and Contractor a definitive
Statement of Substantial Completion (with a revised
tentative list of items to be completed or corrected)
reflecting such changes from the tentative
certificate as Engineer believes justified after
consideration of any objections from Owner. At the
time of delivery of the tentative Statement of
Substantial Completion Engineer will deliver to Owner
and Contractor a written recommendation as to
division of responsibilities pending final payment
between Owner, and Contractor with respect to
security, operation, safety, maintenance, heat,
utilities and insurance and warranties. Unless Owner
and Contractor agree otherwise in writing and so
inform Engineer prior to Engineer's issuing the
definitive Statement of Substantial Completion,
Engineer's aforesaid recommendation will be binding
on Owner and Contractor until final payment.
b. Owner shall have the right to exclude Contractor from
the work after the date of Substantial Completion,
but Owner shall allow Contractor reasonable access to
complete or correct items on the punch list.
I
I
I
I
I
I
9. Partial Utilization I
a. Use by Owner of any finished part of the Work, which
has specifically been identified in the Contract
Documents, or which Owner, Engineer and Contractor
agree constitutes a separately functioning and
useable part of the Work that can be used by Owner'
without significant interference with Contractor's
performance of the remainder of the Work, may be .
accomplished prior to Substantial Completion of all
the Work subject to the following:
(1) Owner at any time may request Contractor in
writing to permit Owner to use any part of the
work which Owner believes to be ready for its
intended use and substantially complete. If
Contractor agrees, Contractor will certify to
Owner and Engineer that said part of the Work is
substantially complete and request Engineer to
issue a Statement of Substantial Completion for
that part of the Work. Contractor at any time
may notify Owner and Engineer in writing that
Contractor considers any such part of the Work
,ready for its intended use and substantially.
complete and request•Engineer to issue a
General Conditions 74
City of Fayetteville
Sanitary Sewer Improvements
I
I
P.
Paragraph O.9.a continued
' Statement of Substantial Completion for that
part of the Work. Within a reasonable time
after either such request, Owner and Contractor
shall observe that part of the Work to determine
its status of completion. If Engineer does not
' consider that part of the Work to be
substantially complete, Engineer will notify
Owner and Contractor in writing giving the
reasons therefore. If Engineer considers that
part of•the Work to be substantially complete,
the provisions of paragraph 0.8 will apply with
respect to Statement of Substantial Completion
of that part of the Work and the division of
responsibility in respect thereof and access
thereto.
(2) Owner may at any time request Contractor in
writing to permit Owner to take over operation
of any such part of the Work although it is not
substantially complete. A copy of such request
will be sent to Engineer and within a reasonable
time thereafter Owner, Contractor, and Engineer
' shall observe that part of the Work to determine
its status of completion and will prepare a list
of the items remaining to be completed or
corrected thereon before final payment. If
' Contractor does not object in writing to Owner
and Engineer that such part of the Work is not
ready for separate operation by Owner, Engineer
I will finalize the list of items to completed or
corrected and will deliver such list to Owner
and Contractor together with a written
' recommendation as to the division of
responsibilities pending final payment between
Owner and Contractor with respect to security,
operation, safety, maintenance, utilities,
insurance, warranties and guarantees for that
part of the Work which will become binding upon
Owner and Contractor at the time when Owner
takes over such operation (unless they shall
have otherwise agreed in writing and so informed
Engineer). During such operation and prior to
Substantial Completion of such part of the Work,
owner shall allow Contractor reasonable access
to complete or correct items on said list and to
complete other related Work.
(3) No occupancy or separate operation of part of
the Work will be accomplished prior to
compliance with the requirements of paragraph
F.7 in respect of property insurance.
75 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
Paragraph O continued
10. Final Observation
Upon written notice from Contractor that Work or an
agreed portion thereof is complete, Engineer will make a
final observation with Owner and Contractor and will
notify Contractor in writing of all particulars in which
this observation reveals that the work is incomplete or
defective. Contractor shall immediately take such
measures as are necessary to remedy such deficiencies.
11. Final Application For Payment
After Contractor has completed all such corrections and
delivered all maintenance and operating instructions,
schedules, guarantees, Bonds, certificates of inspection,
marked -up record documents as provided in paragraph G.11
and other documents - all as required by the Contract
Documents, and after Engineer has indicated that the Work
is acceptable, subject to the provisions of paragraph
O.16 Contractor may make application for final payment
request following the procedure for progress payment
requests. The final payment request shall be accompanied
by all documentation called for in the Contract
Documents, together with complete and legally effective
releases or waivers (satisfactory to Owner) of all Liens
arising out of or filed in connection with the Work. In
lieu thereof and as.approved by Owner, Contractor may
furnish receipts or releases in full; an affidavit of
Contractor that the releases and receipts include all
labor, services, material and equipment for which a Lien
could be filed, and that all payrolls, material and
equipment bills, and other indebtedness connected with
the work for which Owner or his property might in any way
be responsible, have been paid or otherwise satisfied;
and consent of the Surety, if any, to final payment. If
any Subcontractor, and/or Supplier fails to furnish a
release or receipt in full, Contractor may furnish a Bond
or other collateral satisfactory to Owner to indemnify
Owner against any Lien.
12. Final Payment and Acceptance
a. If, on the basis of Engineer's observation of the
Work during construction and final observation, and
Engineer's review of the final payment request and
accompanying documentation - all as required by the
Contract Documents, Engineer has been shown that the
work has been completed and Contractor's other
obligations under the Contract Documents have been
fulfilled, Engineer will, within ten (10) days after
receipt of final payment request, indicate in
General Conditions 76
City of Fayetteville
Sanitary Sewer Improvements
• Engineer's recommendation of payment and
the request to Owner. Thereupon Engineer
ve written notice to Owner and Contractor that
k is acceptable subject to the provisions of
ph 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.
If, through no fault of Contractor, final completion
of the Work is significantly delayed thereof and if
Engineer so confirms, Owner shall, upon receipt of
Contractor's final payment request and recommendation
of Engineer, and without terminating the Agreement,
make payment of the balance due for that portion of
the Work fully completed and accepted. If the
remaining balance to be held by Owner for Work not
fully completed or corrected is less than the
retainage stipulated in the Agreement, and if Bonds
have been furnished as required in paragraph F.1, the
written consent of the Surety to the payment of the
balance due for that portion of the Work fully
completed and accepted shall be submitted by
Contractor to Engineer with the request for such
payment. Such payment shall be made under the terms
and conditions governing final payment, except that
it shall not constitute a waiver of claims.
Continuing Obligation
Contractor's obligation to perform and complete the Work
in accordance with the Contract Documents shall be
absolute. Neither recommendation of any progress or
final payment by Engineer, nor the issuance of a
certificate of substantial completion, nor any payment of
Owner to Contractor under the Contract Documents, nor any
use or occupancy of the Work or any part thereof by
Owner, nor any act of acceptance by Owner nor any failure
to do so, nor the issuance of a notice of acceptability
by Engineer pursuant to paragraph O.12, nor any
correction of defective work by Owner shall constitute an
acceptance of Work not in accordance with the Contract
Documents or a release of contractor's obligation to
1 conditions
Fayetteville
Improvements
Paragraph O.13 continued
perform the Work in accordance with the Contract
Documents (except as provided in paragraph O.14).
14. Waiver of Claims
The making and acceptance of final payment shall
constitute:
a. A waiver of all claims by Owner against Contractor,
except claims arising from unsettled Liens, from
defective Work appearing after final observation
pursuant to paragraph O.10 or from failure to comply
with the Contract Documents or the terms of any
special guarantees specified therein; however, it
will not constitute a waiver by Owner of any rights
in respect of Contractor's continuing obligations
under the Contract Documents.
b. A waiver of all
other than those
unsettled.
claims by Contractor against Owner
previously made in writing and still
General Conditions
City of .Fayetteville
Sanitary Sewer Improvements
FZ?
I
' P. Suspension of Work and Termination
Ii: Owner May Suspend Work
a. Owner may, at any time and without cause, suspend the
work or any portion thereof for a period of not more
'
than ninety (90) days by notice in writing to
Contractor and Engineer which shall fix the date on
which work shall be resumed. Contractor shall resume
' the work on the date so fixed. Contractor may be
allowed an increase in the Contract Price or an
extension of the Contract Time, or both, directly
attributable to any suspension if he makes a claim
therefor as provided in paragraphs L and M.
b. Owner may suspend work upon occurrence of any one or
more of the following events:
(1) If Contractor fails to supply a qualified
' superintendent, sufficient skilled workmen,
subcontractors, or suitable materials or
equipment.
' (2) If Contractor repeatedly fails to make prompt
payments to subcontractors or for labor,
materials, or equipment.
' (3) If Contractor disregards Laws and Regulations,
of any public body having jurisdiction.
(4) If Contractor otherwise violates in any
substantial way any provisions of the Contract
Documents, the Owner shall have authority to
suspend the Work wholly or in part, for such
period of time as he may deem necessary, because
of conditions unfavorable for the prosecution of
the Work, or to conditions which in his opinion
warrant such action, or for such time as is
necessary by reason of failure on the part of
the Contractor to carry out orders given, or to
perform any or all provisions of the Contract.
No additional compensation will be paid the
Contractor because of any costs caused by such
I.
suspension, except when the suspension is
ordered for reasons not resulting from any act
or omission on the part of the Contractor.
I
' 79 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph P.1 continued
c. If it becomes necessary to suspend work for an
indefinite period of time, the Contractor shall store
all materials in such manner that they will not
obstruct or impede the traveling public unnecessarily
or become damaged in any way, take every precaution
to prevent damage or deterioration of the Work
performed, provide suitable drainage of roadways, and
erect temporary structures where necessary. The
Contractor shall not suspend work without written
authority from the Owner.
Owner May Terminate
a. Upon the occurrence of any one or more of the
following events:
(1) If Contractor commences a voluntary case under
any chapter of the Bankruptcy
United States Code), as
effect, or if Contractor
similar action by filing
under any other federal
at such time relating to
insolvency;
now or
Code (Title 11,
hereafter in
takes any equivalent or
a petition or otherwise
or state law in effect
the bankruptcy or
(2) If a petition is filed against Contractor under
any chapter of .the Bankruptcy Code as now or
hereafter in effect at the time of filing, or if
a petition is filed seeking any such equivalent
or similar relief against Contractor under any
other federal or. state law in effect at the time
relating to bankruptcy or insolvency;
(3) If Contractor makes a general assignment for the
benefit of creditors;
II
I
I
I
I
I
L
(4) If a trustee, receiver, custodian or agent of I
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;
fl
General Conditions 80
City of Fayetteville
Sanitary Sewer Improvements
I
I
I
I
I
I
I
I
I
I
I
J
IH
L.]
I
I
I
I
Paragraph P.2.a continued
(6) If Contractor persistently fails to perform the
Work in accordance with the Contract Documents
(including, but not limited to, failure to
supply sufficient skilled workers or suitable
materials or equipment or failure to adhere to
the progress schedule established under
paragraph C.7 as revised from time to time);
(7) If Contractor disregards Laws or Regulations of
any public body having jurisdiction;
(8) If Contractor disregards the authority of
Engineer; or
(9) If Contractor otherwise violated in any
substantial way any provisions of the Contract
Documents.
b. Owner may after giving Contractor (and the surety, if
there be one) fourteen (14) days written notice, and
to the extent permitted by Laws and Regulations,
terminate the services of Contractor, exclude
Contractor from the site and take possession of the
work and of all Contractor's tools, appliances,
construction equipment and machinery at the site and
use the same to the full extent they could be used by
Contractor (without liability to Contractor for
trespass or conversion), incorporate in the work all
materials and equipment stored at the site or for
which Owner has paid Contractor but which are stored
elsewhere, and finish the work as Owner may deem
expedient. In such case, Contractor shall not be
entitled to receive any further payment until the
work is finished. If the unpaid balance of the
Contract Price exceeds the direct, indirect and
consequential costs of completing the Work,
(including, but not limited to, fees and charges of
engineers, architects, attorneys and other
professionals and court and arbitration costs) such
excess will be paid to Contractor. If such costs
exceed such unpaid balance, Contractor shall pay the
difference to Owner. Such costs incurred by Owner
will be reviewed by Engineer and incorporated in a
Change Order, but when exercising any rights or
remedies under this paragraph Owner shall not be
required to obtain the lowest figure for the work
performed.
81 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
Paragraph P.2 continued
c. Where Contractor's services have been so terminated
by Owner, the termination shall not affect any rights
or remedies of Owner against Contractor then existing
or which may thereafter accrue. Any retention or
payment of moneys due Contractor by Owner will not
release Contractor from liability.
d. Upon fourteen (14)days written notice to Contractor
and Engineer, Owner may, -without cause and without
prejudice to any other right or remedy, elect to
abandon the work and terminate the Agreement. In
such case, Contractor shall be paid for all Work
executed and any expense sustained plus reasonable
termination expenses, which will include, but not be
limited to, direct, indirect and consequential costs
(including, but not limited to, fees and charges of
engineers, architects, attorneys and other
professionals and court and arbitration costs).
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 (14) days written notice to Owner and
Engineer, terminate the Agreement and recover from owner
payment for all work executed and any expense sustained
plus reasonable termination expenses. In addition and in
lieu of terminating the Agreement, if Engineer has failed
to act on an Application for Payment or Owner has failed
to make any payment as aforesaid, Contractor may upon
fourteen (14) days notice to Owner and Engineer stop the
work until payment of all amounts then due. The
provisions of this paragraph shall not relieve Contractor
of his obligations under paragraph G.15 to carry on the
Work in accordance with the progress schedule and without
delay during disputes and disagreements with Owner.
General Conditions 82
City of Fayetteville
Sanitary Sewer Improvements
I
I
L
I
I
I
I
I
I
L
I
' Q. Arbitration
1. Claims, disputes and other matters in question between
Owner and Contractor arising out of or relating to the
Contract Documents or the breach thereof (except for
' claims which have been waived by the making or acceptance
of final payment as provided by paragraph O.14) may be
decided by arbitration in accordance with the
Construction Industry Arbitration Rules of the American
Arbitration Association subject to the limitations of
this Paragraph Q. The Owner and Contractor must jointly
agree to have specific claims, disputes and other matters
in question settled by arbitration. Arbitration entered
into in accordance herewith as provided in this Paragraph
Q will be specifically enforceable under the prevailing
arbitration law of any court having jurisdiction.
2. No request for arbitration of any claim, dispute or other
matter that is required to be referred to Engineer
• initially for decision in accordance with paragraph J.9
will be made until the earlier of (a) the date on which
Engineer has rendered a decision or (b) the tenth (10th)
day after the parties have presented their evidence in
writing to Engineer if a written decision has not been
rendered by Engineer before that date. No request for
arbitration of any such claim, dispute, or other matter
shall be made later than thirty (30) days after the date
on which Engineer has rendered a written decision in
respect thereof in accordance with paragraph J.9; and the
•' failure to request arbitration within said thirty (30)
days period shall result in Engineer's decision being
final and binding upon Owner and Contractor. If Engineer
renders a decision after arbitration proceedings have
' been initiated, such decision may be entered as evidence
but shall not supersede the arbitration proceedings,
except where the decision is acceptable to the parties
concerned. No request for arbitration of any written
decision of Engineer rendered in accordance with
paragraph J.9 will be made later than ten (10) days after
the party making such demand has delivered written notice
of intention to appeal as provided in paragraph J.9.
3. Notice of the request for arbitration shall be filed in
writing with the other party to the Agreement and with
the American Arbitration Association, and a copy shall be
sent to Engineer. The request for arbitration will be
made within the 30 day or 10 day period specified in
paragraph Q.2 as applicable, and in all other cases
within a reasonable time after the claim, dispute or
I
' 83 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
Paragraph Q.3 continued
other matter in question has arisen, and in no event
shall any such request be made after institution of legal
or equitable proceedings based on such claim, dispute or
other matter in question would be barred by the
applicable statute of limitations.
4. No arbitration arising out of or relating to the Contract
Documents shall include by consolidation, joinder or in
any other manner any other person or entity (including
Engineer, Engineer's agents, employees or consultants)
who is not a party to this Contract unless:
a. The inclusion of such other person or entity is
necessary if complete relief is to be afforded among
those who are already parties to the arbitration.
b. Such other person or entity is substantially involved
in a question of law or fact which is common to those
who are already parties to the arbitration and which
will arise in such proceedings.
c. The written consent of the other person or entity
sought to be included and of Owner and Contractor has
been obtained for such inclusion, which consent shall
make specific reference to this paragraph; but no
such consent shall constitute consent to arbitration
of any dispute not specifically described in such
consent or to arbitration with any party not
specifically identified in such consent.
5. The award rendered by the arbitrators will be final,
judgment may be entered upon it in any court having
jurisdiction thereof, and will not be subject to
modification or appeal except to the extent permitted by
Sections 10 and 11 of the Federal Arbitration Act (9
U.S.C. Sections 10, 11).
General Conditions 84
City of Fayetteville
Sanitary Sewer Improvements
I
' R. Liquidated Damages or Actual Damages for Delay
1. General
Time is of the essence of this Contract, liquidated
damages or actual damages for delay will be assessed
against the Contractor for failure to complete the work
within the tine(s) specified in these Contract Documents.
I2. Liquidated Damages
Should the Contractor fail to complete the work, or any
' part thereof, in the time stipulated in the Contract or
within such extra time as may have been allowed for
unavoidable delays by extensions granted as provided in
Paragraph M, the Contractor shall reimburse the Owner for
the additional expense and damage for each calendar day,
Sundays and legal holidays included, that the Contract
remains uncompleted after the Contract completion date.
It is agreed that the amount of such additional expense
and damage incurred by reason of failure to complete the
work is the per -diem rate stipulated in the Bid. The
said amounts are hereby agreed upon as liquidated damages
' for the loss to the Owner on account of expense due to
the employment of Engineers, inspectors, construction
reviewers, and other employees after the expiration of
' the time of completion, and if applicable, expenses
incurred by the Owner as a result of the impact of the
Contractor on other contractors under this project or
' other contracts, and on account of the value of the
operation of the works dependent thereon. It is
expressly understood and agreed that this amount is not
to be considered in the nature of a penalty, but as
' liquidated damages, which have accrued against the
Contractor. The Owner shall have the right to deduct
such damages from any amount due, or that may become due
' the Contractor, or the amount of such damages shall be
due and collectible from the Contractor or his Surety.
3. Actual Damages for Delay
Failure to meet the Contract Completion Date(s) by the
Contractor will subject the Contractor to liability for
all damages suffered by the Owner. Damages that might
accrue to the Owner include, but are not limited to, the
additional costs for project inspection by others,
construction review by RJN Group, Inc., the Owner's
project administration and overhead, the Engineer's
project administration and overhead, loss of revenue from
the completed facility, delay or impact damages from
other Contractors on this Contract or other Contractors
on other Contracts resulting from the delay, rental costs
incurred by the Owner as a result of delay in completion
85 General Conditions
1City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph R.3 continued '
of this Contract, value and use loss arising from this
delay, and all legal costs associated with administration
of this General Condition or with any litigation arising
out of this General Condition. The Owner may, without
prejudice to any other remedies that may be available,
withhold from any monies due, or which may become due the
Contractor, all damages sustained or which may be
sustained in accordance with this paragraph R.3. The
rights and remedies of the owner provided in this
paragraph R.3 are in addition to any other remedies
provided by law or under this Contract.
4. Liquidate Damages will be assessed in accordance with
Paragraph R.5 for each calendar day beyond the dates
stipulated below:
a. For each calendar day beyond the Contractual Date of
Substantial Completion until the date when.
Substantial Completion is achieved.
b. For each calendar day beyond the Contractual Date of
Final Completion or 30 calendar days after the actual
date of Substantial Completion, whichever is later,
until the date when Final Completion is achieved.
5. Liquidate 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
General Conditions 86
City of Fayetteville
Sanitary Sewer Improvements
Liquidated Damages
Per Day
$1,000
2,000
3,000
4,000
5,000
11
11
I
I
I
I
I
I.
I
sht!sI.tja Slit, -
1. General
Excess engineering costs shall be applicable only during
the Contract Time provided in the Agreement.
2. Overtime
a. The Owner shall charge to Contractor all engineering
and construction observation expenses incurred by
Owner in connection with any overtime work. For any
such overtime during the regular specified Contract
Time beyond the regular eight hour day and for any
time worked on Saturday, Sunday, or holidays, the
charges for such personnel will be as provided in the
Schedule of Charges below.
b. These charges for excess engineering will be deducted
from the Contractor's monthly payment request.
c. Schedule of Charges to be as follows for all
engineering and construction observation expenses
incurred by the Owner in connection with any overtime
work.
Personnel Hourly Rate
Project Manager $ 92.00
Resident Engineer 60.00
Resident Project Representative 45.00
Clerical/Office Technician 25.00
I
I
[_I
I
I
I
1-1
d. The Contractor shall not work over a 10 -hour day
without written permission from the Owner.
e. The Engineer shall determine when observation of
construction activities beyond the regular eight -hour
day is required.
87 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
T. Miscellaneous ,
1. Giving Notice
Whenever any provision of the Contract Documents requires
the giving of written notice it shall be deemed to have
been validly given if delivered in person to the
individual or to a member of the firm or to an officer of
the corporation for whom it is intended, or if delivered
at or sent by registered or certified mail, postage
prepaid, to the last business address known to the giver
of the notice.
2. Computation of Time '
a. When any period of time is referred to in the
Contract Documents by days, it will be computed to
exclude the first and include the last day of such
period. If the last day of any such period falls on
a Saturday or Sunday or on a day made a legal holiday
by the law of the applicable jurisdiction, such day
.shall be omitted from the computation.
b. A calendar day of twenty-four (24) hours measured
from midnight to the next midnight shall constitute a
day.
3. General ,
a. Should Owner or Contractor suffer injury or damage to
his person or property because of any error, omission
or act of the other party of any of the other party's
employees or agents or others for whose acts the
other party is legally liable, claim will be made in
writing to the other party within a reasonable time
of the first observance of such injury or damage.
The provisions of this paragraph T.3.a shall not be
construed as a substitute for or a waiver of the
provisions of any applicable statute of limitations
or repose.
b. The duties and obligations imposed by these General '
Conditions and the rights and remedies available
hereunder to the parties hereto, and, in particular
but without limitation, the warranties, guarantees
and obligations imposed upon Contractor by paragraph
G.16.a, N.1, N.7, N.9, 0.6, P.2.a and all of the
rights and remedies available to Owner and Engineer
thereunder, shall be in addition to, and shall not be
construed in any way as a limitation of, any rights
and remedies available to any or all of them which
are otherwise imposed or available to any or all of
General Conditions 88
City of Fayetteville
Sanitary Sewer Improvements
I
I
' Paragraph T continued
them by Laws or Regulations, by special warranty or
' guarantee or by other provisions of the Contract
Documents, and the provisions of this paragraph shall
be as effective as if repeated specifically in the
Contract Documents in connection with each particular
duty, obligation, right and remedy to which they
apply. All representations, warranties and
guarantees made in the Contract Documents shall
survive final payment and termination or completion
of this Agreement.
I I
END OF THIS SECTION
I
I
I
I
I
II
I
I
89 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
LII
SUPPLEMENTARY CONDITIONS
I
I
I
I
[1
II
I
I
I
I
These Supplementary Conditions amend or supplement the
General Conditions of the Contract and other provisions of
the Contract Documents as indicated below. Provisions which
are not so amended or supplemented remain in full force and
effect.
Add the following sentence to the end of paragraph E.1:
Contractor shall confine all construction activities
within the easements indicated on the plans.
• . .. _ . - - • fill - 1 - 1 ! • ! - : • 1
Add the following new paragraphs as part of paragraph F.1:
e. Bonds meeting the requirements of Arkansas Highway and
Transportation Department are required for all work
performed within their right of ways.
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.
Modify the heading and first sentence of Paragraph N.7. as
follows:
Two Year Correction Period
If within two years after the date of Substantial Completion
or such longer period of time as may be prescribed by Laws or
Regulations by the terms of any applicable special guarantee
required by the Contract Documents or by any specific
provision of the Contract Documents, any work is found to be
defective, Contractor shall promptly, without cost to Owner
and in accordance with Owner's written instructions, either
correct such defective work, or, if it has been rejected by
Owner, remove it from the site and replace it with
nondefective work.
cl-1 supplementary Conditions
City of Fayetteville
Sanitary Sewer Improvements
affilt.nt(.).S4. • . - ' - III ' / -
Delete paragraph 0.2.a and substitute the following new
paragraph:
a. The Contractor, together with a representative of the
Engineer, shall make an estimate of the value of the work
performed ten days prior to a specified date each month
in accordance with this Contract. The payment due date
shall be determined at the preconstruction meeting.
ta ..P ca, 1!bista.ts tl_,L,)I tiffi - • ,
Add the following new paragraph as part of paragraph 0.8:
0.8.c. Substantial completion is defined as all excavation,
material, labor, bedding, backfill, final
restoration, and testing required to complete the
work as defined in the Contract documents.
Individual job numbers will be considered for
substantial completion.
Delete paragraph A.17 and substitute the following new
paragraph:
17. Engineer - The firms of RAIN Group Inc., Consulting
Engineers, Dallas, Texas and McClelland Consulting
Engineers, Inc., Fayetteville, Arkansas,.acting through
their authorized representatives.
Delete paragraph E.2.a and substitute the following new
paragraph:
a. No reports of explorations and tests of subsurface
conditions at the site are available.
Delete paragraph 0.9 of the General Conditions.
I
Supplementary Conditions C1-2
City of Fayetteville
Sewer System Improvements
LJ
II
K. jaErnda!Jp.wp,!
II
I
I
El
I
I
[I
I
I
II
Delete paragraph 0.2.d. and substitute the following new
paragraph:
d. Applications for payment shall be signed by the Engineer
and approved by the Owner, and after such approval, the
Owner, subject to the foregoing provisions, will pay or
cause to be paid an amount equal to the estimated value
of the work performed less a retained amount of ten (10)
percent until Final Acceptance by the owner.
The City of Fayetteville has Tort Immunity under Arkansas
Law. Nothing in these contract documents shall be construed
or interpreted as the City waiving that Tort Immunity.
END OF SUPPLEMENTARY CONDITIONS
C1-3 Supplementary Conditions
city of Fayetteville
Sanitary Sewer Improvements
' SPECIAL CONDITIONS
UNIT 3
' TERM CONTRACT FOR THE REHABILITATION
OF SANITARY SEWER LINES
ISC.01 GENERAL
The work shall be performed in accordance with the terms and conditions of these contract
documents, except as described herein.
' SC.02 LOCATION
Work under UNIT 3 will be at locations specified in work orders, for any area within the City of
Fayetteville sewer service area. The City invites prospective bidders to contact Mr. Dave Jurgens,
Water/Sewer Maintenance Superintendent at 113 W. Mountain, Fayetteville, Arkansas 72701,
(501)575-8387, to view site locations and TV inspection video tapes of some of the prospective
work. These sites will not constitute the entire scope of UNIT 3, and the City reserves the right
to add and remove sites as is deemed necessary.
SC.03 SCOPE OF WORK
This contract will be for sanitary sewer line rehabilitation by lining in the City of Fayetteville,
Arkansas. The lining will be installed according to specification section D2-13, and other related
or referred specification sections. The quantities shown on the bid form are only estimated
t amounts. Actual numbers may vary. While there are items in the Unit 3 Proposal to cover
cleaning and pre -TV Inspection, and internal service lateral reconnection, the intent of this
contract is for the cleaning, pre -TV inspection, obstruction removal, and external service lateral
' reconnection to be performed by City of Fayetteville personnel. The lining work orders will be
issued on an as needed basis upon the discretion of the City of Fayetteville. At the time the work
order is issued for one or more fine segment, the City will indicate whether or not pre -TV
' inspection and/or internal service lateral reconnection will be required. The City is neither
obligated to order nor accept more or less than the quantity shown in the bid proposal. The
actual quantity ordered or accepted will be based upon actual needs as determined at the sole
discretion of the City, and availability of funds.
' SC.04 PERIOD OF CONTRACT
The initial term of this Contract shall be a period commencing upon the effective date hereof and
expiring in 150 working days, unless City decides and Contractor agrees to extend the Contract.
'
Should the parties agree to extend this Contract, it may be renewed for up to an additional year
one (1) term at the City's discretion upon the giving of not more than ninety (90) nor fewer than
' thirty (30) days notice by City prior to the expiration of the contract . The parties further agree
that City may cancel and terminate this Contract, without cause, upon thirty (30) written notice to
Contractor.
' C2-1 Special Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
SC.05 WORK ORDERS, PROSECUTION AND PROGRESS
Contractor shall provide all supervision, labor, materials and equipment necessary for sanitary
sewer lining services upon request of City as such services are required by the City. The City
plans to issue work orders for the lining of sanitary sewers in amounts as required, such decisions
begin within the sole discretion of the City. The Contractor shall begin work within fifteen (15)
working days from the issuance of the City's Notice to Proceed. It is the intent of this Contract to
supply the Contractor with work orders constituting the majority of the plan quantity upon
issuance of the Notice to Proceed. The Contractor shall also satisfy commencement of work
within fifteen (15) working days upon the issuance of subsequent work orders.
I
I
I
I
I
I
I
I
7
Special Conditions C2-2
City of Fayetteville
Sewer System Improvements
I
1
SUBMITTAL RECORD
' SUBMIT TO RJN GROUP, INC.
' SUBMITTED BY
• ACTION
TAKEN
W H m W
•
V m W
> 0
IS mm h o z
W » W W W
I' O ;
m O 1 Z W_ W
W W
h �e Q 7 O
a wO W a i Is II
• m < VJ O
O¢ > O
2
•
e W u W m I
¢ W
C 40 ` Q
W — O
~ W
e w2 H a
O W m
' O
J Jw W W J
I` c = e OVG. NO.
•
a DISTRIBUTION BY
FILE COPY (I) SUBCONTRACTOR (1)
i
c
e ► BY
' A C DISTRIBUTION BY RJN GROUP, INC.
FILE COPY (I) RJN/FIELD (I)
RJN/ (I)
' BY
RE:
n
._.
JOB
.::.
CM
s BM.
NO.
0.
3M.
FIv.
NO.
SPECIFICATION
DInl�
GUNTRACTOR
PROJECT NO• FILE NO.
RJN GROUP, INC.
CONTRACT DRAWING NOS.
TEL.
QUANTITY
ROUTING
DATE SENT
DATE RECEIVED
SEPIA
PRINT
DATA
MS
EM
....... .. ..........
..................
DATED I SUP►UER
REMARKS
DESCRti?I0N
THESE ARE SUBMITTED AS CHECKED BELOW:
❑ FOR REVIEW Cl RETURN. CORRECTED PRINT
❑ FOR YOUR USE
❑ £3 REQUESTED
❑ FOR INFORMATION
BT
CONTRACTORS AUTMORISED Rf.PRESENTATIVE
v
a
a
n
o
z
n
L
•
I,
ti
A
m
O
U
El
0
U
.
O
z
E
w
z
z
a
a
w
ZW
O
W
E
N
U••
H
E
O
a
O
w
x
a
a
U,
w
N
zz
E
k. U
O h
O
W
O
H
z
H
w
E
Oj
W
W
H
O
E
U!
w
N
ovs
0
N
U
o
a
a
W
E
U
oo
El
H
U]
z
a
-
O
N
a
U
a0
El
Uy
z
E
H
0
0
a
W
00
EW
zW
E
U a o+
a
a
z
a0
k
l£x
w�--
o
E
x
z0v
H
W
O
O
OE^
z
U
O v
Z
0
W
E -1
H
zE
OH
Uz
UH
E
00
U Ot
U]
H M
z
z
U
O
N N
W
EZH
H
0
E F
x
x
�w
x
uao
x
0
pW
x
U
a
O
n
F
0
zw
wg
4 F
w<c
a
m
O
E
u-
zO
W
=O
a
C
C
OEN...
x
H n
x
z.
x
z
x
x
E
x
UQ
Z U `
x
x
O
x
U
Up-
�aa
xc
�
xx
...
x
x
O rEi
•
ox
x
x
xx
F >•
U
x
W
C
N .-.
x
.ti
q
x
z
0
C
x
E
ua
x
E
U
o
U
-l-1
z
Cl)
O
=
0
C-
' -I—
ro
y
U
)a
0
w
4)
C
Cl!
10
to
ti
L
v
L
E
�
C
O
E 2
1�1
I
I
j
I
u
II
I
J
F
C
I
I
11
a
O
F
to
a
z
a
W
F
C-)
z
F z
E
o
a
U
a
F
u
C
E
z
F
0
Z
u
W
z
W
C
y
z
0
H
0
a
z
U
F
O
z
w
z
Q
6
O.
F
a
o
c
W
H
F
O
c
a
F
z
❑
O
F
H
z
x
W
X
a
U,
X
O
x
o
w
x
c]
z
x
H
V7
W
o
z
x
o
•x
X
o
z
x
w
F
F
Ca
a
Q
Q
F
0
F
4
z
0
H
Q
£
[Fil
W
❑
H
C.
0
z
0
H
a
H
u
y
ti
a
U
m
N
C
C
C
>4
A
0
E
0
U
4
•w
Fm
w
4
U
H
H
a
U
JJWI
dCC
d
U
C
W
roroU
034
2)A
4.)
UA
•
CO
b
U
ro
C
C
Ito
O
0
ro
n
•U
W
0
C
O
C�
u
OW
N
a
UN
ro
d
.r.I
a
b
4-)
C
ro
0
r4
N
W
O(0
0
C
tO
ro
.C
4,
ro
ro
4.)
r4
,C
0N000O
.
01
E
4-
i
O
E
V).
ryryryrVryrar
W
0
C
4J
N
w
b
N
W
14
U
0:
�
W
xN4
c
c4
.�a+W(0rHI0W
-HO
y4j
4)4O
4
£ro0•�A
-r1
G
01
C
4.)
JJ
F/
C
'd
.C
O
b
O
d
CW
W
U
C
ro
ta
..
8
8
0
9••
b
.r)
•
O
•H
0
40>1
(os40
cro+�
'd
►+c
O
roxN
4-)
0WO
NW000)
`
-)
40
��
W
O
C
W
r4.A
P
O
3
b
0
10
0
a
0
4wit
0
000
W
O)
a
W0:j
fa
.,4
•�
U
b)
CO
p00
U
w
A
N
ro
C
d
C
-rt
4-)
C
W
04)
0•rA'0
ro
l44
444
,1
g'd
H
OrN4CA
.NpW
Oro
•
•
•
•
•
•
•
•
401440
a
Vroa
$4
W
0
'd
.c
N
z
•f4
U>
C
a
U
C
4�
4)
ttl
V -I
W
4J
U
0
CNro
))
W
A
WV
WWO
U
A
4-)
CO
.
N
A
z
"sA
ro
W
.Cr-LC
mCL
N
H
W
C
:j
o
ro
r -I
CO
9
0
6
6
••
4
9
a
C
V
-H
10
w
w
c
4J
�-)
0
••
ro
A
0
W
Wit
.N
W a
m
C
-r�
O
C
C3
yrq$$4
4 H
ZO
4)•
*
0
y'droMW
W
b
U
O
0
,q
000
40
0
•
)44
c
W
>1
-
W -4
r4
N
OW
V
aW
c
+)
c
0.C
W
O
C
W
W
,
..
G1ro
WE
C
C
W4-)
O
H
N
•rt
•rt
�
0
A
it
W•..
C
V4-'SCW
U
H.C
W
C
,.W
W
ro
Aqua
a
~wtoro
'W
CW
b0
3Wa
0'
0'•
01
3
0
O
W
w
W
14
4)
4)1-i
C)
to
w
H4
•.Nl
.
•
..c.
i
.
4
-r4
a
ro>
0
0
U
W
yW
�A
U
W
p.0
W
N
OO�Ito
°'C
000O
N
0
z
A
0
C
-rl
•
.
d
ro
C
N
to
W
O
O
W
0
N
rd
W
b'
.
.
,
•
.
-'HI
r -1
W
.c
00
t
.C
A
ro
ro
41
C
0
E
y
W
b
W
C
•.-r4•H
)14
.•ra
rtr)roW
r%
(Atl
co
w'd0•d3W
41
WE
E
U'dro
E�4
d+)
0W
W
W"-40004
W
0•rt'd
C
N
W
N
b
_4
O
'W
04)4)x4
'd
W
)4
0
4j
r4
HOC
00
'd
.c
34
U
ro
r4
W
•
WA
Ct40
W>W•rWi4
roaa))r1
•j
4).410
x04044)04
C)4y
%
WNW
W'W
0
0
W
N
)4
W
W
(0
C
p,•N
40
q
b
,•4)
W
Q
xc°OOC44
U
.4040
SAW
W
UUi
V
O0
C0WC�'
C
>
440
�,CWb+
Q4340
04COOOWp
>,-"-4-
robN+)0
N
A
C
N
itro
0
�
W
•r1
ro
.Cro
W
-W
••
F
o
ro
14
00
U
41
tto
ri
H
0
,d
0
r -t
N'd
WV
4002040
0
W
40
to
H
-H
ro
W
1)'O
C
0
0
>
r4
•rt
r4
r4
O
N'
N
•r)
r4
021404
Wp'
0
W
0
A
ro
0
y
•A
-0
rro4
roCro00W00
N
W
W
01
4)
.H
WO
yC
10
0
,C+)S4
N4J
yx,
W
W
C
U
U
W
O
0°
X
•�
)4
0
'Qro0$4
W4�WE9EE
01.7E
SSA
.•
0.400000
E30
4))
0
S
4
b'
$44)•i0
104-'
4)
y,dr-♦U
CCroAU'dWW
y•raWriW
C
r1
N
•,4
W
vvvvvv
vv
W
NWVro43W
04040
Ws0
to.0O2
1d
El
SCCr0•IA
~�
PWE4
H•4
G
W
)W.C
1440
400W
N
-
1-i4
z ••
r4
ro
ro
4J
ro
0,Cw
.CCtd
040
0 >4
z
H
W
43
z
W
>4
w
z
0
4
A
z
cxi
a
w
C7
•
0
a
I
W
0
I
I
L
F
n
L
0
14
LL
0
w,
CHANGE ORDER
SHEET OF
CHANGE
ORDER NO.
OWNER:
PROJECT NAME:
1
LOCATION: PROJECT NO.
CONTRACTOR: DATE:
I. DESCRIPTION OF CHANGES INVOLVED:
IThe following changes are hereby made to the Contract Documents:
1 ***For each item, describe the change, the reason for the change,
and indicate the adjustment to the Contract Price and the
Contract Time.***
1
1
1
1
I
1
I.
1
1 Change Order
City of Fayetteville
1 Sanitary Sewer Improvements
I
SHEET OF.
CHANGE
ORDER NO.
II. CHANGE ORDER CONDITIONS:
1. Any additional work to be.performed under this Change Order
shall be carried out in compliance with the Specifications
included in the preceding Description of Changes involved,
with the Supplemental Contract Drawings designated as
and under the provisions of the Original
Contract, including compliance with applicable Equipment
Specifications, General Specifications, and Project
Specifications for the same type of work.
2. This Change Order unless otherwise provided herein does not
relieve the Contractor from strict compliance with the
guarantee provisions of the Original Contract, particularly
with those pertaining to performance and operation of
equipment.
3. Contractor agrees there will be no additional extensions of
contract time and no additional increase in Contract Price
granted for this Change Order or any previous Change Orders.
4. The Contractor, expressly agrees that he will place under
coverage of his Performance, Labor and Material, and
Maintenance Bonds and Contractor's Insurance all Work covered
by this Change Order. The Contractor will furnish to the Owner
evidence of increased coverage of his Performance, Labor and
Material, and Maintenance Bonds for the accrued value of all
Change Orders which exceeds the Original Contract Price by
twenty percent (20%).
III. ADJUSTMENTS IN CONTRACT TIME
1. Final Completion Date
of Original Contract
2. Net, change due to all
previous Change Order
. . . . . . . Days
3. Final Completion Date not including
this Change Order No. . . . . . . . . .
4. Addition to Contract Time due
this Change Order No.
a. Avoidable Delay Extension. .
b. Unavoidable Delay Extension.
5. Final Completion Date including
this Change Order No. _ . . . . . .
Days
Days
I
I
I
I
I
I
Change Order 2
City of Fayetteville
Sanitary Sewer Improvements
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
RECOMMENDED FOR
ACCEPTANCE: ( )
(For RAIN 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
Subiect
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
D1-10
TRENCH SAFETY SYSTEM
*This Section not included in this Contract.
D1-1 SUMMARY OF WORK
A. General
Ii. The Plans, Special Conditions and Provisions Documents,
and the rules, regulations, requirements, instructions,
drawings or details referred to by manufacturer's name,
' number or identification included therein as specifying,
referring or implying product control, performance,
quality, or other shall be binding upon the Contractor.
The specifications and drawings shall be considered
cooperative; therefore, work or material called for by
one and not shown or mentioned in the other shall be
accomplished or furnished in a faithful manner as though
required by all.
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:
' 1) Labor, materials, and equipment.
' 2) Tools, construction equipment, and machinery.
3) Samples, shipping costs, and tests.
4) Necessary utilities; such as water supply,
electrical power, telephones, roads, fences, and
sanitary facilities, including maintenance
thereof.
D1 -1(l) City of Fayetteville
Sewer System Improvements
I
5) Other facilities and services necessary for
proper execution and completion of work.
b. Perform all the work described in these General
Requirements except where specifically indicated to
be done by others.
c. Pay.legally required patent fees, sales, consumer,
and use taxes.
d. Secure and pay for legally required permits, '
licenses, and government fees.
e. Give required notices.
f. Employ workmen and foremen with sufficient -
knowledge, skill, and experience to perform the work
assigned to them.
g. Comply with codes, laws, ordinances, rules,
regulations, orders, and other legal requirements of
public authorities bearing on the conduct of the
work.
h. Submit written notice to Owner's Representative of
observed variance of Contract Documents from legal
requirements. Any necessary changes will be
adjusted as provided in the Contract for changes in
the work.
i. Enforce discipline and good order among Contractor
and subcontractor employees. Any person employed by
Contractor or subcontractors who does not perform
his work in a skillful manner, is incompetent, or.
acts in a disorderly or intemperate manner shall, at
the written request of Owner, be removed from the
project immediately and shall not be employed in any
portion, of the work without the approval of Owner.
j. Provide at all times facilities for access and
inspection of the work by representatives of Owner
and by official governmental agencies designated by
Owner as having the right to inspect the work.
k. Cooperate with other contractors who may be
performing work of Owner, and with Owner's employees
working in the vicinity of the work done under the
Contract.
1. Submit shop drawings on all materials and equipment
to be installed on the project.
L
I
11
City of Fayetteville D1-1(2)
Sewer-Svstem Improvements
I
I
J
I
I
[1
4.
5.
m. The labor classification and minimum wage rates
herein were established pursuant to the Arkansas
Prevailing Wage Law and shall govern on all work
performed by the Contractor or any Sub -contractor on
the site of the project covered by these contract
documents. At a minimum, the prevailing hourly rate
of wages included within these documents shall be
paid to all workers performing work under the
contract. The scale of wages shall be posted by the
contractor in a prominent and easily accessible
place at the work site.
Contractor's Use of Premises
a. Confine operations at site to areas permitted by
law, ordinances, permits, and the Contract
Documents.
b. Do not load or permit any part of a structure to be
subjected to any force that will endanger its
safety.
c. Comply with and enforce Owner's instructions
regarding signs, advertisements, fires, and smoke.
d. Assume responsibility for protection and safekeeping
of products stored on premises.
e. Do not discharge smoke, dust, or other contaminants
into the atmosphere, or fluids or materials into any
waterway as will violate regulations of any legally
constituted authority.
f. Move stored products which interfere with the
operations of Owner or other Contractors.
g. Obtain and pay for additional storage or work areas
needed for operations.
h. No alcohol shall be consumed on the site.
i. Existing Manhole Steps
The steps of the existing manholes can not be
guaranteed for safety, therefore, Contractor shall
provide all necessary equipment to assure safe
access and a safe working environment inside the
manhole.
Existing Facilities
a. The existing facilities will be in continuous
operation during the construction period.
I
D1-1(3) City of Fayetteville
Sewer System Improvements
I
b. Plan and conduct construction operations to avoid
disturbing existing structures, piping, equipment,
and services in any manner which will interrupt or
impair operations, except as approved by Owners
Representative.
c. Submit for approval a construction sequence, and
written explanations of the temporary facilities and
appurtenances intended to be used in maintaining the
uninterrupted operation of the existing sanitary
sewer system and any other affected utilities.
6. Sequence of Construction
a. The Contractor shall contact property owners 48
hours in advance describing the work to be performed
on private property prior to any construction or.
rehabilitation work on that property.
b. The Contractor shall perform exploratory excavations
as directed by the Engineer prior to replacement sewer
construction. The purpose of the exploratory
excavations is to allow the Contractor to verify the
invert elevations of existing utilities which were
calculated during design. Accordingly, elevations and
locations will be verified by the Contractor prior to
ordering any materials or performing any work.
c. The Contractor shall schedule the work to start at
the downstream end of new relief lines and work
toward the upstream end. No work will be permitted
• on the upstream end of relief lines until relief
lines required downstream have been installed
without written authorization from Owner's
• Representative.
d. Sanitary sewer line spot repairs and sanitary relief
sewers or replacement sewers shall be scheduled
together for construction when in the same immediate
vicinity.
e. Excavation work shall be performed in an orderly
manner so that all excavation work is completed in
an area before moving to another area unless
authorization is given by the Engineer or Owner.
f. Prior to final surface restoration, the Contractor
shall insure that all testing has been completed and
reviewed by the Engineer.
g. The Contractor shall submit to the Engineer each
night the next days proposed activities.
h. The Contractor shall submit a weekly schedule on
each Thursday for the next week's construction
activities.
City of Fayetteville D1-1(4)
Sewer System Improvements
I
I
I
I
I
1
k
II
F
I
Ii. A revised monthly progress schedule shall be
submitted with each payment request.
• j. The Contractor shall maintain flow in the existing
sanitary sewer lines until all connections have been
made to the proposed system. All connections to
existing manholes shall be considered a non -pay
'item.
k. The City shall not reimburse the Contractor for any
' water used to perform the work as required in the
contract.
1. The Contractor shall provide all sanitary sewer
bypasses as required to perform the work as
specified in the Contract Documents as a non -pay
item.
m. The Contractor shall preserve all trees, shrubs,
sprinkler systems, fences, and other property owner
I 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
otherwise.
n. All local residents who will be denied access to
' their driveways shall be notified by the Contractor
two (2) working days prior to the closure of their
access.
' o. All driveways which are open cut shall have at least
a temporary riding surface at the end of each day
and will be considered a non -pay item.
p. Project signs shall be required in accordance with
the Supplementary Conditions, and shall be
' considered a non -pay item.
q. Clay dams or concrete dams (1500 psi minimum) (see
detail sheet of the Drawings) shall be constructed
at locations as noted on the drawings or as directed
by the Engineer. Compensation for furnishing all
material and installation and incidental and all
appurtenant work shall be included in the Contract
unit price for each dam constructed as indicated in
the proposal.
1
I
1
D1-1(5) City of Fayetteville
Sewer System Improvements
7. Abbreviations
The following abbreviations as used in the Contract
Documents have the listed meanings:
A.
. . . . .
ampere
AASHTO . . . .
American Association of State Highway
and Transportation Officials
ACI
. . . . .
American Concrete Institute
ANSI
. . . . .
American National Standards Institute
AREA
. . . . .
American Railroad Engineers Association
ASTM
. . . . .
American Society for Testing and
Materials
AWWA
. . . . .
American Water Works Association
Bil
. . . . .
basic impulse insulation level
SOD
. . ... .
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
City of Fayetteville D1-1(6)
Sewer System Improvements
max . . . . . maximum
min . . . . . minimum
mg/L . . . . . milligrams per liter
mgd . . . . . million gallons per day
mm . . . . . . millimeter
MS . . . . . . Military Specifications
NBBPVI . . . . National Board of Boiler and Pressure
Vessel Inspectors
NBS . . . . . National Bureau of Standards
NEC . . . . . National Electrical Code
NEMA . . . . . National Electrical Manufacturers
Association
NFPA . . . . . National Fire Protection Association
no . . . . . . number
OSHA . . . . . Occupational Safety and Health
Administration
ppm . . . . . parts per million
psf . . . . . pounds per square foot
psi . . . . . pounds per square inch gauge
pvc . . . . . polyvinyl chloride
SDHPT
sf . .
sq . .
SSPC . . . . .
sy . . . . .
Arkansas State Department of Highways and
Public Transportation
square feet
square
Steel Structural Painting Counsel
square yard
V . . . . . . volt
UL . . . . . . Underwriters Laboratory
U.S. . . . . . United States
END OF SECTION D1-1
D1-1(7) City of Fayetteville
Sewer System Improvements
Ii
I
A
I
I
D1-2 CUTTING AND PATCHING
General
1. Description
a. Cutting and patching shall include the cutting
(including excavation), fitting, or patching
necessary to:
1) Remove and replace defective work.
2) Remove and replace work not conforming to the
Contract Documents.
3) Remove samples of completed work for specified
testing.
4) Install specified work in existing construction.
5) Inspection of covered work.
6) Obtaining samples of completed work for testing.
1 7) Alteration of completed work.
b. Work performed by another Contractor shall not be
cut or altered without written consent of Owner's
' Representative.
2. Submittals
' a. Before doing any cutting submit a written notice to
Owner's Representative requesting consent,
' including:
1) Description of affected work.
2) Necessity for cutting.
3) Scope of cutting and patching.
' 4) Trades and products to be used and extent of
refinishing.
' b. Prior to doing cutting and patching identified in
writing by Owner's Representative as additional
work, submit a cost estimate.
c. Notify Owner's Representative when work is to be
performed.
D1-2(1) City of Fayetteville
Sewer System Improvements
B. Materials
Materials
used for replacement
of work
removed
shall comply
with the
Specifications for the
type of
work to
be done.
C. Execution
1.Provide shoring, bracing, and support as necessary to
maintain structural integrity of the project and to
conform with all safety requirements established by law.
2. Protect adjacent portions of work and existing
facilities from damage due to cutting and patching
operations.
3. Execute excavating and backfilling as specified.
4. Restore work which has been cut or removed. Install new
products to provide completed work meeting all
requirements of the Contract Documents.
5. Refinish entire surfaces as necessary to provide an even
and uniform finish.
D. Measurement and Payment
Cutting and patching required to perform the work will not
be measured nor paid for separately. The cost shall be
included in the Contract Price for the items of work that
require cutting and patching.
END OF SECTION D1-2
II
City of Fayetteville D1-2(2)
Sewer System Improvements
I
A.
FP
Li
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.
I
D1-3(1) City of Fayetteville
Sewer System Improvements
I
C.
d
3) Shop drawings shall be 8-1/2 by 11 inches, 8-1/2
by 14 inches or standard size plans, or as
directed by Owner Representative, and shall be
clearly identified as to location of the
equipment, material, and apparatus in the work.
4) Fold drawings to an approximate size of 8-1/2 by
11 inches in such a manner that the title block
will be located in the lower right hand corner
of the exposed surface. Roll, do not fold,
reproducible copies of drawings.
5) Furnish Owner Representative, as requested,
without extra charge, the number of complete
sets of prints of shop drawings as owner
Representative shall request for office files
and for use in the field.
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.
Samples
1) Samples are examples to illustrate materials,
equipment, or workmanship, and to establish
standards by which completed work is judged.
2) Samples submitted shall be of sufficient size
and quantity to illustrate functional
characteristics of product or material and full
range of colors available.
3) Field samples and mock-ups when required by the
specifications shall be erected at the project
site where directed.
I
I
I
I
Li
I
El
II
I
II
Li
TI
City of Fayetteville D1-3(2)
Sewer System Improvements
I
I
e. Contractor Responsibilities
1) Review and approve shop drawings, project data,
and samples before submitting them.
2) Verify field measurements, field construction
criteria, catalog numbers, and similar data.
3) Coordinate each submittal with the requirements
of the Contract Documents.
4) Submit shop drawings for major equipment items
in one package to permit checking complete
installation details.
5) In a clear space above the title block, or on
the back, hand stamp the following, and enter
the required information:
Name of Owner - City of Fayetteville
Project Name - Sanitary Sewer Main
Rehabilitation
White River Watershed and
Illinois River Watershed
Minisystems 13B 15 & 18B/C
Basins 10,12, 20, & 21
Date
Identification
Contract Drawing No.
Specification Section
This document has been checked for accuracy of
content and for compliance with the Contract
Documents and is hereby approved. The
information contained herein has been
coordinated with all involved Contractors.
Contractor
' Signed
' 6) Contractor's responsibility for errors,
omissions,and deviations from requirements of
the Contract Documents in submittals is not
relieved by Owner's Representative's review.
7) Notify Owner's Representative, in writing at
' time of submittal, of deviations in submittals
from requirements of the Contract Documents.
D1-3(3) City of Fayetteville
Sewer System Improvements
I
8) Do not install materials or equipment which
require submittals until the submittals are
returned with Owner's Representative's stamp and
initials or signature indicating review.
9) Revise returned shop drawings as required and
resubmit until final approval is obtained.
Indicate on the drawings any changes which have
been made other than those requested by Owner's
Representative.
10) Submit new project data and samples when the
initial submittal is returned disapproved.
11) No claim will be allowed for damages or
extension of time because of delays in the work
resulting from rejection of material or from
revision and resubmittal of shop drawings,
project data, or samples.
f. Owners Representative's Duties
1) Owner's Representative will review submittals
for compliance with the Contract Documents and
with the design concept of the project.
2) Review. of a separate item does not constitute
acceptance of an assembly in which the item
functions.
3) Owner's Representative will affix a stamp to the
returned copy of each submittal.. The stamp will
be marked to indicate "Furnish as Submitted",
"Furnish as Corrected", "Rejected", or "No
Review Required". The stamp will be initialed or
signed certifying the submittal review.
2. Video Tape Recordings of Surface Conditions
a. Video tape recordings of surface conditions shall be
provided for all relief sewers,replacement sewers,
and sewer point repairs.
b. The following information shall be provided on
color audio -video tape recording.
1) Audio: Each recording shall begin with a
verbal description of the current
date, project name and municipality
and be followed by the general
location, i.e., name of the street,
viewing side and direction of
progress.
I
I
I
I
I
H
I
II
C
II
Li
L
L
I
I
I
City of Fayetteville D1-3(4)
Sewer System Improvements
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
2) Video: Transparent information must appear on
the viewing screen. This information
will consist of the date and time of
recording. The data information will
contain the month, day and year.
3) Digital: To preclude the possibility of
tampering or editing in any manner,
all video recordings must, by
electronic means, display continuously
and simultaneously generated
transparent digital information to
include the date and time of
recording. The date information will
contain the month, day and year.
c. The taped coverage shall include all surface
features located within the zone of influence of
construction supported by appropriate audio
description. Audio description shall be made
simultaneously with video coverage. Such coverage
shall include, but not be limited to, all existing
driveways, sidewalks, fences, curbs, ditches,
roadways, landscaping, trees, culverts, headwalls,
retaining walls, or buildings located within such
zone of influence. Particular and detailed
attention shall be given to any defects noted, such
as cracks, disturbed areas, damaged items, or as may
be required by the Engineer. It is the intent of
this coverage to accurately and clearly document
pre-existing conditions and especially any items
that could result in construction claims. The
excavation areas shall be physically marked with
high visibility fluorescent paint prior to video
taping. The markings shall include the job number
and stationing.
d. The zone of influence shall be. defined as an area
within 30 feet of the proposed work, and an
additional 20 feet of supplemental coverage shall be
provided in residential areas.
e. The Contractor shall be able to televise and tape
areas with paved roads, along co -owned easements
through parks, lawns, and open fields. If video
taping on private property, the Contractor shall
give the Owner sufficient prior notice of such entry
so that property owners may be advised of and their
permission obtained for the work.
f. To produce the proper detail and perspective,
adequate lighting will be required to fill in the
shadow area caused by trees, utility poles, road
signs and other such objects in residential areas or
as directed by the Engineer.
I
D1-3(5) City of Fayetteville
Sewer System Improvements
I
g. Houses and buildings shall be identified visually by
house number, when visible, in such a manner that
structures of the proposed system, i.e., manholes on
a sewer system and hydrants on a water system, can
be located by reference.
h. The rate of speed in the general direction of travel
of the conveyance used during taping shall not
exceed 48 feet per minute in residential areas, nor
exceed 100 feet per minute in non-residential areas.
Panning rates and zoom -in, zoom -out rates shall be
controlled sufficiently such that during playback
will produce clarity of the object viewed. The
playback picture shall be in focus and be of extreme
clarity at all times.
i. All taping shall be done during times of good
visibility. No taping shall be done during periods
of visible precipitation, or when more than 10% of
the ground, area is covered with snow, unless
otherwise authorized by the Engineer.
j. The Owner shall have the authority to designate what
areas may be omitted or added for audio -video
coverage.
L
I
I
I
I
I
I
I
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 (1/2")
color video -cassette player/recorder. An effort
should be made to utilize the same recorder that
would be required for review of the sewer line
televising.
o. Video output from camera(s) used must be capable of
producing NTSC-525 lines/60 fields. Resolution
shall have a minimum 260 TV lines at center, for
optimum color imagery and minimum lag through ten
(10) foot candles, with Geometric Distortion not to
exceed 1.5% of Picture Height at any point in
picture area.
I
I
I
LI
I
I
I
City of Fayetteville D1-3(6)
Sewer System Improvements
p. The equipment shall be capable of a minimum of 240
lines horizontal resolution. Camera shall have
character/time generators: VCR shall be General
Mitsubishi Model CS -1903 recorder/tuner, with
adapter, connecter plugs, and still frame
capability.
q. Any portion of the video tape recording not
conforming to specifications shall be rejected.
r. Any taped coverage not acceptable to the Owner shall
be refilmed at no additional charge. The Contractor
shall reschedule unacceptable coverage five (5) days
after being notified.
s. All taping shall be performed by Contractor and
reviewed prior to construction.
t. One original and two copies are to be provided.
Original to Owner, one copy to Engineer, and one
copy to Contractor.
3
12
Final Inspections
a. Notify Owner in writing when project, or designated
portion of project, is substantially complete.
b. Owner's Representative will make an inspection of
the substantially completed work, and prepare and
submit to contractor a list of items to be completed
or corrected.
c. Take immediate steps to remedy the listed
deficiencies, and notify Owner in writing that the
project is complete and ready for final inspection.
d. Owner's Representative will make a final inspection
and, if he considers the work is complete, he will
notify Owner that the work is ready for final
acceptance.
Closeout Submittals
a. Special guarantees and bonds.
b. Certificates of inspection required by laws and
ordinances for mechanical and electrical work, and
any other legally required inspections.
c. Contractor's Waiver of Liens.
d. Separate Waivers of Lien for subcontractors,
suppliers, and others with lien rights against
property of Owner.
e. Final payment estimate.
D1-3(7) City of Fayetteville
Sewer System Improvements
I
5. Work Schedule I
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
Contractor shall submit, before commencing work, his
safety plan. This plan shall, at a minimum, address:
General Job Safety, Confined Space Entry, and Trench
Safety.
C. Measurement and Payment
Payment will be at the contract lump sum price for
Documentation which price shall include all labor,
and materials necessary to complete the work. No
Contract Prices are established for Submittals.
END OF SECTION D1-3
Video
equipment,
other
1I
L
C
L
I
City of Fayetteville D1-3(8)
Sewer System Improvements
D1-4 MATERIAL AND PERFORMANCE TESTING
A. General
1. Scope
a. Perform the inspections and tests required by the
Specifications.
b. Provide product certification as required by the
Specifications.
c. Neither observations by Owner's Representative, nor
inspections, tests, or approvals by other than
Contractor, shall relieve Contractor from his
obligation to perform the work in accordance with
the requirements of the Contract Documents.
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.
c. Laboratory shall meet "Recommended Requirements for
Independent Laboratory Qualification" published by
the American Council of Independent Laboratories.
d. Laboratory shall meet basic requirements of ASTM
E329, "Standards of Recommended Practice for
Inspection and Testing Agencies for Concrete and
Steel as Used in Construction".
3. Laboratory Duties
a. Perform specified tests and services.
b. Comply with specified standards, ASTM, other
recognized authorities, and as specified.
C. Ascertain
compliance
with requirements
of Contract
Documents
and so note
in writing on all
reports.
d. Promptly notify
Contractor of i
observed during
e. Promptly submit
inspections and
Owner's Representative and
rregularities or deficiencies of work
performance of services.
three copies of reports of
tests to Owner's Representative.
D1-4(1) City of Fayetteville
Sewer System Improvements
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.
B. Measurement and Payment
No Contract Prices are established for Material and
Performance Testing with the exception of compaction test as
set forth in Section D2-10.
END OF SECTION D1-4
City of Fayetteville D1-4(2)
Sewer System Improvements
I
D1-5 CONTROL OF CONSTRUCTION SITE
' A. 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
be kept in such a manner so as to cause a minimum of
inconvenience and nuisance to other Contractors and the
general public. The site shall be kept broom clean.
2. Traffic Control
' a. Contractor shall, at all times, conduct the work in
such a manner as to insure least obstruction to
' vehicular and pedestrian traffic while paying
particular attention to avoid inconvenience in
hospital and school zones. Notify Owner's
' Representative at least three work days in advance
of starting any construction work which might
inconvenience or endanger traffic. A minimum of one
lane shall be open to traffic at all times.
Ib. Submit a traffic control plan to Owner, Owner's
Representative, and appropriate highway official
' three days prior to closing any road. Contractor
shall inform police, fire, public works, and bus
service companies on the day of closure.
' c. When any section or portion of road is closed to
traffic, provide, erect, and maintain barricades,
red flags, detour signs, and torches or lights at
' each end of the closed section, at all intersecting
roads, and at all locations shown on the plans, in
accordance with the Arkansas Highway and
' Transportation Department Standards.
d. Contractor shall provide a sequencing arrow panel
when performing construction on heavily traveled
' roads and streets. The sign panel shall consist of
a minimum of 22 amber lamps. The lamps shall be
divided into two groups of three arrowheads each
' with arrowheads of each group aligned or behind the
other laterally and the arrowheads of separate
groups being opposed.
C
' City of Fayetteville
Sewer System Improvements
r
e. Replace any traffic sign or post which has been
damaged or removed because of the contractor's
operations.
f. Contractor shall provide access to private property
Driveways, sidewalks, and alleys shall not be
blocked for periods greater than two hours.
3. Fencing shall be placed around open excavation or
trenches at the.end of a day in a manner acceptable to
the Owner's Representative and the Owner. Fencing and
placement of same shall meet the approval of the Owner's
Representative.
4. Equipment Operation
a. Where the Contractor's equipment is operated on any
portion of a traveled surface or structures used by
traffic on or adjacent to the section under
construction, the Contractor shall clean the
traveled surface of all dirt and debris at the end
of each days operations. The cost of this work
shall be includedin 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.
c. Equipment used in the performance of the work shall
comply with legal loading limits established by the
statutes of State or local regulations when moved
over or operated on any traveled surface or
structure unless permission in writing has been
issued by the Owner's Representative. Before using
any equipment which may exceed the legal loading,
the Contractor shall secure a permit, allowing ample
time for an analysis of stresses to determine
whether or not the proposed loading is within safe
limits. The Owner will not be responsible for any
delay in construction operations or for any costs
incurred by the Contractor as a result of compliance
with the above requirements.
r
I
I
J
I
I
L
r
C
L
I
[I
1I
City of Fayetteville D1-5(2)
Sewer System Improvements
I
5. Utilities
a. The Contractor shall notify public and private
' utility companies which may have overhead or
underground facilities in the area at least 48 hours
before construction begins. Contractor must call
Arkansas One -Call at 1-800-482-8998 for locating
• utilities. 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.
b. The Contractor shall proceed with caution with
excavation operations so that the exact location of
underground utilities and structures, both known and
unknown, may be determined. The Contractor shall
take all reasonable precautions against damage to
the utility or structure. However, in the event of
'
a break in an existing utility, he shall immediately
notify a responsible official from the organization
operating the utility. The Contractor shall lend
' all possible assistance in restoring service, and
shall assume all costs connected with the repair of
any damaged utility.
' c. It is understood and agreed that the Contractor has
considered in his bid all of the permanent and
temporary utility appurtenances in their present or
' relocated positions and that no additional
compensation will be allowed for any delays,
inconvenience, or damage sustained by him due to any
' interference from the said utility appurtenances or
the operation of moving them either by the utility
companies or by him; or on account of any special
construction methods required in prosecuting his
work due to the existence of said appurtenances
either in their present or relocated positions.
' 6. Accident Reporting
a. Notification
Accidents occurring on the job which damage public
or private property, or result in injury to workers
or other persons, shall be promptly reported to the
Police Department.
1
D1-5(3) City of Fayetteville
'
Sewer System Improvements
B. Utilities
Accidents involving utilities shall also be reported
to the Police Department. This applies to all
accidents,, including, but not, limited to, traffic
accidents, broken pipe lines, power and telephone
facilities and damage to adjacent properties.
7.
Confined Space Entry
The latest version of the U.S. Department of Labor,
Occupational Safety and Health Administration Standards, 29
CRF Part 1910, Permit -Required Confined Spaces for General
Industry shall be the minimum governing requirements for
confined space entry. Said standards are included at the
end of this section.
No Contract Prices are established for Control of
Construction Site.
END OF SECTION D1-5
City of Fayetteville D1-5(4)
Sewer System Improvements
Thursday
January 14, 1993
Part II
Department- of Labor
Occupational Safety and Health
Administration
29 CFA Parts 1910
Permit -Required Confined Spaces for
General Industry; Final Rule
Federal Register I Vol. 58, No. 9 / Tbunday, January 14, 1993 / Rules and Regulations 4549
I
t
J
fl
IJ
I
I
II
I
I
I
I
I
I
rJ
I
Found in Reports of OSHA Fa W Ityl
Catasc-ophr tnsatigatfons", Wubington,
D.G, JWy I9E5 ft,.. 13-15).
4. U.S. Depabent of Labor. O.'upatfonal
Sa.4ty and Hralih Adnielsrntloo.
Durcto+ele of Technical Support. "Selected
Oavpetiooal Pnalities Related to Fie and/
or Exploiion In Confined Work Spaces as
Found to Reports of OSHA Fatality/
Catastrophe Ltvestigaliont', Washington.
D.G. April 1982 (Fs. 13-10).
S. OSHA Integrated Managemeol
Informatloo System, Fatellty/Catasnopbe
Database. OSHA OILu of Management Data
Systems.
Vll. Federalism
much safety as poulble using varying
methods consonant with conditions In
each state.
In short, them Is a clew national
problem related to oaupetJonal safety
and health concerning entry into
coo fined spaces. Those Rates which
elect to participate under the statute
would not be preempted by this
regulation and would be able to address
special. local conditions within the
framework provided by this
performance -oriented standard.
OSHA notes that California,
Kentucky, Maryland, Michigan. New
This regulation bas been rev awed in Jersey, and Virginia currently have
regulations dealing with confined space
accordance with Executive Order 12612 entry. Of these six stale regulations,
reoardicg Federalism. This order none would be preempted. New Jersey
requires that agencies, to the extent Is not a state -plan state, but their
possible, refrain from limiting state confined space standard applies only to
policy options and consult with states public (state end local government)
prior to taking any action. Agencies may employees. An analysis of scats
act only when there Is clear confined space rules and procedures is
constitutional authority and the contained in Section Vi, Summary of
presence of a problem of national scope. the Final Regulatory impact Analysis
The order provides for preemption of and Regulatory Fle�dbility Analysis,
state law only if there is a dear earlier in this preamble.
congressional intent for the Agency to
do so. Any such preemption is to be
limited to the extent possible.
Section 18 of the Occupational Safety
and Health Act of 1970 expresses
Congress' dear intent to preempt state
laws relating to Issues on which Federal
OSHA has promulgated occupational
safety and health standards. Under the
OSH Ad, a state can avoid preemption
only if ft submits, and obtains Federal
approval of. a plan for the development
of such standards and their
enforcement.Occupational safety and
health standards developed by such
Plan -States must, among other things, be
at least as effective in providing safe and
healthful employment and places of
employment as Federal Standards.
Where such standards are applicable to
products distributed or used in
interstate commerce, they may not
unduly burden commerce and must be
Justified by compelling local conditions
(See Section 16(cR2) of the OSH Act).
This regulation Is drafted so that
employees in every state would be
protected by general. performance -
oriented standards. To the extent that
there are state or regional peculiarities
caused by the terrain, the climate or
other factors, states would be able,
under the OSH Act, to develop their
own state standards to deal with any
special problems. And, under the Act, if
a state develops an approved state
program. It could make additional
requirements in Its standards Moreover.
the performance nature of this standard,
of and by itself, allows for flexibility by
states and employers to provide as
VIII. State Plan States
The 25 states and territories with their
own OSHA -.approved occupational
safety and health plans must adopt a
comparable standard within six months
of the publication date of this final
standard. These 25 states are: Alaska,
Arizona, California, Connecticut (for
state and local government employees
only). Hawaii, Indiana, Iowa, Kentucky,
Maryland. Michigan, Minnesota.
Nevada, New Mexico, New York (for
stale and local government employees
only), North Carolina, Oregon, Puerto
Rico, South Carolina, Tennessee, Utah,
Vermont, Virginia. 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.
Us! of Subjects In 29 CFR Part 1910
Attendant. Confined Spaces. Entry
permit system. Hazardous atmo6pheres.
Hazardous materials. incorporation by
reference, Monitoring, Occupational
safety and health, Permits, Personal
protective equipment. Rescue
equipment, Respiratory protedioa,
Retrieval lines, Safely, Signs, Tegs,
Tools, Welding.
IX. Authority
This document was prepared under
the direction of Dorothy L Stnlnk,
Acting Assistant Seat ary of Labor for
Occupational Safety and Health, U.S.
Department of labor, 200 Constitution
Avenue. N.W., Washington. D.C. 20210.
Accordingly, pursuant to sections 6(b)
and a of the OccupaUonel Safety and
Health Act of 1970 (29 U.S.C. 655, 657),
Seoetary of Labor's Order No. 1-cO (55
FR 9033), and 29 CYR Part 1911, Title
29, mater XVD. of the Code of Federal
Regulations Is amended as follows.
Signed at WuhIAgloo, DG, this 6th day of
January. 1993.
Damthy L Strunk
Acting As tistonf Secretaryof Labor
PART 1910 —OCCUPATIONAL SAFETY
AND HEALTH STANDARDS
1. The authority citation for Subpart
J of Part 1910 is revised to read as
follows:
au o sir: Seca 1.6. and 8.OszuppUonal
Safety and Health Act of 1970,29 USC 653,
655. 657; Secretary of Labor's Order No. 12-
71 (38 FR 8754), 8-76(41 FR 25059). 1-83
(48 FR 35736) or 2-40(55 FR 9033), as
applicable.
Sections 1910.141,1910.142,1910.145,
1910.146, and 191a147 also issued under 29
0R Part 1911.
2. Section 1910.146 is added to read
as follows:
§1910.146 PernJFcequbtd eonfned
apaua.
(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 spates. This section does not
apply to agriculture, to construction, or
to shipyard employment (Parts 1928,
1926, and 1915 of this chapter.
respectively).
(b) Definitions.
Acceptable entry conditions means
the conditions that must exist Ins
permit space to allow entry and to
ensure that employees involved with a
permit -required confined space entry
can safely enter Into and work within
the space.
Attendant means an individual
stationed outside one or more permit
spaces who monitors the authorized
entrants and who performs all
attendant's duties assigned in the
employer's permit space program.
Authorized entrant means an
employee who is authorized by the
employer to enter a permit space.
Blanking or blinding means the
absolute closure oft pipe, (One, or dud
by the fastening oft solid plate (such as
a spectacle blind or a skillet blind) that
completely covers the bore and that is
capable of withstanding the maldmum
pressure of the pipe, line, or dud with
no leakage beyond the plate.
Confined space means a specs that
D
4550 Federal Register / Vol. 58, No. 9 / Thursday, January 14, 1993 / Rules and Regulations '
(1) Is lair enough and so configured
that en employee tan bodnter and
perform assigned work: Alnd
(2) Has limited or restricted means for
entry or exit (for example, tanks,
vessels. silos, storage bins. hoppers.
vaults, and pits are spaces that may
have limited means of entry.): and
(3) is not designed for continuous
employee occupancy.
Double block and bleed means the
closure of a line, duct, or pipe by
dosing and locking or tagging two in -
line valves and by opening and locking
or tagging a drtin or vent valve in the
line between the two closed valves.
Emergency means any occurrence
(including any failure of hazard control
or monitoring equipment) or event
internal or external to the permit space
that could endanger entrants.
Enftulfinent means the surrounding
and effective capture of a person by a
liquid or finely divided (flowable) solid
substance that tin be aspirated to cause
death by filling or plugging the
respiratory system or that can exert
enough force on the body to cause death
by rtrmgulation, constriction. or
crushing.
Entry means the action by which a
person passes through an opening into
a permit -required confined space. Entry
includes ensuing work activities in that
• space and is considered to have
occurred as soon as any part of the
entrant's body breaks the plane of an
opening into the space.
Entry permit (permit) means the
written or printssd document that is
provided by the employer to allow And
control entry into a permit space and
that contains the information specified
in paragraph (1) of this secion.
Entry supervisor means the person
(rush as the employer. foreman, or crew
dilel) responsible for determining if
earptahle entry conditions am present
at a permit apace where entry is
planned. for authorizing entry and
ovarsaefag entry operations, and for
terminating antry es required by this
section.
(1) Fla. -tunable gas, vapor, or ci; in
excess of 10 percent of its lower
flammable limit (lit);
(2) Airborne combustible dust at a
concentntlon that meets or exceeds Its
LF
NM. This c000eatration may be
approtl.Tated us condition to which the
dust obscures vtioo at a distance of 5 feet
(1.52 m) a less
(3) Atmospheric oxygen concentration
below 19.5 percent or above 23.5
percent:
(4) Atmospheric concentration of any
substance for which a dote or a
permissible exposure limit is published
in Subpart C. Occupational Health and
Enviror.menta/ Control, or in Sub2an Z,
Toxic and Hazardous Substances, of
this part and which could result in
emplo)-n exposure in excess of its dose
or permissible exposure limit;
Note. An atmospberic concentration of my
substaccx that is not capable of auuicg
dee:b. incapacitation, impairment of ability
to self•rescsue. injury, or acute Illness die to
its health effects is not covered by this
provision
(5) Any other atmospheric condition
that Is immediately dangerous to life or
hNote.. Fa iii- contamiaaea for whirl
OSHA .as not determined a dose or
permissible exposure limit, other sources of
Information. cud is Material Safety Div
Sheets that comply with the Huard
Cummuntmtion Standard. 51910.1200 of this
part pubtlibed Irforcatioo; and internal
document an provide guidance to
establishing acceptable aturarphmie
conditions.
Note: An entry oupervisor also may serve
As an anaoLint a Mm authorized entrant.
u long u that person is trained and
equipped is required by this section for each
role he or she riiL. Mao. the duties of entry
rupe-el.or ray be passed tom one
individual to anotba during thhe run d an
entry opradon
Hazmdous atmosphemmeena an
etmospbem that may expose employees
to the risk of death. incapacitation.
Impairment of ability to self -rescue (that
It, escape unaided from a permit apece),
in)ury. or acute Illness from one or coon
of the following causes:
Hot work pezri l means the
employw's written authorization to
perform operations (for example.
riveting wslding cutting burning and
beating) apable of providing a source of
Ignition
Immediately dangerous to fie or
health (IDIJ4) means any coo 'lion that
poses an Immediate or delayed threat to
life or that would cause irreversible
adverse health effects or that would
Interfere with am Individual's ability to
escape unaided from a permit space.
No Some ms!er.als—hydrogen fluoride
gu and cadml® vapor. for example—cty
produce 1mmwlIa'. tanstelit affects that_
even if severe. may pest without medial
attendon, but re followed by sudden
ponibty htal collapse 12-72 hors after
e:pruuti The victim "bets normal` barn
reed+ry from trvsleot etfectpn01mtapse
Such matr7th in hazadous quutlties ce
cone ld end to be immediately' dugerour to
It& a bean%
Inertia ng mars the displacement of
the atmosphere fn a pesaait space by a
noncombustible gas truth u nitrogtn)-
to such an extent that the resulting
atmosphere is noomobustible.
Note: This procedure produces en OtH
orygeo-0eOcienl atmosphere.
Isolation means the process by which
a permit space is removed from service
and completely protected against the
release of energy and material into the
space by such means as: blanking or
blinding: misaligning or removing
sections of lines, pipes, or ducts: a
double block and bleed system; lockout
or tagout of all sources of eaenv; or
blocking or disconnecting all
mechanical linkages.
Line breaking means the trlcn:tczal
opening of a pipe. lie. or duc: Ut is
or has been canyir.g Ca- abka.
corrosive, or toxic material, an tent gas,
or any fluid at a vroicr..e, press_'e, or
temperature capable ci causing injury.
Xon-permit coifLe? :e? space nsans a
confined space that c>es net contain ore
with respect to atmospieric hazards.
have the potential to mstain any hazard
capable of causing death or serious
physical harm.
Oxygen deficient atmosphere means
an atmosphere containing less than 19.5
percent oxygen by volume.
Oxygen enriched atmosphere means
an atmosphere containing more than
23.5 perceot oxygen by volume.
Permit -required confined space
(permit space) means a confined space
that has one or more of the following
chanctaristia:
(1) Contains or has a potential to
contain a hazardous atmosphere;
(2) Contains a material that has the
potential for engulfing an entrant;
(3) Has an Internal Configuration such
that an entrant could be trapped or
asphyxiated by inwardly converging
walls or by a floor which slopes
downward and spec to a smaller moss -
section: or
(4) Contains any otbe.' recognized
serious safety or health hazard.
Permit -required confined space
program (permit spas program) means
the employer's overall program for
controlling and, where appropriate. for
mit protecting employees from, per
space hazards and for regulating
try employee enInto permit spaces.
Permit system means the employer's
written procedure for preparing and
issuing parmits for entry and for
returning the permit spas to sea-via-viafollo ingtermfnadon of entry.
Prohtitedea bondition mans any
condition Ina permit space that is not
allowed by the permit during the period
when entry is authorized.
Rescue "Mce moans the personal
designated to rescue employees from
permit spasm
El
I
I
I
C
I
I
I
I 1
I
I
I
El
Federal Regisla / Vol 58, No. 9 / Thursday, Jffivary 14, 1997 / Rules and Regulations 4551
Rrtrin•cl s-ysfem mre-.s the equipment [B) The ecplovcr an demonstrate (]) The elr se, sly for the forced air
(include g a rotrieval line, chest or full- thst motinuaus forced tlr ventilation ventilation be. Eon a clean source
body harness, wristlets. If appropriate. alone is suf flout to maintain that and may not Loo-stse the hazards In the
end a liPdng device m anchor) used for permit space tale for entry; space.
non-€ntry rescue of persons !are permit (C) The employer denlops (F) The atere mosphwithin the space
spaces. monitoring and icspection data that sbsll ba pericdictlly tested as necessary
Testing means the process by which suppors the de onstratars required by to ersun that the continuous farted air
the hazards that. may ccnfront eot-enta pangrephs (c)(5XiXA) and (c)(5)(J)(B) 1 ventilation is pnsentizg the
of a permit space &-e 1Lnt15ed and this sectlom accumulation of a her:.-dotss
evaluated. Testing Inchidas specifying (D] 11w initial entry of the permit atmosphere.
the tests that are to be ptr nu..ed in the space is necessary to obtain the data (G) if banrdous aimacpbte Is
permit space. ragaired by pa-'t�eph (c)(5)(i)(C) of this detected dnrnq entry-
medico, the entry is performed in (r) EecE emp.oyee shall lea•.s the
Nuts:
Testing ena5lo er p at.r :s =l to ..
devise and btplemerst adz air az,''°l e°epuanes with paragnphs (di hough spice immedi:tsly;
measures for the protect:: of alrscr!zed (k) oc tests seet:oa; (2) The recce shall be arunissued to
cotnwu and to dtlerm ae'1 eecrpi;isle entry (E) The determinations and de'e:mine how the baza.-do zs
co_d� icn; rs rcunt i—edJaldy prig so, supporttig data required by c egsphs ats-_esphe.'-e develops.); and
cd d.cnt. cosy. (c)(5)' (.1). (c)(S)(i)(EL end (c;i5.(i)(C) of (2) : lase ec shall be Implemented to
(c) General reuiren, errs. (1) The this sactior. LS documented by the protect employeos Eon the hats dour
emFFlcye- shall eve}uste the wcrkplsce emt!oysr and are made available to atmosphere b6:es any subsequent entry
o Zatermine if any spaces are permit- ear employee who enters the permit takes place.
trequired
confined spaces. space under the terms of paragraph (Y.) The aeployar Shall verify that the
(c)(5) of this section: and space is sale for entry and that the
Note: Proper ■ppiicauoo of'de decision (F) Entry stn the permit space under neasu.'es rehired by pere�eph
flow civet in Appendix A to S191&146 the terms of pangs b (c)(5)(i) of this-(c)(5)(ii) of Ihis section have been taken,
would fatilttate c°rnpllena with this x, —ion is pert:.rned in I crdance with thnugb a written arjacation that
t-q'irr�cot the requirements of paragaph (c)(5)([i) contains the dale, the location of the
(2) I! the workplace contains permit of this section. space. and the signature of the parson
spaces, the employer shall inform P: s, (cX7) of this sectio prosid!ng the certification. The
exposed employees• by posting danger for reciasai5cetioa of a pll spa
ce altar all eenificetion shall be made bete ® faby
signs or by any other equally eLtadive La.•ards within tba space have been and shall be cede available to each
means, of the esdstezce and location of el minuted employee a^.-szi € the space.
and the danger posed by the permit (U) The P folo..ia requirements a (6) When there are changes in the use
s aces. to entry into permit sps that meet the or con��°° Pe s of a ncn• -mil
aceNote: A rip reading •-DANtM—PUMT- conditions set forth in paragraph eocfiaei space that might manse the
REQL Lszu CO\ LSD SPACE. DO NOT (c)(SX[l of this section hazards to entrants, the employer shall
E,Ni uc or using other simile, language (A) Any conditions making it unsafe reevaluate That space and, if necessary.
would sat≤siythe requbc»eat Ex4 sign to mauve an entraaca ms m shaI be reclassify it as a permit-requirsd
(3) If the employer dsddes that its eliminated before the cover is removed. conf7) A d paceelastified the am b er
a.
employees will not enter permit spaces. (B) When entrance ravttt are a rspia• mired fined p me
the employer shall take effective renmved the opa sdng shaft be promptly Pe req s y
measus o nt L's a to from guarded by a railing, temporary cover. be mr�ess fled es anon -permit confined
entering the permit spy and sisal] or other temporary beater that will s f) ainrinU the pr e3following
p�' p osea no em&
m mr �p1y with paragraphs Icn1l. {e)(2) prevent and atal fell through the or potential atmospheric hazards and if
(c)6), and (c)(8) of this section. opening ell baurds within the apnea an
(t) !f the employer derides that its employee working is space from
employees wi1J aster permit spa the fardgs objods caring the space eilminated without ace y be ystrer_!&%37 d as
employer shall develo and Im lcl Before an employee ectan !ha permit P may
Pl Ye. P P�D°°t ace, the interne] are abh tmosppheD be a non -permit confined spec for as long
tha written permit space Autry Fogam tested, with a rahbreted direct -reeding as the non-atmospherichazards remain
wet en program r h this mile tie a instrument, for the following condition eliminded.
written
shall be rseiMble for (ii) V tt Is necessayto enter the
inspection by employees and their in the 0tMenL per911 space to eliminate hazards, such
authorized reto vM. 11) �� shall be performed under
(S) An am_ °:ray UM the altesas e (7) Flwtial t gesec and upon, and psuy
' (3) Potential tone air wntsrtmtavtt pan nphs (d) thzavd 0.) o! this
Procedurec tpedd m pa- (D) There may be nobs rdoos secdon. if testing and Inspection during
(c)(Sxii) cf thin section for amazing a a w1t ,tip the space wbrnuvm that entry demonstrate that the hazards
permit apecre under the muditions set an e�y� mplc7ryyees is inside the space, within the permit spare have been
sp fort] in paragraph (c)(S)(il of this (E) Continuous iosoed alt vean1atS>m eliminated, the permit space ma be
section. shall be Used. es follows. redsssifled tsa non -permit confined
(I) An employer vbcre empleyeesa (J) Mripoyeemay not enter the epees for As long as the hazards remain
enter a permit spa= need r3drn.gacatil the
!arced ak won atioo bas eyminetet
with pereigsrphs dj thrmsgh (q end Wl eliminated any basardoas etnotpberq af & Ica"rs.
throash1k) of this sec iaa• ] madded (2) The forted air veaailst �j( be gb air smtilanon doe, cot
that: so directed as to runtlSat.e the fznmedicts nmta sttu.Ttminatlon of the buards.
(Al The r® ay er tea damaa_ata areas wiser. am emplayee is or will be Pngn b [cfI roves perms tpacn Autry
that sure an}y hasmd pma d 1+y the pemk present white 3e spa" and sbeB when the erpkp ® deaoeruae mat
' space is son Acted or f.d bcudons continue until aD asmployeas bass Mt fora1 ale .tflstioa time wMl clad eH
atmoapberec the space. beards in the spec►
I
4552 Federal Register I Vol. 58, No. 9 / Thursday. January 14. 1993 I Rues end Regulatioai
I
(iii) The employer shall document the (iii) Inform the host employer of the (ix) Any other equipment necessary
basis for determining that all hazards in permit space program that the for safe entry into and rescue from
a permit space have been eliminated. contractor will follow and of any permit spaces.
through a certification that contains the hazards confronted or created in permit (51 Eveluete permit space conditions
date, the location of the space, and the s erns, elther through a debriefing or as follows when entry operations are
signature of the person making the during the entry operation. conducted:
determination. The certification shall be (d) Permit -required confined spcce (i) Test conditions in the permit space
made avai!abla to each employee pro groin. Under the permit•required to determine If acceptable entry
entering the space. confined space program required by conditions exist before entry Is
(iv) If hazards arise within a pemut paragraph (c)(1) of this section. the authorized to begin, except that, if
space that has been declassified to a employer shall: isolation of the space is in feasible
non -permit space under pangrspb (c)?) (1) Implement the measures necessary because the space is large or is part of
of this section. each employee in the to prevent unauthorized entry; a continuous system (such as a sewer),
space shall exit the space. The employer (2) Identify and evaluate the hazards pre -entry testing shall be performed to
shall then reeval,;ate the space and of permit spaces before employees enter the extent feasible before entry is
determine whether it must be them: authorized end, if entry is authorized.
reclassified as a permit space. in (3) Develop end implement the entry conditions shall be continuously
accordance with other applicable means, pocodures. and practices monitored in the areas wbere authorized
provisions of Lhis section. necessary for safe permit space entry en cants are working:
(8) %%'ben an employer (host operations, including, but not Limited (ii) Test or monitor the permit space
employer) arranges to have employees to. the following: as necessary to determine if acceptable
of another employer (contractor) (i) Specifying acceptable entry entry conditions ere being maintained
perform work that involves permit space conditions; during the course of entry operations;
entry. the host employer shall: (ii) Isolating the permit space: and
(i) Inform the contractor that the (iii) Purging, inerting. flushing. or (iii) When testing for atmospheric
workplace contains permit spaces and ventilating the permit space as hazards, test first for oxygen. then for
that permit space entry is allowed only necessary to eliminate or control combustible gases and vapors, and then
through compliance with an permit atmospheric hazards; for toxic gases and vapors.
space program meeting the requirements (iv) Providing pedestrian, vehicle. or Note: Atmospheric testing conducted in
of this section; other barriers as necessary to protect acoudanca with Appendix 9 to 51910.146
(ii) Apprise the contactor of the entrants from external hazards; and would be considered as satisfying the
elements, including the hazards (v) Verifying that conditions in the requirements of this paragraph. For permit
identified and the host employer's s crtable for en space operations in aewen. atmosphericpermit Pace are ae P taring conducted to acoordanca with
experieoce with the space. that make throughout the duration of an Appendix B, u supplemeated by Appendix
the space in question a permit space; authorized entry. E to 51910.146. would be aas:dered u
(iii) Apprise the contractor of any (4) Provide the following equipment satstying the requuemeuls of this paragraph.
precautions or procedures that the host (spedfied in paragraphs (d)(4)(i) (6) Provide at least one attendant
employer has implemented for the through (d)(4)(ix) of this section) at no outside the permit space into which
protection of employees in or near cost to employees, maintain that entry is authorized for the duration of
permit spaces where contractor equipment properly, and ensure that entry operations;
personnel will be working; employees use that equipment properly:
(iv) Coordinate eotry.operations with (i) Testing and monitoring equipment Note: Attendants may be assigned to
the contractor. when both host employer needed to comply with paragraph (d)(5) tonitor ton than one permit spec
ersonnel and contractor personnel will of this section; provided the dutiea described in pparagraph
p li) of this section can be e.'it,ctivaly
be working in or near permit spaces, as (ii) Ventilating equipment needed to performed for each permit span that is
required by paragraph (d)(]1) of this obtain acceptable entry conditions; monitored Likewise. attendants may be
section; and (iii) Communications equipment stationed at any tocst:oo o_ side the permit
(v) Debrief the contractor at the -necessary for compliance with specs to be monitored as lo _g as the duties
conclusion of the entry operations paragraphs (b)(1) and (i)(5) of this described in paragraph (i) of this section can
regarding the permit space program section; be effectively performed for each permit
followed and.regarding any hazards (iv) Personal protective equipment space that is ooitoret
confronted or coated in permit spaces Insofar as feasible engineering and work (7) If multiple spaces are to be
during entry operations, practice controls do not adequately monitored by a single attendant, include
(9) in addition to complying with the protect employees; in the permit program the means and
permit space requirements that apply to (v) lighting equipment needed to procedures to eaable.the attendant to
all employee. each contractor who Is enable employees to see well enough to respond to an emergency affecting one
retained to perform permit space entry work safely and to exit the space or more of the permit spaces being
operations shall: quickly In an emergency, monitored without distraction from the
(i) Obtain any available information (vf) Barriers and shields as required attendant's responsibilities under
regarding permit space hazards and by paragraph (d)(3)(Iv) of this section; paragraph (i) of this section;
entry operations from the host (vii) Equipment, such asladders, (8) Designate the persons who am to
employer, needed for safe ingress and egress by have active roles (as, for example,
(ii) Coordinate entry operations with authorized entrants; authorized entrants. attendants, entry
the host employer, when both host (viu) Rescue and emergency supervisors, or persons who lest or
employer personnel and contractor equipment needed to comply with monitor the atmosphere in a permit
personnel will be working in or near pangnpb (d)19) of this section. e. -pt space) in entry operations.1dentify the
ppeermit .as required by paragraph to the extent that the equipment is duties of each such employee, andd
(d)(11) of this section; and provided by rescue services; and provide each such employee with the
I
I
I
I
I
II
I
r
I.
Federal RegWer I VoL 58, No. 9 / Thursday, January 14, 1993 I Rules and RegulatJcaz 4353
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
trcintng required by parngnpb (a) of this
s?ct)on;
(9) Develop and Implement
prccadwes for summoning rescue and
emergency services, for rescuing
entrants from permit spaces, for
providing necessary emergency sersitxs
to rescued employees, and far
preventing unauthorized performer from
atte�ptiLit a rescue;
(30) Develop and Implement a system
for the prepntimn, issuance, use. and
cancellation of entry pcmfts as required
by this section;
(11) Develop and implement
procedures to coordinate entry
operations when employees of more
than one employer are working
simultaneously as authorized entrants
in a permit space. so that employees of
cne employer do not endmger the
employees of any other employer,
(12) Develop and implement
procedures (such artiosing otl'a permit
space and canceling the permit)
necessary for concludicg the entry alter
entry oppeertations have beat completed;
(13) Review entry operatioes when
the employer has reason tobeteve that
the measures taken under the permit
space prvgr'am may not protect
employees and revise the prvgramto
correct drfderrdes tumid to eider before
subsequent errtriec fl tsvthorixad: and —
-
NoteExamplesof irn. trnregtrirmg
the review of the permit<rquired wn6nd
space program err. any unrulborud entry of
■ permit span 1be de•,ectioa of s pertak
space hazed nd cowered by the persmt, the
detet�oo of a cam then, probTited bf rise
permit. the as a—^--�a d as safio7 a aae-
miss during any. a eh.zge m the etas a
am8guarioo of a pe=als span . ad
employee rx.npta:"tf shoat the aPSmvcaets
of the prog n
(14) Review the pmmil-regpised
cootned space pic€na. usima the
canceled perrmts retuned troche
paragraph (eH6) of this m within I
year aftm each rrtry ant aeries tine
Program as nn-ntmy,4o Can that
employees participatingin eIy
operations are protxdad from p.n' •1'
space hazards.
Nero r 3oyai taay perform t sixtgJa
"nasal review areag ''r'1''2
during; 12 -month pmod II so e�etryr� ri
performed during a 12c w
review is nreoas7.
Appendix C to St41a.1i6 presents
examples d permit entry peogems that
am coosidezed to cotsrpiy witbtbe
requirements of paragraph (d)oft ire
section.
(e) Verist systvc n.113 berries OLbT is
a utborized. tSe eurpIcyer tall
document the comptetion of messtaes
r•sgv iced b7 persvgra ph fd)(3141 eAs
section by prepaiag 0" entry permit.
Note: Arpeodtz D to 11010.146 pnnnu
ezar,pics otpermiu wbuo elcr,ettu we
wnsldn 4 to wmrly with the requL-eranIo
of this section.
(2) Before entry begin, the entry
supervisor Identi2ed on the permit shall
sign the antsy parent to authorize entry.
(3) The completed permit shall be
made averlhle at the time of entry to dl
authorized ant.-aal, by posting it at the
entry portal or by any other equally
effective means, so that the entrants can
confirm that pre -entry preparations have
been completed.
(4) The duration of the permit may
not exceed the time required to
complete the assigned task or Job
identi5ed on the permit In accordance
with paragraph (f)(2) of this section.
(5) The entry supervisor tball
terminate entry and cancel the entry
permit why
(1) The entry operations covered by
the entry permit Lave been completed;
or
(ii) A condition that is not allowed
under the entry permit arises in or near
the permit space
(6) 7be employer shall retain each
canceled entry permit for et least I yeti
to fedDtmte the review of the pest -
required confined specs yauxjasn
required by pmagnpb rd 14) oftias
section. Any pros lams encountered
during an entry operation sballbe noted
on the pertinent permit so That
appropriate resigns to the permit
space program con be made.
(f) E4Rrypermit The entry permit that
documents compliance with this section
and authorizes entry to a permit spat e
shall identify:
(1) Ile permit specs to be eaiced:
(2) The purpose of the entry.
(3) The data and the authorized
duration of the entry permit;
(4) The autharfrad entrants within the
permit sp+cm, by name or by such of ar
means (for example. through the usa at
rosten w trackin, systems) n will
enable the attendant is determine
quickly and amrntely, for the duration
of the permit, whi� authorized enbt is
am inside the permit space;
Not a: This nqz. rnzct mfl be. text t7
imset�g a J.I4z tba entry pwmrt as
to the. metro used von as a souse of
tacking ryfl . to kip trick cf thf
authn-feed entrtx la wcobra tits p®ir q..
'(5)The partoamel.byvtame,aarendy.
sarvixsg as rand. -,h3
(6) The to dividtraL by acme, currently
seining as errir7 stn ,n 1em, with Is ege—_e
for the signature or tai 6 eh of the entry
supervisor who orfgbrafy ecthosised
0"171 The 1 . n: As of {he permit sprat m
be rzterred;
(e) The measures used to facla!e the
pernit s;.e.m and to eliminate or control
permit space hazards before entry;
Not+: now nxrum can Include tits
loclouI or tarsi cf aqulptnt and
procedure. for purging Learning ventltatlng,
and Ousbinf pamh spaces.
(9) The acceptable entry conditions:
(10) The results of initial and periodic
tests performed under pangnph (d)(5)
of this section, accompanied by the
names or initials of the testan end by an
Indication of when the test were
performed;
(I) The rescue and emergency
cervices that can be summoned and the
means (such as the equipment to use
and the n mbers to colp for saumordng
these services;
(12) The communication procedures
used by authorized enLrenu and
attendants to maintain contact during
the entry;
(13) Equipment, such as persooal
protective equipment, tesling
equipment, emmmunfcaUons equipment,
alarm systems, and rescue eqt pmette to
be provided [o compliance with this
section;
(14) Any ocher information whose
inclusion is necessary, given the
dreumstancu of the pariicularconflned
space, in order to ensure employee
safety; and -
(15) Any edditiond permits, such as
for hot work, that have been issued to
authorize work in the permit space-
(g) Training. (1) The euployer shalt
provide training so that employees
whose wort is regulated by this sedim
acquire the understanding. knowledge.
and &ills necessary for she safe
perfarrnenra of the duties assigned
under this seetix.
(2) Training shall be provided to each
affected employee (i) Before the employ
ee ]s Est
essig ed duties under this section:
(ii) Sefore there is a change in -
assigned duties;
(iii) Wbcsever there is a change In
permit space operations that presents t
hazard about wt ch an enployee has
not preriotrrly been trained;
(iv) Wbeaever the errrployerbas
reason tobebeve either that there to
deviations from the permit spaa errtty
procedues required by partgraph td)(3)
of thf s section or that there ants
inedequeties is the employee's
b ow4edge or use of these ymcndmes.
(3) The training shall establish
empleyaa pre&riaacy In th4 a4tr i a
required by this section end shall
introduce sow or nvfsed procedams.es
necessary, for emtptance with this.
section.
(4) The erp}oyer shall os ry that the
mining required by par'cgraphs tgl(1)
t '
4554 Federal Register I Vol. 55, No: 9 / Thursday. ]anuary 14. 1993 1 Rules and Regulations
through (g)(1) of this section has been
accomplished. The certification shall
eontcia each employee's name, the
signatures or initials of the trainers, and
the dates of training. The cartiEeation
shall be available for Inspection by
employees and their author.zed
representatives.
(b) Duties of authorized entrants. The
employer shall ensure that all
authorized eolrants:
(1) Know the hazards that may be
faced during entry. including
information on the mode. signs or
symptoms. and consequences of the
exposure;
2) Properly use equipment as
required by paragraph (d)(4) of this
section;
(3) Communicate with the attendant
as necessary to enable the attendant to
monitor entrant status and to enable the
attendant to alert entrants of the need to
evacuate the space as required by
Paragraph (i)(6) of this section;
(4) Alert the attendant whenever.
(I) The entrant recognizes any
warning sign or symptom of exposure to
a dangerous situation. or
(U) The entrant detects a prohibited
condition; and
(5) Et from the permit space as
quickly as possible whenever.
(1) An order to evacuate is given by
the attendant or the entry supervisor.
(U) The entrant recognizes any
warning sign or symptom of exposure to'
a dangerous situation.
(iii) The entrant detects a prohibited
condition, or
(iv) An evacuation alarm Is activated.
(1) Duties of attendants. The employer
shall ensure that each attendant:
(1) Knows the hazards that maybe
faced during entry. including
information on the mode. signs or
symptoms, and consequences of the
2) Is aware of possible behavioral
effect of hazard exposure in authorized
entrants;
(3) Continuously maintains an
accurate count of authorized entrants In
the permit space and ensures that the
means used to Identify authorized
entrants under paragraph (f)(4) of this
section aocustaly Identifies who Is In
the permit space;
(4) Remains outside the permit space
during entry operations until relieved
by another attendant;
Noes. When the employees permit "try
program slows attnodml entry for venue,
attendantr may eater 4 permit spec to
artempt a rescue U they hsn been trained
.ad equipped for rescue operations as
by pengapb (k)[i) of this .action
and U they hsn been relined u required
panyapb (IX4) of ?hl. seWon.
(5) Communicates with authorized
entrants as necessary to monitor entrant
status and to alert entrants of the need
to evacuate the space under paragraph
(i)(6) of this section:
(6) Monitors activities inside and
outside the space to determine if it is
safe for entrants to remain In the space
and orders the authorized entrants to
evacuate the permit space Immediately
under any of the following conditions;
(i) lithe attendant detects a prohibited
condition:
(ii) U the attendant deteds the
behavioral effects of hazard exposure in
an authorized entrant:
• (di) if the attendant detects a situation
outside the space thatcould endanger
the authorized entrants: or
(iv) if the attendant mnnot effectively
and safely perform all the duties
required under paragraph (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;
(H) Takes the following actions when
unauthorized persons approach or enter
a permit apace while entry is underway:
Warn th (i) Warn unauthorized persons
that they must stay away from the
permit space;
(u) Advise the unauthorized persons
that they must exit Immediately if they
have entered the permit space; and
(iii) Inform the authorized entrants
and the entry supervisor if unauthorized
persons have entered the permit space;
(9) Performs non -entry rescues as
specified by the employer', 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 entry supezvisor= The
employer shall ensure that each entry
Sup rvisor.
(1) Knows the hazards that may be
faced during entry, including
information on the mode, signs or
symptoms, and consequences of the
exposure:
(2) Verifies, by sharking 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 place before endorsing
the permit and allowing entry to begin;
(3) Terminates the entry end cancels
the permit as required by paragraph
(e)(5). of this sectitm:
(4) Verifies that rescue services are
available and that the means for
summoning them an operable;
by (5) Removes unsuthodzsd individual
who entffi or who attempt to enter the
permit space during entry operations;
and
(6) Determines. wbooever
responsibility for a permit space entry
operation Is transferred and at intervals
dictated by the hazards and opentlous
performed within the space. that entry
operations remain consistent with terms
of the entry permit and that acceptable
entry conditions are maintained.
(k) Rescue and emergency services. (1)
The following requirements apply to
employers who have employees enter
permit spaces to porform rescue
services.
(i) The employer shall ensure that
each member of the rescue service Is
provided with, and is trained to use
properly, the personal protective
equipment and rescue equipment
necessary for making rescues from
permit spaces.
(ii) Each member of the rescue service
shell be trained to perform the assigned.
rescue duties. Each member of the
rescue service shall also receive the
training required of authorized entrants
under paragraph (g) of this section.
(iii) Each member of the rescue
service shall practice making permit
space rescues at least once every 12
months, by means of simulated rescue
operations in which they remove
dummies. manikins, or actual persons
from the actual permit spaces or from
representative permit spaces.
Representative permit spaces shall. with
respell to opening size, configuration.
and accessibility, simulate the types of
permit spaces from which rescue Is to
be performed.
(iv) Each member of the rescue service
shell be trained In basic first -aid and It
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 persons
other than the host employer's
employees perform permit space rescue.
the host employer sill
(1) inform the rescue service of the
hazards they may confront when called
on to perform rescue at the host
employer's fadUty. and
(ii) provide the rescue service with
au to all permit spaces from which
rescue may be neczssaJ7 so that the
rescue service ran develop appropriate
rescue plans and practice rescue
operations.
(3) To facilitate nooertry rescue,
retrieval systems or methods .ball be
used whenever an authorized entrant
eaten a permit space, unless the
retrieval equipment would Increase the
overall risk of entry or would not
contribute to the rescue of the entrant
I
I
I
1
I
1
1
I
I
I
I
I
1
I
I
I
I
I
I
1
1
I
I
i
Federal Register I Vol. SB, No. 9 / Thursday, January 14, 1993 / Rules and Regulations 4555
Retrieval systems shall meet the (ii) The other end of the retrieval line written lnfo:matlon ahall be made
follot.ttg rcquiremeots. &ball be attached to a mechanical device available to the medical facility treating
(1) Each authorized entrant &bell use or fixed point outside the permit space the exposed entrant.
e chest or full body harness, with a to such a manner that rescue can begin AFFDMICES TO l;satas4e--FUWr•
retrieval line attached at the center of as soon tithe rescuserrrbecomes .win 4 'D4Dl O TO 1191 SPACES
the entrant's bath near shoulder level, that dev&esu rescue i be labia ore e. A lm Note Appendices A through E serve to
or above the entrant's heed. WristieU provide tnSmatioo and 000-mandat
may be used In lieu of the chest or full personnel from vertleet type permit P
body harness if the employer can spaces more than sleet deep. tuldeilnm to win smploym and amplotroea
to mmplytos with the appropriate
d hod a that the use sl l chest or (4) If an injured entrant Isat exposed to requirements of this section.
full body harness Is infeasible or creates a substance for which a Material Safety
a greater heard and that the use of Data Sheet (MSDS) or other simJlar
wrisdets is the safest and most effective written information Is required to be
alternative, kept at the worksite. that MSDS or
•
•
4556 Fedcn-1 Assist[} 1 Vol. 55, No. 0 1 Thursday. January 14, 1993 / Rules and R2gulat'Ons
App.rytitAb11n0]tl FertnitreQul+ld
Confined Spec Decisi on l'ie's marl
Appendix A
Pe.uit-required Confined Space Decision Flow Chart
Ox+ the wits: l.ee contain hmt-rgnrad Conhntd Space u de hand q {If 10.11101) MJ•tt.,ivlt •t Mr
FIL as 1icable
YES OSYA staMuds
S70P
Ireton uployets as rg+lr•d by 11910.14[ (112)
_____________ }[.vent eayloyt. entry a. re7+tred by
will y.r-tt spaces be entered) No.010.344 Irll]1• oo task tree ove[id• of •pace.
YLS
I
rt will contractor) •n[•r7 yts-.otsIk 1, by r.tt.c111, li�illa+d tlitl`c[ont raccor[oM•[na
triton -at son rK ir•d by (1110.111 IcI lb)1£)• Ili) and Illfl fray host.
loch contractors and book ftc;loyts will enter the space' W
YES -j
wit: nee[ t•yler•as ente. to Coordinate entry ep.T. tons as r unovth by od entr -
prior+ entry Gsk97 tclltllty) and 1611311. h•ve.•.: wavtheissed entry.
I Ls M.vent urrachor "' entry. S7oP
Yet a p•ni[-raQ:ir•d [cent in+d span. 1910.14{
Doe[ space have Lnown or potential hatarda-' . ' snot ayp7Y. Consult other OSHA standard..
YES
ttplq•r uy cMe+• to rat lassi.ty spats to non -pent[
Carthe hasards ba el unrested) YES—.—. rK+lrad eonttn•d sp•<e u+in: 17910.16[ /[1(71. i77D
Ho I.
I
Ca. the space be •s tntatnad in • condition sate to YtS- " Sp.tt say be entered wider I1
•nt Y. q' contlnuou• forced air vncilstion only? ' fl!]0.36C 1[115). 110
I
1
I ►rep. r• for entry via prat procedurea.J
peralt not
valid until
editions .«t
ver..Iy acceptable entry eondtttons tint }+tents rteerd }spit. isolated ii ,}_+sP•c r...
rinsed. l.severveeant to v ilable. D
YES
t1[•It issued' by authorltin9 signature. Y3'• —r condition). • Ent}.Hurevacuated
bceet tole entry condition t u7ntalMd tMev9rout entryjentry aborts. (call r.acvets 1t
ss needed). Pettit Ss void. Reevaluate
pros}.. to correct/yrewnt prohibit
miry task. co.p)•t.d. ►enta returned and canceled.- to"ILiCrl Ot Dtmtcot of
eS !Q• ry
procraa. Ito re-ntry with l progra•
audit by ens ants.prograssanient
d panit bs•d on wain.[ten elm laced e
nit) ]a .•.dd• (hay
try q entrants. s. atteMant_P tasters and prspann. Kt. r•Pairsl vM taa•1
` Spaces uy Mn to be evacuated and re-evaluated it bararda arise dvriap entry
•
I
.1
I
1
I
I
I
.. I
El
i
1
•.1
1
I
Permit - Required Confined Space Decision Flow Chart
I
I
I
II
II
II
Does C» workptaco contain PRCS u defh•d
YES
Inform employees as required by §1910.
Wln permit space be enteredi
YES
rii
Mil contractors enter?
NO
E
10.
Consult other apptkab4
OSHA standards.
Prevent «nptoyee an as required by §1910.146(c)(3).
Do task hvrm outside of space.
Task will be done by contractorsemployees. Inform contractor as
required by §1910.146(c)(BXI), (W) and (Ili). Contrador obtains
Information required by §1910.146(c)(9)(I), (11) and (111) from host.
Both contractors and host empbyses will enter the space.
will host employees enter Coordinate entry operadons as requked by § 1910.146(cXBxh)
to perform entry task-? and (dx11). Prevent unauthorized entry.
YESNO
Prevent unauthothed entry. STOP
NO Not a PROS. 1910.148 does not apply. Consult
Does space have knam or potentlal hazards? other OSHA standards.
YES
urn
Space may be entered under
§1910.148(c){5).
CONTINUE
I
Federal Resister I Vol. 58, No. 9 / ThursdaY. January 14, 1993 I Rules and Regulations 4557
Appendta B to k191o.1ab—Psxedirn for
Atmwpberic Terting
Atmospheric reeling is required for two
distinct purpo+': evgahsadon of the btuids
of the permit Pau and nrifiation that
sanptablc entry conditional for entry Into
that rpace exist
(1) Evaluation (rating. The atmocpbere of a
confined spece should be analysed using
equipment of Sufficient aemitivity end
speufldry to Identify and esa)uate any
bazardous aonospbees that may exist or
arise, to that appropriate permit entry
procedures an be dneloped and acceptable
entry condltiona Stipulated for that specs.
Evaluation end Interpretation of these de'a.
and development of the entry procedure,
should bra done by. or reviewed by, a
technically qualified professional (e.g..
OSHA coosullation Service, or unified
inJutrial bycieoist, registered Safety
engine", cerifsed "rely professional, etc.)
based on evaluation of all serious hazards.
(2) Verification testing. The atmosphere of
a permit space which mey con'ain a
hazardous atmosphere should be tested for
residues of ill contar ,rats identified by
evaluatlon testing using permit Specified
rmi equipment to determine that residual
concentrations at the time of testing and
entry are wilnln the range of acceptable entry
conditions. Results of testing (i.e., actual
concentration. etc.) should be recorded on
the permit in the Space provided adjacent to
the Stipulated sae ptable, entry condition.
(3) Duration of stung. Messunmeal of
values for each atmospheric me panlet
should be made for at least the minimum
response time of the test lnsaumeot specific
by the manufacture.
(4) Testing stratified atmospheres. Wheat
monitoring for entries Involving a descent
into stmospberes that may be stratified, the
atmospheric envelope should be tested a
distance of apprydmitely 4 fat (1.22 m) in
the direction of travel and to each side. If a
sampling probe is used, the entrant's rate of
progress Should be slowed to towrnmodate
the sampling speed and detector response.
Appends( C to 51910.14&—Fssfpla of
Permitrequired Confined Spa Pragrims
malotilned the Safe coodiltoo far entry by
mecbaalal venrlIallon alone. All s{.cas
be shall coruldend permit-raqulrr'd mafined
spec' until the preentry procedures
demooatrste otherwise. Any employee
required or permitted to precbeck or inlet
an endored/coo8ned space shall ban
successfully completed. tie minimum. the
paining as required by the 1011owtcg sections
of rhea procedures. A wrcopy 4
itten
operating and rncue procedures as required
by these procedures :hail be at the esrk site
for the duration of the )ob. The Confined
Spam Pre-Eotry Check List must be
fR
completed by e LEAD WORIbefore
entry into a con5oed space. This list reifies
completion of Items fisted below. This check
list shall be kept at the job site for duration
of the job. If circumstances dictate en
interruption in the work, the permit space
must be re-evaluated td e new check list
must be completed.
Control of otmosphuic and engul f_.ent
hazards.
Pumps and Lines. ll pumps and lines
which may reasonably muse can.axinants to
flow into the space :ball be disconnected.
blinded and locked out, of effectisely
isolated by other means to prevent
development of dangerous Air con'.a'inetioa
or engulfment Not all laterals to sawn or
storm drains require blocking. Hawevc,
where experience or knowledge of industrial
use Indicates there is a reasonable potential
for contamination of alt or engulfment Into
an occupied sewn, then ill affected laterals
shell be blocked. U blocking and/ isolation
requires entry into the Spam the provisions
d for entry Into a permitrequired conOned
space must be implemented
'Sumillonce. The Surrounding eta shall be
surveyed to avoid hazards Such as drifting
neon from the tanks, piping. or sewn.
Testing. The atmosphere within the space
will be tested to determine whether
dangerous sit contamination and/or oxygen
deficiency exists. An slut only type gas
monitor mey be used. Testing shall be
performed by the LEAD WORKER who has
succssrfully completed the Cu Detector
training for the monitor be will maths
£'scam le 1. minimum ern lobe monitored are
P axygen de ciency, tit. and hydrogen
Ii'oekploce. Sewer entry. sulfide eoncenbatloo. A written record of
Potential hazards. The employees could be preeot y test results shall be made and kip
exposed to the following: at the work site for the duration of the job.
£ngu/Jmene The supetvlsat will unify to writing.
Presence of toxic aces. Equal to or more than upon the results of the ppre entry tiling, rob
8all hazards have been elimineted. Affected
10 ppm hydrogen Sulfide. lithe presence of employees shell be able to review the tests
other ionic contaminants Is ruspected, mulls. The most haardous conditions sh
speci5e monitoring programs will be So area when work is being performed In developed. ■djotn(ng. connecting spa's.
Presence of 'ban jiv ipamasoble gases. Equal Entry Procedures. If there an no non -
to or greater than 10% of the Iowar atmospheric hoards pre"nrand if the
Oam Omen
D limit (y.A entry tests show there Is no dangerous am
orygen Deficiency. A concentration of moteminatlon and/or oxygen deficiency
oxygen in the ataocpber s equal toot lea within the specs and there Is on tuson to
than 19.5% by sot""- believe that any Is likely to dove , entry
A- Entry Without PermalAttendont into and work within may p
Certification Confined s t maybe Continuous testing of the atmospban In
entered without the need Wr a wrinea pees( - Immediate vicinity of the worse within
ar attmdanl provided that 1J the span is - iw space
ImMed4lely let" the permit space
determined not to be a permit eean when an of the u monitor alarm sat po
confined Space, or 2.) a "a an be any g
U
she
are reached u defined. Workers will not
Mum to Ibe tin until 4 SUPERVISOR who
bas completed the go drtecta training bu
used a direct reading gu detector to evaluate
the situation and hu determined that It Is
safe to enter.
Rescue. Arrangements rot me a services in
not required where them lion attendant. See
the rescue portion of section B., below, for
Instructions regardlog rescue planning when
An entry permit is required.
B. Entry Permit Required
Permits. Confined Spam Entry Permit. All
spaces shall be considered permlt-requind
confined spaces until the pre -entry
procedures demonstrate otherwise. Any
employee requited or permitted to pre -deck
or enter a permit -required confned Spam
shall have sueaufully completed. as a
minimum, the training as required by the
following sectlors of these procedures. A
written copy of operating and rescue
procedures as required by these procedures
shall be at the work site for the duration of
the job. The Confined Space Entry Permit
must be completed before approval can be
given to enter a permitrequtn4 confined
space. This permit verifin cnmpletlon of
items listed below. This permit shall be kept
at the job site for the duration or the job. If
cirnunsunces cause an Interruption In the
work or a change in the alarm conditions for
which entry was approved. a new Confined
Space Entry Permit must be completed
Control of atmosphuic and engulfment
hazards.
Surveillance. The surrounding area shall be
surveyed to avoid hazards such u drifting
vapors from tanks, piping or sewn.
Testing. The confined space atmosphere shall
be tested to determine whether dangerous air
contamination andlor oxygen deficiency
exists. A direct reading Via monitor shall be
used. Testing Shill be performed by the
SUPERVISOR who has sumsssfully
completed the gas detector training for the
monitor be will use. The minimum
parameters lobe monitored n en
deficiency. lFL and hydrogen sulfide
concentration. A written record of the prs-
antry test results shall be made and kept at
the work site for the duration of the job.
Affected employees shall be able to review
the testing result& The most banrdasa
conditions shall govern wbem work Is being
�� performed In two adjoining, connected
at sPeces'
Spam Ventilation. Mechanical ventilation
og systems, where applicable, shall be edit
100% outside air. When possible. open
two Additional manholes to Increase air
circulation. Use ponable blowers to eugsoent
natural circulation If needed After a suitable
�, : ventilating period. repeat the testing Entry
may not begin until testing hu demonstrated
that the banrdous Atmosphn has been
eliminated -
£ntt+ryy Procedures. The following prncadme
sball.be observed under any of the following
the conditions: 1.) Testing demonstalet the
the .existence of dangerous or &ficient
conditions and additional van0lotlon cannot
reduce wnceatratlons to Safe levelr, 2)The
iMs . atmosphere to tz as safe but Imsah
I
I
I
I
L
I
I
I
I
I
r
4558 Federsl Resister I Vol. 58. No. 9 1 Thursday. January 14, 1993 / Rules and Regulations
t
I
I
U
1
1
El
1
1
I
I
1
I
con�lit,cca can naaouabl )y be arp.cted to mote -, an oprmLsd In partial Wban on.
dov.lop. 3.) h IS oa fe si4bia to ptm1da fw unit of; cul1ple eat la abut donut be
ready .zit bum Spar.. equipped wi& npaln, nazi sn avall+2+l. to Ldals lbit
aulamatic fin supp rewou oats-, and U L unit from the ol.`.en which &amain La
not practical or sofa to deactints such openUa
syste w: or 4.) An emergency exists and ii Is Cmksn and drys am borianntaL
not feasible to wait for pneniry procedures cyltndrfnl vessels *quipped with t cols.
to tale a ect rotating shag Lod agUst ps441nw disci
All personal wt be mined. A self U the inner &ball Is tact It is aausfy
mntemed brrelhitg appanrus sbaq be worn bested with stem as pmaruraa up to 130 pd
by any person eotenr.gg the space. At frill (101415 kPak Tbs rourig .h.? assembly aL
one worker shall stead by the outside of the the continuous mots or dryer Ia also Sitem
space ready to give Lsais:ann Incex of heated
ernerg* ocy. The standby worker shell haves
self cnotsined breetbing appanPn asvisbi.
for immediate use. Thee .shall a at least ace
add itioaal worker witSio sight or aL' of the
standby works. CooUw.raus powered
ca muniatioos shall be maintaiud
betweea the wcr%a within the cocfined
space and standby personnel.
If n t_y time then is any questionable
action or boo- toove¢eot by the worker
Inside. a verbal check will be made. U then
Is no response. the wwkar will be snored
immediaie�y. Exception: U the we:ksr is
disabled due to falling w impact.Ls'sba
shall not be remved from the rn.fi.•d space
unless there is immediate danger to t.is/bar
lift Local fin dcparunant rescue pesnntl
shal be notified immeCiately. The standby
wotkn may only enter the confined space in
case alto amsrge ray (weari g the tell
cot u'i led b.-ntb sag apparsntsl and lily after
being alined by .ter wwk4z S 1 ybah
or barters with attached lifeline shall be
used by all workers entering the spec with
the free and of the line secured outside the
eob7 opewrrg. The standby workersbslt
attempt to remove a disabled worker via hie
lifeline before entering the specs.
Whet premml. these spaces shell be
entnced t utugh ride opmL:::;" sa withis
31/2 kart Dw ml d daebon:a N'4mency
mast be tksor�h a top opening. the safety leek
shall be of the buss type that sopen4tt
person updgbt and a Ioist:ng devise W
slmiiu apperatus sbe11 be euvla3da 6trUh
workers our atthe Sara
In any sitwhere thetrmt sly
endanger toe wrakn. us. of a lxristing drain
or s.e" b.3 tad etiacv' .d bMln. is ry h
disco2 1n
Whet chignons aft r 4fl fleinn ht
etbibulehie to Rammabb tad/ac asptsSiee
Bulbs an4±a Ughting and o actricel.Snlpmad
shall be Casa 1. Dividm I rstad per
Electrical mda m Ig" sex, ball
be introduced into the Ina
Cmtxauo a gas moadtotarg shalt let
perfo®ed daring all ccnfned 7
opentsma. U alts cnndrtinas cbtaga
sdvnely. .tarry perswre1 shat exit se
5555_ a na rp*ca and a ow coataed *pea .
pacrs;I tsxaravi-
Rerrae.Call the fin drpctmU¢t Semi—. S
resat. Wl en imaadlana t-_.- ,jat I$n4.
perso- .1 ace paemot. wvt_ at the Life
shall Impleoent emerge nay proadsr es to
Use si 17"U s, -
4•• •. •5 555..•
•
•
• 5.555.. ._..I. . .
.4.
. .. . . .. 5555:. ..
• ..•
5:555 5555 ••_- .
• .. Ia.-- S. •
. -.
.... .. .•`
... .. ,... S 5.•• 0._a
._. 5555 S. -54 :.
_ .• 5555 I. 5•• • . . .
4454•• •• • 5•• •• Y »
...
.. .. . • .. ..
••.
• •55.55 Y... ». S
1... . C. •
Or .
.. • .. .I• l.. 545.5 ..
.. ..
. •5•
. .4.
it
... •.. . ..
. ..
N.
..
I. .
•.I•. ..
I..S 455 . .. S.
-u
.. -I.-
..: •t•. 5555 .
._... .. ..-_ 5555 5:555.
. S.
. _ 5555. .•S . -. . ...
I a\ .5... .. .
• ...
»,.I 5555. -
M a .5554 I n
.. .
.. ... 5555. .. .I ... ..
u • ..... .. .. .'» •S .•.. .54...
•
.4 M 5555
Federal Register / Vol. Sg, No. 9 / Thursday, January 14, 1993 / Rules and Regulations 4559 ,
Entry Permit" will be Issued brat month
period to cover those production areas where
tack an fabricated w the point that entry
and exit an made wing manholes.
Authorirction Only the arse supervisor may
suthoriza an employee to enter a tank within
the permit area. The area euperAsar must
determine that conditions to the tanktnllsr,
dry bulk trailer or truck, sic- meet permit
requirements before authorizing entry.
AttendanLTbe area supervisor shill
designate an employee to maintain
communication by employer specified means
with employees working In tanks to ensure
their safety. The attendant may not enter any
permit entry confined spec to rescue an
entrant or for any other reason. unless
authorirad by the rescue procedure and. and
even then, only after ailing the rescue team
end being relieved by as attendant by another
worker.
Communications and observation.
Communications between attendant and
eatrant(s) $ball be maintained throughout
satry. Methods of communication that may
be specified by the permit Include voice,
voice powered radio, tapping or rapping
codes on tank walls, signalling tugs on a
rope, and the attendant, observation that
work activities such as chipping, grinding.
welding, spraying, etc., which require
deirbante operator control continue
normally. These activities often generate so
much noise that the necessary bearing
protection makes communication by voice
difcult
Rescue procedures. Anptable msaus
procedures include entry by a team'of
employwncven. use of public emergency
Benton, and procedures for breaching the
Tank. The area permit spedCes which
procedures are inllable. but the area
supervisor makes the Anal dedsion based on
dreumstancn (Certato Injuries may make It
aeauary to breach the tank to removes
person other than risk additional injury by
removal through an existing manhole.
Noway, the supervisor must ensure that n0
breaching procedure used for rescue would
violate coma of the entry permit- For
tnstana. lithe irk must be breached by
cutting with a ouch. the tank surfaces lobs
cut must be free of volatile or combustible
coating within 4 inches (10.16 cm) of the
cutting line and the atmosphere within the
ink must be below the 33L
Aetrievnl line and harnesses. The retrieval
Imes and harnesses generally required under
this standard are usually Impractical for use
in tanks beause the Internal canrguntloa of
the tanks and their interior battles and other
structures would prevent rescues from
hauling out injured entrants. However,
udess the rescue procedure calls for
breaching the tank for rescue, the rescue team
shall be trained In the use of retrieval lines
and harnesses for removing Injured
employees through manholes.
R. Repoli or service of "Lead" faith and bulk
Wlers.
Soursss of hazards. In addition to faring the
potential hands encountered in fabrication
a manuhcturia& mnb a tzallen wbkh
have been in service may contain residues of
dangerous materials. whether left ova from
the transportation of hazardous cargoes or
generated by cbenstal a bacterial action on
residues of hon•buudous carboet.
Control of canosphsric hazards. A'tased"
tank shall be brought into areas wbere tank
entry Is authorized only after the tint has
been emptied. cleansed (without employee
entry) of any residues, and purged of any
potential atmospheric hazards.
Welding. In addition to tank cleaning for
control of atmospheric hazards, coating and
surface materials shall be removed 4 Inches
(ilk 16 ®) or more from any surface area
when welding or other torch work will be
dote and an liken that the atmosphere
within the lank remaine well below the I.PL
(Follow the requirements of 29 tax 1910,
Subpart Q, OSHA's welding standard, at all
times.)
Permits. An entry permit valid far up tot
year shall be issued prior to authrrintioa of
entry Into used tank trailers. dry bulk ireilen
or trucks. In addition to the preeaty
cleaning requiremeok this permit shall
require the employee safeguards specified for
new tank fabrication or construction permit
areas.
Authorization Only the area supervisor may
authorize an employee to enter a tank trailer,
dry bulk teildr or truck within the permit
area. The area supesvksa must determine
that the entry permit requirements have been
met before authoridng entry.
,,
I
1
I.
Ii
I
I
Li
LI
1
4560 Federal Register 1 Vol. 58. No. g / Thursday. January 14, 1993 1 Rules and
I
C
I
I
I
if
Appeodis D to It1110.14E-- Fle
Permits
Appendix D - IA
Sewer Entry Permir
Confined Space Pre -Entry Check List
See Safety Procedure.
A confined space either is entered through an opening other than a
door (such as manhole or side port) or requires the use of a ladder
or rungs to reach the working level and test results are
satisfactory. This check list must be filled out whenever the job
site meets this criteria.
Yes No
1 be d your survey of free of hazards t such he ras drift rcutinarea show 1 ng vapors from (
) ( )
tanks, piping or sewers?
2. Does your knowledge of industrial or other ( ) ( )
discharges indicate this area is likely to remain
free of dangerous air contaminants while occupied?
3. Are you certified in operation of the gas monitor ( ) (
to be used?
4. Has a gas monitor functional test (Bump Test) been ( ) ( )
performed this shift on the gas monitor to be used?'
5. Did you test the atmosphere of the confined space ( ) (
prior to entry?
6. Did the atmosphere check as acceptable (no alarms ( ) (
given)?
7. Will the atmosphere be continuously monitored while ( ) (
the space is occupied?
ire
Contact County Centrex for personnel rescue u on -site al at fire
department in the event of an emergency.
Regional Treatment Plant, contact the Plant Control Center (PCC).
Notice: if any of the above questions are answered -no
enter. Contact your.irnediate supervisor.
• Job
Location
LEAD MAN oat
signature
•
not
rederal Register I VOL .58. No. 8 / Thundap. January 14. 1991 I Rules and Regulstlons 4361
0-
0
Z
V x V V V V
V V
V
V
V
V--
V V �.
-..
... ..
..
-... ... --
O
'00
.0
V41
Cc
C
a°
OIL.
1
—o
C
m 7
O 7
V L
a
0
D
V
p
O x L
J
-
a
L U
.1
C
C •.-1
> m C
C
A
m C
V I"1
O
•O.O0
CC
cc
E
z
'a
C0
0LI
00
w
O'0
••
O C -.
m
aJ
1J
Y >1
Cl
Nam
'P
Cm
uv4L,L
:'-m•C
E
•0
mC
E..,C
LI >x
Li
>.>.0
M1 T
0c
O.C
a
0 ..Is
C
C-4
w
.UOb
r
r
W 0 A
C +1
c
D
U
V
y >.
V
EEE E M
y
m
O@+,o
O-•PY..
a"
m
WO0
aa1N
1
m
poaan
CLaJV
UW
a> U
C
0.a..1
C yC
,c.-'
C
P
C.a V
O
>
V
V mCV
V
m V
CC
YA
V. m•w
E+�I1J
>.
•-a
V m
m U V m
V
y V
mal0001JLLL•
$L V m9
°0
UY+.•w0O
V O
m
Vq0
-•1C
ajUa
:1
m awJ
a~•0
OV
x
�C
1J N
.. W O
N
S
0.(n
0-C
Oct.
...
n
a
-;i � �..0
.-1 E CO
a I 0Y
Q. C
lid
1.4)
O
c
I
14
-x•1
a
caE
O
y
GNF
<$C
its
C,•u
V
C
D
E
...
0 %
V a
°
a
—I
Cum
C
0 A
UpO.m•1.pa
CO
i _ c 0 a
rra.
m-- as - • •C w
C a
-. a u
C a
mOU,>•,.C CC
0
E GXI.rN.. r" ..ii a
FOsxFCA UCO Oxb L
.Cd OI SJ C U -- a F
or_Ac u
am U _term.
.-CI.a uvv I
> o C' -4 O >
C .4 C
L 4 CO LiUC
U J V S C.q m
a L aJ
aU ..O'UCCac.. V
o N w a C.+Mr•�L0
V �mO YCLQCt0.Ui
Oap U .o.. ULP jO ).xC.x E:
eE. c VCXCZ-OasNN
M... . . •• . •�'
a -�.. n n r' . .
•
a'.
"C
Y Ov
a
U
0
.-1
' > 0 v
w O U V
Y V -
V 06 Y
L m m 0
V m U
Ad A
0
C 0"1 n
T C O
ami mC w
O cU L O
U�p -.
C cO ~O
Y ^
V p La
p Y
„ •m 4) a1
w U
u pJa •o 0
0 • m 0 a
0 C Y a
4 M a
C>> E o
U +' c.o a yr
V C Lr C O
m 'i -C 0
DC> u
•C
.Lapp •C
am0 O9 EOC L U
O>pdaa0Cy V a>m O.
.0 p"m CU 01' u
c.
-.o0
0- ^' D
m c
E L .0
C. A
0.
n m C
m V U C V d a' M L - N O 6
VC La w r,' .w
V L J • V Y u L 0 1 V
J 0 7 C
Q O U V.a 00
`I V Y.ywc O' oz D0U
U a9 VCE ° °a L>S a
C L m 0 w•m a:
u
c"cc„I.,, umw ,mw"rci
aw L -1x aQ.. .7 Yu C
m C V 0a, C m CsCx x�C
am q�6 rEE V> UV p k. Y?V C
acne QmJC As y0M Cpm -
C omx W t D
e.
u.yw `1' a C O U a
�O s, >p
C t.C•�Y• &U&a Eft
•.4k0L3) Lost= 84C
Y
w
0
h
9
L
a
OR
P
I
1
I
I
1
La
I
I
I
II
I.
4562 Feder&] Rrg(ster / Vol- 58, No. 9 / Thursday. January 14, 199] / Rules mad
I
I
I
I
I
1
1
I.
1
d
Y
0
C,
a
p
I'
14
Y
U
ZO
o�
o
mcc
0
�u
a
Ov
=a
L
m
u
ac>
-c
2;
.w
a O
W N
<<00
U
Ow-
41
6m
W
+ � 7
C. N
1A
C
0
•w
U
Y
O
Y
a
0
0
J
a
Y
a
U,
pl
Y
Iilillll Illlllll�06
Qii ii
olll� 11111111a
a�
a F-
2 a
1111111/3
0Ya o"eU lllllillac
X • O 0 .w Y C C,
y p p a Y SJC 10
14W
..W' M 0. aJa z d
d WTO > 0'I I I I'I'I I I—
D= a 0 C, .1 t C V a 0
ZOO a LOu r •M t1I UL� .. �-3WXZ
c0 i 111 111 Im
O 1n as OxUV .a.Z
Ja a
H S w C d Y C G N G y O
as�c0a0o IIIIIII14
1��
c
0 41 O C C xx cC sN o tTL
=[Lm 0141-w V Y CJ
H
7..1Y0a1 LJaCGF J1cjj0
IGkcWna O
• sf0s ..ZO G
aLaLa a
w YOO^� Ina �'^�dV
at- I I i 1. 07 U ^1 u el • • • • • `J. 0 47
J41,0> /
y°L
F ola0i0+96 >,
mo
I •I I I I I I^ m
£� 9k clag. ,n
0- 6p �.
etc•Yuaaaa ^ .
H I/�O( a YJ~O✓1 ..YO ft .
O OC p a •cP Orl N 41 r• J
a am..D••—.. E.
tm. I. o00 d
a D 4 0 �> M c 7 O
C r• 0 0 0 rz+ z Z
H W N C CCq M 9 a 41 H a J
=d ti I� Li 0L J
0> JLC Vs) 1Jx '� a d• m p O
= OOVQ Op aH6c HF 0MVUV' 00
Imp V.O O C. � Q 1 y.Li OO "pH W C IdV
pp p4)4Ca Sm0 MpQt a>...•-.414
Z
Z p M O p O Y 0 pWl N O► OZ S V' 0
yluq.i •u111 CCaa+m.J.. 0FF0 Yucca �E..
.. b. a .1 .1 ... Q . !pQpl!'Q aJ ,NN(J
J.- O C}J—t-4h a 7 d zf �pn+J yL�cLLGCF
7 p�p5 do40 mO t
� o o Coca.' ONpp.5 Y >.>.p
Y
`
Uy
Cu
N O
Cu
W
z
z
Z
O
ai
a0
N
cca
OW
Om
a
K
H
Of
'm
N
M's.
Z<
0
N4.
�O
a
r
4 a
I2
N.V
rr41
cm
. ..
N
C'
N>'
In"
v O
•1
tic
• ON
J
to
Cu
M
00%
O Y a
nOU
BUY
p: n C
-C...
(00.
J
C
Y
a
a
0 0 O
000.
cm
P
N d O
J
c
s)-.
WD
lo
It
00
II>hi
h.
�> y
„z,1m
N�H
OF
Z O u
¢< CC
•
6.36
4
Federal Register I Vol. 58, No. 9 / Thundey, l�uY 1e• 'u" ' "'" 2" ..
al b ad M and emergency amines In
Appendix Eta lj1a 10.116—Saww SPtam
Entry
Sewer entry difleen in three vital respects
from other permit entries; Ent. then rarely
ealsu any way to Completely isolate the
space (a section of; continuous gItem) to
be catered: second. because l$olation Is not
complete. the atmospbere may suddenly and
unpredictably become lethally hamrdous
(toxic, flammable or exploslve) born causes
beyond the control of the .Chant or
employer, and third. experienced sewer
workers an especially knowledgeable In
entry and work In their permit spices
because otthetr frequent entries. Unlike
other employments when permit space entry
Is a rare and exceptional event, sewer
workers'usual work envuoamcut is a permit
space.
(1) Adherence to procedure. The employer
should designate as entrants only emp.oyees
who a e thoroughly trained in the employers
sewer entry procedures sad who demonstrate
that they follow these entry procedures
exactly as prescribed when performing sewer
entries.
(2) Atmospheric monitoring. £otrants
should be trained in the use ot, and be
equipped with. atmospheric monitoring
equipment which rounds an auwbla um,
to addition to its visual readout, wbenever
one of the following Conditions Is
encountered: oxygen concentration less than
19.5 pc�nt: flammable yea vapor it 10
peroent or mom of the lower flammable limit
(lit): or hydrogen sulfide or arboo
monoxide at or above their FE!. (10 ppm or
So ppm, respectively); or. if a broad range
sensor device Is used. at 1ppm La
characterized by its response to toluene.
Normally, the oxygen senaodbroed range
sensor instrument Is best suited for sewer
entry. However. jubilance specific devices
should be used whenever actual
eontamineou have been ldentihed. The
instrument should be carried and used by the
unbent in sewer line work to monitor the
atmosphere In the entrant's environment. and
in adaace or the entreats' direction of
coo nman4 to w►m the entreat of any
deterioration in atmospberie conditions.
When several entrants an working together
in the same immediate location. one
Instrument used by the lead entrant. is
acceptable.
(3) Surge flow and flooding. Sawa crew$
should develop and maintain liaison, to the
extett possible, with the loci weather
ureau a
--
theatre' so that Bawer work may be delayed
or Interrupted and entrants withdrawn
whenever sewer lines might be suddenly
flooded by min a fin suppression activities,
or whenever flammable or other hazardous
materials are released into sewer dwicg
emergencies by industrial or transportation
accidents.
N) Special Equipment Entry into large
bore sewen may sequin the use of special
equipment Such equipment might Include
such items as atmosphere monitoring devices
with automatic audible alarms. escape self-
contained brath;ng apparatus (ES®A) with.
at least 10 minute air supply (or other NIOSH
approved self -rescuer), and waterproof
flashlights, and may also Include boats and
raps. radios tad rope stand-offs k at pulling
around bends and amen as needed
(FR Doc 93-516 Filed 1-11-1993: 9:15 amt
Basic CODE its -s-
1
II
I
1
.1
•1
I
I
U
A
General
D1-6 MEASUREMENT AND PAYMENT
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
I
L
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.
1 2. Measurements and Payments
LI
II
I
I
I
I
Payments will be made in accordance with the General
Conditions for actual quantities constructed or
installed in accordance with the Contract Documents, be
they more or less than the listed quantities; said
quantities being measured as hereinafter specified.
3. Items Not Listed In Contract
There shall be no measurement or separate payment for
any items not listed in the Contract and all costs
pertaining thereto shall be included in the contract
unit prices for other items listed.
END OF SECTION D1-6
I
City of Fayetteville
D1-6(1) Sewer System Improvements
D1-7 MANHOLE TESTING
1. Scope
This section describes manhole testing to effectively
confirm the watertight integrity of new manholes.
2. Description
a. Infiltration may be observed in manhole defects at
manhole walls, pipe seals or bench/trough areas.
Infiltration related repairs are intended to
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.
K...
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
possible.
I
' D1-7(1) City of Fayetteville
Sewer System Improvements
I
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"N) (MIN:SEC)
HEIGHT OF M.N.
(DEPTH IN FT.)
48" M.H.
60" M.H.
T2" M.H.
0 - 20'
:40
:50 -
1:00
22'
:44
:55
1:06
24'
:48
1:00
1:12
26' -
:52
1:05
1:18
28'
:56
1:10
1:24
30'
1:00
1:15
1:30
ADDITIONAL 2'
DEPTHS -ADD
FOR EACH 2'
:04
:05
:06
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. The
Contractor shall make the necessary repairs
acceptable to the Engineer at no additional
compensation. The manhole shall then be retested as
described above until a successful test is made.
I
I
I
I
I
I
I
L
I
I
Li
City of Fayetteville D1-7(2)
Sewer System Improvements
I
2. Inflow Testing
a. All new manholes and manholes where new pipe
connections are made shall be dyed water tested.
1 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, as acceptable to the Engineer, at no
additional compensation. The manhole shall then be
retested as described above until a successful test
is made.
D. Measurement and Payment
No contract unit prices are established for manhole testing.
However, specific sections of the Contract Documents
indicate that certain percentages of various contract prices
will not be eligible for payment unless testing has been
performed.
1
END OF SECTION D1-7
L
I
I
I
D1-7(3) City of Fayetteville
1 Sewer System Improvements
I
1
I. A
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
D1-8 SANITARY SEWER REPAIR TESTING
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
satisfaction of the Engineer.
Internal television inspection during high groundwater
conditions shall be performed on all repaired sewer line
segments, after backfilling has been completed, to verify
the adequacy of the sewer pipe rehabilitation work.
Cleaning and internal television inspection of sanitary
sewers shall be performed in accordance with
Section D2-15 of the Specifications.
B. Materials
Not specified.
C. Execution
1. 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.
D1-8(1) City of Fayetteville
Sewer System Improvements
2. Acceptable Limitations for Acceptance
The 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.
2) offset or misaligned joints greater than 1/4 -inch
3) Cracked or broken pipe
4) Poor grade
5) Any other defects determined unsafe or hazardous by
the Engineer
4. VHS video tapes shall become the property of the Owner
following completion of construction. If the repair of
the defect is determined to be improper or inadequate by
the Engineer the Contractor shall again repair the defect
at no additional compensation.
II.y -.. ,MsWice '. in-,
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
D1-9 SANITARY SEWER CONSTRUCTION TESTING
A. General
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.
1 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 and in the presence of the Engineer.
Testing for acceptability of the sanitary sewers shall
be conducted by:
a. Internal Inspection
• b. Infiltration Test
c. Low Pressure Air Test (Exfiltration)
d. Deflection Test
At a minimum either the low pressure air test or the
infiltration test, in addition to internal inspection,
shall be required for acceptance of the sanitary sewers.
Deflection testing shall be required for
polyvinylchloride pipe. Where the new sewer constructed
replaces an existing sewer with active service
connections, only internal inspection during high
groundwater conditions shall be required. The Engineer
may require individual joints to be pressure tested. If
all joint test results conform to the specified leakage
then the cost of the test will be paid for by the Owner.
If any joint test results do not conform to specified
leakage, then the cost of the test and repairs required
to properly install the pipe will be paid for by the
Contractor and at no additional cost to the Owner.
D1-9(1) City of Fayetteville
Sewer System Improvements
I
Replacement sewers and service laterals that parallel or
cross storm drains or ditch sections shall also be
tested in accordance with Section D1 -8.C.1 to determine
that inflow has been eliminated from the sewer system.
Materials
Not specified. I
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 segment utilizing a
closed circuit color television camera in the
presence of the Engineer. In addition, provide a
video tape of the sewer line to the Engineer with
tapes to become the property of the Owner following
completion -of testing.
c. If pipe sags or uneven flowlines are observed, the
Contractor shall repair or replace the defective
segment and retest the segment.
2. Infiltration '
Conduct infiltration tests on sewers before acceptance
by the Owner. For sewers with a diameter less than
twenty-four (24) inches, the infiltration-exfiltration
shall not exceed one hundred (100) gallons per day per
inch of nominal diameter per mile of sewer line for any
section of the system. For sewers with a diameter
twenty-four (24) inches or greater, infiltration-
exfiltration shall not exceed six thousand (6,000)
gallons per day per mile of pipe.
I]
I
I
City of Fayetteville D1-9(2)
Sewer System Improvements
I
I
I
I
I
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)
Ia. Test manholes in accordance with Section Dl -7.
I
I
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
'
sizes unless the pipe is of
construction. Concrete pipe
test.
C
I
I
I
I
I
[I
I
I
tests for all pipe
concrete
must pass a weir
2) Furnish facilities required including necessary
piping connections, test pumping equipment,
pressure gauges, bulkheads, regulator to avoid
overpressurization, and miscellaneous items
required.
a) The pipe plug for introducing air to the
sewer line shall be equipped with two taps.
One tap will be used to introduce air into
the line being tested through suitable
valves and fittings, so that the input air
may be regulated. The second tap will be
fitted with valves and fittings to accept a
pressure test gauge indicating internal
pressure in the sewer pipe. Additional
valve and fitting will be incorporated on
the tap used to check internal pressure so
that a second test gauge may be attached to
the internal pressure tap. The pressure test
gauge will also be used to indicate loss of
air pressure due to leaks in the sewer line.
D1-9(3) City of Fayetteville
Sewer System Improvements
I
b) The pressure test gauge shall meet the
following minimum specifications:
Size (diameter)
Pressure Range
Figure Intervals
Minor Subdivisions
Pressure Tube
Accuracy
Dial
Pipe Connection
4-1/2 inches
0-15 psi
1 psi Increments
0.05 psi
Bourdon Tube or
diaphragm
Plus or minus 0.25%
of maximum scale
reading
White coated
aluminum
with black
lettering, 270
degree arc and
mirror edge
Low male 1/2 inch
N.P.T.
Calibration data shall be supplied with all
pressure test gauges. Certification of
pressure test gauge will be required from
the gauge manufacturer. This certification
and calibration data shall be available to
the Engineer whenever air tests are
performed.
3) Test each reach of sewer pipe between manholes
after completion of the installation of pipe and
appurtenances and the backfill of sewer trench.
4) Plug ends of line and cap or plug all
connections to withstand internal pressure. One
of the plugs provided must have two taps for
connecting equipment. After connecting air
control equipment to the air hose, monitor air
pressure so that internal pressure does not
exceed 5.0 psig. After reaching 4.0 psig,
throttle the air supply to maintain between 4.0
and 3.5 psig for at least two (2) minutes in
order to allow equilibrium between air
temperature and pipe walls. During this time,
check plugs to detect any leakage. If plugs are
found to leak, bleed off air, tighten plugs, and
again begin supplying air. After temperature
has stabilized, the pressure is allowed to
decrease to 3.5 psig. At 3.5 psig, begin timing
to determine the time required for pressure to
drop to 3.0 psig. If the time, in seconds, for
the air pressure to decrease from 3.5 psig to
3.0 psig is greater than that shown in the table
below, the pipe shall be presumed free of
defects.
I
I
I
I
I
I
L
C
I
II
I
[l
I
I
I
City of Fayetteville D1-9(4)
Sewer System Improvements
of the sanitary sewer. Allowances for pipe wall
thickness, tolerances of ovality (from heat,
shipping, poor production, etc.) shall not be
deducted from the "D" dimension but shall be
,
counted as part of the 5 percent deflection
allowance. As an example, the dimensions for the
mandrel shown in Figure 1-9.3 for ASTM D-3034 PVC
pipe shall be as listed in Table 1-9.2. Each pipe
material/type required to be Mandrel tested shall be
tested with a mandrel approved by the pipe
manufacturer and meeting the requirements of this
Section. The "D" mandrel dimension shall carry a
tolerance of ±0.01 inches.
The mandrel shall be hand pulled through all sewer
lines. The contact length (L) shall be measured
between points of contact on the mandrel arm. The
length shall not be less than as shown in
Table 1-9.2. The Contractor shall provide proving
rings to check the mandrel. Drawings of mandrels
with complete dimensions shall be furnished by the
Contractor upon request for each diameter and
specification of pipe.
c. Individual lines to be tested shall be so tested no
sooner than 30 days after they have been installed.
d. Wherever possible and practical, testing shall '
initiate/at the downstream lines and proceed towards
the upstream lines.
e. No pipe shall exceed a deflection of 5 percent. ,
f. Where deflection is found to be in excess of
5 percent of the original pipe diameter, contractor
shall excavate to the point of excess deflection and
carefully compact around the point where excess
deflection was found. The line shall then be
retested for deflection. If the deflected pipe
fails to return to the original size (inside
diameter) the line shall be replaced.
D. Measurement and Payment
I
No contract prices are established for Sanitary Sewer
Construction Testing. '
END OF SECTION D1-9 1
1
City of Fayetteville Dl -9(6)
Sewer System Improvements '
I
I
1
1
1
Swi.si aa..
nary mmra
top"
2 Scmbw cm Vv
36'tr iO amr 0*1111cmi psmoncs
4Q19 alms for small stars mM
l-3o't dads
�}1 r YNf
• VI i1R Iar♦as b '
•Outs .Nam of _.1 C
aryr man/rNl
It2s 3/16' be' rtoct
LOMMI)INAL SaTION OF MANDREL v2'rod rorasrs
TRANSVERSE SECTION OF MANDREL
ORrr ma l4,N fatricana it Dsrrnnb If i apsclpn
Is of spnl aooaaq.
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 D3034
SDR 35
For Deflection of
3% 5%
NOM. DIA.
L
(In•) (In.)
8
8
7.72 7.58
10
10
9.65 9.48
12
10
11.48 11.29
15
12
14.06 13.82
I
A.
I
I
I
[I
I
I
I
I
D1-10 TRENCH SAFETY SYSTEM
1. Scope
This section describes the trench safety requirements
for construction of sanitary sewers and appurtenances in
accordance with the Contract Documents.
2. Description
The latest version of the U.S. Department of Labor,
Occupational Safety and Health Administration Standards,
29 CFR Part 1926, Subpart P -Excavations shall be the
minimum governing requirements for trench safety.
Trench Protection
Protect open cut trenches against collapse as required
by State or Federal Laws governing the protection of
life or property. Minimum protection shall conform to
the recommendations of the occupational Safety and
Health Administration Standards (OSHA) for construction.
B. Materials
Not Specified.
C. Execution
The Contractor shall be required to submit a site specific
trench safety plan prepared, sealed, signed, and dated by a
professional engineer registered in the State of Arkansas.
The trench safety plan shall specify the method or methods
of trench safety to be used with specific. information given
for each so that it is clear what is required to meet
governing requirements for trench safety. The submittal of
the trench safety plan to the Owner and Engineer is for
information only. The submittal of the trench safety plan
in no way relieves the contractor from his responsibility
for trench safety.
D1-10(1) City of Fayetteville
Sewer System Improvements
I
D. Measurement and Payment '
Payment for the trench safety system shall be at the
Contract Unit Price per linear foot of trench safety system
installed in sewer line trenches exceeding five feet in
depth. Trench depth is the vertical measurement from the
top of the existing ground to the bottom of the pipe or
structures. Payment will be made only when trench
excavations exceed a depth of five (5) feet and shall be
full compensation for any subsurface investigations
necessary for design, safety system design, labor, tools,
materials, equipment, and: incidentals necessary for the
installation and removal of trench safety systems.
END OF SECTION D1-10 '
C
I
C
I
I
I
City of Fayetteville D1-10(2)
Sewer System Improvements
•
29 CFR Ch, XVII (7-1-92 Edition) '
1
I
L
I
Subpart P —Excavations
AUTHORITY: Sec. 107, Contract Worker
Hours and Safety Standards Act (Construc-
tion Safety Act) (40 U.S.C. 333); Secs. 4, 6, 8;
Occupational Safety and Health Act of
1970 (29 U.S.C. 653, 655, 657); Secretary of
Labor's Order No. 12-71 (36 FR 8754), 8-76
(41 FR 25059). or 9-83 (48 FR 35736), as ap-
plicable, and 29 CFR part 1911.
SOURCE: 54 FR 45959, Oct. 31, 1989, unless
otherwise noted.
§ 1926.650 Scope, application, and defini.
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.
Aluminum Hydraulic Shoring means
a pre-engineered shoring system com-
prised of aluminum hydraulic cylin-
ders (crossbraces) used in conjunction
with vertical rails (uprights) or hori-
zontal rails (walers). Such system is
designed, specifically to support the
sidewalls of an excavation and prevent
cave-ins.
Bell-bottom pier hole means a type
of shaft or footing excavation, the
bottom of which is made larger than
the cross section above to form a
belled shape.
218
I
I
I
I
iI
J
I
17
I
I
I
Occupational Safety and Health Admin., Labor
lr, nrhrn� ill, nchnp: s)sifntI nx'ans
a method of protccl ing employees
from cave-ins by excavating the sides
of an excavation to form one or a
series of horizontal levels or steps,
usually with vertical or near -vertical
surfaces between levels.
Cave-in means the separation of a
mass of soil or rock material from the
side of an excavation, or the loss of
soil from under a trench shield or sup-
port system. and its sudden movement
Into the excavation, either by falling
or sliding, in sufficient quantity so
that It could entrap, bury, or other-
wise injure and immobilize a person.
Competent person means one who is
capable of identifying existing and
predictable hazards in the surround-
ings, or working conditions which are
unsanitary, hazardous, or dangerous
to employees, and who has authoriza-
tion to take prompt corrective meas-
ures to eliminate them.
Cross braces mean the horizontal
members of a shoring system installed
perpendicular to the sides of the exca-
vation, the ends of which bear against
either uprights or wales.
Excavation means any man-made
cut, cavity, trench, or depression in an
earth surface, formed by earth remov-
al.
Faces or sides means the vertical or
inclined earth surfaces formed as a
result of excavation work.
FailLre means the breakage, dis-
placement, or permanent deformation
of a structural member or connection
so as to reduce its structural integrity
and its supportive capabilities.
Hazardous atmosphere means an at-
mosphere which by reason of being ex-
plosive, flammable, poisonous, corro-
sive, oxidizing, irritating, oxygen defi-
cient, toxic, or otherwise harmful, may
cause death, illness, or injury.
Kickout means the accidental re-
lease or failure of a cross brace.
Protective system means a method of
protecting employees from cave-ins,
from material that could fall or roll
from an excavation face or into an ex-
cavation. or from the collapse of adja-
cent structures. Protective systems in-
clude support systems, sloping and
benching systems, shield systems, and
other systems that provide the neces,
sary protection.
§ 1926.650
bump iu,:Its an imit:,,i1 sll.uu: ur
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 41926.652 (c)(3) or
(c)(4). Shields used in trenches are
usually referred to as "trench boxes"
or "trench shields." _
Shoring (Shoring system) means a
structure such as a metal hydraulic,
mechanical or timber shoring system
that supports the sides of an excava-
tion and which is designed to prevent
cave-ins.
Sides. See "Faces."
Sloping (Sloping system) means a
method of protecting employees from
cave-ins by excavating to form sides of
an excavation that are inclined away
from the excavation so as to prevent
cave-ins. The angle of incline required
to prevent a cave-in varies with differ-
ences in such factors as the soil type,
environmental conditions of exposure,
and application of surcharge loads.
Stable rock means natural solid min-
eral material that can be excavated
with vertical sides and will remain
intact while exposed. Unstable rock is
considered to be stable when the rock
material on the side or sides of the ex -
I
219
I
§ 1926.651
Ca' ti ion is >rrurrd against caving -In or
movement by rock bolts or by another
protective system that has been de-
signed by a registered professional en-
gineer.
Structural ramp means a ramp built
of steel or wood, usually used for vehi-
cle access. Ramps made of soil or rock
arc 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)
stallxllulls. such as seacr. lcltphunr,
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 —U) Structural
ramps. (i) Structural ramps that are
used solely by employees as a means of
access or egress from excavations shall
be designed by a competent person.
Structural ramps used for access or
egress of equipment shall be designed
by a competent person qualified in
structural design, and shall be con-
structed in accordance with the
design.
(ii) Ramps and runways constructed
of two or more structural members
shall have the structural members
connected together to prevent dis-
placement.
(iii) Structural members used for
ramps and runways shall be of uni-
form thickness.
(iv) Cleats or other appropriate
means used to connect runway struc-
tural members shall be attached to the
bottom of the runway or shall be at -
I
I
L
L
L
L
L
L
I
I
L
I
C
7
I
I
I
220
F
I
J
J
J
I
I
I
I
I
I
J
I
H
I
I
I
I
Occupational Safety and Health Admin., Labor
Iarlii d in a nnuun r to prevent trip-
ping.
(v) Structural ramps used In lieu of
steps shall be provided with cleats or
other surface treatments on the top
surface to prevent slipping.
(2) Afcans of egress from trench exca-
rations. A stairway, ladder, ramp or
other safe means of egress shall be lo-
cated in trench excavations that are 4
feet ( 1.22 m) or more in depth so as to
require no more than 25 feet (7.62 m)
of lateral travel for employees.
(d) Exposure to vehicular traffic.
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 —U)
Testing and controls. In addition to
the requirements set forth in subparts
D and E of this part (29 CPR 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
pt -cud to exist. such as In excavations
In landfill areas or excavations in
areas where hazardous substances are
stored nearby, the atmospheres in the
excavation shall be tested before em-
ployees enter excavations greater than
4 feet (1.22 m) In depth.
(II) Adequate precautions shall be
taken to prevent employee exposure to
atmospheres containing less than 19.5
percent oxygen and other hazardous
atmospheres. These precautions in-
clude providing proper respiratory
protection or ventilation in accordance
with subparts D and E of this part re-
spectively.
(iii) Adequate precaution shall be
taken such as providing ventilation, to
prevent employee exposure to an at-
mosphere containing a concentration
of a flammable gas in excess of 20 per-
cent of the lower flammable limit of
the gas.
(iv) When controls are used that are
intended to reduce the level of atmos-
pheric contaminants to acceptable
levels, testing shall be conducted as
often as necessary to ensure that the
atmosphere remains safe.
(2) Emergency rescue equipment (I)
Emergency rescue equipment, such as
breathing apparatus, a safety harness
and line, or a basket stretcher, shall be
readily available where hazardous at-
mospheric conditions exist or may rea-
sonably be expected to develop during
work in an excavation. This equipment
shall be attended when in use.
(ii) Employees entering bell-bottom
pier holes, or other similar deep and
confined footing excavations, shall
wear a harness with a life -line securely
attached to it. The lifeline shall be
separate from any line used to handle
materials, and shall be individually at-
tended at all times while the employee
wearing the lifeline is in the excava-
tion.
(h) Protection from hazards associ-
ated with water accumulation. (1) Em-
ployees shall not work in excavations
in which there is accumulated water,
or in excavations in which water is ac-
cumulating, unless adequate precau-
tions have been taken to protect em-
ployees against the hazards posed by
water accumulation. The precautions
necessary to protect employees ade-
quately vary with each situation, but
I
221
I
§ 1926.651
could include special support or shield
systems to protect from cave-ins.
water removal to control the level of
accumulating water, or use of a safety
harness and lifeline.
(2) If water is controlled or prevent-
ed from accumulating by the use of
water removal equipment, the water
removal equipment and operations
shall be monitored by a competent
person to ensure proper operation.
(3) If excavation work interrupts the
natural drainage of surface water
(such as streams), diversion ditches,
dikes, or other suitable means shall be
used to prevent surface water from en-
tering the excavation and to provide
adequate drainage of the area adja-
cent to the excavation. Excavations
subject to runoff from heavy rains will
require an inspection by a competent
person and compliance with para-
graphs (h)(1) and (h)(2) of this sec-
tion.
(1) Stability of adjacent structures.
(1) Where the stability of adjoining
buildings. walls, or other structures is
endangered by excavation operations,
support systems such as shoring, brac-
ing, or underpinning shall be provided
to ensure the stability of such struc-
tures for the protection of employees.
(2) Excavation below the level of the
base or footing of any foundation or
retaining wall that could be reason-
ably expected to pose a hazard to em-
ployees shall not be permitted except
when:
(i) A support system, such as under-
pinning, is provided to ensure the
safety of employees and the stability
of the structure; or
(ii) The excavation is in stable rock;
or
(iii) A registered professional engi-
neer has approved the determination
that the structure is sufficently re-
moved from the excavation so as to be
unaffected by the excavation activity;
or
(iv) A registered professional engi-
neer has approved the determination
that such excavation work will not
pose a hazard to employees.
(3) Sidewalks, pavements, and appur-
tenant structure shall not be under-
mined unless a support system or an-
other method of protection is provided
29 CFR Ch. XVII (7-1-92 Edition)
to protect employers front the puz,ible
collapse of such structures.
(j) Protection of employees from
loose rock or soiL ( I) 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 ha;card by
falling or rolling into excavations. Pro-
tection shall be provided by placing
and keeping such materials or equip-
ment at least 2 feet (.61 m) from the
edge of excavations, or by the use of
retaining devices that are sufficient to
prevent materials or equipment from
falling or rolling into excavations, or
by a combination of both if necessary.
(k) Inspections. (1) Daily inspections
of excavations, the adjacent areas, and
protective systems shall be made by a
competent person for evidence of a sit-
uation that could result in possible
cave-ins, indications of failure of pro-
tective systems, hazardous atmos-
pheres, or other hazardous conditions.
An inspection shall be conducted by
the competent person prior to the
start of work and as needed through-
out the shift. Inspections shall also be
made after every rainstorm or other
hazard increasing occurrence. These
inspections are only required when
employee exposure can be reasonably
anticipated.
(2) Where the competent person
finds evidence of a situation that could
result in a possible cave-in, indications
of failure of protective systems..ha.z
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.
P1
I
Ti
J
1
n
.1
I
I
I
J
P
11
I
J
II
I
II
I
I
I
I
I
I.]
I
I
I
I
I
Li
I
I
CI
Occupational Safely and Health Admin., labor
I J r Adtqualr b:u : it r ph)>ic:il pro(cc
(ion shall be providid at all remotely
locntrd excavations. All wells, pits.
shafts. etc.. shall be barricaded or cov-
ered. Upon completion of exploration
and similar operations, temporary
w'i'lls, pits. shafts, etc.. shall be back -
filled.
§ 146.43^_ ltcyulrenu•nrs for prolecu\e
scslems.
(a) Pro(ectiort of employers in ezca-
vattons. (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:
(it 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
Sit ft,i t h ;'; . aril, t -s A :uul IS to :!tl.•
subpart.
(3) Option t3)—Deszgn.t using other
tabulated data. (I) Designs of sloping
or benching systems shall be sclectcd
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 follow.nF:
(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 conficura:ion 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.
(e) Design of support systems, shield
systems, and other protective systems.
223
I
1926.652
Dcsit:ns of support systems shield sys-
(ems. and other protective systems
shall be selected and constructed by
the employer or his designee and shall
be In accordance with the require-
ments of paragraph (c)(1); or, in the
alternative. paragraph (c)(2): or. in the
alternative, paragraph (c)(3): or. In the
alts 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-
tions and requirements set forth in ap-
pendices A and C to this subpart. De-
signs for aluminum hydraulic shoring
shall be in accordance with paragraph
(c)(2) of this section, but if manufac-
turer's tabulated data cannot be uti-
lized. designs shall be in accordance
with appendix D.
(2) Option (2) —Designs Using Manu-
facturer's Tabulated Data. (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.
(ii) The tabulated data shall be in
written form and include all of the fol-
lowing:
29 CFR Ch. XVII (7-1-92 Edition)
(A) Identification of the parameters
that affect the selection of a protec-
tive system drawn from such data;
(B) Identification of the limits of use
of the data: .
(C) Explanatory Information as may
be necessary to aid the user in making
a correct selection of a protective
system from the data.
(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
avalable to the Secretary upon re-
quest.
(4) Option (4) —Design by a regis-
tered professional engineer. (i) Sup-
port systems, shield systems, and
other protective systems not utilizing
Option 1, Option 2 or Option 3, above,
shall be approved by a registered pro-
fessional engineer.
(ii) Designs shall be in written form
and shall include khe 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
U
I
I
I
I
224
I
I
I
I
i
I
I
I
I
I
I
I
I
I
I
I
Occupational Safety and Health Admin., Labor
tun. 11 II t.unln Ient per:.un I:uluul
assure the material or equipment Is
able to support the intended loads or
Is otherwise suitable for safe use, then
such material or equipment shall be
removed from service, and shall be
evaluated and approved by a regis-
tered professional engineer before
being returned to service.
(e) Installation and removal of Sup-
port —(1) General. (I) Members of sup-
port systems shall be securely connect-
ed together to prevent sliding, falling,
kickouts. or other predictable failure.
(ii) Support systems shall be In-
stalled and removed in a manner that
protects employees from cave-ins,
structural collapses, or from being
struck by members of the support
system.
(iii) Individual members of support
systems shall not be subjected to loads
exceeding those which those members
were designed to withstand.
(iv) Before temporary removal of in-
dividual members begins, additional
precautions shall be taken to ensure
the safety of employees, such as in-
stalling other structural members to
carry the loads imposed on the sup-
port system.
(v) Removal shall begin at, and
progress from, the bottom of the exca-
vation. Members shall be released
slowly so as to note any indication of
possible failure of the remaining mem-
bers of the structure or possible cave-
in of the sides of the excavation.
(vi) Backfiiling 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
Subpl. P. App. A
A'\r:naIIris at lr%cls uUu<<' utlicr em-
ployees except when employees at the
lower levels are adequately protected
from the hazard of falling. rolling. or
sliding material or equipment.
(g) Shield systems —(1) General. (I)
Shield systems shall not be subjected
to loads exceeding those which the
system was designed to withstand.
(ii) Shields shall be Installed In a
manner to restrict lateral or other
hazardous movement of the shield In
the event of the application of sudden
lateral loads.
(iii) Employees shall be protected
from the hazard of cave-ins when en-
tering or exiting the areas protected
by shields.
(iv) Employees shall not be allowed
in shields when shields are being in-
stalled. removed, or moved vertically.
(2) Additional requirement for shield
systems used in trench excavations.
Excavations of earth material to a
level not greater than 2 feet (.61 m)
below the bottom of a shield shall be
permitted, but only if the shield is de-
signed to resist the forces calculated
for the full depth of the trench, and
there are no indications while the
trench is open of a possible loss of soil
from behind or below the bottom of
the shield.
APPENDIX A TO SUBPART P -SOIL
CLASSIFICATION
(a) Scope and application -(1) Scope. This
appendix describes a method of classifying
soil and rock deposits based on site and envi-
ronmental conditions, and on the structure
and composition of the earth deposits. The
appendix contains definitions, sets forth re•
quirements, and describes acceptable visual
and manual tests for use in classifying soils.
(2) Application This appendix applies
when a sloping or benching system is de-
signed in accordance with the requirements
set forth in 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
11926.652(c), and the use of the data is
I
225
Subpt. P. App. A
prrdtratrd on the use or the soil-cla<slfica-
tion syslrm set forth in this appendix.
(b) Dc/init(ons. The definitions and exam-
ples given below are based on, in whole or in
part, the following: American Society for
Testing Materials (ASTM) Standards D653-
85 and D2488: The Unified Soils Classifica.
tion System, The U.S. Department of Agri-
culture (USDA) Textural ClacdflcatIon
Scheme: and The National Bureau of Stand-
ards Report BSS -121.
Cemented soil means a soil In which the
particles are held together by a chemical
agent, such as calcium carbonate, such that
a hand size sample cannot be crushed into
powder or Individual soil particles by finger
pressure.
Cohesive soil means clay (fine grained
soil), or soil with a high clay content, which
has cohesive strength. Cohesive soil does
not crumble, can be excavated with vertical
sideslopes, and is plastic when moist. Cohe-
sive soil is hard to break up when dry, and
exhibits significant cohesion when sub-
merged. Cohesive soils include clayey silt.
sandy clay, silty clay, clay and organic clay.
Dry soil means soil that does not exhibit
visible signs of moisture content.
Fissured means a soil material that has a
tendency to break along definite • planes of
fracture with little resistance, or a material
that exhibits open cracks, such as tension
cracks, In an exposed surface.
Granular soil means gravel, sand, or silt,
(coarse grained soil) with little or no clay
content. Granular soil has no cohesive
strength. Some moist granular soils exhibit
apparent cohesion. Granular soil cannot be
molded when moist and crumbles easily
when dry.
Layered system means two or more dis-
tinctly different soil or rock types arranged
in layers. Micaceous seams or weakened
planes tr 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.
Scturated soil means a soil in which the
voids are filled with water. Saturation does
not require flow. Saturation, or near satura-
tion. is necessafy for the proper use of in-
struments such as a pocket penetrometer or
sheer vane.
Soil classification system means, for the
purpose of this subpart, a method of catego-
rizing soil and rock deposits In a hierarchy
of Stable Rock. Type A. Type B, and Type
C, in decreasing order of stability. The cate-
29 CFR Ch. XVII (7-1-92 Edition)
g or it's are drte rml fled based on an analysis
of the properties and performance charac-
teristics of the deposits and the environ.
mental conditions of exposure.
Stable rock means natural solid mineral
matter that can be excavated with vertical
sides and remain intact while exposed.
S' bmerged soil means soil which is under-
water or is free seeping.
Tape 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:
(1) The soil is fissured: or
(ill 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:lV) 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. to 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 asloped, lay-
ered system where the layers dip into the
excavation on a slope less steep than four
horizontal to one vertical (4H:IV), but only
if the material would otherwise be classified
as Type B.
Type C means:
(i) Cohesive soil with an unconfined com-
pressive strength of 0.5 tsf (48 kPa) or less;
or
. (ii) Granular soils including gravel, sand.
and loamy sand: or
(iii) Submerged soil or soil from which
water is freely seeping; or
(Iv) Submerged rock that is not stable, or
(v) Material in a sloped, layered system
where the layers dip into the excavation or
a slope of four horizontal to one vertical
(4H:1 V) or steeper.
I
Li
I
I
I
H
L
I
L
I
226
I
I
F
I
I
I
L'
I
I
E
k
I
I
I
I
I
I
I
I
Occupational Safety and Health Admin., Labor
( p, V1,1:11,( „". J:: f -L3111' S.:,*1I t.'tti ❑l, all:.
the load per unit. an'A at which a soil will
fall in emnpression. 1t can be determined by
laboratory test tug, or estimated in the field
using a pocket penetrometer, by thumb pen-
etrallon tests. and other methods.
14'rt soil means soil that contains slgnlil•
eantly more moisture than moist soil, but In
such a range of values that cohesive materi-
al wilt slump or begin to fle•.v when vibrated.
Granular material that would exhibit cohe-
sive properties when moist will lose those
cohesive properties when wet.
(c) RrQuirrmcllts—(I) Clcssifiralion of
soil and rock deposits. Each soli and rock
deposit shall be classified by a competent
person as St:.blc Rock. Type A. Type B, or
Type C In accordance with the definitions
set forth in paragraph (b) of this appendix.
(2) Bcsis of classtfication. The cliuviflca-
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 ranuat 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 .'o provide sufficient quantitative
and qualitative information as may be nec-
essary to identify properly the properties.
factors, and conditions affecting the classifi-
cation of the deposits.
(4) Layered systems. In a layered system,
the system shall be classified in accordance
with its weakest, layer. However, each layer
may be classified Individually where a more
stable layer Iles under a less stable layer.
(5) RecIasstficction. If, after classifying a
deposit, the properties, factors, or condi-
tions affecting its classification change In
any way, the changes shall be evaluated by
a competent person. The deposit shall be re-
classified as necessary to reflect the
changed circumstances.
(d) Acceptable visual and manual tests. —
(1) Visual tests. Visual analysis is conducted
to determine qualitative information regard-
ing the excavation site in general, the soil
adjacent to the excavation, the soil forming
the sides of the open excavation, and the
soil taken as samples from excavated mate-
rial.
(i) Observe samples of soil that are exca-
vated and soil in the sides of the excavation.
Estimate the range of particle sizes and the
relative amounts of the particle sizes. Soil
that is primarily composed of fine-grained
material is cohesive material. Soil composed
primarily of coarse- grained sand or gravel is
granular material.
Subpt. P, App. A
iii l •t.,:%t Noli its 11 is 1'x, al;U vii `till
that remains In clumps when cxrASall'd Is
eohosivc. Soil that breaks up dully and does
not stay in clumps is granular.
(Iii) Observe the side of the opcnrd exca-
vation and the surface area adjacent to the
excavation. Cracklikeopenings such as ten-
sion cracks could indicate fissured material.
If chunks of soil spall off a vertical side, the
soil could be fi.. ured. Small spalls Are evl-
dvnrc of moving ground and arc Indications
of potentially hazardous situations.
(h') 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
stabiiit:y of the excavation face.
(2) Mant.al tests. Manual analysis of soil
samples is conducted to determine quantita-
tive as well as qualitative properties of soil
and to provide more information in order to
classify- soil properly.
(I) Plasticity. Mold a moist or wet sample
of soil into a ball and attempt to roll it into
threads as thin as Ye -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.
(ii) Dry strength. If the soil is dry and
crumbles on its own or with moderate pres-
sure into individual grains or fine powder. it
is granular (any combination of gravel,
sand, or silt). If the soil is dry and falls into
clumps which break up Into smaller clumps,
but the smaller clumps can only be broken
up with difficulty, It may be clay in any
combination with gravel, sand or silt. If the
dry soil breaks into clumps which do not
break up into small clumps and which can
only be broken with difficulty, and there Is
no visual indication the soil is fissured, the
soil may be considered unfissured.
(iii) Thumb penetration. The thumb pene-
tration test can be used to estimate the un-
confined compressive strength of cohesive
soils. (This test is based on the thumb pene-
tration test described in American Society
for Testing and Materials (ASTM) Standard
designation D2488 —"Standard Recommend-
ed Practice for Description of Soils (Visual -
227
I
Subpt. P, App. B
MRI1nRI Procedure).' ) Type. A salts wltlt 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 isf 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•
minum the effects of exposure to drying in-
fluences. If the excavation is later exposed
to wetting influences (rain, flooding), the
classification of the soil must be changed ac-
cordingly.
(Iv) Other strength tests. Estimates of un-
confined compressive strength of soils can
also be obtained by use of a pocket pene-
trometer or by using a hand -operated shear -
vane.
(v) Drying tesL 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, pulv-erh.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 (dillon)
Ing prutrctflt- $) sirens Is to br prrfoI['wd Ill
accordance with the requirements set forth
In 11926.652(bu2).
(b) Dc/lnitions.
Actual slope means the slope to which an
excavation face is excavated.
Distress means that the soil is in a condl•
Clan where a cave-in is imminent or Is likely
to occur. Distress is evidenced by such phe-
nomena as the development of fissures in
the face of or adjacent to an open excava-
tion. the subsidence of the edge of an exca-
vation: the slumping of material from the
face or the bulging or heaving of material
from the bottom of an excavation: the spall-
Ing of material from the face of an excava-
tionand 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 allotrcbte 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 teen exposure means a period of
time less than or equal to 24 hours that an
excavation is open.
(c) Requirements —(1) Soil classification.
Soil and rock deposits shall be classified in
accordance with appendix A to subpart P of
part 1926.
(2) Maximum allowable slope. The maxi-
mum allowable slope for a soil or rock de-
posit shall be determined from Table B-1 of
this appendix.
(3) Actual slope. (I) The actual slope shall
not be steeper than the maximum allowable
slope.
(ii) The actual slope shall be less steep
than the maximum allowable slope, when
there are signs of distress. If that situation
occurs, the slope shall be cut back to an
actual slope which is at least b horizontal
to one vertical (vxH:1V) less steep than the
maximum allowable slope.
(iii) When surcharge loads from stored
material or equipment. operating equip-
ment, or traffic are present, a competent
person shall determine the degree to which
the actual slope must be reduced below the
maximum allowable slope, and shall assure
that such reduction is achieved. Surcharge
loads from adjacent structures shall be eval-
uated in accordance with 4 1926.651(1).
(4) Cort'igurations. Configurations of slop-
ing and benching systems shall be in accord-
ance with Figure B-1.
Li
I
I
1a
I
I
I
I
LI
11
I
228
Occupational Safety and Health Admin., Labor
I/III Y. i
MAXIMUM ALLOWABLE Si UPtS
Subpt. P, App. B
MIL OR ROCK TYPE
PA•IMoM
ALLOWABLE SLOPES(H:V)tl]
FOR
LXCAYAlIONSLESSTHAN 20FE(1
r
SIABLE ROCK
VERTICAL
L9)
TYPE A 1: 1
3/4 :
1 (539
1YPE 6
1:1
(459
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 maxittum allowable slope of I/2H:IV (63') is allowed in
excavations in Type A soil that are 12 feet (3.67 n) or less in depth.
short-term 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-1
Slope Configurations
(All slopes stated below are in the horizontal to vertical ratio)
B-1.1 Excavations made in Type A soiL
1. All simple slope excavation 20 feet or less In depth shall have a maximum allowable
slope of i5:1.
Subpl. P, App. 9
I
20' Max.
29 CFR Ch. XVII (7-1-92 Edlllon)
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 4c:1.
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:
230
Occupational Safety and Health Admin., Labor
SIMPLE BENCH
Subpt. P. App. S
I
/
,, Lu
20' Max. /
5'
Max. / 3/4
/
/
4' Max. //
MULTIPLE BENCH
3. All excavations 8 feet or less in depth which have unsupported vertically sided lower
portions shall have a maximum vertical side of 354 feet.
8' Max.
3=' Max.
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 rm ,durum
vertical side of 3V: feet.
231
Subpt. P, App. B
29 CFR Ch. XVII (T 1-92 Edition)
UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 12 FEET IN DEPTH
All excavations 20 fret or less In depth which have vertically sided lower portions that are
supported or shielded shall have a maximum allowable slope of ''.:1. The support or shield
system must extend at least IS Inches above the top of the vertical side.
'jpport or shield •system
1
20' Max.
`18" Min.
Total height of vertical side
SUPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION
4. All other simple slope, compound slope, and vertically sided lower portion excavations
shall be In accordance with the other options permitted under § 1926.652(b).
B-1.2 Excavations Made in Type B Soil
1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable
slope of 1:1.
SIMPLE SLOPE
2.
All benched excavations 20 feet or
less in depth shall
have a maximum allowable slope
of 1:1
and maximum bench dimensions
as follows:
I
Occupational Safety and Health Admin., Labor
Svbpt. P, App. S
This bench allowed in cohesive soil only.
20' Max
4'
Max.
1
20' Max.
SINGLE BENCH
This bench allowed in cohesive soil only
4'
Max.:
Y Max.
MULTIPLE BENCH
3. All excavations 20 feet or less in depth which have vertically sided lower portions shall
be shielded or supported to a height at least 18 inches above the top of the vertical side. All
such excavations shall have a maximum allowable slope of 1:1.
Support or shield system
N).
II
n I
20' Max.
�, 1
8" Min.
Total height of vertical side
233
II
Subpt. P. App. B 29 CFR Ch. XV11 (7-1-92 Edition)
VERTICALLY SIDED LOWER PORTION
4. All other sloped excavations shall be In accordance with the other options permitted In
q 1926.652(b).
B-1.3 Excavations Made In Type C Soil
1. All simple slope excavations 20 fret or less in depth shall have a maximum allowable
slope of 114:1.
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%:l.
PS
20' Max.
Support or shield system
l8" Min.
iTotal height of vertical side
11
I
1
1
1
1
234
Occupational Safety and Health Admin., Labor Subpt. P. App. 5
VERTICAL SIDED LOWER PORTION
3. All other sloped excavations shall be In accordance with the other options permitted in
4 1926.652(b).
B-1.4 Excavations Made in Layered Soils
1. Ail excavations 20 feet or less in depth made in layered soils shall have a maximum
allowable slope for each layer as set forth below.
B OVER A
C OPERA
C OV_R d
I
235
Subpt. P, App. C
A OVER B
A OVER C
B OVER C
29 CFR Ch. XVII (7-1-92 Edition)
B �1
t4
C . i
t4
2. All other sloped excavations shall be in accordance with the other options permitted in
I; 1926.652(b).
APPENDIX C TO SUBPART P -TIMBER
SHORING FOR TRENCHES
(a) Scope. This appendix contains infor-
mation that can be used timber shoring is
provided as a method of protection from
cave-ins In trenches that do not exceed 20
feet (6.1 m) in depth. This appendix must be
used when design of timber shoring protec-
tive systems is to be performed in accord-
ance with ; 1926.652(cX1). 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
4 1926.652(b) and 1 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
A
I
I
I
I
Li
L
I
I
I
I
I
I
I
I
[_J
I
I
I
Occupationol Softy and H•alth Admin., Labor
It: t[i ,t)'I, "I of llit nppe n0t\. F.HI'It titblt•
presents the n)Inbnum sizes of timber mem-
bers to use in a Rltoring system. and each
table contain data only for the particular
soil type in which the excavation or portion
of the cxcnvatlon Is made. The data are ar-
ran€rd to allow' the user the flexibility to
select from among several acceptable con.
figuratbits of members based on varying
the 11or17AlltAl sparing of the rrossbraces.
Stablc rock Is exempt from shoring require-
ments and therefore, no data are presented
for this condition.
12) Information concerning the basis of
the tabular data and the limitations of the
dsta is presented In paragraph (d) of this
appendix. and on the tables themselves.
(3) Information explaining the use of the
tabular data is presented In paragraph (e) of
hi'- appendix.
(4) Information illustrating the use of the
tabular data is presented in paragraph (f) of
this appendix.
(5) Miscellaneous notations regarding
Tables C -1.I through C-1.3 and Tables C-
2.1 through C-2.3 are presented in para-
graph (g) of this Appendix.
(d) Basis and limitations of the data. —(1)
Dimensions of timber members. (I) The sizes
of the timber members listed in Tables C-
1.1 through C-1.3 are taken from the Na-
tional Bureau of Standards (NBS) report,
"Recommended Technical Provisions for
Construction Practice in Shoring and Slop-
ing of Trenches and Excavations." In addi-
tion. where NBS did not recommend specific
sizes of members, member sizes are based on
an analysis of the sizes required for use by
existing codes and on empirical practice.
(ii) The required dimensions of the mem-
bers listed in Tables C-1.1 through C-1.3
refer to actual dimensions and not nominal
dimensions of the timber. Employers want-
ing to use nominal size shoring are directed
to Tables C-2.1 through C-2.3. or have this
choice under § 1926.652(c)(3). and are re-
ferred to The Corps of Engineers. The
Bureau of Reclamation or data from other
acceptable sources.
(2) Limitation of application. (i) It is not
intended that the timber shoring specifica-
tion apply to every situation that may be
experienced in the field. These data were
developed to apply to the situations that are
most commonly experienced in current
trenching practice. Shoring systems for use
in situations that are not covered by the
data in this appendix must be designed as
specified in §1926.652(C).
(ii) When any of the following conditions
are present. the members specified in the
tables are not considered adequate. Either
an alternate timber shoring system must be
designed or another type of protective
system designed In accordance with
1 1926.652.
Subpt. P, App. C
IAr When loads Imposed b} structure- or
by stored material adjacent to the trench
weigh In excess of the load imposed by a
two foot soil surcharge. The term "adla.
cent" as used here means the area within a
horizontal distance from the edge of the
Irench equal to the depth of the trench.
iB) When vertical loads Imposed on cross
braces exceed a 240 -pound gravity load dis-
Irib, tt-d on A one - foot section of the center
of the crus.'brace.
CC) 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 arc selected from the tables
for use at a depth which is determined from
the top of the overall trench, and not from
the toe of the sloped portion.
(e) Use of Tables. The members of the
shoring system that are to be selected using
this information are the cross braces, the
uprights, and the wales, where wales are re-
quired. Minimum sizes of members are spec-
ified for use in different types of soil. There
are six tables of information, two for each
soil type. The soil type must first be deter-
mined in accordance with the soil classifica-
tion system described in appendix A to sub-
part P of part 1926. Using the appropriate
table, the selection of the size and spacing
of the members is then made. The selection
is based on the depth and width of the
trench where the members are to be in-
stalled and, in most instances, the selection
is also based on the horizontal spacing of
the crossbraces. Instances where a choice of
horizontal spacing of crossbracing is avail-
able, the horizontal spacing of the cross -
braces must be chosen by the user before
the size of any member can be determined.
When the soil type, the width and depth of
the trench, and the horizontal spacing of
the crossbraces are known, the size and ver-
tical spacing of the crossbraces, the size and
vertical spacing of the wales, and the size
and horizontal spacing of the uprights can
be read from the appropriate table.
(f) Ezemples to Illustrate the Use of Tables
C-1.1 through C-1.3.
(1) Example 1.
A trench dug in Type A soil is 13 feet deep
and five feet wide.
From Table C-1.1, for acceptable arrange-
ments of timber can be used.
Arrangement #1
Space 4x4 crossbraces at six feet horizon-
tally and four feet vertically.
Wales are not required.
I
237
L
Subpt. P, App. C
Tarr 3 - 8 ; II'14 hI> nl six (rrl !Irl: nil❑'
Iv. 'tins arrnngruttnl Is colnn,nlc called
skip shoring.
A Ira Il Ve Jllr a f #2
Spare
4 •
6
rrossbrnres at right feet horl-
y.ontatly
and
four hut vertically.
Sparc
B .
8'ales
at four feel wtrucally.
Shacr
2 -
6
uprights at four feet honzon-
t stir
Arro rlonnrnt n3
Space
6 -
6
crossbraces at 10 feet horizon-
tally and four
feet vertically.
Spare
8 .
10
wales at four feet vertically.
Space
2 •
6
uprights at five feet horizontal-
ly.
Arrangement p4
SI'ace 6 - 6 crossbraces at 12 feet hori: on -
tally and four feet vertically.
Space 10 - 10 wales at four feet vertically.
Spaces 3 • 8 uprights at six feet horizon-
tally.
(2) Example 2.
A trench dug in Type B soil in 13 feet
deep and five feet wide. From Table C-1.2
three acceptable arrangements of members
are listed.
Arrangement #1
Space 6x6 crossbraces at six feet horizon-
tally and five feet vertically.
Space 8.- 8 wales at five feet vertically.
Space 2>:6 uprights at two feet horizontal-
ly.
Arrangement $2
Space 6>:8 crossbraces at eight feet hori-
zontally and five feet vertically.
Space 10,10 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 10x 12 wales at five feet vertically.
Space 2 x6 uprights at two feet vertically.
(3) Example 3.
A trench dug in Type C soil is 13 feet deep
and five feet wide.
From Table C-1.3 two acceptable arrange
ments of members can be used.
Arrangement #1
Space 8x8 crossbraces at six feet horizon-
tally and five feet vertically.
Space 10x12 12 wales at five feet vertically.
Position 2x6 uprights as closely together
as possible.
If water must be retained use specf
tongue and groove uprights to form tigh
sheeting.
29 CFR Ch. XVII (7-1-92 Edition)
Spare B . 10 ern.. INrar rs at right frrl hori-
zunta!Iy and (I%r r. %I % rrticall.
Sparc 12 . 12 wairs n' five fret vertirally.
Posit 2- 6 uprt�hts in a close sheeting
ronflguratlnn units' walvr pressure must be
rrsi- 'd. Tight , h'.:: a:4 mist be nsrd where
vat r r mrta ust be rmed.
141 Escirlph- 4
A trench dug ;n T' ;'e C soil is 20 feet deep
and 11 feel wide. The si,'.r and sparing of
ntrn.bers for the section of trench that is
over 15 feet in d•-pth is determined using
Table C-1.3. Only' one arrangenunt of mem-
bers is provided.
Space B - 10 crossbraces a; six feet hori-
zontally and five feet vertically.
Spare 12 • 12 wa`.es at five fret vertically.
Use 3 • 6 light r'. 1 e:ing. -
Use of Tables C-2.1 through C-2.3 would
follow the s:+me procedures.
(g) Notes for c:1 Tcbics.
1. Member sizes at spacings other than in-
dicated are to be determined as specified in
§ 1926.652(c). "Design of Protective Sys-
tems."
2. When conditions are saturated or sub-
merged use Tight Sheeting. Tight Sheeting
refers to the use of specially -edged timber
planks (e.g.. tongue and groove) at least
three inches thick, steel sheet piling, or
similar construction that when driven or
placed in position provide a tight wall to
resist the lateral pressure of water and to
prevent the loss of backfill material. Close
Sheeting refers to the placement of planks
side -by -side allowing as little space as possi-
ble between them.
3. All spacing indicated is measured center
to center. greater 4. Wales to be installed with 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 combina:ion 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
a] vertical spacing of crossbra
ces is five feet,
t place the top crossbrace no more than 2.5
feet below the top of the trench.
L
II
LI
El
I
I
LI
I
Li
I
I
I
I
238
a
Occupational Safety and Health Admin., Labor
P
W
L
L
W
6
]
O
N
W
C
.
v
LU
W
H
•
.-.
N
1
S
n
W
J
L
2
q
C
1
H
in
N
Z
O
C
v
0-
C
W
C
N
Subpf. P. App. C
L
V
N
G
J
Q
\0
\0
N
N
O
1 .I
a
S
S u
-
u
J
O
I
Q
X
C
X
C
en
L
.J
J
r \
r
v
1
<
V
a
v
e
e
<
W C L
CC
O
0
O
'-Jr
.J .
_s-
q
J.
C
C
q
^
O
O c
'COO
x
X
X
x
C
O
\O
6
0
CC
¢
¢
U'^
o
Z r
H - W
C' U W
O
Oa
<
<
O
a
a
a
a
O
a
W Q 4
?L
N
O
O
O
-
\0
\J
C
b
\0
\0
q
q
q
C
\I'1
iC
X
X
X
X
X
X
X
X
X
'C
•
6
\0
0
\0
\C
SC
\0
\O
\0
\0
0
f
W
N
\D
\C
\O
\O
\O
\O
C
q
¢
C
C
W
6
'C
x
X
x
X
x
x
x
x
x
x
V
0
\O
\O
\C
\O
O
10
J
\O
\O
\C
C
q
LU
U
H
\O
\O
\0
\c
\a
\0
\C
\C
.0
\C
C
¢
X
x
X
x
x
X
x
x
x
x
-
...
L
c
v
C
C
'C
\o
v
.c
0
C
¢
o
_
1-
O
-
ac
10
a
d
in
\O
\O
\o
C
q
\O
X
X
aC
X
x
X
x
'C
X
L
v
a
a
a
so
\O
\C
\0
0
C
H
C
O
C
-
a
a
C
.O
a
\o
\o
.0
\o
\0
0
a
x
x
X
X
x
aC
X
x
x
X
x
-
o
<
a
<
.0
\O
. \C
.C
¢
W
O
O
O
O
O
O
O
O
O
O
O
r W
• .
1...
.-
r
1-.
\-
1-
I-
-
r
r
-
¢ V W
q
C
N
.C
q
O
N
\C
C
C
N
W
CCL.. u
L
L
L
C.
6
L .�
L
L
L
u
r L
_
L_
_
C
0
=
J
_
_
_
in
I -
C
r LU V H
U O
L O W
\n O O
O O .n
O O
J N
W W W
- .".
^ r -.
H N
J
C
.- -
239
Subpt. P. App. C
29 CFR Ch. XVII (7-1-92 Edition)
f
WI
—
•
<
r
¢
r
Y.
%
Y.
ry
N
r
-
C
r
D
.e
•
x
x
x
x
•
S<
if
N
N
N
J`
r<a
>...
IC a
C
C
C
N
C
N
N
z
N z
m
X
X
X
X
%
%
X
X
X
V. "
.C
C
C
m
C
C
m
O
ry
H W
C
in
V < a
J - v
O
O
H
C
s
m
s
m
m
in
X
X
x
X
x
X
x
X
—
.C
.C
J
.G
m
m
m
C
C
F
L• N
.C
m
m
m
m
C
m
m
—
X
X
%
X
X
%
X
X
..
.c
.c
.:
,c
m
C
m
m
m
-0
=
C
(-
.C
C
r.
.O
s
C
m
S
—
S
Z
C
X
%
X
X
X
X
X
x
C
C
.=
.c
m
s
C
m
m
—
¢
.C
X
X
X
X
X
IC
%
X
X
.D
.O
.D
.D
m
m
m
C
—c
o
3
a
.C
.C
m
s
m
c
%
x
x
%
%
x
X
X
.c
.D
.c
.c
C
.c
m
m
—
O
r<z H.
C
O
a
O
O
O
—o
O
O
—
z
__
H
H
H
H
H
H
H
H
H
C<L..
—
v
u..
—
=-'--
L
L
L
JO
L
L
L
6'
L_
V:
0
VIZ
_
_
N Z
L Ir Z to
— O O
OO N
N0 O
> n
C G.
H
_ H
H N
F-'—
Occupational Safety and Health Admin., labor
Svbpt. P, App. C
�-
G. Y
N
J �
♦- 4
O N
= r
2
: 1-
L
J -
L
l
<
J
J
C
Y
-L.
NI L
•
q
ry
Y
h
rf
L
-
T
_
4
_
N,
H
_
sv ::
n
✓'
r
✓fl
C.
r
M1
L L
J
iLL
J
•
v
W
O
ry
fl
N
N
N
m-
h-
G tl
O
i- L
V
U -
F�
CE
'Z •
L'V ✓:
N
J1
N
N
N
N
L L
-
4:< V
S
>C.
G _
N
f. :L
I• %
O
O
C
C
C r
COzi
%
X
x
X
X
x
-:
.c_-
O
m
O
O
C
C
O J
•O
O
O
O
N C
i
* N
m
m
C
-
-
-
- L
x
x
x
%
x
X
L
m
m
C
C
G
m
-.
V
y
T -
L
4
¢ m
<
V
O
O
C
C
f L
=
Z
H
m
m
-
r
=-
C
,C
x
x
K
X
x
--
_
-
r
x
x
s
c
m
=1—
==
-
O
C
C
> 4
C
m
-
C
-
-
rIN
U"
—
L
x
X
X
x
x
x
- E
C
.e
C
C
m
m
m
—d
u
C
E
C
O
C
O
F,
C
—
6
—
—
V
x
%
X
X
X
X
Y_ -
C
C
C
C
C
C
—
..
V
H
V
i F-
C
C
V
—
-
-..
—
—0
_
—
Z
4 C
p-..-
s V ti
6
C
^
=
r
m
'+
d
L
C<L
—
U�
4—
Lu
c.
J..
O
—
LS
L
L
—
Y L
Y
Y^
L
4 0
4-
.c
l.L
=
=
N Z
N Z
V.
V: 2
N 2
'f.
O O
^_
N
C
C O
=
241
Subpl. P, App. C
29 CFR Ch. XVII (7-1-92 Edition)
I
L1
.-
x
L
6
N
J
O
C
-
,�
x
C
N:
x
r- C
-
t-
t
s
x
x
v
_
a
2
Y.
X
X
.J
J
J
J
J
V.9
-
7
C
Ic
0
✓.t .-,
K
v.
.C
.C
it
.C
C i
F• `i
C
x
x
x
o
-I
G
—o
uI�
LI
x
__:
-j L
x
x
x
v
P, i
41.j
_
6 rF
t
C
x
J•
U
J
O
O
ry
L O
....
.. C
:
O .
OC
¢
C C
m
¢
—
¢
m
—
—
O m
'L 'J
2�
X
X
Zd
X
X
X
X
X
X
X
C
..
yt
x
Y
¢
¢
x
.C
x.
m
C
C
m
¢
41
t..
r.
2:II G
Y T
U
HI
J E
zI r
Ui
X
d
d
-T
-T
d
d
-T
•'LJa
Z
IV < W
v
-T
.1
Y. J
L,
i
J L :i
_
a c
c
l
c u
<I
t X
-.
X
X
X
X
x
X
%
X
X
X
X
X
L. y�
:
V
-T
.C
.C
'C
.C
w:
.C
.O
.O
.C
.C
C N
Z N
L
Y
. J
,
c
G
N
m
_
-
.c
.C
.C
.C
.C
.C
.C
.C
.o
.o
¢
—
N
X
X
X
X
X
X
X
X
X
X
X
LN
_'
ti H
Us
Z Q
S:
-
-T
J'
`.
.C
C
it
C
C
.C
'
•C
.C
CU.
%
X
X
X
x.
%
X
X
X
X
X
C
�T
-T
C
.C
.D
Z
W r
_
J L
G
Y
-
C
J.
D N
f
.D
c
.
'C
I O.
s
O*-.
'3
•T
.O
.C
<
.C
it
'C
X
%
X
,C
D• d
5._i'"
:)
O
X
X
X
X
X
X
%
X
O
.C
.O
C
4,!
y
-1
d
J
>
-t
-T
.C
.C
O
-o
3 C
x
x
X
x
x
x
X
x
x
x
X
u
.1
-t
-1
<
S
S
.C
S
_
` O
•
-i
Y
• L
C
C
C
O
tCz
C
C
C
C
C
z O
Z ..
F-
F
1-
F
I-
F•
F-
-
F•
F
F
-
Z
_ c
_N
-F-
C 6 v
-
-
-
LL
_ ^
N
C
O
G
C
C
O
t: C
.
Z V:
C
c
,
F
I
Occupational Safety and Health Admin., Labor
Subpt. P. App. C
a
V
2
J
C-
U,
J
J
C
N
>:
%
J
O
r
J r
ry
i W
n
—Y
S
W
>:X
x
W 1r
nJ
J
o
O
O
O
0
X
X
X
X
J
J
J
W
p 3
•
N
C
¢
S
N
.c
J
H
C
.t
>:
Y.
X
X
>:
>:
_
f r
7
_
U
n
n
n
J
J
.
f
W T
].
1
W1 V
a
U
C
Y
.z
J
N
r
o
W •
SV.
> L
J
u
r.
H
0.'
—
u
L
IaJ
y
O
O
C
u
O
N
U,'.'
X
X
X
X
x
Y.
Y.
X
Y.
C
I...
C
C
C
O
C
C
O
N
Y
I- v
U
.C
L L
D
Z
_
a
Y T
td n
U
U
C ['
n
<
• S. N
E
U r
G
F W
N
N
in
N
N
N
N
L
Z ♦
N
y U
N
N
W
=—
>O-'.
r
Y C
X
6
4- ;
O
j
X
K
X
X
x
X
X
X
X
C N
Z
.p
•L•
.C
.C
C
C'
¢
C
C
La
C
x
4-0
N C
N
L
C
C
C
C
C
C
r
W
N
.C
.C'
x
X
X
X
X
X
x
X
J]
—
j
Ir
L
x
.C
C
C
.C
¢
C
.C
C
C
• •�
V
r
J J
Z S
W
L0
r G
a
c
=
X
x
X
x
x
X
x
x
W
F•
c
S
G
w.
<
¢
C
S
C ¢
C J
-
L
L
O
J Y
r o O
C
r
d
C
C
¢
C
C
Q J
~
.0
.C
.C
.C
X
X
x
X
x
Y E
G
X
x
x
x
3
O
H
.C
L
L
C
C
C
C
C
- .
.C
x
x
x
X
X
x
x
x
x
�• ]
J
J
J
.l
C
C
.C
.C
.C'
C
7 V
N
F
i-
F
-
F
N
F
-
F
F
H
Z .
Z
r~
¢ fJ
.C
¢
C
.C
C
C
J
S
C
C
C
O < W
-
-
C J
-
Y J
W
CE
C E LL
1
G
y_
_
_
L
G
_
J
=
'J. Z
=
J
.t=
J
O
O
N Z
.
z
h U-
G . Z W
^
Ory
W O W W
N C C
C N
H
C'
O C W
F--
- - -
-
1- v
243
Subpl. P. App. C
29 CFR Ch. XVII (7-1-92 Edllion)
U
L
J
{
W Ir
Y
J
C
a
C
x
x
x
r.
r.
x
x
•
• Z
— F
W W
J L W
ac
4
C
N
O
N
n
%
y
C
C
C
N
O
C
= r
id
rf.
Y'
J'
I.
O
m
s
m
m
m
x
x
x
x
m
m
m
m
m
¢
O
a
s
m
s
m
x
x
x
x
%
x
a
m
x
s
s
m
S
L
m
¢
m
m
%
%
%
X
C
O
=01-.
a
a
a
m
m
m
X
X
X
X
X
X
.O
.G
L
rG
m
G
3
C
~
a
K
G
m
m
¢
`
X
X
X
X
X
%
a
a
a
a
m
¢
_
F-
F
_
_
_
a
x V
a C
O
1
m
V
U
a
C
W
c
Yl
C. Q
)4•)
U O
✓
@JJ
CJ ✓
C
4i
Lv
C.
L
L
410
L
6
VO
OJ
YO
NG
Y O
G
Y.
V: Z
✓i2
fA2
_6
InZ
of
t_;,-
_1..
�-•
F N
r4
C
L V
t
C
a A
I
I
I
I
I
L
I
I
I
[1
I
I
I
I
Occupational Safety and Health Admin., labor
A t'I'ENnIx D TO SUBPART P -ALUMINUM
HYDRAULIC SHORING FOR TRENCHES
(a) Scope. This appendix contains Infor-
mation that can be use's when aluminum
hydraulic shoring Is provided RS a method
of protection against cR%e-Ins in trenches
that do not exceed 20 feet (6.1m) to depth.
This appendix must be tisrd when design of
the aluminum hydraulic protective system
cannot t.e performed in accordance with
11926.652(c)(2).
(b) Soil Classification. In order to use
data presented in this appendix, the soil
type or types in which the excavation is
made must first be determined using the
soil classification method set forth in appen•
dix A of subpart P of part 1926.
(c) Prrscntation of Information. 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 verti-
cal and horizontal spacings that may be
used with various aluminum member sizes
and various hydraulic cylinder sizes. Each
table contains data only for the particular
soil type in which the excavation or portion
of the excavation is made. Tables D-1.1 and
D-1.2 are for vertical shores un-Types A and
B soil. Tables D-1.3 and D1.4 are for hori-
zontal waler systems in Types B and C soil.
(2) Information concerning the basis of
the tabular data and the limitations of the
data is presented in paragraph (d) of this
appendix.
(3) Information explaining the use of the
tabular data is presented in paragraph (e) of
this appendix.
(4) Information illustrating the use of the
tabular data is presented in paragraph (f) of
this appendix.
(5) Miscellaneous notations (footnotes) re-
garding Table D-1.1 through D-1.4 are pre-
sented in paragraph (g) of this appendix.
(6) Figures, illustrating typical installa-
tions of hydraulic shoring, are included just
prior to the Tables. The illustrations page is
entitled "Aluminum Hydraulic Shoring;
Typical Installations."
(d) Basis 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. (1)
2 -inch cylinders shall be a minimum 2 -inch
inside diameter with a minimum safe work-
Ing capacity of no less than 18,000 pounds
axial compressive load at maximum exten-
sion. Maximum extension is to include full
range of cylinder extensions as recommend-
ed by product manufaturer.
(11) 3 -inch cylinders shall be a minimum 3 -
Inch inside diameter with a safe working ca-
Subpt. P. App. D
p:t, It) ut nut Ir.:. tint: :iU.PUh I'.::nd> a\utl
cumpresslve load at extvnslmt< as recom.
mended by product manufacturer.
(3) Limitation of application.
(I) 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 expert-
enced In current trenching practice. Shoring
systems for use In situations Iha: Are not
covered by the data In this appendix must
be otherwise designed as specified in
q 1926.652(c).
(it) When any of the following conditions
are present, the members specified in the
Tables are not considered adtaua:e. In this
case. an alternative aluminum hydraulic
shoring system or other type of protective
system must be designed in accordance with
41926.652.
(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 lop of the overall trench, and not from
the toe of the sloped portion.
(e) Use of Tables fl -L1, D-1.2, D-1.3 and
D-1.4. The members of the shoring system
that are to be selected using this informa-
tion are the hydraulic cylinders, and either
the vertical shores or the horizontal wales.
When a waler system is used the vertical
timber sheeting to be used is also selected
from these tables. The Tables D-1.1 and D-
1.2 for vertical shores are used in Type A
and B soils that do not require sheeting.
Type B soils that may require sheeting. and
Type C soils that always require sheeting
are found in the horizontal wale Tables D-
1.3 and D-1.4. The soil type must first be de-
termined in accordance with the soil classifi-
cation system described in appendix A to
subpart P of part 1926. Using the appropri-
ate table, the selection of the size and spac-
ing of the members is made. The selection is
based on the depth and width of the trench
where the members are to be Installed. In
these tables the vertical spacing is held con-
stant at four feet on center. The tables
show the maximum horizontal spacing of
cylinders allowed for each size of wale In
the waler system tables, and In the vertical
shore tables, the hydraulic cylinder horizon-
tal spacing is the same as the vertical &bore
spacing.
I
245
I
Subp$. P. App. D
lf, Fin mph- fu /II ust r,rle (hr I'sr of (hr
Tables
(I) Example 1:
A I renc'h dui: in Type A soil is 6 feet deep
and 3 feet wide. From Table D-1.1: Find ver-
tical shures and 2 inch din meter eyllnders
shared 8 feet kill tinter in.c.) hnrizuntally.
and 4 feet on center tot.) vertically. (See
Figures I & 3 for Iyp(eat installations.)
(2) Example 2:
A trench is dug In Type B soil that does
not rt'quire slit stirig. 13 feet deep and 5 feet
with From Table D-1.2: Find vertical shores
and 2 inch diameter cylinders spaced 6.5
feet o.c. horizontally and 4 feet o.c. vertical-
ly. (Sec Figures 1 & 3 for typical installa-
t ions. )
(3) A trench is dug in Type B soil that
does norequire sheeting. but does experi-
enn sum,.• ininor 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 #2) 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, 12 timber sheeting is required at close
spacing vertically. (See Figure 4 for typical
in_staliation.
)
(5) Example 5: A trench is dug in Type C
soil. 9 feet deep and 4 feet aide. Horizontal
cylinder spacing in excess of 6 feet is desired
for workingS 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
diam(ter cylinder spaced at 10 feet o.c. hori-
zontally. Both wales are spaced 4 feet o.c.
29 CFR Ch. XVII (7-1-92 Edition)
y rrllrnllc 3 - 1'2 Innbrr sheeting Is rrunlrrd
at close span i:'.g vtrllrally'.(See Figure 4 for
typical h)staltal ton.)
(g) Fool nolrs. anc gene rat notes. for
Tables D-1.1. D-1.2. D-1.3. and D-1.4.
(1) For applications other than those
listed in the Iables. refer to § 1926.652(c)(2)
for use of manufacturer's tabulated data.
For trench depths in excess of 20 fe t. refer
to F 1926.652tc1(21 and § 1926652Ic) 3'.
(2) 2 Inch d aineter cylinders, at this
width, shall have structural steel tube
(3.5 • 3.5 • 0.165) overslccves, or structural
oversleeves of manufacturer's specification.
extending the full, collapsed length.
(3) Hydraulic cylinders capacities. G) 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 'till range of
cylinder extensions as recommended by
product manufacturer.
(ii) 3 -inch cylinders shall be a minimum 3 -
Inch inside diameter with a safe work capac-
ity of not less than 30.000 pounds axial com-
pressive load at maximum extension. Maxi-
mum extension is to include full range of
cylinder extensions as recommended by
product manufacturer.
(4) All spacing indicated is measured
center to center.
(5) Vertical shoring rails shall have a min-
imum section modulus of 0.40 inch.
(6) When vertical shores are used, there
must be a minimum of three shores spaced
equally, horizontally, in a group.
(7) Plywood shall be 1.125 In. thick
softwood or 0.75 inch. thick,_14 ply, arctic
white birch (Finland form). Please note that
plywood is not intended as a structural
member, but only for prevention of local
raveling (sloughing of the trench face) be-
tween shores.
(8) See appendix C for timber specifica-
tions.
(9) Wales are calculated for simple span
conditions.
(10) See appendix D. item (d), for basis
and limitations of the data.
I
LI
I
LI
El
I
I
I
C
J
J
I
Occupational Safety and Health Admin., labor Subpt. P. App. D
• ALUMINUM HYDRAULIC SHORING
TYPICAL INSTALLATIONS
FIGURE NO. 1 FIGURE NO. 2
.nC....w.w
..n..�..-....o .1.•c....ww+
•.p1C
I.-fl...JY!
Ian• -.-I
1011$01f\l
+011:0.1 At SOAC:IG f11(IIG
(A
CI
vllil[IL Ills t1Dllut IC
IT
;R INGEr
(j
(
. r K
uIt
IL
1U1. ! \ vi ICAE lt I
IC Ctt IY
E[ _ \ A1DI1Ut DCI 1L• 1w'/is Yyp
1 ,1 f I II `Iav000
f V y N
$E111CAL / i^
.1 S>AClG ii' '
1' YFIIIGG
}, ' fl1CIrG ,
4 111X. s
FIGURE NO. 3
YtA1c.
n.W.NCt+..D
Q♦
4
v(I II CAt
SEAC IIC
\' MAX.
2' WAX.
FIGURE NO. 4
A(w..W w.y.LAC Md.q
i..C.0
lOl1I0111t SPACING
If
EITICAt RAIL 2■A1.
/
l ID U Ut IC
Cr tI NOES
YEH ICAL
S IA C 11G
• ♦1
u.i:Gl1
S NE Eli IC
I TDI AUt IC
C Tt 10DE1
O_92__9
247
Subpt. P, App. D
o
z_
C
O
y
0
UC[s7
z
O
a
U
�
U
T
T
Ftto
>
Z
p
T
G
O
t'
29 CFR Ch. XVII (7d-92 Edition)
G
D
3
µ:
>
c
o
G
� N
0
C
<.z
t�L
cQ
Ij
ce
W N_
z
N 0 C
u
N <
n
G
N
OF
OF
O
O
.>
Q
W vi
O
,�.,
I
I
I W
WU.
CC.
C
O
>
O
a
K
C
C
V
C-
C.
C
C
c
C
c
O
L
V.
U
Lc
!_
V
V
l
r.
O%
m
m
u
U
---
000
K
x
c
a
a
m
cyy
V.
{Cy
6
p
u
p,G
t
<
<
m
u
u
coy
N
h
u
u
R
o
0
L.zz
' Occupational Sofety and Health Admin., Labor Subp1. P, App. 0
Li�uu
' (1� Uu
ce O 7 —
LL
r <
I>
O
p
' U
LL'.1 X N U V V
r ^ Z
O
u
u
Z - r.
Y 7
U`
O w C
CC-
ZZ g c
N< <
NUCLtiI —L`
v L
<v F U 2
F �LilL �V= F;
Z > - U
L e O
�. ..
'.. G L v
yn
Z
<�
' _ovF
°D 'C r u u
2Q'
N ` V
_ K K
n C CV
y L C
L < <
C - VO
{ U (v c0
C z L O 0 0 c u u
F $ 00
L Z Z
249
Subpt. P, App. D
29 CFR Ch. XVII (7-1-92 Edition)
N Z Lr —
t —
` a r1 r.
V a
N
a o,
I I
F 1 n
s x
- 0 r 7 7_ Z 7. 7 % 7 7 z
r,
L r<
r.
NZ O CC COO r. C C i
C< s P ri C oG C r. 'C _ u
W O
_ E
C L f! N N N N Y
C ! — _ - — n
.2' l V �••• — %. ry r! r. fi O r, r. r! `
c
= c aa
L C O "U O C C C C C r. C C
C F O v
W s r } C s s C
m} V C L z z z z z z z z Y N
< z
J N N � N
z t c — E
C - o
u C
0< r P N .C
< — `r. Z n u
C r. C C r. C C
? r. r
u m m
C_• - c
C c E c
v
C c c g
n' E
L L
« Y
T ` G
C C O z C N n Y Y
F — C _
C r +
Y V p
O O U
Z Z
250
Occupational Safety and Health Admin., Labor
Subpt. P, App. D
r
t -
l^ 1 w
L 9 %
_ r - r
r. r. r,
-
fI -. r rr. r. r. r
a >=
r+
'I. C v. C C v. C v. C C r.
Ls . < .C •C C Q v. a r, r. .C _
VI = = > s' -
LJ J
L rl - rl rl N N -
zC _ - _ _ - - _ _ r - _
C } Z r z z _
O U C. -= 7. '7_ z L
_
v u.0 U -
O V: -. S v. C a v. C v. C
O } = c
LO } 2 s x
��ocC - U
- Z Z_ z z Z z z z Z
6
F < N ry r. N r. .-
p".
O v ^ .�
-
Z _. i c
Z C v. C — v. C V.; C C Cx.
≤ < - z o
< -� Z
7 L
Z ^ t n
C . —
vl C — v. C C r. � C = = ry
Z r, I- Q r. F- C r. r n C
L" n cc
u - e
3 �? - L = _
rL 'T Q cCC u
_ _ _ _
°ISLE
-0_C-
=
flu
U a
z O s C c +n +n
O C K — C C O D >
v
C
C r c
rC
V u O
C U
Z z
251
Subpt.
P,
App. E
29 CFR
Ch. XVI1
(7-1-92
Edition)
APPENDIx
E TO $UHPANT I' -ALTERNATIVES 1U
DIMMER SIiOHING
18° MAX.
VERTICAL
SPACING
4' MAX.
2' MAX.
VERTICAL RAIL
HYDRAULIC CYLINDER
Figure 1. Aluminum Hydraulic Shoring
O rr .c-i
liii
1
O O O O
Figure 2. Pneumatic/hydraulic Shoring
252
Occupational Safety and Health Admin., Labor
FlCure 3. Trcn.'h .ldiks (Scrcv . 1 iks)
Figure 4. Trench Shields
Subpt. P. App. E
253
Subpt. P, App. F 29 CFR Ch. XVI1 (7-1-92 Edition)
APPENDIX F TO SUBPART }'—SELECTION OF PROTr TIv'E SYSTEMS
The following figures are a graphic summary of the requirements contAlned in subpart P
for excavations 20 feet or less In depth. Protective systems for use in excavations more than
20 feet in depth must be designed by a registered pro(esslonal engineer to accordance with
1 1926.652 (b) and (c).
Is the excavation more
than 5 feet in depth?
Is there potential
for cave-in?
0
Sloping
selecte
Co 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 a
selected.
ielding
Co to Figure 3
FIGURE I - PRELIMINARY DECISIONS
9Fd
I.
Occupational Safety and Health Admin., Labor Subpt. P, App. F
s t'pi nt; gon
[hr
method o
will soitionbe made ewith !?yrcNt,
Vrequires
on must comply with Excavatlen5 must comply
he following three with S:°=a•ES'_ (h).(i) which
rtgc:rec a slope of3'• ion 1 (b)(2) which
Appendices A
be followed
1 •
1 Option 2:
§1926.652 (b)(3) which
1 requires other tabulated
data (see de`.initicn) to
be followed.
FIGURE 2.- SLOPING OPTIONS
Option 3:
51926.652 (b)(4) which
requires the excavation
Ito be designed by a
registered professional
engineer.
i
1
1
1 255
Subpt. P, App. F 29 CFR Cl. 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 focr
options:
Option I
§1926.652 (c)(l) which requires
Appendices A and C to be followed
(e.g. timber shoring).
Option 2
S1926.652 (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).
I
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
PIPE ENLARGEMENT SYSTEM (PIPE BURSTING)
D2-13
CURED -IN -PLACE PIPE
D2-14
POLYETHYLENE SEWER LINER*
D2-15
SANITARY SEWER CONSTRUCTION
D2-16
CONCRETE STRUCTURES
D2-17
CLEANING AND INTERNAL TELEVISION OF EXISTING
SANITARY SEWERS
D2-18
SANITARY SEWER PIPE CONNECTIONS TO EXISTING MANHOLES
D2-19
RESTORATION
* Not included in this Contract
I I
I
I
I
I
I
II
L
C
11
I I
I
I
I
I
I
D2-1 SITE PREPARATION
X11
1. Clear areas necessary for performance of the work and
confine operations to that area provided through
easements, licenses, agreements and rights -of -way.
Entrance upon any lands outside of that area provided by
easements, licenses, agreements or public rights -of -way,
shall be at the Contractor's sole liability.
2. Do not occupy any portion of the project site prior to
the date established in the Notice to Proceed without
prior approval of the Owner.
3. Contractor shall be aware of certain requirements by
individual property owners as specified in Section F.
Not specified
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.
Surface obstructions
a. Tunnel under sidewalks, curb and gutter, drainage
structures and similar obstructions if tunneling is
best suited, otherwise sawcut the obstruction in
straight lines or remove it to the nearest
construction joint if located within five feet of
the centerline of the trench. In no case shall the
joint or line of cut be less than one foot outside
the edge of the trench. Reconstruct surface
obstructions removed to permit construction as
specified and to the dimensions, lines and grades of
original construction. Restore at no additional
cost to the Owner.
1 City of Fayetteville
D2-1(1) Sewer System Improvements
7j
L
b. Protect, move, or brace public and private utilities
as specified in Section D1-5.
c. Maintain mailboxes in the manner that the Postal
Service requires to prevent interruption of mail
delivery.
d. Site preparation includes the removal of trees,
shrubs, brush, crops, and other vegetation within
the limits of the easements (right-of-way), or as
may be provided for in licenses, permits and
agreements. All efforts shall be made to retain
existing landscaping. In the event that trees,
shrubbery, and hedges cannot be saved, then prior
approval of the Owner and the Owner's Representative
must be obtained before the existing landscaping is
removed.
1) Trees
All trees shall be saved
approved by the Owner and
Representative. Trim trE
the Owner's instructions.
2) Shrubbery
unless removal is
• the Owner's
es in accordance with
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.
3) Small Plants and Flowers
At least two weeks prior to the start of
construction, notify property owners of the
proposed starting date so that the property
owners can remove any small plants or flowers
e. Fences interfering with construction, and located
within public rights -of -way or as may be allowed for
in permits or agreements, may be removed only if the
opening is provided with a temporary gate
which will be maintained in a closed position except
to permit passage of equipment and vehicles, unless
otherwise herein specified. Fences within temporary
construction easements may be removed provided that
temporary fencing is installed in such a manner as
to serve the purpose of the fencing removed.
L
J
L.
L
I I
I
L
Il
I
I
I
I
r
L
City of Fayetteville
Sewer System Improvements D2-1(2)
I
I
I
I
I
I
I
I
Fencing removed shall be restored to the condition
existing prior to construction unless otherwise
specified. The Contractor is solely liable for the
straying of any animals protected or corralled or
other damage caused by any fence so removed.
Private Sewer Facilities
Make every reasonable effort to protect private
sewer facilities. Private sewer facilities are not
shown on the Plans. When these facilities are
disturbed or damaged by the work, make necessary
repairs to the facilities to maintain continuous
service prior to the close of the work day at no
additional cost to the Owner.
g. Property Pins
Preserve property corners, pins and markers. In the
event any property corners, pins, or markers are
removed by the Contractor, such property points
shall be replaced at the Contractor's expense and
shall be re -set by competent surveyors properly
licensed to do such work. In the event such points
are section corners or Federal land corners, they
shall be referenced and filed with the appropriate
authority.
h. Sodded and Landscaped Areas
Minimize disturbance to sodded and/or landscaped
thoroughfares and areas on or adjacent to improved
property. Do not use such areas as storage sites
for construction supplies and insofar as
practicable, keep free from stockpiles or excavated
materials.
3. Subsurface Obstruction
a. Where existing utilities and service lines are
encountered, notify the Owner thereof at least 48
hours (not including weekends and/or holidays) in
advance of performing any work in the vicinity.
' Excavate, install pipeline and backfill in the
vicinity of such utilities in the manner required by
the respective Owner and, if requested, under his
direct supervision. The Contractor shall be
responsible for damages to a public or private
utility that may occur as the result of the
construction.
b. Protect, move, or brace public and private utilities
as specified in Section D1-5.
I
City of Fayetteville
D2-1(3) Sewer System Improvements
C. Make a reasonable effort to ascertain the existence
of obstructions and locate obstructions by digging
in advance of machine excavation where definite
information is not available as to their exact
location. Where such facilities are unexpectedly
encountered and damaged, notify responsible
officials and other affected parties and arrange for
the prompt repair and restoration of service.
No contract prices are established for Site Preparation.
END OF SECTION D2-1
City of Fayetteville
Sewer System Improvements
D2-1(4)
D2-3 REPLACEMENT OF MANHOLE FRAMES AND GRADE ADJUSTMENTS
A. This section not included in this Contract.
END OF SECTION D2-3
D2-3(1) City of Fayetteville
Sewer System Improvements
C
I
IA
I
I
I
I
1
I
I
I
1
I
U
1l
1
I
I
I
D2-9 EXCAVATION
1. Pipeline excavation work shall be accomplished under the
supervision of a person experienced with the materials
and procedures which will provide protection to existing
improvements, including utilities and the proposed
pipeline.
2. The alignment, depth, and pipe subgrades of all sewer
trenches may be determined by overhead grade lines
parallel to the sewer invert, or by the use of a laser.
3. Do not open more trench in advance of pipe laying than is
necessary. One hundred (100) feet will be the maximum
length of open trench allowed on any line under
construction. Adequately protect open trenches.
4
In the even
Conservatio
encountered
notified.
notifies th
t hazardous wa
n and Recovery
work shall be
Work shall be
e Contractor.
stes as
Act of
halted
resumed
defined by the Resource
1976 (PL94-580) are
and the Owner shall be
only after the Owner
5. If the specified maximum trench widths are exceeded,
either through accident or otherwise, and if the Engineer
determines that the design loadings of the pipe will be
exceeded, the Contractor will be required to support the
pipe with an improved trench bottom. The expense of such
remedial measures shall be entirely the Contractor's own.
All trenching operations shall be confined to the width
of permanent rights -of -way, permanent easements, and any
temporary construction easements. All excavation shall
be in strict compliance with the Trench Safety Systems
Special Condition of this document.
6. Definitions
a. Rock Excavation
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
Engineer.
D2-9(1) City of Fayetteville
Sewer System Improvements
I
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.
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.
B. Materials I
Not specified.
C. Execution
1. Open Cut Method (Trenching) 1
a. General
Open cut (trench) pipeline excavations except as 1
otherwise specified or approved by the Engineer.
Minimize inconvenience and disturbance to the general
public.
Sort and stockpile the excavated material so the
proper material is available for backfill.
b. Trench Depths
Excavate trenches to depths required for proper pipe '
embedment. Overdepth excavation may be required when
the subgrade is unstable. Backfill overdepth
excavations with granular pipe embedment material,
unless otherwise directed by the Engineer.
c. Trench Walls '
Undercutting of trench walls is not permitted.
1
City of Fayetteville D2-9(2)
Sewer System Improvements
1
LI
d. Trench Widths
' 1) The bottom width of the trench at and below the
top of the pipe and inside the sheeting and
I bracing, if used, shall not exceed the trench
widths indicated on the Drawings.
2) If the allowable maximum widths are exceeded at
manholes, bore pits, tees, and in unstable earth
material, provide bedding adequate to develop the
required lateral support for the pipe and/or
provide a sufficient strength class of pipe to
accommodate the loading conditions as approved by
the Engineer.
e. Trench Safety
Trench safety shall be in accordance with
Section D1-10.
f. De -Watering
1) Should groundwater be encountered, Contractor
shall be responsible for utilizing a dewatering
system(s) to remove water from the excavations.
Contractor shall install and operate dewatering
system(s) to achieve the following:
a) Keep excavations free from water.
b) Maintain groundwater a minimum of 24 inches
below excavations.
c) Prevent displacement of surrounding soils.
2) Form dams, flumes or other works necessary to
keep the trenches clear of water while the sewers
and their foundations, and other foundation
works, are being constructed. Remove water from
such excavation in a manner that does not damage
property.
3) Repair pit excavations shall be kept free of
water and sewage during sewer pipe replacements
through final inspection. Plug lines upstream
I and if necessary provide bypass pumps of
sufficient capacity to reroute water and sewage
to a downstream manhole until pipe replacements
have been completed and bedding material has been
effectively placed and compacted. No bypassed
wastewater from the sanitary sewer shall be
allowed to discharge to natural or manmade
surface drainage, where plugging only is used
for flow control, the Contractor shall monitor
upstream manholes and prevent excessive surcharge
conditions.
D2-9(3) City of Fayetteville
Sewer System Improvements
E
(I
g. Unsuitable Soil
When unsuitable soil conditions are encountered under
sewers below the depth of standard bedding, replace
the unsuitable material with granular material of
gradation approved by the Engineer.
h. Blasting Areas
(1) Blasting of any kind for rock excavation or any
other purpose will not be allowed unless approved
by the Engineer.
(2) When blasting is permitted by the Engineer the
Contractor shall use the utmost care to protect
life and property. The Contractor shall comply
with all laws, ordinances, and the applicable
safety code requirements and regulations relative
to the handling, storage and use of explosives
and protection of life and property, and he shall
be responsible for all damage thereto caused by
his or his subcontractor's operations.
(3) Contractor shall provide insurance as required by
the Owner before performing any blasting. The
governing agency shall be notified at least
24 hours before blasting operations begin.
J
II
El
2. Tunneling, Boring and Jacking (Augering) I
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.
[l
Eli
II
I!
b. Casing Pipe ,
Casing pipe shall be steel pipe conforming to
ASTM A 139 with a minimum diameter as shown on the
Drawings. Corrugated steel casing pipe will be
considered on a case by case basis.
1) Minimum wall thickness shall be in accordance
with the following table:
City of Fayetteville D2-9(4)
Sewer System Improvements
Ii
II
II
Nominal Wall Thickness - Inches
Diameter of
Casing - Inches Under Railroads All Other Uses
• 14 0.250 0.188
16 0.282 0.188
17 0.312 0.250
20 0.344 0.250
' 22 0.375 0.250
24 0.406 0.281
26 0.438 0.281
28 0.469 0.312
, 30 0.469 0.312
32 0.500 0.312
34 0.531 0.312
36 0.563 0.344
42 0.563 0.375
48 0.563 0.375
60 0.563 0.375
2) Steel shall have a minimum yield strength of
' 35,000 psi.
3) Steel pipe shall have welded joints in accordance
with AWWA C 206.
fc. Cement -Sand Fill
' Annular space between lining and sewer pipe shall be
filled with stabilized cement -sand mixture from end
seal to end seal. The fill shall be placed inside
casing, tested and approved, in a manner that will
not disturb the alignment and/or grade of sewer pipe.
Cement -sand mixture used in casing conduits shall be
a mixture of one (1) part Portland Cement to five (5)
parts clean sand, thoroughly mixed prior to being
blown into the opening.
Id. End Seals
Construct end seals after sewer pipe has been
installed and approved. Brick shall be in accordance
' with ASTM C 32, Grade SS or SM and mortar in
accordance with ASTM C 270.
D2-9(5) City of Fayetteville
Sewer System Improvements
e. Wood Skids
Wood skids shall be provided as indicated on the Plans.
The wood shall be pressure treated with creosote,
pentachlorophenol, or salt type preservative in
accordance with APWA C 2. Cut surfaces shall be given
two (2) heavy brush coats of the same preservative.
Approved plastic collars are an acceptable alternative.
f. Carrier Pipe
Carrier pipe shall be Class 50 ductile iron pipe with
mechanical joints as specified in section D2-13.
g. Initial Testing
Air pressure, and/or exfiltration test shall be
successfully performed on the carrier conduit prior to
filling the void between casing and carrier conduits
with grout or other material, or the sealing of the
ends of the casing conduits.
3. Excavation Techniques Near Tree
a. When working close to trees which are not to be removed
and replaced, open cut excavation shall not occur
within the tree drip line. Install fence to ensure
construction activities will not occur in this area.
b. Pipelines which are required to be installed within
this prescribed zone shall be installed using a "short
tunnel" method. Pipe grades shall be maintained as
indicated on the Drawings.
c. Short Tunneling shall consist of power augering or hand
excavation. The tunnel diameter shall not be larger
than 1-1/2 times the outside pipe diameter.
Ii. - -u-fl a,i.z,CtvaaaR
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.
City of Fayetteville D2-9(6)
Sewer System Improvements
.1
L
II
C
L
L
P
II
1I
I,
I
I
I
I
I
I
I
1
I
I
1
L_I
I
I
I
I
Rock excavation shall be measured and paid for at the
Contract Unit Price per cubic yard in place. The trench
width for payment purposes shall be the actual trench
width or the maximum allowable trench width, whichever is
smaller. The maximum depth for payment purposes shall be
one -quarter (1/4) of the outside pipe diameter below the
bottom of the pipe or six inches whichever is greater.
Payment shall be made only if standard excavation
techniques cannot remove the rock. Pipe bedding required
in rock excavation areas in excess of the normally
specified bedding is not an eligible pay item.
Trench foundation material shall be paid for at the
contract unit price per cubic yard to include all
excavation, removal of the unsuitable soil, and
replacement with approved trench foundation material.
Quantities shall be based on the maximum allowable trench
width or the actual quantity installed, whichever is
less.
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.
6 Tree protection fencing will not be paid for separately,
but will be included in the cost of work items being done
in the area affected. Short tunneling will not be paid
for separately, but will be included in the cost of work
items in the area affected. It is the intent of these
specifications that all major trees are to be saved
(6" dia. and above). The Contractor is responsible for
determining in his bid, what and how many trees may be
affected by his work.
END OF SECTION D2-9
D2-9(7) City of Fayetteville
Sewer System Improvements
D2-10 BACKFILL
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.
1. Trench Foundations Materials: Three-inch minus river -
run or pit -run gravel, free from clay balls, roots, and
organic matter; well crushed gravel or crushed rock
graded with less than 8 percent by weight passing the
1/4 -inch sieve. Submit samples for approval prior to
delivery of the material to the site. Trench foundation
material shall only be used where unsuitable soil
conditions are encountered under sewers before the depth
of standard embedment as defined in Section D2-9.
Embedment:
a. Embedment material shall be 1-1/2 inch minus crushed
gravel or crushed rock, free from dirt, clay balls,
and organic material, well graded from coarse to
fine, containing sufficient finer material for
proper compaction, and less than 8 percent by weight
passing the No. 200 sieve. Arkansas Highway and
Transportation Department classification "Class -7
Base" shall qualify as embedment material.
b. Grit
Imported crushed limestone screenings from concrete
coarse aggregate, maximum size 1/2 -inch.
3. Trench Backfill: Trench backfill will be divided into
the general classification as follows:
a. Street Backfill: Street backfill material above the
pipe embedment material shall be crushed stone so
proportioned as to meet the requirements for a Class
7 aggregate as specified in Table 303-1 of the
Arkansas State Highway and Transportation Department
Standard Specifications for Highway Construction.
D2-10(1) City of Fayetteville
Sewer System Improvements
J
C.
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 responsible for the furnishing
of all labor, supervision, materials, equipment and
testing for the completion of backfill operations in
accordance with the Contract Documents.
a. Unless otherwise specified, all sewer trenches and
excavation around structures shall be backfilled to
the original surface of the ground.
b. The Contractor shall be
or damages which might
settlement of trench or
in the fulfillment of
within and during a pe
after the date of final
Owner, including the co
of damages filed with a
per
responsible for all damage
occur as a result of the
other backfill made by him
these Contract Documents,
of two (2) years from and
acceptance thereof by the
st to the owner of all claims
nd court actions brought
against the said Owner for and because of such
damage, and the repair to the satisfaction of the
Owner of any and each pavement, driveway, curb,
slab, walk, or structure damages by such backfill
settlement.
2. "Pavement Areas" shall be defined as all streets, paved
alleys, parking areas, driveways, curbs and gutters, and
sidewalks.
L
C
L
I
1
I
I
I
I
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.
City of Fayetteville D2-10(2)
Sewer System Improvements
c. Carefully place backfill materials to avoid damage
to or displacement of the pipeline and other exposed
utilities or structure.
d. Do not backfill with frozen material or when a
blanket of snow prevents proper compaction.
Backfill shall not contain waste material, trees,
organic material, rubbish or other deleterious
substances.
e. The backfill material shall be placed in lifts.
Each lift shall be compacted to the required density
prior to the next lift being placed.
f. In gardens or flower gardens, the original topsoil
shall be replaced to original elevation, location,
and depth. Minimum depth shall be twelve (12)
inches.
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.
c. Compaction Method
' Granular trench backfill shall be mechanically
compacted in layers of twelve inches loose measure.
Each layer shall be firmly compacted to 95 percent
' of maximum density as determined by ASTM D 1557
(Modified Proctor Test). Material may be compacted
by tamping or by using surface vibrators in such a
' manner as not to disturb or injure the pipe. At
least 48 inches of cover over sewer pipe shall be
provided before using mobile trench compactors of
the hydrohammer or impactor type.
d. Undermining of Paved Surfaces
Where undermining of paved surfaces has occurred,
Contractor shall remove the paved surface above the
undermined area prior to placing backfill.
e. Temporary Paved Surface
Provide cold mix asphalt at a minimum depth of
2 inches for a riding surface in all sewer trenches
in paved areas.
' D2-10(3) City of Fayetteville
sewer System Improvements
I
Backfilling in Areas Other Than Street Right -of -Way and
Pavement Areas
a. Backfill trenches using acceptable job excavated
materials or as. directed by the Engineer.
b. Backfill in layers of eighteen inches maximum and
mechanically compact to 90 percent of maximum
density as defined by ASTM D 1557 (Modified Proctor
test).
c. Place a minimum of 18 inches of granular backfill
above the top of pipe in areas where the existing
surface elevation is less than 24 inches above the
proposed top of pipe. The granular backfill shall
extend on foot from each side of the pipe and shall
be placed at a 1:1 slope to bedding material or the
existing ground surface.
4. Testing
All density tests shall be performed by per A.S.T.M.
standards by an independent testing laboratory whose
qualifications have been reviewed by the Engineer.
a. Tests shall be performed at two (2) feet vertical
intervals beginning at a level two (2) feet above
the top of all installed pipes and continuing to the
top of the completed backfill, at intervals along
the trench not to exceed 300 linear feet, to assure
a minimum density of 95 percent Proctor. Test
reports shall be furnished to the Engineer upon
completion of testing, as part of the qualification
for acceptance of the installed pipe. The Engineer
expects to perform unannounced spot checks of the
compaction tests for verification and control
purposes. These spot checks will be performed by
Engineer at Owner expense and will not be charged to
the Contractor. However, the Contractor will be
responsible for providing access and trench safety
system to the level of trench backfill to be tested.
No extra compensation will be allowed for exposing
the backfill layer to be tested or providing trench
safety system for tests conducted by the Engineer.
Any compaction tests performed by the Engineer as
described above will be performed by the Engineer
personnel at the Owner's expense and will not be
charged to the Contractor.
b. The cost of providing access to the level of trench
backfill to be tested will be a cost to the
Contractor, and no extra compensation will be
allowed for exposing of the backfill layer to be
tested by the Owner.
City of Fayetteville D2-10(4)
Sewer System Improvements
I
C
I
C
I
FT
I
I
I
I
I
I1
I
I
11
I
C. Trench compaction tests not conforming to specified
densities shall be paid for by the Contractor at no
additional cost to the Owner.
' 5. Responsibility of Contractor for Backfill Settlement
Wherever trenches or other excavations made by the
' Contractor in the performance of work under these Contract
Documents have not been properly filled, or where
settlement has occurred at any time prior to the
' 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
1 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.
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 location.
5. No separate payment will be made for the 2 inches of cold
' mix asphalt placed in sewer trenches in the pavement
areas.
' END OF SECTION D2-10
D2-10(5) City of Fayetteville
Sewer System Improvements
I
I
D2-12 PIPE ENLARGEMENT SYSTEM
(PIPE BURSTING)
C
Ii. Description
This specification includes requirements to rehabilitate
' existing sanitary sewers by the pipe enlargement system,
herein called Pipe Bursting or Pipe Crushing (Pipe
Bursting/Crushing). This system includes splitting or
bursting the existing pipe to install a new polyethylene
' pipe and reconnect existing sewer service connections.
2. Methods
This section specifies the approved system method or
process to include all labor, materials, tools, equipment
and incidentals necessary to provide for the complete
rehabilitation of deteriorated gravity sewer lines by the
Pipe Bursting/Crushing systems. Approved methods
include: the PIM Corporation (PIM System), Piscata Way,
New Jersey; McLat Construction (McConnell System for Pipe
Crushing), Houston, Texas; Miller Pipeline Corporation
(Xpandit System), Indianapolis, Indiana Pipe
Bursting/Crushing systems, and TT Technologies.
' 3. Definition
The Pipe Bursting/Crushing system is defined as the
reconstruction of gravity sewer pipe by installing an
approved pipe material, by means of one of the
pre -approved methods set forth in Section A.2 of this
' specification. The process involves the use of a static,
hydraulic or pneumatic hammer "moling" device, suitably
sized to break out the old pipe or using modified boring
' "knife" with a flared plug that implodes and crushes the
existing sewer pipe. Forward progress of the "mole" or
the "knife" may be aided by the use of hydraulic
equipment or other apparatus, as specified in the
approved methods. The replacement pipe is either pulled
or pushed into the bore. The method allows for
replacement of pipe sizes from 8" through 21" and/or
' upsizing in varying increments up to 21".
4. Quality Assurance
' a. The Contractor shall be certified by the particular
Pipe Bursting/Crushing system manufacturer that such
firm is a licensed installer of their system. No
' other Pipe Bursting/Crushing system other than those
listed in Section A.2. of these specifications is
acceptable.
D2 -12(l) City of Fayetteville
Sewer System Improvements
I
b. Personnel directly involved in Pipe Joining shall
receive training in the use of fusion joint equipment
and recommended methods for new pipe connections.
Personnel directly involved with installing the new
pipe shall receive training in the proper methods for
handling and installing the polyethylene pipe.
Training shall be performed by a qualified
representative.
5. Submittals
Submit for review and acceptance, the following
Contractor's Work Plan and Drawings to the Engineer.
a. Shop drawings, catalog data, and manufacturer's
technical data showing complete information on
material composition, physical properties, and
dimensions of new pipe and fittings. Include
manufacturer's recommendation for handling, storage,
and repair of pipe and fittings if damaged.
b. Location and number of insertion or access pits shall
be planned by Contractor and submitted in writing
prior to excavation for approval by the Engineer.
I
I
C
I
I
I
I
c. Method of construction and restoration of existing '
sewer service connections. This shall include:
1) Detail drawings and written description of the
entire construction procedure to install pipe,
bypass sewage flow and reconnection of sewer
service connections.
2) Working drawings for information only showing
sewage flow bypass, and maintenance of traffic.
Contractor shall provide for continuous sewerage
flow. Dewatering shall be the Contractor's
responsibility.
3) Certification of workmen training for installing
pipe.
4) Television inspection reports and video tapes
made after new pipe installation.
6. Delivery, Storage, and Handling
a. Transport, handle, and store pipe and fittings as
recommended by manufacturer.
b. If new pipe and fittings become damaged before or
during installation, it shall be repaired as
recommended by the manufacturer or replaced as
required by the Project Manager at the Contractor's
expense, before proceeding further.
City of Fayetteville D2-12(2)
Sewer System Improvements
I
I
c. Deliver, store and handle other materials as required
to prevent damage.
' 1. Polyethylene Piping Material
Li
I
H
I
I
I
I
I
I
I
LI
C
The pipe and fitting material shall be high density,
extra molecular weight (EHMW) polyethylene pipe material
conforming to ASTM D1248, Type III, Class C, category 5,
Grade P34, and have a PPI (Plastic Pipe Institute)
recommended designation of PE3408 and cell classification
345434C per ASTM D3350. The molecular weight category
shall be extra high (250,000 to 1,500,000) as per the Gel
Permeation Chromatography determination procedure with a
typical value of 330,000.
a) The interior of the pipe shall be a light reflective
color to facilitate closed circuit television
inspection.
b) The pipe material shall be listed by the Plastic Pipe
Institute (PPI) in PPI TR-4.. The pipe material shall
have as hydrostatic design basis of 1600 psi at 73 F
and 800 psi at 140 F.
c) The manufacturer's certification shall state that the
pipe was manufactured from one specific resin and
shall state the resin used and its source. All pipe
shall be made of virgin material. No rework, except
that obtained from the manufacturer's own production
of the same formulation, shall be used.
d) Pipe supplied under this specification shall have a
nominal IPS (Iron Pipe Size) outside diameter. The
Standard Dimension Ratio (SDR) and minimum pressure
rating of the pipe shall be SDR 17 - 100 psi. Pipe
with a lower SDR ratio and higher pressure rating
may be used in lieu of the minimum specified.
E) Pipe shall be sized by inside diameter. For example:
an 8" designated pipe shall have an 8" inside
diameter.
2. Tests
a) The pipe manufacturer shall provide certification
that samples of the production product meets these
specifications. The certification will state that
production product has been tested in accordance with
ASTM D2837, and validated in accordance with the
latest revision of PPI TR-3.
b) The pipe manufacturer shall provide certification
that stress regression testing has been performed on
the specific product. Certification shall include a
D2-12(3) City of Fayetteville
Sewer System Improvements
stress life curve per ASTM D2837 and testing shall
have been performed in accordance with ASTM 02837.
c) Rejection: Polyethylene plastic pipe and fittings
may be rejected for failure to meet any of the
requirements of this specification.
1. Sewer Service Connections
Sewer service connections shall be connected to the new
pipe by mechanical methods. Once the saddle is secured,
a hole shall be. drilled in the pipe the full inside
diameter of saddle outlet.
2. Mechanical Saddles
Mechanical saddles shall be made of polyethylene pipe
compound that meets the requirements of ASTM D1248, Class
C, have stainless steel straps and fasteners, neoprene
gasket and backup plate. Mechanical saddles shall be
Strap -on -Saddle Type as manufactured by Drisco pipe or
Tapping Saddle manufactured by DuPont, or approved equal.
Once service connection has been made, replacement pipe
saddle shall be completely encased in concrete.
3. Connection to Existing Service
Connections to the existing sewer service connections
pipe shall be made using shear resistent couplings. All
couplings shall be as manufactured by Fernco Joint Sealer
Co., DFW Plastics, Inc. or approved equal.
4. Service Interruptions
Service interruptions to homes shall not exceed 18 hours.
1. Bypassing Sewage
a. The Contractor shall bypass the sewage around the
section or sections of sewer to be rehabilitated.
The bypass shall be made by plugging existing
upstream manhole and pumping the sewage into a
downstream manhole or adjacent system or other method
as may be approved by the Engineer. The pump and
bypass lines shall be of adequate capacity and size
to handle the flow without sewage backup occurring to
facilities connected to the sewer.
b. The Contractor shall be responsible for continuity of
sanitary sewer service to each facility connected to
the section of sewer during the execution of the
work.
City of Fayetteville D2-12(4)
Sewer System Improvements
If sewage bypass or backups occur, the Contractor
shall be responsible for cleanup, repair, property
damage costs, claims and fines. A bypass or backup
shall be reported to City as soon as possible.
' 2. Line Obstructions
' If pre -installation (TV) inspection reveals an
obstruction in the existing sewer (heavy solids, dropped
joints, protruding service taps or collapsed pipe) which
will prevent completion of the pipe bursting/crushing
I. process, and cannot be removed by conventional sewer
cleaning equipment, then an obstruction removal shall be
made by the Contractor, with the approval of the
Engineer.
3. Sags in Sewer Line
ALL SAGS AND GRADE PROBLEMS IN EXISTING SEWER LINES SHALL
BE CORRECTED AS PART OF THIS CONTRACT. If the
pre -construction television inspection reveals a sag in
' the sewer line, the Contractor shall be responsible for
bringing the proposed sewer pipe to an acceptable grade
without a sag. A sag is defined as any sewer line
' segment more than 3 feet in length which ponds water in
the absence of sewage flow. The contractor shall take
the necessary measures to eliminate the sag by the method
of: pipe replacement, digging a sag elimination pit and
bringing the bottom of the pipe trench to a uniform grade
in line with the existing pipe invert or by other
measures that shall be acceptable to the Engineer and the
' City.
a. Identification of Sags: Sags shall be identified by
' television inspection in the absence of sewage flow.
If available, the Contractor shall be furnished
television tapes from the City identifying the sag
location. Flow shall be blocked at an upstream
' manhole and diverted to another sewer line or
downstream manhole below the segment of pipe to be
inspected. TV inspection shall be performed in
I. accordance with television inspection of sanitary
sewer lines. Video tapes shall be submitted to the
Engineer for review.
' b. Correction of Sags: Sags shall be corrected by open
cut replacement or by adding additional bedding
material to bring the sag back to grade where access
' is available. For pipe enlargement methods, all sags
identified on the pre -construction video tapes shall
be corrected prior to commencing with pipe
' enlargement.
In instances where sags are located under existing
structures, the existing sewer line may be relocated
' using open cut or boring methods. The Engineer shall
D2-12(5) City of Fayetteville
Sewer System Improvements
I
specifically
evaluate the
engineering
review potential relocation's and
Constructability, economics and
feasibility prior to construction work.
C. Measurement and Payment: Measurement
correct sags shall be per linear foot
construction to correct the sag. For
methods, open -cut or bore constructio
applicable bid prices in the proposal
apply.
Television Inspection
and payment to
of pipe
pipe bursting
n, the
section shall
Inspection of the pipelines shall be performed by
experienced personnel trained in locating breaks,
obstacles and service connections by closed circuit color
television. Television inspection shall be in accordance
with the specifications contained herewith for "Pre- and
Post -Construction Television Inspection of Sanitary Sewer
Lines".
r- # •-u-i-u ,.• • •e
Site Organization
a. Insertion or access pits shall be located such that
their total number shall be minimized and the length
of replacement pipe installed in a single pull shall
be maximized.
b. Existing manholes shall be utilized wherever
practical. Manhole inverts and bottoms may be
removed to permit access for installation equipment.
c. Equipment used to perform the work shall be located
away from buildings so as not to create a noise
impact. Provide silencers or other devises to reduce
machine noise as needed to meet requirements.
Finished Pipe
The installed replacement pipe shall be continuous over
the entire length of each pipe segment from manhole to
manhole and shall be free from visual defects such as
foreign inclusions, concentrated ridges, discoloration,
pitting, varying wall thickness, pipe separation, other
deformities. Replacement pipe with gashes, nicks,
abrasions, or any such physical damage which may have
occurred during storage and/or handling,, which are
larger/deeper than 10% of the wall thickness shall not be
used and shall be removed from the construction site.
The replacement pipe passing through or terminating in a
manhole shall be carefully cut out in a shape and manner
approved by the Engineer. The invert and benches shall
be streamlined and improved for smooth flow. The
installed pipe shall meet the requirements of the
I
I
I
I
I
I
I
I
El
I
I
C
L
P
I
city of Fayetteville D2-12(6)
Sewer System Improvements
I
I
I
I
I
I
I
Li
I
I
I
I
I
I
I
I
pressure test, internal inspection, and deflection tests
specified in Section D1-9. Deflection testing shall be
limited to 20 percent deflection.
3. Pipe Jointing
a. Sections of polyethylene replacement pipe shall be
assembled and joined on the job site above the
ground. Jointing shall be accomplished by the
heating and butt -fusion system in strict conformance
with the manufacturer's printed instructions.
b. The butt -fusion system for pipe jointing shall be
carried out in the field by operators with prior
experience in fusing polyethylene pipe with similar
equipment using proper jigs and tools per standard
procedures outlined by the pipe manufacturer. These
joints shall have a smooth, uniform, double rolled
back bead made while applying the proper melt,
pressure, and alignment. It shall be the sole
responsibility of the Contractor to provide an
acceptable butt -fusion joint. All joints shall be
made available for I inspection by the Engineer
before insertion. The replacement pipe shall be
joined on the site in appropriate working lengths
near the insertion pit. The maximum length of
continuous replacement pipe which shall be assembled
above ground and pulled on the job site at any one
time shall be 600 linear feet.
4. New Pipe Installation
a. Thread winch cable or chain and associated lines
through sewer section to be rehabilitated. Keep
lines away from pedestrian and vehicular traffic.
b. Existing manholes may be used for launch and
receiving access. Remove manhole invert and bottom
as required. Pull winch chain through sewer section
and attach to cutter and machine head. Lower into
launching manhole, apply winch tension pulling the
cutter and head into the sewer until the rear of the
machine is flush with the manhole wall. Attach steel
starter pipe and advance assembly until the rear of
the steel starter pipe is flush with the manhole
wall. Lower and hydraulic jack into the manhole and
align. Insert new pipe by simultaneous operation of
the jack and winching the cutter and head forward.
Anchoring New Pipe and Sealing Manholes
a. After the new pipe has been installed in the entire
length of the sewer section, anchor the pipe at
manholes. The new pipe shall protrude in the
manholes for enough distance to allow sealing and
trimming.
D2-12(7) City of Fayetteville
Sewer System Improvements
b. Sealing the new pipe at manholes shall not begin for
a minimum of twenty-four (24) hours after
installation. Provide a flexible gasket connector in
the manhole wall at the end of the new pipe, centered
in the existing manhole wall. Grout flexible
connector in the manhole, filling all voids the full
thickness of the manhole wall.
c. Restore manhole bottom and invert.
F.
1.
2.
linear foot of pipe
diameters of sewers
sewer from centerlin
will be made for the
price per linear foo
listed.
in
Service Reconnections
Pipe Installation
e
t
Pipe installation will be measured for payment by the
actually installed in the various
along the centerline of the
to centerline of manholes. Payment
quantities measured at the unit
for the various sewer diameters
Installation of sewer service connections will be
measured for payment by each actually reconnected to the
installed pipe. Payment will be made for the quantities
measured at the unit price per each listed. Payment
shall include required excavation and backfill, saddles,
couples, and all other incidentals necessary to
successfully reconnect sewer service lines to the
rehabilitated sewer. Payment shall not include pavement
replacement, which if required, shall be paid separately
Bypass Pumping
The Contractor shall provide diversion for the flow of
sewage around the section or sections of pipe designated
for rehabilitation. The pumps and bypass lines shall be
of adequate capacity and size to handle all flows. All
costs for bypass pumping required during installation of
the pipe shall be subsidiary to pipe enlargement.
Subsidiary Work
Any damage to utilities and property, resulting repairs,
temporary service costs, etc. shall be borne by
Contractor. Repair and/or replacement of fences,
sprinkler system piping and other such restoration work
resulting from Contractor activities shall be considered
subsidiary to the cost of the project and no additional
payment will be allowed.
City of Fayetteville D2-12(8)
Sewer System Improvements
Li
5. Testing
All cost for testing the replacement pipe by a pressure
method will be incidental to pipe installation.
END OF SECTION D2-12
I
I
I
I
11
I
I
11
Ii'
I
I
I
I
I
D2-12(9) City of Fayetteville
' Sewer System Improvements
I
I
I
I
I
I
I
I
I
C
I
I
The tube material shall meet the requirements of ASTM
F1216, Section 5.1. The resin system shall meet the
requirement of ASTM F1216. The chemical resistance
requirements shall conform to ASTM F1216, Appendix 2.
2. Sizing of the CIPP
The CIPP diameter, length and wall thickness shall be
appropriate for each designated location. The
Contractor shall verify the actual sewer lengths and
diameters in the field prior to cutting the tube to
' length and sizing the diameter.
a. The tube shall be fabricated to a size that when
installed will neatly fit the internal
circumference of the sewer designated for CIPP.
Allowance for circumferential stretching during
insertion shall be made as per manufacturer's
standards.
D2 -13(l) City of Fayetteville
Sewer System Improvements
D2-13 CURED -IN -PLACE PIPE (CIPP)
In fl3t4IU!
1. Description
The Contractor shall utilize the installation of
flexible sewer pipe (CIPP) in accordance with ASTM F1216
to restore the watertight condition of sanitary sewer
lines which would otherwise require various point
repairs and/or removal of cross connections. Due to
existing alignment conditions in the sewers to be lined,
only products meeting ASTM F1216 (Installation by
Inversion Method) will be accepted.
1. Cured -in -Place Material (CIPP)
The flexible tube material shall be a polyester fiber
felt tubing lined on one side with an elastomeric lining
and fully impregnated with a liquid, thermosetting resin
as specified. The polyester felt tubing, including the
elastomeric lining, polyester fiber felt and the
thermosetting resin shall meet manufacturer's standards.
The cured pipe shall be a hard impermeable pipe which
shall conform to the minimum structural standards
applicable including ASTM D-638 for 3,000 psi tensile
stress, ASTM D-790 for 4,500 psi flexural stress, and
ASTM D-790 for 300,000 psi modulus of elasticity. The
finished liner shall incorporate thermosetting materials
which will withstand the corrosive effects of normal
sewage. The Contractor shall provide a written
guarantee of his compliance with these standards.
C.
b. The length of the CIPP shall be that deemed
necessary by the Contractor to effectively carry
out the insertion and seal at the inlet and outlet
points. When cured, the CIPP should, extend from
end to end of the sewer segment being lined in a
continuous tight fitting watertight pipe -within -a-
pipe.
c. The CIPP shall be 3.5 mm thickness for pipe
6 inches in diameter, 4.5 mm thickness for pipe
8 inches in diameter, 6 mm thickness for pipe
10 inches in diameter, and 7.5 mm thickness for
pipe 12 inches in diameter, unless otherwise
specified on the Drawings.
Execution
1. General
CIPP installation shall be accomplished by inverting the
resin impregnated tube into the existing sanitary sewer
pipeline utilizing an inversion standpipe and
hydrostatic head. Curing of the CIPP shall be
accomplished by circulating hot water/steam to cure the
thermosetting resin into a hard impermeable pipe.
2. Preliminary Cleaning and Inspection
a. Prior to CIPP installation of designated sanitary
sewer line segments the Contractor shall remove
internal deposits as necessary to assure proper
liner installation.
b. Closed circuit television inspection of pipelines
shall be performed by experienced personnel trained
in locating breaks, obstacles, and service
connections. The interior of the pipeline shall be
carefully inspected to determine the location of
service laterals and the extent of any structural
failures, which may prevent proper installation of
lining materials into the pipelines. .
c. It shall be the responsibility of the Contractor to
clear the line of obstructions such as solids,
roots, dropped joints, protruding branch
connections or broken pipe that will prevent the
insertion of the liner. If inspection reveals an
obstruction not indicated in these specifications,
that cannot be removed by conventional cleaning
equipment, then the Contractor shall notify the
Engineer. The Engineer may authorize an excavation
in order to remove such obstruction.
City of Fayetteville D2-13(2)
Sewer System Improvements
I
Li
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
fI
F
I
I
I
1
I
[1
4.
5.
Documentation
Video tapes and a suitable log shall be provided by the
Contractor which shall document, to the satisfaction of
the Engineer, the condition of the sewer line segment
immediately before the lining has been installed. The
video tapes (VHS) and log shall become the property of
the Owner. The Contractor shall review the existing
condition of the line and justify to the satisfaction of
the Engineer any and all point repairs prior to any
construction. Post -construction television inspection
shall be conducted by the Contractor.
Flow Bypassing
The Contractor, when required, shall provide for the
transfer of flow around the section or sections of pipe
that are to be lined. The bypass shall be made by
diversion of the flow at an existing upstream access
point and pumping the flow into a downstream access
point or adjacent system. The pump and bypass lines
shall be of adequate capacity and size to handle the
flow. The proposed bypassing system shall be approved
in advance by the Engineer and the owner.
Notification of the Public
The Contractor shall notify all property owners affected
by the CIPP installation work at least 48 hours prior to
commencement of the work as sanitary sewer service will
be temporarily interrupted due to the lining work.
6. CIPP Installation
a. The Contractor shall designate a location where the
uncured resin in the original containers and the
unimpregnated liner will be vacuum impregnated
prior to installation. The Contractor shall allow
the Engineer to inspect the material and 'wet out'
procedure. A resin and catalyst compatible with
the requirement of this method shall be used. The
quantities of the liquid thermosetting materials
shall be in accordance with the manufacturer's
standards to provide the lining thickness
specified.
b. The wet out tube shall be inserted through an
existing manhole or other approved access by means
of an inversion process and the application of a
hydrostatic head sufficient to fully extend the
lining to the next designated access point. The
impregnated tube shall be inserted into the
inversion standpipe with the impermeable plastic
membrane side out. At the lower end of the
inversion standpipe, the tube shall be turned
inside out and attached to the inversion standpipe
D2-13(3) City of Fayetteville
Sewer System Improvements
I
so that a leak proof seal is created. The
inversion head will be adjusted to be of sufficient
height to invert the liner to the next access point
designated and to hold the liner snug to pipe wall
and to produce dimples at side connections and
flared ends at the entrance and exit access points.
The use of a lubricant is recommended and if used
such lubricant shall be approved by manufacturer's
standards. The manufacturer's standards shall be
closely followed during the elevated temperature
process curing so as not to over stress the felt
fiber and cause damage or failure of the liner
prior to cure. In certain cases, the Contractor
may elect to use a Top Inversion. In this method
the tube is pre -inverted to a distance that
corresponds to the minimum inversion head and
instead of attaching to an elbow at the base of the
inversion tube,.. the liner is attached to a top
ring.
c. After inversion is completed the Contractor shall
supply a suitable heat source and water
recirculation equipment. The equipment shall be
capable of delivering hot water to the far end of
the liner through a hose, which has been perforated
per manufacturer's recommendations, to uniformly
raise the water temperature in the entire liner
above the temperature required to effect a cure of
the resin. This temperature shall be determined by
the resin/catalyst system employed. The heat
source shall be fitted with suitable monitors to
gauge the temperature of the incoming and outgoing
heat exchanger circulating water. Thermocouples
shall be placed between the tube and the invert at
near and far access points to determine the
temperature of the tube and time of exotherm.
Water temperature in the line during the cure
period shall not be less than 150°F as measured at
the heat exchanger return line. Initial cure shall
be deemed to be completed when inspection of the
exposed portions of the liner appear to be hard and
sound and the thermocouples indicate that an
exotherm has occurred. The cure period shall be of
a duration recommended by the resin manufacturer,
as modified for the Insituform process, during
which time the recirculation of the water and
cycling of the heat exchanger to maintain the
temperature in the tube shall be continuous.
d.. The Contractor shall cool the hardened CIPP to a
temperatures below 100°F before relieving the static
head in the inversion standpipe. cool -down may be
accomplished by the introduction of cool water into
the inversion tube to replace water being drained
from a small hole made in the end of the CIPP at
City of Fayetteville D2-13(4)
Sewer System Improvements
I
I
I
I
tl
11
1
L
I
I
I
I
J
the downstream end. Care shall be taken in the
release of the static head such that a vacuum will
not be developed that could damage the newly
installed CIPP.
e. The finished CIPP shall be continuous over the
entire length of an insertion run and be free from
visual defects such as foreign inclusions, dry
spots, pinholes, and delamination. The CIPP shall
be impervious and free of any leakage from the pipe
to the surrounding ground or from the ground to the
inside of the CIPP. Any defects which will affect,
in the foreseeable future, or warranty period, the
integrity or strength of the CIPP, shall be
i repaired at the Contractor's expense, in a manner
mutually agreed by the Owner and the Contractor.
7. Completion of CIPP
a. If due to broken or misaligned pipe at the access
point, the CIPP fails to make a tight seal, the
Contractor shall apply a seal at that point. The
seals shall be of a resin mixture compatible with
the CIPP.
b. After the CIPP has been cured, the Contractor shall
reconnect the existing active service connections.
I Reconnection of service connections shall be
accomplished by external excavation unless
otherwise allowed by the Engineer. Any bypass
pumping that is required shall be provided at no
' additional cost where lining is being performed.
Service interruptions to any homes tributary to
this sewer line shall not exceed 18 hours.
C. The watertightness of the CIPP shall be gauged
while the tube is curing, and under a positive
head. After the work is completed, the contractor
will provide the Owner with a video tape showing
both the before and after CIPP conditions including
the restored connections. Upon completion of the
installation work, and after required testing
indicates the CIPP is acceptable, the Contractor
shall reinstate the project area affected by his
operation and perform any surface restoration in
accordance with these Specifications.
d. Service connections in CIPP lines shall be
externally reinstated with a saddle unless
otherwise directed by the Engineer. Contractor
shall remove the appropriate amount of carrier pipe
to allow the saddle to be directly connected to the
outside wall of the CIPP. An epoxy, meeting the
manufacturers recommendation, shall be applied to
the saddle to assure a water tight seal between the
D2-13(5) City of Fayetteville
Sewer System Improvements
1
saddle and insituform liner. The saddle shall be
secured with stainless steel bands. After the
epoxy has set, the Contractor shall completely
encase the saddle and exposed CIPP in concrete.
Care shall be used not to damage the CIPP, if
damage occurs as a result of the Contractor's
operations, the Contractor shall assume all cost
associated with the repair of the CIPP. '
e. Internal service reconnections shall be as noted in
the plans. For internal reconnections of service
laterals it is intended that they be reopened
without excavation, utilizing a remotely controlled
cutting device, monitored by a video TV camera.
The Contractor shall certify he has a minimum of
two (2) complete working cutters plus spare key•
components on the site before each inversion.
8. Manhole Connections '
All cracked or deteriorated material shall be removed '
from the area to be sealed. Thoroughly plug the annular
space between the liner and the host pipe with resin
used to impregnate the liner. Finish grout smooth and
flush with the interior manhole wall surface and make
watertight with non -shrink grout.
9. Testing Repaired Sanitary Sewer Lines
Following installation of CIPP, sanitary sewer liner
will be tested for watertightness utilizing television
• inspection concurrent with dyed water flooding. All
testing will be directed by the Engineer as specified in
Section D1-9.
D. Measurement and Payment
1. CIPP ,
Payment shall be made at the Contract Unit Price as
indicated on the Bid Schedule per linear foot of CIPP
installed for applicable sewer diameters. The Contract
Unit Price shall be payment in full for performing the
work and for furnishing all labor, supervision,
materials, excavation, backfilling, surface restoration
including sod and pavement as required, equipment, and
testing necessary to complete the work. ,
2. Obstruction Excavation
Payment shall be made at the Contract Unit Price I
indicated on the Bid Schedule. Payment shall include
excavation, backfill, restoration and up to fifteen (15)
City of Fayetteville D2-13(6)
Sewer System Improvements
I
linear feet of main line sewer replacement and any
related lateral and service connection work.
3. External Service Lateral Reinstatement
Payment for external reinstatement of service laterals
shall be made at the Contract Unit Price indicated on
I the Bid Schedule for each service reinstated. External
reinstatement shall include 4 linear feet of service
lateral. Payment shall include material and labor,
excavation, backfill and restoration necessary to
complete the work.
4. Internal Service Lateral Reinstatement
IPayment for internal reinstatement of service laterals
shall be at the Contract Unit Price indicated on the bid
1 schedule for each. No additional payment will be made
for excavations for the purpose of reopening connections
and the Contractor will be responsible for all costs and
liability associated with such excavation and
'restoration work.
5. Manhole Connections
' No contract prices are established for connections at
manholes, but shall be considered subsidiary to the cost
of the CIPP.
6. Pre and Post Television Inspection
Payment shall be made at the Contract Unit Price per
linear foot for each as indicated on the Bid Schedule.
F
IEND OF SECTION D2-13
I
I
I
D2-13(7) City of Fayetteville
Sewer System Improvements
D2-15 SANITARY SEWER CONSTRUCTION
A. General
1. Scope
This Section governs all work, materials and testing
required for installation of gravity pipelines of the
respective types and sizes shown on the Drawings for the
particular location and conforming to the requirements
of these specifications. All pipelines shall be
constructed to proper line and grade as shown on the
Drawings and shall result in an unobstructed, smooth and
uniform conduit.
I
I
2
3.
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.
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.
B. Materials
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.
D2-15(1) City of Fayetteville
Sewer System Improvements
I
c. Testing
Testing shall be performed by the manufacturer's
quality control personnel in conformance with
applicable standards. Testing may be witnessed by
Owner, Engineer, or an independent testing
laboratory. The Contractor shall provide three (3)
copies of certified test reports indicating that
material does conform to the specifications.
d. Handling
The manufacturer and contractor shall use equipment
and methods adequate to protect the pipe, joint
elements and prevent shock contact of adjacent unit
during moving or storage. Damaged sections that
cause reasonable doubt as to their structural
strength or watertightness will be rejected:
2. Pipe, Fittings, Joints, Coatings and Linings
a. General
I
I
I
I
I
I
Furnish pipe and fittings of materials, joint types,
sizes, strength classes, coatings and linings as
indicated and specified.
Rubber couplings shall be Fernco., Shear Ring type,
DFW/HPI Non -Shear type, 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.
I
I
I
I
I
I
City of Fayetteville D2-15(2)
Sewer System Improvements
Iu
I
3) Fittings
Fittings shall be in accordance with ANSI/AWWA
C 110/A21.10 and shall have a pressure rating of
not less than that specified for the pipe.
Fittings used with ductile iron pipe shall be
ductile iron or cast iron. Fittings for pipe
with mechanical joints shall have mechanical
joints. Fittings for pipe with push -on joints
shall have either mechanical joints or push -on
joints.
1 4) Coatings
Where required pipe and fittings shall be
furnished with exterior bituminous coating
conforming to ANSI A21.51.
IC. SDR 26 Polyvinyl Chloride (PVC) Plastic Sewer Pipe
and Fittings shall conform to ASTM D-3034 for pipes
4 inches through 15 inches in diameter. SDR 26
' Polyvinyl Chloride (PVC) sewer pipe and fittings
shall conform to ASTM D-2241 for pipes 18 inches in
diameter.
Ii) Furnish maximum pipe lengths normally produced
by the manufacturer except for fittings,
closures and specials.
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
I. 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
I primarily noncombustible compounding
ingredients.
I
D2-15(3) City of Fayetteville
Sewer System Improvements
3) Pipe shall have an integral wall bell and spigot
joint and a minimum wall thickness conforming to
SDR 26.
4) Joints shall conform to ASTM D 3212. Joints
shall be push -on type only with the bell -end
grooved to receive a gasket. Elastomeric seal
(gasket) shall have a basic polymer of synthetic
rubber conforming to ASTM F 477. Natural rubber
gaskets will not be allowed.
5) Fittings defined as 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 DIP 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 900.
e. Non -Metallic Water and Sanitary Sewer Pipe Detection
1. The detectable tape shall be "Detect Tape" as
manufactured by Allen Systems, Inc. or approved
equal, and shall consist of a minimum thickness
0.35 mils solid aluminum foil encased in a
protective inert plastic jacket that is
impervious to all known alkalis, acids, chemical
reagents and solvents found in the soil. The
minimum overall thickness of the tape shall be
5.5 mils and the width shall not be less than 2
inches with a medium unit weight of 2 1/2,
pounds/1" x 1000'.
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
I
City of Fayetteville D2-15(4)
Sewer System Improvements
C.
I
I
I
I
1. General
a. Install pipelines in accordance with the applicable
reference standard listed below and as specified
herein.
1) ASTM D 2321 - PVC Solid Wall, PVC Composite
Wall.
2) AWWA C 600 - Installation of Ductile Iron Water
Mains and 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.
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
above the top of pipe.
e. Place pipe that is to be concrete encased in proper
position on temporary supports consisting of wood
blocks or bricks with wood wedges. When necessary,
anchor or weight the pipe to prevent flotation when
the concrete is placed.
D2-15(5) City of Fayetteville
Sewer System Improvements
I
f. Place concrete for embedment or encasement uniformly
on each side of the pipe and deposit at
approximately its final position. Do not move
concrete more than five (5) feet from its point of
placement.
4. Pipe Laying
a. Pipe laying shall not proceed if the trench width as
measured at the top of pipe exceeds the maximum
allowable trench width. If this occurs the
Contractor shall provide, to the approval of the
Engineer better bedding for the pipe or pipe of
sufficient strength to provide safe supporting
strength.
b. Store and handle pipe and fittings with care to
prevent damage thereto. Do not use hooks to
transport or handle pipe or fittings. Do not drop
pipe or fittings.
c. Rejected pipe and fittings shall be marked and
removed from the Project Site at no cost to the
Owner. Examine pipe and fittings for soundness and
specification compliance prior to placement in the
trench.
d. Clean joint contact surfaces prior to jointing. Use
lubricants, primers, or adhesives as recommended by
the pipe' or joint manufacturer.
e. Pipe laying normally shall begin at the lowest
point.
f. Unless otherwise required, lay all pipe straight
between manholes. Excavate bell holes for each pipe
joint. When jointed, the pipe shall form a true and
smooth pipeline.
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.
City of Fayetteville D2-15(6)
Sewer System Improvements
b. Install tees at an angle of no more than forty-five
' (45) degrees or less with pipe springline, for pipe
sizes 8 through 21 inch diameter.
c. Reconnection of building service shall include
replacement of 4 linear feet of service lateral.
d. Install Building service lines with a straight
alignment and at a uniform grade not less than one
(1) percent unless otherwise specified. Embedment
shall be same as main sewer. When a building
' service line grade exceeds twenty (20) percent,
pipeline anchors shall be installed as required for
anchors, with the first anchor not more than twelve
(12) nor less than seven (7) feet upstream of the
wye.
e. Maintain an accurate record for submittal to the
1 Engineer of location, size and direction of each
tee, saddle and/or location, size and length of each
building service line. Locations shall use the
pipeline stationing as shown on the Plans, or the
distance from the first downstream manhole.
f. Contractor shall verify by testing all service
connections to determine if they are active or
inactive. Only active services shall be connected
to the existing sanitary sewer system. Inactive
services shall be plugged with hydraulic .cement. In
addition, the Contractor shall be responsible for
any liability associated with the accidental
plugging of active services.
g. All service laterals shall be inspected by the
Owner's Representative prior to reconnection to the
' replacement sewers. If the service laterals are
found to be in a deteriorated condition in the
opinion of the Owner's Representative, then the
' Contractor shall replace the service lateral to the
property line as directed by the Owner's
Representative.
h. All service laterals shall be tee connections.
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.
D2-15(7) City of Fayetteville
Sewer System Improvements
I
7. Anchors
Anchor pipelines in accordance with the table below: '
PIPELINE ANCHORS
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
least 18 inches shall be maintained between any
potable water supply and sanitary sewers.
City of Fayetteville D2-15(8)
Sewer System Improvements
1
2) Unusual Conditions - When local conditions
' prevent a vertical separation as described
above, the water main can be relocated.
10. Drainage Course Crossing
Pipelines that cross well-defined drainage courses and
have less than three (3) feet of cover shall be ductile
iron or concrete encased. The length of ductile iron
pipe or concrete encasement shall be as indicated, or if
not indicated, as specified by the Engineer.
11. Polyethylene Wrapping
' Polyethylene material for pipe encasement and 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.
I
8n
I
I
I
1 16
I
I
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.
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.
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.
Bypass Pumping
Perform bypass pumping for
wastewater shall discharge
drainage structures.
flow control. No bypassed
to natural or manmade
Abandonment of Existing Manholes
a. Prior to the abandonment of a manhole, Contractor
shall verify that no existing services will be
affected.
L
D2-15(9) City of Fayetteville
Sewer System Improvements
I
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 Dams
Clay dams shall be per detail shown on drawings.
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,
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.
I
I
L
I
I
City of Fayetteville D2-15(10)
Sewer System Improvements
L'
2. Trench Depth
Depth categories for payment purposes shall be zero to
six feet and four foot increments for pipe depths
greater than six feet. Trench depth shall be measured
from the surface of the ground to the flow line of the
pipe. Exceptions to this section include boring and
' jacking where no depth categories for payment purposes
shall be applicable.
3. Connect Service Laterals
' Payment for connection of service laterals to the
proposed replacement/relief sewer shall be at the
' Contract Unit Price indicated. Payment shall include
4 linear feet of the service lateral which may be
required to connect the service lateral to the proposed
replacement/relief sewer. Payment shall also include
1 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
I Payment for installation of service lateral cleanouts
shall be at the Contract Unit Price indicated. Payment
shall include furnishing and installation of the
cleanouts.
6. Internal Television Inspection
• Payment for cleaning, pre -television and post -television
inspection shall be at the Contract Unit Price
indicated.
7. Concrete Encasement of Sewer Pipe
Payment for installation of concrete encasement where
indicated on the plans or as directed by the Engineer,
shall be at the contract price per cubic yard. Payment
shall include all labor, materials, and form work
1 necessary to perform the work.
8. 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.
D2-15(11) City of Fayetteville
'
Sewer System Improvements
9. Clay Dams
Payment for clay dams shall be at the Contract Unit
Price indicated and shall include all labor and
materials necessary to complete the work.
10. Sewer Main Pipe
The unit price for sanitary sewer pipe 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.
END OF SECTION D2-15
City of Fayetteville D2-15(12)
Sewer System Improvements
I
I
I
I
I
I
I
I
I
I
I
I
I
D2-16 CONCRETE STRUCTURES
1. Description
This section describes the installation of new cast -in -
place concrete manholes, and 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.
i. 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.
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
' D2-16(1) City of Fayetteville
Sewer System Improvements
I
Gasket Material shall be GS/5 Precast Concrete Sealant
or CS -102 Con Seal, EZ-STIK, or equal. Trowelable
bitumastic material shall be GS -702 compound or equal.
Precast concrete grade adjustment rings shall conform to
the requirements of ASTM C-478 and shall be one
continuous structure. To accommodate steep surface
grades, non -uniform precast adjustment rings may be
manufactured so that they are two -inches deep on one
side and three -inches deep on the opposite side. In no
instance may any non -uniform precast adjustment rings be
less than two -inches thick or be of multiple piece
construction. Adjustment rings of uniform thickness
must be at least two inches thick.
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 a 1/8" 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 i" 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.
I
L
L
1
[_I
I
I
i_I
I
I
I
ri
I
I
I
City of Fayetteville D2-16(2)
Sewer System Improvements
I
I
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
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
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
D2-16(3) City of Fayetteville
'
Sewer System Improvements
H
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")
I
I
I
C
I
I
I
I
I
I
I
LI
I
I
I
City of Fayetteville D2-16(4)
Sewer System Improvements
I
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.
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
I. cracking during the curing process and to protect the
manhole during freezing temperatures. The manhole
shall not be backfilled for at least two (2) working
days after forms have been removed or a minimum of
three (3) working days after the concrete has been
placed.
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.
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.
c. 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
(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.
e. Preformed and trowelable bitumastic joint sealants
'
shall be Kent -seal, Ram-Nek, EZ-STIK, or equal. The
D2-16(5) City of Fayetteville
Sewer System Improvements
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.
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.
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.
5. Pipe holes at manholes shall be permanently sealed
watertight after installation of the connecting
pipelines.
[1
I
City of Fayetteville D2-16(6)
Sewer System Improvements
I
I
I
6. 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.
7. 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.
' e. Manholes in open fields, unimproved land, or drainage
courses shall be at an elevation directed by the
Engineer.
i
D2-16(7) City of Fayetteville
Sewer System Improvements
L
I
10.
Apply two coats of coal -tar epoxy paint to the manhole
exterior. Coating shall be in accordance with
Manufacturer's recommendation.
Testing
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.
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
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.
I
g. Repair. and patch defective areas with all fins and
other projections completely removed and smoothed.
1
City of Fayetteville D2-16(8)
Sewer System Improvements 1
11.
I
I
H
C
H
12
I
I
I
I
I
I
I
H
H
I
Reinforcement
a. Reinforcing steel shall be placed in accordance with
ACI 301 and ACI 318. When concrete is placed,
reinforcing shall be free of rust, scale, or other
coatings that will affect the bond. Reinforcement
shall be accurately placed, adequately supported, and
secured in position at intersections with annealed
wire not less than 16-ga or with clips. Reinforcement
shall be supported to keep it away from exposed
surfaces. Nails or other devices shall not be driven
into forms to support reinforcement.
b. Provide the following concrete cover unless otherwise
shown on the drawings:
Bottom face of slabs 1 inch
Top face of slabs 1 1/2 inches
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
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.
I
D2-16(9) City of Fayetteville
Sewer System Improvements
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.
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.
City of Fayetteville D2-16(10)
Sewer System Improvements ,
2. Shallow Manhole
Payment for shallow manholes will be made at the
Contract Unit Price for each manhole constructed. Such
payment and price shall constitute full compensation for
all labor, materials, equipment and for the completion
of all work shown on the drawings.
3. Concrete Collars
Payment
for a
concrete
collar
shall
be
included in the
Contract
Unit
Price for
paved
frame
and
grade sealing.
4. 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 D2-16
I
I
I
I
H
I
I
I
D2-16(11) City of Fayetteville
Sewer System Improvements
II
II
I
H.
D2-17 CLEANING AND TELEVISION INSPECTION
OF EXISTING SANITARY SEWERS
A. General
1. This section includes specifications for cleaning and
closed circuit television inspection and all associated
work for the pipe sizes and lengths of sewers
encountered.
2. All sewers are to be inspected following cleaning.
3. It is not required that television inspection be
provided by the Contractor during the cleaning
operation. However, he may do so at his own expense.
4. Contractor's operations are limited to daylight hours on
Monday through Friday except holidays unless previously
approved by the Engineer.
5. Contractor shall provide traffic control personnel
during operations to maintain safety of all personnel
and public traffic maintenance.
B. Materials
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
D2-17(1) City of Fayetteville
Sewer System Improvements
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 lines resolution.
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 natural
waterways or storm sewer systems. 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.
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.
City of Fayetteville D2-17(2)
Sewer System Improvements
1_J
I
I
I
I
I
I
I
Ti
I
I
Li
P1
L
I
I
2. Disposal of Debris
a. Under no circumstances shall sewage or solids be
dumped onto the ground surface, street or into
ditches, catch basins or storm drains.
b. All solids or semisolids resulting from the
operations shall be removed from the site by the
Contractor unless authorized or directed otherwise
by the Engineer. Trucks hauling solids or semisolids
from the site shall be watertight so that no leakage
or spillage will occur.
3. Internal Television Inspection
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, but preferably upstream to downstream, 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.
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
11
D2-17(3) City of Fayetteville
Sewer System Improvements
I
include obstruction excavations which shall be paid
for at the Contract Unit Price per each as indicated
in the Proposal.
Viewing
Telephones, portable radio, CB, walkie talkies, or other
electronic means of communication must be set up where
voice or manual communication is not feasible.. The
Contractor shall provide facilities for the purpose of
viewing the monitor while the. inspection is in progress.
5. Record Logs
a. Measurement in the sewer main shall be at the ground
level by means of a meter device. Marking on cable
or the like which requires interpolation for depth
of manhole will not be allowed.. Measurement meters
shall be accurate to 0.2 feet. A measurement target
in front of the television camera shall be used as
an exact measurement reference point, and the meter
reading shall show this exact location of the
measurement reference point. The first feature out
of the manhole or cleanout will be measured and used
as the initial reference point.
b. The Contra
equipment,
video tape
reel video
the course
videotaped
;tor shall furnish all cassette video
cassette video tape film for cassette
recording, and equipment. No reel to
recording or tapes will be permitted. In
of inspection, all sewer sections will be
in their entirety.
c. Defects shall be described and quantified verbally
on the videotapes by the Contractor. Where
appropriate, existing landmarks shall be identified.
d.. The cassette video tapes will be reviewed by the
Engineer for focus, lighting, clarity of view, and
technical quality. The Contractor shall maintain
sharp focus, proper lighting, and clear, distortion -
free viewing during the camera operations. The
Contractor shall maintain plugging and eliminate
steam in the line for the duration of the
inspection. Failure to maintain these conditions
will result in rejection of the video tape by the
Engineer. Any sewer line whose video tape is not
acceptable to the Engineer will be retelevised at no
expense to the Engineer or Owner.
e. Each individual cassette video tape shall be
properly labeled by the Contractor prior to
submittal to the Engineer. The label shall list the
Engineer's sewer line segment number, date,
City/owner, name of Contractor, and tape number.
City of Fayetteville D2-17(4)
Sewer System Improvements
f. Each set-up shall be described visually (by
superimposing a descriptive caption on the video
tape recording which identifies critical
information) and describe audibly on the video tape
recording, both at the initiation and at the
conclusion of the set-up. The line segment shall be
described by the Engineer's segment number which
included both basin and manhole numbers. The video
counter number shall be voiced on the video tape
recording and written on the record logs both at the
initiation and conclusion of each set-up.
D.
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/Pre Television Inspection
Payment
for
cleaning/pre
television
inspection
shall be
paid for
at
the Contract
Unit Price
per linear
foot.
END OF SECTION D2-17
I
J
I
D2-17(5) City of Fayetteville
Sewer System Improvements
I
' D2-18 SANITARY SEWER PIPE CONNECTIONS TO EXISTING MANHOLES
IA. General
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 drawings in this document.
IB. Materials
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.
I2. Flexible Gaskets
Openings for each connecting pipe shall be circular with a
compression type flexible rubber gasket cast integrally
into the manhole wall as shown on the drawings included in
this document. Flexible gaskets shall be manufactured in
' accordance with rubber joint specification ASTM C 443 and
shall meet the performance and test requirements of
ASTM C 425 for compression joints. Flexible gaskets shall
be A-Lok, Presswedge, or approved equal.
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 rubber gasket and the existing walls of the manhole.
' Where the grout has achieved sufficient strength so that it
will not be damaged, the pipe connection shall be made. After
the connection is made the bench and trough shall be repaired
using non -shrink hydraulic cement.
D2-18(1) City of Fayetteville
Sewer System Improvements
D. Measurement and. Payment
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 D2-18
City of Fayetteville D2-18(2)
Sewer System Improvements
D2-19 RESTORATION
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.
I
I
'J
Ii
LI
L
I
I
I
L
a. Coordinate surface restoration work with the
affected private property owners.
b. Private property over which the Owner has prior
rights (i.e. utility easement, sewer easement)
and/or has obtained rights -of -way, agreements,
licenses and/or agreements from the property owner
to allow construction of a sanitary sewer pipeline
and appurtenances, shall be restored in conformance
with these Contract Documents.
c. Restore Public property with strict adherence to the
requirements of the public body having jurisdiction
therein.
d. No restoration shall occur until testing is complete
and accepted by the 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 restoration including pavement, driveways,
sidewalks, curb and gutters, and sodding shall be in
accordance with the current edition of Arkansas Highway
and Transportation Department Standard Specifications
for Highway Construction.
1. Topsoil
a. Topsoil shall be free from large roots, sticks,
weeds, brush, stones or other litter and waste
products. A minimum of 4 inches compacted depth of
topsoil shall be used.
D2-19(1) City of Fayetteville
Sewer System Improvements
I
b. The soil texture shall be classified as loam or
sandy loam according to the following criteria:
Sand (2.0 to 0.05 mm diameter) 25-50% 45-85%
(No. 10 sieve)
Silt (0.05 to 0.002 mm diameter) 30-50% Less than 50%
(No. 270 sieve)
Clay (smaller than 0.002 mm 5-25% Less than 20%
diameter)
(Hydrometer analysis)
c. Soil texture shall be determined by utilizing
processes as prescribed in ASTM D 422 using the
No. 20 and No. 270 sieves and a hydrometer analysis.
2. Fertilizer
Fertilizer shall be a standard commercial 16-8-8,
uniform in composition, free flowing and suitable for
application with approved equipment, delivered to the
site in bags or other convenient containers each fully
labeled, conforming to applicable State laws.
3. Sod
a. Sod shall be approved nursery or field grown grass
that is native to the locality of the work and shall
match existing in the area of excavation. Sod shall
be well rooted in soil of such consistency that it
will not break, crumble or tear during handling and
placing. Sod shall be free of noxious weeds and
other objectionable plants and shall not contain
substances injurious to growth.
b. Grass shall be between 1-1/2 and 4 inches in length
when the sod is cut. The sod shall be cut within
48 hours of placement in rectangular pieces not less
than 12 inches in width and not less than one inch
in soil thickness. Keep sod in a moist condition
between the initiation of cutting and the completing
of placing and protect against exposure to the sun,
wind, freezing during transportation to the site,
and during storage prior to placing.
4. Seed
Grass seed shall be fresh and shall match existing grass
in the area of excavation.
Li
Li
I
L
L
L
I
L
LI
I
I
L
11
I
11
I
City of Fayetteville
Sewer System Improvements
D2-19(2)
5. Portland Cement Concrete
Portland Cement concrete shall have a minimum
compression strength of 3000 psi at 28 days, no less
than 5= sacks of cement per cubic yard, and shall
conform to ASTM C 94, Alternate 3. Reinforcement shall
be 6" x 6" No. 4 x No. 4 Woven Wire Fabric. No. 4 dowel
bars shall be provided of 3 foot centers, each side.
Minimum length of extension into existing base shall be
12 inches.
6. Curing Compound
Commercial grade conforming to ASTM C 309, Type I.
7. Reinforcing Steel
Conform to ASTM A 615, Grade 40.
8. Base Course
' Gravel for the base course shall be clean, hard, durable
pit -run crushed stone which is reasonably graded from
coarse to fine. Base course shall conform to Section
303 for Class 7 Base of the Standard Specifications for
Highway Construction and compacted as specified herein.
9. Gravel Surface Course
Gravel for surface course shall be clean, hard, and
durable, and shall be reasonably graded from coarse to
fine. The surface course shall conform to Section 303
for Class 7 Base of the Standard Specifications for
Highway Construction.
10. Asphalt Cement
I 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.
I
D2-19(3) City of Fayetteville
Sewer System Improvements
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.
Co Execution
1. Cleanup
Upon completion of installation and backfill operations,
clean and dress up the work area as follows.
a. Remove construction debris and litter from the site.
b. Remove excess excavation material from the site
including material which has washed into stream
beds, storm water facilities, streets, culverts,
etc.
c. Remove tools, equipment and construction materials
except for designated storage areas along the
pipeline, route. Maintain designated storage areas
in a neat appearing manner.
d. Restore surface and subsurface drainage and provide
drainage wash checks necessary to prevent soils from
being washed downstream.
e. Machine grade the area in preparation of final
grading, seeding, sodding, pavement replacement,
etc.
f. Restore all street signs and mail boxes.
g. Maintain adequate safety signs, barricades and
lights until final restoration of work area is
completed.
2. Finish Grading
Finish grade the area to lines and grades which existed
prior to the area being disturbed, with special
attention directed to proper surface drainage, and the
refilling of settled excavations with earth compacted to
densities required. The area shall be smoothed by
raking or dragging. Flower and vegetable gardens in
existence prior to this project shall have the
separately stored top soils restored unless otherwise
City of Fayetteville D2-19(4)
Sewer System Improvements
I
II
II
I
I
1
1
1
1
I
II
I
I
I
I
I
I
I
I
I
I
I
I
I
3.
4.
required. Areas to be sodded or seeded shall have a
minimum four inch depth of topsoil.
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.
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,
D2-19(5) City of Fayetteville
Sewer System Improvements
C
reducing all soil particles to a size not larger
than 2 inches in diameter. The prepared surface
shall be relatively free from all weeds, stones,
roots, and sticks. No seeds shall be sown until the
seed bed has been approved by the Engineer.
b. Spread fertilizer nutrients over the area at a rate
of 160 pounds per acre (nutrient weight only) or as
recommended by the manufacturer.
c. Mechanically apply grass seed.
d. Do not seed during high winds or when the seed bed
is too wet for working. Within 12 hours lightly
rake seeded areas and roll with a 200 pound roller.
After raking and rolling, water the seeded areas
with a fine spray until a uniform moisture depth of
one inch has been obtained.
e. In lieu of mechanical application of seed, hydraulic
application may be used. The seed slurry shall be
constantly agitated until pumped from the tanks.
The seed shall not be allowed to set in water more
than four hours before application.
f. Water seeded areas as required for the seed to
maintain suitable growth for at least three mowings
performed a minimum of one week apart.
g. Reseed areas where the grass did not take.
5. Tree, Bush, and Hedge Transplanting and Replacement
a. Existing trees, bushes, and hedges which cannot be
tied back or trimmed to prevent damage and require
removal because of the proposed construction shall
be transplanted with a tree spade or replaced. Tree
removal shall include removal of stump and roots
four inches below grade. Transplanting shall be at
the location directed by the Owner's Representative.
After digging the plants, properly store them until
they can be transplanted. Replacement plants shall
not be delivered until they can be planted.
b. Plant during the proper seasons. Do not plant in
frozen soil or during unfavorable weather
conditions. Dig tree pits of such size as to
provide ample space for the entire root system, as
the tree comes from the nursery, without crowding or
bending the roots. The pits shall be 12 inches wider
than the ball diameter, have vertical sides, and be
six inches deeper than the thickness of the ball.
I
I
C
III
I
II
I
I
II
I
1
V
City of Fayetteville D2-19(6)
Sewer System Improvements
J
I
I
I
[_I
I
I
I
I
I
11
I
I
I
I
C1
I
I
ii
Thoroughly loosen the soil in the bottom of the pit
by spading to a depth of six inches. Dig holes
immediately before planting. Dispose of soil earth
dug from the tree pits.
c. Set trees at a depth slightly below finished grade,
half -fill the hole with planting soil and thoroughly
water. Loosen and fold down the upper half of the
burlap, fill the hole with planting soil and
thoroughly water. Fill the top two inches with a
well -rotted mulch.
d. After planting, prune the branches in proportion to
the amount of root system lost in the transplanting
operations but in such a manner as to retain the
form typical of the tree. In general, remove
approximately one-third of the branch structure.
Pruning shall be done by expert workmen in such a
manner as to insure healthy and symmetrical growth
of new wood.
e. After planting, wrap trunks of trees planted after
October 15 with special tree wrap from the crotch of
the first major branches down to the ground. Tie
wrapping with cotton twine to keep the wrapping in
place.
f. Plant trees vertically. Trees found leaning during
the guarantee period shall immediately be staked
with two 2 -inch by 3 -inch wood stakes, eight feet
long, pointed on one end. The stake shall be long
enough to properly support the tree. Drive the
stakes to a depth of 18 inches below the bottom of
the tree pit. Locate the stakes on the north side
and of the south side of the tree, and 12 inches to
18 inches from the trunk. Do not drive stakes into
the ball and burlap. Guy the trees using a figure
eight hitch consisting of No. 14 gauge wire encased
in a section of rubber hose.
Restoration of Pavement Surfaces
a. General
1) Restore (unless otherwise specified or ordered
by the Owner's Representative) permanent type
pavements, sidewalks, driveways, curbs, gutters,
and surface structures removed or disturbed
during or as a result of construction operations
to a condition which is equal in appearance and
quality to the condition that existed before the
work began. The surface of all improvements
shall match the appearance of the existing
surface.
D2-19(7) City of Fayetteville
Sewer System Improvements
2) Pour concrete only after inspection by the
Engineer of the pouring site to verify proper
forms and reinforcement. Reinforcement shall be
equal in quantity and type of materials to
reinforcement that existed prior to the work, or
as indicated in the plans or specifications.
3) Sawcut existing paved surfaces to provide a
straight joint between thefl existing and new
surface. Sawcutting shall be full depth and
square or rectangular in shape.
4) Cure and protect all exposed concrete installed
under this contract in accordance with the
reference standard.
5) Allow concrete to attain a minimum 7 day
strength before allowing traffic or construction
equipment on the concrete.
6) Remove entire sidewalk squares. Removal of
partial squares shall not be allowed.
b. Concrete Sidewalks
1) Concrete sidewalks shall consist of a minimum
thickness of five inches of nonreinforced
Portland cement concrete over four inches of
compacted granular material.
2) Increase sidewalk thickness to six inches when
crossing driveways.
3) Place one-half inch preformed bituminous
expansion joints at junctions with existing work
and at intervals not exceeding 50 feet, or as
directed by the Engineer.
4) Sawcut existing sidewalks at construction
joints. Patching existing sidewalk squares
damaged during construction activities shall not
be allowed.
5) When removing portions of a concrete sidewalk,
an entire "Square" shall be removed. Removal of
a partial sidewalk "Square" shall not be
allowed.
c. Concrete Curb and Gutter
I
I
[l
I
1) Curb and Gutter dimensions and cross sections
shall conform with existing installations.
1
City of Fayetteville D2-19(8)
Sewer System Improvements
' 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.
h. Construction Of Asphalt Concrete Pavement
Lay asphalt concrete over the base course in a
single lift and the compacted depth shall be
3 inches. The method of proportioning, mixing,
transporting, laying, processing, rolling the
material, and the standards of workmanship shall
D2-19(9) City of Fayetteville
Sewer System Improvements
I
conform to the applicable requirements of ,
Section 408 of the Standard Specifications.
The Engineer will examine the base before the paving
is begun and bring any deficiencies to the
Contractor's attention to be corrected before the
paving is started. Roll each lift of the asphalt
concrete and compact to the density specified in the
referenced Standard Specification for Highway
Construction. The grade, line, and cross section of
the finished surface shall conform to the Drawings.
Asphalt or asphalt stains which are noticeable upon
surfaces of concrete or materials which will be
exposed to view shall be promptly and completely
removed.
i. Asphalt Concrete Pavement Replacement For Pipe
Trenches
Bring the trench to a smooth, even grade at the
correct distance below the top of the existing
pavement surface so as to provide adequate space for
the base course and pavement.
All required paving cuts shall be made with a
concrete saw in a true and straight line on both
sides of the trench, a minimum of twelve (12) inches
outside the trench walls. The trench shall be
backfilled and the top nine (9) inches shall be
filled with required materials as shown on paving,
details, compacted and level with the finished
street surface. This finished grade shall be
maintained in a serviceable condition until the
paving has been replaced. All resident's driveways
shall be accessible at night and over weekends.
It has been determined by Engineer that the strip of
existing HMAC pavement between the existing gutter
and the edge of the trench pavement repair will not
hold up if such strip of existing pavement is two
(2) feet or less in width.
Therefore, at the location in the project where the
trench wall is three (3) feet or less from the lip
of the existing gutter, the Contractor shall be
required to remove the existing paving to such
gutter. The pavement repair shall then be made from
a minimum distance of twelve (12) inches outside the
trench wall nearest the center of the street to the
gutter line.
Compact the subgrade with mechanical vibratory or
impact tampers to a minimum of 95 percent of maximum
as determined by ASTM D.1557. Any subsequent
settlement of the finished surfacing during the
I
I
L
Ii
I
Li
I
I
Li
I
I]
I
I
City of Fayetteville D2-19(10)
Sewer System Improvements
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
warranty period shall be promptly repaired by the
Contractor, at the Contractor's sole expense.
Place sufficient base course on the subgrade to
obtain a thickness of 6 inches after compaction.
Place for the full width of the trench and process
as required to provide a smooth surface without
segregation.
Compact the base course with mechanical vibratory or
impact tampers to a minimum of 95 percent of maximum
as determined by ASTM D 1557. Any subsequent
settlement of the finished surfacing during the
warranty period shall be promptly repaired by the
Contractor, at the Contractor's sole expense.
Place base course under all pavement to be replaced
and, in addition, under gravel surfaced shoulders
and other graveled areas.
After the leveling course has been compacted, apply
an asphalt prime coat, specified above, at 0.20 to
0.30 gallon per square yard to the surface of the
leveling course and to the edges of the existing
pavement.
Place the asphalt concrete on the prepared subgrade
over the trench to a compacted depth of not less
than 3 inches or the depth of the adjacent pavement,
whichever is greater. Spread and level the asphalt
concrete with hand tools or by use of a mechanical
spreader, depending upon the area to be paved.
Bring the asphalt concrete to the proper grade and
compact by rolling or the use of hand tampers where
rolling is impossible or impractical.
Roll with power rollers capable of providing
compression of 200 to 300 pounds per linear inch.
Begin the rolling from the outside edge of the
replacement progressing toward the existing
surfacing, lapping the existing surface at least 1/2
the width of the roller. If existing surfacing
bounds both edges of the replacement, begin rolling
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.
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.
D2-19(11) City of Fayetteville
Sewer System Improvements
I
Immediately after the new paving is compacted, all
joints between new and original asphalt pavement
shall be painted with hot asphalt or asphalt
emulsion and be covered with dry paving sand before
the asphalt solidifies.
The surface smoothness of the replacement pavement
shall be such that when a straightedge is laid
across the patch area between the edges of the old
surfacing and the surface of the new pavement, the
new pavement shall not deviate from the straightedge
more than 1/4 -inch.
The pavement shall be replaced within a maximum of
five (5) working days, providing job placement
conditions will permit repaving. If paving
conditions are not suitable for repaving, in the
opinion of the Owner, the repaving shall be done at
the earliest possible date.
j. Asphalt Highway Repair
Asphalt Highway Repair shall be in accordance with
the Arkansas State Highway and Transportation
Department Standard Specifications for Highway
Construction.
k. Concrete Highway Repair
Concrete Highway repair shall be in accordance with
the Arkansas State Highway and Transportation
Department Standard Specifications for Highway
Construction.
1. Weather Conditions
Asphalt shall not be applied to wet material.
Asphalt shall not be applied during rainfall, sand
or dust storm, or any imminent storms that might
adversely affect the construction. The Engineer
will determine when surfaces and material are dry
enough to proceed with construction. Asphalt
concrete shall not be placed (1) when the
atmospheric temperature is lower than 40 degrees F,
(2) during heavy rainfall, or (3) when the surface
upon which it is to be placed is frozen or wet.
Asphalt for prime coat shall not be applied when the
surface temperature is less than 50 degrees F.
Exceptions will be permitted only in special cases
and only with prior written approval of the
Engineer.
I
C
I
1
[]
I
I
Li
I
I
1
II
I
L
I
City •of Fayetteville D2-19(12)
Sewer System Improvements
I
I
in. 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.
D2-19(13) City of Fayetteville
Sewer System Improvements
c. Concrete sidewalk removal and replacement at the
Contract Unit Price per 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.
2. Additional widths necessary at manholes and special
structures shall not be measured. The cost of such
additional removal and replacement shall be included in
the unit price for manholes and special structures. The
length of curb and gutter crossing the conduit shall be
paid for at the maximum trench width as given in the
trench width table plus one foot on each side of the
trench.
3. The Contractor may elect to construct the conduit by
boring or jacking with the approval of the Engineer. In
such an event he shall be compensated by payment of
units of driveways, sidewalks, or curbs and gutters
which would have been measured for payment had open cut
methods been employed.
4. Payment for all other surface restoration shall be
considered a subsidiary obligation of the Contractor and
shall be included in the bid price for the item affected
thereby.
5. If restoration work is not completed, 30 percent of the
Contract Price will not be eligible for payment.
END OF SECTION D2-19
I
I
II
City of Fayetteville D2-19(14)
Sewer System Improvements