Loading...
HomeMy WebLinkAbout75-99 RESOLUTIONRESOLUTION NO 75-99 • A RESOLUTION AWARDING BID NO. 99-49 IN THE AMOUNT OF $433,361.48, PLUS $43,361 PROJECT CONTINGENCY TO MOBLEY CONSTRUCTION FOR THE CONSTRUCTION OF DRAINAGE IMPROVEMENTS TO BOARDWALK SUBDIVISION AND RIDGELY MANOR DRIVE AREA ; AND APPROVAL OF BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS• Section 1. That the City Council hereby awards Bid No. 99-49 in the amount of $433,361.48, plus $43,361 project contingency to Mobley Construction for the construction of drainage improvements to Boardwalk Subdivision and Ridgely manor drive area; and authorizes the Mayor and City Clerk to execute a contract for said amount. A copy of the bid tabulation and contract is attached hereto marked Exhibit "A" and made a part hereof. Section 2 The City Council hereby approves a budget adjustment in the amount of $451,500 increasing Bridge and Drainage Improvements, Acct. No. 4470 9470 5817 00, Project No. 98038 20, by decreasing Bridge and Drainage Improvements, Acct. No. 4470 9470 5314 00, Project No. 96004 20 in the amount of $75,000 and Use of Fund Balance, Acct. No. 4470 0947 4999 99 in the amount of $376,500. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. RXigED AND APPROVED this l s` day of June , 1999. APPROVED: By: SU -ow' F ed Hanna, Mayor i ATTEST: �j BY`�;i/ Ad ,' 4' Heather Woodruff, City C e • ' City of Fayejteville, Arkansas Budge% Adjustment Form EXHIBIT B Budget Year 1999 Department: Sales Tax Capital Improvement Fund Division: Program: Date Requested 05/11/99 Adjustment # Project or Item Requested: Additional funding is requested for the Londonderry Drainage Improvements project. Project or Item Deleted: None Use of fund balance and a portion of Drainage Study and Master Plan is proposed for this adjustment. Justification of this Increase: The additional funds are needed to fully fund the project cost based on bids received. Justification of this Decrease: Sufficient cash and investments exist in Sales Tax Capital Improvement Fund to fund the additional cost of this project when combined with a portion of the project funds from the Drainage Study and Master Plan Project. Increase Expense (Decrease Revenue) Account Name Amount Account Number Project Number Bridge and Drainage Improvemi 451,500 4470 9470 5817 00 98038 20 Decrease Expense (Increase Revenue) Account Name Amount Account Number Project Number Bridge and Drainage Improvem' 75,000 4470 9470 Use of Fund Balance 376,500 5314 00 96004 20 4470 0947 4999 99 Approval Signatures Admin. Se Mayor C -/t-4-5 it /t -4 - Budget Office Use Only /� Type: A B C f u� E Date of Approval �J Posted to General Ledger Posted to Project Accounting Entered in Category Log Blue Copy: Budget .k Research / Yellow Copy: Requester C:WPPS9BUDGE7\BUDGTADI\LONDON FAYETTEVILLE , THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Jim Beavers, City Engineer From: Heather Woodruff, City Clerk Date: June 3, 1999 Attached is a copy of the resolution approving the contract and budget adjustment for the drainage improvement in the Boardwalk Subdivision Please forward original contracts assoon as they are available. cc. File. cc. 51-wc T v1s '"` 1- \/o to-Ack.Fie Ids, lvrle.YLtJ Au ct44- 'FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor Thru: Charles Venable, Public Works DI Don Bunn, Asst. PW Director Steve Davis, Budget Coordinato )tore From: Jim Beavers, City Engineer Date: 10 May 99 �//%% Re: Agenda Request, Council Meeting of May 18, 1999. /093 7S -Q9 MICROFILMED Supplemental information - Bid opening results and recommendation - proposed construction contract and project contingency for the construction of the proposed "Drainage Improvements to Boardwalk Subdivision and Ridgely/Manor Drive Area". Bids were opened Monday May 3, 1999 for the Drainage Improvements to Boardwalk Subdivision and Ridgely/Manor Drive Area. The City received two bids as follows: Mobley Construction - $433,361.48. Sweetser Construction - $462,898.75. The engineer's estimate (Milholland) was within 10% of the low bid. The engineer has reviewed the bids and recommends awarding the bid to the low bidder, Mobley Construction with a bid of $433,361.48. Staff requests that the City Council: A) Award the construction contract to Mobley Construction in the amount of $433,361.48, Page 1of2 • B) Approve a budget adjustment to fully fund the project. Approve a project contingency for potential changes to the construction contract , material testing, utility relocations, easements/ lands, additional drainage to the south .. . Authorize the Mayor to expend the approved project contingency funds as necessary for completion of the project. Please refer to the estimated project costs below. C) Establish an off-site assessment for future developments which utilize the proposed drainage improvements (refer to agenda memorandum). D) Concurrent condemnation of easements within the Lewis property (separate agenda item also on the May 18 agenda). The estimated total project costs are: Engineering (Milholland) $38,000 Cost -share with the AHTD 45,000 land (estimated) 44,000 utility relocations (estimated) 22,584 future improvements south in connection with the AHDT cost -share) 10,000 construction 433,361 Construction contingency 43,361 Materials testing 5,000 general contingency 10.000 total estimated project costs $651,806 Original budget (CIP) $200,000. Budget adjustment required $451,306. Estimated future developer contributions $80,000 ($74,258 from Summersby (Marvin Gardens) and $5,742 from other). A budget adjustment, in the amount of $451,500 is attached for review and approval. Page 2 of 2 Ets 7S STAFF REVIEW FORM x AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of May 18. 1999 FROM: Jim Beavers Engineering Public Works Division Department Name ACTION REQUIRED: Approval of: a) Proposed construction contract and project contingency for the construction of the proposed "Drainage Improvements to Boardwalk Subdivision and Ridgely/Manor Drive Area " b) a budget adjustment to fully fund the project c) establishing off-site assessment for future developments which utilize the proposed drainage improvements d) concurrent condemnation of easements within the Lewis property - separate agenda item also on the May 18, 1999 agenda. The Contract bid opening will be held Monday May 3, 1999. The proposed contract, costs and budget adjustment will be furnished prior to, or at, the May 11, 1999 agenda session. COST TO CITY: $ To be provided Cost of this Request 4470-9470-5817.00 Account Number 98038-0020 Project Number $ 166.819 Londonderry Drainage Category/Project Budget Category/Project Name $48 680 Funds Used To Date $118,139 Remaining Balance Drainage Improvements ProgramName Sales tax Fund BUDGET REVIEW Budget Coordinator x Budgeted Item 9q x :udget Adjustment Attached (to be furnished) imstrative Services Director ONTRACT/GRANT/LEASE REVIEW Accpugtin ik City Attdiite Date/ Iz Date l V IQ / GRANTING GFNCYY: ternal Purchasing Officer Date editor Aa?57J agni‘ciabuctlit ADA Coordinator Date STAFF RECOMMENDATION: Approval of items a -d above. on Head Date De rtment Dlrec or Date Adtftinistrative Services Director Mayor Date Date 4/28/17 kPAgoq Cross Reference New Item: Yes _ No_x_ Prev Ord/Res #: 22-98 Orig Contract Date: FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor Thru: Charles Venable, Public Works Director From: Jim Beavers, City Engineer Date: 27 April 1999 77�� Re: Agenda Request, Council Meeting of May 18, 1999. (A) Proposed construction contract and project contingency for the construction of the proposed "Drainage Improvements to Boardwalk Subdivision and Ridgely/Manor Drive Area" (B) Proposed budget adjustment to fully fund the project. (C) Establishing a off-site assessment for future developments which utilize the proposed drainage improvements. (D) Concurrent condemnation of easements within the Lewis property (separate agenda item also on the May 18 agenda). 1. Project Background. During the development review and Planning Commission process in 1996 for the proposed Marvin Gardens subdivision (west of Highway 265, north of Manor Drive and south of Boardwalk Subdivision) citizens voiced concems over existing drainage problems in the area The Planning Commission recommended that the City perform a drainage study and improvements in the Ridgely, Manor and Crossover areas (September 23, 1996). After a formal selection process, in compliance with state law and City purchasing regulations, the City entered into a contract with Milholland Engineering on October 29, 1996 for the "Partial Drainage Study of Mud Creek Tributary and White River Tributary" (a.k.a. the drainage study in connection with the proposed Marvin Gardens Subdivision). Page 1 of 5 The drainage study was performed by Milholland Engineering to December 1996. The drainage study noted existing problems along Highway 265, Ridgely and Manor Drives and within the Boardwalk Subdivision. The report includes the following: Ridgely Drive - existing road side ditches and driveway culverts undersized (for today's standards) Manor Drive - street culverts undersized. Londonderry and Meandering Way - existing system undersized, calculated flooding in one home, flooding of yards in other areas. The report also investigated the effects of the propose development (Marvin Gardens). Based upon this drainage study the 1998 CIP and Budget included $200,000 for drainage problems in the Boardwalk area and the Ridgely/Manor area. The $200,000.00 was a rough predesign estimate and in retrospect too low. 2. Design contract. The City Council approved an engineering contract with Milholland Engineering on February 17, 1998 for the design and construction management of drainage improvements for the Boardwalk area and the Ridgley/Manor area. 3. Alternate designs. Milholland Company's engineering design included the review of different routing options. a. The Boardwalk area and north. For the Boardwalk area, Milholland Company considered: additional pipes at the locations of the existing pipes in the Boardwalk subdivision, combining the flow with the AHDT improvements and routing north along Highway 265 and then west to the pond, new pipe routing in the rear of the existing homes (the south side on Londonderry and Meandering Way), new pipe routing off-site, in the undeveloped areas south of the property line of the subdivision. Based upon considerations of pipe lengths, utilities, rough costs and citizen inconveniences, Milholland Company recommenced the routing the storm water along the off-site southern boundary of the Boardwalk Subdivision approximately 800 if to the existing creek and then improving the drainage from the creek to the pond north of the subdivision. Please note that the majority of the storm water currently on Londonderry comes from across Highway 265 at Lover's Lane Page 2 of 5 • • • 1 After site visits and reviews by the City (Mr. Bunn and Beavers) the proposed routing was approved to proceed to final design including locating the new drainage pipe south of the existing property lines along the Boardwalk subdivision. The system designed and proposed for construction includes a new 54 inch pipe along the off-site southern boundary of the subdivision to the existing creek and then a new box culvert and concrete channel system to the north. Please note that the design of the box culvert and concrete channel system to the north is based upon receiving the storm water drainage from all drainage basins based upon future development without upstream detention. This will allow the construction of the proposed Stonegate subdivision (formerly Marvins Gardens) along with the development of the Carter and Lewis properties without detention. b. For the Ridgely, Manor Drive and southern areas Milholland Company designed a system of twin 30 inch pipes along Ridgely and across Manor Drive. The City has subsequently negotiated with the AHTD to relocate the cross drainage at Highway 265/Ridgely Drive south approximately 875 feet. The City Council approved a resolution on July 21, 1998 to fund the additional drainage improvements to be included within the Highway 265 widening project (estimated at $45,000). This will allow the City to leave Ridgely Drive as is and omit the proposed twin 30 inch pipes from the drainage project. The City will have future additional costs downstream, yet to be determined, but estimated at $5,000 or less for one replacement drive culvert. The replacement culvert under Manor Drive west of Ridgely remains in the proposed construction contract. 4. Easement acquisition. Easement acquisition has proceeded for drainage easements along the southern boundary (off-site) within the development and at the outfall for the relocated Highway drainage. For the Boardwalk area improvements 7 property owners are effected. The City has acquired easements from 6 of the owners. The City has been unable to acquire easement from one owner (the Lewis property). 5. Requested condemnation. A separate agenda request is presented at the May 18 Council meeting requesting condemnation of permanent drainage easement and temporary construction easement generally along the northern side of the Lewis property. Please refer to the agenda item, complete with exhibits describing the property and offer. Page 3 of 5 • Per staff's discussions with the owner and their attorney, the proposed construction contract and proposed condemnation of easements are presented at the same Council meeting. The construction may not proceed without easements and the easements are unnecessary if the Council does not fully fund the construction contract and project. Staff has reviewed the concerns of the property owner and does not believe that the proposed drainage improvements will damage their property or prevent them from future development of their land. 6. Estimated project costs. The current estimated total project costs, including engineering, construction, AHTD cost -share, utility relocations, easements, material testing is roughly estimated at $600,000.00. A formal estimate is not presented at this time as the project is currently being advertised for bids The actual bids will be opened Monday, May 3 with the results and recommendation fumished to the City Council prior to, or at, the May 11 agenda session The Current budget for the project is $200,000 (project number 98038). 7. Budget adjustment. A budget adjustment, in the estimated amount of $400,000.00 will be prepared and presented prior to, or at the Council agenda session on May 11, 1999. The proposed budget adjustment will include a proposed source of funds. 8. Requested future development cost -shares and proposed off-site assessments. The design of the box culvert and concrete channel system to the north is based upon receiving the storm water drainage from all drainage basins based upon future development without upstream detention. This will allow the construction of the proposed Stonegate subdivision (formerly Marvins Gardens) along with the development of the Carter and Lewis properties without detention. In discussions with the owner and engineer for the proposed Stonegate (the former Marvin Gardens) they have agreed that their development will benefit by eliminating the need for detention or downstream improvements and they have agreed in principal to pay for a percentage of the costs based upon percentages of drainage areas (they have agreed upon percentages but not cost estimates). The developer's engineer has a much lower cost estimate for the project and they may reconsider their proposed agreement depending upon the City's bid prices. Jorgensen estimates, and staff concurs that the developers of Stonegate contribute 26.2% of the construction costs for the improvements through the Boardwalk subdivision and 14.6% of the costs of the improvements at Manor Drive. Page 4 of 5 • The agreement in principal is also contingent upon Planning Commission considerations, approval of the preliminary plat and the ability of the developers of Stonegate to acquire a drainage easement across the Lewis property to the new box culvert. This easement is west of, and separate from the easement requested by the City from Lewis. Staff requests that the City Council establish and require an assessment based upon drainage area percentages and actual construction costs of the improvements. Such assessments shall be returned to the budget category from which the project was funded. Additional information, based upon the actual bid results will be presented prior to, or at , the agenda session May 11, 1999. 9. Construction contract Bids will be opened Monday, May 3 with the results and recommendation furnished to the City Council prior to, or at, the May 11 agenda session. enclosures: 1. Project and vicinity map. 2. Construction contract and specifications. Page 5 of 5 \ ) Z/(J_.\ . I J.__I - • 'fl II" C O to b ' ' �I 1 I ... y -_ _ _ _ _ _ i Manor Drive I1 'f a ro y ! f CII o. d 1 furl I- i Al n' it i� O r II /' i.Ridgely Drive f r _..__ _ _ __ f°- (Ip Iii St Y f9 rn Si I21 • C. al 9 wl ryGO k A ft Londonderry e 11 Meandering Way I' ll' IP.. JL LItI C I + ■ N AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW STAFF REVIEW FORM Res. 7S -9c RECEIVED f-467( 90 ,,.raI k- S°4- JUL 21 1999 MICROFILMED CITY OF FAYETTEVILLE CITY CLERK'S OFFICE For the Fayetteville City Council meeting of Mayor's Approval FROM: Sid Norbash Engineering Public Works Name r Division Department ACTION REQUIRED: Approval of the contract between the City of Fayetteville and AWG, SWB, TCA, and SWEPCO for the adjustments of the utilities for Boardwalk S/D Drainage Improvements Project. COST TO CITY: $24,533.38 Cost of this Request 4470-9470-5817-00 Account Number 98038-0020 Project Number Londonderry Drainage $618,319 Boardwalk S/D Drainage Impvts. Category/Project Budget Category/Project Name $525,447 Drainage Improvements Funds Used To Date Program Name $92,872 Sales Tax Remaining Balance Fund BUDel-T : VIEW: ?a)A, X BudgeteItem e Coordinator Budget Adjustment Attached Administra ive Services Director CONTRACT/GRANT/LEASE REVIEW: Acco City Atto \i\J-64a p Purchasing Officer GRANTING AGENCY: Date ADA Coordinator Date ALa /7-•20-2i7 J -10- Date Date rnal Auditor Date STAFF RECOMMENDATION : Approval of the contracts with utility companies. Department Director cw, Administrative Services Director Sol/ 2.o Dae 7'3 Date Date 7%Dat Cross Reference New Item: Yes No X Prev Ord/Res #: 75- 11 Orig Contract # Orig Contract Date: FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Sid Norbash, Engineering From: Theresa L. Johnson, Deputy City Clerk' Date: July 21, 1999 Re: Resolution 75-99, Utility Contracts Attached please find a copy of the staff review form, three original letters and three original Arkansas Western Gas agreements. Please have one of the original agreements signed by an AWG representative and returned to me, where it will be microfilmed and filed with our office Please call me if you have any questions (x324). cc: Yolanda Fields, Internal Audit • Staff Review Form Description/ Boardwalk S/D Drainage Imprvts. Meeting Date Mayor's Approval Project Name Comments: Reference Comments: Budget Director Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor Thru: Charles Venable, Public Works Director Jim Beavers, City Engineer From: Sid Norbash, Staff Engineer .L,✓ Date: July 19, 1999 Re: Boardwalk Subdivision Drainage Improvements The construction contract for the above referenced project has been executed, and the project is to begin as soon as possible. There are some utility adjustments that have been necessitated because of this project, and since the area of improvements is an existing utility easement, the City is agreeing to pay for the adjustments. Attached are the letters of authorization for TCA, SWB, and SWEPCO, and agreement form with AWG Co. The Staff is requesting your approval of these agreements, and the use of funds approved by the Council per Section 2 of the approved Resolution 75-99. RESOLUTION NO 75-99 A RESOLUTION AWARDING BID NO. 99-49 IN THE AMOUNT OF $433,361.48, PLUS $43,361 PROJECT CONTINGENCY TO MOBLEY CONSTRUCTION FOR THE CONSTRUCTION OF DRAINAGE IMPROVEMENTS TO BOARDWALK SUBDIVISION AND RIDGELY MANOR DRIVE AREA ; AND APPROVAL OF BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 99-49 in the amount of $433,361.48, plus $43,361 project contingency to Mobley Construction for the construction of drainage improvements to Boardwalk Subdivision and Ridgely manor drive area; and authorizes the Mayor and City Clerk to execute a contract for said amount. A copy of the bid tabulation and contract is attached hereto marked Exhibit "A" and made a part hereof. Section 9. The City Council hereby approves a budget adjustment in the amount of $45.1,500 increasing Bridge and Drainage Improvements, Acct. No. 4470 9470 5817 00, Project No. 98038 20, by decreasing Bridge and Drainage Improvements, Acct. No. 4470 9470 5314 00, Project No. 96004 20 in the amount of $75,000 and Use of Fund Balance, Acct. No. 4470 0947 4999 99 in the amount of $376,500. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. PA,§SED AND APPROVED this 1 ` day of June , 1999. APPROVED: By: s;it ‘ I * ATTEST: By: Heather Woodruff City Ce Ffed Hanna, Mayor FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor Thru: Charles Venable, Public Works D Don Bunn, Asst. PW Director Steve Davis, Budget Coordinato o From• Jim Beavers, City Engineer/ Date• 10 May 99 �/� Re: Agenda Request, Council Meeting of May 18, 1999. Supplemental information - Bid opening results and recommendation - proposed construction contract and project contingency for the construction of the proposed "Drainage Improvements to Boardwalk Subdivision and Ridgely/Manor Drive Area". Bids were opened Monday May 3, 1999 for the Drainage Improvements to Boardwalk Subdivision and Ridgely/Manor Drive Area. The City received two bids as follows: Mobley Construction - $433,361.48. Sweetser Construction - $462,898.75. The engineer's estimate (Milholland) was within 10% of the low bid. The engineer has reviewed the bids and recommends awarding the bid to the low bidder, Mobley Construction with a bid of $433,361.48. Staff requests that the City Council: A) Award the construction contract to Mobley Construction in the amount of $433,361.48, Page 1 of 2 B) Approve a budget adjustment to fully fund the project. Approve a project contingency for potential changes to the construction contract , material testing, utility relocations, easements/ lands, additional drainage to the south .. Authorize the Mayor to expend the approved project contingency funds as necessary for completion of the project. Please refer to the estimated project costs below. C) Establish an off-site assessment for future developments which utilize the proposed drainage improvements (refer to agenda memorandum). D) Concurrent condemnation of easements within the Lewis property (separate agenda item also on the May 18 agenda). The estimated total project costs are: Engineering (Milholland) $38,000 Cost -share with the AHTD 45,000 land (estimated) 44,000 tit+iityuelocations,(estimated). • 22,584 future improvements south in connection with the AHDT cost -share) 10,000 construction 433,361 Construction contingency 43,361 Materials testing 5,000 general contingency 10.000 total estimated project costs $651,806 Original budget (CEP) $200,000. Budget adjustment required $451,306. Estimated future developer contributions $80,000 ($74,258 from Summersby (Marvin Gardens) and $5,742 from other). A budget adjustment, in the amount of $451,500 is attached for review and approval. Page 2 of 2 City of Fayetteville, Arkansas Budget Adjustment Form Budget Year 1999 Department: Sales Tax Capital Improvement Fund Division: Program: Date Requested 05/11/99 Adjustment # Project or Item Requested: Additional funding is requested for the Londonderry Drainage Improvements project. Project or Item Deleted: None Use of fund balance and a portion of Drainage Study and Master Plan is proposed for this adjustment. Justification of this Increase: The additional funds are needed to fully fund the project cost based on bids received Justification of this Decrease: Sufficient cash and investments exist in Sales Tax Capital Improvement Fund to fund the additional cost of this project when combined with a portion of the project funds from the Drainage Study and Master Plan Project. Account Name Increase Expense (Decrease Revenue) Amount Bridge and Drainage Improvemi 451,500 Account Name Bridge Account Number Project Number 4470 9470 5817 00 98038 20 Decrease Expense (Increase Revenue) Amount and Drainage Improvem 75,000 Use of Fund Balance 376,500 Account Number Project Number 4470 9470 5314 00 96004 20 4470 0947 4999 99 Approval Signatures to 219, Blue Copy: Budget & Research / Yellow Copy: Requester Budget Office Use Only Type: A B C ( D\ E Date of Approval �J Posted to General Ledger Posted to Project Accounting Entered in Category Log C:\APP\99BUDGET\BUDGTADALONDON FAYETTEVILLE • THE CITY OF FAYETTEVILLE, ARKANSAS July 19, 1999 Mr. Michael Campbell SWEPCO P.O.Box 1328 Fayetteville, AR 72702 Re: Boardwalk Subdivision Drainage Improvements Project Relocation of underground cable and pedestals Dear Mr. Campbell: Please consider this letter as a request and authorization of the necessary relocations and adjustments necessitated by the above referenced project. Per cost estimate of 4/13/99 prepared by Mr Mike Hicks of your office, upon completion of the necessary adjustments, SWEPCO will be reimbursed for the actual cost of the adjustments up to a not to exceed amount of $9,644.88 Please proceed with these adjustments as soon as possible. e Mayor Fred Hanna FBH/sn 113 WEST MOUNTAIN 72701 501 5217700 FAX 501 575-8257 FAYETTEVILLE • THE CITY OF FAYETTEVILLE. ARKANSAS • July 19, 1999 Mr. Kevin Lefler TCA Cable TV 4901 South 48th Street Springdale, AR 72762 Re: Boardwalk Subdivision Drainage Improvements Project Relocation of underground cable and pedestals Dear Mr. Lefler: Please consider this letter as a request and authorization of the necessary relocations and adjustments necessitated by the above referenced project. Per cost estimate indicated in your letter of 4/15/99, upon completion of the necessary adjustments, TCA will be reimbursed for the actual cost of the adjustments up to a not to exceed amount of $2,739.00 Please proceed with these adjustments as soon as possible. Ge/4444v ayor Fred Hanna FBI-I/sn 113 WEST MOUNTAIN 72701 501 5214700 FAX 501 575-8257 FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS July 19, 1999 Ms Judy Carson SW Bell Telephone Co. P.O.Box 879 Fayetteville, AR 72702 Re: Boardwalk Subdivision Drainage Improvements Project Relocation of underground cable and pedestals Dear Ms Canon: Please consider this letter as a request and authorization of the necessary relocations and adjustments necessitated by the above referenced project. Per cost estimate of 4/30/99 submitted by Mr. Gary Kerr, and revised later by Mr. Bob Falk, upon completion of the necessary adjustments, SW BELL will be reimbursed for the actual cost of the adjustments up to a not to exceed amount of $9,947.50 • Please proceed with these adjustments as soon as possible. 20%~— ayor Fred Hanna FBH/sn 113 WEST MOUNTAIN 72701 501 521-7700 FAX 501 575-8257 • Property Developer: Address: Job Location: 1-P-90886-1 • ARKANSAS WESTERN GAS COMPANY UTILITY CONSTRUCTION/RELOCATION AGREEMENT City Of Fayetteville 113 West Mountain Fayetteville, Ar. 72701 Boardwalk Sudivision Drainage Project THIS AGREEMENT, made and entered into this 29thday of • June , 19 99, by and between The City Of Fayetteville , acting by and through its duly authorized representative, hereinafter referred to as the "Developer," and ARKANSAS WESTERN GAS COMPANY, acting by and through its duly authorized representative, hereinafter referred to as the "Owner." WITNESSETH: WHEREAS, the "Developer" proposes to make certain improvements at the location designation as shown above; and as part of the necessary work of such improvements, "Owner" must adjust or relocate certain of its existing facilities, and in connection with such adjustment, or relocation, "Developer" shall participate in the costs of such work to the extent herein agreed upon; and WHEREAS, the proposed improvement necessitates the adjustment and/or relocation of certain facilities of "Owner" as described in the following description of work. Propose to relocate existing facilities at the Boardwalk Subdivision for the new drainage project. and such adjustment, relocation or construction being shown in detail in "Owner's" plans, sketches, estimate of cost, and specifications (when applicable) which are attached hereto and made a part hereof; and WHEREAS, the "Developer" desires to implement the herein described utility adjust- ments or relocations and approve the proposed utility construction of "Owner" by entering into an agreement with said "Owner." NOW, THEREFORE; IT I5 HEREBY AGREED: 1. Where applicable hereunder by reason of new utility occupancy or crossing of "Developer's" property,•"Developer" hereby grants to "Owner" a right of way license and permission to install and operate utility facilities on or across "Developer's" properties as shown on the approved plans or sketch maps attached hereto and made a part hereof, and to execute such easements or right of way grants as may be necessary to evidence and record such right of "Owner." • • • • 2 Where applicable hereunder by reason of new construction on existing utility rights of way, "Owner" hereby grants to "Developer" the right to use for his purposes the lands within the project limits on or across which "Owner" holds a valid property interest antedating "Developer's" rights which were subsequently acquired in the same lands, and which property rights "Owner" shall retain so long as "Owner" (or "Owner's" successors or assigns) continues such use and occupancy and does not abandon, and thereby release, such property interest to "Developer" through facility removal in making said adjustments or by subsequent facility removal for "Owner's" convenience; and the "Developer" hereby agrees that 'Owner," by granting said right and by said continued joint use and occupancy, does not waive any future claim for reimbursement for adjustment cost as may be eligible for reimbursement by reason of such prior property interest, nor does "Owner" waive any other legal or property right held under the Law or Constitution of the State or the United States. 3. In the event that future construction, reconstruction, expansion, relocation, rehabilitation, betterment, maintenance or other work on the facilities owned and oper— ated by either the "Developer" or the "Owner" in the area jointly occupied or used under either or both the above provisions of this Agreement will disturb, detrimentally affect, interfere, or be inconvenient to the facilities or responsibilities of either party, the parties hereto shall reach agreement in writing as to locations, extent, and methods of such work before the work is undertaken. In a case of emergency, and where immediate action is necessary for the protection of the public and to minimize damage to or loss of investment in the property of the "Developer" or the "Owner," either party hereto may, at its own responsibility and risk, make any necessary emergency repairs, and shall notify the other party hereto of such action as soon as practicable. 4. "Owner" shall inform "Developer," in writing, three days or more in advance of the date work is to be started, and shall keep the "Developer" informed of progress and activity related to the work being performed, and shall furnish written notice when the work is completed. 5. "Developer_" agrees that the cost of the utility adjustment and/or construction provided for hereunder shall be paid to "Owner" as follows: "Owner" agrees that "Developer" will only pay actual cost of adjustment should actual cost be less than $2202.00 If actual cost exceeds $2202.00 $actu�t the "Developer" will pay only 6. "Owner" shall accept as full payment for work hereunder the amount developed or accumulated as eligible actual and related indirect costs in accordance with "Owner's" accounting procedure, which is the Uniform System of Accounts prescribed by the Arkansas Public Service Commission. "Owner" further agrees to retain said cost records and accounts for inspection and audit for a period of not less than one (1) year from the date of final payment. 7. "Owner" shall be responsible for any and all hazards to persons, property, and traffic, and shall save the "Developer" harmless in all respects from any and all losses, damages, or injuries caused by any negligent act or omission by "Owner's" employees or agent performing work under this Agreement or future maintenance or servicing work on facilities constructed under this Agreement; and "Owner" shall, in completing said work, perform clean up and restoration of appearances of the work area including disposal of surplus materials and debris, so as not to leave the work area in an unsafe or unsightly condition. • 8. If requested by "Owner" in writing; "Developer" shall make intermediate progress payments in amounts not exceeding ninety percent (90%) of eligible billed costs, and no more often than monthly intervals, for work hereunder upon receipt of statements in ai c amount) copies is$2,000.00por�more,erodicaandndutnhatdnoosts, such intermediate paymentrovided the hereineshalltbe construedbas final settlement for any item included in any intermediate billing. 9. "Owner" shall, within six (6) months after completion of the adjustment and acceptance thereof by the "Developer," prepare and submit to "Developer" a detailed complete (including intermediate billings, if any) and final bill in two (2) copies and covering the total cost for the adjustment of "Owner's" facilities. 10. The "Developer," upon receiving from "Owner" the final billing documents complete as listed next above, shall pay "Owner" for the eligible actual cost, less all prior payments, if any, for making the adjustments in "Owner's" facilities as agreed herein. "Developer" shall pay "Owner" within thirty (30) days after such billing documents are received. If "Developer" fails to pay within said time, the amount due shall bear interest at the maximum allowable rate until paid. "Developer" shall have the right to Inspect and audit the books of account of "Owner" during normal business hours of "Owner" at'any time within the time limit set forth in Paragraph 6 to determine the correctness of "Owner's" billing. "Owner" agrees to refund any and all amounts paid in payments found in the audit to exceed the total amount eligible for work hereunder 11. It is mutually agreed by the parties hereto that the provisions of this Agreement pertaining to relative property rights, right of way occupancy permission, access for servicing when applicable and joint use of rights of way shall continue in full force and effect from the date of execution, and shall be perpetually binding upon each party's legal representatives, successors or assigns. 12. Anything contained herein notwithstanding, if requested by "Owner' in writing, "Developer" shall make an advance payment in an amount not to exceed one hundred percent (inn %) of eligible billed costs for work to be performed upon receipt of statements in two (2) copies for estimated costs. No such advance payment shall be construed as final settlement for any item included in any billing. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed in duplicate by their duly authorized representatives the date first hereinabove written. "OWNER" ARKANSAS WESTERN GAS COMPANY "DEYG LOPER" (Mayer) Its: Vice President CITY OF. PAYE --SEVILLE Its: Attest: Its: Secretary Attest: (If Corporation) Its .DEpu y CITvJ C -1 -ERIC Witness: (If Individual or Partnership) AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW 4 /2't 75-99 • • Cf 9A,CrE 02DCift/ STAFF REVIEW FORM 1170 GO. & ha6e) For the Fayetteville City Council meeting of Mayor' sM,ppraa?FuT.,MED FROM: Sid Norbash )1/1"-i Engineering Public Works Name Division Department ACTION REQUIRED: Approval of the Change Order #1 to the contract with Mobley Contractors, Inc. For the Londonderry Drainage Improvements Project (Boardwalk Subdivision), per attached Change Order. COST TO CITY: $4,375.83 Londonderry Drainage $228,044 (2000) Boardwalk S/D Drainage Impvts. Cost of this Request Category/Project Budget Category/Project Name 4470-9470-5817-00 Account Number 98038-0020 Project Number $ . Liz, C5 2. Funds Used To Date $115,562 Remaining Balance Drainage Improvements Program Name Sales Tax Fund BUDGET REVIEW: X udget Coordinator Budgeted Item Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: 114 a ti114 Accounting i..n-t9er .! . A IL 1 ! ATI of i'e, Y Purchasing Officer GRANTING AGENCY: Date ADA Coordinator Date 7-26.00 Date Date Date STAFF RECOMMENDATION: Approval of the Department Director i, i,.. ministratAe Services Directo LAG Mayor Date Date 7,0/7/ Date C.O.#1 to this contract. Cross Reference New Item: Yes No X Prev Ord/Res #: 75-99 Orig Contract # 720 Orig Contract Date: 6-1-99 Staff Review Form Description/ Change Order #1 Meeting Date Mayor's Approval Project Name Boardwalk S/D Drainage Imprvts. Comments: Reference Comments: Budget Director Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor FAYETTEVR,LE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • • To: Fred Hanna. Mayor Thru: Charles Venable. Public Words Director (e' Jim Beavers. City Engineer From: Sid Norbash, Staff Engineer Date: June 26. 2000 Re: Londonderry Drainage Impvts. (Boardwalk Subdivision) - Change Order #1 to the Construction Contract The attached Change Order #1 to the above referenced contract with Mobley Contractors has been necessitated because of certain field adjustments and necessities. These items are detailed on the attached change order. and the justifications for the addition of these changes are stated by Milholland, the engineer for this project. We request approval of this change order. which will be funded with the project contingency approved by the Council (a copy of the resolution is attached). SN/sn attachments • • • RESOLUTION NO 75-99 A RESOLUTION AWARDING BID NO. 99-49 IN THE AMOUNT OF $433,361.48, PLUS $43,361 PROJECT CONTINGENCY TO MOBLEY CONSTRUCTION FOR THE CONSTRUCTION OF DRAINAGE IMPROVEMENTS TO BOARDWALK SUBDIVISION AND RIDGELY MANOR DRIVE AREA ; AND APPROVAL OF BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: S_e^1. That the City Council hereby awards Bid No. 99-49 in the amount of $433,361.48, plus $43,361 project contingency to Mobley Construction for the construction of drainage improvements to Boardwalk Subdivision and Ridgely manor drive area; and authorizes the Mayor and City Clerk to execute a contract for said amount. A copy of the bid tabulation and contract is attached hereto marked Exhibit "A" and made a part hereof. Section The City Council hereby approves a budget adjustment in the amount of $451,500 increasing Bridge and Drainage Improvements, Acct. No. 4470 9470 5817 00, Project No. 98038 20, by decreasing Bridge and Drainage Improvements, Acct. No. 4470 9470 5314 00, Project No. 96004 20 in the amount of $75,000 and Use of Fund Balance, Acct. No. 4470 0947 4999 99 in the amount of $376,500. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. (PAk§SED AND APPROVED this r day of June , 1999. ;. y tUV fl ATTEST: By Heather Woodruff, City C e APPROVED: By•/ice Fred Hanna, Mayor tRECEOV ADDITIONAL ITEMS & ORDER NO. J U t 5 - 2000 BASE BID ITEM CHANGES 1 (Reconciliation) DATE ------ - CHANGE ORDER June 27, 2000 STATE Arkansas COUNTY CONTRACT FOR: BOARDWALK DRAINAGE IMPROVEMENTS Washington OWNER: CITY OF FAYETTEVILLE, ARKANSAS To: Mobley Contractors, Inc.; PC Box 1647; Fayetteville, Arkansas 72702-1647 (Contractor) You are hereby requested to comply with the following changes from the contract plans and specifications: Item No. Quant. Unit Unit Cost Add Delete e New DESCRIPTION OF CHANGES (Supplemental Plans & Specifications Attached) Contract Price DECREASE Contract Price INCREASE CART "C" I.B.I. 320 TV $29.50 Delete Furnish & Install Hillside & Dispose of Under -cut $9,440.00 I.B.I. 554.16 Ton $18.00 New Furnish & Install 9" B -Stone & 3" Class 7 $9,974.88 III.A.1. 55 LF $212.43 Delete 54" RCP Storm Sewer Pipe $11,683.65 III.A.I. 60 LF $179.87 New 42" RCP Storm Sewer Pipe $10,792.20 III.J.3.a. 252 LF $9.45 Add Labor only - remove & reconstruct barbed wire fence $2,381.40 III.J.3.b. 252 LF $6.75 Add Furnish material only barbed wire fence $1,701.00 III.1.4. I LS $650.00 Add Furnish and Install 35 LF PVC Fence $650.00 TOTALS $21,123.65 $25,499.48 CONTRACT CHANGE $ $4,375.83 JUSTIFICATION: 1. Hillside was deleted due to wet conditions and a material was utilized that was not moisture susceptible. 2. 54" RCP and 42" RCP - A more frequent storm event was used instead of 100 year storm, therefore, a smaller pipe was utilized. 3. Barbed wire fence quantity exceeded 50% of original quantity. Additional fencing needed due to Storm Sewer Pipe being shifted to North, which required removal of the fence. 4. PVC Fence was constructed on Box Culvert Headwall for Safety Reasons. CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price Original Contract Time: 135 $433,361.48 (days or dates) Net Increase (D.1.,) from Previous Change Orders 0 to 1: Net change form previous Change Orders 0 to I: - 0 - $0.00 (days) Contract Price prior to this Change Order: Contract Times prior to this Change Order: 135 $433,361.48 (days or dates) Net Increase (tee) of this Change Order: Net Increase (Bccrcax) this Change Order: - 0 - $4,375.83 (days) Contract Price with all approved Change Orders: Contract Times with all approved Change Orders: 135 $437,737.31 (days or dates) This document will become a supplement to the contract and all provisions will apply hereto. / Re uested: im !/_ (Owner) (Date) COPIES TO: Recommended: (a - 19 - zoo O ENGINEER (Owner's Engineer) (Date) CONTRACTOR Acce ted: r-5-- OO OWNER / (Contractor) (Date) FAYETTEV&LE � THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Sid Norbash, Engineering From: Heather Woodruff, City Clerk Date: August 9, 2000 Attached is a copy of the completed staff review form and signed change order no. 1 for the contract with Mobley Contractors. I am also returning one original for you to distribute. The original will be microfilmed and filed with the City Clerk. cc: Nancy Smith, Internal Auditor EXHIBIT Milholland Company ENGINEERING AND SURVEYING 205 W. CENTER FAYETTEVILLE, ARKANSAS 72701 (501) 443-4724 A PUBLIC WORKS PROJECT FOR THE CITY OF FAYETTEVILLE 113 WEST MOUNTAIN STREET FAYETTEVILLE, ARKANSAS 72701 TELEPHONE: (501) 575-8208 April, 1999 MILHOLLANI) COMPANY ENGINEERING & SURVEYING 205 West Center Fayetteville, Arkansas 72701 Telephone: (501) 443-4724 Fax: (501) 443-4707 ;L L�.JLaV... ✓..... .,... _�... l //tl !LJ Company ' rin &S ins BBs O McMo L HkoIani, Pt P64 Ply AB, OC if Cull Waebbn, PB PL41B OI him F.I.Rh, BI H J I H H I I I I [I I I I I ARTICLE 14 PAYMENT TO CONTRACTOR AND COMPLETION. Sc 14.2 Application for Progress Payment. Paragraph 14.2 of the General Conditions is hereby deleted in its entirety and the following substituted in its places SC 14.2.1. Monthly estimates will be prepared to include all work accomplished for tha period ending the.third Friday of each months or SC 14.2.2. Progress payments will be prepared at regular intervals, as scheduled by joint consent of the CONTRACTOR and the ENGINEER at the pro -construction conference. SC 14.2.3. The ENGINEER, based upon data gathered during the construction process, will make an estimate of the value of the Work done and materials furnished in place during the previous estimate period. The CONTRACTOR shall furnish to the ENGINEER such detailed information including invoices from material suppliers as the ENGINEER may request to aid in the preparation of the progress payment estimate. Al]. payment requests. are subject to retainage as determined by the ENGINEER. Retainage shall be 10% of said estimate, until 50% of the work has been fully completed. At 50% completion, further partial payments shall be made to the contractor in full with no additional retainage unless the ENGINEER determines that the project is not progressing satisfactory, in which case additional retainage may be retained to a maximum of 10%. When the work is substantially completed, any retained amount may be paid _to the contractor wept the OWNER shall retain an amount sufficient to cover any work not yet completed. The release of retainage will be determined by the ENGINEER. If the OWNER or ENGINEER shall at any time fail to make the CONTRACTOR a monthly estimate at the time herein specified, such failure shall not be held to violate or void the Contract. Note, the failure of the Contractor to provide an accurate and current schedule update. shall be reason to reject CONTRACTOR'S request for progress payment. SC 14.4. Review of Applications for Progress Payment. Delete the last sentence of paragraph 14.4 of the General Condition■ and replace with the following: After the required internal reviews and processing by the City of Fayetteville, the City will diligently proceed to make payment to the contractor, in accordance with the approved payment request, within 30 days. All efforts will be made to make payments within the 30 day period, but the City cannot guarantee the 30 days maximum time. I 205 Wed Cuter Street Fa theeile, kkanni 72701, Nepboot (51() 4434721, Fuddle: (501) 4434707 0/0/S9 i0: U0 r&i oCi 4c: 47077 riiOL:-=.:;L Co. Is %//1q �y n [hoiCand, C nepanry RR1I5TRAlI0Nt ^nnn, &SWWy;fy PBAKoKW0 MftLMO WPR,PIS P1S:AR,0K ' CqL WUMIM PR iunKK4fl ADDENDUM NO.1 BOARDWALK DRAINAGE IMPROVEMENTS 1 The attached document regarding pay estimates and terms of payment from the City of Fayetteville" Article 14- Payment to Contractor and Completion" supersedes Section 1-23 of the General Conditions of the Project Specifications. C ' ACKNOWLEDGE, by signature of Bidder as part of the project specifications. ' TO OWNER AND ENGINEER. I, the Bidder, do hereby acknowledge the receipt of and the understanding of Addendum No. 1 and incorporate this Addendum with the Contract Documents. I I I I C Li L Signature of Bidder Date NOTE: Please attach the Addendum to the Bid Documents in an appropriate location.. I 205 Wed Cate Fgettetlle, Arkamat 72701, Telephone: (501) 443-1724, Facsimile: (501) 443-4707 I] I 1 [I I I I I I [1 Notice is hereby given that pursuant to an order by the CITY OF FAYE] I EVILLE. ARKANSAS, sealed bids will be received at the City of Fayetteville, Purchasing Office, Room 306, 113 West Mountain Street, Fayetteville, Arkansas until 11:30 a.m.. Monday. May 3. 1999, for the furnishing of all tools, materials, and labor and the performance of all necessary work in Fayetteville, Arkansas, consisting of: DRAINAGE IMPROVEMENTS FOR BOARDWALK SUBDIVISION FAYETTEVILLE, ARKANSAS, BID NUMBER 99-49 All necessary work, materials, and every item of construction shall be in accordance with the plans, profiles, and specifications as approved by Public Works Department, City of Fayetteville, and Health Department. Said plans and specifications are on file in the office of the Engineer, MILHOLLAND COMPANY, Engineering and Surveying, 205 West Center, Fayetteville, AR 72701. Copies may be obtained from the office of said engineer upon the payment of $100.00 dollars. Unsuccessful bidders or non -bidders will be refunded $25.00 upon the return of undamaged plans and specifications within ten (10) days after the date of receiving bids. Each contractor shall be responsible for the investigation, inspection, and studies of the project site as deemed necessary to familiarize themselves with all conditions to be encountered. All bidders shall be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature. Each bid must be accompanied by a cashier's check or surety bond in an amount equal to five percent (5%) of the whole bid. Said bond shall be issued by a surety company licensed to do business in the State of Arkansas. In the event the successful bidder fails, neglects, or refuses to enter into the contract for the construction of said work and furnish the necessary bonds within ten (10) days from 1 and after the date the award is made, the Owner shall retain said check or bond as liquidated damages. 1 All bids shall be sealed and the envelope addressed to the City of Fayetteville, Purchasing Office, Room 306, 113 West Mountain Street, Fayetteville, Arkansas 72701, and marked on the lower left side of the bid envelope shall be the following information: Project name, date of bid opening, time of bid opening, bidding contractor's name and licensed number, and subcontractor's name and license number, if any. 1 Bids will be opened and read aloud at the City of Fayetteville, in a room to be assigned, at 11:30 a.m., May 3, 1999, and shall be considered by the Owner, as may be necessary. The right to reject 1• any and all bids, to waive any informalities, and to negotiate with any qualified bidder after bid opening, shall be reserved to the discretion of the Owner. 1 No bidder may withdraw his bid within sixty (60) days after the actual date of the bid opening. I I I.u_.:_ •• :ins.: ' 1. Receipt and Opening of Bids: the City of Fayetteville. Arkansas, (herein called the "Owner"), invites bids on the form attached hereon, all blanks of which must be ' appropriately filled in. Bids will be received by the Owner at the City of Fayetteville, Room 306, until 11:30 a.m.. Monday. May 1999, and then be publicly opened and read aloud. The envelopes containing the bids must be sealed, addressed to the Owner, and designated ' as bid for: DRAINAGE IMPROVEMENTS FOR BOARDWALK SUBDIVISION FAYETTEVILLE, ARKANSAS, BID NUMBER 99-49 The Owner may consider informal any bid not prepared and submitted in accordance with • the provisions hereof and may waive an informalities or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be ' considered. No bidder may withdraw a bid within 60 days after the actual date of the opening thereof. The Owner reserves the right to decide which shall be deemed the lowest responsive and responsible bid. The bidder's reputation, financial ability, experience, and equipment shall be given due consideration. 2. Preparation of Bid: Each bid must be submitted on the prescribed form and accompanied by a performance record of the bidder regarding construction projects of similar nature (minimum 3) and also include the proposed subcontractor. All blank spaces for bid prices ' must be filled in, in ink or typewritten, in both words and figures, and the foregoing performance record must be fully completed and executed when submitted. I I LJ I I Each bid must be submitted in a sealed envelope bearing on the outside the names and license numbers of the bidder and the proposed subcontractor, addresses, and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in the bid form. The Engineer's estimate of quantities is approximate only, and shall be the basis for receiving unit price bids for each item but shall not be construed by the bidders as actual quantities required for the completion of the proposed work. Such quantities, however, at the unit and lump sum prices bid for each item, shall determine the amount of each bid for comparison of bids and the evaluation of the best bid for the purpose of awarding of the contract, and will be used as a basis for fixing the amount of the required bonds. A copy of the project's proposal forms may be obtained as provided in the Advertisement for Bids. All papers bound with or attached to the proposal forms are necessary parts thereof and must not be detached. [I I I [_1 [I [1 [1 I Bids which are incomplete, unbalanced, conditional, or obscure, or which contain additions not called for, erasures, alterations or irregularities of any kind, or which do not comply with the Information for Bidders may be rejected as informal at the option of the Owner. However, the Owner reserves the right to waive technicalities as to changes, alterations, or revisions and to make the award in the best interest of the Owner. Unit Price Bids: Bidders shall insert a unit price for each item of work listed in the Engineer's estimate of quantities of work to be done. Unit prices shall include amounts sufficient for the furnishing of all labor, materials, tools, equipment, and apparatus of every description, to construct, erect, and completely finish all of the work as called for in the specifications and shown in the plans. Unit prices bid and totals shown in the Proposal shall include all costs of material testing, subgrade, base, paving materials, and all other construction materials. The price bid for each item must be stated in figures and in words on the bidding forms. In case of a difference in the written words and figures in a Proposal, the amount stated in the written words shall govern. All items in the Proposal shall bear a fair relationship to the cost of the work to be done. Bids which appear unbalanced and deemed not to be in the best interest of the Owner may be rejected at the discretion of the Engineer and/or the Owner. 3. Subcontracts: The bidder is specifically advised that any person, firm, or other party to whom it is proposed to award a subcontract under this contract - 1 a. Must be acceptable to the Owner after verification by the Engineer of a good current performance record; b. Must be licensed in the State of Arkansas to do construction work; C. Must have previously performed local projects of similar nature and type as the proposed project in a professional and satisfactory manner. Approval of the proposed subcontract award cannot be given by the Owner unless and until the proposed subcontractor has submitted the evidence showing that it has fully complied with all reporting requirements to which it is or was subject. The general contractor will be required to furnish the names of subcontractors and the amounts of their subcontracts as required by Act 183, Arkansas Acts of 1957. The ' subcontractor's name and license number shall appear on the outside of the sealed envelope. Subcontractors must be licensed according to the laws of the State of Arkansas. H I I I I I I II U ri I I I I II I I 71 u I 4. State Licensing Laws: Contractors must be licensed in accordance with the requirements of Act 150, Arkansas Acts of 1965, the "Arkansas State Licensing Law for Contractors". Bidders who submit proposals in excess of $10,000 must submit evidence of their having a contractor's license before their bids will be considered, and shall note their license number on the outside of the proposal. 5. Teleysanhic Modification: Any bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids, provided such telegraphic communication is received by the Owner prior to the closing time, and provided further, the Owner is satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to the closing time. The telegraphic communication should not reveal the bid price but should provide the addition or subtraction or other modification so that the final prices or terms will not be known by the Owner until the sealed bid is opened. If written confirmation is not received within two days from the closing time, no consideration will be given to the telegraphic modification. 6. Method of Bidding: The Owner invites the following bid(s): DRAINAGE IMPROVEMENTS FOR BOARDWALK SUBDIVISION FAYETTEVILLE, ARKANSAS, BID NUMBER 99-94 Qualifications of Bidder: The Owner may make such investigations as he deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. Each bidder, if requested to do so by either the Owner or the Engineer, shall furnish satisfactory evidence of his competency to perform the work contemplated. The Owner reserves the right to reject a bid if the bidder has not submitted, upon request, a statement of his qualifications prior to the date of the opening of bids. The Contractor shall not assign or sublet all or any part of this contract without the prior written approval of the Owner nor shall the contractor allow such subcontractor to commence work until he has provided and obtained approval of such compensation and public liability insurance as may be required. The approval of each subcontract by the Owner will in no manner release the contractor from any of his obligations as set out in the plans, specifications, contract, and bonds. I Before any contract is awarded, the bidder may be required to furnish a complete statement of the origin, composition, or manufacture of any or all materials proposed to be used in the construction of the work, together with samples, which may be subjected to the tests provided for in these specifications to determine their quality and fitness for the work. 8. Bid Security: Each bid must be accompanied by cash, certified check of the bidder, or a bid ' bond prepared on the form of bid bond attached hereto duly executed by the bidder as principal and having as surety thereon a surety company approved by the Owner, in the amount of 5% of the bid. Such cash, checks, or bid bonds will be returned to all except the three lowest bidders within three days after the opening of bids, and the remaining cash, checks, or bid bonds will be returned promptly after the Owner and the accepted bidder have ' executed the contract, or if no award has been made within 30 days after the date of the opening of bids, upon demand of the bidder at any time thereafter so long as he has not been notified of the acceptance of his bid. 9. Liquidated Damages for Failure to Enter into Contract: The successful bidder, upon his failure or refusal to execute and deliver the contract and bonds required within 10 days after ' he has received notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid. 10. Time of Completion and Liquidated Damage: Bidder must agree to commence work on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project with 3) 5 consecutive calendar days thereafter. Bidder must agree also to pay as liquidated damages, the sum of $500.00 for each consecutive calendar day thereafter as hereinafter provided in the General Conditions. 11. Conditions of Work: Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all materials and labor necessary to carry out the provisions of his contract. Insofar as possible, the contractor, in carrying out his work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. 12. Addenda and Interpretations: No interpretation of the meaning of the plans, specifications or other pre -bid documents will be made to any bidder orally. Every request for such interpretation should be in writing, addressed to MILHOLLAND ' COMPANY, Engineering & Surveying, 205 West Center, Fayetteville, AR 72701, and to be given consideration, must be received at least five (5) days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be • in the form of written addenda to the specifications which, if issued, will be mailed by • certified mail with return receipt requested to all prospective bidders (at the respective ' 4 [1 ' addresses furnished for such purposes), not later than three (3) days prior to the dated fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation ' shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the contract documents. 13. Security for Faithful Performance: Simultaneously with his delivery of the executed contract, the contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the • project under this contract and furnishing materials in connections with this contract, as specified herein. The surety on such bond or bonds shall be duly authorized by a surety company satisfactory to the Owner. 14. Power of Attorney: Attorneys -in -Fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their Power of Attorney. 15. Notice of Special Conditions: Attention is particularly called to those parts of the contract documents and specifications which deal with the following: a. Inspection and testing of materials. b. Insurance requirements. C. Wage rates. d. Stated allowances. ' 16. Laws and Regulations: The bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. Applicable laws and regulations the contractor and subcontractor shall comply with ' and be familiar with are as follows (but not limited to): a. Wage and Labor laws. b. State unemployment compensation. c. Act 74 -Amend Act 275 of 1969 (Arkansas Statute 14-630). d. Withholding State and Federal Taxes. I. e. Anti -kickback Act of June 13, 1934, 40 U.S.C. 276 (c). f. Equal opportunity provisions. g. Act 125 -Arkansas Acts 1965. The contractor shall comply with all such laws and regulations and any amendments or modifications made thereto and shall include all such provisions with all subcontracts. I I The contractor shall abide by all Federal, State, and local laws governing labor. The contractor further agrees to save the Owner harmless from the payment of any contribution under the State Unemployment Compensations Act, and the contractor agrees that if he is subject to the Arkansas State Unemployment Act, he will make whatever contributions are required under and by virtue of the provisions of said Act. I I I I I I I I I I I I_I Minimum wage rates shall be equal to basic rates as established by common usage in the city and adjacent community for the various types of labor and skills performed. In case wage rates are specified in the contract documents, the rates as specified shall be the minimum rates which apply to the project. Whenever available, local common labor shall be used, and whenever practical, skilled and semi -skilled labor, if available, shall be used. The contractor and each subcontractor, where the contract amount exceeds $75,000, shall comply with the provisions of Act 74, as amended by Act 275 of 1969 (Arkansas Statute 14-630). The provisions are summarized below. The contractor and subcontractor shall: a. Pay the minimum prevailing wage rates for each craft or type of workman and the prevailing wage rate for holiday and overtime work, as determined by the Arkansas Department of Labor. b. Post the scale of wages in a prominent and easily accessible place at the site of the work. c. Keep an accurate record showing the names and occupation and hours worked of all workmen employed by them, and the actual wages paid to each of the workmen, which record shall be open at all reasonable hours to the inspection of the Department of Labor or the Owner, its officers, and agents. The Owner shall have the right to withhold from amounts due the contractor so much of accrued payments as may be considered necessary to pay the workmen employed by the contractor or any subcontractor, the difference between the rates of wages required by this contract and the rates of wages received by such workmen. If it is found that any workman employed by the contractor or a subcontractor has been or is being paid a rate of wages less than the rate of wages required by this contract, the Owner may, by written notice to the contractor, terminate his right to proceed with the work or such part of the work as to which there has been a failure to pay the required wages and to prosecute the work to completion by contract or otherwise, and the contractor and his sureties shall be liable for any excess costs occasioned thereby. 6 I ' INFORMATION FOR BIDDERS The contractor shall deduct and withhold Arkansas income taxes, as required by Arkansas law, from wages paid to employees, whether such employees are residents or non-residents of Arkansas. When provided for in the specifications, the contractor shall comply with the regulations of 'the Secretary of Labor made pursuant to the Anti -kickback Act of June 13, 1934, 40 U.S.C. 276(c), and any amendments or modifications made thereto and shall see that such provisions are included in all subcontracts. A copy of such provisions is included hereinafter in these specifications. Where Federal funds are used to pay a portion of the cost of a project, the prospective bidder • will be required to comply with the provisions of Title VI of the Civil Rights Act of 1964 and Executive Orders 11246 and 11375, and, where applicable, shall include such provisions in subcontracts or purchase orders. Further, certain construction contracts are subject to compliance with Minority Business Enterprise requirements. Where provided for in the specifications, the contractor, as a part of his bid, shall complete forms relative to compliance, or participation with the above. The attention of all bidders is called to the provisions of Act 125, Arkansas Acts of 1965. This act provides for payment for certain taxes on materials and equipment brought into the state. It further provides for methods of collecting said taxes. All provisions of the act will be complied with under this contract. 17. Insurance: During the life of this contract, the successful bidder shall carry insurance as • hereinafter set out. Also, he shall require all of his subcontractors to cany insurance as ' outlined below, in case they are not protected by the policies carried by the prime contractor. • Insurance companies underwriting the required insurance shall be licensed in the State of Arkansas. • Insurance is to be approved by the Owner. If any insurance contracted for becomes unsatisfactory or unacceptable to the Owner after the acceptance and approval thereof, the contractor shall promptly, upon being notified to that effect, execute and furnish acceptable insurance in the amounts herein specified. Upon presentation of acceptable insurance, the unsatisfactory insurance may be canceled at the discretion of the contractor. The contractor shall have his resident insurance agent submit to the Owner, through the ' Engineer, a schedule of insurance policies proposed to be furnished, which shall be approved before certificates of insurance and/or policies are issued. Once the Owner has concurred in the proposal of insurance coverage, the contractor shall then furnish to the Engineer, in the name of the Owner, certificates of insurance for the following: ' I V I a. Workmen's Compensation: Workmen's Compensation, as required by the laws of the state in which the work is being done, shall be furnished. In case any hazardous occupations are required for the execution of the work which are not covered by the above insurance, special employer's liability policies shall be obtained to cover workmen engaged in such hazardous occupations. b. Contractor's Public Liability Insurance and Property Damage Insurance: This insurance shall provide bodily injury of $1,000,000 for each person and $2,000,000 for each accident, and property damage of $1,000,000 for each accident. This insurance shall be endorsed to cover explosion, collapse and underground hazards, and blasting. ' c. Motor Vehicle Public Liability ility and Proper Damage Insurance: This policy shall provide bodily injury of $1,000,000 for each person and $2,000,000 for each accident; and property damage of $1,000,000 for each accident. *** d. Owner's and Engineer's Contingent Protective Liability Insurance: The contractor shall indemnify and save harmless the Owner and Engineer from and against all losses and claims, demands, payments, suits, actions, recoveries, and judgments of every nature and description brought or recovered against them by reason of the 1 work, in the guarding of it, and construction staking. The contractor shall obtain in the name of the Owner and Engineer (either as co-insured or by endorsement), and shall maintain and pay the premiums for such insurance in an amount not less than $1,000,000 property damage and $1,000,000 bodily injury limits, and with such provisions as will protect the Owner and Engineer from contingent liability under this contract. No clause shall be construed in any form or manner to waive the Tort 1 Immunity as set forth under Arkansas State Law. ' e. Builder's Risk Insurance: [X] Optional [ ] Required The contractor shall procure and maintain, during the life of the contract, builder's risk insurance (fire, lightning, extended coverage, vandalism, and malicious mischief) on the insurable portion of the project on a 100% completed value basis against damage to the equipment, structure, or material. The contractor, his subcontractors, and the Owner shall (as their interests may appear) be named as the insured. ' f. All -Risk Floater Insurance: [X] Optional [J Required Until the project is completed and is accepted by the Owner, the contractor is required to maintain an all-risk installation floater policy. *** REQUIRED BY CONTRACTOR PRIOR TO "NOTICE -TO -PROCEED". 1 8 [1 Li I LI L I f1 I Li Li [1 I I I C1 I I I I I►1_ I Th3 I I :1:11j]') 3_t. The contractor shall submit to the Owner written evidence of insurance upon the entire work at the site to the full insurable value thereof, including the interests of the Owner, the contractor, the sub -contractors, and any others with an insurable interest. The policy shall insure against all risk of physical damage except as modified by the contract documents and subject to the normal all-risk exclusions. The policy, by its own terms or by endorsement, shall specifically permit partial or beneficial occupancy prior to the completion or acceptance of the entire work. g. Other Insurance: The contractor is to protect the Owner against all loss during the course of the contract. If, due to the nature of the project, insurance coverage other than that specified above is needed by the contractor to protect the Owner against all losses, the contractor is responsible for determining the type of insurance needed and purchasing same. 18. Performance Bond and Payment Bond: The contractor shall furnish both a surety performance bond and a payment bond, each equal to one hundred percent (100%) of the contract price. The performance bond and payment bond shall be two totally separate bonds and shall bear two different bond numbers. The contractor is to pay all expenses in connection with the obtaining of said bonds. The bonds shall be conditioned that the contractor shall faithfully perform the contract, and shall pay all indebtedness for labor and materials furnished or performed in the construction and installation of such alterations and additions as prescribed in this contract. In Arkansas, prevailing law requires that performance and payment bonds on public works contracts shall be executed by a resident local agent who is licensed by the Insurance Commissioner to represent the surety company executing said bonds, and filing with such bonds his power of attorney as his authority. The mere countersigning of the bonds will not be sufficient. The date of the bonds, and of the power of attorney, must not be prior to the date of the contract. At least six copies of the bonds shall be furnished, each with power of attorney attached. 19. Method of Award - Lowest Qualified Bidder: If at the time this contract is to be awarded, the lowest base bid submitted by a responsible bidder does not exceed the amount of funds then established by the Owner as available to finance the contract, the contract will be awarded on the base bid only. If such bid exceeds such amount, the Owner may reject all bids or may award the contract on the base bid combined with such deductible alternates applied in numerical order in which they are listed in the Form of Bid, as produces a net amount which is within the available funds. In the event there is two different items for a specific Bid Item, the Contractor is to choose only one item to extend as their Base Bid. The 0 C I INFORMATION FOR BIDDERS Contractor can complete the item not extended, but this will not effect the basis in selecting the lowest qualified bidder. 20. Obligation of Bidder: At the time of the opening of bids, each bidder will be presumed to • have inspected the site and to have read and to be thoroughly familiar with the plans and contract documents (including all addenda). The failure or omission of any bidder to ' examine any form, instrument or document, shall in no way relieve any bidder from any obligation in respect to his bid. ' 21. Safety Standards and Accident Prevention: With respect to all work performed under this contract, the contractor shall: ' a. Comply with the safety standards provisions of applicable laws, building and construction codes, and the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596). ' b. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. ' c. Maintain at his office or other well-known place at the job site, all articles necessary for giving first -aid to the injured, and shall make standing arrangements for the immediate removal to a hospital or a doctor's care of persons (including employees) who maybe injured on the job site. In no case shall employees be permitted to work at a job site before the employer has made a standing arrangement for removal of injured persons to a hospital or a doctor's care. 22. STORM WATER PERMIT: General Contractor shall submit a written 'NOTICE -OF- ' INTENT" to the director of Arkansas Department of Environmental Quality, requesting authorization to discharge Storm Waters from the development site into Receiving Waters in the State of Arkansas. Contractor shall be responsible for compliance with the provisions set forth in the Arkansas Water and Air Control Act (Act 472 of 1949, as amended, Arkansas Code Ann. 8-4-101 et seq.), and Clean Water Act (33 U.S.C. 1251 et. seq.). A copy of said "NOTICE -OF -INTENT" and the Department of Environmental Quality Permit shall be provided to the Owner prior to the "NOTICE -TO -PROCEED". 23. MAIN ENANCE BOND REO 1IREMENTS: Prior to Final Payment, a Maintenance Bond shall be provided by the Contractor, in accordance to the requirements of the Governing Agency to which the project is a part, which are itemized, as follows: a. City of Fayetteville: one (1) year in the amount of fifty percent (50%) of construction costs. C_1 10 II L 1►l,Cu 1 w• : 1t I b. City of Springdale: one (1) year in the amount of fifty percent (50%) of construction costs. ' c. Washington County: one (1) year in the amount of fifty percent (50%) of construction costs. ' All other bonds shall be one (1) year in the amount of fifty percent (50%) of construction costs. 24. CHANGED OR EXTRA WORK: The OWNER, through a Change Order prepared by the Engineer, reserves the right at any time during the progress of the work to make necessary ' alterations of, deviations from, additions to, or deletions from the Contract, or may require the Performance of Extra Work not covered by the Contract Documents, but forming a part of the Work contracted for; provided however, the Contractor shall not proceed with any such Changed or Extra Work without a Change Order. The nature and extent of the Proposed Changed or Extra Work shall be defined in writing ' with a Change Proposal Request (CPR) by the Engineer and submitted with a written request to the Contractor to indicate any change in Construction Contract Cost or Time for the proposed Changed or Extra Work. The contractor shall return the CPR to the Engineer with a detailed cost breakdown. The Engineer may then submit the CPR to the Owner with a recommendation regarding ' acceptance. If the Owner accepts the CPR, the Engineer will notify the Contractor and prepare a written Change Order. 25. RIGHT OF OWNER TO TERMINATE CONTRACT: Should it appear at any time that the work is not being prosecuted with sufficient competence or rapidity to insure proper completion of the work within the stipulated time, and, if after 10 consecutive calendar days ' following written notice to the Contractor and the Surety, he fails to increase the quality or the quantity of his work, or both, the Owner reserves the right to annul and cancel the Contract and re -let the work or any part thereof, or at the Owner's option to complete it by ' day labor. The Contractor shall not be entitled to any claims for damages on account of such annulment, and he will be held liable for costs and expenses incurred in re -letting or otherwise completing the work under the contract. All money due the Contractor will be retained until the work is completed and all expenses and costs have been deducted and any money due the Owner, after such deductions have been made, shall be paid by the Contractor or his Surety who hereby agrees to these provisions. I 11 •like Huckabee James L. Salkeld Governor Diredw STATE OF ARKANSAS ARKANSAS DEPARTMENT OF LABOR 1 10421 WEST MARKHAM • LITTLE ROCK. ARKANSAS 72205-2190 (501) 682-4500 • FAX: (501) 682.4535 • TDD: (800) 285-1131 April 12, 1999 Guy Washburn, P.E. Milholland Company 205 W. Center ' Fayetteville, AR 72701 Re: Boardwalk Subdivision Drainage Improvements Fayetteville, Arkansas Washington County Dear Mr. Washburn: In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 98-369 ' establishing the minimum wage rates to be paid on the above -referenced project. These rates were established pursuant to the Arkansas Prevailing Wage Law, Ark. Code Ann. §§ 22-9-301 to 22-9-315 and the administrative regulations promulgated thereunder. 1 If the work is subject to the Arkansas Prevailing Wage Law, every specification shall include minimum prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark. ' Code Ann.§§22-9-308(b)(2). Also, the public body awarding the contract shall cause to be inserted in the contract a stipulation to the effect that not less than the prevailing hourly rate of wages shall be paid to all workers performing work under the contract. Ark. Code Ann. §22-9-308(c). ' Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. Ark. Code Ann. §22-9-309(a). ' Also enclosed is a "Statement of Intent to Pay Prevailing Wages" form that should be put in your specifications along with the wage determination. The General/Prime Contractor is responsible for getting this form filled out and returned to this office within 30 days of the Notice to Proceed for this project. WHEN YOU ISSUE THE NOTICE TO PROCEED FOR THIS PROJECT, PLEASE MAIL OR FAX 'A COPY OF THE NOTICE TO MY OFFICE WE MUST HAVE THIS INFORMATION IN ORDER TO ENFORCE THE STATEMENT OF INTENT. If you have any questions, please call me at (501) 682-4536 or fax (501) 682-4508. Sincerely, • Don Cash Prevailing Wage Investigator Enclosures Page 1 of 1 . _ ,KANSAS DEPARTMENT OF LAB I . I PREVAILING WAGE DETERMINATION — HEAVY RATE DATE: April 12, 1999 DETERMINATION #: 98-369 ' PROJECT: Boardwalk Subdivision COUNTY: Washington Drainage Improvements EXPIRATION DATE: 10-12-99 Fayetteville, Arkansas SURVEY #: 798-AH05 BASIC ' HOURLY FRINGE CLASSIFICATION RATE BENEFITS Bricklayer/Pointer, Cleaner, Caulker 7.95 Carpenter 8.45 Concrete Finisher/Cement Mason 9.40 .72 Electrician/Alarm Installer 12.00 .46 Ironworker 17.25 Laborer 7.95 Pipelayer 8.90 Truck Driver 12.25 Power Equipment Operators: Backhoe, Rubber tired 1 yd. or less 12.60 Bulldozer, Finish 13.40 Bulldozer, Rough 9.00 Crane, Derrick, Dragline, Shovel & Backhoe, 1-1/2 yds. or less 11.15 Crane, Demck, Dragline, Shovel & Backhoe, Over 1-1/2 yds. 11.20 Front End Loader, Finish 12.65 Front End Loader, Rough 10.40 Mechanic 14.70 Motor Patrol, Finish 13.05 Motor Patrol, Rough 9.00 .17 Roller 12.20 Scraper, Finish 12.55 Scraper, Rough 11.25 Welders —receive rate prescribed for craft performing operation to which welding is incidental. Certified July 1, 1998 CLASSIFICATIONS THAT ARE NOT LISTED, BUT THAT ARE GOING TO BE WORKING ON THIS PROJECT, SHOULD BE REQUESTED FROM THE ARKANSAS DEPARTMENT OF LABOR, PREVAILING WAGE DIVISION. THESE WRITTEN REQUESTS SHOULD BE MADE AS SOON AS YOU NOTICE THAT A REQUIRED CLASSIFICATION IS MISSING, NORMALLY T IS WOULD BE DURING THE BID PROCESS. 1 I If UNITED PACIFIC "INSURANCE COMPANY ' HOME OFFICE, PHILADELPHIA, PENNSYLVANIA BID BOND I KNOW ALL MEN BY THESE PRESENTS, THAT WE MOBLEY CONTRACTORS, INC. 1 1 1 1 1 1 1 1 1 1 1 as Principal, hereinafter called the Principal, and the UNITED PACIFIC INSURANCE COMPANY of Philadelphia, Pennsylvania, a corporation duly organized under the laws of the State of Pennsylvania, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF FAYETTEVILLE, ARKANSAS as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID (5°s of Bid), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for: DRAINAGE IMPROVEMENTS FOR BOARDWALK SUBDIVISION FAYETTEVILLE, ARKANSAS NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed MAY 3, 1999 Witness MOBLEY UNITED PACIFIC I By: $lt n A. Cashion Attorney -in -fact C INC. COMPANY RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY ' UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of OS - aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the Companies) end that the Companies by virtue of signature and seals do hereby make, constitute and appoint Knight Cashion, Barron A. Cashion, Matthew Knight Cashion, Jr., Judy Sdiogg.n, William H. OrRM, Want R. plegge, Cynthia L. Wadley. Sheila J. Smith., of Little Rode, Atkamr their true and lawful Attormy(a)-in-Fact. to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of systyahip and to bind the Companies thereby toe fully and to the 'same extent as if such bonds and undertaking. and other writing* obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by am other of such officers, end hereby ratifies and confirms all that their said Attorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, 'RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: WICLE MI • EXECRRION OF BONDS SUID UNDERTAKINGS Tleti Bt a Oi.aterM Ifs p —R dw Clrrnae M yr BeN. .'.,s Prdat, as M.. r. - . or A..ia" M.. P1t Naar o fls dti.arwed by tno Beat M Dire,. S,S h pew.. and aahriry to lei appoint Anarw,N)+.Fat ad to todwv. dwm to lee — a bole al air Cr..,,. WaY Sc .4-t,kiw. raapdeew c..0atb M idaryay ad adw wren. abieaa, in the nn d ,_S. tool nl to earn... aoy Ba Attarw.iielmw t a arty tow tins ranch dw .ewer Sc sMriry anon to Viso. 1 I I I ' I] 11 2. MOmaySNnFen Shoo haw .owe aid sAhaty, atjaat to the br.tnte and linitodere a fl Power M Anew, Nr to ewnn. to ..a.. era... on ba,alt M dw Camp..,, vary s d 1Fldarta • ....Baca_—. premll of .4....., and gene wnblpa abbpaary iff trio nfl. dwoet. The arpraa Nie t M laaFNy is, ip, valet, at Flt, Bartes Sc vneata/P. rtic_is , contracts of idata. and .tt.. w..... .ea.., in dw nave UrrM. 3. Anon Vtol-i.Fact Sn/ Irva pow. Sc sWwrty to eagb alfldwy rylws b W ats/tse to bonso .c..... . .. . c en a ...J.....ay. y ear od'e esdeenie ear a vt..Sa s and fly Se tow hen pews Sc sere, to ..r A, uw..,..mien Barra.. a tow Carver, act. Baps.. a eve B,aaw. a a. Camper, a an hidesect.. dwd. This Pow. or Aram,, t epr d ad sSod by faamiM Late N by sAtwiry a the ralewbg rwWtsl odoptad by tow bec.rnn Sc Fwfn Carmen of the epee. of Di.aan at Rsaee. Ir..s..q Canpary. Unittid Peelle Ir...av Campo.. ad R.Yse Nedenal Ird.renr.t Grupe.. by UMnnea Carr.. dared .. a Fobnry 21. 10M wd by eve Enan ed Fvrnod Commit... S tfd Seed of Directors at Reline euwy Comporw by Unaranwte Caret deed s a Mail 31, tale. "Reaah.d man geatew of ode ai.cta o ed emcee Sc dw tine a dw Con'.n my be aflsed to try earn Pow.. of Mt...., or eve artecaa ra.bep met, by f.zrW,a d a., Mare Power a An...., .. ortfa. beang ode fazed. stela.. or trzeb. Niel Shea be 'aid at biavw ,cwt dw Carper, Sc tow aced Pow.. so neared Sc c..tirwd by f.o14 barutwoe ad freer, ad auto W venal Sc bitdip tpn dw Cornparry, in the hen with resat to sw bat a aJ.. 1p to slid, its mail -d. - IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this March 18. 1998. a .aMwr. ©a' 'STATE OF Pennsylvania COUNTY OF Philadelphia } se. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNiiY COMPANY On this, March 18, 1998, before me, Valencia Wortham, personally appeared David T. Akan, who acknowledged himself to be the Senior Vice 'President of the Reliance Surety Company, end the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as its duly authorized officer. In witness whereof, I hereunto set my hand and official seal. NolanalSeal OF F; Q�QA�1 tu��f e,` Valencia V. onh____ ;.m. Notary Public .. Lu Philadelphia. Phlladelohla County 4 y Notary Public in end for the State of Pennsylvania My Commission Expires Nov. 16. 2000 Residing at Philadelphia ' I, Anita Zllppert, Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the sods of said Companies this3td days f P'hv . e.epaa ye, I.e nAi A . a4a�o�c„e'a'ts _JV,3Y „la5EGl^ Secretary 7 ; • .��acod?'v d• � ' . 4t suL a .., F I Bond #B2952318 -A [1 I J I I I CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Businessi: Mobley Contractors, Inc. United Pacific Insurance Company P.O. Box 150 Three Parkway Morrilton, AR 72110 Philadelphia, PA 19102 OWNER (Name and Address): City of Fayetteville, Arkansas ' 113 West Mountain Street Fayetteville, AR 72701 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A312 Performance Bond Amy singular reference to Contractor. Surety. Owner or other party shall be considered plural where applicable. I I I I I I CONSTRUCTION CONTRACT Date: Amount: Four Hundred Thirty -Five Thousand Four Hundred One and 98/100 ($435,401.98) Description (Name and Location): Boardwalk & 265 Drainage Improvements Fayetteville, Arkansas BOND Date (Not earlier than Construction Contract Date): Amount: Four Hundred Thirty -Five Thousand Four Hundred One and 98/100 ($435,401.98) Modifications to this Bond: L None — See Page 3 CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Mobley Contractors, Inc. Signature: Name and Title: Any additional signatures appear on page 31 SURETY Company Corporate Seal. United Pacc Insurance Company Sign itu shion Nam a Tit K ght Ca ttorney-in-Fact ,FOR INFORMATION ONLY —Name. Address and Telephone, AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect. Engineer or The Cashion Company, Inc. other parts': Milholland Company P.O. Box 550 205 West Center Little Rock, AR 72203 Fayetteville, AR 72701 (501) 376-0716 (501) 443-4724 AIA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED • AIA • THE AMERICAN INSTITUTE OF ARCHITECTS r3s %E% YORK A%E N M . WASHINGTON. DC. _(Wh `n.RD PR'NTINC • MARCH '?6- A312.1984 1 I H I I I I I I L LI L L I I I I 1 The Contractor and the Surety. jointly and severally. bind themselves, their heirs, executors, administrators. successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2 If the Contractor performs the Construction Contract. the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 If there is no Owner Default. the Surety's obligation under this Bond shall arise after: 3-t The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 belov% that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surely to he held not later than fifteen da\s after receipt of such notice to discuss methods of performing the Construc- tion Contract. It the Owner, the Contractor and the Surety agree. the Contractor shall he allowed a reason- able time to perform the Construction Contract. but such an agreement shall not wane the Owner right, it am subsequently to declare a Contractor Default: and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor - right to complete the contract. Such Contractor Derault hall nor he de- clared earlier than twenty days after the Contractor and the Surety have recei ed notice as provided in Sub- paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the Owner. 4 When the Owner has satisfied the conditions of Para- graph 3. the Surety shall promptly and at the Surety's ex- pense take one of the iollowing actions: 4.1 Arrange for the Contractor. with consent or the Owner. to perform and complete the Construction Contract: or 4.2 Undertake to penorm and complete the Con%truc- tion Contract itself, through its agents or through inde- pendent contractors: or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Con- struction Contract, arrange for a contract to be pre- pared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a aualitied surety equnaleni to the bonds Issued on the Construction Contract. and pa' to the Owner the amount or damages as descnhed in Paragraph h in ex- cr-e or the Balance or the Contract Price incurred b\ the O\yner resulting from the Contractors default: or 4.4 Waive its right to perform and complete, arrange for completion. or obtain a new contractor and with reasonable promptness under the circumstances: 1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is deter- mined, tender payment therefor to the Owner: or .2 Deny liability in whole or in part and notify the Owner citing reasons therefor. 5 If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall he deemed to be in default on this Bond fifteen days after receipt of an additional \y ritten notice from the Owner to the Surer\ demanding that the Surety perform its obligation' under this Bond, and the Owner shall be entitled to enforce am remedy a\ailable to the Owner. It the Surety proceed- 3 - provided in Subparagraph 4.4. and the Owner refuse- the payment tendered or the Surety has denied liablht\, in whole or in part, without further notice the Owner shall he entitled to enforce am remedy available to the O\\ ner. 6 After the Owner has terminated the Contractor - right to complete the Construction Contract, and it the Suret\ elect, to act under Subparagraph J. 1. 4.2. or 3.; above then the re,ponsibdme, of the Suretc to the On ner .hall not be greater than those of the Contractor under the Construction Contract and the responsibilitie- o; the Owner to the Surer\ shall not be greater than thu-e o; th.- Owner under the Con.,:ruction Contract. To the limit is th amount or this Bond. out sublecl to commitment h\ tti. Owner of the Balance or the Contract Price to mitigation II= costs and damages on the Construction Contract. the Sure - iv Is obligated without duplication tor: 6.1 The responsibilities of the Contractor for correc- tion of detective work and completion or the Comtruc- tion Contract 6.2 Additional legal. design professional and dela•. costs resulting from the Contractors Default and '- suiting from the actions or failure to act of the Sure:-. under Paragraph 4: and 6.3 Liquidated damages. or it no liquidated damage - are specified in the Construction Contract. ac:ua! darn' age,caused b\ dela\ed performance or n,, r-perro- mance or the Contractor. 7 The Surety shall not be liable to the On ner or a; ^er- rii- Obtgation, or the Contractor that are unrelated" '-e Co^ struction Contract, and the Balance of the Contract Price shall not be reduced or set oft on account of am such unrelated obligations 'o right of action shat! accrue o^ this Bond to an person or entity other than the Owner n- its heirs, executors, administrators or successors. 8 The Surety hereby waives notice or any change, includ- ing changes of time, to the Construction Contract or to related subcontracts. purchase orders and other obhga- uons 9 An proceeding legal or equitable unde• :ifs Borc ma \ he Instituted in an' court or competent lLn-diction - thelocanorirr n. h,ch the no rk or pan of; he o•, lr,Late, and shall be instituted \.thin two 'ears atte- Coniracti• Derault or within two years after the Contn_c:or ceased norki ng or" ithin two years after the Surety reiu,e-or tat!. to perform its obligations under this Bond, nh,che\er oy- curs first. It the pro%isions of this Paragraph are \oid or prohibited by law. the minimum period or limitation avait- ' AIA DOCUMENT U12 • PERFORMANCE BOND AND PANMENT BOND - DECEMBER l d4 ED - A!A • THE AxlERIC.AN INST;TL'TE OF ARCHITECt$ 1 -IS NEw NORK A\E N' \y A`HINGTON. D.C 2'$y)r, T" RC PRI%,IrC • 'IARCH l98 A312.1984 2 H able to sureties as a defense in the jurisdiction of the suit ' shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the sig- ' nature page. 11 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this ' Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this ' Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract alter atl proper adjustments have been made, including allowance to the Con- 1 MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: 1 I I I H IL] H I I tractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, re- duced by all valid and proper payments made to or on behalf of the Contractor under the Construction Con- tract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identitied on the sig- nature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor. which has neither been remedied nor waived, to per- form or otherwise to comply with the terms or the Construction Contract. 12.4 Owner Default: Failure of the Owner. which has neither been remedied nor waned. to pas the Con- tractor as required b. the Construction Contractor to perform and complete or comph Mnh the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the corer page.) CONTRACTOR AS PRINCIPAL SURETY Coin any: )Corporate Seal) Company: (Corporate Seal) P Signature: Name and Title: .Address: Signature: Name and .Address: Title: MA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 198.: ED • AiA 4 THE AMERICAN INSTITUTE OF ARCHITECTS. 1.33 NEw YORK AAE.. N w . WASHINGTON. DC '_rk1 THIRD PRINrINC • MARCH 1987 A312.1984 3 RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY I UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA 'POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of OS - aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of ' the State of Wisconsin therein collectively called "the Companies') and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Knight Cashon, Benson A. Cashion, Matthew Knight Cashion, Jr., Judy Schoggen, William H. Gri fun, WIN..,, R. Plegge, Cynthia L. Wadley, Sheila J. Smith.. of Little Rock, Arkansas their true and lawful Attorneylsl-in-Fact, to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of awety.hip and to bind the Companies thereby as fully end to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the ' Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorneys) -in -Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which ' provisions are now in full force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONGS MD UNDERTAKINGS 1, The BCYd of Dir.aon, the P, decd, trot Charms, of the Bord, cw Senor Vin President, SW Vice P,.Sdent r Awt.m Vice Pr..,drn w oils officer do enwpd by fl. Board of I Directors dal have Powr .red .IRMiry to Tel appoint Attoc otbi) nFct at to s thorire te,, to .zees. on belaf of Its Cwnpsry, bonds rd tdsl.iJrqs. rcogmarts cortn of n,dsw.ry ad ottw wnFrp pblprwy in di. n.ts. n,vwi. ad R1 to trove any wet, Attdn ryrhij nFM R cry bM a d revoke the pow r rd MMnty give, to nom. 2. AnwAyt&YnFµt shell hop pow r aid YRRw,ty. rlbNct to thy trrn. rd k.mtetOr\ of aM Powr OI AHwrwy ...ad to tram, to ..Kett deliver on bphrf of ;no Crary, bwlde and Vdrtairg.. rKOaniaYV. Connects of Indr,lnty cud OO,r writings obbprwy 1n It. ry(Ve thrnf. The corporate Ya a not M1Coopwy for the vpdny of SW br,b sd Vdrt.Yj,r.. ' r.corar.cee. Contracts of indemnty at Otis writings orgrory in the nr.x. tlweof. 3. Attrn.yl.HnFct ehe9 have power rd a.Aho.iry to ex.clte .led vit requred to be mrh.d to bode, recosnir,cae, contrsn of ndrnnry or oes cooibwa or obgetor u,dnaeirp at they sh..li 'Ma have pews end rnMriry to cm,fy the Iinsncid atat.rn.nt of @,e Compare rd to copes of tiny By-Lrv. of not Cwnpeny wry mica r section t .r.ol. ' TM Powr of Anwrwy a pried .red studs by IsarniI. rider and by .0 hriry oft lollowirg ree*Aion .dogIM by the Exwative .red Finance Conmin.es of tfy Board. of D,r.ctor. of Rohr.. n..ar,ee Crnpry, Um.d P.abc rdreno. Canto" .red Reiar,c. National rlrnnty Comparry by Unn.mrs Consent dined es M Papacy 2e. 1904 rd by the Exerrtn. rd F,nrr,a Crnmitt.e of trot Board of OirMon of Relir,ce Scx.ry Compar,y by Vnswnws Co.,( dated ON of Matt 31. 1994. -Resdved that the .gnrves of such dirctors ad officers aid the sea of the Canna mw be affixed to any such Powr of Attorney or r,y cmdieate reining thereto by ' frrmiMrd cry such Power of Attorney or unifier. bearing such femme egnatves or Ieuimi4e sea .1,51 be v.lid and binding upon Or. Crnparry end cry such Power es executed end crtifi.d by faamile .gnats rd Iscrile sea .h.e be vafid and biding open the Conpsw, in the In. with respect to r,y bard of vdensunp to witch it a an.cM_,- IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this Much 18, ' 1998. RELIANCE SURETY COMPANY •err.4as OSCAL ,.. •.etRELIANCE INSURANCE COMPANY yc�y,rOe. 4e.UNITED PACIFIC INSURANCE COMPANY O'! �n$E 4L^ 'RELIANCE NATIONAL INDEMNITY COMPANY i�1lr;nde.��'/e '. �� ' STATE OF Pennsylvania }` COUNTY OF Philadelphia 1 as. On this, March 18, 1998, before me, Valencia Wortham, personally appeared David T. Akers, who acknowledged himself to be the Senior Vic@ President of the Reliance Surely Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and ' Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as its duly authorized officer. In witness whereof, I hereunto set my hand and official seal. 1 W OIar ,. Seal �" OF ri �� `r`--t.�L��_. aryl �Q•yy�- vale"c a V: err, ,.�. Notary Public pktlDocplla. ?hdaaelphla County v� Notary Public in and for the State of Pennsylvania My Commission Expires Nov 18. 2000 y u Residing at Philadelphia I, Anita Zippert, Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this _ day f -'.j v` d Ir..y4 v� M r.era � . IOA4 ej g II/n I ' z¢v •r oa.w .'r'""4 \ 9 AL�t :\,�Sisi`i �' Secretary - d i 3e a. O@l4w Ae' �se�p/ Bond #B2952318 -B I THE AMERICAN INSTITUTE OF ARCHITECTS I I I I C1 A/A Document A312 Payment Bond Am singular reference to Contractor. Surer% Owner or other parts shall be considered plural Where applicable. CONTRACTOR (Name and Address): Mobley Contractors, Inc. P.O. Box 150 Morrilton, AR 72110 OWNER (Name and Address,: City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 SURETY Dame and Principal Place of Business.: United Pacific Insurance Company Three Parkway Philadelphia, PA 19102 CONSTRUCTION CONTRACT ' Date: Amount: Four Hundred Thirty -Five Thousand Four Hundred One and 98/100 ($435,401.98) Description (Name and Location!: Boardwalk & 265 Drainage Improvements ' Fayetteville, AR BOND Date (Not earlier than Construction Contract Date': Amount: Four Hundred Thirty -Five Thousand Four Hunred One and 98/100 ($435,401.98) titodiiications to this Bond: X one — See Page 6 I I CONTRACTOR AS PRINCIPAL Company: iCorporate Seal) Mobley Contractors, Inc. Signature: U to Name and Title: (Anv additional signatures appear on page 6) SURETY Company: (Corporate Seal United Pa is Insurance Company Signatu Name a d fight Cashion Attorney -in -Fact 'FOR INFORMATION O.\LY—Fame. Address and Telephone, AGENT or BROKER: O\\NER'S REPRESENTATIVE (Architect, Engineer or The Cashion Company, Inc. other party': Milholland Company P.O. Box 550 205 West Center Little Rock, AR 72203 Fayetteville, AR 72701 (501) 376-0716 (501) 443-4724 AiA DOCUMENT A317 • PERFORMANCE BOND AND FOMENT BOND • DECEMBER 198.1 ED. • MA THE AMERICAN INSTITUTE OF ARCHITECTS, 1;35 NEW FORK AVE.. NW. WASHI%CTON. DC '17006 A312-1984 4 THIRD PRINTINC • MARCH 1987 I I I rI [I H 11 I I I I H I I I I I 1 The Contractor and the Surety, jointly and severally. bind themselves, their heirs, executors, administrators. successors and assigns to the Owner to pay for labor. materials and equipment furnished for use in the perfor- mance of the Construction Contract, which is incorpo- rated herein by reference. 2 With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment. directly or indirectly, for all sums due Claimants. and 2.2 Defends. indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment tur- nished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default 3 %%ith respect to Claimants this obligation shall be null and void if the Contractor promptly makes pay- ment, directly or indirectly, for all sums due 4 The Surety shall have no obligation to Claimants urder this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim 4.2 Claimants who do not have a direct contract w lth the Contractor: 1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed, and .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above no- tice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly: and .3 Not having been paid within the above 30 days have sent a written notice to the Suren (at the address described in Paragraph 12) and sent a copy, or notice thereof to the Owner stating that a claim is being made under this Bond and enclosing a cops of the previous written notice furnished to the Contractor. 5 If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety. that is suffi- cient compliance. 6 When the Claimant has satisfied the conditions of Paragraph 4. the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner. within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any pax menu made in good faith by the Surety 8 Amounts owed b% the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance of the Construction Contract and to satisfy claims, if any, under an Construction Performance Bond By the Contractor rurnishing and the Owner accepting this Bond, the agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satrsfs obligations of the Contractor and the Surety under this Bond. subject to the Owner s pnor- its to use the funds for the completion of the work 9 The Surety shall not be liable to the Owner, Claimants or others Tor obligations of the Contractor that are unrelat- ed to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claim- ant under this Bond. and shall have under this Bond noobli- gations to make payments to. give notices on behalf of. or otherwise have obligations to Claimants under this Bond 10 The Surety hereby waives notice of am change. including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent juris- diction in the location in which the work or part of the work is located or after the expiration of one yea- from the date (1) on which the Claimant gave the notice required by Subparagraph 41 or Clause 4.2.3. or (2) on which the last labor or sen ice was performed by anyone or the ast mate- rials or ec_iomer: were furnished by anyone unce• the Con- struction Contract, whichever of (1) or (2) first occurs If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable 12 Notice to the Surety. the Owner or the Contractor shall be mailed or delivered to the address show non the signature page Actual receipt of notice by Surety. the Owner or the Contractor, however accomplished shall be sutfic ent compliance as of the date rece'\ed at the address shown on the signature page 13\\'her this B..nd has been furnished to corroiv with a statuton or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Al DOCC MELT 4312 • PERFORM ''CE BO%D •'D P" ME" BOND • DEC`.' BE?'+d-:D • a t' x.vE R'Ca% l�STRCTE OF •RCHITECTS "35 \E'. 'ORS •\E ' w '.%ASH I\C TO% D: YcA)u RD RRi%T;%C • MARCH 198" A312-1984 5 ' Bond shall be construed as a statutory bond and not as a Construction Contract, architectural and engineering common law bond. services required for performance of the work of the Contractor and the Contractors subcontractors, and 14 Upon request by any personorentitvappearingtobea all other items for which a mechanic's lien may be potential beneficiary of this Bond, the Contractor shall asserted in the jurisdiction where the labor, materials ' promptly furnish a copy of this Bond or shall permit a copy or equipment were furnished. to be made. 15.2 Construction Contract: The agreement between 15 DEFINITIONS the Owner and the Contractor identified on the sig- ' 15.1 Claimant: An individual or entity having a direct nature page, including all Contract Documents and contract with the Contractor or with a subcontractor of changes thereto. the Contractor to furnish labor, materials or equip- 15.3 OwnerDetault: Failure of the O%%ner. �hich has ment for use in the performance or the Contract. The neither been remedied nor waived. to pay the Con- ' intent of this Bond shall be to include without limita- tractor as required by the Construction Contract or to tion in the terms 'labor, materials or equipment that perform and complete or compls with the other terms part of water, gas. power, light, heat, oil, gasoline, thereof. telephone service or rental equipment used in the [] [] Li I I I GI Li I MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: iCorporate Seal' Company: (Corporate Seal) Signature: — Name and Title: Address: Signature: Name and Title: Address: ' MA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT 3OND - DECEMBER 1984 ED. - MA e THE AMERICAN INSTITUTE OF ARCHITECTS, 1,33 NEW YORK A'.E.. %.W, wkSHINGTON. D.C. _000b THrRD PRINTLNC • MARCH 1987 A312.1984 6 RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY ' UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA 'POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of De - aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of 'the State of Wisconsin (herein collectively called the Companies') and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Knight Cashion, Benson A. Cashion, Matthew Knight Cashion. Jr., Judy Schoggen, William H. Griffn, WWlam R. PNgge, Cynthia L. Wadley. Sh.W. J. Smith.. of Little Rods, Arkansas their true and lawful Attorneys) -in -Fact, to make, execute, seal end deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which ' provisions are now in full force and affect, reading as follows: MTICLE VII. EXECUTION OF BONDS MO UNDERTAKINGS 1. Taw Sod of Dincton, the Presided. the ChSrmen of the Bord. ony Sonar Vice Prwiewe, my Vim Prad.nit ar Aaaatsn Vie. Pr...d or otM oniosv dooanw.d by true Board M ' Oir.cton ahap Befl power and rehonty to 1.1 rppont Attionne M rid to sa home tlnem to snout. r bolter or eon compr•y. Eor,d. rd t dsrtaWrp, rapprn.r,c.., ca of .n,ariinrry .rid other wrinrps oblprtery in the nati.* tines ask N) to r.,nowv. any .& Aft n oySkn FM M airy into rd r•voia the prove rd aahrlty Pvr to t1w,. 2. Anbn.yl.l+nFM r,aa rove pews and s ttwiry, Mist to the t.rrM and Wm[wbw of tine Power of Anbrey r,ad to Or. to .x.M. dSlver r bred of IN Crnprry, bent era tad.n.lurns, raoor.irKw, contracts of irdsnnty rd other writings obldMby in the nMvs thereof. TN corprere s'M a not rrwery Ion the v.ld,ry of ary bbd. era v,denabir,p.. ' r.copnzr,c.., crtran of irdr,nty rd otrw writings oblgMby in II. natty. trw.of. 3. AnorrneylsltinF.ct SSl have pow., and su hWdy to .xecua Mtisvits 'pond to M MuaSW to bole.. raepncr,cw, centnam of et.,nnty b other co,dnionS or ord.,oiy ud.n*Jrp aid they h 6 -Yo hove pews rd authority to unity tine finrbis MM.rrwn of the Comyry end to wawa of it. !y-L.w. of the Compry b ry orndo or ..ction dwr.of. ' nn Pow., of Anrhey s signed rd wS.d by f.,amilo rider and by u thohty of tN lollowiry rsaobmon Mopts by We Executive and F,nr,c. Crnmm.er of the Berle of pxeciss of RMi r,c. Irsvr,C. Crnprry, UrM Padlc IrMvant. Compwy rd RMirva National I"nnty Comprry by Un..mou Corset dent M of Ftlrsy 2e. 1994 rd by the Enaa,v. W Finr,cis Crnmitt.. of In@ Board of Dir.cton of RaNrra Sv.ry Cbnpa,y by Unr.mou Caren doled r of MrN 31, 1994. -Radved IM the .gnitnr of sW, dirMbe and off ion and the wool of IN Con, y m.y M Mtixed to any such Pow., of Attorney or ry ca ificates rNaory ttwolo by ' 1 W,rniN,rd airy .. Power of Anrrney r cerhfiCan Nrine 91 M faafm,N tin IVn b Ieuml YM " be "Yd rd bNirc was the Crnprry rd airy tuck' Pow., .ascot.d rd cortdled by faamile non is rd loci wa M,ap be filed and biding span Ihe Cornpariy, in IP ut,.. with r.sp.ct to arty bait at vdsniunq to wr.Ch ,I n .nafned.' IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this March 18, 1998. RELIANCE SURETY COMPANY .pw.a4 t nna, •,J_ ' r RELIANCE INSURANCE COMPANY e ' ey J ��ro4y •� UNITED PACIRC INSURANCE COMPANY r.W oy.y was++04 C t��''r +rc"SE4Uw • RELIANCE NATIONAL INDEMNrrY COMPANY ` = SEAL _ w ♦ Isda . kF ////�\f\ ,,yf///y /�/ _ / ��♦ I 1 j 1fv�COa� it W �{/v — / (//w`,M- — 6 r.eA ar`e eon q !a - ys OFIANNP eq'r.. 'STATE OF Pennsylvania COUNTY OF Philadelphia ss. On this, March 18, 1998, before me, Valencia Worthem, personally appeared David T. Akers, who acknowledged himself to be the Senior Vice President of the Reliance Surety Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and ' Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as its duly authorized officer. In witness whereof, I hereunto set my hand and official seal. 1 We uoiar .il Seal - " OF T�� t aielc r f: G:.r. ,1 NotaryPublic phdico prla. rhdddelohla County 4 yd Notary Public in and for the State of Pennsylvania My Commissien Expires Nov. 18. 2000 y U Residing at Philadelphia tI, Anita Zippert, Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto sat my hand and affixed the seals of said Companies this _ day _ - .S nNa14 o N. I•pre • Secretary g 11 pp 1` vPSFAL� ≥ ♦ one : r���`co���yvF Of/4NAP� �n.er.rs/ INSURANCE BINDER ' ST. PAUL INSURANCE SIXTY (60) Insuring Company INSURANCE AND BONDS Day Binder THE INSURING COMPANY DOES HEREBY ACKNOWLEDGE ITSELF BOUND DURING THE PERIOD OF THIS BINDER FOR SUCH COVERAGES LISTED IN ITEM 2 AS INDICATED By A LIMIT OF LIABILITY OR AMOUNT OF INSURANCE APPLICABLE THERETO ON THE RISK HEREIN DESCRIBED. SUBJECT TO THE INSURING AGREEMENTS, EXCLUSIONS, CONDI. TIONS. AND OTHER TERMS OF THE POLICY FORM PROVIDED THE COMPANY'S UNDERTAKING HEREUNDER SHALL BE WITH RESPECT ONLY TO SUCH COVERAGES AS ARE AFFORDED BY IT UNDER THE POLICY FORM. 1.THE CITY OF FAYETTEVILLE &/OR NAME OF INSURED MILHOLLAND COMPANY ENGINEERING & SURVEYING ADDRESS OCCUPATION c/o 113 WEST MOUNTAIN STREET FAYETTEVILLE AR 7270 2. Type of Coverage Limits of Liability or Amount of Insurance OWNER'S & CONTRACTOR'S $ 1,000,000. OCCURRENCE PROTECTIVE LIABILITY $ 2,000,000. AGGREGATE CONTRACTOR MOBLEY CONTRACTORS, INC. P.O. BOX 150 MORRILTON, AR 72110 JOB DRAINAGE IMPROVEMENTS FOR BOARDWALK SUBDIVISION, FAYETTEVILLE, AR CONTRACT AMT $ 435,402. 1 1 3. A PREMIUM CHARGE IN ACCORDANCE WITH THE APPLICABLE RULES AND RATES OF THE MANUAL IN USE BY THE COMPANY WHEN THIS BINDER BECOMES EFFEC. TIVE SHALL BE MADE FOR THE PERIOD COVERAGE IS IN EFFECT. ACCEPTANCE BY THE INSURED OF A POLICY IN PLACE HEREOF SHALL RENDER THIS BINDER NULL AND VOID AS OF THE EFFECTIVE DATE OF SUCH POLICY. THIS EITHER MAY BE CANCELED BY THE INSURED OR BY THE AGENT BY MAILING TO THE COMPANY WRIT- TEN NOTICE STATING WHEN THEREAFTER SUCH CANCELLATION SHALL BE EFFECTIVE. THIS BINDER MAY BE CANCELED BY THE COMPANY BY MAILING TO THE INSURED AT THE ADDRESS SHOWN ABOVE AND TO THE AGENT WRITTEN NOTICE STATING WHEN, NOT BEFORE 12:01 A.M. THE THIRD BUSINESS DAY FOLLOWING THE DATE OF MAILING. SUCH CANCELLATION SHALL BE EFFECTIVE. DELIVERY OF WRITTEN NOTICE SHALL BE EQUIVALENT TO MAILING. THIS BINDER EFFECTIVE THIS BINDER ISSUED DATE 06/21/99 HOUR 12:01 A.M. DATE HOUR "REVISED" THE CASHION OMPANY, IN BY 321 SCOTT ♦ P. O. BOX 550 ♦ LITTLE ROCK, ARKANSAS ♦ 501.376-0716 ♦ FAX (501) 376-2118 FTCERTIFICATE OF'INSURANCE DATE INM DD YY ::. �`` 06/21/99 PRODUCER 501-376-0716 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE The Cashion Company, Inc. DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE P.O. Box 550 POLICIES BELOW. COMPANIES AFFORDING COVERAGE Little Rock, AR 72203 COMPANY A The St. Paul Fire & Marine Ins INSURED COMPANY B Mobley Contractors, Inc. COMPANY P.O. Box 150 c Morrilton AR 72110 COMPANY D :COVERAGES ', THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFT. POLICY EXP. LIMITS DATE (MMIDD/YY) DATE (MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE 2000000 A COMM. GENERAL LIABILITY 2KKO9100855 4/23/99 4/23/00 PRODLOMPIOPAGG. i000000 CLAIMS MADE X IOCCUR PERS. & ADV. INJURY i000000 OWNER'S & CONTRACT'S PROT EACH OCCURRENCE 1000000 FIRE DAMAGE(Oue Foe) MED EXP(Any me Penn) 5000 AUTOMOBILE LIABILITY COMBINED SINGLE A X ANY AUTO 1 KKO9100855 4/23/99 4/23/00 LIMIT 1000000 ALL OWNED AUTOS BODILY INJURY X SCHEDULED AUTOS (Per Prnoa) X HIRED AUTOS BODILY INJURY X NON -OWNED AUTOS (Per aeMeet) PROPERTY DAMAGE GARAGE LIABILITY AUTO ONLY -EA ACCIDENT ANY AUTO OTHER THAN AUTOONLY: EACH ACCIDENT AGGREGATE EXCESS LIABILITY EACH OCCURRENCE 4000000 A X UMBRELLAFORM 3KKO9100855 4/23/99 4/23/00 AGGREGATE 4000000 OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND STATUTORY LIMITS EMPLOYERS' LIABILITY A WVK0100906 4/23/99 4/23/00 EACH ACCIDENT 500000 THE PROPRIETOR/ PARTNERS/EXECUTIVE INCL DISEASE -POLICY LIMIT 500000 OFFICERS ARE: EXCL DISEASE-EACHEMPL. 500000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLESISPECIAL ITEMS JOB: DRAINAGE IMPROVEMENTS FOR BOARDWALK SUBDIVISION, FAYETTEVILLE AR CERTIFICATE HO DER . , - CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE THE CITY OF FAYETTEVILLE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 113 WEST MOUNTAIN STREET LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR FAYETTEVILLE, AR 72701 LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE 6n ACORD 25-S 3/93 - - . - . F I BID FOR UNIT PRICE CONTRACTS 1iPlace: City of Fayetteville Room # 1 Date:_ May 3 1999 Project No.: E-525 1 I Proposal of I t1 �J �i � C (hereinafter called Bidder)* ! a corporation, organized and existing under the laws of the State of a partnership, or an individual doing business as 1 To the CITY OF FAYE VILE. (hereinafter called OWNER). 11 Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of BOARDWALK 1 ; SUBDIVISION DRAINAGE IMPROVEMENTS, having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all of the conditions 1• surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the contract documents, within the time set forth therein, and at the prices stated 1 herein. These prices are to cover all expenses incurred in performing the work required under the : contract documents, of which this proposal is a part 1 Bidder hereby agrees to commence work under this contract on or before a date to be specified in a written NOTICE TO PROCEED of the Owner and to fully complete the project within 135 consecutive calendar days thereafter as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum of $500.00 for each consecutive calendar day thereafter. Bidder acknowledges receipt of the following addendum: L 1 Bidder agrees to perform all the work, described in the specifications and shown on the plans, for the following unit prices: I *Insert corporation, partnership, or individual as applicable. C1 I DRAINAGE IMPROVEMENTS FOR BOARDWALK SUBDIVISION FAYETTEVILLE, ARKANSAS April, 1999 CONTRACT BID DOCUMENT: Contractor shall incorporate in project bids, Unit Prices for compliance with Act 291 of the 79th I General Assembly enacted on March 1, 1993, for "EXCAVATION SAFETY SYSTEMS". Unit Price Bids for all Trenching in Parts A, B, C, and D shall include costs for anticipated "EXCAVATION SAFETY SYSTEMS" as specified in Act 291, in reference to The Occunatiignal Safety Health Administration Requirement 29 CFR 1926, Sub -Part P. I! Sign re of Bidder I Date 1' [1 I I I Ii Li I I I El CONTRACT PART "A" .WATER TNSTRTRU[TIO * sys'F�R ' ITEMS: All Items Complete in place, including all labor, materials, bonds, insurance, equipment, fittings, and unforseen items, constructed in accordance with the City i of Fayetteville Specifications and Requirements, and as shown on plans, including clearing, grubbing, cleanup, pipe bedding and testing. !NOT:: Excess Selected Fill Material such as "HILLSIDE" CHERT, excavated in PART "A" shall be incorporated in Part "C" as Fill Material as Subsidiary to other Items of this Contract. I. WATER MAIN CONSTRUTCTION: Furnish and install, per detail on sheet No. 8, water distribution main complete in place. Price for water main replacement t j shall include all fittings, plugs, thrust blocks, clearing, grubbing, pipe bedding, cleanup, and testing as follows: I' ) A. Lower existing 6" waterline per details, Lump Sum © -h rco thn. c_ ,( d.a h..1�. 4 l i - s V d ($3i3t. i3 )perLumpSum$3131•a4 I Ii I I 1' 1 **************************************************** TOTAL AMOUNT BID - CONTRACT PART "A" ................... $ 313 t om_✓ IE-525 04/15/99 I F ' ; CONTRACT PART "B" _ SANITARY SEWER SYSmmM ,i TI'F.MR: All Items Complete in place, including all labor, materials, bonds, insurance, equipment, fittings and unforseen items, constructed in accordance with City of Fayetteville's Specifications and Requirements as shown on plans, including clearing, grubbing, cleanup, pipe bedding materials and testing. NOTE: Excess Selected Fill Material such as "HILLSIDE" CHERT, excavated in PART f "B" shall be incorporated in Part "C" as Fill Material as Subsidiary to other Items of this Contract. ' I. PIPELINE CONSTRUICTION: Furnish and install, per plans and specifications, Sanitary Sewer mains complete in place. Each Unit Pipe Bid shall include all fittings, plugs, clearing, grubbing, pipe bedding, cleanup, and testing as follows: ' A. Install 12 L.F. X 14" Steel Encasement Pipe complete with Concrete encasement perdetails;1 Lump Sum C -L. ,p,.,-.! 11 - ..1., KM4i -/,-„ /S 1 per Lump Sum $ 1 [1 ,; 1 I 1.i *ss*ss*ssss**ss*ss*s*ss*s****s*s*sss*s*s*ss*s*sss*** TOTAL AMOUNT BID - CONTRACT PART "B" ................... $ a Xci-1 ,'1.O ✓ *sss*ss*sss*s*s*s**s**s***s*s*s**ss*sss**s*ss***ssss 1 1 E-525 04/15/99 I Li CONTRACT PART "C" - STREET & STORM DRAINAGE TTEMS: All Items Complete in place, including all labor, materials, bonds, insurance, equipment, fittings, and unforseen items, constructed in accordance with the City 1 of Fayetteville Specifications and Requirements and as shown on plans, including clearing, grubbing, cleanup, repair of damaged yard surfaces, and testing. 1 NOTE: The Contractor shall provide at his expense and subsidiary to other items of this Contract, the following data and tests: 1. Subgrade of Street Section: (A Maximum Distance between Testing - 500 L.F.) a. Soil Classification b. Atterburg Limits c. Proctor Data • d. Densities e. CBR ' . 2. Base of Street Section: a. Proctor Data b. Densities 3. Street Surface: ' a. Asphalt: Thickness, Cores, Densities and Laboratory Data. b. Concrete: Thickness, Cores, Cylinders and Compression Tests for 7 days and 28 days Breaks 4. Designated Fill Areas: a. Soils Atterburg Limits b. Proctor Data c. Densities All OFF -SITE. and ON -SITE damaged surface areas shall be cleared of all rock and debris and covered with 4" On -cite TOP SOTT , seeded, fertilized, mulched, and watered for successful growth: I I IE-525 11 04/15/99 Ii CONTRACT PART "C" STREET & STORM DRAINAGE 1 I. CONSTRUCTION EARTHWORK: In accordance with plans and specifications for said project and prior to Utility Construction across street sections, Contractor shall construct ' rough subgrade for structures from control provided by Engineer, Engineer will provide a "CUT -SHEET" from said control. • *A. Clearing, Grubbing, Construction Staking, Installation of Tree protection • fencing, mobilization and demobilization, installation and removal of temporary access drive, demolition and disposal of existing storm sewer pipe and drainage structures , offsite disposal of excess materials, backfill, backsloping, cleanup and furnishing maintenance of traffic within the limits of the project are to be included in this bid item; Contractor shall ' FIRST STRIP AND STOCKPILE THE "TOP SOIL" ONLY; THEN, after excavation to subgrade, the Engineer and Contractor shall determine ' which Sections under drainage structures may require Under Cutting and filled with On -Site "Select" Material and/or OFFSITE "Hillside" Fill, if Required. A contractor staging area is not provided within the project ' limits, therefore the Contractor is responsible for obtaining temporary easements to stockpile materials and to provide operational support; 1 Lump Sum ©_-t' r n ,,.J no 16M.G t -h,r n h +A0:4 •(R�� z�.7v 1 per L.S. $ 5D,\ .72 - **B. Compacted "Hillside" sub -base material from OFF -SITE (OFF -SITE identified as material purchased from others than the Owner); unit price per Truck Yard shall include the required "unclassified" subgrade Excavation and disposal of soil materials under Box Culvert, Rectangular ' channel, AND, "As Required by Engineer"; ' 1. "HILLSIDE" Fill for Drainage Structure Subgrade Sections; Approximately 320 Truck Yards te ' (A aq S o )per TY $.-tea ci f`t O• oO i 1 PAGETOTAL ............................................ $�°�' E-525 I2 04/15/99 b4 [I Ii • CONTRACT PART "C" - STREET & STORM DRAINAGE 'i I. CONSTRUCTION EARTHWORK, Cont. 1 *C. Subsidiary to Item 1.A above, the Contractor shall provide the following: 1. "CONTRACTOR SHALL USE SITE EXCAVATED ' MATERIALS FROM STREET SECTIONS TO BUILD UP DESIGNATED FILL AREAS OR AS MAY BE DETERMINED BY ENGINEER, INCLUDING FINISH GRADING TO ' PROPERLY DRAIN WITH SWALES BETWEEN ADJOINING LOTS AND SEEDING, COMPACTED TO 90% STANDARD PROCTOR" 2. IN ACCORDANCE TO THE PROJECTS PLAN, "CONTRACTOR SHALL FILL AND FINISH GRADE THE DRAINAGE EASEMENTS TO PROPERLY DRAIN INTO STREET GUTTER AND DRAINAGE STRUCTURES." 1 3. "EXCESS TOP SOIL' SHALL BE STOCK PILED ON AN ON - SITE LOT SELECTED BY THE DEVELOPER AT THE PRECONSTRUCTION CONFERENCE." 4. SUBSIDIARY TO ITEM I.A ABOVE, THE CONTRACTOR SHALL BE RESPONSIBLE FOR AND PROVIDE AT HIS EXPENSE THE FOLLOWING: a Clearing, Grubbing, Disposal, Clean-up and Unclassified backfill with excavated materials in Designated "FILL AREAS". b. Backsioping and landscaping all "OFF -SITE" and "ON- '• SITE" damaged areas with 4" On -Site top soil (including Utilities and Storm Sewer Construction areas and public utility construction sites performed within the Contract ' Time Limits); c. Use of all suitable "Classified" excavated material from Street and Storm Sewer, Water System and Sanitary Sewer System Construction, for onsite selected fill material within ' the project's street Right -Of -Ways and designated "FILL AREAS" on project site; E-525 3 04/15/99 C Ii 1 ; CONTRACT PART "C" - STREET & -STORM DR A TN A n E hL CONSTRI_CT_ON FARTHR7ORK, Cont. 1 id. Removal and disposal of shrubs, bushes, trees, rocks, buildings, and other items within the construction limits; e. Dispose of excess excavated materials; 1if. Employ and compensate an Independent Certified Materials Laboratory who's staff shall personally select supplies and perform all tests on all materials Ii in accordance with city requirements. g. All "Selected Fill Materials" shall be within 5% (t) ' i of its Optimum Moisture Content during the Compacting Process. 1 h. Compaction Tests for Soils Materials shall meet or exceed the following; i1. Undisturbed street subgrade and On -Site Classified Materials - 95% Modified Proctor, ' 2. On -Site and Off -Site "Hillside" Fill Materials within Street Sections - 95% Standard Proctor, 1 3. Fill between the Back of Curb and outside edge of Sidewalk Sections - 95% Standard Proctor, 4. On -Site "Classified" Materials from Street Section Excavation and •Off -Site "Hillside" Materials placed within Lot Building Setbacks 1 of Project - 90% Standard Proctor, ' a. All Compaction of "CLASSIFIED" and "HILLSIDE" Materials shall be performed with a "SHFFP;S FOOT" Roller Mechanical type compactor and all fill Materials shall be compacted in 8" thick layers evenly spread across entire Fill Areas on a level plane. 1 E-525 4 04/15/99 C li 1' i, 11 1' 1' 1: I I I Li Li I Li b. Provide a 1/4" per 1 L.F. Backsiope Back -of -Curbs for a distance of 10' for the Sidewalk. c. In locations where new construction meets existing pavements, Saw Cut, remove and dispose of existing asphalt prior to placing new HOT MIX ASPHALT. U. STREET CONSTRUCTION PER FAYE=VTT T Y SPE IFi ATrONS: City of Fayetteville requires streets of this Project to be a minimum of 31' BACK-TO- BACK CURBS. All Laboratory Data and Field Testing of each material used in the street section shall be performed by an Independent Certified Material Laboratory and shall be the expense of the Contractor as Subsidiary to the Bid Items of this Contract. Included in this Bid Item, the Contractor shall provide for the following material sampling schedule: I E-525 After stripping of Topsoil, Laboratory Data and Field Testing of Subgrade Materials; 2. Prior to placement, Laboratory Data for SB-2 Base and "Hillside" Materials; 3. Cores and Laboratory Analysis of Pavement Section within two weeks after placement. Construct 2' wide STANDARD concrete curb & gutter with Standard HANDICAP Ramps at the Center of all Curb Radius; 40 L.F. @ -t .+)., ($ I a 15 per L.F. $ , 0 O PAGE TOTAL ............................................ $ IJSG ✓ 04/15/99 I Ii CONTRACT PART "('" STREET p STORM r ,r ` E '� III. STORM SEWER C0NSTRliC•T10N: per ', A. Furnish and installplans and sp ecifications storm drainage pipe as follows: (CMP Pipe 30" and less shall be 16 ga.; over 30" shall be 14 ga., RCP shall be CLASS III). 1. Construct 54" RCP Storm Sewer Pipe on Manor Drive; 55 ' L.F. @1 •}3/ta ($ a I A X31 per L.F. $ 11, 2. Construct 54" SRMP Storm Sewer Pipe. Price to include bedding and backfill as shown in installation detail ; 348 L.F. © erckA ' ( 31$3 ) per L.F. $ 3O, A I.).4 3. Construct 54" CMP Storm Sewer Pipe ; 450 L.F. © ($ tQa 83 ] per L.F. $_ a8,2�3.5O B. Reinforced Concrete Rectangular Channel with 10 L.F. flat bottom and variable height sidewalls. Price includes excavation, backfill, energy dissipaters, downstream flat bottom channel and related items as shown in the plans and specifications. at 1. Construct Reinforced Concrete Rectangular Channel with 10 L.F. flat bottom; 250 L.F. © 'a ?t_c ,.._ e tc Lk t c/ (S aois)perLF$ 5 2.03'7. So II U C1 I. I E-525 C. Furnish and Install 4' Height x 8' Span PRECAST reinforced concrete box culvert section to be installed under Meandering Way as shown on plan sheet No. 3. Price shall include bedding material and existing street removal and disposal. Water and Sewer adjustments are intended to be located under this Precast section; 48 L.F. Qom- 4, k= Ny a e ' 6�n� (S 4 (o )per L.F. $ at,enco.8o PAGE TOTAL ............................................ $ ftt 3 .(D9 v— 04/15/99 ii iCONTRACT PART "C" . I III. STORM SEWER CONSTR i TTON, Cont. ' B. Contractor is to CHOOSE. ONE construction method for a Single 4' Height x 8' Span Reinforced Concrete Box Culvert shown on the plans. Contractor's choice is to install PRECAST or CAST IN PLACE for the remaining section not shown under Meandering Way. 1. Construct Cast in place Reinforced Concrete Box Culvert ' per AHTD Standard Drawing No. R -100x-0 and reinforced concrete Wingwall No. 5 per AHTD Standard Drawing No. W -X003-2. Single 4' Height x 8' Span Reinforced Concrete ' : Box Culvert, excavation, backfill, upstream channelization, headwall and wingwall No. 5 with paved apron and related ' •items as shown in the plans and specifications; 277 L.F. @_ N r3 ($ ly 6 ) per L.F. $ NB -OR- 1. Furnish and Install Single 4' Height x 8' Span PRECAST Reinforced Concrete Box Culvert, including bedding ' material, excavation, backfill, channelization, headwall, wing wall No. 5 with paved apron and related items as shown in the Plans and Specifications; 277 L.F. © (S 55 I I ) per L.F. $ q8, 3(a5 . N7 C. Furnish and Install Reinforced Concrete Drop Inlets as shown in the plans and specifications. All Drop Inlet opening heights are 6" unless shown • otherwise. Drop Inlet throat extensions are listed in a separate bid item shown as "Drop Inlet Throat Extensions" and will be paid for by the linear foot. Bid items for various Drop Inlet sizes are listed as follows: 1. Construct 9' x 1.5' Drop Inlet No.I _2 �& 3; 2 each (S X19 R 5 ) per ea $ 't 'Qq . 7 0 ' 2. Construct Drop Inlet Throat Extensions with 6" height opening; 16 L.F. © -4g.U' "Va. (S 0194 ' ) per L.F. $ l ➢'a. 7u_ I IE-525 PAGE TOTAL ............. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ -7.g 1 ✓ 7 04/15/99 Ii 1 I 1i I I L L I I L F1 •.r;: r• ••' ::.: D. Furnish and install Reinforced Concrete Junction Boxes with Ring and Lid as shown in the plans and specifications. Double reinforcement will be required for JB No. 7. Bid Items for the various Junction Box sizes are as follows: 1. CIo,nstruct 6.5' x 6.5' J.B.'s No. 7 8 ; 2 each @_?4ou A$ -33f1 q 4 ) per ea $_ 7'19 3 . c+' 2. Construct 10' x 5' J.B. No. 4. Price shall include connection with Precast box culvert section; 1 each ® 4AL Irin,kr / So� 9 -9S E. Construct Reinforced Concrete Area Inlet No. 9 with ring and lid, aprons and wing walls, construct 1 V.F. Burm and grade swales upstream from both inlet No. 9 and overflow headwall; 1 Lump sum © }L ($ 5175 1A) per L.S. $ S7 7 S . /Z F. Furnish and install Reinforced Concrete Headwall for the various sizes and types of pipe, as follows: 1. Construct 54" RCP, H.W. No. 10 & 11 located on Manor Drive; 2 each 0 ti-st d 14 is.aAct44≤/, -- G ash S'�t per ea $ So6 /, og **G. Compacted SB-2 base backfill around Storm Drainage Structures and sidewalls of Box Culvert under street sections; 230 tons ©_ (S 4 49 )per Ton $ SLVCo. So I E-525 PAGE TOTAL ............................................ $_r� ✓ 04/15/99 U Li CONTRACT PART "C" - STREET r STORM DRAINAGE hIII. STORM SEWER CONSTRIJCTTON, Cont. H. Construct 18" Thick Rip -Rap with Non -Woven Geotextile Fabric and required grading to accommodate the thickness of Rip -Rap per Plans and Specifications; 2065 S.F. @ g4/* (S 2S& ) per S.F. $-5G o 5 .90 I. Street Surface Replacement for areas saw cut and removed to accomodate the new construction in this contract will be per City of Fayetteville } requirements and shall be 8" Class 7 base, Bituminous Prime Coat and 3" Type 2 ACHMSC. 'J c" 1. Construct typical paving section per City of Fayetteville Specifications; 50 S.Y. @_ iM. '°/rb-- Q rt ' i (5 So -u ) per S.Y. $ p,s3cC)O J. Fences shall be removed and reconstructed utilizing existing materials ' wherever posssible.Temporary fences may also be required for various property owners during construction and will be installed on an "As Needed" basis. Contractor will relocate the existing fence to the temporary ' location and will be paid the same as remove and reconstruct. Contractor to provide labor and equipment to remove and reconstruct existing fences back to original location at present or better condition after drainage ' structures are complete and will be paid by the linear foot. Quantities of material needed to replace select portions of fences will be paid from tickets furnished to the inspector and is a separate bid item as follows: 1. Wooden Privacy Fence: 2'L a. Labor Only to Remove and Reconstruct existing fence; 385 L.F. C rw .l , '"/ 1 (S 4 3 o ) per L.F. $ Ct 35S so b. Furnish Material only; 385 L.F. C a (S 15 o )per L.F. $ sl7coo ' PAGE TOTAL ............................................. $ 2 3 2-1 4 D ✓ ' E-525 9 04/15/99 Ii ,1 J. Fences, Cont 2. Chain Link Fence: a. Labor Only to Remove and Reconstruct existing fence; 0 L.F. @ 4't -r "/-w. Ii (S 10 ou ) per L.F. $ O b. Finnish Material only; 0 L.F. @S _ C'/ 4 (S / So ) per L.F. $ O 3. Barbed Wire Fence: a. Labor Only to Remove and Reconstruct existing fence; 180 L.F. ©_� (� (S ) per L.F. $_ 1q01'00 b. Furnish Material only; 180 L.F. ®_di. = 0� (S(o.7c)perLF.$(fc,00 IV. Construct 4" thick X 4 L.F. wide concrete sidewalk with Handi-cap Ramps at •' Street Intersections and Pedestrian Crossings per Plans and Specifications; 30 L.F. -7- 4r4 -Qc$Ct c.(Q.S3 per L.F. $ 14S .ca Construct and maintain Temporary "SILT/DETENTION PONDS" and/or SILT BARRIERS at all STORM DRAINAGE DISCHARGE POINTS FROM PROJECT consisting of bales of hay, screens, compacted Bemis and other items the Contractor and Engineer deems essential during the Construction of the project to prevent FLASH Flood Erosion and Water Damage on Adjacent ' Properties. The contractor is responsible for filing a Notice of Intent for Discharges of Stormwater for Construction Activity with ADEQ. The Erosion 1 Control measures shown on the plans are the minimum and additional measures may be required �t7o assure compliance with ADEQ; 1 Lump Sum C� =kU2o U catd JAJAJ n;rt AL ' ( G4b"l�) Per Lump Sum $ �qq �� R4 �1 I I E-525 PAGE TOTAL ............................................. $ 73 68 (0 (/ tl 04/15/99 I Ii 1 V. SILT/DETENTION PONDS, Cont. A. Construct Silt Fence per Plans and Specifications; 3,300 L.F. @_ I. —k0 4 Y��IDc (fr9 ) Per L.F. $ 453'-7.00 1 VI. Construct Standard French Drains with rigid perforated P.V.C. Pipe, as may be required during Construction AND Requested by the Engineer, 100 L.F. ' @ '" �— �� � (5 I l . S?)Per L.F. $ I I S a • 0 0 VII. tPlacement of French Drain Filter Rock within Utility and/or Storm Drainage ' ! Pipe Trench, as requested by the Engineer, 50 ton @ (SS 3-a 13 )PerTon$ IIOCc,Co VIII. Landscape and Re -vegetation of all disturbed areas within the project limits include solid sod or seed and mulch cover. Contractor to install 4" minimum ONSITE topsoil, solid sod or seed, fertilizing, mulching, and watering for 1: successful YEAR-ROUND GROWTH on all "ONSITE" and "OFFSITE" surface areas damaged. A. Furnish and Install Solid Sodding to match existing sod areas disturbed during construction; 1025 S.Y. @ " ( 'c------ ( (a 1 R 1 Per S.Y. $________ 3 3 y • S° B. Furnish and Install Seed, Fertilizer and Mulch for all other 1 disturbed areas; 4600 S.Y. @ (51.2° )Per S.Y. $ 71a.8O.00 1 PAGE TOTAL ............................................ • $ V • UO ✓ TOTAL BASE BID - "STREET & STORM SEWER" .............. ************************J***:************+t+s++:********* col, 2S5. S 5 E-525 11 04/15/99 I Ii CONTRACT PART "CC" -STREET p STORM T RATNAGE 'I * The Owner plans to use on -site excavated materials to build up several lots for building sites and street construction. The Contractor, at his expense, shall be required to place Ii and compact EXCESS excavated materials, as follows: A. "Classified" Excavated material in "UNDER -CUT" Street Sections within street 1RIGHT-OF-WAYS. � B. "Classified" Excavated material within the BUILDING SETBACKS located in I the designated "FILL AREAS". C. "Unclassified" Excavated material outside BUILDING SETBACKS within the 1 I designated "FILL AREAS". "OFF-STTF HTT T SmF: Truck tickets must be signed by Engineer's representative with date, station location, and use. Contractor's UNIT PRICE shall include all the expense of excavating and disposing of "UNDERCUT" materials plus the TOTAL COST OF OFF - SITE BORROW after COMPACTED IN -PLACE. NOT Alternative Pipe materials may be offered with Bid if a written certified 1 acceptance by the City Engineer is attached to Bid Submittal. **** SB-2 BASF RACKFTT 1.: Truck tickets must be signed on site by Contractor's representative with date, station location, and use. SB-2 to be used ONLY as Backfill in Street Sections, Full depth of Trench to Street Subgrade and to one (1') foot Back -of -Curbs. NOTE TO CONTRACTOR: This Contract will pay a unit price per Delivery Ticket up to 230 tons. Additional Amounts of SB-2 Backfill shall be considered OVER -RUNS and Subsidiary to other Bid Items of the ' Contract. » * SWT/IDF.TFNTION PONDS: Temporary Silt/Detention Ponds and barriers shall be 'constructed and maintained to reduce Silt Run-off and Storm Water Damage Down Stream; And, at the completion of project, said ponds shall be graded, seeded and mulched to accommodate Lot Drainage. Contractor shall be responsible for maintenance, 1 repair and clean-up of silt and erosion on AHTD Right -of -Way and all Offsite Property during Construction and for the TWO YEAR D TRATTON of the Maintenance Period after the completion of the project, as a part of this Bid Item. 1 1 I E-525 12 04/15/99 I Ii CONTRACT PART "fl". ' 1 ITEMS: All Items Complete in place, including all labor, materials, bonds, insurance, equipment, fittings, and unforseen items, constructed in accordance with the "Appropriate UT LITY AND/OR MANUFACTURING Companies" • Specifications and Requirements, and as shown on plans, including clearing, grubbing, cleanup, and repair of damaged yard surfaces, and testing. ' All "OFF -SITE" damaged yard areas shall be cleared of all rock and debris and covered with 4" On -Site Top Soil, seeded, fertilized, mulched, and watered for Ii successful growth. NOTE: ALL UTILITY RELOCATIONS FOR THIS PROJECT WILL BE CONSTRUCTED BY THE LOCAL UTILITY AFFECTED. CONTRACTOR TO COORDINATE UTILITY RELOCATION WORK WITH PROPOSED IMPROVEMENTS ON THIS PROJECT. I. ROCK FXCAVATTON: Rock Excavation for Construction of Box Culverts, ' Storm Sewers, Sanitary Sewers, Water Mains, and other approved items, measured in accordance with Appendix Detail Sheet No. 16.Blpj,irtg will NOT be allowed due to location in subdivision; estimates 425 C.Y. (,S (al 5 L) )Per C.Y. $- aR, to 8"7. go I Cl I [I r 1 TOTAL PART "D" - MISCELLANEOUS ITEMS .................. $g (e $1. O ✓ IE-525 04/15/99 CITY OF FAYETTEVILLE E-525 BOARDWALK & HIGHWAY 265 DRAINAGE IMPROVEMENTS SUMMARY OF BID ITEMS WA PART "A" WATER IMPROVEMENTS ........................ $ 31. PART "B" - SANITARY SEWER IMPROVEMENTS .............. $ a -7. �0 ✓ 'hoi,285. s5 PART "C" - STREET AND STORM SEWER IMPROVEMENTS ..... $1 PART "D" - MISCELLANEOUS CONSTRUCTION ITEMS ......... $_2S, (aS7. So ✓ TOTAL CONSTRUCTION COST ............................ $� _ _ r I TOTAL OF BID: $ c C I. 7P 1 ' (Amounts are to be shown in both words and figures. In case of discrepancy, the amount in words will govern.) 1 The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. • The bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 ' calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, Bidder will execute the formal ' contract attached within ten (10) days and deliver a Surety Bond or Bonds. The security attached in the sum of S'�b dollars ($,l is to become the property of the Owner in the event the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. IRespectfully Submitted: Bidder (SEAL - if bid By: ' is by Corporation) nn 1 �,-rr/ /� g r e7/ Business Address and Zip Code [1 /f/cLC[ad Company REGISTRATIONS: ineerintj &Sarueyinq PE: AR, OK, MO Melvin L. Milholland, PE, PLS PLS: AR, OK I Li 11 I I I May 4, 1999 Mr. Jim Beavers, P.E., City Engineer City Of Fayetteville 113 W. Mountain St. Fayetteville, AR 72701 Re: Boardwalk Drainage Improvements Engineer's Recommendation to Award Contract City Bid Number 99-49 Dear Jim: In regard to unit price bid for the above referenced project opened yesterday, the following matters are brought to your attention regarding the apparent low bid submitted by Mobley Contractors, Inc. of Fayetteville, AR. ' I. Part "C", Item I.B.1., "Undercut and Furnish Hillside Fill", the unit price extension was overstated by $ 500.00. The Contractor called and advised me of this incorrect extension. The $ 500.00 should be deducted from the Part "C" total. 2. Part "C", Item III.J.l.a ,"Wooden Privacy Fence", the written unit price and the numeric figure for unit price conflict. The written amount appears to be nineteen dollars exactly ' and the numeric value is $24.30. As stated in Page 2 of the Information for bidders Part 2 "Preparation of Bid" paragraph six addresses "Unit Price Bids"and states that in the event of a conflict written words shall govern. The reduction of cost to the project is Is 2,040.50 if the final bid quantity does not change. Based on the specification, the amount paid for the "Labor Only" portion of this item should be $19.00 per Linear Foot. ' 3. The bid total read aloud was $ 435,901.98 and with these adjustments is $ 433,361.48. 4. The following are "Qualified" bidders who purchased Contract Documents for this project and their respective bid totals: ' A. Mobley Contractors, Inc. $ 433,361.48 B. Jerry D. Sweetser Construction,Inc. $ 462,898.75 C. McClinton Anchor Division No Bid Submitted ' The lowest "qualified " bid was approximately 8.6 % above our firm's cost estimate of $ 396,302.50. 205 West Center Street, Fayetteville, Arkansas 12701; Phone: (501) 443.4724; Fax: (501) 443-4707; E-mail: milhollandco@juno.com 1 I I 7 I I I I I I I I El I I I 11 I /ni o[Cana Company tClgineeringg &81r Vefing Melvin L. Milholland, PE. PLS Mr. Jim Beavers, May 4,1999, page 2 REGISTRATIONS: PE: AR, OK, MO PLS: AR, OK In regard to the unit price bid for said project, award of a contract to Mobley Contractors, Inc. of Fayetteville, AR in the amount of $433,361.48 is recommended. The opportunity to provide Professional Services to the City of Fayetteville is appreciated! S' ely, y . Washburn, P.E. Proje t Manager cc: E-525 file Mr. Ron F. Mobley, Mobley Contractors 205 West Center Street, Fayetteville, Arkansas 72701; Phone: (501) 443-4724; Fax: (501) 443-4707; E-mail: milhollandco@juno.com I L I L [1 I I I I I I I CONTRACT THIS AGREEMENT, made this l__ day of ..�� , 1999, by and between the CITY OF FAYETTEVILLE. Arkansas , herein called "OWNER", acting herein through its Mayor, and Moblev Contractors. Inc. , a corporation of Morrilton , County of Conway , and State of Arkansas , hereinafter called "Contractor". WITNESSED: that for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Owner, the Contractor hereby agrees with the Owner to commence and complete the construction described as follows: BOARDWALK & 265 DRAINAGE IMPROVEMENTS FAYETTEVILLE, ARKANSAS hereinafter called the "Project," for the sum of Four Hundred Thirty Three Thousand, Three Hundred Sixty One and 48/100 dollars (S 433.361.48) and all extra work in connection therewith, under the terms as stated in the General and Special Conditions of the Contract; and at his (its or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said Project in accordance with the conditions and prices stated in the Proposal, and Information to Bidders; the plans, which include all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof; the specifications and Contract Documents therefore as prepared by Milholland Company, Engineering & Surveying, herein entitled the "Engineer", all of which are made a part hereof and collectively evidence and constitute the contract. The Contractor hereby agrees to commence work under this Contract on or before a date to ' be specified in a written "NOTICE -TO -PROCEED" of the Owner and to fully complete the Project within 135 consecutive calendar days thereafter. The Contractor further agrees to pay, as liquidated damages, the sum of $500.00 for each CONSECUTIVE CALENDAR DAY thereafter as ' hereinafter provided in DIVISION I. Section 01:04 of the General Provisions and as stated in Bid Documents. I I I I The Owner agrees to pay the Contractor in current funds for the performance of the Contract, subject to additions and deductions, as provided in the General Provisions of the Contract, and to make payment on account thereof as provided in DIVISION I, Section 01:23; "MEASUREMENT AND PAYMENT". l] I I CONTRACT The Contractor further agrees to allow the Owner to deduct from the FINAL Payment all charges invoiced the Owner by the Engineer for "RESTAKING OF CONTROL", as provided by DIVISION I, Section 01:21 of the General Provisions. IN WITNESS WHEREOF, the parties to these presents have executed this contract in three [3] counterparts, each of which shall be deemed an original, on the day and year first above mentioned. (SEAL) CTTY OF FAYETTEVILLE ARKANSAS Attest: Owner By: t • Witness Title 113 WEST MOUNTAIN STREET FAYETTEVILLE ARKANSAS 72701 Business Address and ZIP Code ' (SEAL) Mobley Contractors, Inc. Attest: Contractor ' Secretary TA �rc6 Py ona o ey ' (_ pr zzz `4g - President Witness DONA L.0 6. a &n 6 J e Title (Print or type names under- P.O. Box 150, Morrilton, Arkansas 72110 neath all signatures) Business Address and ZIP Code ' NOTE: Secretary of the Owner should attest. If Contractor is a corporation, Secretary should attest. 1 I I II I I fl I I I I SPECIFICATION INDEX DIVISION 1A - CLARIFICATION OF_SPECIFICATIONS SPECIAL PROVISIQNS_WLCITY OF FAYETTEVII.T.F.: Specifications shall supersede any conflicting Specifications listed in the following Divisions A) INSPECTIONS AND TESTING PROCEDURES B) STREETS C) WATER D) SANITARY SEWER E) STORM SEWER AND DRAINAGE F) GENERAL FAYETTEVILLE'S STANDARD WATER LINE SPECIFICATIONS, APRIL, 1996 DIVISION 1 - SECTION - 01 -02 ' -03 -04 -05 I -06 -07 -08 ' -09 -10 ' -11 -122 -13 -14 ' 15 -16 ' -17 18 -19 ' -20 21 -22 ' -23 ' DIVISION 2 - SECTION - 01 -02 GENERAL PROVISIONS General Description Legal Address of Owner Verification Liquidated Damages Safety Office and Sanitary Facilities Construction on Private Property Notification of Utility Companies Co -Contractor Bids Bid Procedure Schedule of Operations Rights -of -Way on Private Property Protection and Maintenance of Public and Private Property Maintenance of Traffic Pavement Removal and Replacement Barricades and Lights Fences Progress Photographs Responsibility of Contractor for Backfill Testing Baselines and Benchmarks Classification of Excavated Material Measurement and Payment Y .NF.RAT. PIPE INSTALLATION Cleaning Inspection i I SPECIFICATION INDEX - 03 Laying Pipe DIVISION 3 - EARTHWORK SECTION - 01 Scope - 02 General Requirements - 03 Trench Excavation - 04 Tunneling and Boring - 05 Rock Excavation - 06 Backfilling - 07 Stream Crossing - 08 Protection of Trench Backfill in Drainage Courses - 09 Disposal of Excess Excavated Material - 10 Paved Surfaces - 11 Grading and Seeding - 12 Resodding - 13 Preservation of Trees and Shrubs - 14 Removal of Water - 15 Measurement and Payment - 16 Water Line and Sewer Line Separation - 17 Pipe Embedment -18 Trench Backfill - 19 Grubbing and Cleaning 20 Road, Railroad, Pipeline, and Utility Service Crossings DIVISION 3A - O.H.S.A. SAFETY REQUIREMENTS SECTION - 01 Excavation (Subpart P) DIVISION 4 - PIPE. INSTALLATION FOR WATER MAINS SECTION - 01 Pipe Laying - 02 General -03 Tie Ins - 04 Jointing - 05 Pipe Insulation - 06 Reaction Anchorage and Blocking - 07 P.V.C. Pipe Installation DIVISION 4A - PVC PIPE CONSTRUCTION]MISCF.i.i.ANFOIJS SPECIFICATIONS SECTION - 01 Ties - 02 Tracer Wire ii ' I SPECIFICATION INDEX -03 Trenching - 04 Curve Pipe Installation - 05 Fence Maintenance - 06 Final Tests - 07 Special Bedding - 08 Clean -Up - 09 Additional Materials DIVISION 5 - PRESSURE AND LEAKAGE TESTING SECTION - 01 Scope - 02 Disinfection - 03 Bacteriological Samples SECTION - 01 Scope - 02 Ductile Iron Pipe SECTION - 01 Scope - 02 Cast Iron Pipe SECTION 8C - HANDLING SECTION 8D - DIVISION 9 - VALVES SECTION - 01 Scope - 02 Material - 03 Installation - 04 Valve Keys - 05 Valve Operating Wrench - 06 Check Valves iii I SPECIFICATION INDEX INGS SECTION - 01 Scope - 02 Installation of Pipe - 03 Jointing -04 PVC Pipe and Fittings - 05 Standards - 06 Warranties -07 Handling - 08 Cutting Pipe - 09 Cleaning - 10 Inspection DIVISION II - VITRIFIED CLAY PIPES (SEWERS) SECTION - 01 Scope - 02 Materials - 03 Handling - 04 Alignment and Grade - 05 Factory -Molded Plastic Joints DIVISION 11 A - POT.YVTNYI CHLORIDE (Py_C)_PLASTIC SEWER PIPE SECTION - 01 PVC Pipe and fittings - 02 Joints and Lengths - 03 Installation - 04 Testing -05 Warranty DIVISION 12 - STANDARD MANHOLES SECTION - 01 Standard Manholes DIVISION 13. - ACCEPTANCE. TESTS SECTION - 01 Infiltration-Exfiltration Tests - 02 Lamping -03 Smoking - 04 Proof of Acceptance DIVISION 14 - ARMCO TRUSS PIPE SECTION - 01 Scope - 02 Material Specifications - 03 Recommended Practice for Bedding and Backfilling - 04 Jointing iv I I U I I I I I I I I I I I I I I 1 I C SPECIFICATION INDEX - 05 Laser Beam Alignment - 06 Manhole Connection - 07 Patching - 08 Concrete Encasement DIVISION 15 - LOW PRESSURE AIR TRSLOKSANTTARY SF.WFR PTPF. T.TN_FS SECTION -01 Scope - 02 Summary of Method - 03 Safety - 04 Preparation of the Sewer Line - 05 Procedures - 06 Acceptance DIVISION 20 - STRFFT SPFCIMCATIONS_FOR_CITY OF FAYETTEVILLE ' SECTION - 01 Right -of -Way - 02 Street Width - 03 Sub -Base Preparation ' - 04 Base Material - 05 Base Material Preparation - 06 Surface Course '• - 07 Compaction 08 Curbs and Gutters - 09 Sidewalks U- 10 Dedicated Streets - 11 Concrete Structures -12 General Comments I- 13 Street Extensions - 14 Sub -Base Preparation 1 DIVISION 21 - GENERAL COMMENTS REGARDING CONSTRUCTION SECTION - 01 Warped or Sloping Sections - 02 Banks - 03 Natural Drainage - 04 Street Inspections - 05 Engineering Certification - 06 Utilities' Coverage DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM SPECIFICATIONS FOR THE CITY OF FAYE.TTEVILLE I I SPECIFICATION INDEX ' SECTION - 01 Scope - 02 Concrete Street Structures - 03 Subgrades - 04 Minimum Thickness of Sidewalks and Drives - 05 Minimum Width of Sidewalks - 06 Placement of Concrete Pavement - 07 Expansion Joints - 08 Turn Radii - 09 Pozzilith - 10 Temperature During Concrete Pouring -11 Vibrator - 12 Bidder Responsibility DIVISION 23 - TESTING SECTION - 01 Scope - 02 Material Types, Testing Procedures and Standards DIVISION 24 - STORM DRAINAGE OF STORM SEWERS SECTION - 01 Storm Drains - 02 Natural Drainage - 03 Storm Drainage Design - 04 Concrete Pipe Requirements - 05 Corrugated Metal Pipe - 06 Surface Drainage ' - 07 Special Gasketing and Sealing Materials DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE SECTION - 01 Description - 02 Materials - 03 Laboratory Tests and Cement Content - 04 Construction Methods - 05 Maintenance - 06 Method of Measurement - 07 Basis of Payment 1 I I vi I I I I I I 1] I DIVISION 1A CLARIFICATION OF SPECIFICATIONS: I SPECIAL PROVISION: SPECIFICATION REQUIREMENTS BY THE ' CITY OF FAYETTEVILLE, ARKANSAS: THE FOLLOWING CONSTRUCTION • SPECIFICATIONS SHALL SUPERSEDE ANY CONFLICTING SPECIFICATIONS WHICH • ARE WITHIN THIS BOOK, BEGINNING WITH DIVISION 1. I H I I I I I [1 I CI' C I I I [I I I TI J H I I CLARIFICATION OF REQUIREMENTS WATER, SEWER, STREETS, DRAINAGE AND INSPECTIONS A) INSPECTIONS AND TESTING PROCEDURES: 1. All field tests required for a project shall be witnessed by the City in the presence of the Engineer and Contractor, or their representative. 2. We will require a 24 hour notice on all tests. Calls to the City for the purpose of setting test times should be made by' 10:00 AM for test on the following day. Tests delayed by weather or other factors will be rescheduled on the same basis. If a representative of the City cannot be present, the project engineer will witness the test and certify to the City the results. 3. It is the responsibility of the Engineer and Contractor to coordinate the scheduling of such tests with the City. 4. All equipment, materials and labor required for testing shall be furnished by the Contractor at his expense. 5. Prior to final acceptance by the City, the project shall be subject to a joint final inspection by a designated representative of the City Engineer's Office, a representative of the Fayetteville Water and Sewer Maintenance Department, the Engineer of record for the project, and the Contractor. *** end of inspection and testing procedures *** I r B) STREETS: I 1. Subgrade and Base Course Densities - Tests shall be taken every 300 feet. The subgrade shall be compacted to 95% of Standard Proctor and the base course shall be compacted to 95% of Modified Proctor. Minimum base course thickness shall be 6 inches. 2. Asphaltic Concrete - Asphalt streets shall be cored every 500 feet for the purpose of checking density and thickness. The minimum required thickness shall be 2 inches. In no case shall the acutal thickness be less than the required thickness minus 1/8 of an inch. The density shall not average less than 92.0°% of the maximum theoretical density. No density of less than 90.0% shall be acceptable. Densities less than 92.0% and more than 90.0% shall be dealt with by requiring an additional overlay, or at the sole option of the City, by cash payment to the City. Where densities are less than 90.0%, the paving shall be removed and replaced. ' 3. Concrete Paving - Minimum thickness of concrete streets shall be 6 inches and minimum strength shall be 4200 psi. A set of cylinders shall be taken for each 100 cubic yards or portion thereof poured. 4. Curb and Gutter - One set of cylinders shall be taken for each 1000 feet or portion thereof poured. Minimum strength shall be 3000 psi. *** end of streets *** I I I I L 1] U ' C) WATER: Ii. A pressure test shall be required at 150% of static pressure or 200 psi, whichever is the greatest. Leakage shall be as allowed by AWWA specifications for PVC pipe. Test shall be run only after all taps have been made and meter settings are installed. ' 2. Bacteriological samples shall be taken by City personnel only. Samples shall be taken on two consecutive days and shall be taken only on Monday, Tuesday or Wednesday. No water meters shall be set ' until the samples have been approve in writing by the State. 3. A test shall be performed on tapping sleeves at 200 psi. ' 4. All bends, tees, etc. shall remain open until a representative of the City approves the blocking. I I I I I H C1 I I I [1 II 5. Bedding shall be required for all pipe, regardless of type, from 6 inches under the pipe grade to 6 inches over the top of the pipe. The bedding material shall be grit, sand, or other manufactured material approved by the City Engineer. 6. On subdivision water systems, water lines shall extend to the subdivision property line where future streets are either planned or built to serve adjacent property. Construction of such extensions shall be at the expense of the developer. Line size shall be at least 6 inch. Two inch lines shall no longer be acceptable. 7. Where a water line extension is not tied to another water line of at least 6 inches in size, and where such lines are required to provide fire flows, the minimum size shall be 8 inch. 8. Pipe materials designated for regardless of F All iron pipe polyethylene. system. allowed shall be PVC and ductile iron and shall be a minimum of 200 psi working pressure. All fittings, ipe material, shall be mechanical joint ductile iron. and iron fittings shall be wrapped with 8 mil No galvanized fittings shall be allowed in the 9. Minimum cover shall be 36 inches. Cover shall be measured from the existing ground elevation at the time of the pipe laying, not from expected fill unless the fill is placed and compacted prior to the pipe laying. Where lines are laid adjacent to streets, the cover shall be measured either from natural ground or the curb elevation, whichever results in the lowest absolute elevation of the pipe. 10. Minimum elevation for service lines under streets shall be 30 inches below the planned subgrade. That depth shall be maintained to a point at least 5 feet outside of the curb and storm sewer line. *** end of water *** I L D) SANITARY SEWER: ' 1. Sewer services shall be marked with a 4 by 4 treated timber post set at the end of the service and extending at least 3 feet above grade. All services shall be brought up to within 4 feet of natural ground unless more depth is required to provide service to the lot. 2. A low pressure air test shall be required with all services in place. No other leakage test shall be accepted except by permission of the City Engineer. A vacuum test shall be required on all manholes. 3. A mandrel test shall be run no sooner than 30 days from the installation date. 4. Pipe bedding shall be the same as required for water lines. Grit, sand, or other manufactured material approved by the City Engineer shall extend from 6 inches below the pipe grade to 6 inches over the top of the pipe. 5. Materials allowed shall be SDR 26 PVC and ductile iron. Iron pipe shall be wrapped with 8 mil polyethylene where buried. Other types of materials will be considered for lines larger than 12 inch. 6. Taps for residential use (tri-plexes, duplexes and single family) shall go directly into the line unless it is found to be not practicable. Taps for apartment building (4 or more units), commercial or industrial establishments shall go into a manhole. A separate manhole on the customer's property may be required if regular sampling is anticipated. 7. On subdivision sewer systems, lines shall extend to the subdivision property line where future streets are either planned or built to serve adjacent properties. Extensions may be required at other locations if needed to serve adjacent property. Such extensions shall be at the expense of the Developer. 8. Minimum cover shall be 36 inches under streets and 30 inches elsewhere. Cover shall be measured from the existing ground elevation at the time of the pipe laying, not from expected fill unless such fill is placed and compacted prior to sewer construction. Where lines are laid adjacent to streets, the cover shall be measured either from natural ground or the curb elevation, whichever results in the lowest absolute elevation. Where it is not possible to achieve the cover as required due to unusual field conditions, a cover of 24 inches may be approved for plastic pipe. Any line with less than 24 inches of cover shall be constructed of ductile iron. Concrete encasement may be allowed in lieu of ductile pipe, and in some cases may be required in addition to ductile iron pipe. 9. Minimum size for sewers shall be 8 inches. Minimum grade for sewer lines shall be 0.40 percent. A grade of 0.60 percent is preferred and shall be provided where possible. *** end of sewer *** ' I I I LI I C' E) STORM SEWER AND DRAINAGE: 1. By ordinance, the construction standards for culverts and bridges shall be based on the latest published ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT STANDARDS. 2. All drainage design shall be in accordance with the AHTD's "DRAINAGE MANUAL PREPARED BY HYDRAULICS SECTION ADOPTED JULY 6, 1982:, or its latest revision. ' 3. All storm sewers shall be designed on the total drainage basin assuming full development of the area in accordance with the zoning designation at the time of development, except that the least intense zoning allowed for this purpose is R-1. Both runoff factors ' and time of concentration shall be calculated on a "fully developed" basis. ' 4. The existing ordinance on storm sewer design states that the drainage is to be carried to a receiving stream approved by the City Engineer. Existing downstream development, the potential for property damage downstream, and the capacity of downstream facilities shall be considered in making a decision on a discharge point. If it is determined that off site drainage improvements are required ' then cost sharing will be in accordance with City ordinances. If the City is unable to contribute its share of the off -site costs, the developer shall have the option of a) building the off -site ' improvements at his own expense, b) providing retention so as to match downstream capacities, or c) delaying the project until the City is able to share in the off -site costs. 5. Desi4 a) b) ' c) d) e) In frequencies shall be: Stormwater Inlets - Match street design requirements Local Streets within Subdivisions - 10 Year Other Local Streets - 25 Year Collectors and Minor Arterials - 25 Year Principle Arterial and Above - 50 Year Drainage facilities within the FEMA regulated floodways or flood plains shall be designated for the 100 Year Flood provided such design does not adversely affect downstream property. 6. Open channels may be approved where needed to intercept runoff from an undeveloped area or from an area discharging sheet flow so that water does not wash across lots in an uncontrolled manner. Such ' channels shall be designed on a 10 Year storm. In all cases for open channels, the Design Engineer shall calculate the 100 Year flow and show elevations relating to the 100 Year flow on the official plat of the subdivision. I I [] I 7. The location of inlets, storm sewers, and other drainage appurtenances in and along residential streets shall be such that ponding, cross flows and the flooding of adjacent properties are minimized or eliminated. In no case shall water be allowed to pond more than 2/3rds of a half street under the design storm event. The intent is to have at least a 10 foot lane left open in the center of the street. Where storm drainage crosses between lots to continue into other facilities, a swale shall be constructed over the storm sewer to allow flows in excess of the design flows. 8. A formal Drainage Report shall be required for each subdivision and large scale development. A preliminary report will be required a the time of the Preliminary Plat submittal and shall contain the following information: a) The general drainage patterns within the site along with the location of all streams, springs, wetlands, and other drainage features, b) The off -site areas and drainageways which contribute stormwater flows to the site, and c) The location and nature of each drainageway downstream which will receive flows from the site. Either the City or the Planning Commission may request a more detailed drainage study prior to the Preliminary Plat approval. A full Drainage Report shall be required prior to the start of any construction or grading on the site. The full Drainage Report shall meet these minimum requirements: a) A drainage area map at a legible scale including at least 5 foot contour intervals, the points at the which major drainage enters the development, and volume of stormwater entering at each point for the design storm and the 100 year storm. b) Either a project layout or schematic layout showing all storm drainage facilities planned for the development, all water features such as ponds and springs, natural drainageways and wetlands. c) An indication of where drainage will leave the development and the capacity facilities of the receiving drainage facilities. If the receiving facilities are not adequate to handle the design flows, then the conditions as contained in Paragraph E- 4 will govern. I 11 H I I I I I I J L� I I I g) In no case shall a Final Plat be approved without an approved ' Drainage Report, h) Two (2) copies of the Drainage Report shall be submitted for review. 9. Minimum size for any drainage pipe shall be 18 inches. ' 10. All pipes under streets shall be RCP unless an alternative material is specifically approved in writing by the City Engineer. Pipe not under streets may be coated corrugated metal or spiral metal pipe, or other materials approved by the City Engineer. ' *** end of storm sewer and drainage *** d) Stormwater calculations shall be submitted for: * Stormwater flows, * Open channel flows, * On -Street drainage, * Storm sewer and storm sewer inlets utilizing the standard summary sheets from Chapter 5 of the AHTD Hydraulics manual, * Box Culvert design, * Detention (if detention is required), calculations shall include runoffs, detention methods, release structures and the storage -discharge requirements by a method approved by the City Engineer, e) Plan and profile of the drainage system unless the plan documents clearly show all necessary data including invert elevations, slopes, lengths, etc. f) The Drainage Report shall be sealed by a professional engineer registered in the State of Arkansas. In addition, the following statement shall be added to all Drainage Reports: "I. , Registered Professional Engineer No. in the State of Arkansas, hereby certify that the drainage studies, reports, calculations, designs, and specifications contained in this report have been prepared in accordance with the requirements of the City of Fayetteville. Further, I hereby acknowledge that the review of the drainage studies, reports, calculations, designs, and specifications by the City of Fayetteville or its representatives cannot and does not relieve me from any professional responsibility or liability." I I I H F) GENERAL: 1. Record drawings of water and sewer are hereby required as a condition of final acceptance by the City. 2. A one-year Maintenance Bond is required (in accordance with ' City Ordinances) in the amount of one-half of the construction cost. The bond shall run from the date of final acceptance and for a one-year period thereafter. A walk-through shall be performed at the end of the one year period and all deficiencies corrected prior to release of the bond. This requirement is for streets, storm drainage, water, and sewer construction projects. 3. No water and sewer plans may be sent to the Health Department for review without being previously approved by the City of , Fayetteville. In no case shall water or sewer construction be allowed without written Health Department approval. 4. Three (3) days written notice shall be required before the beginning of construction. 5. No construction of any kind may begin without an erosion control plan in place in accordance with the City's Excavation and Grading Ordinance. This includes streets, storm drainage, water and sewer. *** end of general I I I I L I I I I I u I C I. STANDARD WATER LINE SPECIFICATIONS FAYETTEVILLE, ARKANSAS APRIL 2, 1996 1 I Li I I 'J I [I I I • FAYETTEVILLE I H I I I I I [1 H H THE CITY OF FAYETTEVILLE, ARKANSAS April 17, 1996 Melvin Milholland Milholland Engineering 205 W. Center Street Fayetteville, AR 72701 Re: Standard Water Specifications Dear Mr. Milholland, Enclosed is your numbered copy of the Fayetteville Standard Water Line Specifications. These specifications were approved by the Water and Sewer Committee of the City Council on February 15, 1996 and by the full City Council on April 2nd. There are effective immediately. A copy of these specifications is on file with the Arkansas State Health Department. The specifications may be used directly (in whole or in part), incorporated into your existing specifications, or referred to in your specifications. Any proposed deviation from these specifications must be approved by the City Engineer in writing. Any situation which is not covered in the standard specifications will be reviewed and approved on a case by case basis. We would appreciate your calling our attention to inconsistencies, errors, misspelling, etc. contained in the document. If you have any questions, please call me at 575-8208. Thank you. Sincerely Yours, Donald R. Bunn, City Engineer • cc: File I. '13 WEST MOUNTAIN 72701 501.521-7700 FAX 501-575-8257 � I FAYETTEVILLE 1. .HE CITY OF FAYEITEVILLE, ARKANSAS I City of Fayetteville 113 West Mountain Street Fayetteville, Arkansas 72701 Re: Standard Water Line Specifications April loth, 1996 These STANDARD WATER LINE SPECIFICATIONS are hereby promulgated by the City Engineering Division under authority granted by the Fayetteville City Council by Resolution 46-96 dated April' 2nd, ' 1996, as approved by the Water and Sewer Committee on February 15th, 1996, and as approved by the Mayor of the City of FayettevilleU. I I I 1 1 1 1 Public Works Director Le, Asst Pub Works D R. Bunn, City 1' WEST MOUNTAIN 72701 501-521-7700 CAV en1.eee_eee7 I ' RESOLUTION NO. 46-96 IA RESOLUTION AUTHORIZING THE ENGINEERING DEPARTMENT TO PROMULGATE POLICIES, PROCEDURES AND SPECIFICATIONS FOR WATER LINES, SEWER LINES AND STREETS. - BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: ' Section 1. That the Engineering Department is hereby authorized to promulgate policies, procedures and specifications for water line, sewer lines and streets. ' Section 2. That such policies, procedures and specifications for water lines and sewer lines shall be reviewed and approved by the Water and Sewer Committee of the City and shall be approved by the Mayor. Section 3. That such policies, procedures and specifications for streets shall be reviewed and approved by the Street Committee of the City Council and shall be approved by the Mayor. C I I I I I-i PASSED AND APPROVED this 2nd day of , 1996. . ATTEST) By: Traci Paul, City Clerk y. r_• (L�-^tom•' . Ste•. .. i APPROVED: By: ed Hanna, Mayor WI H I N1 TABLE OF CONTENTS PART A. GENERAL REQUIREMENTS: Ii. Requirements to Extend Water Service ................. 1 2. Minimum Size of Water Lines .......................... 1 3. City Participation in Water line Costs............. 2 4. Easements . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 5. Permits. . . . . . . . . . . . . . . . . . • - • - - . . . . . . . . . . . . . . . . . .. . . _ 3 6. Approval of Water Extension Plans .................... 3 7. Inspections and Testing Procedures.........01111010.. 3 ' 8. Final Acceptance by the City.................5 9. Location of Water Lines. . . . . . . . . . . . . . . . . . . . . . . . . . . . . - 5 10. Fire Hydrant Spacing. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 I11. Water System Study'... ........... . . . . . . . . . . . . . ........ 6 12. Applicability ........................................ 6 IPART B. MATERIALS 1. Pipe and Fittings .................................... 1 ' 2. Polyethylene Encasement (Pipe Wrap).................. 3 3. Detectable Tape. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 4. Backfill Materials ................................... 3 ' 5. Pipe Bedding Materials ............................... 4 6. Tracer Wire... . . . . . . . . . . . . . . . see...... . . . . . . . . . . . . . . . 4 7. Concrete...... . . . . . _ - . . . . ........ . . ........ . . . . . . . . . . 4 8. Steel Encasement Pipe ................................ 5 ' 9. Gate Valves...... . . . . ... . . . . . . . . . . . . . . . ........ . . . ... 5 10. Butterfly 'Valves. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 11. Valve Boxes. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 ' 12. Fire Hydrants ........................................ 7 13. Tapping Sleeves...... . . . . . - . . . . . . . . . . . . . . . . . . . . . . . . . . 8 14. Service Connection Materials.................. 8 ' PART C. CONSTRUCTION METHODS 1. Pipe Laying...... . . . . . . . . ........................... 1 2. Pipe Trench, Excavation. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 3. Pipe Trench, Backfill. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ' 4. Installation of Meter Box Settings.................., 7 5. Valve and Valve Box Installation............ 7 6. Fire Hydrant Installation ............................ 8 ' 7. Blow -Off Construction. . . . - . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 Be Clean -Up...... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 9. Pavement Repairs ..................................... 12 10. Barricades, Guards, and Safety Provisions............ 13 ' il. Maintenance of Traffic and Closing of Streets........ 13 I I I [J 1. Requirements to Extend Water Service: All new development of any kind shall be required to extend water services to that development at the owner's expense. Water service shall include providing adequate domestic water flows as ' well as fire protection with hydrants spaced in accordance with the local and state fire codes. , Ion subdivision or large scale development water systems, water lines shall extend to the subdivision property line where future streets are either planned or built to serve adjacent property. Construction of such extensions shall be at the expense of the developer. At other locations easements may be required to facilitate future extension of lines to adjacent properties. The requirements to extend water service and provide lines ' adequate for both domestic and fire demands shall apply to all subdivisions regardless of whether they are inside the City Limits or not. Where subdivisions are outside the City Limits, the placement of fire hydrants shall be optional and in no case shall hydrants be installed outside the City unless a) a fire flow of at least 500 gallons per minute can be obtained at the hydrant, and b) the residents being served by the hydrant have a contract for fire ' protection with the City of Fayetteville and/or with a Washington County Rural Fire Department having a mutual aid agreement with the Fayetteville Fire Department. ' 2. Minimum Size of Water Lines: ' The minimum sized line that may be • installed in connection with a subdivision is Six (6) inch. This is required even if the line is being extended from an existing line that is smaller than ' Six (6) inches. Two (2) inch lines may be approved for cul-de-sacs provided the line could not be reasonably extended in the future to provide service to adjacent property and where a larger line is not needed to provide either fire protection or adequate domestic flows. Eight (8) inch lines shall be required where needed to ' maintain or to create an Eight (8) inch water line grid at a spacing of about 1/4 of a mile in both the north -south and east - west direction. A spacing of less than 1/4 mile may by required to ' accommodate domestic or fire demands. Lines larger than -eight (8) inches will be required as recommended by the latest Water System Study. _' Part A, General 1 I The minimum line size requirement for the provision of fire protection shall be a looped 6 -inch line or, in the event of a dead end line, an 8 -inch. This minimum requirement shall apply regardless of the theoretical flow capacities existing in the system. Even where a 6 -inch loop may be attained, the City Engineer may require the installation of an 8 -inch line in certain locations where loops are long and where large developments are involved. Lines larger than 8 -inch may be required if they are needed to provide domestic and fire flow demands for a development. 3. City Participation in Water Line Costs in cases where the City desires to have a larger sized water ' line in place than is required under Part 1, Paragraph 2 of these Specifications, the City may enter into an agreement with the developer to provide for the construction of the larger sized line. ' In that event, the City shall be responsible for the difference in material and installation cost between the size line , required for the developer and the size line desired by the City. The City shall not be responsible for any engineering cost associated with the up -sizing unless the larger size line is more than' 12 -inches in diameter. The City shall not participate in the cost of an 8 -inch or Gmaiier ciumoer or customers are involved in a non development situation 1 The cost involved in up -sizing shall be determined by the developer's engineer by the taking of bids, and shall be approved by the City Engineer and by the City Council and/or Mayor. 4. Easements: Easements for water lines shall be at least 20 feet in width regardless of the size of the water line. The easement may be designated specifically for water line purposes or it may be a general utility easement. Lines sized 12 -inches through 18 -inches shall not be placed in easements of less than 25 feet. Lines larger than 18 -inches shall be placed in an easement of no less than 30 feet. Wider easements may be required, depending on the specific circumstances involved. Easements of a lesser width will be considered when adjacent to another easement or under other special circumstances. Also, where 'easements are required between lots, the City will consider 16 foot easements (to coincide with setbacks). ,I Part A, General 2 , I L 5. Permits: All permits required to accomplish the work shall be the responsibility of the owner or engineer. Such permits may include but is not limited to permits for work within Highway Department •' R/W, railroad crossing permits, "Notice of Intent" for Erosion Control (Arkansas Department of Pollution Control and Ecology), Drainage Permit, Grading Permit, and a "No Charge" tapping permit for fire service lines. Work shall not be started without the appropriate permits) in place. 6. Approval of Water Extension Plans: Detailed plans and specifications shall be required for all extensions and shall be prepared by a professional engineer registered to do business in the State of Arkansas. The plans and specifications shall be first approved by the City Engineer and then shall be forwarded to the State Department of Health by the Engineer of Record for their approval. In no case shall any water line construction be allowed before the City has written approval from the State Health Department. Private lines constructed for fire prevention purposes which have no metering device or backflow prevention device at the point of tie-in to the City main shall be treated as a public line and be subject to these specifications as far as engineering, construction techniques, materials, testing, and inspections are concerned. After a final inspection and acceptance of the work, the line shall be owned and maintained by the owner of the property it serves. I I I I I-' No construction of any kind may begin without an erosion control plan on file with the City in accordance with the City's Excavation and Grading Ordinance. The erosion control measures (straw bales, silt dams, silt ponds, etc.) must be in place in the field prior to construction. For projects 5 acres or larger in size, it is the responsibility of the contractor to have on file with the Arkansas Department of Pollution Control and Ecology a "Notice of Intent". • Written notice of the intent to begin construction must be given to the City no less than three (3) days nor more than ten (10) days prior to the construction start date. A pre -construction conference involving the Engineer of Record, Contractor, and the City is required prior to beginning construction. Part A, General I 7. Inspections and Testing Procedures• All field tests required for a project shall the City in the presence of the Engineer of Contractor. The City representative shall be one i Works Construction Inspectors. The Contractor's shall be the foreman or superintendent on the job. Record may be represented by an authorized representative. be witnessed by Record and the )f the Public representative The Engineer of and qualified The City requires a 24 hour notice on all tests. Calls to the City for the purpose of setting test times shall be made by no later than 10:00 AM for test on the following day. Tests delayed by weather or other factors will be rescheduled on the same basis. If a test cannot be reasonably scheduled so that a representative of the City can be present, the Engineer of Record will witness the test and certify to the City the results. In no•case shall a test be made without the presence of the Engineer of Record and the Contractor. It is the responsibility of the Engineer of Record and/or the Contractor to coordinate the scheduling of tests with the City and with the other parties involved. I I I I [1 The tests generally associated with water line construction , are: a) The pressure testing of tapping sleeve installations b) The pressure testing of lines after installation c) The bacteriological (Bac-T) testing d) Fire Hydrant tests Generally, no Contractor or Engineer of Record involvement is required in the taking of samples for the Bac-T test except that the Contractor is responsible for the proper flushing of the line prior to samples being taken by the City. However., the City may require the presence of the Contractor or Engineer of Record when questions have been raised as to the methodology or techniques used in the sampling process. I Bac-T samples are sent to the State Department of Health for testing. Results obtained by the City shall be forwarded to the Engineer of Record either by fax or by mail immediately upon receipt by the City. I Part A, General 4 ' 11 Lines failing the Bac-T tests shall be re -sampled as soon as ' practicable. If a line fails three (3) consecutive Bac-T tests, the line must be re -chlorinated before Bac-T samples can be taken again. The City shall not be responsible for the rescheduling of failed Bac-T tests. ' The fire hydrant test shall consist of checking the operation of the fire hydrant valve and flowing the fire hydrant. This shall ' be done after the pressure test has been completed and the fire hydrant valve shall be left in the open position. All equipment, materials, and labor required for testing shall be furnished by the Contractor at his expense. ' 8. Final Acceptance by the City: The project shall be subject to a joint final inspection by a ' designated representative of the City Engineer's Office, a representative of the Fayetteville Water and Sewer Maintenance Department, the Engineer of Record, and the Contractor. A separate walk-through shall be made by the Meter Foreman to check the location., grade, and condition of water meter settings prior to final acceptance. ' The City will be deemed to have accepted water lines and appurtenances for ownership upon written notification to the Owner after final inspection. Once the City accepts the project for ownership, the Owner shall be responsible for the provision to the City of a two (2) year maintenance bond for 100 percent of the construction cost which shall cover defects in materials and workmanship. A walk-through shall be performed at the end of the ' two year period and all deficiencies corrected prior to release of the bond. City maintenance shall begin after expiration of the Two (2) year Maintenance Bond. ' Record drawings are hereby required as a condition of final acceptance by the City. 9. Location of Water Lines: ' Water lines shall be placed on public streets either in the right of way or in an easement adjacent to the street right of way except that lines can go between lots when there is no other reasonable way to access a line or provide for future service. In no case shall lines intended for individual services be placed in the rear of lots or along back property lines. r I Part A, General 5 Ii I 1O. Fire Hydrant Spacing: ' Maximum spacing for single family and duplex developments is 800 feet. Maximum spacing for all other residential development shall be 600 feet. Spacing and placement of fire hydrants within apartment complexes shall be as called for by local or state fire codes or as directed by the Fayetteville Fire Chief. For commercial and industrial developments, fire hydrant spacing shall be as called for by local or state fire codes, or as directed by the Fayetteville Fire Chief. 11. Water System Study: , The City's latest Water System Study shall be the basis for decisions made in regard to required line sizes, water line locations, location of water pump stations, water tank sizes and location, and any other matter relating to the water distribution system. 12. Applicability• These regulations and requirements contained in Part A of these Standard Specifications shall be applicable to all land or parcels of land being developed for commercial, industrial, or residential use. The material and construction specifications contained in Parts B and C shall be applicable to all water line construction under the control of the City of Fayetteville. 1 I I I I I Part A, General L.J [1 1 STANDARD SPECIFICATIONS FOR WATER LINES PART B, MATERIALS Ii. PIPE AND FITTINGS: Allowable pipe materials shall be Polyvinyl Chloride (PVC) and Ductile Iron. Materials for mains larger than 24" shall be 1 determined on a case by case basis. All pipe shall be designed for a working pressure of at least 200 psi except that for large pipe (30" in size or larger) the design working pressure shall be as 1 called for by formal design. In no case shall the design working pressure be less than 150 psi. For pipe smaller than 24", the allowable pipe sizes are 2, 6, 8, 12, and 18 inches. Polyvinyl Chloride Pipe - PVC pipe 2 inches in size shall be manufactured in accordance with ASTM D-2241. PVC pipe 6 inches through 12 inches in size shall be manufactured in accordance with AWWA Specification C900 and shall have an SDR of 14. 1 The plastic material used in making the pipe shall be clean, virgin, Cell Classification 12454B PVC compound conforming to ASTM Resin Specification D-1784, latest revision. Clean, reworked material generated from the manufacturer's own 1 production shall be acceptable as long as the pipe produced meets all the requirements of the Specifications. Nominal laying length shall be 20 feet. 1 Joints for 2 -inch plastic pipe shall conform to ASTM Specification D-3139. Joints for plastic pipe 6 -inches and ' larger shall conform to AWWA C-900. Fittings for PVC pipe 2 inches in diameter shall comply with ASTM Specification D-3139, Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals". Fittings for PVC pipe 6 -inches and larger shall conform to the specifications given for ductile iron pipe. 1 Ductile Iron Pipe - Ductile Iron Pipe shall conform to the requirements of "Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids," AWWA Standard C151, latest revision, and shall be designed to 1 withstand compacted earth loadings as applied according to the conditions set out on the Plans with an AASHTO HS -20 truck live ibad. The external loading shall be based on a soil 1 density of 120 pounds per cubic foot and Type 3 standard laying conditions. 1 Part B - Materials 1 I TI Ductile iron pipe shall be designed in accordance with the requirements of "Thickness Design of Ductile Iron Pipe", ANSI/AWWA ClSC/A21.50-91, effective March 1, 1992. ' Joints and joint materials for ductile iron pipe shall conform to ANSI/AWWA C105/A21.4. All ductile iron fittings shall conform to the requirements of ANSI/AWWA C153/A21.53, latest revision, for Ductile Iron Compact Fittings. ' Restrained joint pipe and fittings shall be ductile iron pipe manufactured in accord with applicable sections of ANSI/AWWA C151/A21.51 and ANSI/AWWA C110/A21.10. All restrained joint pipe shall be ' TR Flex," as manufactured by U. S. Pipe, 'Flex - Ring" joint as manufactured by American Ductile Iron Pipe, or equal. , Swivel joint fittings shall have a retainer lip and swivel rotatable gland for positive restraint without tie rods. Restraint joints shall be used where testing will be done against closed valves, etc. Flanged pipe and fittings shall be in accordance with the ' requirements for 'Flanged Ductile Iron Pipe with Threaded Flanges," ANSI/AWWA C115/A21.15, latest revision. Bolts and gaskets shall meet the requirements of ANSI/AWWA C111/A21.11, latest revision, for "Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings." , All ductile iron pipe and ductile iron pipe fittings shall have a standard thickness cement mortar lining in conformance to ANSI/AWWA C104/A21.4. All ductile iron pipe shall have a bituminous exterior coating unless otherwise specified. Exposed pipe may be required to , have a factory prime coat consisting of one coat of Kop-Coat 240 Gold Primer, Kop-Coat 622 LCF Primer, or approved equal. The bituminous coating shall be approximately 1 mil thick and shall be factory applied to the outside of. all pipe and fittings. The finished coating shall be continuous, smooth, neither brittle when exposed to the cold nor sticky when exposed to the sun, and shall be strongly adherent to the pipe or fitting. Joint lubricant shall be provided by the pipe manufacturer, and applied as per the manufacturer's recommendations. 1i Part B - Materials 2 'i I ' Galvanized Steel Pipe and Fittings: Threaded fitting pipe for blow -offs shall be unlined Schedule 80 steel pipe and shall ' conform with the requirements of ASTM A120-82, latest revision, and shall be galvanized in accordance with ASTM Specification A90-81, latest revision. Fittings for galvanized steel pipe shall be of cast iron, of standard design and ' dimensions, and be of uniform style and pattern. Fittings for galvanized steel pipe shall be galvanized in accordance with ASTM Specification A9o-81, latest revision. Galvanized pipe and fittings shall be allowed for non -buried service only. ' 2. Polyethylene Encasement (Pipe Wrap): Polyethylene encasement shall be in conformance to ANSI/AWWA C105, latest revision. The polyethylene film shall have a minimum •' nominal thickness of .008 -inch (8 mils), and shall be provided in either flat tube or sheet form. ' 3. Detectable Tape: Detectable tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness of 0.35 mils solid aluminum foil encased in a protective inert jacket that is impervious to all known alkalis, ' acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils and the width shall not be less than 2 inches with a medium unit weight of ' 2 1/2 pounds/i inch x 1000 feet. The tape shall be color coded and imprinted with the message as follows: Type of Color Utility Code Legend ' Water Safety Precaution Caution, Buried Blue Water line Below 4. Backfill Materials Allowable backfill material shall be: I L LI (1) Class 7 Aggregate Base Course as specified in Table 303- 1, page 161, in section 303 AGGREGATE BASE COURSE, of the "Standard Specifications for HIGHWAY CONSTRUCTION," Edition of 1993, published by the Arkansas State Highway and Transportation Department. Part B - Materials 3 I (2) Sand. Sand shall consist of clean, hard, durable uncoated grains free from lumps, clay and organic materials. All (100%) of "sand" shall pass a no. 8 sieve. ' (4) Red Clay Gravel or "Hillside" as approved by the City Engineer" , (5) Native materials where the Class 7 materials is not required and where suitable (not to be used as bedding material. This material is to be placed above the bedding materials as defined in Part B of these specifications, Paragraph 5. 5. Pipe Bedding Materials: Pipe bedding materials shall be: a) The by-product of McClinton -Anchor's rock crushing operation commonly known as grit, or equal b) Sand c) Class 8 Base (AHTD Specification) d) Materials meeting either ASTM D448 Size #67 or ASTM D2774 In no case shall the maximum dimension of rock exceed 0.50 inches. 6. Tracer Wire: , 'Tracer wire shall be 14 gauge coated copper for underground burial. ' 7. Concrete: Concrete for use as reaction backing or below -ground encasement shall be Class "B", defined as concrete with five bags of cement per cubic yard of concrete and with a minimum 28 day compressive strength of 2,500 psi. 1I Part B - Materials 4 , I I L 8. Steel Encasement Pipe: Encasement pipe for water mains shall be constructed of either spiral or straight welded steel and shall be sized as follows: Water Minimum Encasement Minimum Wall ASTM/AWWA Main Size Pipe Size Thickness Specification (inches) (inches) (inches) 4 — 6 12 0.250 ASTM A5 8 16 0.250 AWWA C 102 12 — 16 24 0.250 ^ n 18 30 0.312 ^ n 20 — 24 36 0.312 ^ ^ 36 48 0.375 ^ ^ 48 60 0.375 ^ n ' 9. Gate Valves: ' Gate valves shall be used for pipe up through 10 -inches in size. ' Gate valves shall be resilient seated type, non -rising stem gate valves, in conformance with the requirements of AWWA C509, latest revision, for Resilient Seated Gate Valves, 3 Through 12 NPS, for Water and Sewage Systems." All gate valves shall be designed for a minimum of 200 psi working pressure. All gate valves shall be M&H, AWWA C509 Resilient Seated Gate Valves or approved equal. Approved equals are Waterous, Mueller, and Clow. ' All gate valves shall have O-ring stem seals. The O-ring stem seal shall be so designed that the seal above the stem collar can be replaced with the valve under pressure in the full -open position. ' Gate valves shall have standard mechanical joint ends unless indicated on the Plans. Tapping valve ends shall be flanged by NJ. Buried gate valves shall be designed for operation with a ' nominal 2 inch square operating nut. The standard direction of opening shall be open left as viewed from the top. Handwheels for • gate valves shall be in conformance to AWWA C509. I _' Part B - Materials 5 I The interior and exterior of the valve body, bonnet and seal ' plate shall have factory applied fusion bonded epoxy coating meeting AWWA C550 latest revision. The valve shall be tested in accordance with AWWA C509, latest revision. , 10. Butterfly Valves: Butterfly valves shall be used for all pipe 12 -inches' and larger except that 12" tapping valves shall gate valves. Butterfly valves shall be Class 250E in conformance with the requirements of AWWA C504, latest revision, for Rubber Seated Butterfly Valves". All butterfly valves shall be groundhog type, as furnished by Henry Pratt Company, or approved equal. ' The valve body shall be constructed of cast iron ASTM A-126, Class B. and shall have integrally cast mechanical joint ends unless alternate valve ends are indicated on the Plans. Body thickness shall be in strict accordance with AWWA C504, latest revision, Class 250B. ' All butterfly valves shall be of the tight closing, synthetic rubber -seat type, as follows. 1) Valves 20 inches (nominal diameter) and smaller shall , have bonded seats which are simultaneously molded in, vulcanized and bonded to the body. Seat bond must withstand 75 pounds pull under test procedure ASTM D429, Method B. 2) On valves 24 inches and larger, all seats shall be of a synthetic rubber compound. Seats shall be retained in the valve body by mechanical means without retaining rings, segments, screws or hardware of any kind in the flow stream. Seats shall be a full 360° without interruption and have a plurality of grooves mating with a spherical disc edge seating surface. Valve seats shall be field adjustable around the full 360' circumference and replaceable without dismantling operator, disc or shaft and without removing the valve from the line. ' Valve discs shall be as follows. 1) Valves 12 inches through 20 inches nominal diameter: , Valve discs shall be constructed of alloy cast iron ASTM A-436, Type 1. I! Part B - Materials 6 1' I I2) Valves 24 inches nominal diameter: Valve discs shall be cast iron with a stainless steel seating edge. 3) Valves 30 inches through 48 inches nominal diameter: Valve discs shall be ductile iron with a stainless steel • seating edge. • The valve shaft shall be constructed of stainless steel and the bearings shall be corrosion resistant and self-lubricating. The valves shall be equipped with a totally enclosed type operator, fully gasketed and grease packed, suitable for direct burial. ,The operator shall be designed for operation with a nominal 2 inch ' square operating nut for use with a T -wrench. Operators shall be designed to open with a counterclockwise rotation of the operator nut. ' All valves shall have factory applied fusion bonded epoxy coating meeting AWWA C550 latest revision. ' The valve shall be hydrostatically tested at 250 psi for leakage in accordance with AWWA C504, latest revision. ' Where valves are specifically shown and detailed on the plans to be painted, the valves shall be delivered to the job site factory blasted, cleaned and primed with one coat of Kop-Coat 340 Gold Primer or Kop-Coat 622 LCF Primer, or approved equal. 11. Valve Boxes: ' Valve boxes shall be constructed of cast iron. The valve box and appurtenances shall consist of a base, extensions as required, ' and a top section with a drop lid. The lid shall be marked with the word 'WATER." All valve boxes shall be compatible with the gate or butterfly valves for which they are provided and shall be manufactured for use in roadways. 12. Fire Hydrants: ' All fire hydrants shall be dry barrel hydrants in conformance with AWWA C502, latest revision, for Dry Barrel Fire Hydrants", ' and shall be designed for a working pressure of 200 pounds per square inch gauge. Pressure class 200 fire hydrants shall be three-way, painted white above the ground line with reflective paint 7216 3M. Approved fire hydrants are Mueller Centurion ' hydrants, Catalog No. A-423 or Waterous 5 1/4" WB67-90. The hydrant shall have a 6 inch mechanical joint inlet in conformance to the dimensions shown in ANSI/AWWA C110/A21.10, latest revision. Three-way hydrants shall have a 5-1/4 inch valve opening. ' PartB - Materials 7 [1 I All fire hydrants shall be equipped with a two-piece barrel having a break -a -way flange at the ground. line and shall be designed for a 42 -inch bury. Extensions shall be Mueller A-320 or approved equal. Hydrants shall be equipped with two 2-1/2 inch hose nozzles and one 4.5 inch pumper nozzle. The operating nut shall be a nominal 1-1/2 inch pentagon, National Standard operating nut designed to open left (counterclockwise). Fire hydrants shall be equipped with a safety stem coupling and flange which are intended to fail upon vehicle impact without damage to the stem or main valve. ' All fire hydrants shall be tested in accordance with AWWA C502, latest revision. 13. Tapping Sleeves: Tapping sleeves shall be designed for 200 psi and shall be JCM Type 432 for pipe six (6) inches through twelve (12) inches and JCM 412 for pipe greater than twelve (12) inches,. or approved equal. Tapping sleeves shall be vinyl coated. 13. Service Connection Materials: Materials for water main taps, service lines, and meter box assemblies shall be: , Copper Pipe ....................... Type K soft copper 3/4" Corporation Stop............ Mueller B-25008 3/4" U Branch, 7.5" width......... Mueller H-15363 5/8" x 3/4" x 12" meter yoke...... Mueller H-1402 3/4" Tail Piece ................... Mueller H-14222 18" Cast Iron Flat Meter Lid...... C-109, Crouch Foundry 18" x 24" PVC Meter Box, #501824 .30T, ).275 wall thickness........... Mueller/McCullough Tapping saddles for PVC and Ductile Iron shall be as t manufactured by Mueller and Romac respectively. I Part B - Materials 8ii I STANDARD SPECIFICATIONS FOR WATER LINES PART C. CONSTRUCTION METHODS 1. PIPE LAYING: All water pipe shall be laid and tested in strict accordance ' with the manufacturer's recommendations. For ductile iron pipe, ANSI/AWWA C600 shall apply. For PVC pipe, ASTM D-2774 shall apply. All water mains which cross sewers shall be laid to provide a ' minimum of 18 inches positive vertical clearance as measured from bottom of pipe to top of pipe. At all crossings, the water line pipe shall be adjusted to provide one full length of water line ' pipe over the sewer line with both joints located as far as possible from the sewer line. A ten (10) foot separation shall be maintained between water lines and sewer lines where those lines run parallel to each other. ' Care shall be taken not to exceed the manufacturer's recommendations on the degree of deflection allowed per joint of ' pipe. A pipe bend shall be installed where necessary to maintain conformance to those recommendations. Pipe, regardless of type, shall be laid on 6 inches of bedding material (see Part B, Paragraph 5) and shall be covered to a depth of 6" over the top of the pipe with the same material. The bedding shall be hand tamped in the ditch prior to pipe installation and shall be hand tamped around and over the pipe. Reaction backing shall be installed at all points of ' unbalanced pressure. Required area of undisturbed soil for backing purposes shall be calculated based on the bearing strength of the soil (2000 pounds/square foot) maximum allowable unless proven ' otherwise by soil tests) and on a working pressure of 200 psi. Calculations shall take into account pressures due to water hammer. Sufficient concrete shall be used to properly transfer load from the fitting to the undisturbed soil in a uniform manner and without ' exceeding the strength of the concrete. The fitting shall be wrapped with 8 mil polyethylene prior to pouring the concrete. Concrete shall not extend over or around the fitting joints. All ' bends, tees, etc. shall remain open until inspected by the City. The transition from 6 -inch pipe to 2 -inch pipe shall be by ' means of a tapped 2 -inch plug. All 12 -inch or smaller ductile iron 90 degree bends, tees, hydrant shoes, and other valves within 30 feet of a plug or reducer shall have retainer glands. _' Part C, Construction Methods 1 I I Where ductile iron pipe is being laid, polyethylene encasement shall be installed in accordance with ANSI/AWWA C105, latest revision, for either Method A, B or C installation. The encasement shall be provided for all fittings and all other buried iron appurtenances. The encasement shall be protected from prolonged exposure to sunlight to prevent deterioration of the polyethylene film. All iron fittings and all other iron appurtenances shall be wrapped with polyethylene. Pipe detection tape shall be provided in all trenches for , water line construction. Installation shall be per manufacturdr's recommendations- and shall be as close as practical to finished grade while maintaining a required minimum of 18 inches between the detection tape and the top of any pipe line. A trace wire shall be laid adjacent to all PVC installations and shall be looped around the pipe at least once per joint and connected to all valves and fittings. At valves and meter box settings, the trace wire shall be brought up into the valve or meter box as indicated in the standard details. A tracing test may be required prior to final acceptance. ipe cover shall be 60 inches under Maximum er than 60 inches allowedshallbe s forsconditions. hortd Covereaal stances where required by field conditions. No hydrants shall be allowed where lines are greater than 60 inches deep. Minimum pipe cover shall be 36 inches. Cover shall be measured from the top of the pipe barrel and shall be further defined as: a, uanu ,,ever Normal to the Direction of the Pipeline: Cover ' shall be measured from the top of the barrel of the pipe to the top of the existing natural ground surface. bl Cut Sections: Cover shall be required and shall be ' measured from the top of the pipe barrel to the planned grade. c) Fill Sections: Cover shall be measured from the top of the pipe barrel to the natural ground surface underlying the fill unless fill material is placed and properly compacted prior to laying the water line. ' d1 Along and Under Streets: The Cover along streets shall be measured either from natural ground or the curb elevation, whichever results in the lowest absolute elevation of the _ pipe. Cover under streets shall be measured from the top of 'the subgrade. Minimum elevation for service lines under streets shall be 30 inches below the planned subgrade. That depth shall be maintained to a point at least 5 feet outside of the curb, storm sewer line, ' or sidewalk. Service lines shall be wrapped with polyethylene in areas where a grit or other bedding material is not required. Part C, Construction Methods I Reasonable amounts of water for flushing, testing and ' disinfecting water lines will be supplied by the City. The work shall be coordinated to ensure that it will not be carried on during periods of high water usage. Water valves on the existing water system shall only be operated by, or under the direct ' personal supervision of the City of Fayetteville Water Department. After completion of construction of all water lines or sections thereof, the Contractor shall flush, test and disinfect the new water lines as set out below. a) Flushing: The Contractor shall fill and flush the newly ' constructed lines and visually check all combination air release and vacuum valves, blow -off valve assemblies, line valves, and fire hydrants to assure proper operation. ' b) Hydrostatic Testing: All pipe on this project shall be tested as set out in AWWA C600, latest revision. Tests will ' be conducted only after the line is completed, including all taps and meter settings as required and the backfill completed. These tests shall be performed by the Contractor in the presence of the City Inspectors and the Engineer of Record. The Contractor shall furnish all necessary pressure gauges, meters, and pumps and make all taps and connections. ' Each valved section of pipe shall be slowly filled with water and the specified test pressure shall be applied by means of a pump connected to the pipe in a manner satisfactory to the ' Engineer. Before applying the test pressure, all air shall be expelled from the pipe by permanent taps or corporation cocks where necessary. Test pressure shall be the greatest of 150 percent of the static pressure or 200 psi, whichever is greater. The developer shall provide all pumps or other equipment necessary ' to maintain the test pressure within ±5 psi at the test point for a period of two hours. Fire hydrant valves shall be open during the pressure test. IC) Leakage: The leakage test shall be conducted concurrently with the pressure test. Leakage shall be defined as the quantity of water that must be supplied into the newly laid ' pipe, or any valved section thereof, to maintain pressure within 5 psi of the above specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. ' I IPart C, Construction Methods 3 H The leakage for water pipe shall be within the limits set out in AWWA C600, latest revision. No pipe installation will be accepted until the leakage is less than the number of gallons per hour as determined by the formula: L = SDV PS 133,200 L = allowable leakage, in gallons per hour; S = length of pipe tested, in feet; D = nominal diameter of the pipe, in inches; and P = average test pressure (psi). Should any test of pipe laid disclose leakage greater than that specified, the leak shall be located and repaired and the line shall be re -tested. All visible leaks shall be repaired regardless of the amount of leakage. d) Disinfection: After successful pressure testing, the line(s) shall be flushed velocity equal to or greater than 2.5 feet per second. The line shall then be disinfected in accordance with AWWA C601, latest revision, for 'Disinfecting Water Mains," continuous feed method, except that the placing of hypochlorite granules into the main during construction will not be permitted. The contractor shall take great care when flushing the line to assure proper drainage is available to prevent harm at any adjacent downstream location. Disposal of the disinfecting water shall be in a manner that will protect the public and the receiving waters from harmful concentrations •of chlorine. Such disposal shall be in accordance with all applicable EPA and ADPC&E regulations. After sterilization is complete, the Contractor shall then flush the sterilizing solution from the lines, and the treated water lines will then be placed into service. Bacteriological samples shall be taken by City y personnel only. Samples shall be taken on two consecutive days and shall be taken only on Monday, Tuesday, or Wednesday. No water meters shall be set until the samples have been approved in writing by the State. •Water lines that dead end shall have a blow -off assembly , located on the last joint of pipe as shown on the water line detail sheet. The last joint shall be blocked. Valves on dead end lines shall be placed on the next to last joint if possible and shall be ' restrained. Part C, Construction Methods 4 , I 2. Pipe Trench, Excavation: ' The trench shall be excavated to at least 6 inches below the grade necessary to provide the minimum cover required. Trench width shall be outside pipe diameter at the bell plus 1 foot either side, ' except for PVC pipe, the minimum trench width shall be the outside diameter of the pipe plus 8 inches. Maximum trench width shall be the outside diameter of the pipe plus 2 feet. Where the bottom of the trench at subgrade is found to be unstable or to include ashes, cinders, any type of refuse, vegetable or other organic materials, or large pieces of fragments ' of inorganic material which in the judgment of the Engineer should be removed, the trench shall be excavated and such material removed to the width and depth ordered by the Engineer. Before the pipe is laid the subgrade shall be made by backfilling with bedding material (Part B, Paragraph 5) in 6 inch ' uncompacted layers. The layers shall then be hand or machine tamped so as to provide a uniform and continuous bearing and support for the pipe at all points along the pipe length. The sides of any excavation, when deemed necessary or as required by State or Federal regulation, shall be properly supported with bracing, shoring or sheeting as the need may be. ' Such bracing and shoring shall be withdrawn as the work progresses. In case the excavation is close enough to buildings or other foundations as to endanger their stability by the removing of such ' bracing, then they shall be made secure and left in place, and the water line trench backfilled and thoroughly tamped with the bracing in place. ' The Contractor shall provide sufficient pumps and other necessary equipment to keep the trench free of water which may accumulate. If the bottom of the trench becomes soft and muddy, ' the Contractor shall remove all such soft material and replace it with bedding materials approved in Part B of these specifications. Under no conditions shall pipe be laid in a trench that has not ' been properly dewatered. The length of trench that may be opened ahead of the pipe laying operation shall be determined by field conditions. The ' contractor is responsible for the proper restoration of open trenches damaged by the weather or by other means. If, because of such trench damage, a different type of pipe bedding system is required to provide proper pipe support, the extra expense of such revised bedding shall be borne by the contractor at no cost to the City. -' Part C, Construction Methods I-7 I 3. Pipe Trench. Backfill: ' After the pipe bedding has been placed (including up through 6" above the pipe, the trench, excavated areas around valves, fittings, fire hydrants, and other appurtenances shall be backfilled with excavated material free from rock larger than 6 inches within i8" of the top of the bedding and 8" in diameter thereafter. In no case shall rock material from blasting operations be allowed in the trench. All pipeline trench backfill shall be placed in layers of appropriate thickness and compacted using a mechanical, hydraulically -powered vibratory trench compactor or other equivalent equipment. Heavy compaction equipment shall not be used closer than 2 feet to the top of the pipe. Any backfill failing to meet the compaction requirements set out below shall be replaced and/or recompacted to meet the compaction specifications. All trench backfill (except under paved or driving surface areas as detailed below) shall be compacted to 90 percent (minimum) of that of the adjacent undisturbed soil. Unless specifically noted on the Plans, no density testing will be required to prove compliance with the 90 percent density requirement. ' In areas where the trench is parallel to or crosses any paved area or driving surface including streets, parking lots, future or planned streets, or driveways, the backfill shall be crushed stone as specified in Section 300 CRUSHED STONE BASE (AHTD Class 7). The Crushed stone trench backfill (aggregate base course, Class 7) shall be placed in 6 to 8 inch lifts and compacted to 95 percent modified Proctor density (ASTM D1557-78). Red clay gravel or "hillside" may be used as a backfill material in .areas described in the above paragraph when specifically approved by the City Engineer and compacted in 6 to 8 inch lifts to 95 percent of standard proctor. One density test per crossing shall be required. Where the trench runs parallel to the driving or paved surface one density test shall be required per 500 feet or portion thereof. An additional test will be made for each test failure at approximately 100 feet either side of failing test.. In areas to be topsoiled, the density of the backfill material shall be tested at a depth of 12 to 18 inches below the finished grade prior to the placement of the topsoil. In open fields and other areas where deemed appropriate, the trench may be overfilled and allowed to settle prior to final surface replacement. Trenches may be flooded to promote settlement in areas where it is deemed appropriate. Part C, Construction Methods 61 I 4. Installation of Meter Box Settings: ' Meter box settings shall be located at the street right of way or easement line. Double meter boxes shall be placed on the property line between the two lots to be served. Single meter sets ' shall be placed in the center of the lot. The final grade at the meter box location shall be determined ' by the Engineer of Record and the meter box shall be placed at that grade. Up to the time of final acceptance by the City, it shall be the responsibility of the Owner to make whatever adjustments to meter boxes that might be necessary. After final acceptance by the ' City any adjustment of meter boxes needed will be handled in accordance with existing or future City Ordinances that may govern the situation. ' No meters shall be set by the City until the meter box is adjusted to the proper grade. ' Any boxes falling in driveways or sidewalks shall be relocated at the expense of the developer or lot owner. ' It shall be the responsibility of the Engineer of Record to place meter box locations on the Record Drawings and to mark them in the field. The Record Drawings shall indicate from where each lot is to receive water service. 5. Valve and Valve Box Installation: ' Gate and butterfly valves shall be installed in accordance with AWWA C600, latest revision, Sections 3.3 and 3.6, and with either AWWA C504 or AWWA C5O9, as applicable, latest revisions, the '- manufacturer's recommendations, and these Specifications. Prior to installation, all valves shall be visually inspected ' for defects, and any foreign material in the valve interior removed. U. A valve box as specified shall be provided for each valve used in a buried service application. The valve box shall be installed so as not to transmit shock or stress to the valve. The valve box shall be centered and plumb over the operating nut of the valve with the box cover flush with the surface of the finished surface. The valve box shall be backfilled evenly around its perimeter with select material. The backfill material shall be hand tamped so ' that the ground will not settle after placement of the concrete collar. , L IT Part C, Construction Methods 7 I] All valve box lids s2 collar placed around them. valve box lid and shall be shall be flush with the top or roadway surface. Valve until every item of cleanup call have an 18 inch square concrete ' The collar shall be centered on the 6 inches thick. The top of the pad of the box and the surrounding ground box collars shall not be constructed has been completed. 6. Fire Hydrant Installation: Prior to installation, all hydrants shall be inspected' for direction of opening, cleanliness of inlet elbow, handling damage, and cracks. All hydrants shall stand plumb within a tolerance of 1/8 inch horizontally in 12 inches vertically. The nozzles shall be parallel with, or at right angles to, the street with the pumper nozzle facing the curb. Hydrants shall be set to established grade with the nozzle centerline at least 18 inches above the ground. When hydrants are placed beyond the curb, the hydrant barrel shall be set so that no portion of the pumper or hose nozzle cap will be less than 12 inches nor more than 18 inches from the outside face of the curb. When set in the lawn space between the curb and the sidewalk, or between the sidewalk and the property line, no portion of the hydrant or nozzle cap shall be within 6 inches of the sidewalk. Each hydrant shall be connected to the main with a 6 inch ductile iron pipe branch and an independent 6 inch gate valve. The 6 inch branch of the main line fittings shall be equipped with retaining lip and swivel gland for positive restraint without tie rods. Any change in grade needed to properly place the hydrant shall be accomplished by the use of an "S" fitting. Drainage shall be provided at the base of the hydrant by placing coarse gravel or crushed stone mixed with sand from the top of the reaction backing to at least 6 inches above the waste opening in the hydrant, and to a distance 3 feet around the elbow. No drainage system shall be connected to a sewer. The bowl of each hydrant shall be braced against unexcavated earth at the, end of the trench with concrete reaction backing. IN NO CASE SHALL THE CONCRETE BACKING BLOCK OR IMPEDE FLOW FROM THE FIRE HYDRANT DRAIN PORTS. Part C, Construction Methods 1i F C H 7. Blow -Off Construction: The location of the blow -offs shall generally be as detailed. The exact location as well as the orientation and length of the piping shall be determined in the field to ascertain that the vertical riser extends above natural grade. 8. Clean-IIo: ' These specifications shall apply in all cases unless' the landowner involved indicates to the City a willingness to waive ' them. However, no waiver will relieve the contractor from the requirement to refill sunken ditchlines as necessary and to control erosion from the cut areas by seeding and mulching until grass is ' established. Also, no waiver will relieve the contractor from the requirement to leave the site neat and free from construction debris of all kinds. I Any such waiver must be submitted in writing to the City and approved by the City Engineer. ' There are generally three classifications of cleanup for water line construction: ' Class I Cleanup. Areas of construction within lawns, gardens, or other well -kept areas, including street rights of way that are kept as lawns by adjacent landowners. H I I I ii I Class II Cleanup. Areas of construction within fields, meadows and street rights of way which are mowed or cultivated (gardens excepted). Class III Cleanup. Areas of construction that are heavily brushed or wooded, steep rocky slopes, or other areas where it is not practical for the area to be cultivated. The method of cleanup for each of the classes defined above shall be as set out below. a1 cases i useanup - Lawns Gardens, Etc. The trench shall be backfilled in accordance with these Specifications. After the topsoil has been replaced to the same depth as adjacent undisturbed areas over the damaged areas, the Contractor shall proceed immediately to hand rake the entire construction area 'to remove all rock 1/2 inch or larger in diameter. Debris of every type shall be removed and all damaged tree limbs shall be pruned. After the area has been raked and accepted, it shall be seeded at the rate of 0.15 pounds per 100 square feet, using the following seed mixture (percent weight): Part C, Construction Methods 0 I Lawn Fescue 40% Blue Grass 30% Rye Grass (Annual) 30% During or after seeding is complete, all areas shall be covered with 10-20-10 fertilizer at the rate of 250 pounds per acre, or approximately one-half pound per 100 square feet. No watering will be required. However, after seeding and fertilization the entire area shall be rolled with a roller of sufficient size and weight to achieve a smooth finikhed surface prior to mulching. Straw mulch consisting of good grade clean straw, free of weeds or seed shall be placed over seeded areas and shall be uniformly spread so as to provide a thickness of approximately 2 inches when first spread. Where the existing ground cover does not contain any of the grasses as set out in the seed mixture above (Bermuda grass, Zoysia, etc.), the Contractor shall be responsible for cutting, removing stockpiling and saving the existing sod on the job site. After constructing the water line and backfilling the trench, the sod shall be replaced to a condition equal to or better than that prior to construction. In the event that insufficient sod has been stored, or sod has been lost or destroyed, the Contractor shall be responsible for providing and installing new solid sod of the existing type to complete the cleanup. P1 class 11 Cleanup - Fields Meadows Etc. The trench shall be backfilled in accordance with the Pipe Specifications. After the backfill is completed and the surface over the trench left slightly rounded, the area shall be machine raked to remove all rock to a condition equal to the existing surface on the better side of the adjacent existing right of way. All excess excavated material shall be removed from the site, including excess material which has accumulated around fence posts, trees, mailboxes, etc. All areas which have been disturbed, such as that caused by equipment tracks, shall be carefully backfilled and repaired as though it were a part of the actual trench excavation. Seeding and fertilizing of these areas is required using the seed mixture and application rates set out below (percent expressed in terms of weight). Field Fescue 40% Rye Grass (Annual) 40% White Clover (Common) 20% J J 1 J I J I I 1 1 I H H Part C, Construction Methods 10 , C I 1 After the area has been accepted, it shall be seeded at the ' rate of 0.15 pounds per 100 square feet. During or after seeding is complete, all areas shall be covered with 10-20-10 fertilizer at the rate of 250 pounds per acre, or about one-half pound per 100 square feet. No watering will be ' required. However, after seeding and fertilization the entire area shall be rolled with a roller of sufficient size and weight to achieve a smooth finished surface prior to t mulching. Where the existing field grass is Bermuda, or other type not specified above, the Contractor shall place such topsoil as required, and shall seed with the existing type ' grass so that an equivalent ground cover will be provided. Straw mulch consisting of good grade clean straw, free of weeds or seed shall be placed over seeded areas and shall be uniformly spread so as to provide a thickness of approximately 2 inches when first spread.' �) L.J.ass 111 CJeanuD - steep wooaea or Rocky Areas. The trench shall be backfilled in accordance with the Pipe Specifications. After the trench backfill is complete, all damaged brush of every type shall be cut just below ground ' surf ace- and all damaged limbs shall be trimmed. All brush and debris shall be disposed of by the Contractor and the entire area shall be machine raked so that the area of construction ' is in a condition equal to the existing surface on the better side of the existing adjacent right of way. The area of the trench line shall then be seeded and fertilized at the rate of 0.15 pounds per 100 square feet using the s&.me seed mixture, fertilizer and application rates as set out under Class 1I cleanup, except that tall fescue ' (Kentucky 31) shall be used in place of field fescue. Straw mulch consisting of good grade clean straw, free of ' weeds or seed shall be placed over seeded areas and shall be uniformly spread so as to provide a thickness of approximately • 2 inches when first spread. I. d) All Areas. All work within the construction area shall be cleaned to the satisfaction of the Owner. In general, all rocks, trash or rubbish of any nature shall be removed from the site of the work. During construction, the Contractor shall at all times keep ' work areas in a clean, neat and workmanlike condition. Excess pipe, excavation, brush and materials of construction shall be removed and disposed of as the work progresses. In built-up areas, including lawns, the job site shall be cleaned up ' immediately behind construction. Streets and driveways blocked by excess materials after basic construction is completed will not be tolerated. Part C, Construction Methods 11 I I ' If the trench should settle while the Contractor is still on the job or within two (2) years of the project completion date, the Contractor shall make the required repairs at no additional cost to the Owner in accordance with the continuing responsibility provisions of these Specifications. Failure of Contractor to make necessary repairs during the one year period will be cause for Owner to make or contract for such repairs and invoice the Contractor for all costs. e) Restoration of Damaged Surfaces and Property. Where any pavement, trees, shrubbery, fences, poles or other property and surface structures have been damaged, removed or disturbed by the Contractor, whether deliberately or through failure to carry out the requirements of the contract documents, state laws, municipal ordinances, or through failure to employ usual and reasonable safeguards, such property and surface structures shall be replaced or repaired at the expense of the Contractor. f) Access after Construction. Unless otherwise directed, all areas shall be graded after construction so as to be accessible by four wheel drive vehicle. 1 These clean-up specifications shall apply to on -site subdivision construction as well as off -site construction of water lines. The fact that the installation of other utilities and/or house building activities may damage such erosion control measures shall not exempt the developer from this requirement. 9. Pavement Repairs: All pavements which have been removed or damaged shall be repaired in accordance with these Specifications depending upon the type of pavement existing prior to construction. , a. Asphaltic Pavement Repair. The existing pavement shall be saw -cut and removed to a point 18 inches beyond the trench line limits, and brought to grade 9 inches below the top of the existing pavement. Six inches of 3000 psi concrete shall be placed and allowed to cure. This area shall then be resurfaced by applying asphaltic cement prime coat at the rate of 0.25 gallons/square yard, followed by a minimum of 3 inches of hot -mixed, hot -laid asphaltic concrete, laid to an elevation matching the existing finished grade. The hot -mixed, hot -laid asphalt shall be compacted to 92 percent of theoretical density. 1 Part C, Construction Methods 12 I I I One nuclear densimeter test per asphaltic patch or repair ' shall be performed. The asphaltic pavement repair shall be deemed acceptable by the Engineer upon a passing nuclear densimeter test at a location as directed by the Engineer. The cost of determining the compacted density shall be at the expense of the Contractor. Any unacceptable patch or repair shall be replaced and/or recompacted and retested at the Contractor's expense. b. Concrete Pavement Repair. The existing pavement shall ' be saw -cut and removed to a point 18 inches beyond the trench line limits, and brought to grade 9 inches below the top of the existing pavement. Concrete (4200 psi) shall be placed to match the existing surface. Joint I. sealer shall be placed in the area between the repaired surface and the original surface. ' c. Unpaved Driving Surface Repair. After the trench has been backfilled as set out elsewhere in these Specifications, the surface shall be brought to the existing grade with additional crushed stone base. where special paving surfaces exist, such as natural gravel, washed gravel, exposed aggregate, or other such special materials, ' then the final surfaces shall be replaced in kind except where specifically noted otherwise. ' 10. Barricades. Guards and Safety Provisions• To protect persons from injury and to avoid property damage, t adequate barricades, construction signs, warning lights and guards as required shall be placed and maintained during the progress of the construction work and until it is safe for traffic to use the highway. All material piles, equipment and pipe which may serve as obstructions to traffic shall be enclosed by fences or barricades and shall be protected by proper lights when the visibility is ' poor. Execution of all necessary safety precautions is the sole responsibility of the Contractor. ' 11. Maintenance of Traffic and Closing of Streets: The Contractor shall carry on the work in a manner which will ' cause the least interruption to traffic, and may close to through travel not more than two consecutive blocks, including the cross street intersected. Where traffic must cross open trenches, the ' Contractor shall provide suitable bridges at street intersections and driveways. ' Part C, Construction Methods 13 1 I The Contractor shall post suitable signs indicating that a t street is closed and necessary detour signs for a proper maintenance of traffic. Three (3) days written notice to the Mayor's office is required prior to the closing of any street. Also, it will be the contractor's responsibility to notify all emergency units (fire, police, EMS, etc.) prior to the closing or partial closing of a street. The closing of State Highways shall require approval of both the City and the State Highway and Transportation Department. I I I I Li I I C [I I Part C, Construction Methods 14 1 I Ti I I Li Ti I Ti I I 'Ti Ti Ti I I I I I] DIVISION 1 - GENERAL PROVISIONS SECTION 1-01: GENERAL DESCRIPTION. The work to be performed under these contract documents consists of providing all labor, materials, equipment, tools, superintendence, and all other services necessary for construction of the project as shown on plans. SECTION 1-02: LEGAL ADDRESS OF OWNER. The legal address of the Owner shall be as shown on the cover sheet of the specifications., SECTION 1-03: VERIFICATION. Data concerning surface features, present obstructions on or near site, locations of pipes, roads, etc., have been obtained from sources the Engineer believes reliable, but accuracy of such data is not guaranteed and is furnished solely for the accommodation of the Contractor. Use of such data is made at the Contractor's risk and no additional allowance will be granted because of the Contractor's lack of knowledge of existing conditions. The Contractor shall be responsible for the verification of all measurements shown on the drawings and/or other new construction on the premises. Each bidder is required to form his own opinion of the character of the materials and of other conditions to be encountered from an inspection of the area, from his own interpretation of test -hole information and from such investigation as he may care to make. SECTION 1-04: LIQUIDATED DAMAGES. Liquidated damages will be assessed in the event of an overrun of time required to complete the work described by these specifications in the amount set forth in the "ADVERTISEMENT FOR BIDS". The Engineer shall maintain a record of "Consecutive Calendar Days" and "Non -workable Days" from date of "NOTICE TO PROCEED". If construction progress is delayed by acts of God and beyond the control of the Contractor, an extension of Construction Time may be requested by Contractor. Contractor shall pay such damages to Owner prior to acceptance of the construction by the Engineer. SECTION 1-05: SAFETY. Contractor shall comply with the Occupational Safety Health Standards Act of 1964, and the latest revision thereof. SECTION 1-06: OFFICE AND SANITARY FACILITIES. A construction office will be needed as required by the Contractor when required by law. Sanitary facilities will be required as needed to conform with city or county ordinances or rules. 1 I DIVISION 1 - GENERAL PROVISIONS ' SECTION 1-07: CONSTRUCTION ON PRIVATE PROPERTY. A permanent construction easement shall be provided by the Owner for construction improvements across private property, as shown on the easement plans, to be provided by the Engineer to the successful bidder. The Contractor shall not damage or destroy obstructions within area. Satisfactory settlement for such damage shall be made by the Contractor directly to the property owner. Pavements, drains, fences, driveways, wells, septic tanks, lines, and etc. shall be restored, immediately following construction of the project, to the original condition thereof as determined and , approved by the Engineer. The Contractor shall conduct his work so as to interfere as little as possible with traffic. The Contractor shall consider Section 1-14: "MAINTENANCE OF TRAFFIC", of these specifications as pertaining to this area also. Existing underground and/or overhead utilities are not always shown on the project plans. The Contractor shall coordinate with all utility companies at a preconstruction conference prior to starting construction. The Contractor shall cooperate with, all utility companies in an effort to protect existing utilities. Any variation or elimination of construction and temporary construction easements shall be reflected on the construction plans. ' SECTION 1-08: NOTIFICATION OF UTILITY COMPANIES: The Contractor is responsible for informing utility companies forty-eight [48] hours prior to start of construction for the purpose of locating existing utilities. The Contractor is responsible for any and all damage to utility lines he might damage in the course of construction; furthermore, the engineer shall not be held liable for said damages. SECTION 1-09: CO -CONTRACTOR BIDS. In the case of two contractors working on the same job, each Contractor shall be responsible for coordinating his work schedule with the other Contractor. Each Contractor shall be responsible for any damage done to his respective work by the other contractor. The Engineer shall not be held responsible for any damages of any kind. SECTION 1-10: BID PROCEDURES. The Contractor shall bid said project in accordance with construction documents and proposal included. Extra compensation for any unit of construction must be itemized in the proposal and included with the bid. 2 1 I I H I I I I I I I I I J H I H J I DIVISION 1 - GENERAL PROVISIONS SECTION 1-11: SCHEDULE OF OPERATIONS. Before work is started, the contractor shall prepare a detailed schedule of all construction operations that shall not only indicate the sequence of work, but also the expected time of starting and completion of each part. The schedule shall be submitted to the Engineer for approval. If conditions beyond the control of the contr Owner approves a deviation from the expected shall service the construction schedule in approved change. The Owner may require the his construction forces as well as increase operations fall behind the approved schedule completion of work within the specified doubtful. actor justify and the time, the Contractor accordance with the Contractor to add to his working hours if to an extent that the time appears to be Connections into the existing facilities shall be so done as to make the least possible interruption to the normal functioning of existing facilities. The timing of this work shall be planned by the Contractor and authorized by the Owner or his agent before proceeding. Residents and users of existing utilities shall be notified by the Contractor twenty-four [241 hours in advance of service interruptions. SECTION 1-12: RIGHTS -OF -WAY ON PRIVATE PROPERTY. The necessary permanent or temporary Rights -of -Way for the construction will be provided by the Owner. The centerline of pipe line Rights -of -Way across private property will be marked by the Engineer with stakes set at intervals of sight distance. The Contractor shall be responsible for all damage to crops and other property outside the boundaries of the Rights -of -Way and shall make satisfactory settlement for the damages directly with the property owner and tenant involved, as their interests may require. 3 I DIVISION 1 - GENERAL PROVISIONS I SECTION 1-13: PROTECTION AND MAINTENANCE OF PUBLIC AND PRIVATE PROPERTY. The Contractor shall protect, shore, brace, support, and maintain all underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by the construction work performed by him. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, and other surface structures affected by construction operations in connection with the performance of the contract, together with all, sod and shrubs in yards and parks removed or otherwise damaged, shall be restored to the original conditions thereof as determined and approved by the Engineer. All replacements of such underground constructions and surface structures or parts thereof shall be made with new materials, conforming to the requirements of these specification or, if not specified, as approved by the Engineer. The Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, or other public or private property or facility, regardless of location or character, which may be caused by moving, hauling, or otherwise transporting equipment, materials, or men to or from the work or any part of the site thereof. The Contractor shall make satisfactory and acceptable arrangements with the Owner of, or the agency or authority having jurisdiction over the damaged property or facility, concerning its repair or replacement or payment of costs incurred in connection with said damages. The Contractor is responsible for notifying the affected governing bodies forty-eight [48] hours prior to start of construction and is responsible for any and all fees. SECTION -1-14: MAINTENANCE OF TRAFFIC. The Contractor shall conduct his work so as to interfere as little as possible with public travel, whether vehicular or pedestrian, and shall provide and maintain suitable and safe bridges, detours, or other temporary expedients for accommodation of public and private travel. Owners of private drives shall be given reasonable notice by the Contractor, before initiation of construction which would interfere with the normal passage of public or private travel, of the date and extent of construction involved. In making open -cut street crossings, the Contractor shall not block more than half [1/2] of the street at a time. Whenever possible, the Contractor shall widen the shoulder on the opposite side to facilitate traffic flow. Temporary surfacing shall be provided as ' necessary on shoulders. I 4 1 I Li I J I H I I I I I I DIVISION 1 - GENERAL PROVISIONS SECTION 1-15: PAVEMENT REMOVAL AND REPLACEMENT. Where surfaced streets, walks, drives, or parking areas are cut, removed, or damaged in the execution of the work, the Contractor shall replace all pavements or other surfacings so removed or damaged to their original, or better, state and condition, to the satisfaction and approval of the Engineer. See Details of various Road Crossings in the Appendix of these specifications. After trench backfill, the Contractor shall provide a gravel surface at least 6 inches in depth which he shall maintain until the permanent pavement is replaced or the expiration of the contract and performance bond period. The gravel shall be of the quality normally used by the Owner and shall have a size gradation that will allow dense compaction and shall be free from lumps or balls of clay or other objectionable materials. Approval of both the material and the source of supply must be obtained from the Engineer prior to delivery of any material on the site of the work. Pavements constructed of asphalt and concrete shall be removed in a careful manner and shall be replaced in accordance with Type I or Type III Road Crossing Details as specified on sheets 2 and 4 in the Appendix of these specifications. Concrete and asphalt shall comply with minimum requirements shown on project plans. Gravel surfaced streets shall require no paving, but shall comply with Type II Road Crossings, Detail Sheet No. 3 in the Appendix to these specifications. The gravel surface, as specified for Type II Road Crossings, shall be replaced immediately after the trench is back -filled. A trench in a graveled street will be considered as having been repaired when the graveled surface has become stable and is at proper grade. All gravel surfacings, walk, drives, or parking areas, removed or damaged, shall be replaced with new material as specified. All costs in connection with the removal and replacement of such surfacing, including the temporary gravel surface on asphalt paved ' streets, shall be included in the unit prices bid for the pay item affected thereby. SECTION 1-16: BARRICADES AND LIGHTS. All streets, roads, highways, or other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed acceptable warning signs. Barricades shall also be located at the nearest intersecting public highway or street on each side of the blocked section. L Li L I DIVISION 1 - GENERAL PROVISIONS ' All open trenches and other excavations shall be provided with suitable barriers, signs, and lights to the extent that adequate protection is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sunset to sunrise. Materials stored upon or alongside public streets and highways shall be so placed and the work at all times shall be so conducted as to cause the minimum obstruction and inconvenience to the traveling public. All barricades and light expenses will be paid by the contractor. SECTION 1-17: FENCES. All existing fences which interfere with the construction operations shall be maintained by the Contractor until the completion of the work affected thereby, unless written permission is obtained from the owner thereof to leave an interfering fence dismantled for an agreed period of time. Where fences must be maintained across the Right -of -Way, adequate gates shall be installed therein. Gates shall be kept closed and locked at all times when not in use. On completion of the work across any tract of land, the Contractor shall restore all fences to their original or to a better condition and quality, purchasing new material to replace all materials lost, damaged, or destroyed. Temporary gates installed by the Contractor in any fence line may be left in place with the permission of the. owner and tenant of the property. All ;materials used in fence repairs or replacements shall be approved by the Engineer. SECTION 1-18: PROGRESS PHOTOGRAPHS. Photographs of the construction work will be taken before, during, and upon completion of the construction. Such photographs shall be taken at the direction of the Engineer. Contractor shall provide a Polaroid camera and all required film for this purpose when requested by the Engineer. C .1 I 6 1 r I I I I H I I H I I I I I I H I I DIVISION 1 - GENERAL PROVISIONS SECTION 1-19: RESPONSIBILITY OF CONTRACTOR FOR BACKFILL. The Contractor shall be responsible, financially and otherwise, for (a) all settlement of trench and other backfill which may occur from time of original backfilling until the expiration of one year after the date of final payment for the entire contract under which the backfilling work was performed, (b) the refilling and repair of all backfill settlement and the repair or replacement to the original or a better condition of all pavement, top surfacings, driveways, area ways, curbs, gutters, walks, surface structures, utilities, drainage facilities, sod, and shrubbery which have been damaged as a result of backfill settlement operations, and (c) all damage claims or court actions against the Owner for any damage directly or indirectly caused by backfill settlement. The Contractor shall make, or cause to be made, all necessary backfill replacements, or repairs or replacement appurtenant thereto, within thirty [30] days after due notification by the Engineer or Owner. SECTION 1-20: TESTING. Contractor shall provide all personnel and facilities for testing systems. Owner will provide WATER for testing on the following basis: A. Pipeline and Pump Station Testing and Cleaning - A maximum of twice the capacity of all mains. B. Storage Tanks Testing and Cleaning - A maximum of twice the capacity of all tanks. Cost of additional water used shall be deducted from Contractor's Final Payment. SECTION 1-21: BASELINES AND BENCHMARKS. The Contractor shall furnish competent personnel with work tools and material and shall assist the Engineer in the establishment of baselines, benchmarks, and other basic reference media needed to control the location and elevation of work under this contract. Thereafter, the Contractor shall carefully preserve such vertical and horizontal control and shall make and be responsible for all measurements from it to the work to be done. The Contractor shall compensate the Engineer through withholding of the final payment by the owner for replacing damaged controls (such as hubs and stakes for horizontal and vertical control) at the rate of $85.00 per hour with a minimum of $275.00 per appearance. I DIVISION 1 - GENERAL PROVISIONS I SECTION 1-22: CLASSIFICATION OF EXCAVATED MATERIAL. Excavated material shall be classified as earth excavation and blast rock excavation. Blast rock excavation shall be composed of rock not removable by a backhoe chopping and prying action, but requiring drilling, and blasting or air tools for its removal. Chert, slate, sandstone boulders less than six [6] feet in diameter, or any non -homogenous material shall not be considered blast rock, and shall not be paid as such. SECTION 1-23: MEASUREMENT AND PAYMENT. It is the intent of the proposal and special conditions that the total bid, as submitted, shall cover all work shown on the contract drawings and required by the specifications and other contract documents. All costs in connection with the work, including furnishing of all construction plant equipment and tools and performing all necessary labor to fully complete the work shall be included in the unit and lump sum prices named in the proposal. No item nor work that is required by the contract documents for the proper and successful completion of the contract will be paid outside or in addition to the prices submitted in the proposal. All work not specifically set forth in the proposal as a new item shall be considered a subsidiary obligation of the Contractor and all costs in connection therewith shall be included in the prices named in the proposal. The method of measurement and basis for payment for each item as listed in the bid forms shall be as stipulated in the following subparagraphs: ' A. Measurement, Retainment and Payment. These items shall be paid for on a unit price in place, furnished and installed in accordance with plans and specifications. All payments shall be made on the Engineer's estimated percent of completion, less retainment and designated as "PARTIAL PAYMENT" to the Contractor by the Owner. Retainment shall be 10% of Engineer's Estimated Percentage of Completion of each Bid Item, up to 50% of Total Project Bid figure; Thereafter, that amount of retainment shall remain constant until the completion of project. The Unit Bid Price for Water line shall be paid as follows: A) Pipe in place with Cleanup at --------------- ------- 80% B) Accepted Pressure Testing ------------------------------ 5% C) Safe Chlorine Tests from Health Department ------------- 5% D) Cleanup to Road Crossing, fences, yards, fields, etc. - 10% The retainment shall be released after all acceptance tests and cleanup operations have been completed with successful results and acceptance by the City or governing authority. 8 1 I ' DIVISION 1 - GENERAL PROVISIONS All pipe and encasement pipe shall be measured for payment in a horizontal plane along the centerline of pipe. '• B. Blast Rock. This item shall be paid for on a unit price per cubic yard as measured in the trench after excavation and before bedding and installation of pipe and shall include all excavation, dewatering, sheeting, or shoring as required, embedment, backfill, subsequent handling, and disposal of all rock and waste material and all other items not paid for separately. ' Measurement for payment shall be computed from the actual depth and length of blast rock excavated except that the maximum trench width shall be considered to be the nominal pipe diameter plus eighteen ' [18] inches and the maximum excavation below the installed pipe considered to be six [6] inches. See Detail Sheet No. 16, "Trench Detail", in the Appendix. Rock measurement shall be made by the Engineer's representative. C. Material Payment. The Contractor shall be paid for material ' stored on site within thirty [30] days of delivery to the site or within fifteen [15] days after the Engineer has submitted the invoices to the Owner for payment, whichever is the later date. ' SECTION 1-24: SHOP DRAWINGS. The Contractor shall furnish all Shop Drawings that are required by the Contract Documents. The ' Contractor shall submit all Shop Drawings sufficiently in advance of construction to allow ample time for checking, correcting, resubmitting and rechecking and to avoid any delay in progress of the work. The method of measurement and basis for payment for each item as listed in the bid forms shall be as stipulated in the following subparagraphs: Shop drawings submitted shall be marked with the name of the ' project, numbered, and bear the stamp of approval of the Contractor as evidence that the Shop Drawings have been reviewed and approved by the Contractor. If the Shop Drawings show variation to the Engineer's intention in his Letter of Transmittal in order that, if ' acceptable and Engineer gives written approval to the variation, suitable action may be taken for proper adjustment; otherwise, the Contractor will not be relieved of the responsibility of executing ' the Work in accordance with the Contract Documents, even though such Shop Drawings or samples have been otherwise reviewed. I I I I I I H I I I I I I I I [1 DIVISION 2 - GENERAL PIPE INSTALLATION SECTION 2-01: CLEANING. The interior of all pipe and fitting shall be thoroughly cleaned of all foreign matter before being installed and shall be kept clean until the pipe has been jointed. Every precaution shall be taken to prevent foreign material from entering the pipe while it is being installed. No debris, tools, clothing, or other materials shall be placed on the pipe. No hooks of any kind will be allowed to come in contact with the pre -molded joint or interior of the pipe. SECTION 2-02: INSPECTION. Each piece of pipe shall be tested for defects after its delivery alongside the trench near the point of installation. Cast iron, ductile iron, or vitrified clay pipe and fittings, while suspended and hanging free, shall be rung with a light hammer to detect cracks. All defective, damaged, or unsound pipe and fittings shall be rejected and removed from the site of the work. SECTION 2-03: LAYING PIPE. Pipe shall be protected from lateral displacement by means of backfill specifications and Sheet No. 16 of the Appendix to the Specifications. Under no circumstances shall pipe be laid in water, and no pipe shall be laid under unsuitable weather or trench conditions. When jointed in the trench, the pipe shall form a true and smooth line. Pipe shall not be trimmed except for closures. Pipe not making a good fit shall be removed. The laying of pipe shall begin at the lowest point, and the pipe shall be installed so that the spigot ends point in the direction of the flow. 1 I I I I I I I I I I I L1 I [1 I I I DIVISION 3 - EARTHWORK SECTION 3-01: SCOPE. This section covers excavation, trenching, rock removal, embedment and backfilling, surfacing, grading, and other appurtenant work. The Contractor shall furnish all labor, equipment, and hand tools for earthwork. SECTION 3-02: GENERAL REQUIREMENTS. Excavation work shall be performed in a safe and proper manner with suitable precautions being taken against hazards of every kind. Excavations shall provide adequate working space and clearances for the work to be performed therein. Subgrade surfaces for concrete and pipe placement shall be clean and free of loose material of any kind. Excavations shall provide adequate clearance for installation and removal of concrete forms. In no case shall excavation faces be undercut for extended footings. Backfilling and construction of fills and embankments during freezing weather shall not be done except by permission of the Engineer. No backfill, fill, or embankment materials shall be installed on frozen surfaces, nor shall frozen materials, snow, or ice be placed in any backfill, fill, or embankments. SECTION 3-03: TRENCH EXCAVATION. All excavation shall be considered unclassified material, and will be included in the line bid item in the proposal. A. Line and Grade. The lines shall be excavated at approximately the locations shown on the plans, or along the lines as designated by the Engineer. Unless a specific profile and grade is shown on the plans, or designated in the Detail Specifications, the grade of the trench shall follow the topography of the ground. B. Extra Depth Excavation. In general, the mains shall be laid at a depth that provides a minimum of three feet of cover below normal existing grade. However, there will be certain areas where it will be necessary to lay at a greater depth to meet future road grades, to clear storm sewers, sanitary sewers, and other utility lines. where these conditions are encountered, lines shall be laid to depths designated by the Engineer. No extra payments will be made for such extra depth; all costs thereof are to be absorbed in the line bid item in the proposal. C. Foundation. The bottom of the trench shall be graded so that the pipe will have an even bearing on good firm soil for its full length. If the trench is excavated too deeply, it shall be backfilled to the proper grade and well tamped. If the natural material in the bottom of the trench is unsuitable to support the pipe, it shall be removed to the depth directed by the Engineer and replaced with suitable material, if available, or crushed rock (1/2" graded). 1 I DIVISION 3 - EARTHWORK I D. Bell Holes. Bell holes shall be dug and shall be large enough to permit ready access to all parts. of the joint for assembling and for inspection and to permit bearing as specified above. E. Bracing and Shoring. Except where banks are cut on a stable slope, excavation for structures and trenches shall be properly and substantially sheeted, braced and shored, as necessary, to prevent caving or sliding, to provide protection for existing structures and facilities. Sheeting, bracing, and shoring shall be designed and built to withstand all loads that might be caused by earth movement or pressure, and shall be rigid, maintaining its shape and position under all circumstances. Trench sheeting shall not be pulled unless the pipe strength is sufficient to carry trench loads based on the trench. width to the back of the sheeting. Also, it shall not be pulled after backfilling. When ordered by the Engineer, wood sheeting shall be left permanently in the trench. Where trench sheeting is left in place, such sheeting shall not be braced against the pipe, but shall be supported in a manner which will preclude the application of concentrated loads of horizontal thrusts on the pipe. Cross braces installed above the pipe for the purpose of supporting sheeting in the bottom of the trench may be removed after the pipe embedment has been completed. F. Protection of Structures. All existing structures, conduits, pipe lines, etc., along the line of the trench shall be protected from damage or injury due to the trenching operation. G. Wet Trench. At all times during pipe laying operations, the trench shall be kept free of water either by pumping, bailing or drainage. H. Open Ditch. The Contractor shall not open more trench in advance of pipe laying than is necessary to expedite the work. One block or 400 feet (whichever is the shorter) shall be the maximum length of open trench permitted on any line under construction. In no case shall more than one (1) joint of pipe be left in an open trench overnight. Except where tunneling is shown on the plans and is specified or is permitted by the Engineer, all trench excavation shall be open cut from the surface. SECTION 3-04: CONSTRUCTION WITHIN PUBLIC ROADS AND RAILROAD RIGHTS OF WAY: TUNNELING AND BORING. All railroad and highway crossings shall be encased with casing of the lengths and depth shown on the drawings. All casing materials and procedures shall meet the approval of the appropriate agency. In no case shall any boring be performed without prior written approval of the appropriate Right -of -Way agency and written proof of proper bonding. i 2 I I DIVISION 3 - EARTHWORK A. Method of Construction. Casing pipe shall be installed using equipment that encases the hole as the earth is removed. Boring without the concurrent installation of a casing pipe will not be ' permitted. All joints in casing pipe shall be smooth. Casing pipe shall extend through the entire fill and be installed in a manner that will not disrupt traffic, damage roadway grade and surface, or leave a void space between the bore and casing. When directed by the Engineer and as approved by the State Highway Commission or appropriate authority of other road systems, the ' Contractor shall install the casement pipe in an open trench. The Contractor shall provide traffic control, barricading, compacted backfill, pavement removal and replacement. B. Material - Casing Pipe. 1. Welded steel pipe, new material, with a minimum yield of 35,000 psi. The following minimum wall thicknesses shall be used: Outside Wall Thickness (Inches) ' Pipe Diameter Under Highway Under Railroad 3/4" 2" 0.250 0.250 2" 6" 0.250 0.250 ' 3" 8" 0.250 0.250 4" 12" 0.250 0.250 6" 16" 0.250 0.250 8" 18" 0.250 0.312 10" 24" 0.250 0.375 12" 24" 0.250 0.375 14" 24" 0.250 0.275 ' 2. In lieu of welded steel, as specified above, asbestos bonded bituminous coated corrugated metal pipe may be used. Pipe shall be 14 gauge. Connection shall be match punched. Pipe shall be as manufactured by Armco Steel Company or an approved equal. Casing diameters shall be as specified in (1) above. ' Scheduled 40 PVC Pipe is acceptable when constructed in accordance with Arkansas Highway and Transportation Department Specifications. ' In all cases, the casing used must meet Arkansas State Highway Commission Specifications. C. Work Within Highway and Railroad Rights -of -Way. All work performed ' and all operations of the contractor, his employees, or his subcontractors, within the limit of railroad and highway Right -of -Way shall be in conformity with the requirements, and be under the control (through the Owner), of the railroad or highway authority owning or having jurisdiction over and control of the Right -of -Way in each case. 11 [_1 I DIVISION 3 - EARTHWORK D. Public Travel. Public travel shall not be needlessly inconvenienced. Streets, sidewalks, and private driveway crossings, where not bored, shall be promptly backfilled after the pipe is laid. The order of trenching operations shall be such as to interfere as little as possible with the use of streets and alleys. At no time will the Contractor be allowed to leave an open cut street, sidewalk, driveway, or alley overnight. The Contractor shall schedule his work so as to leave overnight no • more than. 15 feet of open trench or only the last joint of pipe installed. Such open trench shall be barricaded completely with sawhorses or rope as approved by the Engineer, and warning lights or battery operated electric flashers properly arranged to warn all traffic of the open trench and lighted as dusk. Such open trench may be covered with steel plates of such strength as to carry pedestal traffic, subject to approval of the Engineer. SECTION 3-05: ROCK EXCAVATION. A. Undercut and Embedment. When the excavation is made through rock ' or other material too hard to be readily removed for admitting the bell of the pipe, the trench shall be excavated at least six (6) .inches deeper than the grade of the outside bottom of the barrel of the pipe, and refilled and tamped with suitable excavated materials, SB-2 Base, or fill sand as directed by the Engineer. B. Blasting. For rock excavation the Contractor may choose the option ' of drilling and blasting rock for easy removal. The Contractor's methods of blasting shall conform with the Associated General Contractor's Manual of Accident Prevention in Construction, and the National Fire Protection Association NFPA No. 495 - Code for the .Manufacture, Transportation, Storage and Use of Explosives and Blasting Agents. Such blasting shall be performed as approved by the Engineer. The Contractor shall employ someone experienced and bonded in explosives and blasting to perform all explosive and blasting work. The Contractor shall be held responsible for • noncompliance. Prior to blasting, the Contractor shall notify all adjacent utilities. Care shall be exercised by the Contractor to prevent shattering rocks beyond required limits of excavation. This shall be accomplished with the charge holes properly located and drilled to correct depth for charges used. The charges shall all be limited in size to minimum required to permit reasonable removal of material by excavating equipment with "over -break" effects corrected by the removal of broken rock and replacement with approved suitable material. Generally it is suggested that slow blow charges be used and blasting be conducted under cover of mats so constructed to prevent scattering of fragments. I 4 1 [I [] I I I I I I I I I H I I I C1 H DIVISION 3 - EARTHWORK SECTION 3-06: BACKFILLING. After the pipes and joints have been inspected and approved, the trench shall be filled to a depth of one (1) foot over the top of the pipe with selected material free of clods and stones. Such select material shall be deposited and compacted in a manner to firmly hold and maintain the pipe in proper position and alignment during subsequent pipe jointing, embedment and backfilling operations. All trench backfill above pipe embedment shall conform to the following requirements when so directed by the Engineer: A. Tamped Backfill. Tamped backfill will be required for the full depth of the trench under roads, driveways, highway shoulders, curbs, sidewalks, gutters, and other surfaces, construction, or structures. Tamped backfill materials shall be finely divided job excavated material free from debris, organic material and stones larger than 3/4". The backfill material may be placed in one operation for tamping with the hydro -hammer to finish grade, but shall have a moisture content sufficient to obtain ninety percent (90%) of maximum density with the method of compaction used. Such density will be tested in accordance with AASHO Designation T147-54. B. Uncompacted Backfill. Mechanical compaction of trench backfill above pipe embedments in locations other than those herein -before specified will not be required, however, complete water inundation of backfill will be required. Uncompacted earth backfill material which is to be placed above embedments shall be free of brush, roots more than two (2) inches in diameter, debris, and boulders, in certain portions of the trench depth. C. Inundated Sand Backfill. At the option of the Contractor, inundated sand may be installed in lieu of tamped backfill in any of the above locations where, in the opinion of the Engineer, the use of water for this purpose would cause no damage to adjacent property or buried utilities. D Sand for inundated sand backfill shall be free from lumps, rubbish, roots, cinders, and other objectionable material; not more than twenty-five percent (25%) shall be retained on a No. 4 sieve, and not more than ten percent (10%) shall pass a No. 200 sieve. The general procedure to be employed in the inundation of sand backfill with water shall be submitted by the Contractor and approved by the Engineer prior to starting operations thereunder. Operational details in connection therewith shall be acceptable to the Engineer at all times. Crushed Rock Backfill. In lieu of the tamped backfill, the Contractor may fill the full depth of the trench with a crushed rock, as approved by the Engineer. After placement, the crushed rock shall be tamped to ensure a mechanical interlock of particles. 5 J I DIVISION 3 - EARTHWORK ' SECTION 3-07: STREAM CROSSINGS. A concrete encasement of six (6) inches minimum thickness shall be installed around the pipe at such places as are indicated on the plans or as directed by the Engineer to provide extra protection to the pipe where it crosses creek or stream water courses. SECTION 3-08: PROTECTION OF TRENCH BACKFILL IN DRAINAGE COURSES. Where trenches are constructed in or across roadway ditches or other water courses, suitable ditch checks as approved by the Engineer shall be, installed as directed. Ditch checks may be of creosote treated lumber, stone, or concrete as authorized. In any case, the ditch check shall extend not less than two (2) feet below the original ditch or water course bottom for the full bottom and side slopes thereof. SECTION 3-09: DISPOSAL OF EXCESS EXCAVATED MATERIAL. private property, excess excavated materials not re or grading shall be removed from the site of Contractor. The Contractor shall be responsible for of such material to the satisfaction of the Engineer disposal site. On both public and 3uired for backfill excavation by the the proper disposal or the Owner of the Excess excavated materials from trenches located in open fields shall be distributed directly back over the pipe line and within the pipe line Right -of -Way to a maximum depth of six (6) inches above the original ground surface, at and across the trench and with uniform side slopes. Grubbed and excavated material not suitable for backfill, such as rock, trees, roots, etc., shall be PROPERLY DISPOSED OF by the Contractor. Such items SHALL NOT be left on the construction site. SECTION 3-10: PAVED SURFACES. Paved surfaces shall be removed and replaced in kind to the satisfaction of the Engineer. SECTION 3-11: GRADING AND SEEDING. After backfilling has been completed and settled, all areas on the site of the work which are to be graded shall be brought to grade at the specified elevations, slopes, and contours. Slopes shall be trimmed and dressed by hand and other surfaces so graded that effective drainage is secured. Grading and surfacing shall be completed to the satisfaction of the Engineer. Before sowing any seed, all shaping and dressing of such areas shall have been completed to the satisfaction of the Engineer and the areas prepared to receive the seed by using a disc spiker or other implement as approved by the Engineer. Seed used shall be first quality and shall be a mixture approved by the Owner and the Engineer. No seeding shall be done during windy weather or when the ground is frozen, wet, or otherwise in a non -tillable condition. Full advantage shall be taken of time and weather conditions best suited for seeding, and such time of seeding shall be subject to the approval of the Engineer. 6 1 I I I LJ n I I I I I I I I I I I I I DIVISION 3 - EARTHWORK The Contractor shall maintain all new seeded areas at his own expense, until final acceptance of the project. Maintenance shall consist of watering, mulching, protecting, replacing, and other work as may be necessary to keep the work in satisfactory condition. All water required in connection with the seeding work and maintenance shall be furnished by and at the expense of the Contractor. SECTION 3-12: RE -SODDING. All established lawn areas cut by the line of trench or damaged during the course of the work shall be re -sodded, after completion of construction, to the complete satisfaction of the property owner. All sod used shall be of the same type removed or damaged, shall be of the best quality, and when placed, shall be live, fresh, growing grass. All sod shall be procured from areas where the soil is fertile and contains a high percentage of loamy topsoil, and from areas that have been grazed or moved sufficiently to form a dense turf. The sod shall be transplanted within 24 hours from the time it is harvested unless it is stacked at its destination in a manner satisfactory to the Engineer. All sod in stacks shall be kept moist and protected from exposure to the sun and from freezing. In no event shall more than one week elapse between the time of cutting and planting of the sod. Before placing or depositing sod on areas to be sodded, all shaping and dressing of the area shall have been completed to the satisfaction of the Engineer. After the shaping and dressing have been completed, commercial fertilizer, of a type as approved by the Engineer, shall be applied uniformly over the areas so prepared in a manner and in amounts as recommended by the manufacturer and harrowed lightly. Sodding shall follow immediately. All sodding shall be done during the period from March 15 to October 1, unless written permission is given by the Owner to extend the planting season. SECTION 3-13: PRESERVATION OF TREES AND SHRUBS. No trees shall be removed outside the excavation limits, except where their removal is authorized by the Engineer. Main tree roots shall not be cut except where they are within the area to be occupied by a pipe or structure. Excavation shall be done by hand where necessary to prevent injury to roots or trees. 7 I DIVISION 3 - EARTHWORK ' Where trees are on the line of trench or adjacent thereto and conditions are such that tunneling beneath the tree can be accomplished without damage thereto, tunneling will be required. Where it is impossible to tunnel under trees on the line of trench, such trees shall be removed and disposed of by, and at the expense of, the Contractor and to the satisfaction of the property owner. Trees which are left standing shall be adequately protected from permanent damage by construction operation. Trimming of standing trees where required shall be as directed by the Engineer. All shrubbery damaged or removed by the Contractor shall be replaced to the satisfaction of the Owner thereof, by and at the expense of the Contractor. SECTION 3-14: REMOVAL OF WATER. The Contractor shall provide and maintain adequate de -watering equipment to remove and dispose of all surface and ground water entering excavations, trenches, or other parts of the work. Each excavation shall be kept dry during subgrade preparation and continually thereafter until the structure to be built, or the pipe line to be installed therein is completed to the extent that no damage from hydrostatic pressure, floatation, or other causes will result. All excavations for concrete structures which extend down to or below the static ground water elevations shall be de -watered by lowering and maintaining the ground water surface beneath such excavations a distance of not less than 12 inches below the bottom of the excavation. Surface water shall be diverted or otherwise prevented from entering excavated areas or trenches, to the greatest extent practicable without causing damage to adjacent property. The Contractor will be held responsible for the condition of any pipe line, or conduit which he (the Contractor) may use for drainage purposes, and all. pipes or conduits shall be left clean and free from sediment. SECTION 3-15: MEASUREMENT AND PAYMENT. These items shall be paid for as the labor and materials are provided for complete in place Bid Items, as furnished and installed in accordance with plans and specification. All payments shall be made on the Engineer's estimated percent of completion, less 10%. The 101 holdback shall be released after all acceptance tests have been completed with successful results, and acceptance by the City or Governing authority. SECTION 3-16: WATER LINE AND SEWER LINE SEPARATION. The crossing and paralleling of water lines and sewer lines shall be in accordance with the latest revision of the "Rules and Regulations Pertaining to PUBLIC WATER SUPPLIES" of the Arkansas State Board of Health. Uncased water lines shall be separated by 10 feet or more from any sewer line. II I [.I DIVISION 3 - EARTHWORK SECTION 3-17: PIPE EMBEDMENT. Trench bottoms shall be accurately graded to provide uniform bearing and support for the pipe barrel between bell holes. When the trench bottom is of proper character, such as uncemented ' granular material or other natural bedding material, and uniform shaping can be executed, foreign bedding material will not be required except as directed by the Engineer for particular exceptions in construction. When ' trench bottom materials will not allow uniform bearing for the entire pipe length the excavations shall be carried to a depth sufficient to allow a minimum depth of bedding material, as specified herein and detailed on the plan, to be placed under the pipe. ' The details of trenching, clearances, and pipe embedment are shown on the drawings and the character of such materials are as follows: A. Granular Bedding shall be crushed stone or gravel with not less than 95% passing 3/4 inch and not less than 95% retained on a No. 4 sieve; to be placed in not more than a 12 inch layer in the trench bottom and graded, shaped and compacted by slicing with a shovel or other approved means to provide uniform continuous support for the installed pipe between bell holes. ' B. Compacted Bedding shall be finely divided, job excavated material free from debris, organic material, and stones, and compacted to a uniform density which will prevent displacement of the pipe during subsequent operations as approved by the Engineer; granular bedding ' material may be substituted for all or part of compacted bedding, but at no additional cost to the Owner. After each joint of pipe has been graded, aligned, and placed in final position on the bedding material, and shoved home, sufficient pipe bedding material shall be deposited and compacted under and around each side of the pipe and back of the bell, or end thereof, Ito firmly hold and maintain the pipe in proper position and alignment during subsequent pipe jointing, embedment, and backfilling operations. ' SECTION 3-18: TRENCH BACKFILL. Trench backfill above pipe embedment shall conform to one of the following requirements: IA. Compacted Backfill shall be firmly divided material free from debris and organic material, but may contain rubble and detritus from rock excavation at certain levels of the trench depth. This material, with a sufficient moisture content, may be placed in lifts and ' mechanically tamped to 90% maximum density as determined by AASHO Standard Method A -T-147-54 (using AASHO T-99-57 as a compacted control test) , or the entire trench depth may be back -filled and the required compaction obtained by tamping with a hydrohammer or by inundation with water. The method used in obtaining compaction shall be approved by the ' Engineer. Granular bedding material may be used as compacted backfill at the option of the Contractor, but at no additional cost to the Owner. Li I DIVISION 3 - EARTHWORK B. Uncompacted Backfill shall be free of brush, roots more than 2 inches in diameter, debris, and junk, but may contain rubble and detritus from rock excavation, stones, and boulders at certain levels of the trench depth. Placement of the material shall be by methods approved by the Engineer. C. Inundated Sand may, at the Contractor's option, be installed in lieu of tamped backfill where, in the opinion of the Engineer, the use of water for this purpose would cause no damage to adjacent property , or buried utilities. Sand for inundated sand backfill shall be free of lumps, rubbish, roots, cinders, and other objectionable material; not more than 25% shall be retained on a No. 4 sieve, and not more than 10% shall pass a No. 200 sieve. The inundation of earth (water settled) or sand backfill shall be done in such a manner as to not disturb the installed pipe or its embedment material, and to use the least amount of water possible in obtaining the most desirable amount of settlement. Trenches shall not be brought to ground level; the water shall be introduced to the trench, from the top of the pipe embedment upward, through a pipe probe attached to a hose, being careful not to disturb bedding material in any consequential nature. Backfill material shall be added during the inundation process so that at completion of the operation a desired surface elevation will be obtained. If for reasons of porous soil, or other circumstances, the backfilling and inundations may proceed by stages if so authorized by the Engineer. This general procedure to be employed in the inundation of sand :backfill with water shall be submitted by the Contractor to, and approved by, the Engineer prior to starting operations thereunder. Operational details in connection therewith shall be acceptable to the Engineer at all times. Compacted backfill shall be required where beneath pavements, surfacing, driveways, curbs, gutters, walks, or other surface construction or structures or where in road or highway shoulders or beneath areas where sod is to be replaced. Placement of trench backfill material will proceed in such a manner, as approved by the Engineer, that no excessive loads, shocks, or impacts will be imposed on the installed pipe which would result in pipe injury or displacement. Compact masses of still, mucky clay or gumbo, or other consolidated material, or stone more than one cubic foot in volume shall not be permitted to fall more than 5 feet into the trench unless cushioned by at least 2 feet of loose backfill above the pipe embedment. 10 Li I I [] I I I I I I I I I I I I El I DIVISION 3 - EARTHWORK No trench backfill material containing rock, or rock excavation detritus, shall be placed in the upper 18 inches of the trench except with the specific permission of the Engineer in each case, ' nor shall any hard rock, stone or boulder larger than 8 inches in its greatest dimension be placed within 3 feet of the top of the pipe. Large stones may be placed in the remainder of the trench backfill only if well separated and so arranged such that no interference with backfill compaction or settlement will result. Additional backfilling may be necessary at a later date before ' paving or other surfacing is installed or completed. Trenches to receive sod or seeding shall be topped with 12 inches of topsoil or material equal to that adjacent to the trench at the ground surface. ' SECTION 3-19: GRUBBING AND CLEARING. The Contractor is responsible for grubbing and clearing all those areas within the construction limits in which he performs work. The Contractor shall properly dispose of all rubble, debris, rocks, etc. He shall also clean and dress up the 'construction site. SECTION 3-20: ROAD, RAILROAD, PIPELINE, AND UTILITY SERVICE CROSSINGS. ' All construction intersection or paralleling an existing road, highway, railroad, pipeline, or utility shall conform to the requirements established within the jurisdiction of the interested governing authorities. A. State Highway and County Road Permits. Verbal permission for the construction across and under state and county highways has been ' obtained by the Engineer. However, the Contractor shall be required to post deposits which shall be returnable upon approval and acceptance by the State Highway Department, the highway department of the county or counties in which the project is located, or any ' other proper governing authority. No work order shall be issued until such deposits have been made. B. Local Natural Gas Company. The local gas company sets forth the following requirements for crossing their pipe lines: 1. The proposed water line should be constructed so that it will cross under or over the gas line with a minimum clearance of 12". 2. It is desirable that the waterline cross the gas pipeline, as near as possible, at right angles. 3. No structure, appurtenance or related fitting will be placed over or under said pipeline which will hinder or interfere with the normal operation and maintenance of the pipeline. I ' 11 L DIVISION 3 - EARTHWORK El 4. Written notice shall be provided the area representative, as ' shown on Plan's cover sheet, in sufficient time prior to construction activities so that the local gas company representative may be present during the construction of the line at the crossings. 5. The approaches to the gas pipeline shall be made so that the gas pipeline will be exposed only the minimum length of time. If it is evident that the ditch will cave in at the point of crossing the gas line, cribbing will be requested at this location. 6. Sufficient precaution should be taken in the use of heavy construction equipment so that no damage will be done to the gas pipeline. The use of such heavy equipment over the gas lines will be reduced to an absolute minimum. Furthermore, if conditions so require, the gas pipelines will be bridged or matting will be used in connection with the operation of such equipment to prevent possible damage to the gas lines. 7. The location of the point of crossing should be identified by the best practical method. 8. The water main shall parallel gas mains at a perpendicular distance of 20 feet or more. C. Local Power and Light Companies. The local power and light , • companies set forth the following requirements for construction of water mains within their easements: 1. Construct water main parallel to power lines at a , perpendicular distance of five (5) feet or more.. 2. Advance notice shall be given if their facilities interfere with construction. 12 I LI .1 I I I I DIVISION 3 - EARTHWORK SECTION 3-21: TRENCH AND/OR EXCAVATION SAFETY SYSTEMS. As Engrossed: 2/10/93 1 State of Arkansas 2 79th General Assembly A Bill - 3 Regular Session, 1993 SENATE BILL 320 4 By: Senator Keet 5 6 '7 For An Act To Be Entitled 8 "AN ACT TO REQUIRE THE INCLUSION IN ALL BIDS FOR PUBLIC WORKS 9 PROJECTS A SEPARATE PRICE PAY ITEM FOR TRENCH OR EXCAVATION 10 SAFETY SYSTEMS; TO INVALIDATE BIDS WHICH DO NOT CONTAIN SUCH 11 PROVISIONS; TO DECLARE AN EMERGENCY; AND FOR OTHER PURPOSES." 12 13 Subtitle 14 "AN ACT TO REQUIRE THE INCLUSION IN ALL BIDS FOR PUBLIC WORKS 15 PROJECTS A SEPARATE PRICE PAY ITEM FOR TRENCH OR EXCAVATION 16 SAFETY SYSTEMS." 17 '18 19 BE IT ENACTED BY THE GENERAL ASSEMBLY OF THE STATE OF ARKANSAS: 20 21 '22 SECTION 1. Whenever any agency of this state or of any county, 23 municipality, or school district, or other local taxing unit or 24 improvement district enters into a contract covered by the provisions of '25 Arkansas Code § § 22-9-202 - 22-9-204 for the making of repairs or 26 alterations or the erection of buildings or for the making of repairs or 27 alterations or the erection of buildings or for the making of any other 28 improvements, or for the construction or improvement of highways, roads, '29 streets, sidewalks, curbs, gutters, drainage or sewer projects, or for 30 any other construction project in which the public work or public 31 improvement construction project involves any trench or excavation which 32 equals or exceeds five (5) feet in depth, the agency, county, '33 municipality, school district, local taxing unit or improvement district 34 shall require before an award of the contract: 35 ,36 (1) the current edition of Occupational Safety and Health 37 Administration Standard for Excavation and Trenches Safety System, 29 CFR 38 1926, Subpart P. be specifically incorporated into the specifications for 39 the trench or excavation safety systems and be included in the base bid. I ' 13 I DIVISION 3 - EARTFIWORK 1 As Engrossed: 2/10/93 2 3 4 SECTION 2. In the event a contractor fails to complete a separate 5 pay item in accordance with the applicable provisions of Section 1 of 6 this act, the agency, county, municipality, school district, local taxing 7 unit or improvement district shall declare that the bid fails to comply 8 fully with the provisions of the specifications and bid documents and 9 will be considered invalid as a non -responsive bid. The owners of the 10 above stated project shall notify the State Department of Labor (Safety 11 Division) of the award of a contract covered by this act. 12 13 SECTION 3. All provisions of this act of general and permanent 14 nature are amendatory of the Arkansas Code of 1987 Annotated and the 15 Arkansas Code Revision Commission shall incorporate the same in the Code. 16 17 SECTION 4. If any provisions of this act or the application thereof 18 to any person or circumstance is held invalid, the invalidity shall not 19 affect other provisions or applications of the act which can be given 20 effect without the invalid provisions or application, and to this end the 21 provisions of this act are declared to be severable. 22 23 SECTION 5. All laws and parts of laws in conflict with this act are 24 hereby repealed. 25 26 SECTION 6. Emergency. It is hereby found and determined.by the 27 Seventy -Ninth General Assembly of the State of Arkansas that the well - 28 being of Arkansas' craft workers are unnecessarily exposed to the hazards 29 of trench excavation and the immediate passage of this act is necessary 30 in order to protect the health and safety of the Arkansan worker. 31 Therefore, an emergency is hereby declared to exist, and this act being 32 necessary for the immediate preservation of the public peace, health, and 33 safety, shall be in full force and effect from and after its passage and 34 approval. 35 36 /s/ Senator Keet 37 ' I I .1 14 t I [1 I I I `] [1 I I [] [1 I I I I I SECTION 01 - EXCAVATION (SUBPART P) §1½6.606 29 CFR Ch. XVII (7-1-92 Edition) I H I I I I I I I I [1 I I I I [I I • (6) Obstructions shall not be laid on or across the gangway. (7) The means of access shall be ade- quately illuminated for its full length. - (8) Unless the structure makes it tin-. possible, the means .of access shall be so located that the load will not pass over employees. (c) Working surfaces of barges. (1) Employees shall not be permitted to walk along the sides of covered light- ers or barges with coamings more than 5 feet high, unless there is a 3 -foot clear walkway, or a grab rail, or a taut handline is provided. (2) Decks and other working sur- faces shall be maintained in a safe condition. (3) Employees shall not be permitted to pass fore and aft, over, or around deckloads, unless there is a safe pas- sage. (4) Employees shall not be permitted to walk over deckloads from rail to coaming unless there is a safe passage. If it is necessary to stand at the out- board or inboard edge of the deckload where less than 24 inches of bulwark, rail, coaming, -or other protection exists, all employees shall be provided with a suitable means of protection against falling from the deckload. (d) First -aid and lifesaving equip- ment. (1) Provisions for rendering first aid and medical assistance shall be in accordance with Subpart D of this part. (2) The employer shall ensure that there is in the vicinity of each barge in use at least one U.S. Coast Guard -ap- proved 30 -inch lifering with not less than 90 feet of line attached, and at least one portable or permanent ladder which will reach the top of the apron to the surface of the water. If the above equipment is not available at the pier, the employer shall furnish it during the time that he is working the barge. (3) Employees walking or working on the unguarded decks of barges shall be protected with U.S. Coast Guard -ap- proved work vests or buoyant vests. (e) . Commercial diving operations. Commercial diving operations shall be subject to subpart T of part 1910, §§ 1910.401-1910.441, of this chapter. [39 FR 22801, June 24, 1974, as amended at 42 FR 37674, July 22, 1977] § 1926.606 Definitions applicable to this subpart.' (a) Apron —The area along the wa- terfront edge of the pier or wharf. (b) Bulwark —The side "of a ship above the upper deck. (c) Coaming—The raised- frame, as around a hatchway in the deck, to keep out water. (d) Jacob's. ladder —A marine ladder of rope or chain with wooden or metal rungs. (e) Rail, for the purpose of § 1926.605, means a light structure serving as a guard at the outer edge of a ship's deck. _ Subpart P —Excavations Auxxoarrt: 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 CPR part 1911. - SouRcE: 54 FR 45959, Oct. 31, 1989, unless otherwise noted. § 1926.650 Scope, application, and defini- tions applicable to this subpart. (a) Scope and application. This sub- part applies to all open excavations made in the earth's surface. Excava- tions are defined to include trenches. (b) Definitions applicable to this subpart. Accepted engineering practices means those requirements which are compatible with standards of practice required by a registered professional engineer. Aluminum Hydraulic Shoring means a pre-engineered shoring system com- prised of aluminum hydraulic cylin- ders (crossbraces) used in conjunction with vertical rails (uprights) or hori- zontal rails (walers). Such system is designed, specifically to support the sidewalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a belled shape. 218 page 1 Occupational Safety and Health Admin., Labor Benching (Benching system) means a method of protecting employees from cave-ins by excavating the sides of an excavation to form one or a series of horizontal levels or steps, usually with vertical or near -vertical surfaces between levels. Cave-in means the separation of a mass of soil or rock material from the side of an excavation, or the. loss of soil from under a trench shield or sup- port system, and its sudden movement into the excavation, either by falling. or sliding, in sufficient quantity so that it could entrap, bury, or other- wise Injure and immobilize a person. Competent person means one who is capable of identifying existing and predictable hazards in the surround- ings, or working conditions which are unsanitary, hazardous, or dangerous to employees, and who has 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. Failure means the breakage, dis- placement, or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities. . Hazardous atmosphere means an at- mosphere which by reason of being ex- plosive, flammable, poisonous, corro- sive, oxidizing, irritating, oxygen defi- cient, toxic, or otherwise harmful, may cause death, illness, or injury. Kickout means the accidental re- lease or failure of a cross brace. .Protective system means a method of protecting employees from cave-ins, from material that could fall or roll from an excavation face or into an ex- cavation, or from the collapse of adja- cent structures. Protective systems in- clude support - systems, sloping and benching systems, shield systems, and other systems that provide the neces- sary protection. §1926.650 ' Ramp means an inclined walking or working surface that is used to gain access to one point from another, and is constructed from earth or from structural materials such as steel or wood. Registered Professional Engineer means a person who is registered as a professional engineer -in the state where the work is to be performed. However, a professional engineer, reg- istered in any state is deemed to be a "registered professional engineer" within the meaning of this standard when approving designs for "manufac- tured protective systems" or "tabulat- ed data" to be used in interstate com- merce. Sheeting means the members of a shoring system that retain the earth in position and in turn are supported by other members of the shoring system. Shield (Shield system) means a structure that is able to withstand the forces imposed on it by a cave-in and thereby protect employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along as work pro- gresses. Additionally, shields can be either premanufactured or job -built in accordance with § 1926.652 (c)(3) or (c)(4). Shields used. in trenches are usually referred to as "trench boxes" or "trench shields." Shoring (Shoring system) means a structure such as a metal hydraulic, mechanical or timber shoring system that supports the sides of an excava- tion and which is designed to prevent cave-ins. Sides. See "Faces." Sloping (Sloping system) means a method of protecting employees from cave-ins by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins. The angle of incline required to prevent a cave-in varies with differ- ences in such factors as the soil type, environmental conditions of exposure, and application of surcharge loads. Stable rock means natural solid min- eral material that can be excavated with vertical sides and will remain intact while exposed. Unstable rock is considered to be stable when the rock material on the side or sides of the ex - I I II I I L I I I I 11 I [l I L 219, Page 2 ' I§ 1926.651 29 CFR Ch. XVII (7-i-92 Edition) C I C I I El El H I I I I cavation Is secured against caving -in or movement by rock bolts or by another protective system that has been de- signed by a registered professional en- gineer. Structural ramp means a ramp built of steel or wood, usually used for vehi- cle access. Ramps made of soil or rock are not considered structural ramps. Support system means a structure such as underpinning, bracing, or shoring, which provides support to an adjacent structure, underground in- stallation, or the sides of an excava- tion. Tabulated data means tables and charts approved by a registered profes- sional engineer and used to design and construct a protective system. Trench (Trench excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. .In general, the depth is great- er than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m). If forms or other structures are installed or constructed in an excavation so as to reduce the dimension measured from the forms or structure to the side of the excavation to 15 feet (4.6 m) or less (measured at the bottom of the excavation), the excavation is also con- sidered to be a trench. Trench box. See "Shield." Trench shield. See "Shield." Uprights means the vertical mem- bers of a trench shoring system placed in contact with the earth and usually positioned so that individual members do not contact each other. Uprights placed so that individual members are closely spaced, in contact with or Interconnected to each other, are often called "sheeting." Wales means horizontal members of a shoring system placed parallel to the excavation face whose sides bear against the vertical members of the shoring system or earth. 01926.651 General requirement& (a) Surface encumbrances. All sur- face encumbrances that are located so as to create a hazard to employees shall be removed or supported, as nec- essary, to safeguard employees. (b) Underground installations. (1) The estimated location of utility in- stallations, such as sewer, telephone, fuel, electric, water lines, or any other underground installations that reason- ably may be expected to be encoun- tered during excavation work, shall be determined prior to opening an exca- vation. (2) Utility companies or owners shall be contacted within established or cus- tomary local response times, advised of the proposed work, and asked to es- tablish the location of the utility un- derground Installations prior to the start of actual excavation. When utili- ty companies or owners cannot re- spond to a request to locate under- ground utility installations within 24 hours (unless a longer period is re- quired by state or local law), or cannot establish the exact location of these installations, the employer may pro- ceed, provided the employer does so with caution, and provided detection equipment or other acceptable means to locate utility installations are used. (3) When excavation operations ap- proach the estimated location of un- derground installations, the exact lo- cation of the installations shall be de- termined by safe and acceptable means. (4) While the excavation is open, un- derground Instailations shall be pro- tected, supported or removed as neces- sary to safeguard employees. (c) Access and egress —(1) Structural ramps. (i) Structural ramps that are used solely by employees as a means of access or egress from excavations shall be designed by a competent person. Structural ramps used for access or egress of equipment shall be designed by a competent person qualified in structural design, and shall be con- structed in accordance with the design. (ii) Ramps and runways constructed of two or more structural members shall have the structural members connected together to prevent dis- placement, . (iii)•.Structural members used for ramps and runways shall be of uni- form thickness. (Iv) Cleats or other appropriate means used to connect runway struc- tural members shall be attached to the bottom of the runway or shall be at- ' 220 Page 3 Occupational Safety and Health Admin., Labor § 1926.651 tached in a manner to prevent trip- ping. (v) Structural ramps used in lieu of steps shall be provided with cleats or other surface treatments on the top surface to prevent slipping. (2) Means of egress from trench exca- vations. A stairway, ladder, ramp or other safe means of egress shall be lo- cated in trench excavations that are 4 feet (1.22 m) or more in depth so as to require no more than 25 feet (7.62 m) of lateral travel for employees. (d) Exposure to vehicular traffic. Employees exposed to public vehicular traffic shall be. provided with, and shall wear, warning vests or other suit- able garments marked with or made of reflectorized or high -visibility materi- al. (e) Exposure to falling loads. No em- ployee shall be permitted underneath loads handled by. lifting or digging equipment. Employees shall be re- quired to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling materials. Operators may remain in the cabs of vehicles being loaded or unloaded when the vehicles are equipped, in accordance with § 1926.601(b)(6), to provide adequate protection for the operator during loading and unloading operations. (f) Warning system for mobile equip- ment. When mobile equipment is oper- ated adjacent to an excavation, or when such equipment is required to approach the edge of an excavation, and the operator does not have a clear and direct view of the edge of the ex- cavation, a warning system shall be utilized such as barricades, hand or mechanical signals, or stop logs. If pos- sible, the grade should be away from the excavation. - - (g) Hazardous atmospheres —(1) Testing and controls. In addition to the requirements set forth in subparts D and E of this part (29 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: (i) Where oxygen deficiency (atmos- pheres containing less than 19.5 per- cent oxygen) or a hazardous atmos- phere exists or could reasonably be ex- pected to exist, such as in excavations in landfill areas or excavations in areas where hazardous substances are stored nearby, the atmospheres in the excavation shall be tested before em- ployees enter excavations greater than 4 feet (1.22 m) in depth. (ii) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and. other hazardous atmospheres. These precautions in- clude providing proper respiratory protection or ventilation in accordance with subparts D and E of this part re- spectively. - (iii) Adequate precaution shall be taken such as providing ventilation, to prevent employee exposure to an at- mosphere containing a concentration of a flammable gas in excess of 20 per- cent of the lower flammable limit of the gas. (iv) When controls are used that are intended to reduce the level of atmos- pheric contaminants to acceptable levels, testing shall be conducted as often as necessary to ensure that the atmosphere remains safe. (2) Emergency rescue equipment. (i) Emergency rescue equipment, such as breathing apparatus, a safety harness and line, or a basket stretcher, shall be readily available where hazardous at- mospheric conditions exist or may rea- sonably be expected to develop during work in an excavation. This equipment shall be attended when in use. (ii) Employees entering bell-bottom pier holes,- or other similar deep and confined footing excavations, shall wear a harness with a life -line securely attached to it. The lifeline shall be separate from any line used to handle materials, and shall be individually at- tended at all times while the employee wearing the lifeline is in the excava- tion. (h) Protection from hazards associ- ated with water accumulation (1) Em- ployees shall not work in excavations in which there is accumulated water, or in excavations in which water is ac- cumulating, unless adequate precau- tions have been taken to protect em- ployees against the hazards posed by water accumulation. The precautions necessary to protect employees ade- quately vary with each situation, but I I I I I I I1 I I [I I, L I I I J [1 221 Page 4 u § 1926:651 .. .. 29 CFR Ch. XVI1 (7-1-92 Edition) I U I H H I I I I H I I I could include special support or shield. systems top. 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 to protect employees from the possible collapse of such structures. (j) Protection of 'employees -• from loose rock or soil (1) Adequate protec- tion shall be provided to protect em- ployees from loose rock or soil that could pose a hazard by falling or roll- ing from an excavation face. Such pro- tection shall consist of scaling to remove loose- material; installation of protective barricades at intervals as necessary on the face to stop and con- tain falling - material; or -other ' means that provide equivalent protection. - (21 Employees' shall be protected from excavated 'or other materials or equipment that could pose a hazard by falling or rolling into excavations. Pro- tection shall be: provided byt placing and keeping such materials or equip ment at least 2 feet (.61 m) from the edge of. excavations, or by the use of retaining devices that are. sufficient to prevent materials or equipment from falling or rolling into excavations, or by a combination of both if necessary. (k) Inspections. (1) Daily inspections of excavations, the adjacent areas, and protective systems shall be made by a competent person for evidence of a sit- uation that could result in possible cave-ins, indications of failure of pro- tective systems, hazardous atmos- pheres, or other hazardous conditions. An inspection shall be conducted by the competent person prior to the start of work and as needed through- out the shift. Inspections shall also be made after every rainstorm or other hazard increasing occurrence. These inspections are only required when employee exposure can be reasonably anticipated. (2) Where the competent person finds evidence of a situation that could result in a possible cave-in, indications of failure of protective systems, haz- ardous atmospheres, or other hazard- ous conditions, exposed employees shall be removed from the hazardous area- until, the necessary precautions have been taken :to ensure their safety.. (1) Fall protection. (1) Where em- ployees or. equipment are required or permitted to cross over: -excavations, walkways or bridges with standard guardrails shall be provided. ' 222. Page 5 Occupational Safety and Health Admin., Labor § 1926.652 ' (2) Adequate barrier physical protec- tion shall be provided at all remotely located excavations. All wells, pits, shafts, etc., shall be barricaded or cov- ered. Upon completion of exploration and similar operations, temporary wells, pits, shafts, etc., shall be back - filled.. 91926.652 Requirements for protective . systems. (a) Protection of employees in exca- vations. (1) Each employee in an exca- vation shall be protected from cave-ins by an adequate protective system de- signed in accordance with paragraph (b) or (c) of this section except when: (1) Excavations are made entirely in stable rock; or (ti) 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, shall1 be determined. In. accordance with the conditions and requirements set forth in appendices A and B to this subpart. (3) Option (3) —Designs using other tabulated data. (i) Designs of sloping or benching systems shall be selected from and be in accordance with tabu- lated data, such as tables and charts. (ii) The tabulated data shall be in written form and shall include all of the following: (A) Identification of the parameters that affect the selection of a sloping or benching system drawn from such data; (B) Identification of the limits of use of the data, to include the magnitude and configuration of slopes deter- mined to be safe; (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective system from the data. (iii) At least one copy of the tabulat- ed data which identifies the registered professional engineer who approved the data, shall be maintained at the jobsite during construction of the pro- tective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4) —Design by a regis- tered professional engineer. (i) Sloping and benching systems not utilizing Option (1) or Option (2) or Option (3) under paragraph (b) of this section shall be approved by a registered pro- fessional engineer. (ii) Designs shall be in written form and shall include at least the follow- ing. (A) The magnitude of the slopes that were determined to be safe for the particular project; (B) The configurations that were de- termined to be safe for the particular project; and (C) The identity of the registered professional engineer approving the design. (iii) At least one copy of the design shall be maintained at the jobsite while the slope is being constructed. After that time the design need not be at the jobsite, but a copy shall be made available to the Secretary upon request. -. (c) Design of support systems, shield systems, and other protective systems I C. C C I F I C u H r C CI C L I H 223 Page 6 t .§l926.652 'Z9CFR-Ch. XVH(7_ e lditlon) I I I I I I I I I I I I I Designs of support systems shield sys- tems, and other protective systems shall be:selected .and constructed by the`employeror his designee and shall �e .in ••accordance with the ' require- ments of paragraph (cXI); or, in the alternative, Darasraph Cc)(2); or, in the alternative. paragraph (cX3); or, In the alternative, paragraph (c)(4) . as fol- %sys: • (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: '(A) identification of -the :parameters that affect the selection of ..protec- tive system drawn from such data;. (B) Identification of thelimits.of.use of the data; (C) Explanatory information-asimay • be •necessary to aid the user yin mSk1ng •'-a - correct selection -of a protedtive system from the data . (iii) At least one copy ofthe.tabuist-_ ed data, which identifies theregis- tered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction -oE- the protective system. After that time the data may be stored off the -jobsite, but a copy of the data shall be made available to the Secretary upon re- quest. (4) Option (4) —Design by a regis- tered professional engineer. (1) Sup- port systems, shield systems, and other protective systems not utilizing Option 1, Option 2 or Option 3, above, shall be approved by a registered pro- fessional engineer. (ii) Designs shall be in written form and shall include the following: (A) A plan indicating the sizes, types, and configurations of the mate- rials to be used in the protective system; and (B) The Identity of the registered professional engineer approving the design. (iii) At least one copy of the design shall be maintained at the jobsite during construction of the protective system. After that time, the design may be stored off the jobsite, but a copy of the design shall be made avail- able to the Secretary upon request. (d) Materials and equipment (1) Ma- terials and equipment used for protec- tive systems shall be free from damage or defects that - might impair ° their proper function. • (2) Manufactured materials and equipment used for protective systems shall be used and maintained in a manner that is consistent with the rec- ommendations of the manufacturer, and in a manner that will prevent em- ployee exposure to hazards. (3) When material or equipment that is used for protective -systems is damaged, a competent person shall ex= aminethe material or equipment=and evaluate its suitability for continued ' 224 Page 7 Occupational Safety and Health Admin., Labor Subpt. P, App. A ' use. If the competent person cannot assure the material or equipment is able to support the intended loads or is otherwise suitable for safe use, then such material or equipment shall be removed from service, and shall be evaluated and approved by a regis- tered professional engineer before being returned to service. (e) -.Installation and removal of sup- port —(1) General (1) Members of sup- port systems shall be securely connect- ed together to prevent sliding, failing, kickouts, or other predictable failure. (fi) Support systems shall be in- stalled and removed in a manner that protects employees from cave-ins, structural collapses, or from being struck by members of the support system. (iii) Individual members of support systems shall not be subjected to loads exceeding those which those members. were designed to withstand. (iv) Before temporary removal of in- dividual members begins, additional precautions shall be taken to ensure the safety of employees, such as in- stalling other structural members to carry the loads imposed on the sup- port system. (v) Removal shall begin at, and progress from, the bottom of the exca- vation. Members shall be released slowly so as to note any indication of possible failure of the remaining mem- bers of the structure or possible cave- in of the sides of the excavation. (vi) Backfilling shall progress to- gether with the removal of support systems from excavations. (2) Additional requirements for sup- port systems for trench excavations. (1) 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 excavations at levels above other em- ployees except when employees at the lower levels are adequately protected from the hazard of falling, rolling, or sliding material or equipment. (g) Shield systems —(1) General (1) Shield systems shall not be subjected to loads exceeding those -which the system was designed to withstand. (ii) Shields shall be installed in a manner to restrict lateral or other hazardous movement of the shield in the event of the application of sudden lateral loads. - (iii) Employees shall be protected from the hazard of cave-ins when en- tering or exiting the areas protected by shields. (iv) Employees shall not be allowed in shields when shields are being in- stalled, removed, or moved vertically. (2) Additional requirement for shield systems used in trench excavations. Excavations of earth material to a level not greater than 2 feet (.61 m) below the bottom of a shield shall be permitted, but only if the shield is de- signed to resist the forces calculated for the full depth of the trench, and there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the shield. APPENDIx A TO SUBPART P—SOTL CLASSIFICATION (a) Scope and application —(l) Scope. This appendix describes a method of classifying soil and rock deposits based on site and envi- ronmental conditions, and on the structure and composition of the earth deposits. The appendix contains definitions, sets forth re- quirements, and describes acceptable visual and manual tests for use in classifying soils. (2) Application. This appendix applies when a sloping or benching system is de- signed in accordance with the requirements set forth in § 1926.652(b)(2) as a method of protection for employees from cave-ins. This appendix also applies when timber shoring for excavations is designed as a method of protection from cave-ins in ac. cordance with appendix C to subpart P of part 1926, and when aluminum hydraulic shoring is designed in accordance with ap- pendix D. This Appendix also applies if other protective systems are designed and selected for use from data prepared in ac- cordance with the requirements set forth in § 1926.652(c), and the use of the data is I C I I I I I C GI IH I H I I 225 Page 8 ' Subpt. P, App. A - 29 CFR Ch. XVII (7-1-92 Edition) I H I I I I I H I L' predicated on the use of the soil cassifica-' tion system set forth in this appendix. . (b) Definitions. The definitions and exam. ples given below are based on, in whole or in part, the following: American Society for Testing Materials (ASTM) Standards D653- 85 and D2488; The Unified Soils Classifica- tion System, The U.S. Department of Agri- culture (USDA) Textural Classification Scheme; and The National Bureau of Stand- ards Report BSS -121. . Cemented soil means a soil in which the particles are held together by a chemical agent, such as calcium carbonate, such that a hand -size sample cannot be crushed into powder or individual soil particles by finger pressure - Cohesive soil means clay (fine grained soil), or soil with a high clay content, which has cohesive strength. Cohesive soil does not crumble, can be excavated with vertical -sideslopes, and is plastic when moist. Cohe- sive soil is hard to break up when dry, and exhibits significant cohesion when sub- merged. Cohesive soils include clayey silt. sandy clay, silty clay, clay and organic clay. Dry soil means soil that does not exhibit visible signs of moisture content Fissured means a soil material that has a tendency to break along definite planes of fracture with little resistance, or a material that exhibits open cracks, such as tension cracks, in an exposed surface. Granular soil means gravel, sand, or silt, (coarse grained soil) with little or no clay content. Granular soil has no cohesive strength. Some moist granular soils exhibit apparent cohesion. Granular soil cannot be molded when moist and crumbles easily when dry. Layered system means two or more dis- tinctly different soil or rock types arranged in layers. Micaceous seams or weakened planes in rock or shale are considered lay- ered. Moist soil means a condition in which a soil looks and feels damp. Moist cohesive soil can easily be shaped into a ball and rolled into small diameter threads before crumbling. Moist granular soil that contains some cohesive material will exhibit signs of cohesion between particles. Plastic means a property of a soil which allows the soil to be deformed or molded without cracking, or appreciable volume change. Saturated soil means a soil in which the voids are filled with water. Saturation does not require flow. Saturation, or near satura- tion. Is necessary for the proper use of in- struments such as a pocket penetrometer or sheer vane. Soil classification system means, for the purpose of this subpart, a method of catego- rizing soil and rock deposits in a hierarchy of Stable Rock, Type A, Type B, and Type C, in decreasing order of stability. The cate- gories are determined based on an analysis of the properties and performance charac- teristics of the deposits and the environ- mental conditions of exposure. Stable rock means natural solid mineral matter that can be excavated with vertical sides and remain intact while exposed. . Submerged soil means soil which is under- water or is free seeping. Type A means cohesive soils with an un- confined compressive strength 01 1.5 ton per square foot (tsf) (144 kPa) or greater. Exam- ples of cohesive soils are: clay, silty clay, sandy clay, clay loam and, in some cases, silty clay loam and sandy clay loam. Ce- mented soils such as caliche and hardpan are also considered- Type A. However, no soil is Type A if: ' (i) The soil is fissured; or (ii) The soil is subject to vibration from heavy traffic, pile driving, or similar effects; or (iii) The soil has been previously dis- turbed; or _ (iv) The soil is part of a sloped, layered system where the layers dip into the excava- tion on a slope of four horizontal to one ver- tical (4H:1V) or greater, or (v) The material is subject to other factors that would require it to be classified as a less stable material. Type B means: (I) Cohesive soil with an unconfined com- pressive strength greater than 0.5 tsf (48 kPa) but less than 1.5 tsf (144 kPa); or (ii) Granular cohesionless soils including: angular gravel (similar to crushed rock), silt, silt loam, sandy loam and, in some cases, silty clay loam and sandy clay loam. (iii) Previously disturbed soils except those which would otherwise be classed as Type C soil (iv) Soil that meets the unconfined com- pressive strength or cementation require- ments for Type A, but is fissured or subject to vibration; or (v) Dry rock that is not stable; or (vi) Material that is part of a sloped, lay- ered system where the layers dip into the excavation on a slope less steep than four horizontal to one vertical (4H:1V), but only if .the material would otherwise be classified as Type B. Type C means: (I) Cohesive soil with an unconfined com- pressive strength of 0.5 tsf (48 kPa) or less; or (Ii) Granular soils including gravel, sand, and loamy sand; or (iii) Submerged soil or soil from which water is freely seeping; or (iv) Submerged rock that is not stable, or (v) Material In a sloped, layered system where the layers dip into the excavation or a slope of four horizontal to one vertical (4H:1V) or steeper. ' 226 page 9 Occupational Safety and Health Admin., Labor Subpt. P, App. A I Unconfined compressive strength means the load per unit area at which a soil will fail in compression. It can be determined by laboratory testing, or estimated in the field using a pocket penetrometer, by thumb pen- etration tests, and other methods. Wet soil means soil that contains signifi- cantly more moisture than moist soil, but in such a range of values that cohesive materi- al will slump or begin to flow when vibrated. Granular material that would exhibit cohe- sive properties when moist will lose those cohesive properties when wet. (c) Requirements —(1) Classification of soil and rock deposits. Each soil and rock deposit shall be classified by a competent person as Stable Rock. Type A, Type B, or Type C in accordance with the definitions set forth in paragraph (b) of this appendix. (2) Basis of classification. The classifica- tion of the deposits shall be made based on the results of at least one visual and at least one manual analysis. Such analyses shall be conducted by a competent person using tests described in paragraph (d) below, or in other recognized methods of soil classifica- tion and testing such as those adopted by the America Society for Testing Materials, or the U.S. Department of Agriculture tex- tural classification system. (3) Visual and manual analyses. The visual and manual analyses, such as those noted as being acceptable in paragraph (d) of this appendix, shall be designed and con- ducted to provide sufficient quantitative and qualitative information as may be nec- essary to identify properly the properties, factors, and conditions affecting the classifi- cation of the deposits. (4) Layered systems. In a layered system, the system shall be classified in accordance with its weakest layer. However, each layer may be classified individually where a more stable layer lies under a less stable layer. (5) Reclassification. If, after classifying a deposit, the properties, factors, or condi- tions affecting its classification change in any way, the changes shall be evaluated by a competent person. The deposit shall be re- classified as necessary to reflect the changed circumstances. (dl Acceptable visual and manual tests. — (1) Visual tests. Visual analysis is conducted to determine qualitative information regard- ing'the excavation site In general, the soil adjacent to the excavation, the soil forming the sides of the open excavation, and the soil taken as samples from excavated mate- rial (I) Observe samples ofsoilthat are exca- vated and soil in the sides of the excavation. Estimate the range of particle sizes and the relative amounts of the particle sizes. Soil that is primarily composed of fine-grained material is cohesive material. Soil composed primarily of coarse -grained sand or gravel is granular material. (ii) Observe soil as it is excavated. Soil that remains in clumps when excavated Is cohesive. Soil that breaks up easily and does not stay In clumps is granular. (ill) Observe the side of the opened exca- vation and the surface area adjacent to the excavation. Crack -like openings such as ten- sion cracks could indicate fissured material. If chunks of soil spall off a vertical side, the soil could be fissured. Small spalls are evi- dence of moving ground and are indications of potentially hazardous situations. (iv) Observe the area adjacent to the exca- vation and the excavation itself for evidence of existing utility and other underground structures, and to identify previously dis- turbed soil. (v) Observe the opened side of the excava- tion to identify layered systems. Examine layered systems to identify if the layers slope toward the excavation. Estimate the degree of slope of the layers. (vi) Observe the area adjacent to the exca- vation and the sides of the opened excava- tion for evidence of surface water, water seeping from the sides of the excavation, or the location of the level, of the water table. (vii) Observe the area adjacent to the ex- cavation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. (2) Manual tests. Manual analysis of soil samples is conducted to determine quantita- tive as well as qualitative properties of soil and to provide more information in order to classify soil properly. (i) Plasticity. Mold a moist or wet sample of soil into a ball and attempt to roll it into threads as thin as 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 %-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 - 1I I I I I I [I I I I LI I L I I Page 10 ' ISubpt. P, App. B 29 CFR Ch. XVII (7-1-92 Edition) I H I I I I I I I H H H I I [.1 Manual Procedure).") Type A soils with an unconfined compressive strength of 1.5 tsf can be readily indented by the thumb; how- ever, they can be penetrated by the thumb only with very great effort. Type C soils with an unconfined compressive strength of 0.5 tsf can be easily penetrated' several inches by the thumb, and can be molded by light finger pressure. This test should be conducted on an undisturbed soil sample, such as a large clump of spoil, as soon as practicable after excavation to keep to a mi- minum the effects of exposure to drying in- fluences. If the excavation is later exposed to wetting influences (rain, flooding), the classification of the soil must be changed ac- cordingly. (iv) Other strength tests. Estimates of un- confined compressive strength .of soils can also be obtained by use of a pocket pene- trometer or by using a hand -operated shear - vane. (v) Drying test The basic purpose of the drying test is to differentiate between cohe- sive material with fissures, unfissured cohe- sive material, and granular material. The procedure for the drying test involves drying a sample of soil that is approximate- ly one inch thick (2.54 cm) and six Inches (15.24 cm) in diameter until it is thoroughly dry: (A) If the sample develops cracks as it dries, significant fissures are indicated. (B) Samples that dry without cracking are to be broken by hand. If considerable force is necessary to break a sample, the soil has significant cohesive material content. The soil can be classified as a unfissured cohe- sive material and the unconfined compres- sive strength should be determined. (C) If a sample breaks easily by hand, it is either a fissured cohesive material or a granular material. To distinguish between the two, pulverize the dried clumps of the sample by hand or by stepping on them. If the clumps do not pulverize easily, the ma- terial is cohesive with fissures. If they pul- verize easily Into very small fragments, the material is granular. APPENDfx B TO SUBPART P —SLOPING AND BENcEuNG (a) Scope and application. This appendix contains specifications for sloping and benching when used as methods of protect- Ing employees working in excavations from. cave-ins. The requirements of this appendix apply when the design of sloping and bench- ing protective systems is to be performed in accordance with the requirements set forth in § 1926.652(bX2). (b) Definitions. Actual slope means the slope to which an excavation face is excavated. Distress means that the soil is in a condi- tion where a cave-in Is imminent or Is likely to occur. Distress is evidenced by such phe- nomena as the development of fissures in the face of or adjacent to an open excava- tion; the subsidence of the edge of an exca- vation; the slumping of material from the face or the bulging or heaving of material from the bottom of an excavation; the spall- ing of material from the face of an excava- tion; and ravelling, Le., small amounts of material such as pebbles or little clumps of material suddenly separating from the face of an excavation and trickling or rolling down into the excavation. Maximum allowable slope means the steepest Incline of an excavation face that is acceptable for the most favorable site condi- tions as protection against cave-ins, and is expressed as the ratio of horizontal distance to vertical rise (H:V). Short term exposure means a period of time less than or equal to 24 hours that an excavation is open. (c) Requirements —(1) Soil classification. Soil and rock deposits shall be classified in accordance with appendix A to subpart P of part 1926. (2) Maximum allowable slope The maxi- mum allowable slope for a soil or rock de- posit shall be determined from Table B-1 of this appendix. (3) Actual slope. (I) The actual slope shall not be steeper than the maximum allowable slope. (Ii) The actual slope shall be less steep than the maximum allowable slope, when there are signs of distress. If that situation occurs, the slope shall be cut back to an actual slope which Is at least ½ horizontal to one vertical (%H:1V) less steep than the maximum allowable slope. (iii) When surcharge loads from stored material or equipment, operating equip- ment, or traffic are present, a competent person shall determine. the degree to which the actual slope must be reduced below the maximum allowable slope, and shall assure that such reduction is achieved. Surcharge loads from adjacent structures shall be eval- uated In accordance with § 1926.651(1). (4) Configurations. Configurations of slop- ing and benching systems shall be in accord- ance with Figure B-1. 228 Page 11 Occupational Safety and Health Admin., Labor TABLE B-1 MAXIMUM ALLOWABLE SLOPES Subpt. P, App. B I SOIL OR ROCK TYPE I4A'1[MUM ALLOWABLE SLOPES(H:V)(11 FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK VERTICAL (90') TYPE A [2] 3/4:1 (531 TYPE B 1:1 (459 TYPE C 1½:1 (349 NOTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. 2. A short-term maximum allowable slope of 1/2H:1V (63') is allowed in excavations in Type A soil that are 12 feet (3.67 m) or less in depth. Short-term maximum allowable slopes for excavations greater than 12 feet (3.67 m) in depth shall be 3%4H:1V (53'). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. Figure B-1 Slope Configurations (All slopes stated below are in the horizontal to vertical ratio) B-1.1 Excavations made in Type A soil. 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of '/.:1. I I I I I I I I I H I 11 I H I 229 _ Page 12 , 29 CFI Ch. XVII (7-1-92 Edition) Subpt. P, App. B I \ 20' Max. Sntnz 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 %:l. 12' Max. 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- . Page 13 Occupational Safety and Health Admin., Labor SIMPLE BENCH Subpt. P,.App. B 20' Max. ' 1 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 344 feet. UNSUPPORTED VERTICALLY SIDED LOWER PORTION -MAXIMUM 8 FEET IN DEPTH All excavations more than 8 feet but not more than 12 feet in depth which unsupported vertically sided lower portions shall have a maximum allowable slope of 1:1 and a maximum vertical side of 344 feet. 1 1 1 1 1 231- page 14 I Subpt. P, App. B 29 CFR Ch. XVI1 (7-1-92 Edition) I I I 20' Max. � 3/& 18" M. '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. UNSUPPORTED VERTICALLY SIDED LOWER PORTION -MAXIMUM 12 Fn -r IN DEPTH All excavations 20 feet or less in depth which have vertically sided lower portions that are supported or shielded shall have a maximum allowable slope of %:1. The support or shield system must extend at least 18 inches above the top of the vertical side. Hi L H LI L1 I SIMPLE SLOPE 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1 and maximum bench dimensions as follows: ' 232 Page 15 Occupational Safety and Health Admin., Labor Subpt. P, App. B This bench allowed in cohesive soil only. 20' Max 4' 0• Max. SINGLE BENCH This bench allowed in cohesive soil only 20' Max. 6' •`fax_ 4' Max, I MULTIPLE BENCH 3. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1:1. 20' Max. Support. or shield system N: Total height of vertical side I L7 I 1 H I I I [I 1 I Lii I Li I l' I 233 Page 16 ' ' Subpt. P, App. B 29 CFR Ch. XVII (7-1-92 Edition) VERTICALLY SIDED LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in 4 1926.652(b). ' B-1.3 Excavations Made in Type C Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1½:1. , ' 20' Max. I, ' SIMPLE SLOPE 2. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1½:1. I I Li I I I Support or shield system t 20' Max. I 1' l8" Min. jTotal height of vertical side 234 Page 17 Occupational Safety and Health Admin., Labor Subpt. P, App. B VERTICAL SIDED LOWER PORTION 3. All other sloped excavations shall be in accordance with the other options permitted in 4 1926.652(b). B-1.4 Excavations Made in Layered Soils 1. All excavations 20 feet or less in depth made in layered soils shall have a maximum allowable slope for each layer as set forth below. 8 OVER A C OVER A � 1 C OVERa 235 Page 18 I Subpt. P, App. C 29 CFR Ch. XVII (7-1-92 Edition) 1 1 1 1 A OVER B C 1 A OVER C 3 �1 __ _'½ _ C .� 1 1½ B OVER C 2. All other sloped excavations shall be in accordance with the other options permitted in § 1926.652(b). APPENDIX C TO SuBPART P -TIMBER SHORING FOR TRENCHES (a) Scope. This appendix contains infor- mation that can be used timber shoring is provided as a method of protection from cave-ins in trenches that do not exceed 20 feet (6.1 m) in depth. This appendix must be used when design of timber shoring protec- tive systems is to be performed in accord- ance with § 1926.652(c)(1). Other timber shoring configurations; other systems of support such as hydraulic and pneumatic systems; and other protective systems such as sloping, benching, shielding, and freezing systems must be designed in accordance with the requirements set forth in § 1926.652(b) and § 1926.652(c). (b) Soil Classification in order to use the data presented in this appendix, the soil type or types in which the excavation is made must first be determined using the soil classification method set forth in appen- dix A of subpart P of this part. (c) Presentation of Information. Informa- tion is presented in several forms as follows: (1) Information is presented in tabular form in Tables C-1.1, C-1.2, and C-1.3. and Tables C-2.1, C-2.2 and C-2.3 following 236 Page 19 ccupational Safetyand-Health Admin., Labor Subpt: P; App. C I •paragraph (g)'of the appendix. Each table presents -the minimum'sizes of timber mem- bers to use in a shoring system,- :and each table.contains data."only for the particular "soij.2ype to which the excavation or -portion of the excavation Is made. The data are ar- ranged to allow the• user the flexibility 40 select from among several. acceptable con- figurations of members 'based on 'varying •the horizontal spacing of the crossbraces. Stable, Lock is' exempt from shoring require- metits and therefore, 'no data are1kresented for this condition. 12) Information concerning the basis of the tabular data and the limitations of the data is presented in .paragraph (d) of .this appendix, and on the tables themselves. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. (4) Information' illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations regarding Tables C-1.1 through C-1.3 and Tables C- 2.1 through C-2.3 are Presented in pan - 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. (1) It is not intended that the timber shoring specifica- tion apply to every situation that may be experienced in the field. These data were developed to apply to the situations that are most commonly - experienced in current trenching practice. Shoring systems for use in situations that are not covered by the data in this appendix must be designed as specified in § 1926.652(c). . (Ii) When any of the following conditions are present, the members specified in the tables are not considered adequate. Either an alternate timber shoring system must be designed ,or another type of protective system designed in accordance with § 1926.652. (A) When loads imposed by structures or by stored nmatertal. adjacent to -the .trenth weigh in excess of the load imposed by two -foot : soil -surcharge. The .term "adja- -cent" as used here means the area within a horizontal distance torn the edge of the --trench equal to the depth of the -trench. (B)..Whenverticailoads impesed_on cross braces exceed a 240 -pound gravity load dis- tributed on a one -foot, section. of the cent¢r of the crossbrace. (C) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (D) When only the lower portion .of -a trench is shored and the remaining portion of the trench is sloped or benched .unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables. The members of the shoring system that are to be selected using this information are the cross braces, the uprights, and the wales, where wales are re- quired. Minimum sizes of members are spec- ified for use in different types of soil. There are six tables of information, two for each soil type. The soil type must first be deter- mined in accordance with the soil classifica- tion system described in appendix A to sub- part P of part 1926. Using the appropriate table, the selection of the size and spacing of the members is then made. The selection is based on the depth and width of the trench where the members are to be in- stalled and, in most instances, the selection is also based on the horizontal spacing of the crossbraces. Instances where a choice of horizontal spacing of crossbracing is avail- able, the horizontal spacing of the cross - braces must be chosen by the user before the size of any member can .be determined. When the soil type, the width and depth of the trench, and the horizontal spacing of the crossbraces are known, the size and ver- tical spacing of the crossbraces, the size and vertical spacing of the wales, and the size and horizontal spacing of the uprights can be read from the appropriate table. (f) Examples to illustrate the Use of Tables C-1.1 through C -L3. _ (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 p1 - Space 4x4 crossbraces at six feet horizon- tally and four feet vertically. Wales are not required. H I Is I I I I I I I I I I I I 237 Page 20 ' Subpt. P, App. C 29 CFR Ch. XVI1 (7-1-92 Edition) I Li I II I I I I H I I I I n I Space 3x8 uprights at six feet horizontal- ly. This arrangement is commonly called "skip shoring." Arrangement #2 Space 4x6 crossbraces at eight feet hori- zontally and four feet vertically. Space 8x8 8 wales at four feet vertically. Space 2x6 uprights at four feet horizon- tally. Arrangement #3 Space 6x6 crossbraces at 10 feet horizon- tally and four feet vertically. Space 8x 10 wales at four feet vertically. Space 2 x 6 uprights at five feet horizontal- ly. Arrangement #4 Space 6x6 crossbraces at 12 feet horizon- tally and four feet vertically. Space 10x10 wales at four feet vertically. Spaces 3x8 uprights at six feet horizon- tally. (2) Example Z 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 x 8 wales at five feet vertically. Space 2 x 6 uprights at two feet horizontal- ly. Arrangement #2 Space 6 x 8 crossbraces at eight feet hori- zontally and five feet vertically. Space lO x 10 wales at five feet vertically. Space 2 x 6 uprights at two feet horizontal- ly. Arrangement #3 Space 8x8 crossbraces at 10 feet horizon- tally and five feet vertically. Space 10 x 12 wales at five feet vertically. Space 2x6 uprights at two feet vertically. (3) Example 3. A trench dug in Type C soil is 13 feet deep and five feet wide. Prom 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 10 x 12 wales at five feet vertically. Position 2x6 uprights as closely together as possible. If water must be retained use special tongue and groove uprights to form tight sheeting. Arrangement #2 Space 8 x 10 crossbraces at eight feet hori- zontally and five feet vertically. Space i2x12 12 wales at five feet vertically. Position 2x6 uprights in a close sheeting configuration unless water pressure must be resisted. Tight sheeting must be used where water must be retained. (4) Example 4. A trench dug in Type C soil is 20 feet deep and 11 feet wide. The size and spacing of members for the section of trench that Is over 15 feet in depth Is determined using Table C-1.3. Only one arrangement of mem- bers is provided. Space 8x10-crossbraces at six feet hori- zontally and five feet vertically. Space 12 x 12 wales at five feet vertically. Use 3 x 6 tight sheeting. Use of Tables C-2.1 through C-2.3 would follow the same procedures. (g) Notes for all Tables. - 1. Member sizes at spacings other than in- dicated are to be determined as specified in § 1926.652(c), "Design of Protective Sys- tems." 2. When conditions are saturated or sub- merged use Tight Sheeting. Tight Sheeting refers to the use of specially -edged timber planks (e.g., tongue and groove) at least three inches thick, steel sheet piling, or similar construction that when driven or placed in position provide a tight wall to resist the lateral pressure of. water and to prevent the loss of backfill material. Close Sheeting refers•to the placement of planks side -by -side allowing as little space as possi- ble between them. 3. All spacing indicated is measured center to center. 4. Wales to be installed with greater di- mension horizontal. 5. If the vertical distance from the center of the lowest crossbrace to the bottom of the trench exceeds two and one-half feet, uprights shall be firmly embedded or a mudsill shall be used. Where uprights are embedded, the vertical distance from the center of the lowest crossbrace to the bottom of the trench shall not exceed 36 inches. When mudsills are used, the vertical distance shall not exceed 42 inches. Mudsills are wales that are installed at the toe of the trench side. 6. Trench Jacks may be used in lieu of or in combination with timber crossbraces. 7. Placement cf crossbraces. When the ver- tical spacing of crossbraces is four feet, place the top crossbrace no more than two feet below the top of the trench. When the vertical spacing of crossbraces is five feet, place the top crossbrace no more than 2.5 feet below the top of the trench. ' 238 Page 21 Occupational Safety and Health Admin., Labor Subpt. P, App. C I- 0 Z P W L W L U r L J a N W C +I I.- W N m v I— — o. • - = • E U Z + J f 2 0 Q 1 I N o o O n1 S 0- 'I, aN d J Q O to F- x x Z N N N - x w W -Lila. J - m O toJ x J N Q E # # r X UI 1O b it '0 X X U' w W¢ • 1 C 1 R of C < O y v O O N +Z - +-;- 04-I- m m r- 0c00. X X X X C X N... Z .:C m O 'O m O � CD— Z H H +W C U W w Q la. .1v C- v v v v v v N - 0 ~ 'O 'O 'O 'O 'O m m m O— _ N X 'O X 'O X 'O x X 'O X x 'O X 'O X 'O x • o Ill W N 'O to 'O 'O Cm m m LU= X X >C X X X >C X X X X 'O 'O '0 C '0 0 'O •'O 0 S O U I- 'O 'O b 'O 'O 'O 'O '0 to Of X X X X X X X X X X W 2 O- O C .p C to LC 'O 'O 'O C m F O C' toK 'P C b N(O 'O 'O _ 0.= X X X X X X X C C C 0 'O 'O 'O O .-4 3 C I-.- C to 'O C 'O O '0 'O m C X X X X X X X X X N < C C C '0 '0 '0 '0 C m ..' W L1 I- N=)- O O O O O O O O O O •-� - W I- - H H H F- F- H H O O 2 0w b m O H C O Q 11_ 1 O- C. 0- �.' 0_ 0_ 0_ O_ N W _ > > > > > O > - 0_ a ~ Nv > O O > > H 1-W U1- 0.0w in OO O O in In O W W W F � O F- O C U. N O I---- 239 Subpt. P, App. C . 29 CFR Ch. XVII (7-1-92 Edition) U a M U 41 6 F Z Co Zwn N 14 U W N M W R a D 3 o 'O 'O 'O N N N N • S Is] CI H 40 00 - O 'o 'c 'O U, Cl) f z t C U n fl efl 00 _ U vI w ..0 C 0x 9 ."' Cz N h N N Ill h Ill N • lXO Ill L J u J C w L L W w In-'- _ .I a W mu "' Cs W •'. O O O N O N N •Yj W W M>4 14 >4 14 14 14 14 f/1 v m m O - ID O N N 6 0 0 D F .y .- .r .r c.0 N I-. u m U N Z F 00 8 • I I'•' � K O W In N Ill N ul N h N N d L V w > d v Y Y x = Co b W C x CI eC 0 I F b CC 00 0) O] C O O XIS. '^C SI x x x x x Ic x x x d .r '0 'O '0 'O C 00 O .4W Z 7 00 M I r o o w a d 'c C C m C C o . mm m C. Cs] sO '0 C x 'C m m m m _ u J H P a <O F. 'e 'O 'o 'c C m ha•' a Z P x L w Y {O C '0 b b '0 b C C C L 0 a 'iLJ C;] (o E+ -m . ] C Y E H OH 'O '0 'O C 00 a0 O My o a 'o x x x x x x >4 x x ^ x F CO U 0. o '0 'O 'C 'C u C C J e 0• W WE O Y9 r 0 O W 3 '0 'n C C C e) v x x x x x x x x x o C .0 'C •o v C C -• CU O W ro U . N2 F 0 O O O 0 a —o O 0 •OZ. % G F'O 2 F F E F F F E" r 06 o '0 C w 'O m o is] S [.. IJ a xa .' a a a v a a a d o a C. y m N O 3 .1. N .1. O .'l. h Z O O w'r O o CC OH Z w O W vl 0 0 0 0 'A'/1 la N F •+ — F ... — F r p F 240 Page 23 Occupational Safety and Health Admin., Labor Subpt. P, App. C Y N W Z C x'U cu I. -I M m u aG w Ca {al I_w H m F a • = V .. Z IY .+ S 1 x 00 Z a0 o S N m a. V Z V 41 4l F K yGy F N r H 1-I O F N x N O. Y N Y 0 .l 2 F Y O In N N C F O F S S W - tan. 3 O a a Z YN .O .O .O .O VN N N N x Z� N FcjF CUCa h h vlCL N N o z t'1 -, O N N N N N ~ 0 N x x x O) r r — U c -- F-. XC) CU CU -c S V1 h V1 v1 h N >O k F-. O O O O O r r r x - r tx Wx o ap o p _ O F -N N N O O Or a' r x x x 0 r x C1)'- m W 0 !V 00 XI -. O O_ Ip p. x x x x0 X x N F ap axp N CC'. O 0 0 U a. D7 x m x x Fr ax0 ax 0 a0 mx O M 30 F O O m x N x r x N x x x• x .O N N (O CO r Z 4 F O 0 0 -0 O ••+ r O r r Z wlsi 4c -. F F F F F-. L' V 41 .O GO O Y: .O O) Y Y Y m • O. 4. r YU Y U Y U m Y U Y U 'a S L v p. Y O 0.. C. 410 CJC G. Y Y O Y O W CO >• O NZ > > N Z N Z N N z N Z N S S F U F Ow W W h O a a a N N O O O F r — F r r F N 41 O v I-.'-- 0 e Ia Page 24 1 1 1 1 1 I Subpt. P, App. C 29 CFR Ch. XVII (7-1-92 Edition) N zoo Em U M Y W U a w W % v -4 M F w m -+ E 6 N I H n V H W Z _ 1K V Cn Z N C p O x y m x U Z 6 W F W o O N y x V `t a N 7 O O '0 '0 F Z v v v o O N r-1 N a x x W `C y K DC H W 4 v v 0. 0 N N K x x x v v v v N 'O C .O C a n n n n *• 'O . 41 6 Z d Z v v Z V -7 v v > 0. C C C - W L O 9 U V• Y O O N �Ni O P Oc 00 GC .+0 y y Z Z x x Z0.' x m x x S' 0.' OC .x G 0 Cw m •Z 4ai 6 ¢l v d v v o v C .t <-< v > a w x x x x x x x x x x x x � W x x x x x x x x x x x x N � O QUQ v v C N v b Cx b N x x x x x x x x x x x x x x v < Q V O Q 'C '0 .C C 'D C H = N tO C O F v v C .G v b N C C C .C U .C K x x x x x x x x x x x x x x x a. V -7 v v v v N C C C C C H 3 O v v .c .c v .c .o .c .m .o K x K x K X x X x x x x x x 0. v v v v v v N .o .c .C b .o .r F F F H F F F F F F F F F F 2 rZ+ C V W `Oa °p : O N oaW x a w a a. '. n. ay a9 a x .. W G N H O O O ✓� yet O O 401 0 1Z O F " 242 page 25 Occupational Safety and Health Admin., Labor Subpt. P, App. C • t N d I -. I. Cam S L Ca u I. .7 N Cal u W LJ N N W F N a � N N 1 � N V .+ Z a. Z m X F i V v , O N � 2 f0 F d t0 J H o F N V • h. '0 r 6 0 v O O F N .1' W Pi rN m xx x DC m 4. na 0.1 O O O N C X x x x v v u La - N a .o .o .o .e N x x x x x Ix n V .1 Dt i Y V Z N F N I N N in It N N N Ca41 o,> c zC N 41 4 4. N - O N O N N O N Y+ OJ f9 r N r r r r r N V .0 00 0 0 O O 0 O Z r r r r d Z+ E. F a V 41 In IA V1 'n V1 N u1 IA v1 4124. O > d v Z N C F !1 h .O .O OJ N N •^ b b X x x x X x x ,Nx b N 0 m mx m 4F N w b .O .O m N C CD N N 4. C. r X X DC X DC x o .c .n u . e m '0 m m S O V F Z Cl 41 a .c .v .o .O m m F O v b b X X X X DC X b DD b b N 4. O aOE- X S C.N X % X x X X X X FO b V V .0 .0 07 M . 3 O O dl b b • V O O O O O O O O O F N Z •. F F F r F F F -• F F F -+ O b m O d r7 00 O d .O N O d O d 41 d 4 0 6 4 Z 41 - O - C O C UI F O O O 1� F � -- F N F v . 243 Page 26 Subpt. P, App. C 29 CFR Ch. XVII (7-1-92 Edition) r z .I U N H O H N 0� U W -411311. a_ m O E W d b .G x x x x x 0 n n r v v v f U U F .+F Cs X1 < Wa1 N in in Jl in N N W O Cl O N N N m O 0 O N a C. z C < 4. in IA, in N in in > 1 O m m m m o.. x x x x x x m m m m m N Ca ' CS .G m m m m ON x x x x x x .C m m m m m ��. m m m m x x x x x x x x .C .G m .C m m N O O 0E. p •D b � S '0 b .G .O m m Cl 30 H .O .D .O m m x x x x x x .o .o .o .o m m — W Z F F F 0 N F -. H H r F -. .r � Z M N W z V W b m O 0 m m m .D 0 o U W 0<4. 6 �.6 -. @1u 0u 0u mu 0U m u W p. C. @100. d NO 000.. 00 m0 U 0 N N > > > N Z > > NZ NZ 0 NZ N N x F Of-. C. [a. Z W 1130 W W O O O O UI .a1 O O 1001 W [ . I 9" Page 27 OccupationaLSafety .and Heakh'Admin., Labor Sutipt.tp, App.D ' APPno1B D TO SUBPART P-Atuxn mg HYDRAuLzc SHoRnw FOR Ti cCHrs 2a) Scope'This appendix contains -Infor- mation that -can be used when aluminum Rhydraulic shoring Is provided as- a method bf. •protection.+against cave -Inc in -trenches at,do pot exceed 20 feet (6.im) In depth.- This appendix must be used when -design of the aluminum" hydraulic . protective system cannot be performed In accordance with I 1926.652(cX2). (b) Soil Ctaysyfication. In order .to use data presented in this appendix, the soil type or types in which the excavation is made must first be determined. using the soil classification method set forth in appen- dix A of.subpart P of part 1926. (c) Presentation of Information. 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 In Types A and B. soil. Tables D-1.3 and D1.4 are for hori- zontal waler systems in Types B and C soil. (2) Information concerning the basis of the tabular data and the limitations of the data is presented In paragraph (d) of this appendix. (3) Information explaining the use of the tabular data Is presented In paragraph (e) of this appendix. (4) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations (footnotes) re- garding Table D-1.1 through D-1.4 are pre- sented in paragraph (g) of this appendix. (6) Figures, illustrating typical installa- tions of hydraulic shoring, are included just prior to the Tables. The illustrations page is entitled "Aluminum Hydraulic Shoring; Typical 7nstallatlons.•" (d) Basis and limitations of the data. (1) Vertical shore rails and horizontal wales are those that meet the Section Mod- ulus requirements in the D-1 Tables. Alumi- num material is 6061-T6 or material of equivalent strength and properties. (2) Hydraulic cylinders specifications. (I) 2 -inch cylinders shall be a minimum 2 -Inch Inside diameter with a minimum safe work- ing capacity of no less than 18,000 pounds axial compressive load at maximum exten- sion. Maximum extension is to include full range of cylinder extensions as recommend- ed by product manufaturer. (ii) 3 -Inch cylinders shall be a minimum 3 - inch inside diameter with a safe working ca- parity of not less than 30,000 pounds axial -compressive load at- extensions as recom- mended by product manufacturer.. (3) Limitation of application. (1) It Is not intended that the alnminum hydraulic specification apply to every situa- tlQn that:may be experieAced in the field.. These .data were. develhped-to :appio the situations that are most: rommonfy expert- _.enced In current tregching practice. Shoring •systems for use in situations that are not covered by the _data In this appendix. must be 'otherwise designed as specified in t 1926.652(c). • (11). When any .of the following conditions. are -present, the members specified 'in the . Tables are not considered adequate. In this case, an alternative aluminum :hydraulic shoring system or other type of protective system must be designed in accordance with t 1926.652. (A) When vertical loads imposed on cross braces exceed a 100 Pound -gravity load dis- tributed on a one foot section of the center of the hydraulic cylinder. (B) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (C) When only the lower portion or a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables D-1.1, D-1.2, D-1.3 and D-1.4. The members of the shoring system that are to be selected using this informa- tion are the hydraulic cylinders, and either the vertical shores or the horizontal wales. When a waler system is used the vertical timber sheeting to be used is also selected from these tables. The Tables D-1.1 and D- 1.2 for vertical shores are used In Type A and B soils that do not require sheeting. Type B soils that may require sheeting, and Type C soils that always require sheeting are found in the horizontal wale Tables D- 1.3 and D-1.4. The soil type must first be de- termined in accordance with the soil classifi- cation system described in appendix A to subpart P of part 1926. Using the appropri- ate table, the selection of the size and spac- ing of the members is made. The selection is based on the depth and width of the trench where the members are to be installed. In these tables the vertical spacing is held con- stant at four feet on center. The tables show the maximum horizontal spacing of cylinders allowed for each size of wale in the waler system tables, and in the vertical shore tables, the hydraulic cylinder horizon- tal spacing is the same as the vertical shore spacing. I I H H I I I I I I I I I I I 245 Page 28 ' ' Subpt. P, App. D 29 CFR Ch. XVII (7-1-92 Edition) I I H I1 I I I I I H H I H H I Li (f) Example to Illustrate the Use of the Tables: - (1) Example 1: A trench dug in Type A soil is 6 feet deep and 3 feet wide. From Table D-1.1: Find ver- tical shores and 2 inch diameter cylinders spaced 8 feet on center (o.c.) horizontally and 4 feet on center (o.c.) vertically. (See Figures 1 & 3 for typical installations.) (2) Example 2: A trench is dug in Type B soil that does not require sheeting, 13 feet deep and 5 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinders spaced 6.5 feet o.c. horizontally and 4 feet o.c. vertical- ly. (See Figures 1 & 3 for typical installa- tions.) - (3) A trench is dug in Type B soil that does not require sheeting, but does experi- ence some minor raveling of the trench face. The trench is 16'feet deep and 9 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinder (with special overs- leeves as designated by footnote #2) spaced 5.5 feet o.c. horizontally and 4 feet o.c. verti- cally, plywood (per footnote (g)(7) to the D- 1 Table) should be used behind the shores. (See Figures 2 & 3 for typical installations.) (4) Example 4: A trench is dug in previous- ly disturbed Type B soil, with characteris- tics of a Type C soil, and will require sheet- ing. The trench is 18 feet deep and 12 feet wide. 8 foot horizontal spacing between cyl- inders is desired for working space. From Table D-1.3: Find horizontal wale with a section modulus of 14.0 spaced at 4. feet o.c. vertically and 3 inch diameter cylinder spaced at 9 feet maximum o.c. horizontally. 3 x 12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Exam1,le 5: A trench is dug in Type C soil, 9 feet deep and 4 feet wide. Horizontal cylinder spacing in excess of 6 feet is desired for working space. From Table D-1.4: Find horizontal wale with a section modulus of 7.0 and 2 inch diameter cylinders spaced at 6.5 feet o.c. horizontally. Or, find horizontal wale with a 14.0 section. modulus and 3 inch diameter cylinder spaced at 10 feet o.c. hori- zontally. Both wales are spaced 4 feet o.c. vertically, 3 x 12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (g) Footnotes, and general notes, for Tables D-1.1, D -L2. D-1.3, and D-1.4. (1) For applications other than those listed in the tables, refer to § 1926.652(c)(2) for use of manufacturer's tabulated data. For trench depths in excess of 20 feet, refer to § 1926.652(c)(2) and § 1926.652(c)(3). (2) 2 inch diameter cylinders, at this width, shall have structural steel tube (3.5x3.5x0.1875) oversleeves, or structural oversleeves of manufacturer's specification, extending the full, collapsed length. (3) Hydraulic cylinders capacities. (1) 2 inch cylinders shall be a minimum 2 -inch inside diameter with a safe working capacity of not less than 18,000 pounds axial com- pressive load at maximum extension. Maxi- mum extension is to include full range of cylinder extensions as recommended by product manufacturer. (ii) 3 -inch cylinders shall be a minimum 3 - inch inside diameter with a safe work capac- ity of not less than 30,000 pounds axial com- pressive load at maximum extension. Maxi- mumextension 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 246 Page 29 Occupational Safety and Health Admin., Labor Subpt. P, App. D ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. 1 FIGURE NO. 2 VIA 'CAL N.WMY KR}Y:LL 1LWIFY cur aac, MYGRALAC MMW HYDRAIAG IICnC fwwM M.Vw0001 Je//J/ NJr(/J 0RI20YTAL / HORIZONTAL SPACING SPACING VERTICAL SPACING A' MAS.I' 2' MAX. FIGURE NO. 3 VERTCAL AWMI* NYDIIAL*A: 4'MM (STACKED) VERTICAL SPACING A' MAX. r._2' MAX. VERTICAL RAIL HYDRAULIC CYLINDER VERTICAL RAIL 1S• MAX. HYDRAULIC CYLINDER PLYWOOD pe P + VERTICAL SPACING A' MAX. • -q 2' MAX. FIGURE NO. 4 WHIN HYDRALLIO RICRMO wALIR SYSTEM (VRCAu HORIZONTAL SPACING i 'ERTICAL RAIL 2' MAX. HYDRAULIC {/ CYLINDER VERTICAL SPACING UPRIGHT SHEETING HYDRAULIC CYLINDER 311-112 0-92-9 247 Page 30 Subpt. P, App. D - 29 CFR Ch. XVII (7-1-92 Edition) a z -'UOa oaen E" C� a a y � WW =^ UW cO z< r a > o z = N F m2 zoo N a O 0 ^� Z a O W - w z z o z . y . N o U U _Jo F >- LJ X f a awe- > E w F O z =zz r X N a L 00 0 n a y a _ Op 0 N [LZ w w w00'r' w O v�OUJ a' N O v O O O OG u ci C U C. C_ C e C 0 L in U u 43 O —f-.' ... u .-. 30300 E E u u r r C Q Q CCU 9 C X b X CC C -VU ti a n u a a �aa r U u p u 'I, I_ N u G v v ru u 4 o o UZZ v Page 31 Occupational Safety and Health Admin., Labor Subpt. P, App. D v z 0 T N U = W Qa�F a.�.a a N U z� ;o Q M O o LLi z UryW I- U. > N Q O O 0 Qz 0O 0 z z z a NQ a U U U .. W - awa > C F O z HOC' x U F K O O a O C" wOw va > ! >a� > aN pEo 0 0 >O Ca e V 0 0 C V C Cc Cc C r — —' t v v LI —EE coca xx C a 9 A c C -vu u n a u c u N C -vu tZZ I 249 Page 32 Subpt. P, App. D . .:.29 CFR Ch. XVII (7-1-92 Edition) H z N U N ' Zu OV N M _ oN 1 in z z z z z z z z z z — — _ F ' u m een en z . en en l., !n O o N OO•O O O c O h C O eri U o0 a eV W O vi �G a _ u > Z�. — — .. 3 rs I__ E u ZLL o[ K d N v Q N v N N z z z .z z.• z .z z z z _ O f+1 t+1 N tr m x = ow Z Z Z Z `3 Va f/ 07 x F • O a ja O p s v c c c c c v c c o�z0 = 3 u z z zz z z z z z _ v ' F Z a O OUC N N F. N try t+' ^1 t.1 !^. y O - = u y O O O O C O vl O Q 0< a ^T rl x d v: .G T O u Z • y _- = N C O C O vt O O f u e0 _W = == ` U e e L v 0 0 u y v C • c a E ' LZ L'7 w Fp WOE-- C. 0 0 OO o . C N N C VU p 66o U ' L Z Z 1 1 1 250 page 33 Occupational Safety and Health Admin., Labor Subpt. P, App., D Z O CnNu �7 QC Qn } C Fze� z en CzO N O N N N D«G 'C % X F M en �. n C C � - c z z z z z z z z_ z_ F J M M M M en en en en en U— Q — Z 0 V O In O O In O e/f O O b `G C O h oo e.l Vi �C a w > xy C C Z Z zGi7zW Z Zpt z z z z z U M NO to en NO en z z z z - °O U O in O O e!1 O h C a Q' O ; Q < b C _ R vi ad N1 r O4 O F - — — .. — .-. J Q N en N en en N en en OF US V Z O C O Ii O en C o L b C Q v1 en r, h Z O In O C h O O h O C 'Z e+i n c en a en r e n w o -. - N 5 3 U? F HO v c v a � U F O O O w0va —Q.— C v Ogg— O O CN > O a m — u C Q 0 c � 0. C C 0 0 � u 5 O to C ` •o u u C U U V 9 Cl V — L � C - ^ S —r.o QU ey op C v v C CEE tO x x � CCC is' c E i u u 00 - N C. 0 N C v C Cu,', o o Z Z w 251. . Page 34 Subpt. P, App.. U 29 CFR Ch. XVII (7-1-92 Edition) APPENDS% E TO SUBPART P -ALTERNATIVES TO TIMBER SHORING 18" M VER1 SPAC 4' MA ERTICAL RAIL YORAULIC CYLINDER Figure 1. Aluminum Hydraulic Shoring O O O O Figure 2. Pneumatic/hydraulic Shoring 252 page 35 Occupational Safety and Health Admin., Labor Subpt. P, App. E Figure 3. Trench Jacks (Screw Jacks) Figure 4. Trench Shields 253 page 36 Subpt. P, App. F. 29 CFR Ch. XVII (7-1-92 Edition) APPENDIx F TO SUBPART P -SELECTION OF PROTECTIVE SYSTEMS The following figures are a graphic summary of the requirements contained in subpart P ' for excavations 20 feet or less in depth. Protective systems for use in excavations more than 20 feet in depth must be designed by a registered professional engineer in accordance with 1 1926.652 (b) and (c). Is the excavation more than 5 feet in depth? Is there potential NO YFS Is the excavation for cave-in? entirely in stable rock? 1 ' NO Excavation may be made with YES vertical sides. Excavation must be Mn sloped, shored, or shielded. ' Slo ing. Shorin torshielding selected. selected. Go to Figure 2 Go to Figure 3 FIGURE 1 - PRELIMINARY DECISIONS I. 254 Page 37 Occupational Safety and Health Admin., Labor Subpt. P, App: F Sloping selected as the method of protection Will soil classification be made in accordance with 31926.652 (b)? Excavation must comply with Excavations must comply one of the following three withS1926.652 (b)(1) which options: requires a slope of 1½H:1V (34C;. Option 1: 1926.652 (b)(2) which requires Appendices A and B to be followed Option 2: §1926.652 (b)(3) which requires other tabulated data (see definition) to be followed. FIGURE 2 - SLOPING OPTIONS Option 3: .51926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. - 255 page 38 ISubpt. P, App. F 29 CFR Ch. XVII (7-1-92 Edition) ' Shoring or shielding selected as the method of protection. ' Soil classification is required when shoring or shielding is used. The excavation must comply ' with one of the following. four options: ' Option 1 §1926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). Option 2 §1926.652 (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). 1 'Option 4 31926.652 (c)(4) which requires the excavation to be designed ' by a registered professional engineer (e.g. any designed system). FIGURE 3 - SHORING AND SHIELDING OPTIONS I 256 page 39 DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS SECTION 4-01: PIPE LAYING. The laying of pipe shall be done in accordance with the pipe manufacturer's recommendations, the plans, AWWA C-600-77 for C.I. and D.I. pipe and AWWA C-603 for Asbestos cement pipe and these specifications for PVC Pipe. See Sheet No. 16, Appendix to these Specifications. ' SECTION 4-02: GENERAL. Equipment used to place pipe shall be rubber mounted to avoid severe scoring of paved surfaces. The pipe is to be installed with the bell ends facing the direction of ' laying except when otherwise approved by the Engineer. A night plug shall be installed whenever the Contractor shuts down the job each day. Where fittings and other appurtenances are sometimes called for on the drawings, such locations can be shifted to fit between pipe joints. Such relocations from the plans is limited to ten (10) feet maximum. The laying of pipe will not be permitted in water or on blocks. When ground water is encountered in the t trench, the Contractor shall furnish such de -watering equipment as is necessary to keep ground water from entering the pipe. ' The jointing of the pipe shall be done in strict accordance with the pipe manufacturer's recommendations. The bell and spigot of the joint to be made shall be clean of all foreign matter prior to jointing. The spigot end of the pipe is to be thoroughly cleaned ' and then coated with the recommended lubricant to facilitate jointing. The gaskets are to be inspected prior to jointing. The pipe jointing shall be accomplished with equipment approved by the ' Engineer, which is capable of shoving the pipe home without damage to joints. ' SECTION 4-03: TIE INS. This item shall consist of connection of the new pipe line to the existing mains by means of tapping under pressure, cutting in a tee and valve, or any connection to existing mains when customers must be notified of an interruption of their ' water service. The Contractor shall furnish all labor, material, equipment, and ' hand tools necessary to complete the tie-in. All customers shall be notified by the Contractor 24 hours in advance of any shutdown as to the time service will be interrupted and the estimated time ' service will be restored. All valves within an active system and in operation shall be operated by city employees only and by the Contractor. SECTION 4-04: JOINTING. Jointing shall be done in accordance with the manufacturer's recommendations. If effective sealing is not obtained, the jointing shall be disassembled, thoroughly cleaned, inspected, and reassembled. I DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS ' SECTION 4-05: PIPE INSULATION. The Contractor shall furnish and install insulation on all exposed piping, flanges, and fittings, as shown on the plans. Insulation shall extend to a depth of 18 inches beneath the existing ground surface. All insulation shall be protected with aluminum jacketing not less than 0.019 inch thickness with a proper vapor barrier. All surface of pipe shall be prepared and the insulation and, ' jacketing installed according to the manufacturer's recommendations. SECTION 4-06: REACTION ANCHORAGE AND BLOCKING. All unplugged tees, Y -branches, and bends deflecting 22 1/2 degrees or more installed in trench shall be provided with concrete thrust backing between the fitting and solid, undisturbed ground in each case. At the tops of slopes, vertical angle bends shall be,anchored by means of a steel strap or rod anchors, securely embedded in or attached to a mass of concrete of sufficient weight to resist the hydraulic thrust at the maximum pressures to which the pipe will be subjected. All concrete blocking and anchors shall be installed in such a manner that all joints between pipe and fittings are accessible for repair. Pipe and fittings shall be provided with thrust blocks and anchorage as detailed on the accompanying plans and as may be determined in the field by a competent, licensed Engineer. The bearing area of concrete reaction blocking against the ground or trench bank shall be shown by the plans or shall be computed by a competent, licensed Engineer in each case. In the event that adequate support against undisturbed earth cannot be obtained, metal harness anchorages consisting of steel rods or bolts across the joint and securely anchored to pipe and fitting shall be installed to provide necessary support. Should the lack of a solid vertical excavation face be due to careless or otherwise improper .excavation, the entire cost of furnishing and installing metal harness anchorages in excess of the contract value of the concrete •blocking replaced by such anchorages shall be borne by the Contractor. All steel equipment used for reaction anchorage shall be painted with two coats of Kopper's "Bitumastic No. 50.11 A. Concrete for Encasement and Thrust Blocks. Class B concrete for encasement and thrust blocks shall be proportioned and mixed to have a minimum allowable compressive strength of 3,000 pounds per square inch at 28 days. I El H C I1 I C I DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS Class B concrete is described below as to water -cement ratio, cement per cubic yard, and compressive strength, as follows: Water -Cement Cement -Sack Compressive Ratio* Per C.Y. Strength** Class "B" 8.0 4.8 3,000 *Gallons (U.S.) per sack of cement (95 pounds net) **Pounds per square inch at 28 days. SECTION 4-07: PVC PIPE INSTALLATION. All PVC pipe shall be laid in accordance with the manufacturer's recommendations, the plans, and specifications herein. See Division 4-A and Division 10 of these specifications. Pipe shall be field checked by the Contractor for damage prior to installation. Care shall be exercised to embed pipe without damage and in accordance with the bedding material specifications herein. Each joint shall carefully be checked, cleaned, prepared and then ' shoved home without stress or strain on the joint after placed in the trench. All pipe shall be laid straight with side walls of pipe braced with compacted selected backfill material from the bottom of trench to the top of pipe, and from sidewall of pipe to sidewall of trench. Curves: All PVC pipe shall be placed in the trench so as to minimize movement of the pipe after start-up operations. The following placement methods shall be used with approaching, following through, and leaving curves in the pipe trenches: A. When trench side walls are good, undisturbed soil materials, Contractor shall approach the Point of Curvature to the curve with pipe laid straight and touching the long radius side of trench wall; thence continue around the curve with a smooth symmetrical trench with pipe being laid against the long radius trench wall to the Point of Tangency to the curve. B. When trench side walls are NOT desirable for pipe bedding and bracing, compacted bedding, as specified herein for straight line trenches, shall be used. H I [I 3 I I ' DIVISION 4A - PVC PIPE CONSTRUCTION AND MISCELLANEOUS SUPPLEMENTAL SPECIFICATIONS ' SECTION 4A-01: TIES. Contractor shall make tie into the existing water system in accordance with the Construction Plans and, when provided, detail sheets in the Appendix to the Specifications. SECTION 4A-02: TRACER WIRE. Contractor shall successfully place ' and tie No. 14 solid THHN nylon -coated copper wire around and beside each joint of PVC water pipe. SECTION 4A-03: TRENCHING. The Contractor shall install all pipe t in a straight line trench as staked by the Engineer. Curves are allowed as needed but shall not exceed pipe manufacturer's recommendations. All PVC pipe shall have a minimum of 36" cover. SECTION 4A-04: CURVE PIPE INSTALLATION. The entire curved length, from P.C. to P.T. of curve, of long -sweeping PVC pipe shall rest against compacted backfill or acceptable undisturbed trench walls on the long -radius side of trench. SECTION 4A-05: FENCE MAINTENANCE. The Contractor shall be responsible for damages incurred due to lack of proper maintenance of fences damaged within the course of construction. Fences are to be repaired according to Division No. 1 of specifications herein. H I LI P I H SECTION 4A-06: FINAL TESTS. The Contractor shall schedule seven (7) days in advance with the Engineer's representative a final acceptance test for each valved section of the pipe system. The Contractor shall, at his expense, perform the necessary tests and repair prior to scheduling the final acceptance tests to assure himself of the pipe's pressure stability and acceptance. SECTION 4A-07: SPECIAL BEDDING. Special bedding is required for pipe in wet areas, rock excavated trenches, and gravel road crossings, creek crossings, and other specified areas. Unless a Bid Item for Special Bedding is provided and specified for said areas, such Special Bedding shall be subsidiary to other items of the contract. See Appendix of the Details. SECTION 4A-08: CLEAN UP. The Contractor shall properly clean and grade the path of construction immediately after construction. Trench settlement shall be repaired, and damaged yards and pasture shall be fertilized and seeded until a successful growth of vegetation is obtained. SECTION 4A-09: ADDITIONAL MATERIALS. All materials necessary to successfully complete the project and not called for on the plans and specifications, shall be subject to the approval of the ' Engineer. All such small items shall be subsidiary to other items of the contract. I FI I ' DIVISION 5 - PRESSURE AND LEAKAGE TESTING ' SECTION 5-01: SCOPE. It is the intent of these specifications that all joints be watertight and free from visible leaks, and each leak which may be discovered, at any time prior to the expiration ' of one year after the date of final acceptance by the Owner, shall be repaired by and at the expense of the Contractor. The following tests shall be in accordance with AWWA C-600-77 or the latest ' revision thereof. The Contractor may, at his convenience, with the approval of the Engineer, make tests upon the system in addition to those listed below. ' With the installation of temporary blockage to protect the green concrete or allowing a lapse of at least 8 days after the placing of thrust or backing blocks, all newly laid pipe and its ' appurtenances or any valve sections thereof shall be subjected to pressure and leakage tests. The Contractor shall provide all testing equipment and material including water of a quality ' approved by the Engineer, if not provided by the Owner, and shall conduct the following tests in the presence of the Engineer. Tests in the presence of the Engineer are intended to be demonstrations of satisfactory performance. The Contractor shall satisfy himself that the section to be demonstrated will pass a test before requesting one. If subsequent tests are required because of failure of the demonstration from lack of preparations, the Contractor shall compensate the Engineer for time spent on such subsequent tests. A. Hydrostatic Pressure. The hydrostatic test pressure to be applied shall be accomplished at one and one-half (1-1/2) times working pressure or 200 psi, whichever is greater. This test pressure shall be applied relative to the lowest point in the main being tested. The pressure at the lowest point in the section being tested shall be no less than one and one - quarter (1-1/4) times the working pressure. B. Pressure Test. Each valved section of pipe shall be subjected to a pressure test prior to connection with the rest of the system. The pipe shall be completely filled with water with all entrapped air expelled through hydrants or blowoffs at high places, or if such are not available, through taps made at the high points. Such taps shall be plugged subsequent to the pressure and leakage tests. 1 I I rev. 9/7/94 I I DIVISION 5 - PRESSURE AND LEAKAGE TESTING The pressure in the line section being tested shall be increased by pumping to the calculated test pressure and shall be maintained at that level for at least two hours and for whatever longer period as may be necessary for the Engineer to complete the inspection of the line under test and the Contractor to locate any and all defective joints and pipe line materials. If repairs are needed, such repairs shall be made, the line refilled, and the test pressure applied as before; this operation shall be repeated until the line and all parts thereof withstand the test pressure. C. Leakage Test. Each valved section of pipe shall be subjected to a leakage test prior to backfill, immediately after a successful pressure test. Leakage test is to be in accordance with AWWA M23. The pressure shall be maintained at the test pressure of the line section being tested for four hours and the water leakage shall be measured by refilling the container used for pump section. Line leakage is defined as the total amount of water introduced into the line as measured during the leakage test. In no event shall the line pipe exceeds the allowable formula from AWWA M23: I I I I H I be accepted if the leakage for any leakage as defined by the following NDJF L = 7400 where L = gph leakage, N = number of joints, D = pipe diameter(in), and P = average pressure(psig). All visible leaks shall be repaired regardless of whether the section in question meets leakage limitations or not. Leaks shall be repaired and the tests repeated until the line is approved by the Engineer. SECTION 5-02: DISINFECTION All lines of the water system shall be disinfected after they have been flushed, according to the AWWA C-601-68 or the latest revision except as herein stated. After satisfactory pressure and leakage tests have been completed, a solution of water containing at least 100 parts per million of free available chlorine shall be introduced into the pipe line at the distributions system intake. Various outlet points and valves shall be opened to allow the flow to proceed through the largest pipe successively to the smallest, including service outlets, throughout the system. Discharge from the system shall be accurately measured and tested to ascertain when various sections of the pipe have been filled with the chlorine solution. After the system has been filled, it shall be allowed to stand for 24 hours after which there should be at least 25 parts per million residual chlorine remaining in the water. rev. 9/7/94 I I H I I .1 H I U I I I El I DIVISION 5 - PRESSURE AND LEAKAGE TESTING After disinfection has been completed and approved by the Engineer, the Contractor shall thoroughly flush the main until residual chlorine is less than 2 parts per million. All materials and equipment necessary to properly disinfect the pipe system shall be provided by the Contractor. If a section of line fails to yield a safe sample after taking samples three consecutive weeks, the Contractor will be required to rechlorinate the line. Some data pertinent to pipeline disinfection are contained in the following Table A: TABLE A Calcium Nominal Capacity *Chloride of Lime Hypochloride Pipe Size Gals./100 Ft. 1 Lb./100 Ft. 1 Lb./100 Ft. 3/4 2.3 .0092 .00345 ' 1 4.0 .016 .00600 2 16.3 .065 3 36.7 .147 .0244 .0550 4 65.2 .260 ' 6 147.0 .588 .0978 .2205 8 261.0 1.044 10 406.0 1.624 .3915 .6080 I12 585.0 2.340 .8770 ' * Quality of chlorine compound noted based on 4 lbs./100 gal. Chloride of Lime (25°s avail. C12) and 1.5 lbs./gal. Calcium Hypochloride (70% avail C12). 1 I H [1 H P1 I The Contractor shall furnish all material, labor, and equipment to flush out and disinfect all existing water systems integrated with the water system. SECTION 5-03: BACTERIOLOGICAL SAMPLES. After disinfection, bacteriological samples should be taken by the Owner's representative on two (2) consecutive days and submitted to the Arkansas Department of Health for analysis with safe results before placing new lines into service. 3 I I ' DIVISION 8 - IRON PIPE & FITTINGS SECTION 8-A - SECTION 8A-01: SCOPE. ' joints and ductile iron installed complete with anchors and blockings, ax I I El I I H I I J I I I DUCTILE IRON PIPE & FITTINGS This section covers ductile iron pipe, fittings which shall be furnished and all jointing materials and accessories, id other appurtenances. SECTION 8A-02: DUCTILE IRON PIPE. All ductile iron pipe, fittings, and jointing materials shall be as shown on the plans and as specified herein. A. Pipe. 1. Designed in accordance with ANSI/AWWAC-150 2. Manufacture and testing: ANSI A21.51 and AWWA C-150 3. Grade: Tensile Strength: 60,000 psi Yield Strength: 42,000 psi Elongation in 2": 10% 4. Dimensions: (Min.) Wall Outside Size Thickness Thickness Diameter Inches Class Inches Inches 4 51 0.29 4.80 6 51 0.31 6.90 8 51 0.33 9.05 10 51 0.35 11.10 12 51 0.37 13.20 14 51 0.36 15.30 16 51 0.37 17.40 Pipe must be rated at 350 psi minimum working pressure, plus 100 psi surge pressure, unless otherwise stated in the construction Bid Items. B. Fittings. All fittings shall be restrained mechanical or boltless, gasketed jointed and cement lined, such as American "Mechanical Joint with Retainer Gland" or "Flex -Ring Joint," or equal. 1. Manufacture and Testing: AWWA C-110, ANSI A21.4, A21.10, A21.11 2. Thickness and Iron: Size of Pipe AWWA C-150 •ASTM A-48 (Diameter) Thickness Class Iron Class 4" through 6" D 25 I I DIVISION 8 - IRON PIPE & FITTINGS I 3. All fittings up to 12 inch size shall be class 250 and all fittings larger than 12 inches are to be class 150 unless specified differently on Plans and in Bid Items. 4. Contractor shall install all fittings as designated on the ' plans. Generally, only fittings required for horizontal alignment have been indicated. All other fittings required shall be furnished by the Contractor, who will be compensated in accordance with the adjustment unit price stated in the proposal. C. Pipe Joints. Mechanical or boltless, gasketed type (ANSI A21.11 and AWWA C-111) such as "Fastite," "Bell-Tite," "Tyton," and "Altite." Joints shall be rated equal to pipe rating specified in Bid Items. D. Restrained Joints. All restrained pipe joints and restrained fittings shall be rated at 350 psi working pressure, plus 100 psi surge pressure, unless otherwise specified in the Bid Items. E. Pipe Coating and Lining. 1. Cement Lining: AWWA C-104 and ANSI A21.4 2. Bituminous Coating: AWWA C-104 and ANSI A21.4 SECTION 8-B - CAST IRON PIPE AND FITTING , SECTION 8B-01: SCOPE. This section covers cast iron pipe and fittings which shall be furnished and installed complete with all jointing materials and accessories, anchors and blockings, and other appurtenances. SECTION 8B-02: CAST IRON PIPE. All iron pipe, fittings, and jointing materials shall be as shown on the plans and as specified herein, and shall be rated at a minimum of 200 psi working pressure, plus 100 psi surge pressure. A. Pipe. 1. Design: ANSI/AWWA C-101 2. Manufacture and testing: ASA A21.1, A21.6, A21.8, or A21.9 3. Iron: 21/45 4. Dimensions: (Minimum) 2 1 I El I I I I I I I I DIVISION 8 - IRON PIPE & FITTINGS Wall Outside Size Thickness Thickness Diameter Inches Class Inches Inches 4 22 0 6 22 0 8 22 0 10 22 0 12 22 0 14 22 0 16 22 0 .35 4.80 .38 6.90 .41 9.05 .44 11.10 .48 13.20 .51 15.30 .54 17.40 Pipe must have a minimum working pressure of 200 psi or as otherwise specified on plans and/or Bid Items. B. Fittings. All fittings shall be mechanical jointed and cement lined. 1. Manufacture and Testing: AWWA C-110, ANSI A21.4, A21.10, A21.11 2. Thickness and Iron: Size of Pipe AWWA C-150 ASTM A-48 (Diameter) Thickness Class Iron Class 4" through 6" D 25 3. All fittings up to 12 inch size shall be class 250 and fittings larger than 12 inches are to be class 150, unless specified differently on plans and Bid Items. 4. The Contractor shall install all fittings as designated on the plans. However, only fittings required for horizontal alignment have been indicated. All fittings required shall be furnished by the Contractor, who will be compensated in accordance with the unit price stated in the proposal. C. Pipe Joints. Mechanical or boltless, gasketed type (ANSI A21.11 and AWWA C-111) such as American "Fastite," Clow "Bell-Tite," U.S. "Tyton," Griffin "Bell-Tite," or McWayne "Tyton." D. Restrained Joints. All restrained pipe joints and restrained ' fittings shall be rated at 350 psi working pressure, plus 100 psi surge pressure, such as U.S. Pipe's "Lok-Tyton" joint, or an approved equal. I 7 I DIVISION 8 - IRON PIPE & FITTINGS ' E. Pipe Coating and Lining. 1. Cement Lining: ASA A21.4, except lining thickness may be reduced to 1/2 specified thickness. 2. Bituminous Coating: Manufacturer's Standards. SECTION 8-C: HANDLING. Pipe, fittings, and accessories shall be handled in a manner that will ensure their installation in the work in sound, undamaged condition. Equipment, tools, and methods used in unloading, reloading, hauling, and laying pipe and fittings shall be such that they are not damaged. Hooks inserted in ends of pipe shall have broad, well -padded contact surfaces. Pipe in which the cement lining has been broken or loosened shall be replaced by and at the expense of the Contractor. Where the damaged areas are small and readily accessible, the Contractor may be permitted to repair the lining, subject to approval of the Engineer. All pipe coating which has been damaged shall be repaired by the Contractor before installing the pipe. SECTION 8-D: CUTTING PIPE. Cutting of pipe shall be done in a neat manner without damage to the pipe or to the cement lining therein. Pipe cuts shall be smooth, straight, and at right angles to the pipe axis. All cutting of pipe. shall be done with mechanical pipe cutters of an approved type except that, in locations where the use of mechanical cutters would be difficult or impractical, existing pipe may be cut with diamond point chisels, saws, or other tools which will cut the pipe without damaging impact or shocks. , SECTION 8-E: ALIGNMENT OF BELL AND SPIGOT PIPE. Pipe lines or runs intended to be straight shall be straight. Deflections from a straight line or grade measured between the centerlines extended of any two connecting piping units and expressed in inches per linear foot, shall not exceed that shown in the following table: Pipe Size (=D) 8" to 12" 14" to 16" Type of Joint 6 inch inclusive inclusive Mechanical or Boltless . Gasketed : 6/D : 8/D : 9D Either shorter pipe sections or special bends shall be installed where the alignment or grade requires them. 4 1 [I IDIVISION 8 - IRON PIPE & FITTINGS ' SECTION 8-F: R and spigots, or 1/2 degrees or ' concrete thrust ground in each available. [] I I I I I I I I I I I I I EACTION ANCHORAGE AND BLOCKING. All unplugged bell all bell tees, Y -branches, and bends deflecting 22 - more installed in trench shall be provided with blocking between the fitting and solid, undisturbed case, except where solid ground blocking is not At the tops of slopes, vertical angle bends shall be anchored by means of a steel strap or rod anchors securely embedded in or attached to a mass of concrete of sufficient weight to resist the hydraulic thrust at the maximum pressures to which the pipe will be subjected. All concrete blocking and anchors shall be installed in such a manner that all joints between pipe and fittings are accessible for repair. The bearing area of concrete reaction blocking against the ground or trench bank shall be as shown by the plans or as directed by the Engineer in each case. In the event that adequate support against undisturbed earth cannot be obtained, metal harness anchorages consisting of steel rods or bolts across the joint and securely anchored to pipe and fittings or ductile iron retainer glands, as approved by the Engineer, shall be installed to provide necessary support. All steel equipment used for reaction anchorage shall be painted with two coats of Kopper's "Bitumastic No. 5011 or an approved equal. The first coat shall be dry and hard before the second coat is applied. Trenches over, through, and/or down rock bluffs shall be protected from erosion. Mains shall be anchored into rock bluffs with use of steel rods and straps. A minimum of four (4) anchors per joint of pipe (max. length of 20 feet) shall be used. Steel rods, straps, and anchoring materials shall be protected from corrosion. The anchors shall individually be adequate to withstand 2.5 times the maximum thrust force at any point on the pipe system. 5 I L I DIVISION 9 - VALVES SECTION 9-01: SCOPE. This section covers valves and appurtenances as shown on the drawings and as specified herein. All valves are to be opened left unless otherwise shown on the Construction Plans. ' SECTION 9-02: MATERIAL. IA. Gate Valves -- See Sheet No. 7, Appendix to the Specifications. 1. General. All gate valves shall conform to the latest edition of AWWA C-500 Standard for gate valves for ordinary water works service. 2. Three-inch (3) and Smaller Valves: All line gate valves used with PVC pipe shall be parallel double -disc gate valves with non -rising stems and 4 -point wedging action, open counterclockwise with "O" ring seals. Valves shall be Mueller No. A-2380-37 slip joint type, or equal. 3. Four -inch (4) and Larger Valves: All line gate valves for buried service shall be Mueller No. A-2370-20 with mechanical joint ends; each gate valve used with PVC pipe shall be provided and installed with a transitional ' gasket for PVC service. All other services shall have flanged ends ASA Class 125. 4. Buried Service Valves: All buried service valves shall be furnished with Standard AWWA 2" square operating nut. Valve operating wrench shall be Mueller No. A-246-10 by 36" in length, or equal. B. Butterfly Valves. 1. All type butterfly valves shall be of the tight closing, rubber seat type with rubber seats which are recess - mounted and securely fastened to the valve body. All valves shall conform to the latest revision of AWWA Standard C-504, class 125-16. Valve bodies may be "monoflange" with a mechanical joint -to -flange adapter or may have integrally cast mechanical joint ends. Valve 'discs shall rotate 90 degrees from the full -open position to the tight shut position. ' 2. Valve Discs: All valve discs shall be constructed of Ni-Resist, Type 1. All disc seating edges shall be smooth and polished. I DIVISION 9 - VALVES 3. Valve shafts: VALVE shafts shall be constructed of 18-8 Type 304 stainless steel and shall be a one-piece unit extending full-size through the valve disc and valve bearings. 4. Valve Seats: Valve seats shall be of a natural rubber or synthetic compound. Bonded -in seats must be simultaneously molded in, vulcanized, and bonded to the body, and the seat bond must withstand 75 pounds pull under test procedure ASTM D-429-58, Method B, or latest revision thereof. 5. Valve Bearings: Valves shall be fitted with sleeve type bearings. Bearings shall be corrosion -resistant and self-lubricating. Bearing load shall not exceed 2,500 psi. 6. Valve Operators: Valve operators shall be of the traveling nut -type designed to withstand 300 ft/lb of input torque at full -open or closed positions without damage to the valve or operator. All operators shall be fully gasketed and grease -packed and designed to withstand submersion in water to 10 psi. Valves shall open with a counterclockwise rotation of the AWWA nut and shall require a minimum of 32 turns to move from fully open to fully closed. 7. Painting and Testing: All surfaces of the valve shall be clean, dry, and free from grease before painting. The valve interior surfaces, except seating surfaces, shall be evenly coated with black asphalt varnish in accordance with Federal Specification TT -V -51a and AWWA C-504-74. C. Air Release Valves. All Air Release Valves shall be located at the high points in the line as shown on the plans and as directed by the Engineer. The valves shall be a regular combination air release and vacuum breaker valve. See Sheet No. 6, Appendix to the Specification. D. Valve Boxes. Valve boxes shall be Buffalo style adjustable 24 by 36 inch for 5-1/4 shafts, Mueller No. 562-S, or equal. SECTION 9-03: INSTALLATION. The contractor shall furnish all labor, material, equipment, and hand tools to install the valves as per the detailed plans and manufacturer's recommendation. All valves shall be installed with operating nut up in a truly vertical position. Valves shall, in general, be placed where indicated on the detailed plans. All valve settings shall include all compaction necessary to provide a stable base for the valve box. I I I ' DIVISION 9 - VALVES ' SECTION 9-04: VALVE KEYS. The Contractor shall provide two (2) valve keys per each size valve, suitable for use with the valve installed, as manufactured by the valve manufacturer. ' SECTION 9-05: VALVE OPERATING WRENCH. The Contractor shall provide the Owner with three (3) valve wrenches, Mueller No. A- 246-10 x 36" in length, as a Subsidiary Item to other Bid Items of the project. SECTION 9-06: CHECK VALVES. The Contractor shall furnish and ' install check valves with reinforced concrete vault with metal lid and appurtenances as shown on the plans and as specified herein. Concrete vault with lid shall be constructed as per Details shown on Construction Plans. A. MATERIALS. All check valves shall conform to the standards ' herein and as shown on plans unless otherwise approved by Engineer. All materials of construction shall conform to ASTM standards for cast iron, ductile iron, bronze, and stainless steel. 1. Valve Body shall be cast iron for working pressures of 175 psi and less and shall be ductile iron for working ' pressures greater than 175 psi and less than 350 psi. 2. Bronze trim shall be standard for all check valves unless ' otherwise specified. 3. Resilient Seating (Buna-N) compression molded onto the seat allowing metal -to -metal contact with drip -tight resilient shutoff and shall be easy to replace. B. STYLE. Air cushion swing check valves shall be used for all ' static main pressures of 60 psi and less. For all static pressures over 60 psi, oil cushion swing check valves shall be used. I J H I 9 Li I H H H I 11 I I S H H H I J J I [I DIVISION 10 - PLASTIC PIPE AND FITTINGS SECTION 10-01: SCOPE. Covers all PVC pipe and fittings to be furnished and installed as required in these specifications and as shown on the plans. The specifications shall apply to all plastic pipe sizes 2" to 12" in diameter. SDR rated pipe shall comply with Commercial Standards CS256, and DR rated pipe shall comply with AWWA C-900. SECTION 10-02: INSTALLATION OF PIPE. No defection shall be allowed at the joints of any size plastic pipe. As determined by the Engineer, deflection shall be provided by the use of vertical curves or proper angle fittings to accomplish grade or alignment changes. Snaking or humping the pipe shall be required in accordance with the manufacturer's recommendations and to the satisfaction of the Engineer. The Contractor shall make arrangements with the PIPE MANUFACTURER to have a FACTORY REPRESENTATIVE skilled in the installation of plastic pipe of the above type present for a minimum of one day at the start of the laying of the pipe. A pipe supply house representative shall not be considered as being a representative of the factory. SECTION 10-03: JOINTING. I A. Boltless Gasketed Joints. Assembly and installation shall be with clean and uninjured joints in accordance with manufacturer's recommendations. All joints shall be lubricated per manufacturer's recommendations before assembly. B. Plastic -Metal Connections. All threaded joints where plastic and metal fittings are connected, shall be so fitted that the plastic fitting will have the male thread on it, unless otherwise shown. Other types of plastic -metal connections shall be as recommended by the plastic pipe manufacturer or Contractor and approved by the Engineer. C. Flanged Joints. All flanged joints shall be so made that after uniform compression of the sealing gasket by proper bolt tightening, the flange faces shall be parallel, the jointed fittings or pipe centerlines shall be coincident, and no abnormal stress shall be transferred to adjacent piping or fittings. Flanges on plastic pipe shall be tightened sufficiently to slightly compress the gasket to make a good seal, but not so tight as to distort the flanges. I I DIVISION 10 - PLASTIC PIPE AND FITTINGS ' SECTION 10-04: PVC PIPE AND FITTINGS. A. Manufacture and Testing. All SDR rated pipe, sizes 2" - 12", shall be manufactured in accordance with the Commercial Standard CS256-63 or latest revision for Polyvinyl Chloride (PVC) as conducted in accordance with the applicable ASTM procedure. All DR rated pipe, sizes 4" - 12", shall be manufactured in accordance with AWWA C-900. The extrusion quality test shall be conducted within 2 hours of extrusion of the specimen. Before shipment, a certified report on the production tests of each lot of pipe and fittings shall be furnished to the Engineer and shall include: 1. Date of tests. 2. Contractor's purchase order number. 3. Lot number. 4. Measurements of dimensions and tolerances. 5. Burst pressure values. 6. Sustained pressure test results. 7. Extrusion quality results. All pipe shall be marked at intervals, as set forth in CS256 and AWWA C-900, to declare compliance with standards of the National Sanitation Foundation (NSF). ' A sample of each type fitting to be used in this system shall be submitted for the Engineer's approval, and his approval obtained before purchases of fittings. B. Material. All pipe and fittings shall be manufactured from NSF approved material that conforms to ASTM D-1784 Type 1, Grade 1 (PVC 1120) resins, and the pipe shall be stamped with the NSF seal of approval and permanently marked. All materials shall conform to Commercial Standard CS256 and AWWA C-900, respectively. C. Pressure Class and Dimension. The pipe shall be fabricated in conformance with a working pressure class for Dimension ration of Class 200 with SDR 21 and Class 250 with SDR 17, as defined in CS256; Class 200 with DR 14, and Class 150 with DR 18. All pipe shall pass rigid quality control tests from a dimensional standpoint in accordance with the dimensions and tolerances as set forth in ASTM D-2241. D. Joints. Joints shall be boltless gasketed unless otherwise shown. The male end of each section of externally coupled plastic pipe shall be marked with a line around the circumference, which can be used to check the depth of socketing after the pipe is coupled. 2 I ' DIVISION 10 - PLASTIC PIPE AND FITTINGS 1. Boltless Gasketed Joints. All boltless gasketed joints 8" and under shall be Certainteed's Twin Gasketed "Fluid- Tite," or Robintech's Single Gasketed "King's Joint," or equal. a. All boltless gasketed joints over 8" shall be of the "Single Gasket Coupling" as manufactured by Certainteed, or equal. b. Rubber rings shall be as provided by manufacturer. c. Pipe with extruded bells shall be furnished in not more than 20 foot lengths. Pipe with double gasket type of coupling may be furnished in 40 foot joints. Only molded and machined double gasket coupling shall be allowed with pipe in 20 foot or longer joints. d. Provision shall be made for expansion and contraction at each gasketed type joint. e. The pipe manufacturer shall be a member of the Plastic Pipe Institute or American Water Works Association and shall have manufactured the pipe and joint proposed for use for not less than five (5) years. f. All fittings and specials 4" and larger in size shall conform to AWWA short or long bodied cast iron fittings using a mechanical joint system with hardened or duck tipped type rubber gaskets in accordance with AWWA specifications C-110 and C-111. The fittings shall be cement lined in accordance with AWWA speci-fications C-104. The pipe and fittings shall be installed in accordance with the recommendations of the pipe manufacturer. 2. Flange Joints. Flange joints shall be 150 pound class unless otherwise shown. a. Flanges: ASA Class 150 b. Flange Bolts and Nuts: ASTM A307, Grade B, galvanized and of such length that, after installation, bolts will project 1/8 to 3/8 inch beyond outer face of nut. c. Flange Gaskets: Full face 1/8 inch thick neoprene of plasticized PVC. 3 I DIVISION 10 - PLASTIC PIPE AND FITTINGS I 3. Threaded Joints. All threaded joints shall be standard iron pipe threads unless otherwise shown. Only Schedule 80 pipe shall be threaded. SECTION 10-05: STANDARDS. All pipe furnished under these ' specifications must be manufactured to conform to the latest revision of the following standards: AWWA C-900 - Standard for Polyvinyl Chloride (PVC) pressure pipe, 4" through 12", for water. ASTM D1598 - Test for Time -to -Failure of plastic pipe under long-term hydrostatic pressure. ASTM D1599 - Test for Short -Time rupture strength of ' plastic pipe, tubing, and fittings. ASTM D1784 - Specification for Poly (Vinyl Chloride) (PVC) compounds and Chlorinated Poly (Vinyl Chloride) (PVC) compounds, rigid. ASTM D2122 - Determining dimensions of thermoplastic pipe and fittings. ASTM D2241 - Specification for Poly (Vinyl Chloride) (PVC) , plastic pipe (SDR - PR). ASTM D2672 - Specification for Bell -End Poly (Vinyl Chloride) (PVC) pipe. ASTM D3036 - Specification for Poly (Vinyl Chloride) (PVC) plastic line couplings, socket type. ASTM D31139 - Specification for joints for plastic pressure pipes using flexible elastomeric seams. CS256 - Polyvinyl Chloride (PVC) plastic pipe (SDR-PR). NSF -14 - Thermoplastic materials, pipe, fittings, and jointing materials. PS 22-70 - Product Standard. 1 I 4 1 [1 I' DIVISION 10 - PLASTIC PIPE AND FITTINGS SECTION 10-06: WARRANTIES. The materials' manufacturer shall provide the Contractor and the System's Owner a written guarantee of quality and standards of material provided. All materials shall ' be warranted for a period of not less than one (1) year against defective materials. The Contractor shall be responsible for one (1) year from date of acceptance for any imperfections in the ' materials, construction, and operation of the water system. SECTION 10-07: HANDLING. All pipe, fittings, and accessories shall be handled and stored in a manner that will ensure their ' installation in a sound, undamaged condition. All coatings and linings which have been damaged shall be repaired at the expense of the Contractor before installation in the system. ' SECTION 10-08: CUTTING PIPE. Cutting of all pipes shall be accomplished by approved methods that will provide a neat, smooth, straight cut at right angles to the axis of the pipe, without damage to the pipe or any coating or lining materials thereon. SECTION 10-09: CLEANING. The interior of all pipe and fittings shall be thoroughly cleaned of all foreign matter before install- ation and kept clean until the work has been accepted. All joint contact surfaces shall be kept clean until jointing is completed. ' SECTION 10-10: INSPECTION. Each pipe and fitting shall be inspected for defects, just prior to connection. All defective, ' damaged, or unsound pipe or fitting shall be rejected and removed from the site of the work. I I H I I I 5 I El I I I I 1] 1] Lii I I I I DIVISION 11 - VITRIFIED CLAY PIPE (SEWERS) SECTION 11-01: SCOPE. This section covers vitrified clay pipe and fittings, which shall be furnished and installed complete with all jointing materials, man holes, and other appurtenances. SECTION 11-02: MATERIALS. Vitrified clay pipe and fittings, jointing materials, and appurtenant materials shall be as shown on the plans specified herein. A. Pipe and Fittings. Standard Strength: ASTM C13, or ASTM C261 Extra Strength: ASTM C200, or ASTM C278 B. Jointing Materials: Factory -molded plastic joints, ASTM C425, Dickey Clay's "PEP," or equal. SECTION 11-03: HANDLING. Pipe, fittings, and accessories shall be handled in a manner that will ensure their installation in the work in sound, undamaged condition. Hooks inserted in ends of pipe shall have broad, well padded contact surfaces. Pipe and fittings shall not be bumped or dropped. Pipe having premolded joint rings shall be handled in such a manner that no weight, including the weight of the pipe itself, will bear on or be supported by the spigot rings at any time. Care shall be taken to avoid dragging the spigot ring on the ground or allowing it to come in contact with gravel, crushed stone, rocks, or other hard objects. Joint rings which have been damaged in any way will not be accepted and shall not be incorporated in the work. SECTION 11-04: ALIGNMENT AND GRADE. Unless otherwise shown on the plans, all vitrified clay pipe shall be laid straight between changes in alignment and at a uniform grade between changes in grade. All lines shall be laid so that each section between man holes will lamp with a smooth curved invert. Sections of sewer pipe between man holes that do not meet alignment specification herein and approval by the Project Engineer shall be removed and reconstructed to proper grade. Only the City Engineer has authority to accept improperly aligned pipe. City Engineer shall provide the Project Engineer with written conformation of improperly aligned pipe. ' When "batter board" alignment grades, the Contractor shall intervals of not more than 25 ' boards shall be maintained in trench grading is in progress. I is used to determine and check pipe erect substantial batter boards at feet and not less than three batter proper position at all times when I I DIVISION 11 - VITRIFIED CLAY PIPE (SEWERS) ' The Engineer shall set off -set hubs only at each manhole for horizontal and vertical control. The alignment, both horizontal and vertical, shall be the Contractor's responsibility and expense, when "laser beam" and/or batter boards are used. The Contractor's Unit Bid Price shall include all laying costs. The Contractor is encouraged to use "laser beam" alignment equipment. SECTION 11-05: FACTORY -MOLDED PLASTIC JOINTS. All instructions ' and recommendations of the pipe manufacturer shall be observed and followed. All joint surfaces shall be lubricated with the lubricant furnished by the pipe manufacturer immediately before the joint is completed. I I L I I I I Li I I C I I I I I I The Contractor shall, prior to delivery of pipe, provide the Owner's Engineer a copy of the manufacturer's test report or statement by the seller, accompanied by a copy of the test results, that the material has been sampled, tested, and inspected. Each ' certification shall be signed by an authorized agent of the seller or manufacturer. SECTION 11-01A- PVC' PIPE AND FTTTTNGS All PVC sewer pipe and fittings shall conform to the requirements of the latest revision of ASTM specification D3034 (PSM) and shall be made of plastic having a cell classification of 12454-B as defined in ASTM D1784. SECTION 11-02A- TOTNTS AND LENGTHS All pipe shall be boltless gasketed at each joint by use of a gasket type joint and integral bell. All pipe and fittings shall be tested in accordance with ASTM Designations D2152 and O2444. [I I I C1 I I SECTION 11-03A: INSTAL ATION All plastic sewer pipe shall be installed in accordance with ASTM D2321-72 or the latest revision. Bedding and haunching materials used shall be as described in the "TRENCH DETAIL" of these APPENDIX Specifications. All PVC Pipe shall have material in the zone meeting ASTM D448 -#67's or ASTM D2774 1" Maximum. For installation near or below the ground water table, Class I materials shall be used for the bedding, haunching, and initial backfill. This embedment shall extend from six (6) inches below the pipe to six (6) inches above the pipe. A. INFILTRATION AND EXFTiTRATTON TESTS. After the pipe has been laid and backfilled, all pipe sections shall be tested for tightness by air testing, infiltration, or exfiltration tests. The maximum allowable amount of leakage shall be 100 gallons per day per inch -mile. The minimum time requirements for air testing for a 0.5 psig pressure drop from 3.5 psig to 3.0 psig shall not be less than that shown in the following tables, between manholes: 1 Rev. 2/8/99 I 7' 4 2.5 minutes 6 4.0 minutes 8 5.0 minutes 10 6.5 minutes 12 7.5 minutes 15 9.5 minutes B. DFFTFCTTON TESTS. The Contractor shall schedule and perform a successful deflection test in the presence of the Engineer after the pipe has been laid and backfilled. A mandrel shall be pulled through each entire pipe section with a maximum deflection not to exceed 5% of the pipe's internal diameter. SECTION 11-0SA• WARRANTY For a period of not less than one year from the date of acceptance by the Owner, the Contractor shall be responsible for all repairs, replacements and other costs, including replacement of all material, and all labor and equipment, for successful operation of PVC Sewer System. SECTION 11-06A• FACTORY -MOLDED PLASTIC JOINTS. All instructions and recommendations of the pipe manufacturer shall be observed and followed. All joint surfaces shall be lubricated with the lubricant furnished by the pipe manufacturer immediately before the joint is completed. LI I I 2 Rev. 2/8/99 , I ' DIVISION 12 - STANDARD MANHOLES ' SECTION 12-01: STANDARD MANHOLES. All manholes shall be constructed complete with manhole frames and covers. Manholes shall be constructed of precast concrete sections and/or cast -in -place concrete manholes. A. Materials. 1. Concrete minimum compressive strength: 3,000 psi. ' 2. Minimum precast section wall thickness: 4-1/2 inches. ' 3. Reinforcement: As required to withstand handling, erection, and temperature stresses. 4. Steps: Neenah R-1980-1 or approved equal. 5. Joints of precast sections: sealed with mastic gasket. 6. Manhole's lid and ring: Bass and Hayes 250 pounds in unpaved areas and 300 pounds in paved areas. B. Construction. All manholes are to be cast -in -place except in areas where access by concrete trucks is impossible. In that case, other types of manhole construction is permissible upon written consent of the Owner's Engineer. ' Manhole inverts shall be carefully constructed to maintain the proper velocities through the manhole, and in no case shall the invert sections through the manhole be greater than that of the outgoing pipe. The shape of the invert shall conform exactly to the ' lower half of the pipe it connects. Side slopes shall be plastered, troweled, and brushed to a smooth, clean surface. ' The main sewer shall be carried through manholes by split pipe wherever practicable. Concrete filling between the sewer invert and wall of manholes shall be flush with the top edges of the invert and shall slope up from the invert at a rate of three inches per foot. IWhere it is not practicable to use split pipe through manholes, due to breaks in grade or elevations of incoming sewers, the sewer invert shall be made of concrete deposited between forms, or of brick on edge laid up in cement mortar. Drop manholes and other special structures shall be built in ' accordance with the drawings. All fittings, connections, drops, concrete drop encasements and all other sewer pipe appurtenances built into walls shall be provided. ' Utilization of the existing manholes shall conform to the above requirements for shaping the invert. I I H DIVISION 13 - ACCEPTANCE TESTS SECTION 13-01: INFILTRATION-EXFILTRATION TESTS. After the lines have been installed, manholes constructed, and some time allowed t for ditch settlement, but before final repair of paved streets or final cleanup has been made, the Contractor shall conduct infiltration-exfiltration tests by use of one of the following procedures: 1 A. Water Tests. Under this method, the Contractor shall test the lines by blocking off the various sections of pipe, filling' ' the lines with water and measuring the leakage. The tests shall be conducted and the allowable leakage shall conform to the rates as set out in ASTM C-425 with the following changes. The exfiltration shall not exceed 100 gallons per day, per inch of pipe diameter, per mile of pipe. All pipe joints shall be subject to a minimum of ten feet head during the test procedure. ' B. Air Tests. Under this method, the Contractor shall conduct low pressure air tests of the various sections of pipe by use ' of equipment manufactured for this purpose. The equipment shall include a regulator to avoid "over -pressurization" and damaging an otherwise acceptable line. The equipment used shall be identical or equal to the "Air-Loc" system as 'manufactured by Cherne Industrial, Inc., Hopkins, Minnesota. The low pressure air test shall be conducted by plugging each ' opening in the reach of the pipe to be tested. All plugs shall be braced against slippage due to internal pressure. One of the plugs provided must have an inlet tap or other provision for connecting an air hose. After the air control equipment is connected to the air hose, the air pressure shall be monitored so that the internal pressure does not exceed 5.0 psig. After reaching 4.0 psig the air supply shall be ' throttled to maintain between 4.0 and 3.5 psig for at least two minutes in order to allow equilibrium between air temperature and the pipe walls. During this time, all plugs ' shall be checked to detect any leakage. If plugs are found to leak, the air shall be bled off, the plugs tightened, and air supplied again. After the temperature has stabilized, the ' pressure should be allowed to decrease to 3.5 psig. At 3.5 psig, timing shall begin to determine the time required for the pressure drop to 3.0 psig. If the time, in minutes, 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 determined free of defects. I Irev. 9/7/94 I DIVISION 13 - ACCEPTANCE TESTS I PIPE SIZE MINIMUM TIME (inch) (minutes) 4 2.5 6 4.0 8 5.0 10 6.5 12 7.5 15 9.5 If by use of the procedure a faulty section of line is found, that section of line shall be tested at 20 foot intervals to determine the exact location of the leakage. If a section of piping is found to be leaking, the exact source of the leak shall be determined, a repair made, and the entire section retested. SECTION 13-02: LAMPING. Each section of the sewer line between ' manholes is required to be straight and uniformly graded. Each section will.be lamped by the Engineer. Any segment of the line not to true grade will be removed and replaced by the Contractor at the Contractor's expense. All defects in the sewers shall be repaired to the satisfaction of the Engineer and the City of location of the project. SECTION 13-03: SMOKING. The Engineer has the option to smoketest any sewer line (new or existing) within the project. The Contractor shall furnish all labor and material for the purpose of this test. The Contractor shall repair all leaks revealed by the test at his own expense (new lines). SECTION 13-10: PROOF OF ACCEPTANCE. The Contractor shall furnish the Engineer with proof of acceptance by all Governing bodies. ' H 11 I rev. 9/7/94 2 ' I H DIVISION 14 - ARMCO TRUSS PIPE SECTION 14-01: SCOPE. This specification covers the recommended practice for laying, backfilling, patching, and testing Armco truss pipe and fittings. 1 SECTION 14-02: MATERIAL SPECIFICATIONS. All material shall conform to ASTM standard specifications for truss pipe. ' SECTION 14-03: RECOMMENDED PRACTICE FOR BEDDING AND BACKFILLING. A. Trench Construction. Trench width control is not critical for ' pipe performance as long as sidewalls are properly built and trench walls are of suitable soil. Side -fill construc-tion should be extended 2-1/2 pipe diameters each side of the center line, or to the trench wall, whichever is less. B. Bedding. A minimum 3 inch cushion helps grade the sewer and ' provides an improved bed support under the pipe. Be sure this bed uniformly supports the pipe along the line. ' C. Backfilling. Cover the pipe 12 inches above its top with specified material and soil construction. SECTION 14-04: JOINTING. All joints shall be solvent weld type. ' Allow primer sufficient time to soften the interference fit in the bell and spigot. Scrub the primer in on the bell. Apply cement normally and join the sections. Avoid disturbing the joint ' afterward. SECTION 14-05: LASER BEAM ALIGNMENT. It is mandatory that ' adequate blower capacity be provided. Fumes from curing joints tend to deflect the beam, thereby causing variance to the intended line and grade. ' SECTION 14-06: MANHOLE CONNECTION. A. Manhole Water Stop. Manhole water stops shall be obtained from Armco Steel Corporation or be an approved equal. ' B. Placing. Place stop near center of manhole wall. ' C. Tighten steel band to. assume positive seal against pipe outside. SECTION 14-07: PATCHING. All patching shall be made in accordance ' with manufacturer's recommendation. Under no circumstance is a patch to be placed on pipe in which both the inner and outer walls have been punctured. ' SECTION 14-08: CONCRETE ENCASEMENT. Under no circumstances should truss pipe be encased in concrete. ' 1 H I LI I J H I I H I I I J LI DIVISION 15 - LOW PRESSURE AIR TEST OF SANITARY SEWER PIPE LINES SECTION 15-01: SCOPE. This specification covers the recommended practice for testing gravity flow sanitary sewer lines, when using the low-pressure air test method to demonstrate the integrity of the installed material and construction procedures. This specification is for use in testing 4 through 24 inch sanitary sewer lines. SECTION 15-02: SUMMARY OF METHOD. The section of sewer line to be tested is plugged. Low-pressure air is introduced into the plugged line. The amount and rate of air loss is used as an acceptance test for the section being tested. SECTION 15-03: SAFETY. A. The air test may be dangerous if, because of ignorance or carelessness, a line is improperly prepared. B. All pneumatic plugs should be seal -tested before being used in the actual test installation. One length of the pipe shall be laid on the ground and sealed at both ends with the test plugs to be checked. The sealed pipe shall be pressurized to 5 psig (34 kPa). The plugs shall hold against this pressure without bracing and without movement of the plugs out of the pipe. C. As a safety precaution, pressurizing equipment shall have a regulator or relief valve set at a maximum of 10 psi (69 kPa). SECTION 15-04: PREPARATION OF THE SEWER LINE. A. Flush and clean the sewer line prior to testing. B. Plug all pipe outlets to resist the test pressure. Give special attention to stoppers and laterals. SECTION 15-05: PROCEDURES. IA. Determine the test duration for the section under test in accordance with Table No. 1. I I B.. Add air until the internal air pressure of the sewer line is raised to approximately 4.0 psi (28 kPa) gauge. After an internal pressure of approximately 4.0 psi is obtained, allow at least two minutes for the air pressure to stabilize. (The pressure will normally show some drop until the temperature of the air in the test section stabilizes.) 1 [1 DIVISION 15 - LOW PRESSURE AIR TEST OF SANITARY SEWER PIPE LINES C. When the pressure has stabilized and is at or about the starting test pressure of 3.5 psi (24 kPa) gauge, commence the test. Before the starting of the test, the pressure may be allowed to drop to 3.5 psi. Record the drop in pressure for the test period. If the pressure has dropped more than 1.0 psi (7 kPa) gauge during the test period, the line is presumed to have failed. The test may be discontinued when the prescribed test time has been completed even though the 1.0 psi drop has not occurred. D. If the pipe to be tested is submerged in ground water, determine the back pressure due to ground water submergence and increase all gauge pressures in the test by this amount. This test procedure may be used as presumptive test which enables the installer to determine the acceptability of the line prior to backfill and subsequent construction activities. The minimum time requirements for air testing for a 0.5 psig pressure drop from 3.5 psig to 3.0 psig shall not be less than ' that shown in the following table, between manholes: TABLE No. 1 MINIMUM TIME ' PIPE SIZE (minutes) 4 INCH 2.5 6 INCH 4.0 8 INCH 5.0 10 INCH 6.5 12 INCH 7.5 15 INCH 9.5 SECTION 15-06: ACCEPTANCE. A.If the test section fails to meet the requirements in Section 15-05.C, the Contractor shall, at his expense, determine the source of leakage. He shall then repair or replace all defective materials and/or workmanship. B. It is suggested that the first section between manholes be tested. This will permit the Engineer to observe the tightness of joints and quality of workmanship. The Engineer will determine the frequency of additional testing required. I Rev. 10/3/94 2 ' Li I I I I I I I I r I I H I I I DIVISION 20 - STREET SPECIFICATIONS FOR CITY OF FAYETTBVILLE SECTION 20-01: RIGHT-OF-WAY REQUIREMENTS. A. Residential Street: Fifty (50) feet. B. Collector Street: Sixty (60) feet. C. Minor Arterial: Eighty (80) feet. D. Principal Arterial: Eighty (80) feet. SECTION 20-02: STREET WIDTH. A. Residential Street: Thirty-one (31) feet back to back of curb. B. Collector Street: Forty-five (45) feet back to back of curb. C. Minor Arterial: Forty-five (45 feet back to back of curb unless Federal and/or State Highway Department funds are used; then the requirement becomes forty-nine (49) feet back to back of curb (four twelve -foot lanes). D. Principal Arterial: Same as Minor Arterial. SECTION 20-03: SUB -BASE PREPARATION. The new street shall be cut to and/or filled to the subgrade contained in the engineering plans and profiles. The sub -base must be rolled and compacted to 95 percent standard proctor density and 10 plasticity index. The moisture content shall be the optimum based on soil type and laboratory test results. SECTION 20-04: BASE MATERIAL. The base material shall be a minimum of six (6) inches of SB-2, unless otherwise stated in Bid Items. SECTION 20-05: BASE MATERIAL PREPARATION. A. The SB-2 shall be moistened to optimum water content (verified by laboratory test results) and rolled and compacted to ninety-five percent (95s) modified proctor density and 10 plasticity index. B. After the SB-2 has cured to optimum strength (minimum of seventy-two (72) hours) , apply a coat of prime oil (MC30 or equivalent) at the rate of .25 gallons per square yard. Allow prime oil to thoroughly penetrate (minimum penetration time of twenty-four [24) hours) before paving. 1 Ii DIVISION 20 - STREET SPECIFICATIONS FOR CITY OF FAYETPEVILLE I SECTION 20-06: SURFACE COURSE. A. For grades of ten percent (10% or less, the street surface shall be two inches (2") of asphalt cement concrete hot mix after compaction. B. For grades in excess of ten percent (10%), the surface course shall be six inches (6") of Portland cement concrete (five and one-half (5-1/2) bag mix) with a twenty-eight (28) day cured' strength of 4200 psi. See Division 22 for Concrete Street ' Specifications. C. Grades in excess of fifteen percent (15%) shall not be permitted exceeding three hundred (300) linear feet. ' SECTION 20-07: COMPACTION. All sub -base, base, and asphalt surface shall be rolled and compacted with a roller weighing at least eight (8) tons. SECTION 20-08: CURBS AND GUTTERS. Required on both sides of all ' new streets. See standard detail sheet for shapes, etc. SECTION 20-09: SIDEWALKS. A. Residential Streets: Four (4) feet wide sidewalks required on ' one side of street. B. Collector Streets and Commercial Zones: Five (5) feet wide , sidewalks required on both sides of the street unless otherwise shown on Engineering plans and profiles. C. Arterial Streets: Same as Collector. SECTION 20-10: DEDICATED STREETS. All dedicated streets will be constructed according to the Engineering plans and profiles approved by the Street Superintendent. The construction process shall be supervised by a registered Professional Engineer commissioned by the developer. SECTION 20-11: CONCRETE STRUCTURES. See Division 21 of these specifications. ' SECTION 20-12: GENERAL COMMENTS. Regarding construction - see Division 21 of these specifications. I 2 1 I I DIVISION 20 - STREET SPECIFICATIONS FOR CITY OF FAYETTEVILLE ' SECTION 20-13: STREET EXTENSION. The extension of any existing street regardless of condition or construction methods and techniques previously employed, shall be constructed in full compliance with these new specifications. SECTION 20-14: SUB -BASE PREPARATION. The following test ' procedures shall apply to both Section 20-03, "Sub -Base" and Section 20-05, "Base" of these specifications. Density tests on the sub -base shall be performed by the following methods: ' A. A minimum of three (3) standard densities shall be performed on any continuous prepared stretch of sub -base equaling less than 900 linear feet. ' B. A minimum of one (1) standard density shall be performed every 300 linear feet on any prepared stretch of continuous sub -base ' greater than 900 linear feet. C. A minimum of three (3) standard densities shall be performed by ' personnel of a soils testing laboratory. D. All base and sub -base (hillside or other) shall be compacted in layers not exceeding 6" in the compacted state and shall be tested as stated in Section 20-14.A, B, and C above. E. All proctors and testing shall be performed in the presence of t the Fayetteville City Engineering Department representative, by a Soils Lab, approved by the City. The cost of said testing and proctors shall be paid by the Contractor. Li I I [1 I 3 Rev. 7/18/94 I [] DIVISION 21 - GENERAL COMMENTS REGARDING CONSTRUCTION ' SECTION 21-01: WARPED OR SLOPING SECTIONS. Warped or sloping sections will not be permitted. ' SECTION 21-02: at a ratio of BANKS. All one banks (3 to behind curbs will be back -sloped 1) to the Right -of -Way line. three to I Li I I I I I I I I I SECTION 21-03: NATURAL DRAINAGE. Natural drainage will be adhered to by incorporating street underdrains or by rechanneling natural ditches into improved drainage easements. SECTION 21-04: STREET INSPECTIONS. The Supervising Engineer will accompany the Street Superintendent on inspections, and the proctor densities and plastic index tests will be conducted in the presence of the Street Superintendent. The testing lab performing the field tests shall provide the Project Engineer with certified test results immediately following field tests. These three inspections are to be performed by the Street Superintendent or his designated representative during the construction process, as follows: A. After all streets have been cut to subgrade and the sub -base has been prepared. B. After curbs and gutters and base material is installed. C. Upon completion of paving, all construction, backfill, and cleanup. SECTION 21-05: ENGINEERING CERTIFICATION. Certification will be required from the Supervising Engineer before lots will be released. SECTION 21-06: UTILITIES' COVERAGE. All utilities, including service connections, will have a minimum of four feet (4') of cover, or two feet (2') below the floor of all drainage ditches and all improved drainage easements, or two feet (2') below the floor of all street drainage structures and street paving. Utility lines with less than two feet (2') cover under street paving shall be encased in concrete from one foot (1') outside each back of curb. I E DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM SPECIFICATIONS FOR CITY OF FAYETTEVILLE 1 SECTION 22-01: SCOPE. The specifications are intended to express ' minimum design and construction requirements of Fayetteville City Ordinance No. 1790 for concrete street improvements. ' SECTION 22-02: CONCRETE STREET STRUCTURES. All concrete street structures described on the attached diagrams and included in these specifications shall be constructed of 4200 psi portland cement ' concrete at 5 1/2 bag mix in 28 days. Concrete shall be troweled and shall have a light broom finish with application of white pigment curing compound to serve as a method of curing. ' SECTION 22-03: SUBGRADES. All subgrades shall be prepared by the Contractor to a'grade plus or minus one inch (1") within the finished grade. I I I I I L I I I I I SECTION 22-04: MINIMUM THICKNESS OF SIDEWALKS AND DRIVES. Minimum thickness of sidewalks shall be four inches (4"). Residential driveways shall be a minimum of four inches (4") with either four inches (4") of compacted base or 6" X 6" 10 gauge reinforcing web. Commercial driveways shall be a minimum of six inches (6") with six inches (611) of compacted base or 6" X 6" 10 -gauge reinforcing web. SECTION 22-05: MINIMUM WIDTH OF SIDEWALKS. Residential sidewalks shall be four •feet (4') wide. All others shall be a minimum of five feet (5') unless otherwise shown on plans and profiles. SECTION 22-06: PLACEMENT OF CONCRETE PAVEMENT. All concrete street pavement shall be placed mechanically with equipment approved by the Consulting Engineer for the Street Department. All concrete street construction procedures and details shall be in strict accordance with Portland Cement Association (PCA) Publication IS119.02P, "Suggested Specifications for Construction of Concrete Streets", unless otherwise approved by the Consulting Engineer for the City Street Department. Concrete for the pavement shall be non -reinforced and shall have a 28 day compressive strength of 4,200 psi when cured and tested in accordance with AASHO T22, or ASTM C39; and AASHTO T23 or ASTM C31. The concrete shall be -placed six inches (6") in thickness, plus or minus 1/4 inch, plus any additional depth required as a result of surface• deficiencies in the subbase. The average thickness of the concrete shall not be less than six (6) inches, and any thickness in excess of six and one-fourth (6-1/4) inches shall be rounded to six and one-fourth (6-1/4) inches for computing the average thickness. All concrete with a thickness less than five and three-quarters (5-3/4) inches shall be removed and replaced at the discretion of the Consulting Engineer for the City Street Department. All streets shall have a concrete curb and gutter on each side unless otherwise shown. I DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM SPECIFICATIONS FOR CITY OF FAYETTEVILLE I SECTION 22-07: EXPANSION JOINTS. A. JOINTS. Expansion and construction joints shall be placed as indicated on the plans. In addition, traverse construction joints shall be placed wherever the placement of concrete is suspended for 30 minutes or longer. Transverse contraction, joints shall be placed normal to the centerline of the pavement at intervals not to exceed 15 feet. A longitude contraction joint shall be placed along the centerline of pavement whenever the concrete is poured continuously across the full width of the street. B. TRANSVERSE CONSTRUCTION JOINTS. Transverse construction joints shall consist of a butt joint formed the full depth of the slab with either keyways or dowels one inch in diameter placed in a manner shown on the plans or in accordance with joint type "B" or "E" as shown in Portland Cement Association Publication IS211.01, "Concrete Streets: Typical Pavement Sections and Jointing Details: C. TRANSVERSE CONTRACTION JOINTS. Transverse contraction joints shall be formed in accordance with Section 902 of the previously referenced PCA Publication IS119.02. When curbs and gutters are used adjacent to the pavement edges, all transverse joints shall continue through the curbs and gutters. D. LONGITUDINAL JOINTS. Longitudinal joints shall be either a construction joint formed by casting the concrete in segments, , or formed by creating a plane of weakness in accordance with Section 905 of the PCA Publication IS119.02. Longitudinal joints, whether it is formed as a construction joint or formed as a weakened plane, shall be tied together with #4 deformed bars 30 inches long, placed at 36 inch intervals. SECTION 22-08: TURN RADII. Two No. 4 (#4) reinforcing bars shall be placed horizontally in all turn radii. Turn radii will be bid at the same price as curb. and gutter when the curb and gutter is 100 linear feet or longer. ' SECTION 22-09: POZZILITH. Pozzilith shall be added when directed by the Street Superintendent for better workability. , I 2 I I IDIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM SPECIFICATIONS FOR CITY OF FAYETTEVILLE 1 SECTION 22-10: TEMPERATURE DURING CONCRETE POURING. Temperature ' shall be 35 degrees Fahrenheit and rising before any type of concrete pouring will take place. Methods of heating or covering the surface of the concrete must also be provided by the Contractor when adverse weather conditions prevail. SECTION 22-11: VIBRATOR. A vibrator shall be used at the ' direction of the Street Superintendent when pouring concrete of any type. SECTION 22-12: BIDDER RESPONSIBILITY. The successful bidder will ' be responsible for supervision of his crews. The Street superintendent or his designated representative will only perform an inspection after the grade is established on all jobs. I [.1 H H I LI [1 3 I DIVISION 23 - TESTING SECTION 23-01: SCOPE. The Contractor shall be responsible for all correspondence and testing of all materials involved in the ' construction. All expenses incurred and required for testing shall be the Contractor's as subsidiary to the itemized Bid Items of the project. All materials testing shall be properly performed by a local licensed, certified testing laboratory approved by the Engineer and the proper official representing the governing body accepting the finished project. Proper testing shall be performed on all designated sections of construction until results meet or' 1 exceed those required and called for in the project Bid Documents. Any misunderstanding shall be explained by the Engineer. SECTION 23-02: MATERIAL TYPES. TESTING PROCEDURES AND STANDARDS. U A. Sub -Base. Existing hardpan, and/or "hillside" fill shall meet the following test standards for each type of material sepa- ' rately, in accordance with Division 20 of these specifications: ' 1. Standard Proctor with curves. 2. Attisburg Limit determined prior to beginning construction. 3. Density - Compaction test to 95% Standard Proctor after compaction by the Contractor. ' B. SB-2 Base. The following tests shall be performed in accordance with Division 20 of these specifications: 1. Modified Proctor with curves. 2. Density - Compaction to 95% Modified Proctor after ' compaction by the Contractor. C. Portland Cement Stabilized SB-2 Base. All testing shall be in ' accordance with the Arkansas State Highway Department Guidelines AND as stated herein. Material sections shall be in accordance with the following standard procedures, and shall be tested in accordance with the following: 1. Section shall be stabilized with a minimum of 5.5% portland cement and shall yield a minimum 7 -day compressive strength of 650 psi. I I DIVISION 23 - TESTING ' 2. Contractor shall place sections in 100's of feet, giving ' Engineer 24 -hour notice. Each section's lay shall prove to be a minimum of 5.5% portland cement by weight prior to watering process. Weight tickets shall be required by the Engineer. 3. Compressive Strength: Each day's lay shall be sampled at a distance not to exceed 100 L.F. after materials are mixed to optimum moisture and before compaction. Each test sample shall be placed in 6" diameter moles, filled 711 deep, left on construction site, then moisture cured in the lab for 72 hours. The testing procedure for sample compaction shall be in accordance with ASTM D-1557 for Modified Proctor. The samples shall be slumps, curing, and cylinder compressive tested in accordance with ASTM C-143, ASTM C-31, and ASTM C-39. Each 100 foot section shall have one (1) sample yielding ' a compressive 7 -day strength of 650 psi or greater prior to proceeding with construction. All sections not meeting this criteria shall be immediately removed and replaced by the Contractor at his expense within the time -frame of his contract. The same procedure shall apply to replacement sections as to the original sections laid. 4. Density Tests: Density test procedures shall be in accordance with Division 20, "SB-2 Base" and shall be taken after the street section has been compacted by the Contractor. All tests shall equal or exceed 95% Modified Proctor. D. Concrete Streets and Structures. Testing shall be in accordance with the following, and shall be performed in accordance with standard ASTM testing procedure, such as ASTM C-39, ASTM C-31, and ASTM C-143: 1. A minimum of 3 cylinders per day's pour of less than 150 C.Y. 2. A minimum of 1 cylinder per 50 C.Y. per day of more than 150 C.Y. 3. All test cylinders shall yield a minimum of 4200 psi compressive strength in 28 days. E. Asphaltic Cement. All asphaltic sections shall be tested for flow and stability, in accordance with Arkansas State Highway Department standard procedures. 2 J I P I DIVISION 24 - STORM DRAINAGE OR STORM SEWERS SECTION 24-01: STORM DRAINS. Storm drains shall not collect or transport any sanitary sewage. ' SECTION 24-02: NATURAL DRAINAGE. All natural drainage shall be adhered to. C I P I I I [l 11 11 I [] 11 I I SECTION 24-03: STORM DRAINAGE DESIGN. All storm drainage shall be designed for the twenty-five (25) year flood plane, unless otherwise noted on the plans and profiles. SECTION 24-04: CONCRETE PIPE REQUIREMENTS. Class II reinforced concrete pipe conforming to ASTM C-76 shall be used. The minimum size permitted shall be fifteen (15) inches inside diameter. SECTION 24-05: CORRUGATED METAL PIPE. 16 gauge under street paving and 18 gauge other places. SECTION 24-06: SURFACE DRAINAGE. Seven hundred (700) linear feet shall be the maximum distance to carry surface drainage on the street surface. Then the drainage must be collected in curb drop inlets, catch basins, etc. and storm drained to a natural drainage channel. SECTION 24-07: SPECIAL GASKETING AND SEALING MATERIALS. Special gasketing and sealing materials shall be used at all pipe joints and plugs to prevent infiltration into storm sewer. Procedure and materials shall be proven and acceptable in quality. O W • r > x U ¢a OW& h≤ U1d LL I z O LU V) 0 O W O O W cc O I -Or f iL U2 W KaP1d0 A.Q.cc - NOa <WO • WtV i. - Id 0 Z 0 oC .Z o W w O Q > N w >g w �7 7f W O 7t] Pa F N o - Z ro LJ C) z c v W 4J t= ro M a = O Lil n a r I� C) C) o a O a Li. co H .Z 2 O O O o OO W W I- CJ).� O ro c IC d W o N U za) W O LL H U) H O H 5 oa 1 1 1 1 I I U I 1 1 1 1 1 1 1 1 1 {: _ P }} .1�L • Y w 0 U a ' H O z *' W E o v Z W gF W pi O 00.. <, 3 1 3 0 x I (90 -,- w .p U a C = I- v Q !r Z rn Q c o: O o I.L. ZW CI —,-,e Z I U) O U p QQo' U ui 41 w ro OTC ;0 C W U 0004 ZHO W H I] E " lJ I DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE ' SECTION 30-01: DESCRIPTION. This item shall consist of a base course constructed on the completed and accepted subgrade in accordance with these specifications and in conformity with the ' lines, grades, compacted thickness and typical section shown on the plans or as directed by the Engineer. SECTION 30-02: MATERIALS. Materials used in the mixture shall conform to the following requirements: A. Aggregate. Crushed stone shall conform to the requirements' ' specified in Subsection 306.02 of Section 306: Crushed Stone Base Course, of the Standard Specifications, edition of 1978, for Class SB-2, provided therein. Is. Cement. Cement shall conform to the requirements for portland cement, Type I, AASHTO M85. C. Water. The water for the base course shall be clear, clean, and free from injurious amounts of oil, salts, or other deleterious substances, and shall not contain more than 1000 ' parts per million of chlorides. If the water is of questionable quality, it shall be tested in accordance with the requirements AASHTO T26. ' D. Asphalt. 1. Emulsified asphalt shall conform to the requirements of ' Subsection 403.03 (3) for grade SS -1. 2. Medium curing cutback asphalt shall conform to the ' requirements of Subsection 403.03 (b) for the grade selected by the Engineer. 3. Rapid curing cutback asphalt shall conform to the t requirements of Subsection 403.03 (a) for the grade selected by the Engineer. The type of asphalt used for the protection and cover for the cement treated base course will be at the option of the Contractor, subject to the Engineer's approval. ' SECTION 30-03: LABORATORY TESTS AND CEMENT CONTENT. A. Cement Content. The quantity of cement, approximately 5% to ' 8% by weight to be used with the aggregate and water, shall be determined by the Engineer. The moisture in the mix shall be maintained within a range of (+/-) 1% of optimum. I pl I DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE ' B. Laboratory Tests. Specimens of aggregate, cement and water must develop a compressive strength of at least 650 psi in 7 days. SECTION 30-04: CONSTRUCTION METHODS A. Weather Limitations. The cement -treated base shall not be mixed or placed while the atmospheric temperature is below 35° Fahrenheit within 24 hours, or when the weather is foggy or rainy. The temperature requirements may be waived, but only' when so directed by the Engineer. B. Earuipment. All methods employed in performing the work and all equipment, tools, other plants, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer before the work is started. If unsatisfactory equipment is found, it shall be changed and improved. All equipment, tools, and plants must be maintained in a satisfactory working condition. C. Forms. When forms are required, they may be of wood or metal and shall be placed to line and grade as staked by the Engineer. Wood forms shall not be less than 12 feet in length and shall have a width equal to the compacted depth of the base. The thickness shall be sufficient to maintain good alignment. All form lumber shall be of good quality, straight, well seasoned, clean, and free from defects which would impair its usefulness. Warped, split, worn or otherwise , defective forms shall be discarded. Steel forms shall be of a section commonly required for portland cement concrete pavement. They shall be of depth at least equal to the edge thickness of the work prescribed. They shall be straight and shall have a minimum section length of 10 feet. When directed by the Engineer, solid forms will not be required. In such cases, the spreading equipment and supply of base mixture shall be such as will permit the continuous and satisfactory spreading of material for one or two-lane construction and compaction to the proper thickness and contour. D. Preparing the Subgrade. The subgrade shall be prepared in accordance with the typical sections on the plans before the base course is placed thereon. I I I DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE ' Grade control between the edges of the pavement shall be accomplished by grade stakes, steel pins, or forms placed in lanes parallel to the centerline of the roadway and at intervals sufficiently close that string lines or check boards 'may be placed between the stakes, pins, or forms. To protect the subgrade and to ensure proper drainage, the ' spreading of the base shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one-way slope. ' E. Compaction and Surface Finish. The mixture shall be compacted to a density, as determined by AASHTO T191, or not less than ' 95 percent of the maximum density obtained by AASHTO T134. The moisture content of the mixture during compaction shall not vary more than five (5%) percent from the optimum moisture as determined by AASHTO T134. ' The surface of the treated roadway shall be reshaped to the required lines, grades and cross sections after the mixture ' has been compacted. It shall then be scarified lightly to loosen any imprints left by the compacting or shaping equipment and rolled thoroughly. The operation of final ' rolling shall include the use of rollers of the pneumatic tire type. The rolling shall be done in such a manner as to produce a smooth, closely knit surface, free of cracks, ridges or loose material conforming to the crown, grade, and line shown on the plans. The density, surface compaction, and finishing operation shall ' not require more than two (2) hours. Water shall be added if necessary, during the finishing operation in order to maintain the mixture at the proper moisture content for securing the desired surface. Areas inaccessible to rollers or finishing and shaping ' equipment shall be thoroughly compacted to the required density by other approved compacting methods and shaped and finished as specified. ' F. Joints. As soon as final compaction and finishing of a section has been completed, the base shall be cut back perpendicular to the centerline to a point where uniform ' cement content with proper density has been attained and where the vertical face conforms to the typical section shown on the plans. 1 [1 3 H I DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE G. Surface Test. The finished surface of the stabilized base course shall conform to the general surface provided for by the plans. It shall not vary more than one-fourth inch (1/4") from a ten -foot straight edge applied to the surface parallel to the centerline of the roadway, nor more than one-half inch (1/2") from a template conforming to the cross section shown on the plans. H. Protection and Curing. After the base course has been finished as specified herein, it shall be protected against drying for seven (7) days by the application of bituminous material. The curing methods shall begin as soon as possible, but no later than twenty-four (24) hours after the completion of finishing operations. The finished base course shall be kept continuously moist until the curing material is placed. The bituminous material specified shall be uniformly applied to the surface of the completed base course at the rate of approximately 0.2 gallons per square yard using approved heating and distributing equipment. The exact rate and temperature of application:to give complete coverage without excessive run-off shall be as specified by the Engineer. At the time the bituminous material is applied, the surface shall be dense, free of all loose and extraneous material, and shall contain sufficient moisture to prevent penetration of the bituminous material. Water shall be applied in sufficient quantity to fill the surface voids immediately before the bituminous curing material is applied. Should it be necessary for. construction equipment or other traffic to use the bituminous -covered surface before the bituminous material has dried sufficiently to prevent pickup, sufficient granular cover shall be applied before such use. The curing material shall be maintained and applied as needed ' by the Contractor during the seven-day protection period so that all of the base course shall be covered effectively during this period. Finished portions of base course that are used by equipment in construction of an adjoining section shall be protected in such a manner to prevent equipment from marring or damaging the completed work. When the air temperature may be expected to reach the freezing ' point, sufficient protection from freezing shall be given the base course for seven days after its construction and until it has hardened. 4 I Li II DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE I. Cold Weather Protection. During cold weather, when air temperature may be expected to drop below 35 degrees F, a sufficient supply of hay, straw, or other material suitable for cover and protecting previously placed material shall be ' provided at the site. Any base which has been damaged by freezing, or otherwise, shall be removed and replaced by the Contractor at his own expense. ' J. Tolerance in Base Thickness. The base course shall be constructed in accordance with the typical sections on the plans (+/-) 1/2 inch in thickness. Sections over 1/2 inch ' deficient in thickness shall be removed and replaced at the Contractor at his own expense. No payment will be made for materials place in excess of planned thickness. ' SECTION 30-05: MAINTENANCE: The Contractor shall, within the limits of the contract, maintain the stabilized base material in good condition until all work has been completed and accepted by the Owner. Maintenance shall include immediate repairs of any defects that may occur. This work shall be done by the Contra-ctor at his own expense and repeated as often as may be necessary to keep the area continuously intact. Faulty work shall be replaced for the full depth of treatment. The contractor shall construct the plan depth of cement treated base in one homogenous mass. The •' addition of thin stabilized layers will not be permitted in order to provide the minimum specified depth. ' SECTION 30-06: METHOD OF MEASUREMENT. Work completed under this item shall be measured by the square yard, as shown on the plans. Quantities shown on the plans and in the proposal shall be considered as final quantities and no further measurement will be required unless the alignment is revised during construction. Final quantities will be revised if, in the opinion of the Engi- neer or upon evidence furnished by the Contractor, substantial variations exist between quantities shown on the plans and actual quantities due to changes in alignment or apparent errors. ' SECTION 30-07: BASIS OF PAYMENT. Work completed and accepted under this item and measured as provided above shall be paid for at the contract unit price bid per square yard for cement treated crushed stone base course, which price shall be full compensation ' for furnishing all materials, for mixing, hauling, placing, rolling, finishing, and curing; and for all labor, tools, equipment, and incidentals necessary to complete the work. I S I I I1 APPENDIX TO SPECIFICATIONS WATER SYSTEM DETAIL INDEX SHEET NO. SHEET NAME 1 Typical Service Setting 2 Typical Service Connection & Water Setting ' (Type I) 3 County Road and Driveway Replacement (Type II) 4 Bituminous Concrete Road Replacement Detail 6 Air Release Valve Detail 7 Gate Valve Detail 8 Fire Hydrant Detail 10 Blow -Off Detail 11 Thrust Blocking For Pipe Fittings 11-A Concrete Thrust Block Detail 11-B Thrust At Pipe Bends 11-C Resultant Thrust Of Water Under 100 psi Pressure At Bends And Fittings 12 Concrete Thrust Anchor 13 Buried Creek Crossing 14 Steep Draw Crossing 15 Concrete Encasement 16 Trench Detail 17 Highway Bore and Casing Detail I I I I I n SANITARY SEWER DETAIL INDEX SHEET NO. SHEET NAME 1 Typical Trench 2 Concrete Manhole 3 Encasement Pipe 4 Buried Creek Crossing 5 Cleanout 6 Pier Detail I i t I 2 I y � . MW ►tO no -z 50 50 a 2 AIM C I 2 1/4 L861 'AInf UssvT1 d'IHt.Ld33DV ION d2Id l,S'Idflad 2IO„ :,sgyppp 11 £01791-H uolun uolssaidwo0 OT I ,.p/£ as 'aul-1 aoi.uaS o1 iaddoo evixa loauuoo oy Aipunod ganoiD Aq pamloe;nuew 601-O Pfl ialaw 1eid 'I'O n8T I q nolln3oyv/lallanW Aq painloe;nuew se pagolou 'AluO hags ssau�lolq 1, IIeM SLZ' '.L0£PZSIOS# xog .ialaN DAd ,PZ x .,BT T saaald IIe,L ZZZhn-H/m Z0PI-H iallanOA ialaw asDI „ZT x ,,V/£ x ,,8/S T 800S1 -H iallanN •dwoO on I do1S d.oO „17/£ T slloo ,09 8ulgn L iaddoj 11oS ?I adA L ,h/£ sI3 £apuno,q gono.iO Aq pamloe;nuew 601-O P11 J91O j leld 'I'O Al T g8nolln3oy JJallanW Aq pamloe;nuew se pagolou 'AluO IIagS ssau)lolq.L 11CM SLZ' '.L0£' hZ8T0S# xog JalaJfrl DAd , PZ x ,,81 I saoald P.e.L ZZZVT-H/AZO171-H iapana)loA asIT „ZT x ,.V/£ x „8/9 Z £9£91-H qJp M ,2/1-L dIN x dINI x SILO 011 gauewH 11,37/£ T 80091-H iallan'dwoO OT T do1S dLoO ..i'/£ I 51103 ,09 iaddoO luoS ?I adAI ,p/£ SdVI $17O8 DO. T x 8£'b1-N10T oewog ,1' „Z1 OO0P/£ x 8£'171-NIOT oewo2I J7/£ X 0ZI 3D Id X ZV'ZT-NT0T oewog ,IT X n.01 DD,,V/£ X ZI'ZI-NT0I oewog ,Jb/£ X 1101 3D J X Z9'6 -NW! oewog „l x „8 DD,,h/£ X Z9'6 -NI0T oewog „h/£ X ,I8 DO ,,J X 0S'L -NT0T aewog Iii 09'L -NT0I oewog „14/£ X j,9 3D i,1 x 01''S -NT0I oewog „T X „ 7 DD,3b/£X 0-NW!'S -NT oewog J7/£ x OO „T X SL'Z -NT0T oewog T X DD,3P/£ X SL'Z -N10T oewo2I ,Jb/£ X .P/1 -Z (dfl ,1b/1 -Z) O/d 00Z TO 'uoii ahlonu 'uaI i D 'DAd 006-O :SNIVN 8Zb£T-H iallanW „T x „q SZP£T-H jallanW .P/£ X „y SZV£I-H iallanyq „T x ,£ SZP£T-H lallanw 1,V/£ X I,£ 0ZP£T-H .allanW ,ll x „Z nnirr_rr OT'lnTAT b/C Y 7 I I I I I I I I I I I LI I I I I a0J - U,',, a U ^y ₹ o Wcc G JNo 0 0 a ��a""� c z a W2 J2C Q m \ •� V1� O A W C j 8I- — x 3 � v 'IC U N J fn w Iii W M C e .W- aiw Q Z=cc Ij a ≤ J O J V) m v no , zw w_3w w= wW= Q -W?= d _3&D Z C an �rz Q• W3�N W Z O00 O = I`_w z -JQ3 F -J OW P z CO UQ I a1...g Q,._ Km w ` C YI y c x. z 20 IN �0� 0 Wo Z m L 3 v a NDG' FJW X�O'L 0 K> O 0 O O y V D :;= NDN OO U r w w v")O04 W M N QQ I J'' LL 0 Na 1 01 mE N Z�� Oa o WDN N a MJU = WO Z r f SW a - N aZW6D r aWW O' a_IoW. 4wrn WW IC G a F J I N N I 00 Cl -I B1 U)Z 0 J W o w l�I WW 0 hl ii ti: =�fE=111= I�III , ---- aln a w a NIW 40 x— W0 xxz J QN J� w a N j W V J a a�a 4 U) W 0 az oan I— 3 2 .J1- W. J i7 DT W. j- NW Ua a—. �N 1Z aw Fa to O$ 3m Z J OQ f - I IIII F w.X41 U)J m 1W I- UD w4WW Ja AA Ww tL ZW Q ^' v,a Jwou F0. W IIII=JI� 1II )IiI l6 C7 -a Z O 0 ll Ov FO p t � o N 1 a= w% u Q C U M &5i (r 4' - Ui '4_ uaymT wnj 3 p O JQ W W O j NlJ J j W D m 0 m IL' (Y O C C n ca amaa aa: D lII b -SW It 01 0W unz miuziz amA O == w o.� O� 0 U) 3 \ ro Z 0 Z V) 0 W Ii Iy a W r F.. -JW J� ..: Z•-l-i K aIC U z 2azN _ Z W f 2 0 Hw`—'—' yw ll) v` -L m d W,; N cc N WW Q Z W a pig ! u>> W W a< U w w uuo z U) > W F N HZ !Y U) oyW z U) - W N NC= m U N•� O= 0 F 0 Q U) I- M U)J : a O WJJ as Ti 2 Now Nw m d Q pD 6 D w U Z _ J . 1— 0 ; cn Q a Daa WW I 0" 00wj x as NIW 9£ . U uT 0t4 ¢u _ ry ri 6'MAX. WIDTH MILHOLLANIT COMPANY 'OR PAVEMENT Engineering & Surveying SAW CUT 205 West Center Street Fayetteville. Arkansas 72701 Office Phone (501) 443.4724 FOR - REPAIRS EXISTtC CONCRETE OR BITUMINOUS R CONCRETE DRIVEWAY AND CHIP AND / RS T I SEAL COUNTY HIGHWAY$. T■ %%RIABLE THICKNESS THICKNESS UNDISTURBED • 11/2 T FOR BITUMINOUS BANK CONCRETE DRIVEWAYS. (MIN. 2" THICKNESS) W ■ T+2" FOR CONCRETE DRIVEWAYS. (MIN. 5" • 3" MIN. HOT OR COLD BITUMINOUS MIX FOR COUNTY HIGH VMYSAFTER COMPACTION OF BASE. COMPACTED SB-2 UTILITY•PIPES -VOTES: I. BITUMINOUS CONCRETE REPLACEMENT MATERIAL SMALL MEET TIE REQUIREMENTS OF SECTION 408 OF THE STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION, ARKANSAS STATE HIGHWAY COMMISSON, EDITION OF 1978. 2. CONCRETE SHALL HAVE A MINIMUM 28 DAY COMPRESSIVE STRENGTH OF 4200 ►.S.1. TYPE I ROAD CROSSING CONTRACTOR'S OPTION• BORE PER AHTD SPECIFICATIONS FOR SAME BID PRICE AS OPEN 6' CUT: COUNTY HIGHWAY AND DRIVEWAY REPLACEMENT DETAIL 2 I I 1 1 1 1 s' COMPACTED SB-2 SELECTED BACK - FILL MATERIAL PER SPECS • . • •• N • MILHOLLANI) COMPANY Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 EXISTING GRAVEL SURFACE COMPACTED MATERIAL REMOVED FROM TRENCH MIN. 12" UTILITY PIPE •MIN•: 6° / t- VAR ES -t COMPACTED FOR LATERAL AND VERTICAL STABILITY OF MAIN. • NOTE: TRENCH SETTLEMENT TAKES PLACE: IT IS TO BE REFILLED WITH SB-2. TYPE It ROAD CROSSING GRAVEL ROAD AND DRIVEWAY REPLACEMENT DETAIL 3 MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 2"-3' HOT MIX BITUMINOUS CONCRETE LAYER TO MATCH 6x6/6-6 W.W.M.(MIN.)� I EXISTING SURFACE. SAW CUT --1 I I i- SAW CUT • till PRIME COAT ►' '' - 4. T CONCRETE- ► '►. ► :''► • ►... . 4' MAX. COMR\CTED SO -2 UTILITY PIPE NOTES: I. BITUMINOUS CONCRETE REPLACEMENT MATERIAL: SHALL MEET THE REQUIREMENTS OF SECTION 400 OF THE STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION, ARKANSAS STATE HIGHWAY COMMISSION, EDITION OF 1978. 2. CONCRETE SHALL HAVE A MINIMUM 28 DAY COMPRESSIVE STRENGTH OF 4200 P.S.I. TYPE III ROAD CROSSING CONTRACTOR'S OPTION: BORE PER AHTD SPECIFICATIONS FOR SAME BID PRICE AS 6' CUT. BITUMINOUS CONCRETE ROAD REPLACEMENT DETAIL Sheet 4 _ y MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 DRILL (5) LW AIR HOLES IN LID - FINISHED GRADE—._ - y' C.1. COVER (CLAY B BAILEY P. x391 ) NkTua� Quu_nn= C Get) attach Tracer Wire to pipe n ) IBS tlltL�' 1" GALV. RETURN WI 1S MESH liii—Ito FORD ��-COPPER SCREEN SOLDERED TO IC B11-444 I. CALM. Ill: OPEN END Ball Curb PIPE Stop or 111"a 34" METER BOX Equal RACER WIRE DRILL 1/SHOLE GALV. — ' _ PIPE (MIN.) 1 I APCO I- AIR RELEASE VALVE - OR EQUAL,"/3/32" Orifice. I is P.E. I If COMPRESSION TO IRON PIPE CONC. BRICKS UNDISTURBED SOIL ADAPTOR MAIN CONNECTION TO BE TYPICAL C CORPORATION NOTE: 1. AIR RELEASE TO BE INSTALLED ADJACENT TO WATER MAIN OUT OF TRAFFIC. 2. BID UNIT PRICE SHALL INCLUDE ALL LABOR AND MATERIALS FOR SUCCESSFUL INSTALLATION OF AIR RELEASE, INCLUDING BRASS SERVICE SADDLE, CORPORATION STOP, 1" PIPES, VALVES, BOX WITH LID, OTHER ESSENTIAL ITEMS SHOWN AND NOT SHOWN. 3. METER BOX AND AIR RELEASE VALVE SHALL BE SET PLUMB. 4. METER BOX - BASS AND HAYES 34E. AIR. RELEASE VALVE DETAIL Sheet 6 51GN FACEV 10 KOAD-► 1=1 *• 51ANDAKD OWArEK VA VIE" SIGN 5ECURL"LY A1YACNED WITH IS0US d- NLI'f5 -fO P051- 4- STANOAKD 1EAVY OU V IMEIAL 1 9031 t 24" 5QUARE It M i 20 t t*aGn z co VALVE BOX TO BE SUPPORTED BY COMPACTED FILL TRACER WIRE MILHOLLAND COMPANY Engineering & Surveying 205 Wesl Center Street Fayeneville, Arkansas 72701 Office Phone (501) 443-4724 1— 'I WORD "WATER" ON COVER -� ADJUST COVER TO GRADE TAMP BACKFILL tKACEK WIKE-- LOOP LOOSELY � LEVEL. EXTENSION and Valve Box to be set plumb VALVE BOX AS SPECIFIED GATE VALVE AS SPECIFIED WATER MAIN UNDISTURBED SOIL \--Compacted Backfill NOTE' RADIAL COMPRESSION JOINT ENDS USED FOR PVC PIPE ARE NOT SHOWN. 1 1 1 1 1 1 GATE VALVE DETAIL sheer 7 MILHOLLAND COMPANY Engineering & Surveying 2 - 2 1/2" HOSE NOZZLE$ — I - 4 1/2" PUMPER NOZZLE 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 MUELLER "CENTURION" FIRE HYDRANT A-423 OR EQUAL w/ 3'-6" buried HYDRANT TO HAVE COMBINATION FLANGE AND BREAK SECTION AND REMOVABLE BARREL WORD "WATER" ON COVER I -Il 2' A 2* K 6" CONCRETE COLLAR SLOPING III jar 2" FROM THE CENTER TO THE EDGES ADJUSTABLE 2 PIECE C.I. VALVE BOX o • TRACER WIRE -LOOP LOOSELY TO I GROUND LEVEL, - M 6" GATE VALVE - OPEN LEFT DRAIN - KEEP 14" MIN. OF CLEAR OF CONC. " 2" MIN. C.L OR D.I. I 6 HYDRANT BRANCH-C.I. or D.jsI ZJ d.J$ e 90LAA#e1W 3 CUBIC :•; :� • A, FEET OF II "• •• :.�• ; GRAVEL j Ii NO BENDS IN THIS AREAPLACE CONCRETE ALL FITTINGS SMALL BE VARIABLE DISTANCE KICK BLOCK AGAINST ASSEMBLED WITH DUCTILE RETE Undisturbed Sail IRON RETAINER GLANDS WITH KICK BLOCK AGAINST SET SCREW TORQUED AS PER SOLID UNDISTURBED SOIL. MANUFACTURERS RECOMMENDATION. UNIT BID ITEM COMPLETE IN PLACE NOTES' I. ALL HYDRANTS TO BE SET PLUMB WITH NOZZLES FACING HIGHWAY OR COUNTY ROAD. 2. HYDRANT AND VALVE WILL BE SET AND BURIED AT THE DEPTH SPECIFIED BY ENGINEER. ALL ITEMS NECESSARY FOR PROPER PLACEMENT ARE SUBSIDIARY TO BORE BID. 3. HYDRANT BRANCH TO BE CONSIDERED SUBSIDIARY TO FIRE HYDRANT AND AUXILIARY VALVE. 4. ALI, FIRE HYDRANTS WILL CONFORM TO AWWA C502-73 STANDARD. 5. CONCRETE SHOULD NOT BE POURED ON BOLTS. ALLOW 2" MIN. CLEARANCE FOR WORKING ROOM. FIRE HYDRANT DETAIL Sheet e DRAIN - KEEP CLEAR OF CONC. 2" MIN. . Emill- ] CUBIC FEET OF GRAVEL 7- - 2 - 2 I/`t" HOSE NOZZLE MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayetteville. Arkansas 72701 Office Phone (501) 443-4724 MUELLER A-420 TWO-WAY HYDRANT OR EQUAL HYDRANT TO HAVE COMBINATION FLANGE AND BREAK .-0 SECTION AND REMOVABLE BARREL f/ t r -=WORD "WATER" ON COVER N, Ie" MIN. OF C.I. OR D.I. 2''2't6" CONCRETE COLLAR SLOPING 2" FROM THE CENTER TO THE EDGES ADJUSTABLE 2 PIECE C.I. VALVE BOX 4" GATE VALVE - OPEN LEFT TRACER WIRE -LOOP LOOSELY TO GROUND LEVEL. 4" HYDRANT WIANCH-C.I. or D.I. (4" x 3" M. REDUCER WMAIN ON 3" MAIN NO BENDS IN THIS AR PLACE CONCRETE"- ALL FITTINGS SHALL BE 4 1 VARIABLE DISTANCE KICK BLOCK AGAINST ASSEMBLED WITH DUCTILE SOLID Undisturbed IRON RETAINER GLANDS WITH Soil. SET SCREW 10RGUED AS PER MANUFACTURERS' RECOMMENDATION UNIT BID ITEM COMPLETE IN PLA( 4- e.4 PLACE CONCRETE KICK BLOCK AGAINST SOLID UNDISTURBED SOIL. 1. ALL HYDRANTS TO BE SET PLUMB WITH NOZZLE FACING HIGHWAY OR COUNTY ROAD. 2. HYDRANT AND VALVE WILL BE SET AND BURIED AT THE DEPTH SPECIFIED BY ENGINEER. 3. HYDRANT BRANCH TO BE CONSIDERED SUBSIDIARY TO FLUSHING HYDRANT AND AUXILIARY VALVE. 4 ALL HYDRANTS WILL CONFORM TO AWWA C502-73 STANDARD. 5. ALL LABOR AND MATERIAL. ITEMS NECESSARY FOR COMPLETE IN- STALLATION INCLUDING TEE, C.I. OR D.I. PIPE, VALVE WITH BOX,,IIYDRANT, ETC., SHALL BE CONSIDERED ONE BID UNIT. FLUSHING HYDRANT DETAIL Sheet .9 yyyO C Z ZO ; 1- 'a W C .+0 6 < W p ¢ u 4w 04 W W W W G O �u m IL _ w a J Q J i = V 4 > W F O • I . J Z U; Z J • <W< W a Z U Z O IC V > W uu Oc ^ 00<Jp O J J •p r< Z O O_O_ Car) II�Z U 0 W 0 i i F J Cu< ' \111 O6xd&j j • , W W Q M �• H < yyJ OZO<IJ .<... N 4 V 7U an - 0 ■=VN N N N N II� N U Z >0 NTfl G7 UJO . _ I . C - 0 LL. 0 ≤ o „ = I� III . II = -nl .. . • •o __I- •3 2 o:;.� ,IIII • J d C• II III J W > W )- II_ I I_II �_ \ n 111_J '• " II�I�II� 1 W N II• IIII ❑,�{nI J WN a t n o x 0 I I ► • Cl io V • W Z r 111= VII C •NId 0�- OJ0 C ,•._ \ 911 Ow -' J �• n<o. 0 W 1 30 W > % C4 O QNW N Z≤ . z -- a M¢ UN O a X Z IL I— 4jmN U I d a. O JOWW 3t- W<► Vu) c p -~ 'IntlII Jp. �O>F m O iZ C v Z LO U Q O iLl N 0 �Q F= I m W "0 4 c ow as ' v IL S. Sheet /0 MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayenevine. Arkansas 72701 Office Phone (501) 443-4724 ORIGINAL GROVNOLEVEL BENND (•/ Y / ° f e � • ir. JNDis TUR BED BLOCKING FOR BENDS tin ° • a PLUG THRUST i e•y 1P :• CROSS BELTED S THRUST — � e P Y • CONCRETE ° BLOCKING \.`d BLOCKING UNDISTURBED EARTH BLOCKING BLOCKING FOR BENDS SEE NOTE "C EDGE OF TRENCH :ONCRETf BLOCKING .— THRUST = -- OF TRENCH ORIGINAL GROUND LEVEL BEND ' —CONCRETE BLOCKING BEND SEE NOTE "C" BLOCKING FOR CROSSES BLOCKING FOR BENDS / NOTE: f// ALL PIPE FITTINGS 4" AND LARGER _ CONCRETE BLOCKING SHALL BE; A. D.I. Mechanical Joint rated '150 :? p.s.i. working pressure for Main pressures greater than 200 p.s.i. L' B. D.I. or C.I. Mechanical Joint —_ Class 250 for Main Pressures less than 200 p.s.i. TEE C. THRUST BLOCKING shall be adequate EDGE OF TRENCH to withstand the sum of the Static Main Pressure with Storage Tanks full plus 200 p.s.i. Water Hammer BLOCKING FOR TEES multiplied by 2.5. Undisturbed Soil Backing shall be assumed THRUST BLOCKING adequate to 200 p.s.f. pressure. F O R PIPE FITTINGS Sheet /l THRUST BLOCK SCHEDULE PIPE SIZE FITTING A B Cu. FT. 4" TEE 21-0" 11-6" 2.5 OR 90° 2'-? I1- 6" 4.7 SMALLER 45° 21-0" 11-0" 1.7 TEE 31-011 21-0" 7.5 6" 90° 3'6" 2'-S" 13.3 45° 21-0" 21-0" 3.4 TEE 31-6" 21-6" 12.7 6" 90° 4r -O" 31-0" 20.0 45° 31-0" 21-0" 7.5 TEE 31_610 3'_6" 26.7 10" ':90° 41-6" 41-0" 50.4 ' 450 31-011 31-011 20.0 NOTES, 1. CLASS 8 CONCRETE - 2,000 PSI, 26 DAYS. 2. SCHEDULE BASED ON THRUST RESISTANCE OF SOIL OF 2000 LBS. PER SQ. FT. AND 200 PSI LINE PRESSURE PLUS 120 P.S.I. HAMMER & FOR LINE PRESSURES GREATER THAN 200 PSIAND/OR SOIL RESISTANCE LESS THAN 2000 LBS. PER SQ. FT , THE SCHEDULE SHALL BE ADJUSTED IN THE FIELD. 4. DEAD END BLOCKING IS THE SAME AS FOR TEE. FINISHED GRADE PIPE DO NOT ENCASE JOINT FITTING FITTING • . • • •4 - - - .%] t -CONCRETE • F••. : • • SECTION CONCRETE THRUST BLOCK DETAIL MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Phone (501) 443-4724 Fayetteville, Arkansas 72701 Rev. -6/19/97 THRUST AT PIPE BENDS P=2z62.5 HA SinI1s USE TEST PRESSURE. USE INSIDE BELL DIAMETER WHEN APPROPRIATE. USE BOTH "A" SCALES TO SET POINT ON SUPPORT LINE. READ "B" SCALES Ip00p00 WITH STRAIGHT LINE THROUGH SET POINT. ® P 500,000 Y 4 C, O 3 -3w W { 1r pp 2 5 0 300 210 -60 11 _ 72 400 100,000 66-170 0� 54<W300 160 —tso • O 49 ISO {2 140 a 0 130 a 50,000 W 36 20Q W-120 c 4 O 25 F. X30t100-E-3 30a p24too —40W -20 - 90 v 2 Ie a200- -500 IS- 14- -704 m N y I2— ->e0 W O F- 700_ p 10,000 F-10 o 0 a ¢ W • 2 ® I C 6O Z Q f a 6 v) = 3,000 p bO�F. 4 W W a 4 � 100 to � 3 4001) J d O 80- 3 O Iii 2 W 80 35� W • Y TO 30 1,000 900 so -25 Soo 700 600 60 500 Sheet //-8 I 1 1 1 1 1 1 1 W' flIM LL tPGINLLRINO COMPANY 14 D.1.4 I I I 4 e 2 C p 8 0 0 a o n • Op 8 O m 8 r v Sw 0 Sv o r a o q '0 c� �o m v m 10 n m N 0 °p1 N 10 c e n O U v ro v ♦ ro M to h w N N ti ti w .• _a M • — d V O O 0 0 0 0 0 O 0 0 0 8 0 0 0 N 0 m N � 0 8 8 8 8 8 . • . - . - . . . - _ . • . o« o e mp 0 n o tNN 0 1p° ' .N. 0 0 9 0 0 C i w u o --c p ro It M N w 03 N .. .. ..1.1 .. e i 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r- • r. R 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 • a p CO O, 0 O .. .. O .- tl 0 .. N .. O N tl O . . . • . - - . . . - . - . . • - • a e N N. 0 : 0 o m o 0 w .v. 0 N •. C w •- a-. N to N N N ai w .. w .. .. .. W C O a « 0 0 0 0 0 0 0 0 0 0 0 1 po 0 0 0 .. — M O el • O ..4 N o r 10D 0 0 o o q n ON n 1 n i1 r. �, -- ---as • - • - - - - - • • . - O O ♦.. O tl O O 0 v 0 m 0 a O a p a O ni Ol N ei SO 8ni ..4 8.44 .qi ..4 08 m O tl pOq Al •• S M 0 0 M O} 0 1. C-0 0 S 0 S r - - - LE.�• - E.- - - - - _ N LO. 0 0 r N w m Lro. C r t d d 03 .4 -. •. -. •4 -4 Vg.1 ..0 0000 888 � 0 0 0 8 3 o r a S U 0 0 y M - • • • • _ • • • - - - 0 o ♦ of 0 0 v tl m .. .4 C r .4 N tl o O N 0 O m m N O O tl v q . M •- w 3 a z " " 0 0 0 0 0 9 0 0 0 0 0 0 0 0 0 0 W y 0 0 0 0 0 0 0 0 0 0 0 0 0 s to v 0 m m ro oro 0 o m w n w v N Is O W N CC C N 40O 4 a _ o v o ro 0 Cl 0 .. 0 tl IS.p0 C t- oO c pm 14 -/ v q q M N N .. w Z • 0g v S 0 w a0. 0 0 o w 0o n 0 o 0 O 10 w tl 0 v v '0 ' M N N w w v. m n v L N 0 0 O 0 O 0 0 0 0 0 0 0 0 oI 0 0 0 0 . 0 0 0 0 0 0 0 0 0 0 0 o O 0 0 0 Z tl M 40- M . 1°v 0 N M o m i o N o v QW v m v 0 m v w o O ro o n tl .- m O 0 W M v to p M M w N N .- .. .. �. Q .J z 6 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C 0 0 Q x o 0 0 0 0 0 0 0., 0 0 0 m m W ` w p R 40 0 N a N w .mi O. ,v. 0 o .o w 8 0 S S S 0 0 0 S S 0 8 8 3 m m N v 0 m v q o N M 4 m 0 .. 0 n v .i 0 No v a o m �: v q w N N N Cl w w Cl .4 .. w .. •. 8 8 8888°° , N' r N 8 O O ♦ P] . O N Pl N ING .wi C- IC V •l - . . • . • - _ - . a IC • - - tl O m n tl w O 0 m OO q Cl .+ • +1 .. N Cl .. .. .. .1 .. .. .. "' S 0 0 8 0 0 0 8 0 0 P 0 8 0 0 10 0 0 C / O 0 q m w m to m {. m - C ^ .. O v p N .1 O o 0 n O O v p w w .• s .. .. .. ... .. .. .4 v a A Oop pO pO O O O O O pO S pO o a O O e jp m O O 0 LO. 0 a 0 0 p m O O N O q N .• C N w O O O N N O O to v v q w •+ .i — .. .. • 0 5Q0 r $ n .". 0 n INO n r 0 0 OO c mo 0 ZS w .v. .�. o o w o w n ro q ..1 .. 0 • : • : . 0 0 0 0 0 0 10 0 0 Si d ar n e .4 0 n 6 X 00 0 o 0 o e i o e R 0 e 0 e e • 0 Rc =0 Sheet //-C BURNS E MCCOMMELL ENGINEERING COIPAMY fORM 0-1-E Undisturbed soil I Undisturbed Soil !• ' Trench Class "8" Concrete Ij Base PLAN VIEW Base -..... . . .C: ._ . .'•. . . • • O Class "B" Concrete ELEVATION VIEW CONCRETE THRUST ANCHOR Sheet /2 203 w. CENTER MILHOLLAND , COMPANY (501) 443-4724 Fayetteville Engineers Surveyors Arkansas CZ I I Sheet /3 205 W CENTER MILHOLLAND COMPANY (501) 913-1T21 Fayetteville Engineers Surveyors Arkansas 2O 205 W. CENTER Fayetteville 4 1: - i .. S.i Sheet /4 MILHOLLAND COMPANY (Sal) 443-4724 Engineers Surveyors Arkansas I u I n I I 1 MAIN I 205 W. CENTER Fayetteville 6" I OUTSIDE I 6" MIN DIAMETERT MIN CONCRETE MILHOLLAND Engineers ENCASEMENT COMPANY Surveyors V 24'%1 4211 m in. 0.Z.pipe P.V.C. pipe Sheet 15 (501) 443-4724 Arkansas MILHOLLANL COMPANY Engineering & Surveying b i a NOTES: 1 2 3 4 Top 4" of surface shall be cleared of Rock Debris, Roots, etc. and repo/red to a condition equal to or better than prior to construction., 205 west Center Street Fayetteville. Arkansas 72701 Office Phone (501) 443-4724 Smooth after one (/1 year's settlement GENE AL BACKF/LL v 4. o� U 2 p V Q TAMPED N b 2 ELECT PILL "1 ' tau ti °" �Trocer Wire on P.V.C. Pipe MAIN . to be looped around each W V ` _ Joint of Pipe. W H� tiF d ^ 6" Compacted Selected Fill under Type r,f ondM• Rood Crossings and *Rock'�removol areas. L MIN. WIDTH: "D��+/B$0 I Payment for "ROCK EXCAVATION" shall be computed on amaximum Trench Width of ("D") nominal diameter of pipe (+) plus 18", and a maximum Trench Depth of ("D") nominal diameter of pipe (+) plus 42". Trench Bottoms shall be free of rocks and stones larger than 3/4". Surface of Construction area shall be replaced, seeded, fertilized and maintained one Cl) year after final acceptance of the Water System by the Owner (City). All trees, brush, boulders, rocks, and debris affected by Construc- tion shall be properly disposed of. FRENCH "Water DETAIL Mains" I' II I I Sheet l6 1 -- ON �. of 4 V w Z a N y • pyc i Q L> ox z w R! <� CN � fo <c z a w a: < 3dO1S JO 301 \ 3 V 1 ^ i I=1 III: o z� Ilif Q za III oZ z Li IIIII z3 W Li > III WWw Q Li u 12 W y z Z Z III Q • III <oVC (4 W yE o = Q _ J < U / O 1- NZ coo I—~ u -z a I a�a W LJ Q W Q W e . I I_ U d N V F- a zo �z �_ — J Q Z < Ii F Q >W W- 111= Q V) 0� w uU Xz < III W �W w< a n w c c z 111 aW �> D - &W WC o 1111 _ c5 Ja. t z a > 11 . 111 W 2 U CC W a< yN < Illf: Q N y O Z III: 3 Z 7 z N —I w W WY j - III a0. '-" __�a- a< < m II11E lJ U H z w =1 z 0 W z� OW HE Z Q U III-- N O 2 W < OOH -� aIXz c a ¢< l— JKW 0< << aoc UW '�'� HJ1IQlJ NaC3 zU NU aya << < z J < W W (.1 ¢ Z f F-ir-Li JCW Uam < W<r W f < G W D zOQ LiZC yi 0 J 2 < CM W IC - nia — z REVISED: 12/10/98 SHEET 17 I N.G. DL'.. PIPE No. 6 BARS 60",54",48' 6" CENTERS No. 5 BARS 42,36" 6" CENTERS No. 6 BARS 30" 1'—O CENTERS 8',12",15', No. 5 BARS 18",24 1'-0' CENTERS NNoffII &30F SHEET No. 16 ALSO APPLIES TO SEWER CONSTRUCTION INSIDE PIPE DIAMETER(MAX.) "B" " " " 18 4-0 54" 7-6" 60" 7'-7" NOTE. REINFORCING SWILL BE CONTINUOUS THRU MANHOLE cO1FLY w/MASS �' emaa T PROFESSIONAL mCO ENGINEERS SURVEYING SPECIALISTS 205 W. Cats' - (30') N3 -.T2" TRENCH Xc 33"-60' DIA. PIPE 30"-54" BASE 27'-48 i 21"-3C 18"-30" 14'-24" • 12"-18" i 11'-8',10',12,15", • 4 No. 5 BARS LONGITUDINAL — CLASS Or CONCRETE CLASS "A" BEDDING REQUIRED BEDDING FOR PVC PIPE AT ALL DEPTHS AND LENGTHS AS FOLLOWS: ALL PVC PIPE SHALL HAVE MATERIAL IN THIS ZONE MEETING ASTM D 448-#675 OR ASTM D 2774 1" MAX. .15"-54".60" 12"-36',42".48' 5"-8'.10'.12".18",24" FOR ALL PIPES FILL WITH ACCEPTABLE MATERIAL' PER SPECIFICATIONS © SB-2 BACKFILL UNDER ALL PAVED SURFACE AREAS & TO 1" BEHIND CURB HERS "B" - - I- - f , ' THE MINIMUM TRENCH WIDTH FOR ALL SIZES OF PIPES SHALL BE THAT WHICH ALLOWS A 6" WORKING DISTANCE ON EACH SIDE OF THE BELL TRENCH WIDTH SCHEDULE CLASS "B" BEDDING NOTE PAYMENT FOR ' ROCK EXCAVATION" SHALL BE COMPUTED ION A MAXIMUM TRENCH WIDTH OF ("0 NOMINAL DIAMETER OF PIPE (+) PLUS 18", AND A MAXIMUM TRENCH DEPTH OF ("D') NOMINAL DIMIETER OF PIPE (+) PLUS 42". REVISED: 02/08/99 SHEET ._L. projects\details\tren—bed.dwg H Mochined Surface, Non —Rocking Manhole Frame And Cover Bass 4 Hayes or Equal. Note: D 8 Min '� 4 • . C. I 2q.. For Manholes In Public Right -of -Way, Cost x In Place Concrete Shall Stop At Point Indicated. D aJ W I S Note v For Manholes 4'-010or Less In Depth, Use Manhole _ 24"Min-36"Mox: High Cone With 8 -Max. Steps High 2-00 Throat. •1 • v • • N • W o 48" C. B.. Min See Note 4" GROUT BASE OF MN 4.• 1Mm I. 12" :v .•.:':y.=`:: a.==— 3000 Psi Concrete Ndte For Pipes Entering Base, Opening Is Made, Pipe Is Inserted And Sealed With Non - Shrink Grout. 6" Min.. SECTION - TYPICAL POURED IN PLACE MANHOLE Rev.. SHEET NO. 2 205 W. CENTER M ILHOLLAND COMPANY (501) 443..724 Fayetteville Engineers Surveyors Arkansas w z J W W vIi. 4f d - ti' Y U O I a LL = N I• - c e, z a w m �•• p fP w Q F -I CJ v m . N' w � I _ m p c w m m r a E - w w c L • m [L (n o m n • SHEET NO. 3 205 W. CENTER M IL HO L L A ND COMPANY (001) 443.4724 Fayetteville Engineers Surveyors Arkansas w,w w — — = _ J _ F a — — 33 I� .. � o c� v) w l z ? O J_ o (-• 0 . a w o y o Y a a w o2 w fl'w w z V If u, a 3 w A I p Y H w Z Z j O _. >o a.o m o z a SHEET NO. 4 203 W. CENTER MILHOLLAND .COMPANY (S01(gg3-472q Fayetteville Engineers Surveyors Arkansas 1 1 1 1 1 15" Min.Tk. x 20" Min. Width Min. Undisturbed Hardpan or Solid Rock PIER DETAIL N.T.S. PIPE SUPPORT FOR CREEK CROSSINGS 12" Max.to Bell 3-«4's E fi " c.c. Continuous Over Pipe 9 into Footing Ext. Creek Bed C a a. Main If Rock Encountered,Ftg to Doweled 12" into Rock w/4 12IsC.C. Grid. 6 PROFESSIONAL ENGINEERS SURVIVING ••' to pair SPECIALISTS 205 W. Center • (SOP) 443-4724 Fayetteville Arkansas SHEET 6 FAYETTEVILLE I r, I I I In reviewing the plans for the above mentioned project, some special items need to be taken into consideration. We have been advised by the engineer that construction of the drainage system will ' necessitate the removal of certain trees within the permanent drainage easement area. The City tries to avoid damage to and the loss of trees and other vegetation; however, there are times when circumstances leave no other choice. The City cannot adequately compensate you for the ' loss of any mature trees that are in landscaped areas; however, the following proposed compensation will allow you, at your discretion, to have a local nursery plant similar trees (2" diameter) as a substitute for the trees that will have to be removed: 1 - 7" Black Locust =2 @ $150.00 each = $ 300.00 1 - 5" Hackberry = 1 @ $150.00 each = 150.00 1 - 7" Bois D'Arc = 1 @ $ 75.00 each = 75.00 1 - 5" Bois D'Arc = 1 @ $ 75.00 each = 75.00 • 1 - 5" Black Locust = 1 @ $150.00 each = 150.00 1 - 4" Elm = 1 @ $150.00 each = 150.00 Is 900.00 _ Standard nursery installation (50% of tree purchase) 450.00 Total Proposed Compensation for Landscape Damages = $1350.00 The City does not encourage the planting of new trees in the specified permanent drainage easement area because such trees inhibit the future use of said easement area. ' If you have any further concerns or comments, please feel free to call either Ed Connell at 444-3415 or Jill Goddard at 444-3407. Sincerely yours, THE CITY OF FAYETTEVILLE, ARKANSAS September 30, 1998 Michael E. & Barbara G. Carter 1375 N. Crossover Road Fayetteville, AR 72703 RE: Londonderry Drainage Improvements Boardwalk Addition, Phase III Job No. 98038 Tract No. 1 Side Letter Dear Mr. and Mrs. Carter: Donald R. Bunn City Engineer '113 WEST MOUNTAIN 72701 501-521-7700 'FAX E'1'1'EV1LLE I E CITY OF FAYETTEVILLE, ARKANSAS October 27, 1998 Marian S. & Larry M. Beightol, Trustees Marian S. Beightol Revocable Trust Agreement ' 10841 NW 6th Street Plantation, FL 33324 ' RE: Londonderry Drainage Improvements Job No. 98038 Boardwalk Addition, Phase III, Lot 8 ' 2579 Meandering Way, Fayetteville, AR Tract No. 3 ' Side Letter Dear Mr. and Mrs. Beightol: As per our telephone discussions, the following pertains to concerns expressed relating to the construction of the proposed drainage improvements as they cross your ' property: The fencing now in place will be temporarily removed for construction purposes and will be replaced in as good or better condition as first found. ' Any sod destroyed by construction will be replaced with Bermuda sod. If you have any further concerns or comments, please contact Ed Connell at 444- 3415 or myself at 444-3407. 1 1 1 Sincerely, Jill S. Goddard Land Agent !sg ' COPY: LINDSEY MGT, CO. WEST MOUNTAIN 72701 501-521-7700 ItAYL11LIVILLL I THE CITY OF FAYETTEVILLE, ARKANSAS October 16, 1998 1 ' Anthony G. & Tonia E. Shelton 2601 Meandering Way ' Fayetteville, AR 72701 RE: Londonderry Drainage Improvements Boardwalk Addition, Phase III, Lot 9 Job No. 98038 Tract No. 4 ' Side Letter Dear Mr. and Mrs. Shelton: As per your discussions with City representative, Holly Jones, the following is a list of concerns expressed relating to the construction of the proposed drainage improvements as they cross your property: c The fencing now in place will be temporarily removed for construction purposes and will be replaced in as good or better condition as first found. However, temporary fencing will be installed outside of the easement area during construction for the protection of your dog. Any sod destroyed by construction will be replaced with Bermuda sod. ' o As noted on the plans, the 3" pear tree (within the temporary construction easement) is to be protected by the contractor. If you have any further concerns or comments, please contact Ed Connell at 444- 3415 or myself at 444-3407. Sincerely, Jill S. Goddard 'Land Agent /jsg I3 WEST MOUNTAIN 72701 501-521-7700 FAX 501-575-8257 FAYETTEVI LLE I THE CITY OF FAYETTEVILLE, ARKANSAS ISeptember 30, 1998 I Bryant Developers Inc. 5309 Bryant Place Springdale, AR 72764 I RE: Londonderry Drainage Improvements Boardwalk Addition, Phase III, Lot 36 Job No. 98038 Tract No. 5 Side Letter IDear Sir or Madam: In reviewing the plans for the above mentioned project, some special items need to be Itaken into consideration. We have been advised by the engineer that construction of the drainage system will necessitate the removal of certain trees within the temporary construction easement next to the existing drainage easement. The City tries to avoid damage to and the loss of trees and other vegetation; however, there are times when circumstances leave no other choice. The City cannot I adequately compensate you for the loss of any mature trees that are in landscaped areas; however, the following proposed compensation will allow you, at your discretion, to have a local nursery plant similar trees (2" diameter) as a substitute for the trees that will have to be removed: I. 1 - 10" redbud = 2 @ $140 each $ 280 1 - 15" mulberry = 2 @ $140 each $ 280 1- 6" redbud =1@$140 $ 140 1 -10"cedar =1@$140 140 Subtotal (6 purchased trees) $ 840 Standard nursery installation (50% of tree purchase) $ 420 Total Proposed Compensation for Landscape Damages $1,260 The City does not encourage the planting of new trees in the specified permanent drainage Ieasement area because such trees inhibit the future use of said easement area. If you have any further concerns or comments, please feel free to call either Ed Connell at 444-3415 or Jill Goddard at 444-3407. Sincerely yours, Donald R. Bunn City Engineer DRBTjsg '113 WEST MQUNTAIN 72701 501-521-7700 IFAI. '1"1'LV1LLB; L THE CITY OF FAYETTEVILLE, ARKANSAS October 16, 1998 ' Bryant Developers, Inc. 5309 Bryant Place Springdale, AR 72764 RE: Londonderry Drainage Improvements Boardwalk Addition, Phase III, Lot 36 Job No. 98038 'Tract No. 5 Side Letter #2 ' Dear Sir or Madam: As per your discussions with City representative, Holly Jones, the following pertains ' to concerns expressed relating to the construction of the proposed drainage improvements as they cross your property: ' o Any sod destroyed by construction will be replaced with Bermuda sod. If you have any further concerns or comments, please contact Ed Connell at 444- 3415 or myself at 444-3407. ISincerely, Jill S. Goddard Land Agent I Ti I I 13 WEST MOUNTAIN 72701 501-521-7700 _ Cr IFAYETTEVY LLE i THE CITY OF FAYETTEVILLE, ARKANSAS I I I I I I The new inlet (south of your property at Lot 17) is designed to collect the storm water 'crossing Highway 265 and direct it westward. However, during extremely heavy rains (especially, say, during a 100 -year flood event), there may be some overflow. To drain this overflow, it is planned to install a one -foot elevation berm to the west of the inlet and to grade the swale to the 1 existing drainage system on the south side of your property, thus directing any overflow through the existing system (please see attached drawing). September 30, 1998 Phil L. Bronson 28 E. Center Fayetteville, AR 72701 RE: Londonderry Drainage Improvements Boardwalk Addition, Phase III Lot 17 Job No. 98038 Dear Mr. Bronson: The City of Fayetteville is planning to improve the drainage system within Boardwalk Addition, Phase III, by redirecting the storm water crossing Highway 265 to a new underground system just south of the subdivision. This then will be directed through the subdivision via underground piping, then into a concrete channel before being ultimately directed to the pond area north of Boardwalk Addition, Phase III. 1 This letter is to inform you that during construction the contractor will temporarily remove some of your south fencing to do the improvements to the existing drainage system. They will be working within the existing utility/drainage easement area. At completion of the project, your fence will be replaced in as good as or better condition as first found. 1 A City Land Agent will be glad to meet with you at your convenience and discuss all phases of this project. Please contact Ed Connell at 444-3415, Jill Goddard at 444-3407, or I can 1 be reached at 575-8206. Sincerely yours, 1 Donald R. Bunn City Engineer 1 DRBrjsg Enclosures ,13 WEST MOUNTAIN 72701 501.521-7700 •FAYETTEVI LLE I fHE CITY OF FAYETTEVILLE, ARKANSAS I I I I I LI I October 22, 1998 Charles A. & Laura J. Meek 1482 Arthurs Court Fayetteville, AR 72701 RE: Londonderry Drainage Improvements Boardwalk Addition, Phase III Lot 37 Job No. 98038 Dear Mr. and Mrs. Meek: The City of Fayetteville is planning to improve the drainage system within Boardwalk Addition, Phase III, by redirecting the storm water crossing Highway 265 to a new underground system just south of the subdivision. This then will be directed through the subdivision via underground piping, then into a concrete channel before being ultimately directed to the pond area north of Boardwalk Addition, Phase III. This letter is to inform you that during construction the contractor will temporarily remove the fencing along your east property line in order to do the improvements to the existing drainage system. They will be working within the existing utility/drainage easement area. At completion of the project, your fence will be replaced in as good as or better condition as first found. (See enclosed drawing.) A City Land Agent will be glad to meet with you at your convenience and discuss all phases of this project. If you have any questions, concerns or need additional information, please feel free to call either Ed Connell at 444-3415 or myself at 444-3407. Sincerely yours, Jill S. Goddard Land Agent /jsg Enclosure ,3 WEST MOUNTAIN 72701 501-521-7700 Project No. 98038 • Project Londonderry Drs4uge Improvement, Parcel No. 7651 41 9 9-001 FILED FOR F_e,:j Tract No. I DRAINAGE EASEMENT 99 OCT 20 n(1 1121 BE IT KNOWN BY THESE PRESENTS: i„.'.',I .PTO i CO :;R I. THAT WE, Michael E. Carter and Barbara G. Carter, husband and wife, hereinafter called GRANTOR, for and in consideration of the sum of One Dollar ($1.00) and other good and valuable consideration, the receipt of which is hereby acknowledged, do hereby GRANT, SELL and CONVEY unto the City of Fayetteville, Arkansas, a municipal corporation, hereinafter called GRANTEE, and unto Grantee's successors and assigns, a permanent easement and a I. temporary construction and grading easement to excavate, construct, maintain, repair and/or replace an earthen retaining levy, drainage file area, open ditch, concrete channel and/or concrete inlet box on, over, and through the following described • land situated in the County of Washington, State of Arkansas, to -wit: PROPERTY DESCRIPTION: Part of the Southeast Quarter (SE'/.) of the Northeast Quarter (NE'/.) of Section 11, Township 16 North, Range 30 West of the Fifth Principal Meridian in Washington County, Arkansas, being more particularly described as follows, to -wit Commencing at the Northwest corner of said SE`/. of the NE%; thence North . 89' 50'44' East 829.11 feet to the Point of Beginning; thence North 89' 50' 44' East 430.0 feet to the West right of way of Highway 265; thence along said West right of way South 22 56' West 217.30 feet; thence South 26.OT 36' West 115.53 feet; thence leaving said West right of way South 89' 28' West 294.47 feet; thence North 305.43 feet to the Point of Beginning, containing 2.55 acres, more or less. ' PERMANENT v M NT DESCRIPTION: A permanent drainage easement of twenty (20) feet equal and uniform width across the above described Ion being parallel with and contiguous to the North line of the above described property and situated on the South side thereof. Containing 8,515 square feet (0.195 acre), more or less. TEMPORARY CONSTRUCTION AND GRADING EASEMENT DESCRIPTION: ' A temporary construction and grading easement across the above described property, being contiguous to the South line of the above described permanent easement and situated on the south side thereof, being more particularly described as follows: Commencing at the Northwest corner of the above described property; thence with the west property line, South 20.0 feet, to the Point of Beginning; thence with the South line of the permanent drainage easement described hereinabove. North 89.50' 44' East 421.53 feet to the ' east property line; thence with said east property line, South 22' 56' West 80.87 feet; thence North 33.36' 49' West 77.18 feet; thence South 89.50' 44' West 347.29 feet, to the west property line; thence with said west property line, North 10.0 feet, to the Point of Beginning and containing 6,448 square feet (0.148 acre), more or less, I. together with the rights, easements, and privileges in or to said lands which may be required for the full enjoyment of the rights herein granted. This temporary construction and grading easement as conditioned above, shall terminate when the hereinabove ' referenced project has been completed by the contractor and accepted by the City of Fayetteville, Arkansas. It is expressly understood that this temporary construction and grading easement shall exclude any permanent structure presently located within the above described temporary construction and grading easement area. ' TO HAVE AND TO HOLD unto said Grantee, its successors and assigns, togetherwith free ingress to and egress from the real estate first hereinabove described for the uses and purposes hereinabove set forth. The said Grantor is to fully use and enjoy the said premises except for the purposes hereinbefore granted to the said 1 Grantee, which hereby agrees to pay any damages which may arise to growing crops or fences from the above described construction, maintenance and operation as determined by three disinterested persons. One of whom shall be appointed by the said Grantor, one by the said Grantee; and the third by the two so appointed as aforesaid, and the written award of such three persons shall be final and conclusive. The Grantor agrees not to erect any buildings or structures in said permanent easement other than fences and said fences shall not exceed six (6) feet in height. The Grantee shall have the light to construct additional drainage structures within the above described permanent easement at any time in the future and agrees to pay any damages as a result of such future construction as set out in this easement The consideration first above recited as being paid to Grantor by Grantee is in full satisfaction of every right hereby ' granted. All covenants and agreements herein contained shall extend to and be binding upon the respective heirs, legal representatives, successors and assigns of the parties hereto. It is hereby understood and agreed that the party securing this document in behalf of the Grantee is without authority to make any covenantor agreement not herein expressed. 1 �r�� 98091595 ' DRAINAGE EASEMENT Carter Page 2 of 2 I. _ WITNESS the exec n hereof on this the __[_[ day of 1998. 1 Mic a I .Carter �4 Barbara G. Carter 1 ACKNOWLEDGMENT STATE OF ARKWSAS COUNTY OF WA r1IN(, I pN ) ' BE IT REMEMBERED, that on this date, before the undersigned, a duly commissioned and acting Notary Public within and for said County and State, personally appeared Michael E. Carter and Barbara G. Carter, husband and wife, • to me well known as the persons who executed the foregoing document, and who stated and acknowledged that they had so signed, executed and delivered said instrument for the co`nsideraton, uses and purposes therein mentioned and set forth. ' WITNESS my hand and seal on this day of 1998. Notary Public MY COMMISSION EXPIRES: HOLLY F. JONES __ J// A 1 NOTARY PUBLIC. STATE OF ARIUNSAS �- MY COMMISSION EXPIRES 05-01-2008 BENTON COUNTY I I I Ii I 98091596 Project No. 98039 Project Londonderry Dralrepe Improvenents Pared No. 765-17894.0W ' Tract No. 3 DRAINAGE TEMPORARY CONSTRUCTION AND GRADING EASEMENT I. BE IT KNOWN BY THESE PRESENTS: THAT WE, Marian S. Beightol and Larry M. Beightol, Trustees of the Marian S. Beightol Revocable Trust Agreement dated May 15,1998, hereinafter called GRANTORS, for and in consideration of the sum of One Dollar ($1.00) and other good and valuable consideration, the receipt of which is hereby acknowledged, do hereby GRANT, SELL and I CONVEY unto the City of Fayetteville, Arkansas, a municipal corporation, hereinafter called GRANTEE, and unto Grantee's successors and assigns, a temporary construction and grading easement on, over, and through the following described land situated in the County of Washington, State of Arkansas, for the sole purposes necessary to improve storm water drainage within Boardwalk Add Won, Phase Ill, to -wit: PROPERTY DESCRIPTION: Lot Numbered Eight (8), Boardwalk Addition, Phase III, Fayetteville, Arkansas, as per the final plat on file in the Office of the Circuit Clerk and Ex -Officio Recorder of Washington County, Arkansas. TEMPORARY CONSTRUCTION AND GRADING EASEMENT DESCRIPTION: A ten (10) foot wide temporary construction easement across the above described property, being parallel I. with and contiguous to the West line of the existing 7.5 foot wide Drainage Easement and situated on the West side thereof, being more particularly described as follows: Commencing at the Northeast comer of said Lot 8; thence with the North property line, South 90.00West 7.5 feet, to the Point of Beginning; thence with the west line of said existing 7.5 foot wide Drainage Easement, South 000 00' West 109.62 feet to the • North the of an existing 25 foot wide Utility Easement; thence with said North line, South 88° 28' 31" West 10.0 feet thence North 00.00' East 109.89 feet, to the North property line; thence with said North property We, North 90.00' East 10.0 feet, to the Point of Beginning, less and except any permanent structure within said easement area as of the date herein, and containing 1.097 square feet (0.025 acre), more or less, ' together with the rights, easements, and privileges in or to said lands which may be required for the full enjoyment of the rights herein granted. This temporary construction and grading easement as conditioned above, shall terminate when the hereinabove referenced project has been completed by the contractor and accepted by the City of Fayetteville, Arkansas. It is expressly understood that the above temporary construction and grading easement shall exclude any permanent structure presently located within said temporary construction and grading easement area. TO HAVE AND TO HOLD unto said Grantee, is successors and assigns, together with free ingress to and egress from the real estate first hereinabove described for the uses and purposes hereinabove set forth. The consideration first above recited as being paid to Grantor by Grantee is in full satisfaction of every right hereby granted. All covenants and agreements herein contained shall extend to and be binding upon the respective heirs, legal Irepresentatives, successors and assigns of the parties hereto. It is hereby understood and agreed that the party securing this document in behalf of the Grantee is without authority to make any covenant or agreement not herein expressed. WITNESS the execution hereof on this the n % day of ' r , 1998. MARIAN IS. BEIGHTOL REVOCABLE �%TRUST AGREEMENT DATED MAY 15, 1998 Marian S. Beightol, Trustee Lar htol, Trustee ACKNOWLEDGMENT STATE OF ARKIUi'S`A ) COUNTY OF AS191IINGTON BE IT REMEMBERED, that on this date, before the undersigned, a duly commissioned and acting Notary Public within and for said County and State, personally appeared Marian S. Beightol and Larry M. Beightol, Trustees of the Marian S. Beightol Revocable Trust Agreement dated May 15, 1998JQQeiMpll knovw as the persons who executed Jgregoiag4naint, and who stated and acknowledged that they had so signed, executed and delivered said instrument for the consideration, uses and purposes therein mentioned and set forth. II WITNESS my hand and seal on this �_ day of �C%Ob C!,1,tI' '//I r/ I ,1998. I FIVE �rDN 6�1 P. W.. 6t)91I ,.....uwes: a.rin N. mooNotary Public 11w cam.w `_ [J Project No. 98038 Project: Londonderry Drainage Impo+mrnb ' Parcel No. 765-17895-000 Tract Nu. 4 DRAINAGE TEMPORARY CONSTRUCTION AND GRADING EASEMENT BE IT KNOWN BY THESE PRESENTS: THAT WE. Anthony G. Shelton and Tonia E. Shelton, husband and wife, hereinafter called GRANTORS, for and in consideration of the sum of One Dollar ($1.00) and other good and valuable consideration, the receipt of which is hereby acknowledged, do hereby GRANT, SELL and CONVEY unto the City of Fayetteville, Arkansas, a municipal corporation, hereinafter called GRANTEE, and unto Grantee's successors and assigns, a temporary construction and grading easement on, over, and through the following described land situated in the County of Washington, State of Arkansas, for the sole purposes necessary to improve storm water drainage within Boardwalk Addition, Phase III, to -wit ' PROPERTY DESCRIPTION: . ' Lot Numbered Nine (9), Boardwalk Addition, Phase III, Fayetteville, Arkansas, as per the final plat on file • in the Office of the Circuit Clerk and Ex -Officio Recorder of Washington County, Arkansas. ' TEMPORARY CONSTRUCTION AND GRADING EASEMENT DESCRIPTION: A ten (10) foot wide temporary construction easement across the above described property, being parallel ' with and contiguous to the East line of an existing 7.5 foot wide drainage easement and situated on the East • side thereof, being more particularly described as follows: Commencing at the Northwest corner of said Lot 9; thence with the North property line, North 90' 00East 7.5 feet, to the Point of Beginning; thence with the East fine of said existing 7.5 foot wide drainage easement South 00' 00' West 109.22 feet, to the North line of an existing 25 foot wide Utility Easement; thence with said North line, North 88' 28' 31' East 10.0 feet; thence North 00' 00' East 108.95 feet to a point on the North property line, said point also being on a curve to the right said curve having a radius of 273.16 feet; thence along said curve an arc distance of 9.44 feet; thence South 900 00' West 0.56 feet, to the Point of Beginning and containing 1.090 square feet (0.025 acre), mare or less, together with the rights, easements, and privileges in or to said lands which may be required for the full enjoyment of the rights herein granted. This temporary construction and grading easement as conditioned above, shall terminate when the hereinabove referenced project has been completed by the contractor and accepted by the City of Fayetteville, Arkansas. It s expressly understood that the above temporary construction and grading easement shall exclude any permanent structure presently located within said temporary construction and grading easement area. ' TO HAVE AND TO HOLD unto said Grantee, its successors and assigns, together with free ingress to and egress from the real estate first hereinabove described for the uses and purposes hereinabove set forth. The consideration first above recited as being paid to Grantor by Grantee is in full satisfaction of every right hereby ' granted. All covenants and agreements_herein contained shall extend to and be binding upon the respective heirs, legal representatives, successors and assigns of the parties hereto. It is hereby understood and agreed that the party securing this document in behalf of the Grantee is without authority Ito make any covenant or agreement not herein expressed. �/ �/ WITNESS �the //eeexx1ec'utiioonn hereof on thisthe L° -y L day of / d C -!e 1 e �/ , 1998. //r,✓W.svrc,i<J ':/!/`.& \4TVL/C Anthony 0 4 j Anthony Shelton Tonia E. Shelton ' ACKNOWLEDGMENT STATE OF ARKANSAS SFiJT0h.I )I. ss. COUNTY OF 1gN BE IT REMEMBERED, that on this date, before the undersigned, a duly commissioned and acting Notary Public within and forsaid County and State, personally appeared Anthony G. Shelton and Tonia E. Shelton, husband and wife, ' to me well known as the persons who executed the foregoing document, and who stated and acknowledged that they had so signed, executed and delivered said instrument for the consideration, uses and purposes therein mentioned and set forth. WITNESS my hand and seal on this £0 day of lit -' C't''k. .1998. L(7 r _o �"t&o MY COMMISSION EXPIRES: HOLLY F. JONES Notary Public G'S'' '2c NOTARY PUBLIC, STATE OF ARKANSAS ��/ MY COMa*$SION EXPIRES 05-01-2008 BENTON COUNTY 1 Project No. 98038 ' Project Londonderry Drainage Improvements Parcel No. 76517921-000 Tract No. 6 DRAINAGE TEMPORARY CONSTRUCTION AND GRADING EASEMENT 1 BE IT KNOWN BY THESE PRESENTS: THAT WE, Hyland Park, Inc., hereinafter called GRANTOR, for and in consideration of the sum of One Dollar ' ($1.00) and othergood and valuable consideration, the receipt of which is hereby acknowledged, do hereby GRANT, SELL and CONVEY unto the City of Fayetteville, Arkansas, a municipal corporation, hereinafter called GRANTEE, and unto Grantee's successors and assigns, a temporary construction and grading easement on, over, and through the following described land situated in the County of Washington, State of Arkansas, for the sole purposes necessary to improve storm water drainage within Boardwalk Addition, Phase III, to -wit ' PROPERTY DESCRIPTION: Lot Numbered Thirty-five (35), Boardwalk Addition, Phase Ill. Fayetteville, Arkansas, as per the final plat on file in the Office of the Circuit Clerk and Ex -Officio Recorder of Washington County, Arkansas. TEMPORARY CONSTRUCTION AND GRADING EASEMENT DESCRIPTION: A ten (10) footwde temporary construction easement across the above described property, being parallel with and contiguous to the East line of an existing 7.5 foot wide drainage easement and situated on the East side thereof, being more particularlydescribed as follows: Commencing at the Northwest comer of said Lot 35; thence with the North property tine, South 40. 12' 57 East 11.76 feet, to the Point of Beginning; thence with the East fine of said existing 7.5 foot wide drainage easement, South 00° 34' 55East 145.96 feet; thence continuing with said East easement line, South 25° 37 00' West 5.12 feet, to the South property line; thence with said South line, South 40' 12' 52" East 10.97 feet; thence North 25' 32' 00" East 11.94 feet; thence North 000 3455' West 13821 feet, to the North property line; thence with said North line, North 40' 1757 West 15.68 feet, to the Point of Beginning and containing 1,496 square feet (0.034 acre), more or less, I I I I [1 I I Cl L together with the rights, easements, and privileges in or to said lands which may be required for the full enjoyment of the rights herein granted. This temporary construction and grading easement as conditioned above, shall terminate when the hereinabove referenced project has been completed by the contractor and accepted by the City of Fayetteville, Arkansas. Itis expressly understood that the above temporary construction and grading easement shall exclude any permanent structure presently located within said temporary construction and grading easement area. TO HAVE AND TO HOLD unto said Grantee, its successors and assigns, together with free ingress to and egress from the real estate first hereinabove described for the uses and purposes hereinabove set forth. The consideration first above recited as being paid to Grantor by Grantee is in full satisfaction of every right hereby granted. All covenants and agreements herein contained shall extend to and be binding upon the respective heirs, legal representatives, successors and assigns of the parties hereto. Itis hereby understood and agreed that the party securing this document in behalf of the Grantee is without authority to make any covenant or agreement not herein expressed. WITNESS the execution hereof on this the day of ©d-t'� \ , 1998. ATTEST: MCCoy, �4j, [Please print or type Namb and Tide] PARK, INC. print or type Name [SEAL] Ii TEMPORARY CONSTRUCTION & GRADING EASEMENT Hyland Park, Inc. Page2of2 ACKNOWLEDGMENT STATE OF ARKANSAS aa. COUNTY OF WASHINGTON BE IT REMEMBERED, that on this date, before the ersigned, a duly cgmmissioned and acting Notary Public within and,pi said County and State, personally appeared F. - and to meyatil known as th ersons who executed the foregoing docur Qnt, and who s and acknowledged that ey are the of Hyland Park, Inc., a corporation, and are duly authorized in their respective capacities to execute the tong rig instrument for and in the name and behalf of said corporation, and further stated and acknowledged that they had s signed, executed and delivered said instrument for the consideration, uses and purposes therein mentioned and set forth. WITNESS my hand and seal on this 6 day of Y .c -t -t. 1`J.t -/ 1998. i Notary Public MY COMMISSION EXPIRES: or FICWL SEAL OxCHOOPS NOTARY PUBLIC -ARKANSAS WASHINGTON COUNTY !:1i't;RMM. EXPIRES 9 /1 / 2004 ' Project No. 98038 Project Londonderry Drainage Improvements Parcel No. )85.17922-0W riLiD FOR E.: 3: D Tact No. 5 ' DRAINAGE EASEMENT 98 OCT 22 Ffl 2 03 BE IT KNOWN BY THESE PRESENTS: THESE.....%0: CO t,R ' i(. r,,.r ;ESS THAT WE, Bryant Developers, Inc., a corporation, hereinafter called GRANTOR, for and in consideration of the sum of One Dollar ($1.00) and other good and valuable consideration, the receipt of which is hereby acknowledged, do hereby GRANT. SELL and CONVEY unto the City of Fayetteville, Arkansas, a municipal corporation, hereinafter called ' GRANTEE, and unto Grantee's successors and assigns, a permanent easement and a temporary construction and grading easement to excavate, construct, maintain, repair and/or replace an earthen retaining levy, drainage file area, open ditch, concrete channel and/or concrete inlet box on, over, and through the following described land situated in the County of Washington, State of Arkansas, to -wit: ' PROPERTY DESCRIPTION: Lot Numbered Thirty-six (36), Boardwalk Addition, Phase III, Fayetteville Arkansas, as per the final plat on • file in the Office of the Circuit Clerk and Ex -Officio Recorder of Washington County, Arkansas. I. PERMANENT A M NT DESCRIPTION: A permanent drainage easement more particularly described as follows: Commencing at the Southwest comer of the above described property, thence East 8.31 feet, to the Point of Beginning; thence with the east line of an existing 7.5 foot wide drainage easement, North 25' 32' East 42.95 feet; thence South 00' 00' West 38.77 feet, to a point on the South property line, said point also being on a curve to the right, said curve having a radius of 248.12 feet; thence along said curve an arc distance of 1.80 feet; thence South 90' 00' West 16.71 feet, to the Point of Beginning and containing 359 square feet (0.008 acre), more or less. ' TEMPORARY CONSTRUCTION AND GRADING EASEMENT DESCRIPTION: A ten (10) foot wide temporary construction easement across the above described property, being parallel ... with and contiguous to the east line of an existing 7.5 foot wide drainage easement and the east line of the I. permanent drainage easement described hereinabove, and situated on the east side thereof, being more particularly described as follows: Commencing at the North corner of said Lot 36; thence South 40' 12' 52' East 8.23 feet, to the Point of Beginning; thence with the east line of the existing 7.5 foot wide drainage easement, South 25' 37 West 160.09 feet; thence with the east line of the permanent drainage easement ' described hereinabove, South 00' 00' West 38.77 feet, to a point on the South property line, said point also being a curve to the left, said curve having a radius of 248.12 feet; thence along said curve an arc distance of 10.0 feet; thence North 00' 00' East 36.3 feet; thence North 25' 32' East 153.32 feet; thence North 40' 12' 52" West 10.97 feet, to the Point of Beginning, less and except any permanent structure within said easement area as of the date herein, and containing 1,943 square feet (0.045 acre), more or less, ' - together with the rights, easements, and privileges in or to said lands which may be required for the full enjoyment of the rights herein granted. ' This temporary construction and grading easement as conditioned above, shall terminate when the hereinabove referenced project has been completed by the contractor and accepted by the City of Fayetteville, Arkansas. It is expressly understood that this temporary construction and grading easement shall exclude any permanent structure presently located within the above described temporary construction and grading easement area. ' TO HAVE AND TO HOLD unto said Grantee, its successors and assigns, together with free ingress to and egress from the real estate first hereinabove described for the uses and purposes hereinabove set forth. ' The said Grantor 's to fully use and enjoy the said premises except for the purposes hereinbefore granted to the said Grantee, which hereby agrees to pay any damages which may arise to growing crops or fences from the above described construction, maintenance and operation as determined by three disinterested persons. One of whom shall be appointed by the said Grantor; one by the said Grantee; and the third by the two so appointed as aforesaid, and the written award of such three persons shall be final and conclusive. ' .The Grantor agrees not to erect any bungs or structures in said permanent easement other than fences and said fences shall not exceed six (6) feet in height. The Grantee shall have the right to construct additional drainage structures within the above described permanent ' easement at any time in the future and agrees to pay any damages as a result of such future construction as set out in this easement. The consideration first above recited as being paid to Grantor by Grantee is in full satisfaction of every right hereby ' granted. All covenants and agreements herein contained shall extend to and be binding upon the respective heirs, legal representatives, successors and assigns of the parties hereto. It is hereby understood and agreed that the party securing this document in behalf of the Grantee is without authority to make any covenantor agreement not herein expressed. I- IIto J E -I t-4 O 9809081:1 DRAINAGE EASEMENT Bryant Developers, Inc. Page 2 of 2 WITNESS the execution hereof on this the "/�1 day of `-[•C �` .1998. BRYANT DEVELOPERS, INC. L'S�yA�Q I�G+a 11r [Please print or type Name and Title] ATTEST: ' . N A [Please print or type Name and Titlej fOC°kt ACKNOWLEDGMENT STATE OF ARKANSAS s& COUNTY OF WASHINGTON BE IT REMEMBERED, that on this date, before the undersigned, duly cormpmissioned and acting Notary Public within and for sa(County and State, personally appeared It Ill r .i H P . yCU IR A t and 11 pto me vv{{9� II known as the persons who executed the foregoing docurrrr))eent, and who stated and acknowledged that they are the %te!y dt4:t and N /p of Bryant Developers, Inc., a corporation, and are duly authorized in their respective ca cities to execute the foregoing instrument for and in the name and behalf of said corporation, and further stated and acknowledged that they had so signed, executed and delivered said instrument for the consideration, uses and purposes therein mentioned and set forth. � WITNESS my hand and seal on this 2! ;yam day of I /�T' ICYYO `r , 1998. HOLLY F. JONES NOTARY MAX, STATE OF ARXANSAS we Bor ENTONaCw U� ,-xaoe � ('1� Jr i J \. A )tt c/) ' Notary Public MY COMMISSION EXPIRES: 98090815 El Project No. 98038 Protect Londonderry Drainage Improvement ' Parcel No. 76117920-000 Tract No. 7 DRAINAGE TEMPORARY CONSTRUCTION AND GRADING EASEMENT ' BE IT KNOWN BY THESE PRESENTS: THAT I, George T. Williams, hereinafter called GRANTOR, for and in consideration of the sum of One Dollar ' (51.00) and other good and valuable consideration, the receipt of which is hereby acknowledged, do hereby GRANT, SELL and CONVEY unto the City of Fayetteville, Arkansas, a municipal corporation, hereinafter called GRANTEE, and unto Grantee's successors and assigns, a temporary construction and grading easement on, over, and through the following described land situated in the County of Washington. State of Arkansas, for the sole purposes necessary to Improve storm water drainage within Boardwalk Addition, Phase III, to -wit: I. PROPERTY DESCRIPTION: Lot Numbered Thirty-four (34), Boardwalk Addition, Phase III, Fayetteville, Arkansas, as per the final plat -. on file in the Office of the Circuit Clerk and Ex -Officio Recorder of Washington County, Arkansas. : TEMPORARY CONSTRUCTION AND GRADING EASEMENT DESCRIPTION: A ten (10) foot wide temporary construction easement across the above described property, being parallel I. with and contiguous to the East line of an existing 7.5 foot wide drainage easement and situated on the East :. side thereof, being more particularly described as follows: Commencing at the Northwest corner of said Lot 34; thence with the North property line, South 40. 1Z 52" East 8.18 feet; thence with the East line of said existing 7.5 foot wide drainage easement South 26° 30' West 44.74 feet, to a point on the South line of an ' existing 20 foot wide Utility Easement said point also being the Point of Beginning; thence continuing South • 26° 30' West 53.66 feet thence South 00.34' 55" East 723 feet to the South property line; thence with said south line, South 40° 12' 52" East 15.68 feet; thence North 00° 34' 55" West 16.90 feet; thence North 26° 30' East 5624 feet to the South line of the existing 20 foot wide Utility Easement; thence with said south line. West 11.17 feet, to the Point of Beginning and containing 670 square feet (0.015 acre), more or less, I. together with the rights, easements, and privileges in or to said lands which may be required for the full enjoyment of the rights herein granted. This temporary construction and grading easement as conditioned above, shall terminate when the hereinabove referenced project has been completed by the contractor and accepted by the City of Fayetteville, Arkansas. It is expressly understood that the above temporary construction and grading easement shall exclude any permanent structure presently located within said temporary construction and grading easement area. I. TO HAVE AND TO HOLD unto said Grantee, its successors and assigns, together with free ingress to and egress from the real estate first hereinabove described for the uses and purposes hereinabove set forth. The consideration first above recited as being paid to Grantor by Grantee is in full satisfaction of every right hereby I. granted. All covenants and agreements herein contained shall extend to and be binding upon the respective heirs, legal representatives, successors and assigns of the parties hereto. It is hereby understood and agreed that the party securing this document in behalf of the Grantee is without authority to make any covenant or agreement not herein expressed. Ic ' WITNESS th �xecution hereof on this day of (f, . 1998. I N _a Cteorge T. illiams (Spouse) ' ACKNOWLEDGMENT. STATE OF ARKANSAS ss. I. COUNTY OF WASHINGTON BE IT REMEMBERED, that on this date, before the undersigned, a duly commiss oned and acting Notary Public within and for said County and State, personally appeared George T. Williams and TI /A to me we r�k'�nro1wn as the person(s) who executed the foregoing document, and who stated and acknowledged that he/they ' had LtiA and delivered said instrument for the consideration, uses and purposes therein mentioned and set fo :r �.._.....!f .. I and seal on this day of (l/(� , 1998. MY.; COMMISSION PIgES: —�— Notary Public I I I I I I I I 11 DRAINAGE / GENERAL UTILITY EASEMENT BE IT KNOWN BY THESE PRESENTS: THAT I, Nancy Witt Lewis, hereinafter called GRANTOR, for and in consideration of the sum of One Dollar ($1.00) and other good and valuable consideration, the receipt of which is hereby acknowledged, do hereby GRANT, SELL and CONVEY unto the City of Fayetteville, Arkansas, a municipal corporation, hereinafter called GRANTEE, and unto Grantee's successors and assigns, a permanent easement and a temporary construction and grading easement to excavate, construct, maintain, repair and/or replace, enlarge and operate an earthen retaining levy, drainage tile area, open ditch, concrete channel and/or concrete inlet box, a water and/or sanitary sewer pipe line or lines, manholes, natural gas, electrical power, telephone and television communi cation line or lines, and appurtenances thereto on, over, across, under and through the following described land situated in the County of Washington, State of Arkansas, to -wit A part of the Southeast Quarter (SE'/.) of the Northeast Quarter (NE'/.) of Section Eleven (11), Township 16 North of Range 30 West being more particularly described as follows, to -wit Beginning at the Northwest comer of said forty acre (40) tract and running thence East 461.73 feet thence South 00° 32' East 307.99 feet thence West 465.9 feet more or less, to a point which is 307.15 feet South 00° 15' West of the point of beginning; thence North 00° 15' East 307.15 feet to the point of beginning, containing 3.27 acres, more or less. ALSO, part of the Southeast Quarter (SEV..) of the Northeast Quarter (NEY..) of Section 11, Township 16 North, Range 30 West of the 5th P.M., and being more particularly described as follows, to -wit Beginning at a point on the North One of said 40 acre tract at a point 461.73 feet East of the Northwest comer of said 40 acre tract; thence East along the North One thereof, 800.27 feet, to the Westerly right of way of a County Road; thence with the right of way of said road, South 22° 56' West 217.30 feet; thence South 25° 58' West 113.11 feet; thence South 89° 28West 863.30 feet; thence North 00° 32' West 307.99 feet, to the point of beginning, containing in all 5.133 acres, more or less. ' LESS AND EXCEPT: Part of the Southeast Quarter (SE'/.) of the Northeast Quarter (NEV.) of Section 11, Township 16 North, Range 30 West of the Fifth Principal Meridian in Washington County, Arkansas, being more particularly described as follows, to -wit: Commencing at the Northwest corner of said SE'/. of the NE%.; thence North 89° 5044' East 829.11 feet to the Point of Beginning; thence North 89° 50' 44' East ' 430.00 feet to the West right of way of Highway 265; thence along said West right of way South 22° 56' West 217.30 feet thence South 26° 0736" West 115.53 feet thence leaving said west right of way South 89° 28' West 294.97 feet thence North 305.43 feet to the Point of Beginning, containing 2.55 acres, more or less. I I I I I I I I I PERMANENT EASEMENT DESCRIPTION: A twenty (20) footwide permanent drainage easement across the above described property, being parallel with and contiguous to the North Fine of the above described property and situated on the South side thereof, being more particularly described as follows: Commencing at the Northwest corner of said SE'/. of the NE'/.; thence with the North property line, East 832.0 feet, more or less, to a point on the East property line, said point also being the Point of Beginning; thence with the North property line, West 490.51 feet; thence South 20.0 feet thence East 490.51 feet thence North 20.0 feet, to the Point of Beginning and containing 9,810 square feet (0.225 acre), more or less. TEMPORARY CONSTRUCTION AND GRADING EASEMENT DESCRIPTION: A temporary construction and grading easement across the above described property, being more particularly described as follows: Commencing at the Northwest comer of said SE''/. of the NE%; thence East 832.0 feet mom or less, to a point on the East property line; thence with said east line, South 20.0 feet, to the Point of Beginning; thence with the South line of the above described permanent easement, West 490.51 feet thence North 20.0 feet to the North property line; thence with said North line, West 114.40 feet; thence South 47° 57 19' East 126.92 feet thence East 45.0 feet thence North 27° 54' 0Y East 6223 feet; thence East 436.54 feet to the East property line; thence with said East line, North 10.0 feet, to the Point of Beginning and containing 12,791 square feet (0.294 acre), more or less, together with the rights, easements, and privileges in or to said lands which may be required for the full enjoyment of the rights herein granted. This temporary construction and grading easement as conditioned above, shall terminate when the hereinabove referenced project has been completed by the contractor and accepted by the City of Fayetteville, Arkansas. It is expressly understood that this temporary construction and grading easement shall exclude any permanent structure presently located within the above described temporary construction and grading easement area. TO HAVE AND TO HOLD unto said Grantee, i6 surxeyors and assigns, together with free ingress to and egress from the real estate first hereinabove described for the uses and purposes hereinabove set forth. The said Grantorto fully use and enjoy the said premises except for the purposes hereinbefore granted to the said Grantee, which hereby agrees to pay any damages which may arise to growing crops or fences from the above described construction, maintenance and operation as determined by three disinterested persons. One of whom shall be appointed by the said Grantor; one by the said Grantee; and the third by the two so appointed as aforesaid, and the written award of such three persons shall be final and conclusive. DRAINAGE EASEMENT Nancy Witt Lewis Page 2 of 2 The Grantor agrees not to erect any buildings or structures in said permanent easement other than fences and said fences shall not exceed six (6) feet in height. The Grantee shall have the right to construct additional drainage structures, pipe lines, electrical power lines, telephone and/or television lines or cables within or upon the above described permanent easement at any time in the future and agrees to pay any damages as a result of such future construction as set out in this easement. The consideration first above recited as being paid to Grantor by Grantee Is in full satisfaction of every right hereby granted. All covenants and agreements herein contained shall extend to and be binding upon the respective heirs, legal representatives, successors and assigns of the parties hereto. It is hereby understood and agreed that the party securing this document in behalf of the Grantee is without authority to make any covenant or agreement not herein expressed. WITNESS the execution hereof on this the day of , 1999. Nancy Witt Lewis RobertA. Lewis ACKNOWLEDGMENT St COUNTY OF WASHINGTON BE IT REMEMBERED, that on this date, before the undersigned, a duly commissioned and acting Notary Public within and for said County and State, personally appeared Nancy Witt Lewis and Robert A. Lewis, her husband, to me well known as the persons who executed the foregoing document, and who stated and acknowledged that they had so signed, executed and delivered said instrument for the consideration, uses and purposes therein mentioned and set forth. WITNESS my hand and seal on this day of , 1999 Notary MY COMMISSION EXPIRES: