HomeMy WebLinkAbout87-99 RESOLUTION•
•
•
RESOLUTION NO. 8 7 - 9 9
A RESOLUTION AWARDING AN ENGINEERING CONTRACT
UNDER RFQ98-12, IN THE AMOUNT OF $498,879 TO THE RJN
GROUP, INC., PLUS A 10% CONTINGENCY AMOUNT OF
$49,888, FOR ENGINEERING DESIGN AND CONSTRUCTION
INSPECTION FOR SANITARY SEWER REHABILITATION,
ILLINOIS RIVER BASINS 6-9 AND 16, AND WHITE RIVER
MINISYSTEM 9.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby awards an engineering contract under RFQ98-
12, in the amount of $498,879 to the RJN Group, Inc., plus a 10% contingency amount of $49,888,
for engineering design and construction inspection for sanitary sewer rehabilitation, Illinois River
Basins 6-9 and 16 and White River Minisystem 9; and authorizes the Mayor and City Clerk to
execute an engineering contract for said amounts. A copy of the contract is attached hereto marked
Exhibit "A" and made a part hereof.
PASSED AND APPROVED this day of July , 1999.
f a ; t;. •_ est APPROVED:
�
ATTIEST:, �.
B
Heather Woodruff, City Jerk
By.
Fred Hanna, Mayor
S��
XXX AGENDA REQUEST
XXX CONTRACT REVIEW
GRANT REVIEW
RECEIVED
JUN 21 1999
CITY OF FAYETTEVILLE
CITY CLERK'S OFFICE
For the City Council meeting of July 6J 999
FROM:
David Jurgens Water/Sewer Public Works
Name Division Department
ACTION REQUIRED: Approve an Engineering Agreement with The RJN Group, Inc., in the
amount of $498,879, and approve a 10% contingency of $49,888, for engineering design and
construction inspection for Sanitary Sewer Rehabilitation, Illinois River Basins 6-9 and 16, and White
River Minisystem 9.
COST TO CITY:
$ 548 767z,s iF34Z Sewer Rehabilitation
Category/Project Budget
Cost of this request
4470-9470-5815.00
Account Number
96012-8410
Protect Number
Funds used to date
Remaining Balance
Category/Project Name
Sewer Mains Construction
Program Name
?Ios Tax
Fund
BUDGET
B
'Is.
rdinator
W • X Budgeted Item
Bud
t Adjustment Attached
r
strative Services Director
CONTRACT/GRANT/LEASE REVIEW
G - s-99
GRANTING AGENCY:
Date ADA Coordinator Date
Date Internal Auditor Date
chas'�• Officer
Date
RECOMMENDATION Award contract and approve contingency as stated above.
A
131ua49
Date
a.4.4a-. fern
N V' V�t1
dmini five Services Director
yor
BASI6201.WPD
Date
21JuN%
Date
6/N
Date
Cross Reference:
New Item: Yes No
Prev Ord/Res #: N/A
Orig Contract Date: N/A
Approvals: Mr woes office tat only)
Mayor: Department Director. Purchasing Manager.
Admin. Services Director. Budget Coordinator. Data Processing Mgr.
Special Instructions:
—
3
Requester. n
4„, RdAfru.
n
Address:
(3(LO AsaAtAs g-340( S.tit zo(o
Vendor #: SSC3°
CITY OF FAYETTEVI
Purchase Requisition
(not a purchase order)
SHIPPINGIHANDLING
`M
A
O:
5
3
S%
ja
a.
Quantity 1
N
�..
9.61 C
co
\
Unit
Cop
N
r \ v'
4-
N Gone Vijm
pp R
3 0.n
be
O
O
O
Account Number.
'Requesters Employee#:
2O(
Ship To Code:
FOB Point:
N
t
Q
a
m
mO
D i ' ad Approval:
<1+
< ;
N p1
Requisition No.:
X19 10L
P.O. Number: 1
•
•
A0
c
L
Expected Delivery Date:
0
6. -NN
I-A
Inventory
CO
CD y W
•
•
STAFF REVIEW FORM Page 2
Description: Engineering Contract. RJN Group. Inc. Sewer Rehabilitation
Meeting Date: July 6 1999
Comments: Reference Comments:
Budget Coordinator:
Accounting Manager:
City Attorney:
Purchasing Officer:
ADA Coordinator:
Internal Auditor:
•
•
•
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Fayetteville Mayor and City Council
Thru: Charlie Venable, Public Works Director
Thru: Don Bunn, Assistant Publicyfgr
From: David Jurgens, Water/Sewerrf\�
Date: June 13, 1999
rector
Re: Agenda Request- July 6 City Council Meeting, Engineering Services Contract, Blinois
River Basins 6-9 and 16, and White River Minisystem 9 Sewer Rehabilitation, RJN
Group, Inc.
1. Background. The sewer system which flows to the Old Wire Road lift station (at the intersection
of Old Wire and Highway 265) requires significant rehabilitation in order to reduce inflow and
infiltration in the system and thus significantly reduce or eliminate the overflow at the Old Wire Road
lift station. Additionally, we have recently seen the excellent benefits rehabilitation has provided by
significantly reducing extraneous flows to the wastewater treatment plant. This project is designed
to reduce the extraneous I/1 and upgrade the system's capacity so that it can carry the required
volume of water. The areas in which rehabilitation construction will be conducted are the areas
generally located between Highway 265, Highway 45, and Old Wire Road (Illinois River basins 6-9),
the hill south of Root School (Illinois River basin 16) and the Hyland Park area (White River
minisystem 9), all shown on the attached map. We experience recurring rainfall -induced overflows
at five manholes in these areas.
2. Project Description. This is the second of three phases of the sewer rehabilitation work in these
areas. Phase 1, physical study, is complete. Phase 3, construction, will be contracted at a later date.
This engineering contract covers phase 2 (engineering design) and project inspection from phase 3.
A. Phase I. Preliminary Engineering (Sanitary Sewer Evaluation) Study. This involved a
thorough investigation of the sewer system to identify all sources of inflow and infiltration through
which rain and ground water enters the sewer system. It also identified major structural and capacity
defects, and took recurring maintenance problems into account. City personnel participated in and
provided input to this phase. The product was a recommended construction plan with cost-effective
repair analysis.
B. Phase 2. Final Engineering Design. This phase includes the design of the rehabilitation and
the bidding process. It includes design for replacement and/or repair of 15,127' of 6" through 12"
sewer mains, 10 point repairs, repairing approximately 2,500 manhole defects on more than 500
manholes, and other, similar repairs. This engineering contract also covers construction inspection
for phase 3.
C. Phase 3. Construction. This phase involves the actual manhole and sewer line construction
and rehabilitation, and inspecting and supervising the contractors who perform the work. This phase
will probably include two to four construction projects- one for manhole work, one for traditional
(dig and replace) main line repairs and replacement, and one to three for specialized, trenchless main
line repairs. Construction should be begun in late 1999, and will last from 18 to 24 months.
3. Selection Process. The Engineer Selection Committee selected firms for this project on April 6,
1998. RJN Group, Inc., was selected for this project.
4. Clarification of Scope and Negotiations. Meetings and consultation between City staff and Hugh
Kelso, RJN, resulted in the final proposed contract (enclosure 2).
5. Execution. As planned, phases 1 and 3 of this project are cooperative efforts between City forces
and RJN personnel. To reduce costs and expedite the project, City Water/Sewer Division crews
participated in several of the field tasks in the study, and will perform some of the construction.
6. Budgeting. The sewer rehabilitation project is in the 1999 Capital Improvements Plan (pages 125
and 182) and is funded by Water and Sewer and Sales Tax funds. Budget details are identified on
the attached agenda request.
7. Staff Recommendation. The Staff recommends award of the Engineering Contract to RJN Group,
Inc., in the amount of $498,879, and approve a 10% contingency of $49,888 for a total cost of
$548,767.
Attachments:
Agenda Request
Project Area Map
Proposed Contract (3 Originals)
DAREHAB-S W\BAS 16201. W PD
•
MED *01.801.AMI
-
•
Y..E.,
•
,0:
AGREEMENT
CITY OF FAYETTEVILLE, ARKANSAS
AND
RJN GROUP, INC.
THIS AGREEMENT made this ("11^ day of i , 1999 by and between the
City of Fayetteville, hereinafter called OWNER and RJN GROUP, INC., Dallas, Texas
hereinafter called ENGINEER.
WHEREAS, the ENGINEER has conducted a Sewer System Evaluation Survey for the
White River and Illinois River Watersheds in Basins I6, I7, I8, I9, I16, and Mini System W9.
NOW, therefore, the OWNER hereby engages the ENGINEER to provide the
following professional services as set forth in this agreement. Services will be performed by
the ENGINEER with McClelland Consulting Engineers, Inc. of Fayetteville, Arkansas as a
subconsultant.
Section I - Basic Services of ENGINEER
The ENGINEER agrees to furnish and perform various professional engineering
services related to improvements to the Sewer System in the White River and Illinois River
Watersheds.
Services include engineering design and resident engineering for sewer improvements
to City sewers located in the White River and Illinois River Watersheds. The areas include
Mini System W9 in the White River Watershed and Basins I6, I7, I8, I9, and I16 in the
Illinois River Watershed. Extent of improvements are described in Exhibit A of this
Agreement.
The services for this Agreement are further described in Exhibit A attached and hereto
made part of this Agreement.
lune 7, 1999
1
•
AGREEMENT (Cont.)
Section II - Future Services for ENGINEER
The ENGINEER is available to furnish and perform, under a separately negotiated
agreement, future engineering services as desired and authorized by OWNER for additional
planning work, design, construction, and testing with respect to extensions of this Project or
others.
Section III - OWNER's Responsibility
Mr. Dave Jurgens, P.E., or other designee of the City of Fayetteville shall be the
OWNER's Representative, and is authorized to act with authority on behalf of the OWNER
with respect to all work tasks of the Project for which services are to be rendered by the
ENGINEER.
As responsible agent and beneficiary of the Project, the OWNER's responsibilities shall
include the following:
June 7, 1999
1. Assist ENGINEER by placing at his disposal all available information pertinent
to the Project including maps, records, and any other data relative to the
ENGINEER's services.
2. Furnish to ENGINEER, as required for performance of ENGINEER's Basic
Services, except to the extent provided by the ENGINEER's Basic Services,
data prepared by or services of others, including without limitations any
previous plans for the sewer system, maps, and other special data or
consultations not covered in ENGINEER's Basic Services; all of which
ENGINEER may rely upon in performing his services.
3. Arrange for access to and make all provisions for ENGINEER to enter upon
public property, public easements, private property as possible, as required for
ENGINEER to perform his services.
4. Examine studies, reports, sketches, drawings, specifications, proposals and
other documents presented by ENGINEER, obtain advice of any attorney,
insurance counselor and other consultants as OWNER deems appropriate for
such examination and render in writing decisions pertaining thereto within a
reasonable time so as not to delay the services of ENGINEER.
2
•
AGREEMENT (Cont.)
5. Provide such accounting, independent cost estimating, and insurance counseling
services as may be necessary for the Project, such legal services as OWNER may
require or ENGINEER may reasonably request with regard to legal issues
pertaining to the Project.
Give prompt written notice to ENGINEER whenever OWNER observes or
otherwise becomes aware of any development that affects the scope or timing of
ENGINEER's services.
Bear all costs of advertising the construction bid request.
Perform all negotiations related to obtaining easements, permits, and licensing
agreements for the project.
9. Provide copies of all available as -built records for sewer lines in project area.
10. Bear all costs incident to compliance with the requirements of this Section III.
,Section IV - Schedule of Service
The schedule of services is described in Exhibit B attached hereto.
The work described shall be carried out as expeditiously as weather and other physical
conditions permit. The ENGINEER shall not be liable to the OWNER, if delayed in, or prevented
from performing the work as specified herein through any cause or causes beyond the control of
the ENGINEER, and not caused by his own fault or negligence including acts of God, or the
public enemy, inclement weather conditions, acts, regulations, or decisions of the Government or
regulatory authorities after the effective date of this Agreement, fires, floods, epidemics, strikes,
jurisdictional disputes, lockouts, and freight embargoes.
him 7, 1999
3
AGREEMENT (Cont.)
Section V - Fees and Payments
Compensation to the ENGINEER by the OWNER for work set forth in this Agreement
will not exceed $498,879.00 without prior written approval of the OWNER. Compensation to
the ENGINEER shall be as detailed in Exhibit C.
Payments to the ENGINEER shall be made monthly upon receipt of the combined
status report and invoice to be submitted to the OWNER by the ENGINEER. Invoices shall
be due and payable to the ENGINEER within thirty (30) days of each billing.
Section VI - General Considerations
Standards of Performance
The ENGINEER shall perform all services under this Agreement in accordance with
the standards of the engineering profession.
Estimate of Probable Cost
Since the ENGINEER has no control over the cost of labor, materials, or equipment,
or over the contractor's method of determining prices, or over competitive bidding or market
conditions, his opinions of preliminary or probable construction cost or total project cost
provided for herein are to be made on the basis of his experience and qualifications. These
opinions represent his best judgement as an experienced and qualified professional engineer.
However, the ENGINEER cannot and does not guarantee that actual project cost will not vary
from opinions of cost by him.
June 7, 1999
4
•
AGREEMENT (Cont.)
Reuse of Documents
All data and documents including drawings, forms, computer programs, and
specifications furnished by the ENGINEER pursuant to this Agreement are instruments of
service with respect to the Project. They are not intended or represented to be suitable for
reuse by the OWNER or others on extensions of this Project or on any other project. Any
reuse without written verification or adaptation by the ENGINEER will be at the OWNER's
sole risk and without liability or legal exposure to the ENGINEER. Verification or adaptation
by the ENGINEER may entitle ENGINEER to further compensation at a rate agreed upon by
the OWNER and the ENGINEER.
Termination of Services
This Agreement may be terminated by either party in the event of substantial failure.
Termination may not be effected unless the other party is given not less than ten (10) days
written notice (delivered by certified mail, return receipt requested) or intent to terminate and
an opportunity for consultation with the terminating party.
Upon receipt of a termination action, the ENGINEER shall promptly discontinue all
services affected (unless the notice directs otherwise) and deliver or otherwise make available
to the OWNER (subject to "Reuse of Documents" provisions) all data, other information and
materials accumulated by the ENGINEER in performing this Agreement, whether completed
or in process. The OWNER shall compensate the ENGINEER for any termination settlement
costs the ENGINEER incurs related to commitments which had become firm prior to the
termination.
Controlling Law and Disputes
If any of the provisions of this Agreement are invalid under any applicable statute or
rule of law, they are, to that extent, deemed omitted. This Agreement shall be governed by
the laws of the State of Arkansas.
lune 7, 1999
5
•
•
AGREEMENT (Cont.)
Successors and Assigns
The OWNER and the ENGINEER each binds itself and its partners, successors,
executors, administrators, assigns and legal representatives of such other party, in respect to
all covenants, agreements and obligations of this Agreement.
Neither the OWNER nor the ENGINEER shall assign, sublet or transfer any rights
under or interest in (including, but without limitation, moneys that may become due or moneys
that are due) this Agreement without the written consent of the other, and except to the extent
that the effect of this limitation may be restricted by law. Unless specifically stated to the
contrary in any written consent to an assignment, no assignment will release this Agreement.
Nothing contained in this paragraph shall prevent the ENGINEER from employing such
independent consultants, associates, and subcontractors as he may deem appropriate to assist
him in the performance of services hereunder. Nothing herein shall be construed to give any
rights or benefits hereunder to anyone other than the OWNER and the ENGINEER.
Insurance
ENGINEER shall procure and maintain insurance for protection from claims under
Workers' Compensation Acts, claims for damages because of bodily injury including personal
injury, sickness, or disease or death of any and all employees or of any person other than such
employees, and from claims or damage because of injury to or destruction of property
including loss of use resulting therefrom. ENGINEER shall procure and maintain professional
liability insurance for protection from claims arising out of performance of professional
services caused by any negligent error, omission or act for which the insured is legally liable;
and certification indicating that such insurance is in effect will be submitted to the OWNER
within three (3) days of agreement execution by both parties The amount of coverage for
general liability insurance and professional liability insurance shall be in the amount of
$1,000,000 each. Certificates shall provide for not less than 30 days prior notice to the
ENGINEER of any cancellations or in the amount of coverage in the policies for the
ENGINEER.
lure 7, 1999
6
•
AGREEMENT (Cont.)
IN WITNESS THEREOF, the parties hereto have caused this Agreement to be
executed and their seals to be hereto affixed, this loth day oflAffr6 1999.
For the OWNER:
CITY O FAYETTEVILLE
Na e
7 fgy0/L
Title
ATTEST: /
(at
17 -fel
Attachments:
lune 7. 1999
Exhibit A - Scope of Services
Exhibit B - Work Schedule
Exhibit C - Compensation Schedule
7
For the ENGINEER:
RJN GROUP, INC.
Name (/
Regional Vice President
Title
•
EXHIBIT A
SCOPE OF SERVICES
CITY OF FAYETTEVILLE
ILLINOIS RIVER AND WHITE RIVER WATERSHEDS
SEWER IMPROVEMENTS
meering Design. Bidding Assistance and Resident Engineering
Item I. Final Engineering Design/Bidding Assistance
A. Final Engineering Design
1. Project Administration and Management
a. Perform Project Initiation Activities.
Jure ]. 1999
b. Perform general administration and project management
including meetings with City staff as necessary.
c. Procure subcontractors for such work as legal surveying.
2. Manhole Rehabilitation Design
a. Review selective computer output reports from the Manhole
Inspection Program to determine I/I sources to be rehabilitated.
b. Evaluate site specific manhole repair alternatives including cover
type, grade adjustments, sealing techniques, manhole interior
repairs, and/or manhole replacement.
c. Using ENGINEER's basic specifications, prepare project
specifications which shall include but not be limited to:
(1) bidding documents, (2) contractual documents, (3) conditions
of the contract, (4) standard project forms, (5) technical
specifications, (6) Schedule of Manhole Rehabilitation,
(7) Location Map and (8) General Details.
d. Prepare ENGINEER's Opinion of Probable Construction Cost.
A-1
lure 7. 1999
EXHIBIT A (Cont.)
Submit two (2) copies of the draft contract documents to the City
for review.
f. Perform final changes to contract documents based on City review.
g.
Submit two (2) copies of the final contract documents to the City.
3. Sewer Line Rehabilitation
The extent of sewer rehabilitation design is summarized in Table II and
Table III attached at the end of Exhibit A.
a. Review selective computer output reports for infiltration and
inflow sources to be rehabilitated, sewer line maintenance items,
and sewer line replacement.
b. Perform sewer profile leveling and site inspections for sewer
replacement.
c. Investigate public utility locations.
d. Evaluate pipe repair alternative including pipe replacement and
lining options if necessary because of site conditions.
e. Provide the City with the technical information for location of the
easements, if any, required for construction of the project.
Information to include width and general location of the
easements, and distances from the property lines. Property line
information shall be obtained from existing maps provided by the
City to the ENGINEER.
f. Prepare contract design drawings for I/I rehabilitation, sewer
replacement and/or sewer lining. Drawings shall indicate
permanent and temporary easements for construction based on
information supplied by City. Drawings shall include but not be
limited to: (1) Title Sheet/Drawing Index, (2) Location Maps,
(3) Schedule of Manhole Rehabilitation, (4) Plan and Profile of
Replacement, (5) Plan of Repair Line Segments, (6) Special
Details, and (7) General Details.
A-2
Jure 7. 1999
g.
•
EXHIBIT A (Cont.)
Using Engineer's basic specifications, prepare project
specifications which shall include but not be limited to: (1) bidding
documents, (2) contractual documents, (3) conditions of the
contract, (4) standard project forms, and (5) technical
specifications.
h. Prepare Engineer's Opinion of Probable Construction Cost by
major items.
i. Submit two (2) copies of the draft plans and specifications to the
City for review.
Perform final changes to contract documents.
k. Submit five (5) copies of the final project drawings and contract
specifications to the City for review.
1. Assist the City in obtaining permit approvals from regulatory
authorities.
Additional Services
1. Update City's existing computerized database to reflect changes during
design and construction of project.
2. Conduct horizontal and vertical control survey necessary for design of
the project.
3. Obtain typical soil boring data for replacement sewer locations, as
required. Two (2) locations are estimated.
4. After approval by the City, the ENGINEER will prepare, type, and issue
legal description of easements. The City will secure easements as
necessary. A maximum of ten (10) easements are included.
5. Assistance in obtaining permit from Highway, and any other state
permits, if necessary, for sewer construction.
A-3
•
EXHIBIT A (Cont.)
C. Optional Design Services
Optional design services include the development of plan and profile sheets for
an additional 1,000 linear feet of sewer that may be identified during the course
of the project. These services would not be initiated without the approval of the
City.
D. Bidding Assistance
For the purpose of the cost proposal, it is anticipated that two (2) construction
contracts will be bid. The first contract bid shall include manhole rehabilitation
while the second contract bid shall include sewer line construction and repairs.
The following bidding assistance services are included for all three contracts.
1. Assist the City in advertising, obtaining, and evaluating Bid Proposals
for the construction contract and awarding thereof. Provide assistance to
the City in responding to bidder inquiries during advertisement of the
construction contract, and participate in project pre-bid conference.
Provide and distribute bidding documents and addendum. Non -refunded
bid deposits shall remain the property of the ENGINEER for
administrative, printing, and handling cost.
2. Assist the City in reviewing the bids for completeness and accuracy.
Develop bid tabulations and submit a written recommendation of
contract award to the City along with three (3) copies of the bid
tabulations.
3. Consult with and advise the City on the responsibility and responsiveness
of contractors, the acceptability of subcontractors, substitute materials,
and equipment proposed by the project bidders.
Item II. Resident Engineering
lune 7, 1999
For the purpose of the cost estimate, it is anticipated that the ENGINEER will provide
resident engineering services for two construction projects.
A-4
June 7. 1999
•
•
EXHIBIT A (Cont.)
A. Resident Engineering
1. Provide the successful bidder(s) with three (3) sets of the contract
specifications for execution and the insertion of the required insurance
certificates. Provide the successful bidder(s) with five (5) sets of the
contract documents for construction purposes.
2. Assist the City in conducting a pre -construction conference with the
Contractors by notifying utilities, governmental agencies, and other
interested parties, and answer questions at the conference.
Review shop drawings, scheduling, test results, and other submittals
which the Contractor is required to submit.
4. Consult with City and act as the City's engineering representative in
dealings with the Contractor. Issue instructions of City to Contractor
and issue necessary interpretations and clarification of the contract
specifications.
5. Provide engineering survey(s) for construction to establish horizontal and
vertical reference points which are necessary for the Contractor to
construct the work. Coordinate the taking of preconstruction photos and
surface video taping with the Contractor as necessary.
6. Provide resident observation for rehabilitation and sewer replacement
construction for general conformance to the contract drawings and
contract specifications. Also provide resident observation of acceptance
testing and restoration work by the Contractor.
7. Review and respond to complaints received by City and report any
differences of opinion between the Contractor, ENGINEER and
complaining party.
8. Review applications for partial payment with the Contractor for
compliance with contract specifications and submit to the City a
recommendation for payment.
9. Issue field orders to Contractor after consultation with the City. Review
any change orders proposed by the Contractor and provide
recommendations to the City.
A-5
hme 7,1999
•
EXHIBIT A (Cont.)
10. Conduct an on-site review to determine if the projects are substantially
complete and submit to the Contractor a list of observed items requiring
completion or correction.
11. Conduct a final on-site review, in the company of the City and Contractor,
to verify the projects are fully complete. Submit a recommendation for
final acceptance of the projects to the City.
12. Provide the City with three (3) sets of black line prints of the record
drawings.
13. Provide the City with a report that summarizes I/I sources that have been
removed and listing of line segments and their attributes that have been
added.
14. ENGINEER is not responsible for the means or sequences of the
construction work or the implementation program for safety of the
construction contractor and subcontractors and it will be stipulated as such
in the contract documents.
A-6
Table I
SUMMARY OF REPAIRS
FAYETTEVILLE, AR
Estimated
Construction
Cost
Description Quantity ($)
Basin I6 -I9 Manhole Rehabilitation 1,449 defects 482,125
Basin I16 and W9 Manhole Rehabilitation
Sewer Rehabilitation/Replacement
Sewer Point Repairs
Additional Repairs
Total
955 defects 375,915
15,127 LF 1,783,245
10 each 44,000
3 each 13.000
2,698,285
1lrtflrau
SEWER REPLACEMENT
Line Segment
Length
(if)
Existing
Diameter
(in)
Replacement
Diameter
(in)
Estimated
Construction
Cost
($)
(I06)135
-(106)069
195
6
8
22,425
(I09)047
-(I09)023
400
6
8
46,000
(I09)023
-(I09)022
103
6
8
11,845
(I09)022
-(109)018
37
6
8
4,255
(109)106
-(I09)092
160
6
8
18,400
(I09)133
-(I09)130
370
6
8
42,550
(116)181
-(116) 180
166
12
15
22,410
(116)182
-(I16)181
393
12
15
53,055
(116)183
-(I16)182
400
12
15
54,000
(116)184
-(I16)183
370
12
15
49,950
(I16)185
-(I16)184
296
12
15
39,960
(I16)186
-(I16)185
279
12
15
37,665
(116)187
-(I16)186
278
12
15
37,530
(I16)252
-(I16)251
290
8
8
33,350
(I16)253
-(I16)252
267
6
8
30,705
(I16)254
-(116)253
226
6
8
25,990
(I16)210
-(116)209
152
8
8
17,480
(I16)211
-(116)210
31
8
8
3,565
(I16)275
-(I16)274
199
6
8
22,885
(I16)280A
- (I16)275
148
6
8
17,020
(116)280
-(I16)280A
222
6
8
25,530
(116)283
-(I16)280
218
6
8
25,070
(116)284
-(I16)283
234
6
8
26,910
(116)275A
-(116)275
210
6
8
24,150
(I16)276A
-(116)275
250
6
8
28,750
(I16)276
-(I16)276A
148
6
8
17,020
(I16)277
-(I16)276
163
6
8
18,745
(I16)243
-(I16)242
240
8
8
27,600
(I16)244
-(I16)243
272
8
8
31,280
-1-
Table II (Cont.)
SEWER REPLACEMENT
Estimated
Existing
Replacement
Construction
Length
Diameter
Diameter
Cost
Line Segment
(1f)
(in)
(in)
($)
(I16)245
-(I16)244
213
8
8
24,495
(I16)246
-(I16)245
131
8
8
15,065
(I16)247
-(I16)246
151
8
8
17,365
(I16)248
-(I16)247
213
8
8
24,495
(I16)248A
-(I16)248
273
8
8
31,395
(I16)249
-(I16)248A
350
8
8
40,250
(I16)330
-(I16)329
55
6
8
6,325
(I16)331
-(I16)330
145
6
8
16,675
(I16)340
-(I16)339
268
6
8
30,820
(I16)344
-(I16)345
387
6
8
44,505
(I16)343
-(I16)344
216
6
8
24,840
(I16)342
-(I16)343
99
6
8
11,385
(I16)313
-(I16)311
60
6
8
6,900
(I16)314
-(I16)313
106
6
8
12,190
(I16)349
-(I16)348
182
6
8
20,930
(I16)364
-(I16)363
271
6
8
31,165
(I16)370
-(I16)369
319
6
8
36,685
(I16)371
-(I16)370
155
6
8
17,825
(I16)391
-(I16)390
125
8
8
14,375
(I16)397
-(I16)396
313
8
8
35,995
(W09A)206
- (W09A)204
118
6
8
13,570
(W09A)077A
- (W09A)077
151
6
8
17,365
(W09A)077B
-(W09A)077A
75
6
8
8,625
(W09A)077C
-(W09A)077B
142
6
8
16,330
(W09A)077D
-(W09A)077C
128
6
8
14,720
(I11)049
-(I11)048
296
6
8
34,040
(I11)055
-(I11)049
300
6
8
34,500
(I12)240
-(I12)116
155
6
8
17,825
(I12)EOLS
-(I12)124
455
6
8
52,325
-2-
Table II (Cont.)
SEWER
REPLACEMENT
Estimated
Existing
Replacement
Construction
Length
Diameter
Diameter
Cost
Line Segment
(If)
(in)
(in)
($)
(W06)070B-(W06)070A-1
181
6
8
20,815
(W06)070A- 1 - (W06)070A
183
6
8
21,045
(I12)149 -(I12)148
275
6
8
31,625
(I12)148 -(I12)147
109
6
8
12,535
California/Virginia
740
6
8
85,100
Sycamore
70
10
12
8.050
Subtotal
14,127
1,668,245
(Optional Design)
Unidentified Replacement
1.000
8
8
115.000
Subtotal
1.000
115.000
Total
15,127
1,783,245
-3-
Table III
SUMMARY OF RECOMMENDED POINT REPAIRS
FAYETTEVILLE, AR
Line
Segment
Length
(if)
Diameter
(in)
Station
Estimated
Construction
Cost
($)
(W09)81A-(W09)081
107
6
1+00-
1+07
4,000
(W09)533 - (W09)532
256
6
0+08 -
0+351'
5,000
(I06)025
-(I06)024
359
8
2+65 -
2+754'
4,000
(I08)086
-(106)085
271
6
2+30 -
2+352'4'
4,500
(I16)036
-(I16)034
354
8
1+0721
3,500
(I16)041
-(I16)040
187
8
0+25 -
0+353'
4,000
(I16)212
-(I16)211
138
8
0+95 -
1+303'
5,000
(I16)236
-(116)232
215
8
0+80 -
0+90'
4,000
(I16)350
-(I16)349
215
6
1+40 -
2+154'
6,000
(I16)352
-(116)351
145
6
1+25 -
1+45'
4.000
Total
2,247
44,000
Additional Repairs
Creek Crossing behind Home Depot 10,000
Manhole @ Clarion 2,000
Manhole @ Gregg/Futrall 1.000
Total 13,000
1/ Complete point repairs and then TV inspection.
2/ Replace service line to property line.
3/ Distance from downstream manhole.
4/ Distance from upstream manhole.
5/ Repair service by sealing cap at tee.
EXHIBIT B
The City and ENGINEER agree that the project is planned to be completed according
to the schedule below with anticipated Notice to Proceed in July 1999.
•S r _
Draft Manhole Rehabilitation Plans/Specifications September 1999
Final Manhole Rehabilitation Plans/Specifications October 1999
Draft Sewer Line Replacement/Repair Plans/Specifications December 1999
Final Sewer Line Replacement/Repair Plans/Specifications February 2000
Bidding and Award
Manhole Rehabilitation December 1999
Sewer Line Replacement/Repair April 2000
Construction
Manhole Rehabilitation Summer 2000
Sewer Line Replacement/Repair Fall 2000
The ENGINEER shall employ manpower and other resources and use professional skill
and diligence to meet the schedule; however, he shall not be responsible for schedule delays
resulting from conditions beyond his control. With mutual agreement, the City and the
ENGINEER may modify the project schedule during the course of the project and if such
modifications affect the ENGINEER's compensation, it shall be modified accordingly, subject
to City Council approval.
For Special Services, the authorization by the City shall be in writing and shall include the
definition of the services to be provided, the schedule for commencing and completing the
services and the basis for compensation therefore, all as agreed upon by the City and
ENGINEER in writing.
m2,. Ic99 B-1
CITY OF FAYETTEVILLE
ESTIMATED FEE
Project: City of Fayetteville
WORK TASK DESCRIPTION
HOURLY RATE WORK
Total
Cost
Estimate
$
Estimated Manhours
PD
hr
PM
hr
PE
hr
RE
hr
FO
hr
FS
hr
FT
hr
OP
hr
CLOT
hr
Direct
Cost
$
TASK No
TASK DESCRIPTION
BASIC DESIGN SERVICES
1001
Project Management
8
40
60
0
0
0
0
0
40
500
12,384
1002
Project Meetings (4)
16
32
16
0
0
0
0
0
2
1,840
8,452
1003
Utility Research
0
2
16
0
0
0
0
0
1
380
1,992
1004
Manhole Rehabilitation
8
60
120
0
0
140
120
120
44
3,841
41,493
1005
Draft Replacement Plans
36
148
244
0
0
0
0
764
34
2,750
90,366
1006
Draft Point Repair Plans
2
6
24
0
0
0
0
48
6
520
6,548
1007
Draft Specifications (2 sets)
4
16
80
0
0
0
0
6
40
0
11,092
1008
Final Replacement Plans
6
16
40
0
0
0
0
92
16
0
11,950
1009
Final Point Repair Plans
1
2
8
0
0
0
0
12
2
0
1,807
1010
Final Specifications (2 sets)
2
4
16
0
0
0
0
2
16
0
2,798
1011
Quantity Takeoffs/Cost Estimates
0
4
20
0
0
0
0
0
8
0
2,456
Subtotal
83
330
644
0
0
140
120
1046
209
9831
191,338
BIDDING SERVICES
2001
Prepare Bid Documents
2
8
20
0
0
0
0
0
24
0
3,774
2002
Attend Pre -bid Conference
0
24
0
0
0
0
0
0
2
520
3,124
2003
Attend Bid Opening
0
24
0
0
0
0
0
0
0
520
3,040
2004
Bid Tabulation/Recommendation
2
8
20
0
0
0
0
0
6
0
3,018
Subtotal
4
64
40
0
0
0
0
0
32
1040
12,956
CONSTRUCTION OBSERVATION
3001
Pre -Construction Meeting
8
8
0
12
0
0
0
0
2
640
3,248
3002
Manhole Rehabilitation
16
110
0
860
740
0
0
0
16
9,460
120,090
3003
Sewer Line Rehabilitation
12
148
0
780
400
0
0
0
16
8,950
99,218
3004
Pre -Final Inspection
0
0
0
32
0
0
0
0
2
150
2,314
3005
Final Inspection
0
0
0
16
0
0
0
0
0
100
1,140
3006
As -built Drawings
1
4
0
16
0
0
0
40
0
100
4,073
3007
Project Close Out
2
2
0
8
0
0
0
0
4
0
1,124
Subtotal
39
272
0
1724
1140
0
0
40
40
19,400
231,207
Total Basic Services.
435,501
ADDITIONAL SERVICES
Update Existing Data Base 6,500
Survey 38,818
Printing/Plotting/Computer Usage 3,400
Easements 10 @ $350/Ea. 3,500
Permits 1,000
Total Additional Services 53,218
Total Estimated Cost 488,719
OPTIONAL SERVICES (Design of Additional 1,000 LF of sewer) 10,160
6/!99 B(2) Fayenl Fsl fte
EXHIBIT C
SUMMARY OF COST
City of Fayetteville
Illinois River and White River Watersheds
(Basin I6, I7, I8, I9, and Mini System W9)
Sewer Improvements
Unit
Task Description Cost Cost
I. Final Engineering Design
A.
Project Administration/Meetings
LS
$ 20,836
B.
Basic Design Services
LS
170,502
C.
Bidding Assistance
1. Manhole Rehabilitation
LS
5,870
2. Sewer Line Rehabilitation
LS
7,086
II. Resident Engineering
A. Manhole Construction
T&M"
124,003
(Based on 1,600 inspector manhours)
B. Sewer Line Construction/Repairs
T&Mj'
107.204
(Based on 1,180 inspector manhours)
Total Basic Services
$435,501
Additional Services
A.
Update Existing Database
T&M1'
$ 6,500
B.
Survey
Actual Cost2'
38,818
C.
Printing/Plotting/Computer Usage
LS
3,400
D.
Easements 10 Ea.
EA
3,500
E.
Permits
LS
1.000
Subtotal Additional Services
$53,218
Iwe ], 1999
C-1
EXHIBIT C (Cont.)
Unit
Task Description Cost Cost
A. Design of Additional Sewer Replacement (1,000 If) LS $10.160
Subtotal Optional Services $10,160
Total Cost Not -to -Exceed $498,879
1/ To be performed on a time and expense basis. Personnel charge out rates are Principal
($113/hr), Senior Engineer ($105/hr), Project Engineer ($85/hr), Resident Project
Representative ($55/hr), Draftsperson ($60/hr), Construction Resident Engineer
($65/hr), Field Survey Leader ($50/hr), Field Technician ($35/hr), Office/Clerical
($42/hr), Field Manager ($65/hr).
2/ Will be invoiced at actual cost from subconsultant (McClelland Consulting Engineers).
31 Services will not be initiated without authorization from City.
Jane 7, '999 C-2
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: David Jurgens, Water and Sewer Superintendent
From: Heather Woodruff, City Clerk
Date: July 13, 1999
Attached is a copy of the resolution awarding an engineering contract to RJN Group for the
engineering design and construction inspection for sanitary sewer rehabilitation, Illinois River
Basin 6-9 and 16 and White Rive minisystem 9. I am also returning two originals for you to
distribute. The original will be microfilmed and filed with the City Clerk.
cc. Yolanda Fields, Internal Auditor
I 4,
' December 1999
1
I
I
Contract
I. Documents
1
1 Sanitary Sewer Improvements
Illinois River Watershed
1 Basins 6,7,8,9,16 and
White River Watershed Mini System 9A
Sanitary Sewer Manhole Rehabilitation
1
1
prepared for the
1 City of Fayetteville
Fayetteville, Arkansas
1
' prepared by
RJN Group, Inc.
'
Consulting Engineers
Dallas, Texas
•'
.1
iM 4 wOVC f,w cT7Ca/ G
Contractor
3'1t NQLEMAe/
Street Address
S7ZT EIL IL Lo 3/J�
City & State
767 73-V 1/1/
Telephone
CONTRACT DOCUMENTS
SANITARY SEWER IMPROVEMENTS
ILLINOIS RIVER WATERSHED
BASINS 6, 7, 8, 9, 16, AND
WHITE RIVER WATERSHED
MINI SYSTEM 9A
SANITARY SEWER MANHOLE REHABILITATION
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
RJN GROUP INC.
CONSULTING ENGINEERS
DALLAS, TEXAS
DECEMBER 1999
I
1
I
1
I
CONTRACT DOCUMENTS
SANITARY SEWER IMPROVEMENTS
ILLINOIS RIVER WATERSHED
BASINS 6, 7, 8, 9, 16, AND
WHITE RIVER WATERSHED
MINI SYSTEM 9A
SANITARY SEWER MANHOLE REHABILITATION
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
DECEMBER 1999
I hereby state that these Contract Documents were
prepared under my direct supervision and that I am
a duly Registered Profe a�Leer under the
laws of the State of Ar��rgQin
Date: f-/7- CO Registration No.
SATE of
ARKANSAS
REGISTERED
PROFESSIONAL
ENGINEER co
c.0No. 8589 \
s A.N
Li
I
I
I
Ii
I
I
I
I
I
1
CONTRACT DOCV
FOR THE
CITY OF FAYETTEVILLE
SEWER SYSTEM IMPROVEMENTS
BIDDING DOCUMENTS A
INVITATION TO BID
INSTRUCTIONS TO BIDDERS*
# BID
# BID BOND
# BONDING COMPANY INFORMATION
# SUBCONTRACTORS
# STATEMENT OF EXPERIENCE OF BIDDER
# STATEMENT OF COMMITMENT
CONTRACTUAL DOCUMENTS B
AGREEMENT 1-3
ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND 1-2
MAINTENANCE BOND 1
CERTIFICATE- OF OWNER'S ATTORNEY 1
CONDITIONS OF THE CONTRACT
GENERAL CONDITIONS*
SUPPLEMENTARY CONDITIONS
CONSTRUCTION FORMS
SUBMITTAL RECORD
PERIODIC PAYMENT FORMS
CHANGE ORDER
CONSTRUCTION LETTER
*
Section has
individual
Table
of Contents.
#
Items to be
included in
bid
package.
C
Cl
D
1-89
1-3
TABLE OF CONTENTS (Cont.)
TITLE SECTION Pages
SPECIFICATIONS
DIVISION 1 - GENERAL REQUIREMENTS* Dl
DIVISION 2 - SITE WORK* D2
MANHOLE REHABILITATION DETAILS E
INSURANCE FORMS F
MANHOLE REHABILITATION SCHEDULE G
CONSTRUCTION EASEMENTS AND CONDITIONS H
VOLUME II
LOCATION MAPS (IN BACK OF VOLUME I)
* Section has individual Table of Contents
# Items to be included in bid package.
I
I
I
I
C
I
I
I
I
I
H
I
I
I
I
I
I
BIDDING DOCUMENTS
SECTION A
CT
[I
CITY OF FAYETTEVILLE
INVITATION TO BID
' SANITARY SEWER MANHOLE REHABILITATION
ILLINOIS RIVER WATERSHED
' BASINS 6, 7, 8, 9, 16, AND
WHITE RIVER WATERSHED
MINI SYSTEM 9A
RECEIPT OF BIDS
Separate sealed bids for Sanitary Sewer Manhole Rehabilitation,
Illinois River Watershed, Basins 6, 7, 8, 9, 16, and White River
Watershed, Mini System 9A in Fayetteville, Arkansas are invited
and will be received at the office of the Purchasing Officer
'
located at 113 W. Mountain, Fayetteville, Arkansas, 72701 on or
before, but no later than 2:00 PM, Local Time, on February 1,
2000 and immediately thereafter or as soon thereafter as is
practicable all bids received from prequalified contractors will
be publicly opened and the bid prices read aloud.
Rehabilitation of 699 manhole covers and frames, interior coating
of approximately 155 manholes, sealing of 750 manhole frames and
grade adjustments, and removal and replacement of 26 manholes.
' Sealed envelopes or packages containing bids shall be marked or
endorsed "Sanitary Sewer Manhole Rehabilitation, Illinois River
Watershed, Basins 6, 7, 8, 9, 16, and White River Watershed, Mini
' System 9A in Fayetteville" and the Contractor's License Number
and "Project Bid No. 2000-19" shall be clearly marked on the
outside of the envelope.
CONTRACT DOCUMENTS
Copies of the Contract Documents are on file and are available
'
for inspection at the offices of McClelland Consulting Engineers,
Inc., 1810 N. College Avenue, Fayetteville, Arkansas.
IA pre -bid meeting shall be held at Room 326, 113 W. Mountain,
Fayetteville, Arkansas, on Wednesday, January 26, 2000 at
2:00 p.m.
Said Contract Documents are by this reference incorporated into
and made a part of this Invitation to Bid and should be consulted
for full particulars.
Copies of the Contract Documents required for review or bidding
purposes may be obtained only from the Office of McClelland
' Consulting Engineers, Inc., 1810 N. College Avenue, Fayetteville,
Arkansas, upon payment to McClelland Consulting Engineers, Inc.,
1810 N. College, Fayetteville, Arkansas, of $75.00 in check or
money order for each set of documents obtained. The Contract
'Document fee is non-refundable.
1 Invitation to Bid
'
City of Fayetteville
Sanitary Sewer Improvements
[1
' On all items on which Bids are to be received on a unit
price basis the quantities stated in the Bid will not be
used in establishing final payment due the Contractor. The
' quantities stated, on which unit prices are invited, are
approximate only. Bids will be compared on the basis of
number of units stated in the Bidding Schedule. Payment on
the Contract on unit price items will be based on the actual
number of units installed in the completed work.
All prospective bidders and proposed subcontractors on this
contract must demonstrate that they have comparable
experience in this type of work for their bid to be
considered responsive. Each bidder and subcontractor must
show evidence of having successfully completed a minimum of
three manhole rehabilitation contracts with construction
cost of at least $500,000 during the last three years. The
Contractors may use subcontractors that do not have the
three previous manhole rehabilitation project experience for
construction of new manholes only.
I
I
H
H
I
I
u
Li
Bids submitted by prospective bidders who do not show
demonstrated qualifications will be considered nonresponsive
and will be rejected.
Only bids which are made out on the Bid Form included in
this document will be considered. The Bid Form must not be
separated from this document. Amounts are to be shown in
both words and figures where indicated. In case of
discrepancy between words and figures the words shall
prevail, unless it clearly appears in Owner's opinion that
the words rather than the figures are in error. If any
portion of the Bid is required to be given in unit prices
and totals and a discrepancy exists between the unit price
and totals, the unit prices shall prevail, unless it clearly
appears in Owner's opinion that the unit prices rather than
the total are in error. If a discrepancy exists between the
total Bid and the true sum of the individual Bid items, the
true sum shall prevail. A Bid will be rejected if it does
not contain a price for each and every item named in the
bidding schedule. Bidders are warned against making any
erasures or alterations of any kind, and Bids which contain
omissions, erasures, conditions, alterations, or additions
not called for may be rejected. If a deficiently prepared
bid is not rejected, the Owner may demand correction of any
deficiency and award the contract to the bidder upon
satisfactory compliance with the Instructions.
Instructions to Bidders
1 City of Fayetteville
Sanitary Sewer Improvements
2
I
I
Ii
I
1
1
1
I
I
All questions or correspondence concerning the plans and
specifications shall be directed to the Engineer, RJN Group,
Inc., 12160 Abrams Road, Suite 206, Dallas, Texas 75243, phone
no. (972) 437-4300.
City of Fayetteville, Arkansas
Peggy Vice
Purchasing Officer
Publication: January 16, 2000
January 23, 2000
P.O. #
1
3 Invitation to Bid
City of Fayetteville
Sanitary Sewer Improvements
11
TABLE OF CONTENTS
FOR
INSTRUCTIONS TO BIDDERS
I
SUBJECT PAGE
A EXAMINATION OF SITE . . . . . . . . . . . . . . 1
B EXAMINATION OF BIDDING DOCUMENTS . . . . . . 1
C INTERPRETATION OF CONTRACT DOCUMENTS . 1
D MATERIAL SUBSTITUTION 2
E APPROXIMATE QUANTITIES . . . . . . . . . . . . . 2
' F PREPARATION OF BID . . . . . . 2
G SIGNING OF BID . . . . . . . . . 3
H BID SECURITY . . . . . . . . . . . . . . . . . . 3
I RETURN OF BID SECURITIES . . . . . . . . . . . . 3
J AGREEMENT, BONDS, INSURANCE. 4
K DESIGNATION OF SUBCONTRACTORS . . . . . . . . . 4
L BID SUBMITTAL . . . . . . . . . . . . . . . . . 4
' M WITHDRAWAL OF BID . . . . . . . . . . . . . . . 4
N QUALIFICATION OF BIDDERS 5
O DISQUALIFICATION OF BIDDERS . . . . . . . . . . 5
P PENALTY FOR COLLUSION . . . . . . . . . . . . . 6
Q LICENSE 6
R PRECONSTRUCTION CONFERENCE . . . . . . . . . . . 6
S BID OPENING . . . . . . . . . . . . . . . 6
T AWARD OF CONTRACT 6
U EFFECTIVE DATE OF AWARD 7
V EXECUTION OF AGREEMENT . . . . . . 8
' W FAILURE TO EXECUTE AGREEMENT AND FILE BONDS AND
INSURANCE 8
X PAYMENT FOR EXCESS COSTS AND LIQUIDATED DAMAGES 8
Y COMMENCEMENT AND COMPLETION OF WORK . . 8
Z INFORMATION NOT GUARANTEED 9
AA COVENANT AGAINST CONTINGENT FEES . . . . . . . . 9
BB GRATUITIES . . . . . . . . . . . . . . . . . . . 9
CC SUBCONTRACTS UNDER CONSTRUCTION CONTRACTS. 10
DD PREVAILING WAGE DETERMINATION . 11
I
I
.1
I
INSTRUCTIONS TO BIDDERS
' A. Examination of Site
Before submitting his Bid, each prospective Bidder shall
familiarize himself with the Work, the site where the Work
is to be performed, local labor conditions and all laws,
regulations, and other factors affecting performance of the
Work. He shall carefully correlate his observations with
the requirements of the Contract Documents and otherwise
satisfy himself of the expense and difficulties attending
performance of the Work. The submission of a Bid will
constitute a representation of compliance by the Bidder.
There will be no subsequent financial adjustment for lack of
1 familiarization.
B. Examination of Bidding Documents
Each Bidder by making his Bid represents that he has read
'
and understands the Bidding Documents. The Bidder shall
include in his bid prices any and all costs that may be
necessary to complete the work in accordance with the
requirements of the Contract Documents.
C. Interpretation of Contract Documents
Questions regarding documents, discrepancies, omissions, or
intent of the Specifications or drawings shall be submitted
in writing to the Owner through the Engineer, at least three
working days prior to opening of bids to provide time for
' issuing and forwarding an addendum. Any interpretation of
the Contract Documents will be made only by addendum duly
issued or delivered by the Owner to each person receiving a
set of documents. The Owner will not be responsible for any
other explanations or interpretations of the Contract
Documents.
Each Bidder shall base his Bid upon the materials and
equipment as described in the Bidding Documents. The
successful Contractor will not be allowed to make any
substitutions on his own initiative, but in each instance
will be required to obtain authorization from the Owner
before installing any work in variance with requirements of
the Contract Documents.
1 Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements
[1
E. Approximate Quantities
' On all items on which Bids are to be received on a unit
price basis the quantities stated in the Bid will not be
used in establishing final payment due the Contractor. The
'• quantities stated, on which unit prices are invited, are
approximate only. Bids will be compared on the basis of
number of units stated in the Bidding Schedule. Payment on
the Contract on unit price items will be based on the actual
'number of units installed in the completed work.
F. Preparation of Bid
' All prospective bidders and proposed subcontractors on this
contract must demonstrate that they have comparable
experience in this type of work for their bid to be
considered responsive. Each bidder and subcontractor must
1
show evidence of having successfully completed a minimum of
three manhole rehabilitation contracts with construction
cost of at least $500,000 during the last three years. The
' Contractors may use subcontractors that do not have the
three previous manhole rehabilitation project experience
only for construction of new manholes.
L
L
I
L
L
r
I
I
I
Bids submitted by prospective bidders who do not show
demonstrated qualifications will be considered nonresponsive
and will be rejected.
Only bids which are made out on the Bid Form included in
this document will be considered. The Bid Form must not be
separated from this document. Amounts are to be shown in
both words and figures where indicated. In case of
discrepancy between words and figures the words shall
prevail, unless it clearly appears in Owner's opinion that
the words rather than the figures are in error. If any
portion of the Bid is required to be given in unit prices
and totals and a discrepancy exists between the unit price
and totals, the unit prices shall prevail, unless it clearly
appears in Owner's opinion that the unit prices rather than
the total are in error. If a discrepancy exists between the
total Bid and the true sum of the individual Bid items, the
true sum shall prevail. A Bid will be rejected if it does
not contain a price for each and every item named in the
bidding schedule. Bidders are warned against making any
erasures or alterations of any kind, and Bids which contain
omissions, erasures, conditions, alterations, or additions
not called for may be rejected. If a deficiently prepared
bid is not rejected, the Owner may demand correction of any
deficiency and award the contract to the bidder upon
satisfactory compliance with the Instructions.
Instructions to Bidders
'
City of Fayetteville
Sanitary Sewer Improvements
2
I
' G. Signingof Bid
If the Bidder is a corporation, the legal name of the
corporation shall be set forth together with the signature
of the officer or officers authorized to sign contracts on
behalf of the corporation. If Bidder is a co -partnership,
the true name of the firm shall be set forth together with
the signatures of all the partners. If Bidder is an
' individual, his signature shall be inscribed. If signature
is by an agent, other than an officer of a corporation or a
member of a partnership, a power of attorney must be on file
with the Owner prior to opening Bids or submitting Bids;
' otherwise, the Bid may be regarded as irregular.
H. Bid Security
No Bid will be considered unless accompanied by a Bid
'
security as defined in the Invitation to Bid, as a guarantee
that if the Bid is accepted the Bidder will execute the
Agreement and file bonds and insurance as required by the
Contract Documents within 10 days from the date of the award
of the Contract. For the bid bond to be acceptable, the
name of the surety company issuing said bond shall be
licensed to do business in the State of Arkansas and shall
be included on the current U.S. Treasury list of acceptable
sureties ("A" rated or better), and the amount of the bond
written by any one acceptable company shall not exceed the
amount shown on the Treasury list for that company. The
Bidder shall submit with Bid the Bonding Company Information
Sheet as part of the Bid Proposal.
I. Return of Bid Securities
The security of the two lowest Bidders will be returned
after the execution of the agreement with the successful
' Bidder and the approval of his bonds and insurance. The
security of all other Bidders will be returned promptly
after the Bids have been opened and reviewed by the Owner.
If all Bids are rejected the securities will be returned at
the time of rejection.
J. Agreement. Bonds. Insurance
The attention of Bidders is specifically directed to the
forms of agreement and bonds to be executed and types of
insurance to be taken out in the event a contract award is
' made.
3 Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements
C
K. Designation of Subcontractors
' Each bidder shall list on the form included in these
documents the names and addresses of all subcontractors who
will perform work or labor or render service to the Bidder
Ion or about the construction site in an amount in excess of
five percent of the Bidder's total Bid. Each Bidder shall
show on the form the portion of the work to be done by each
subcontractor. The Contractor shall be required to perform
a minimum of thirty (30) percent of the contract amount with
his own crews.
1 L. Bid Submittal
1. Each Bid, properly signed, together with the Bid
security and all documents bound herewith, shall be
' enclosed in a sealed envelope addressed and entitled as
specified in the Invitation to Bid and delivered to the
office designated in the Invitation to Bid.
• 2. Each Bidder shall submit with his Bid one copy of
• Volume I of the Contract Documents with all Addendum and
the "Subcontractors" form contained in this document.
All Subcontractors who will be doing manhole
rehabilitation work must be pre -qualified.
M. Withdrawal of Bid
Any Bid may be withdrawn at any time prior to the hour fixed
in the Invitation to Bid for the opening of Bids, provided
that a request in writing, executed by the Bidder, or his
' duly authorized representative, for the withdrawal of such
Bid is filed with the Owner prior to the time specified for
opening of Bids. The withdrawal of a Bid will not prejudice
the right of a Bidder to file a new Bid.
N. Qualification of Bidders
1. It is the intention of the Owner to award a Contract
only to a Bidder who furnishes satisfactory evidence
that he has the requisite experience and ability and
that he has sufficient capital, facilities, and plant to
enable him to prosecute the work successfully and
' promptly, and to complete the work within the time
specified in the Contract Documents.
I
Instructions to Bidders
' City of Fayetteville
Sanitary Sewer Improvements 4
Each Bidder shall submit with his Bid the executed
Bidder's "Statement of Experience" form and "Statement
of Commitment" form contained in this document. Each
bidder shall also submit documented evidence that he has
completed a minimum of three manhole rehabilitation
projects with a construction cost of at least $500,000
during the past three years
3. The Owner reserves the right to require the three lowest
Bidders to file proof within seven (7) calendar days of
the Bid opening of their ability to finance and execute
the project. This proof shall include, but not be
limited to, a financial statement certified by a CPA for
the last three years, a list of equipment owned by
Bidder, a backlog of jobs under contract and amounts,
and a record of successful completion of similar
projects.
4. The successful Bidder shall conform to the Rules and
Regulations of Arkansas Department of Finance and
Administration concerning nonresident contractor's
notice and bond requirements.
The successful Bidder must meet the statutorily
prescribed requirements before Award of Contract by the
Owner.
In order to perform public work, the successful Bidder
shall, as applicable, hold or obtain such Contractor's
and Business Licenses as required by State statutes and
the Rules and Regulations of the Arkansas Contractor's
Licensing Board.
More than one Bid for the same work described in this
document from an individual, firm or partnership, a
corporation or an association under the same or different
names, will not be considered. Reasonable grounds for
believing that any bidder is interested in more than one Bid
for the work contemplated will cause the rejection of all
Bids in which such Bidder is interested. If there is
reasonable grounds for believing that collusion exists among
the Bidders, the Bids of the participants in such collusion
will not be considered.
If at any time it shall be found that the person, firm, or
corporation to whom the contract has been awarded has, in
presenting any Bid or Bids, colluded with any other party or
Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements
I
n
I
I
LII
I
I
I
I
I
I
I
I
I
I
I
I
I
parties, then the Contract so awarded shall be null and
void, and the Contractor and his sureties shall be liable to
the Owner for all loss or damage which the Owner may suffer
thereby, and the Owner may advertise for new Bids for said
work.
Q. License
Each Bidder shall possess state and local licenses as are
required by law, and shall furnish satisfactory proof to the
Owner upon request that the licenses are in effect during
the entire period of the Contract.
A preconstruction conference shall be held after the time of
the Contract award and before the Notice to Proceed to
discuss the responsibility of each party in the project and
to clarify any questions. Representatives of the Contractor
shall be required to attend the conference.
Bids will be opened and the prices bid will be read aloud
publicly at the time and place indicated in the Invitation
to Bid. Bidders or their agents are invited to be present.
1. The Owner shall award a contract to the Bidder whom, in
the Owner's judgement, is the lowest responsive,
responsible Bidder (total of Schedule A and Schedule B).
The Owner reserves the right to reject all Bids, to
waive informalities, and to reject nonconforming,
nonresponsive, or conditional Bids.
2. In evaluating Bids, Owner shall consider the
qualifications of the Bidders, whether or not the Bids
comply with the prescribed requirements, and
alternatives and unit prices if requested in the Bid
Form. Owner may consider the qualifications and
experience of subcontractors and other persons and
organizations (including those who are to furnish the
principal items of material or equipment), and may
reject the Bid of any Bidder who does not pass any such
evaluation to Owner's satisfaction.
Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements
I
3. A responsive Bidder shall be one who has responded
accurately to all requirements of these Contract
Documents including pre -qualifying in the preparation
and submission of his Bid. If any alterations, erasures
or changes are made to the printed Bid Form, the Bid
shall be considered nonresponsive.
I
I
I
I
I
I
I
I
I
I
11
I
I
I
I
The Owner reserves the right to accept and incorporate
corrections, clarifications or modifications following
bid opening when to do so would not, in the Owner's
opinion, prejudice the bidding process or create any
improper advantage to any bidder; and to waive
irregularities and informalities in any proposal
submitted or in the bidding process; provided, however,
that the waiver of any prior defect or informality shall
not be considered a waiver of any future or similar
defects or informalities and bidders should not rely
upon, or anticipate, such waivers in submitting their
proposals.
If the Contract is awarded, Owner shall give the
apparent successful Bidder a Notice of Award within 90
days after date of the Bid Opening.
Lt_ $4 CL*S%!r Pfltnflflat.I
If a Contract is awarded by the Owner, such award shall be
effective when formal notice of such award, signed by the
authorized representative of the Owner, has been delivered
to the intended awardee, by some officer or agent of the
Owner duly authorized to give such notice or received by
mail at the main business address shown on his Bid.
Contractor shall deliver a signed contract to the Owner
within seven (7) days of bid opening. Contractor must
submit required bonds and insurance within ten (10) days of
Notice of Award by the City. Effective date of bonds shall
be the same or later than the date of the Agreement. The
Owner has ten (10) days from receipt of acceptable
performance bonds and Agreement (signed by the Contractor)
to sign the Agreement and return to the Contractor an
executed duplicate of the Agreement.
7 Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements
I
1w
• _ ,_ - : • _ _ m
' Failure of a successful Bidder to execute the Agreement and
file required bonds and insurance within the required time
shall be just cause for the annulment of the awards. On
failure of a successful Bidder to execute the Agreement and
file the required bonds and insurance within the required
time, he shall forfeit his Bid security as agreed
hereinbefore. Upon annulment of an award as aforesaid, the
Owner may then award a Contract to the next lowest
responsible Bidder.
' X. Payment for Excess o and Liquidated Damages
' The successful Contractor will be required to pay for excess
cost of field engineering and inspection and liquidated
damages as defined in the General Conditions of the
' Contract, if extensions of time are granted by Owner because
of avoidable delays or if the Contractor elects to work
overtime hours as defined in the General Conditions of the
' Contract.
Y. Commencementand Completion of Work
The Notice to Proceed for the Schedule of work shall be
issued within thirty days of the execution of the Agreement
by the Owner.
The successful Bidder shall commence work within ten
calendar days from and after the issuance by the Owner of a
written Notice to Proceed, shall substantially complete all
work in accordance with the terms and conditions of the
Contract Documents no later than 180 calendar days, and
shall complete all work to the point of final acceptance by
the Owner no later than 210 calendar days. The Notice to
' Proceed will be issued after receipt of acceptable
insurance, bonds, and other required items.
Ii. All information given on the Drawings or in the other
Contract Documents relating to subsurface and other
conditions, natural phenomena, existing pipes, and other
structures is from the best sources at present available
to the Owner. All such information is furnished only
for the information and convenience of bidders and is
not guaranteed.
Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements 8
I
' 2. it is agreed and understood that the Owner does not
warrant or guarantee that the subsurface or other
' conditions, natural phenomena, existing pipes or other
structures encountered during construction will be the
same as those indicated on the Drawings or in the other
Contract Documents.
3. It is agreed further and understood that no bidders or
contractor shall use or be entitled to use any of the
'' information made available to him or obtained in any
examination made by him in any manner as a basis of or
ground for any claim or demand against the Owner or the
Engineer, arising from or by reason of any variance
' which may exist between the information made available
and the actual subsurface or other conditions, natural
phenomena, existing pipes or other structures actually
encountered during the construction work, except as may
otherwise be expressly provided for in the Contract
Documents.
AA. Covenant Against Contingent Fees
The contractor warrants that no person or selling agency has
been employed or retained to solicit or secure this contract
upon an agreement or understanding for a commission,
percentage, brokerage, or contingent fee. For breach or
violation of this warranty the Owner shall have the right to
annul this contract without liability or in its discretion
to deduct from the contract price or consideration, or
otherwise recover, the full amount of such commission,
percentage, brokerage, or contingent fee.
BB. Gratuities
1. The Owner may, by written notice to the contractor,
terminate the right of the contractor to proceed under
' this contract if it is found, after notice and hearing,
by the Owner that gratuities (in the form of
entertainment, gifts, or otherwise) were offered or
t given by the contractor or any agent or representative
of contractor, to any official or employee of the Owner
with a view toward securing a contract or securing
' favorable treatment with respect to the awarding or
amending, or the making of any determinations with
respect to the performance of this contract: Provided,
that if the existence of the facts upon which the Owner
makes such findings are in issue, they may be reviewed
in proceedings pursuant to Article Q (Arbitration) of
the General Conditions of this contract.
9 Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements
I
2. In the event this contract is terminated as provided in
the paragraph (1) above, the Owner shall be entitled:
a) to pursue the same remedies against the contractor
as it could pursue in the event of a breach of the
contract by the contractor, and
b) as a penalty in addition to any other damages to
which it may be entitled by law, to exemplary
damages in an amount (as determined by the Owner)
which shall be not less than three nor more than
ten times the costs incurred by the contractor of
providing any such gratuities to any such officer
' or employee.
3. The rights and remedies of the Owner provided in this
clause shall not be exclusive and are in additions to
any rights and remedies provided by law or under this
contract.
CC. Subcontracts Under Construction Contract
The award or execution of all subcontracts by a prime
contractor and the procurement and negotiation procedures
' used by such prime contractor in awarding or executing such
subcontracts shall comply with:
1. All provisions of State and local law;
2. All provisions of these General Conditions with respect
to fraud and other unlawful or corrupt practices; and
3. All provisions of these General Conditions with respect
to access to facilities and records and audit of
records.
DD. Prevailing Wage Determination
' Arkansas Prevailing Wage Determination Number 99-191
establishes the minimum wage rates to be paid on this
' project. This Determination is included in these Contract
Documents and is a part thereof. These rates were
established pursuant to the Arkansas Prevailing Wage Law,
Arkansas Code Ann. SS22-9-301 to 22-9-315 (1987) and the
' administrative regulations promulgated thereunder. The
Contractor shall post this Determination at the job site in
a prominent and easily accessible place.
END OF INSTRUCTIONS TO BIDDERS SECTION
1 10
H
P
I
I
P
r
P
I
C
C
I
I
Li
[l
01%04/1994 18:50 5016824508 ARDEPTLA60R
Mike Hudmbee
0cwnw. '
STATE OF ARKANSAS
ARKANSAS DEPARTMENT OF LABOR
10421 WEST MARKHAM • LfTTLE ROCK. ARKANSAS 72205-2180
(501) 682.4500 • FAX: (501) 682.4535 • TOO: (Boo) 285-1131
November 1. 1999
David Stokely
RJN Group, Inc.
12160 Abrams Road, Suite 206
Dallas, TX 75243
PAGE 01
Re: Sanitary Sewer Manhole Rehabilitation
Fayetteville, Arkansas
Washington County
Dear Mr. Stokely:
James L. Salkek7
an
In response to your request enclosed is Arkansas Prevailing Wage Detenr»narion Number 99-191 establishing
the minimum wage rates to be paid on the above -referenced project. These rates were established pursuant to the
Arkansas Prevailing Wage Law, Ark. Code Ann. §§ 22-9-301 to 22-9-315 and the administrative regulations
promulgated thereunder.
If the work is subject to the Arkansas Prevailing Wage Law, every specification shall include minimum
prevailing wage cares for each craft or type of worker as determined by the Arkansas Department of Labor Ark. Code
Arm.§§22-9-308(bx2). 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).
If you have any questions, please call me at (501) 682-4599 or fax (501) 682-4508.
' Enclosures
• „-,. t pt:pis
Sincerely, CLLy7ackie Malone
Prevailing Wage Investigator
H
@1/94/1994 18:50 5016824508
ARDEPT1.ASOP
PAGE 02
L
I
1
I
1
H
H
H
I
L
I
I
I
L
L
L
Page I of I ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION — HEAVY RATE
DATE: November 1, 1999 DETERMINATION #: 99-191
PROJECT: Sanitary Sewer Manhole Rehabilitation COUNTY: Washington
Fayetteville, Arkansas EXPIRATION DATE: 5-01-00
SURVEY M: 799-AH0S
CLASSIFICATION
Bricklayer/Pointer, Cleaner, Caulker
Carpenter
Concrete Finisher/Cement Mason
Electrician/Alarm Installer
Ironworker
Laborer
Pipelayer
Truck Driver
Power Equipment Operators:
Backhoe, Rubber tired I yd. or less
Bulldozer, Finish
Bulldozer, Rough
Crane, Derrick, Dragline,
Shovel & Backhoe, 1-1/2 yds. or less
Crane, Derrick, Dragline,
Shovel & Backhoe, Over 1-1/2 yds.
Distributor
Front End Loader, Finish
Front End Loader, Rough
Mechanic
Motor Patrol, Finish
Motor Patrol, Rough
Roller
Scraper, Finish
Scraper, Rough
BASIC
HOURLY
RATE
7.95
8.45
9.40
12.00
17.25
7.95
8.90
11.30
12.60
13.40
9.00
11.45
11.20
13.05
12.65
10.40
14.70
13.05
9.00
11.75
12.55
11.25
FRINGE
BENEFITS
72
46
1.00
17
Welders —receive rate prescribed for craft performing operation to which welding is incidental.
Certified July 1, 1999
CLASSIFICATIONS THAT ARE NOT LISTED, BUT THAT WILL BE WORKING ON THIS
PROJECT, MUST BE REQUESTED FROM THE ARKANSAS DEPARTMENT OF LABOR,
PREVAILING WAGE DIVISION. THESE WRITTEN REQUESTS SHOULD BE MADE AS
SOON AS YOU NOTICE THAT A REQUIRED CLASSIFICATION IS MISSING, NORMALLY
THIS WOULD BE DURING THE BID PROCESS.
H
I
I A
C -�
I
-■2a
V°
fl/ §mac
#@0 2 §
��
Cal: ■
\■@2 OA}
■ee� c =
2 2
2 (pad
I< §-.�/
I
)I.
IC
�c§\\ §§\
Iz
u.n IC
§\\
IC
I� §S-2 §§i
74 gtE
? 2�2
I Z}C /§\§
I>' /
Utz.{ �\ \
I� ). $\7} a•
\/$
» a
11<0
• •$f •
\/} $ $ k
Soco k r A�
•ate •:°\ 2 7 �5§
•
•2�J kklf§ ° \ k Gn
I\_\ \ \
}
\ 7 Itt
s
I
e ogr1ida, az:89 !a aaI seeem
LI
CITY OF FAYETTEVILLE, AR
I
I
I
I
I
I
I
H
I
I
H
H
I
H
I
I
SANITARY SEWER MANHOLE REHABILITATION
ILLINOIS RIVER WATERSHED
BASINS 6, 7, 8, 9, 16, AND
WHITE RIVER WATERSHED
MINI SYSTEM 9A
Name of Bidder C°OA/ST/Cv-T/6 aJ G iA/G
Business Address 1-I6LEMAN
9. o . They' �-76
Date VE3 1, '60 S] (mac k._
To: The City of Fayetteville, AR
The undersigned, as Bidder, declares that the only person or
parties interested in this Bid as principals are those named
herein; that this Bid is made without collusion with any person,
firm or corporation; that he has carefully examined the location
of the proposed work, the proposed forms of Agreement and Bonds,
and the Contract Drawings and Specifications for the above
designated work, all other documents referred to or mentioned in
the Contract Documents, the Contract Drawings and Specifications,
including Addenda Nos. , and issued thereto; and
he proposes and agrees if this bid is accepted that he will
contract with the City of Fayetteville, AR, in the form of the
copy of the Agreement included in these Contract Documents, to
provide all necessary machinery, tools, apparatus, and other
means of construction, including utility and transportation
services necessary to do all the work and furnish all materials
and equipment specified or referred to in the Contract Documents,
in the manner and time therein prescribed and according to the
requirements of the City of Fayetteville, AR as therein set forth
to furnish the Contractor's Bonds and Insurance, and to do all
other things required of the Contractor by the Contract
Documents, and that he will take in full payment therefor the
sums set forth in the following Bid Schedule.
BID SCHEDULE
Bidder agrees to perform all the work described in the Contract
Document for the following unit prices.
Bids shall include sales tax and all other applicable taxes.
Ii Bid
City of Fayetteville
Sanitary Sewer Improvements
I
MANHOLE REHABILITATION
PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
'ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID
(Furnish and install, including all appurtenant work, complete in place,
the following items:)
1 699 EA Replace Manhole Frame and
Cover per Section D2-2
(material only)
' Dollars &
/✓p Cents per EA $ D. va $
' 2 145 EA Paved Frame & Grade
' Adjustment Sealing
per Section lD2-4
'Sri /
IDollars &
Q rd
AID Cents per EA $____ $ V
' 599 EA Nonpaved Frame & Grade
Adjustment Sealing per
Section D2-4
/ Dollars &
. q
�/P Cents per EA $ 00, E $ __
4 750 VF Concrete Manhole Grade Adjustments
per Section D2-3
' (material only)
Dollars &
�
(/p Cents per VF $ r $_z.0 _
1
1
' 2 Bid
City of Fayetteville
Sanitary Sewer Improvements
PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM QUANTITY BID PRICES WRIT -TEN IN WORDS RT E BID
5 10 EA Replace Manhole Flattop
per Section D�
Dollars &
' Nft
Cents per EA $ DD. $ .�� 00.
6 150 VF Pressure Grout Manhole
per Section D2-7
(� Dollars &
ND Cents perVF $ LS $
7 295 EA Interior Manhole Coating
per Section D2-8, D2 -8A, or D2 -8B
•
u 0 Dollars &
n/a Cents per EA $_______ _S_e• ro $ /S ,SOD.
8 37 EA Interior Manhole Coating
With Corrosion Resistant Epoxy Based
' Material per Section D2-18
' t Dollars &
it'd Cents per EA $ / eO• $ VV 7'n•
1
9 320 EA Pressure Grout Pipe Seals,
Bench and Trough,
and lower 18" of Manhole
per Section D2-7
•
Dollars &
v4
/2? Cents per EA $ 2 3S• $ 752n. rn
I
3 Bid
City of Fayetteville
Sanitary Sewer Improvements
PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM O ANTITY BID PRICES WRITTEN IN WORDS PRICE BID
I10 21 EA 48" Diameter Standard Sanitary
Manhole 4' - 6' Deep,
' per Section D2-5
' Dollars &
/ya Cents per EA $ 3nv, $
11 14 VF 48" Diameter Standard Sanitary
' Manhole, Additional Depth, >6' Deep
per Section D2-5
' t A Dollars &
eo ra
NO Cents per YE $ 3 Od • $ 2 o _
12 6 EA Shallow Manhole Replacement
Depth < 4', Per Detail
• /I Ate_ Dollars &
' Nd Cents per EA $ vo. $ /S
13 24 VF Partial Manhole Replacement
per Section D2-5
/
Dollars &
' rp 0`t
/r% Cents per YE $ 41t $ 1000,
14 30 EA Replace Manhole Bench and
Trough per Section D2-6
Dollars & e„D
' y4 Cents per EA $ d $_/2)87-v.
' 4 Bid
City of Fayetteville
Sanitary Sewer Improvements
PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
'PRICE BID
15 240 LF Trench Safety System
Per Section D1-8
Dollars &
'
�0 Cents per LF $ $
16 1 LS Video Documentation
Per Section D1-3
' fl t i Rit-t�a�.� -
' .^Q Dollars &
No Cents per LS $ _Ic". $ /Sn•
17 8 EA Install Bolts for Bolt Down Covers
Per Section D2-2(Per Each Cover)
' Dollars &
a -e
Ala Cents per EA $ J1 • r $ f O.
I
18 4 CY Trench Foundation Material
' as Directed by Engineer
' Dollars &
Cents per CY $_1L $ 2
19 375 EA Furnish and Install Watertight
Inserts per Section D2-2.
Dollars &
4/b Cents per EA $_______
70• $ SU7lD
I
I
5 Bid
City of Fayetteville
Sanitary Sewer Improvements
I
J
PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
' Iyjpj� WRITTEN IN WORDS RICE RT
20 100 LF Additional Pipe Installed Varying
in Diameter From 6" to 1511,
' Complete in Place, Including Backfill
Material, Service Connections, Compaction
and Surface Restoration in Paved and
' Non -Paved Areas per Section D2-5.
' Dollars &
Ne at at
Cents per LF $ 2ev. $ ,Z0 UDv
I
21 11 EA Backfill Density Testing
perSection D2-10
-
' Dollars &
tiv Cents per EA $_%C" $ _z S. o_°
22 6 CY Rock Excavation
per Section D2-9
Uv,,,l�s sL (.t �LCti
Dollars &
NO Cents per CY $ _______ $_7o6.
OO
TOTAL MANHOLE REHABILITATION $ 137 7OS_
' D /dot c¢n aOLdL 7'
(in writing)
6 Bid
City of Fayetteville
Sanitary Sewer Improvements
I
II. BID CONDITIONS
I
I
It is expressly understood and agreed that the preceding total Bid is
the basis for establishing the amount of the Bid security on this Bid
for Sanitary Sewer Rehabilitation, Illinois River Watershed, Basins 6,
7, 8, 9, 16, and White River Watershed Mini System 9A for the City of
Fayetteville, AR, and that this total Bid is not to be construed to be
a Lump Sum Bid.
' It is further understood that quantities in the bidding schedule for
unit price items are approximate only, and that payment of a Contract
'will be made only on the actual quantities of work completed in place,
measured on the basis defined in the General Conditions,
Specifications, or other Contract Documents.
'There shall be no measurement or separate payment for any items not
listed and all costs pertaining thereto shall be included in the unit
prices for other items listed in the Proposal.
The undersigned has carefully checked the above bidding schedule
against the Contract Drawings, Specifications, and other Contract
Documents before preparing this Bid and accepts the said quantities to
be substantially correct, both as to classification and amount, and as
correctly listing the complete work to be done in accordance with the
Contract Drawings, Specifications, and other Contract Documents.
If this Bid is accepted and the undersigned shall fail to contract as
aforesaid and to give the Performance Bond, Labor and Material Bond,
and Maintenance Bond required by the Conditions of Contract or by law,
'and to provide all insurance as required by the Contract Documents
within ten (10) days after the date of the notice of award of the
Contract, the Owner may, at his option, determine that the Bidder has
'abandoned his Contract, and thereupon this proposal and the acceptance
thereof shall be null and void, and the forfeiture of such security
accompanying this proposal shall operate and the same shall be the
property of the Owner as liquidated damages.
The undersigned agrees to fully complete all work covered by this Bid
to the point of substantial completion no later than 180 Calendar Days
from date of Notice to Proceed. The undersigned further agrees to
fully complete all work covered by this Bid to the point of final
acceptance by the Owner no later than 210 Calendar Days from date of
Notice to Proceed. If the undersigned fails to complete the work
within the contract time, or extension of time granted by the Owner
for unavoidable delays, then the undersigned shall pay to the Owner
liquidated damages for each calendar day beyond the day stipulated in
' the Contract Documents.
[1
I
I
•' 7 Bid
City of Fayetteville
Sanitary Sewer Improvements
I
By submission of this Bid, the undersigned certifies, and in the case
'of a joint bid, each party thereto certifies as to his own
organization, that in connection with the proposal:
A. The prices in the proposal have been arrived at
independently, without consultation, communication, or
agreement, for the purpose of restricting competition, as. to
any matter relating to such prices with any other bidder or
with any competitor;
B. Unless otherwise required by law, the prices which have been
quoted in the bid have not knowingly been disclosed by the
Bidder prior to opening, directly or indirectly to any other
Bidder or to any competitor; and,
' C. No attempt has been made or will be made by the Bidder to
induce any other person or firm to submit or not submit a
bid for the purpose of restricting competition.
' D. He is the person in the Bidder's organization responsible
within that organization for the decision as to the prices
being bid and shall also certify that he has not
' participated, and will not participate in any action
contrary to Paragraphs A through C above.
E. He is not the person in the Bidder's organization
'
responsible within that organization for the decision as to
the prices being bid but that he has been authorized to act
as agent for the persons responsible for such decision in
' certifying that such persons have not participated, and will
not participate, in any action contrary to Paragraphs A
through C above, and as their agent shall so certify; and
' shall also certify that he has not participated, and will
not participate in any action contrary to Paragraphs A
through C above.
I
I
I
I
[1
I
I
I
Bid
City of Fayetteville
Sanitary Sewer Improvements
III. BID SECURITY
Accompanying this Bid is a 3 lb in the amount of
.cy4 pp Dollars.
Note: The total amount of Bid security shall be based on the
Total Bid of this Contract.
IV. BIDDER'S SIGNATURE
' A. An Individual
By (SEAL)
(Individual's Name)
doing business as
Business address:
' Phone No.:
B. A Partnership
•' By
(Firm Name) (SEAL)
' (General Partner)
Business address:
Phone No.:
1
' 9 Bid
City of Fayetteville
Sanitary Sewer Improvements
C. A Corporation
By (/44 COAIArfiu t.n70k/ 4 at.
(Corporation Name)
2LGi Mfis
`(State of Incorporation)
iBy �4I/FL� (Ki At A
(Name of Person Authorized to Sign)
P aciaaw
I
I
I
I
I
I
I
(Title)
(Cor;
Atte
Business address: .3 /VOL /)6 A -c MAn/. 6P. 0 anc X76
Sre6AzKvp �•L 'otters -
Phone No.: '/0P 7SN- 1/4'!
D. A Joint Venture
By
(Name)
(Address)
By
(Name)
(Address)
(Each joint venturer must sign. The manner of signing for each
individual, partnership and corporation that is a party to the joint
venture should be in the manner indicated above\
1
Subscribed and sworn to before me this � day of F,�r/''• ,
I M
AL
ALLOW Notary Public
OF ILLINOIS
S:03125/00
I
• 10 Bid
• City of Fayetteville
Sanitary Sewer Improvements
nib
KNOW ALL MEN BY THESE PRESENTS, That we Kim Construction Company, Inc.
TI. M1
a
3142 Holeman P.O. Box 276 Steczer,
St: Paul Fire and Marine
rhareinafter called the Principal) and st_ Paul. MN_55102
Insurance Company
(hereinafter called the Surety), a corporatMonchartered
sota red and
existing under the laws of the State of Paul
with its principal office in City of
pad authorized to do business in the state of Arkansas are held
,and firmly bound unto the city, of FayetteVille,AR epercent
(hereinafter
called the Owner), in the full and just suF
m ofgood and
the Attached Bid Dollars (S ) paid upon
lawful money of the United States of ericandttruly to be made,
demand of the Owner, to which payment
the principal and the Surety bind. themselves, their heirs,
executors, administrators, and assigns, jointly and severally and
firmly by the presents.
WHEREAS, the Principal is about to submit, or has submittedto
mtot
the Owner, a Bid for furnishing elabor,
r, matSmaterials.
Manhola
and incidentals necessary toperform
SanRehabilitation, Illinois River watershed, Basins 6,'7, Be' 9, 16,
and White River Watershed 1dirii systan 9A as described in these
Contract Documents,
WHEREAS, the Contractor desires to file this bond in accordance
`with law, in lieu of a certified bidder's check otherwise
!,required to accompany this Bid.
NOW, THEREFORE; the conditions of this obligation are such that
if the Bid is accepted, the Principal shall, within. ten'(10) days
after the date of receipt of 'a written notice of award of
contract, execute a contract in accordance with the Bid and upon
the terms, conditions and price(s) set forth therein, of form and
manner required by the owner, and execute a sufficient and'
satisfactory contract Performance. Bond, Labor and Material Bond,
and Maintenance Bond, each payable to the owner; ir an bian mount ntm of
one Hundred Percent (100%) of the total Contract p,
and with security satisfactory tosaidOwner, then this
obligation to be void; otherwise to be and remain in full force
and virtue in law; and the Surety shall, upon failure of tthe
ements
Principal to comply with any or all of the foregoing theaforesaid
within the time specified above, immediately pay
Owner, upon demand, the amount hereof in good and lawful money of
the United States of America.not as a penalty but as liquidated
i damages.
Bid Bond
City of Fayetteville
t'�..1Fary finwer.Improvements
I.
Surety companies executing Bonds must hold certificates of
Authority as Acceptable Sureties, must appear on the Treasury
Department's most current list ('A' Rating or better) (Circular
570 as amended). and be authorized to transact business in the
State of Arkansas.
IN TESTIMONY THEREOF, the principal and surety have caused day of
presents to be duly signed and sealed this st di
February 2000 , 1'49'9.
Kim Construction Company, Inc.
Principal
A�,A�.
By (Seal)
St. Paul Fire and Marine Insurance Company
Surety
Martin W. Teague, Attorney -in -Fact
(Sea
Countersigned
Local Resident Producing Agent for St Paul Fire & Marine Ins. Company
10810 Executive CTR Dr. AR 72211 501-223-6700
Bid Bond
City of Fayetteville
Sanitary Sewer Improvements 2
STATE OF ILLINOIS, I ss.
County of Cook.
SYLVIA L. PATTERSON , a Notary Public in and for the County and State
aforesaid, DO HEREBY CERTIFYthat MARTIN W. TEAGUE
ST. PAUL FIRE AND MARINE
of the INSURANCE COMPANY who IS personally known
tome to be the same person whose name IS subscribed in the foregoing
instrument as such ATTORNEY -IN -FACT
appeared before me this day in
person and acknowledged that
signed, seated and delivered the said instrument of writing
as ATTORNEY -TN -FACT free and voluntary act, and as the free and voluntary act of the
ST. PAUL FIRE AND MARINE INSURANCE COMPANY
said for.'the uses and purposes therein
set forth, and caused the.corporate seal of said Company to be thereto attached.
under
hand and Notarial seal this 1st
OFFICIAL SEAL
SYLVIA L PATTERSON
MY COMMISSION
day of February .2O00
Notary PrAlic.
ThesfibVl
POWER OF ATTORNEY
Power of Attorney No.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
SL Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
20590
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Certificate No. 208901
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that
St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance
Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the Companies"), and that the Companies do
hereby make, constitute and appoint
Martin W. Teague, Stephen J. Leite, John F. Bums, Gary F. Brockhaus and William P. Stuber
of the City of Oak Lawn , State Illinois
their true and
d lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed this 7th day of
June
1999
Seaboard Surety Company United States Fidelity and Guaranty Company
SL Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company
SL Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Mercury Insurance Company
%Kh Qi
Y �rii
Ga®
.Aj'ti ��rrayrfA .� 2 � e ��E�o^ IEV, ear-a„r
State of Maryland
City of Baltimore �MICHAEL R. MCKIBBEN, Assistant Secretary
On this 7th day of June _i'' 1999`, before me, the undersigned officer, personally appeared Michael B. Keegan and
Michael R. McKibben, who acknowledged themselves to vthejVicce President and-iGsi Cant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and
Marine Insurance Company, St. Paul Guardian Insuran `Company,` tSPaul c ury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and
Guaranty Insurance Company, and Fidelity and Gtraraniy umnee Unnderwnters, Inc. and that they, as such, being authorized so to do, executed the foregoing
instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers,
In Witness Whereof, I hereunto set my hand and official seal. ¢� ArL
ttgl 8
My Commission expires the 13th day of July, 2002.
G� REBECCA EASLEY-ONOKAtA, Notary Public
?e cal
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company,
Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and
effect, reading as follows:
RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating
to said business may be signed, executed, and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in
accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the
Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary,
under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and
the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes
only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any
such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so
executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to
which it is validly attached; and
RESOLVED FURTHER, that Attomey(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of
Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other
writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested to by the Secretary of the Company.
I, Michael R. McKibben, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,
St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance
Underwriters, Inc. 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 in full force
and effect and has not been revoked.
1st February 2000
IN TESTIMONY W HEREOF, I hereunto set my hand this day of ,
�q,,eo91Fb rrn r '. pQI,M iy \� �e'a'.:x•W�4n �� r n
a 927 ilmprgco® 1 ^`^'�" R. �C�A�.I`}6_
®4
• dr °+,. sent.a 'S�s�B n +s, 977 g 19st
wrcM ,,,er 6sr • sasQ 4r ,iep1P£ Michael R. McKibben, Assistant Secretary
To verify the authenticity of this Power ofAttorney, call 1-800.421.3880 and ask for the Power of Attorney clerk Please refer to the Power of Attorney number,
the above -named individuals and the details of the bond to which the power is attached.
86326 Rev. 4-99 Printed in U.S.A.
meSIPaul POWER OF ATTORNEY
A Seaboard Surety Company United States Fidelity and Guaranty Company
St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company
St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Mercury Insurance Company Economy Fire & Casualty Company
Power of Attorney No. 20971 Certificate No. 2272
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St.
Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the
laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that
Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters,
Inc. is a corporation duly organized under the laws of the State of Wisconsin, and that Economy Fire & Casualty Company is a corporation duly organized under the
laws of the State of Illinois (herein collectively called the "Companies") and that the Companies do hereby make, constitute and appoint
James J. Lareau, LaWuana Dixon, Mark Horton, Rebecca Dover and C. Dwayne Shelton
of the City of Little Rock , State Arkansas , their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be
signe5d this 22nd day of September 1999
Seaboard Surety Company vy�United States Fidelity and Guaranty Company
St. Paul Fire and Marine Insuraace�Cpat V �1 9Fidelity and Guaranty Insurance Company
1�
St. Paul Guardian Insurance Coonatio n�V Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Mercury Insurance Co Economy Fire & Casualty
.Company , A
DYrly.nc V .V, u . n�uV 41
,,eo
�o' • O �y ; i�yr0✓111j.w '• mlm
1927 a
�� �m 3��SSAL'�"9 f9$t MICHAEL B. KEEGAN, Vice President
4 ,} p SEM1L a .\ q PI
�lkllEWN nwc. e11�' 'Vwa Allr I/ ' t1
State of Maryland . DD 1` •
City of Baltimore MICHAEL R. MCKIBBEN, Assistant Secretary
On this 22nd day of September , 1999 , before me, the undersigned officer, personally appeared Michael B. Keegan and
Michael R. McKibben, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and
Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and
Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., and Economy Fire & Casualty Company and that they, as such, being authorized so
to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers.
In Witness Whereof, I hereunto set my hand and official seal. _ - „ -!SL
My Commission expires the 13th day of July, 2002. MEREBECCA Y-0N0KALA, Notary Public
86205 Ed. 5-99 Printed in U.S.A.
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company,
Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., and Economy Fire & Casualty Company on September 2, 1998, which
resolutions are now in full force and effect, reading as follows: ,
RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating
to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in
accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the
Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary,
under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and
the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Pact for purposes
only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any
such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so
executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to
which it is validly attached; and
RESOLVED FURTHER, that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of
Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other
writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested to by the Secretary of the Company.
I, Michael R. McKibben, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St.
Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., and Economy Fire & Casualty 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 in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I hereunto set my hand thisN�J•rt'V' 1st day of February 2000
eFir�FrY ••YJ[f'' e!!,Y I fG ,l lne49M1 'C � �
S.
92/ nv l�pVOIII�`s V n�044n .Wy �'�n n
'�s38dLjY ~n rBBe �y Ca
N'" N! Michael R. McKibben, Assistant Secretary
To verify the authenticity of this Power of Attorney, call 1-800-021.3880 and ass for the -Power of Attorney clerk. Please refer to the Power of Attorney number,
the above -named individuals and the details of the bond to which the powna attached%
V,r'
BID BOND
KNOW ALL MEN BY THESE PRESENTS, That we
(hereinafter called the Principal) and
r (hereinafter called the Surety), a corporation chartered and
' existing under the laws of the State of
with its principal office in City of
and authorized to do business in the State of Arkansas are held
and firml bound unto the City of Fayetteville, AR (hereinafter
I
I
I
I
I
I
I
I
J
El
I
y
called the Owner), in the full and just sum of
Dollars ($ ) good
lawful money of the United States of America, to be paid upon
demand of the Owner, to which payment well and truly to be made,
the principal and the Surety bind themselves, their heirs,
executors, administrators, and assigns, jointly and severally and
firmly by the presents.
and
WHEREAS, the principal is about to submit, or has submitted to
the Owner, a Bid for furnishing all labor, materials, equipment
and incidentals necessary to perform Sanitary Sewer Manhole
Rehabilitation, Illinois River watershed, Basins 6, 7, 8, 9, 16,
and White River Watershed Mini System 9A as described in these
Contract Documents,
WHEREAS, the Contractor desires to file this bond in accordance
with law, in lieu of a certified bidder's check otherwise
required to accompany this Bid.
NOW, THEREFORE: The conditions of this obligation are such that
if the Bid is accepted, the Principal shall, within ten (10) days
after the date of receipt of a written notice of award of
contract, execute a contract in accordance with the Bid and upon
the terms, conditions and price(s) set forth therein, of form and
manner required by the Owner, and execute a sufficient and
satisfactory contract Performance Bond, Labor and Material Bond,
and Maintenance Bond, each payable to the Owner, in an amount of
One Hundred Percent (100%) of the total Contract price in form
and with security satisfactory to said Owner, then this
obligation to be void; otherwise to be and remain in full force
and virtue in law; and the Surety shall, upon failure of the
Principal to comply with any or all of the foregoing requirements
within the time specified above, immediately pay to the aforesaid
Owner, upon demand, the amount hereof in good and lawful money of
the United States of America not as a penalty but as liquidated
damages.
' Bid Bond
City of Fayetteville
1 Sanitary Sewer Improvements
I,
I
Surety companies executing Bonds must hold certificates of
Authority as Acceptable Sureties, must appear on the Treasury
Department's most current list ("A" Rating or better) (Circular
570 as amended), and be authorized to transact business in the
State of Arkansas.
IN TESTIMONY THEREOF, the Principal and Surety have caused these
presents to be duly signed and sealed this day of
1999.
Principal
(Seal)
Surety
(Seal)
' Countersigned
II Local Resident Producing Agent for
I
I
I.
I
I
Bid Bond
City of Fayetteville
Sanitary Sewer Improvements
2
The following person, firm, or corporation has agreed to
execute the required payment and performance bonds in the
event this contract is awarded to the bidder.
Name of Surety: St. Paul Fire and Marine Insurance Company
Mailing Address: 386 Washington Avenue
St. Paul, MN 55102
City, State, Zip:
Telephone Number! (612) 310-7911
Yes
is surety authorized to operate in Arkansas?
Is surety aware of size of project? Yes
Does surety have adequate authorization and resources to
cover bonds for the amount of this contract? Yes
Rating from U.S. treasury List $120,687,000.00
Project: Sanitary Sewer Manhole Rehabilitation
Illinois Basins 6, 7, 8, 9 6 16, and
White River Mini System 9A.
Owner: City of Fayetteville, Arkansas
KimConstructi.on Company, Inc.
Name of Bidder
I
r'y
Bonding Company information
City of. Payetteville
1 Sanitary Sewer Improvements
BONDING COMPANY INFORMATION
The following person, firm, or corporation has agreed to
• execute the required payment and performance bonds in the
event this contract is awarded to the bidder.
Name of Surety:
ST• O/QUL FI46 *WD M44R.w rYSv vvcc Ce.
Mailing Address: 3IS W45/f/R/6rtn) AUE
City, State, Zip: STMw cn Ian
Telephone Number: `(A�) 310 %9!1
' Is surety authorized to operate in Arkansas?
' Is surety aware of size of project? _(1
Does surety have adequate authorization and resources to
' cover bonds for the amount of this contract? JLS
Rating from U.S. Treasury List T/201 Gd7 000. OD
Project: Sanitary Sewer Manhole Rehabilitation
Illinois Basins 6, 7, 8, 9 & 16, and
White River Mini System 9A.
Owner: City of Fayetteville, Arkansas
' Co Ks ric aC no,✓ Co. -Lit.
Name of Bidder
L
I
' Bonding Company Information
City of Fayetteville
1 Sanitary Sewer Improvements
I
SUBCONTRACTORS
List of Major Subcontractors
The Bidder expressly agrees that:
1. If awarded a Contract as a result of this Bid, the major
subcontractors used in the prosecution of the work will be
those listed below, and
2. The following list includes all subcontractors who will
perform work on this contract.
3. The Bidder represents that the subcontractors listed below
are financially responsible and are qualified to perform the
work required.
1 Category Name of Subcontractor Address Prequalified
taiac Ft r 1 9stN Pr'. 3cc WI be
i
7a -70a.
I
I
I
I
Cl
I
I
I
I
9
I
Subcontractors
City of Fayetteville
1 Sanitary Sewer Improvements
[1
STATEMENT OF EXPERIENCE OF BIDDER
The Bidder shall state below the work of similar magnitude or
character which he has done, and shall give reference to his
experience, skill and business standing and of his ability to
conduct the work as completely and as rapidly as required under
the terms of the contract. References shall include the name and
telephone number of the project representative to be contacted.
Project Name Contract Class of Date Name & Address
& Location Amount Work Completed of Owner
I
I
[1
I
C1
I
I
I
I
I
o try or r-sy aTT6vsu f.
R. W. - 6/c? sir D7✓E a'va
s!M� K 838G 2e wrr�eyi ✓ y i}.C. 737d�
F4o -
3
Scn .L/,wc� ti/IT A ' 99 3'aic eE' Flo
t6 q'
/�'9 inzrsvdo z4 ac
f�i
Yhd.✓rfLc— 8/ I rwi. C
iLch.G — �9L '47 f }ioo 1 '73 i1 W. /3d
eP e^. ri TAll kl - /l -f
.Srw. 113- ps 2�io �.ttL6s•�•�L.
)7bs.{j.Ce 97 x1 r- 31 1 rrs s . A . a d+.o. £..<- So]
�1 . g-4,- /cS
How many years has your organization been in business as a
general contractor under your present business name? $ QS
How many years' experience in this type of construction work has
your organization had,
(a) as a general contractor? �8 yes
(b) as a sub -contractor? J.Lta.
I
1 Statement of Experience
City of Fayetteville
Sanitary Sewer Improvements
I
1 STATEMENT OF COMMITMENT
I
IThe Bidder shall state below the projects which he is currently under
contract, dollar value of contracts, and estimated time of completion.
I
Estimated Percent
Project Name Contract Class of Date of Currently
& Location Amount Work Completion Complete
o,r5, oP Tt ANIN. Mt M,4slfLB
ti
1
1
I
I
I
11
I
I
I
C1
Statement of Commitment
City of Fayetteville
Sanitary Sewer Improvements
I
I
LI
u
I
I
I
I
I
I
Li
I
F
I
I
I
I
CONTRACTUAL DOCUMENTS
SECTION B
I
I
I
I
I
I
[1
I
L
I
Li
I
I
I
I
I
I
I
CITY OF FAYETTEVILLE, ARKANSAS
SANITARY SEWER MANHOLE REHABILITATION
ILLINOIS RIVER WATERSHED
BASINS 6, 7, 8, 9, 16, AND
WHITE RIVER WATERSHED
MINI SYSTEM 9A
THIS AGREEMENT, made this day of , 2000, by
and between the City of Fayetteville, Arkansas, a municipal
corporation, hereinafter called the Owner, and
hereinafter called the Contractor.
WITNESSETH:
WHEREAS, the Owner has heretofore solicited Bids for all the work
and improvements for the doing of all things included within the
hereinafter specified Sanitary Sewer Manhole Rehabilitation
Illinois River Watershed, Basins 6, 7, 8, 9, 16, and White River
Watershed, Mini System 9A.
WHEREAS, the Owner did on the day of , 2000 find
that the Contractor was the lowest responsive, responsible Bidder
for the hereinafter specified work and did award the Contractor a
Contract for said work.
NOW, THEREFORE, for and in consideration of their mutual
promises, covenants, undertaking and agreements, the parties
hereto do hereby agree as follows:
The Contractor agrees, at his own cost and expense, to do all the
work and to furnish all the labor, materials, equipment and other
property necessary to do, construct, install and complete all the
works and improvements included in Sanitary Sewer Manhole
Rehabilitation, Illinois River Watershed, Basins 6, 7, 8, 9, 16,
and White River Watershed, Mini System 9A. All in full accordance
with and in compliance with and as required by the hereinafter
specified Contract Documents and any addenda for said work, and
to do, at his own cost and expense, all other things required of
the Contractor by said Contract Documents for said work.
The Contract Documents are defined in the General Conditions.
I
1
Agreement
City of Fayetteville
Sewer System Improvements
I
ARTICLE III - CONTRACT AMOUNT
The Contractor agrees to receive and accept the attached contract
unit prices and/or lump sum prices as full compensation for
furnishing all materials and equipment for doing all the work
contemplated and embraced in this Agreement; also for all loss or
damage arising out of the nature of the work aforesaid, or from
the action of the elements, or from any unforeseen difficulties
or obstructions which may arise or be encountered in the
prosecution of the work until its acceptance by the Owner, and
for all risks of every description connected with the work; also
for well and faithfully completing the work, and the whole
thereof, in the manner and according to and in compliance with
the Contract Documents and the requirements of the Engineer under
them, also for any and all things required by the Contract
Documents.
ARTICLE IV - LIQUIDATED DAMAGES OR ACTUAL DAMAGES AND EXCESS
ENGINEERING COSTS
The Contractor shall, and agrees to, pay to excess engineering as
described in the General Conditions.
' The Contractor shall, and agrees to, pay for liquidated damages
or actual damages if the Contractor fails to complete the project
within the specified time in accordance with the General
Conditions.
ARTICLE V - STARTING AND COMPLETION
I
The Contractor agrees to commence work under this Agreement
within ten calendar days of receipt of written Notice to Proceed
and to complete all work included in this Contract to the point
of substantial completion no later than 180 Calendar Days from
the date of Notice to Proceed. The contractor further agrees to
complete all work to the point of final acceptance by the Owner
no later than 210 Calendar Days from the date of Notice to
Proceed.
' The Contractor shall, and agrees to, furnish and deliver to the
Owner, the Faithful Performance Bond, the Contractor's Labor and
Material Bond, the Maintenance Bond and the insurance
• certificates and policies of insurance required of him by
provisions of the Contract Documents, and to do, prior to
starting work, all other things which are required of him by the
Contract Documents as a prerequisite of starting work.
I
I
Agreement
City of Fayetteville
Sewer System Improvements
ARTICLE VI - PAYMENTS TO CONTRACTOR
The Owner agrees with said Contractor to employ, and does hereby
employ, the said Contractor to provide the materials and do all
the work, and do all other things hereinabove contained or
' referred to, for the prices aforesaid, and hereby contracts to
pay the same at the time, in the manner and upon the conditions
set forth or referred to in the Contract Documents; and the said
' parties for themselves, their heirs, executors, administrators,
successors and assigns, do hereby agree to the full performance
of the convenants herein contained.
There shall be no measurement or separate payment for any items
not listed and all costs pertaining thereto shall be included in
the Contract unit prices for other items listed.
' IN WITNESS WHEREOF, the parties hereto have caused this
Instrument to be executed in three original counterparts the day
and year first above written.
(SEAL)
(Contractor)
Attest: By
Name Name
(please type) (please type)
' Title Title
(SEAL)
'
CITY OF FAYETTEVILLE, AR
' Attest: By
Name Name
(please type) (please type)
' Title Title
LI
1 3
City of
Sewer System
Agreement
Fayetteville
Improvements
I
I
I
I
I
I
ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND
is. —
as Principal, hereinafter called Principal, and
a corporation organized and existing under the laws of the State
of Arkansas and authorized to do business in the State of
Arkansas, as Surety, hereinafter called Surety, are held and
firmly bound unto as
Obligee, hereinafter called Owner, in the amount of
Dollars ($ ), for the
payment whereof Principal and Surety bind themselves, their
heirs, personal representatives, successors and assigns, jointly
and severally, firmly by these presents.
Principal has by written agreement dated entered
into a contract with Owner for Sanitary Sewer Manhole
Rehabilitation, Illinois River Watershed Basins 6, 7, 8, 9, 16,
and White River Watershed, Mini System 9A, which contract is by
reference made a part hereof, and is hereinafter referred to as
the Contract.
' THE CONDITIONS OF THIS OBLIGATION ARE SUCH that if the
principal shall faithfully perform the Contract on his part and
shall fully indemnify and save harmless the Owner from all cost
and damage which he may suffer by reason of failure to do so and
shall fully reimburse and repay the Owner all outlay and expense
which the Owner may incur in making good any such default, and
further, that if the Principal shall pay all persons all
indebtedness for labor or materials furnished or performed under
said Contract, failing which such persons shall have a direct
right of action against the Principal and Surety, jointly and
severally, under this obligation, subject to the Owner's
priority, then this obligation shall be null and void; otherwise
it shall remain in full force and effect.
No suit, action or proceeding shall be brought on this bond
outside the State of Arkansas. No suit, action or proceeding
shall be brought on this bond except by the Owner after six
' months from the date final payment is made on the Contract, nor
shall any suit, action or proceeding be brought by the Owner
after two years from the date on which the final payment under
' the Contract falls due.
Any alterations which may be made in the terms of the
Contract, or in the work to be done under it, or the giving by
the Owner of any extension of time for the performance of the
contract, or any other forbearance on the part of either the
Owner or the Principal to the other shall not in any way release
' the Principal and the Surety or Sureties, or either or any of
them, their heirs, personal representatives, successors or
assigns from their liability hereunder, notice to the Surety or
1 Sureties of any such alteration, extension or forbearance being
hereby waived.
1 Performance Bond
City of Fayetteville
Sanitary Sewer Improvements
In no event shall the aggregate liability of the Surety
exceed the sum set out herein.
Executed on this day of , 2000.
Principal
2A
Surety
By
Attorney -in -fact
Performance Bond 2
City of Fayetteville
Sanitary Sewer Improvements
I
' MAINTENANCE BOND BOND NUMBER
I
I
I
KNOW ALL MEN BY THESE PRESENTS, That
(hereinafter called the Principal), and
a corporation (hereinafter called the Surety), are held and firmly bound unto
hereinafter called the Obligee), in the full and just sum of
Dollars,
Ilawful money of the United States, for the payment of which, well and truly to be
made, we bind ourselves, our heirs, administrators, executors, successors and
assigns, jointly and severally, firmly by these presents.
WHEREAS, said Principal has entered into a certain contract with the Obligee
' dated
which contract has been or is about to be accepted.
AND WHEREAS, specifications and contract provided that
' should guarantee the project free from defects caused by faulty workmanship and
materials for a period of two years after substantial completion, general wear and
tear excepted.
NOW, THEREFORE, if the said project shall be free from defects of workmanship
and materials, general wear and tear excepted, for a period of two years after
substantial completion, then this obligation shall be null and void; otherwise to
remain in full force and effect.
Signed, sealed and delivered
Witness as to (Seal)
Principal (Seal)
' (Seal)
Attorney -in -fact
1 Maintenance Bond
City of Fayetteville
Sanitary Sewer Improvements
I
CERTIFICATE OF OWNER'S ATTORNEY
I, the undersigned, , the
I duly authorized and acting legal representative of
do hereby certify
as follows:
II have examined the attached contract(s) and surety bonds
and the manner of execution thereof, and I am of the opinion that
Ieach of the aforesaid agreements has been duly executed by the
proper parties thereto acting through their duly authorized
representatives; that said representatives have full power and
authority to execute said agreements on behalf of the respective
parties named thereon; and that the foregoing agreements
constitute valid and legally binding obligations upon the parties
executing the same in accordance with terms, conditions and
Iprovisions thereof.
I
Date:
I
J
I
P1
11
I
I
ii
L
I
I
I
I
I
I
I
I
I
[]
I
I
I
I
I
I
I
GENERAL CONDITIONS
SECTION C
I
1 A
I
E
IF
I G
I
K
I
M
TABLE OF CONTENTS
GENERAL CONDITIONS
SUBJECT PAGE
DEFINITIONS . . . . . . . . . . . . .
. . . .
1
CONTRACT DOCUMENTS: DEFINITIONS. . .
. . .
6
PRELIMINARY MATTERS . . . . . . . . .
a. . .
8
CONTRACT DOCUMENTS: INTENT AND REUSE
. . . .
11
AVAILABILITY OF LANDS; PHYSICAL CONDITIONS;
REFERENCE POINTS . a. . . . . . . . .
. . . .
14
BONDS AND INSURANCE . . . . . . . . .
. . . .
18
CONTRACTOR'S RESPONSIBILITIES . . . .
. . . .
29
OTHER WORK . . . . . . . : . . . . . .
. . . .
4 3
OWNER'S RESPONSIBILITIES. . . . . . .
. . . .
45
ENGINEER'S STATUS DURING CONSTRUCTION
. . . .
46
CHANGES IN WORK . . - . . . . . . . .
. . . .
50
CHANGES IN CONTRACT PRICE . . . . . .
. .
52
CHANGES IN CONTRACT TIME.
.'
60
WARRANTY AND GUARANTEE; TESTS AND OBSERVATIONS;
CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK . . . . . . . . . . . .
. . a
63
PAYMENTS TO CONTRACTOR AND COMPLETION
. . . .
68
SUSPENSION OF WORK AND TERMINATION. .
. . . .
79
ARBITRATION . . . . . . . . . . . . .
. . . .
83
LIQUIDATED DAMAGES OR ACTUAL DAMAGES
FOR DELAY . . . . . . . . . . . . . .
. . . .
85
EXCESS ENGINEERING COSTS. . . . . . .
. . . .
87
MISCELLANEOUS . . . . . . . . . . . .
. . . .
88
i
I
INDEX TO GENERAL CONDITIONS
Paragraph
Acceptance
Access to the Work
Addenda, definition of
Agreement, definition of
All Risk Insurance
Amendment, Written
Application for Progress
Payment Request
Arbitration
As Directed, definition of
As Shown, definition of
Availability of Lands
Avoidable Delays
Award, Notice of, definition of
Number
O.12
N.2
A.1
A.2,
B.3.a
F.2.a
A.41,
D.2
O.2
Q
A.3
A.4
E.1
M.2.a
A.23
Page
Number
76
63
1
1,6
19
5,12
68
83
1
14
61
Li
I
I
I
I
Before Starting Construction
C.5
8
Bid, definition of
A.5
1
Bidder, definition
A.6
1
Bidding Documents
B.2
6
Bonds and Insurance
F.1,
F.2
18,19
Bonds, definition of
A.7
1
Bonds, delivery of
C.1,
F.1
8,18
Bonds, Performance and Other
B.3.,
b
F.1
7,18
,
Cash Allowances
L.6
58
Certificate of Insurance
F.2.c
22
Changes in Contract Price
L
47
Changes in Contract Time
M
60
Change Order, definition of
A.8
1
Change Orders, Engineer's
Responsibility
J.5
47
Change Orders, to be Executed
K.4
45
Changes in Work
K
45
Claims, Waiver of, on Final Payment
O.14
78
Clarifications and Interpretations
J.4
46
Cleaning
G.10.b
36
Completion
O
68
Completion, substantial
O.8
73
Commencement of Contract Time
C.3
8
Conditions of Contract
B.4
7
Conference, Pre -Construction
C.6
9
Conflict, Error, Discrepancy -
Contractor to Report
C.5.a,
D.1.c
8,11
Construction Machinery, Equipment, etc.
G.2.b
30
I
I
ii
I
' Continuing the Work G.15 40
Contract Documents - Amending and
Supplementing D.2 12
' Contract Documents, definition of A.9, B 2,6
Contract Documents, Discrepancies and
Omissions D.4 12
' Contract Documents: Intent and Reuse D.1 11
Contract Documents: Titles and Headings D.5 13
Contract Price, Change of L 52
Contract price, definition of A.10 2
' Contract Time, Change of M 60
Contract Time, Commencement of C.3 8
Contract Time, definition of A.11 2
'• Contractor, definition of A.12 2
Contractor May Stop Work or Terminate P.3 82
Contractor's Continuing Obligation 0.13 77
' Contractor's Duty to Report
Discrepancy in Documents C.5.a,D.1.b 8,11
Contractor's Fee, Costs Plus L.5.a 57
Contractor's Liability Insurance F.2.a 19
' Contractor's Responsibilities -
in General G 29
Contractor's Warranty of Title 0.6 71
' Contractor's - Other H 43
Contractual Documents 8.3 6
Contractual Liability Insurance F.2.a 19
' Coordinating Contractor, definition of H.2 44
Coordination H.2 44
Copies of Documents C.2 8
Correction or Removal of Defective Work N.6 65
' Correction Period, One Year N.7 65,66
Correction, Removal or Acceptance of
Defective Work - in General N.6 thru N.9 65,66
' Cost, Net Decrease L.5.a.(2) 57
Cost of Work L.4,O.4 53,70
Costs, Supplemental L.4.a.(5) 54
• Day, definition of A.13 2
• Defective, definition of A.14 2
Defective Work, Acceptance of N.8 66
' Defective Work, Correction or Removal of N.6 65
Defective Work, Rejecting J.6 47
Definitions A 1
' Delays M.2, M.3 61,62
Delivery of Bonds C.1 8
Determination for Unit Prices J.8 47
Disputes, Decisions by Engineer J.9 48
Documents, Copies of C.2 8
Documents, Record G.11 37
Documents, Reuse of D.3 12
Drawings and/or Plans, definition of A.15 2
I
I
iii
I
Easements E.1 14
Effective Date of Agreement,
definition of A.16 2
Emergencies G.13 38
Engineer, definition of A.17 2
Engineering Cost, Excess S 82
Engineer's Decisions J.8, 5.9 47,48
Engineer's, Notice Work is Acceptable 0.12 76
Engineer's Responsibilities,
Limitations on J.10 49 '
Engineer's Recommendation of Payment 0.7, 0.11 71,76
Engineer's Status During Construction J 46
Equipment, Labor, Materials G.2 30
Equivalent Materials and Equipment G.4 31
Excess Engineering Costs S 87
Extension of Time M.3 62
Explorations of Physical Conditions E.2.a 14
Fee, Contractor's Costs Plus L.5 57
Field Order - definition of A.18 3
Field Order - issued by Engineer K.2 50
Final Acceptance, definition of. A.19 3
Final Application for Payment 0.11 76
Final Observation 0.10 76
Final Payment and Acceptance 0.12 76
Final Payment, Recommendation of 0.12 76
General Requirements, definition of A.20 3 '
General Provisions T.3 88
Giving Notice T.1 88
Guarantee of Work, by Contractor N.1 63 '
Headings, Titles and D.5 . 13
Hold Harmless Agreement F.3 24
Indemnification G.16 41
Observation, Final 0.10 76
Observation Tests and N.3 58
Insurance, Amount of Coverage F.2.a.(4) 19
Insurance, Bonds and F.2 19
Insurance, Certificates of C.5.c, F.2.c 9,22
Insurance, Completed Operations F.2.a. 19
Insurance, Contractor's Liability F.2.a. 19
Insurance, Contractual Liability F.2.a 19
Insurance Companies, Notification of F.5 28
Insurance, Owner's Liability F.3 24
Insurance, Property F.2,F.3,F.4. 19,24
Insurance, Waiver of Rights F.6 25
Insurance, Workmen's Compensation F.2 19
Insurance, Workmen's occupational 20
Diseases F.2.b.(1)
Interpretations and Clarifications 3.4 46
Investigations of Physical Conditions E.2 14
1
iv
L
Labor and Material Bond F.l.b 18
Labor, Materials and Equipment G.2 30
Laws and Regulations A.22,G.8 3,31
Liability Insurance, Contractor's F.2.a. 19
Liability Insurance, Owner's and
Engineer's F.2.a. 19
' Limitations on Engineer's
Responsibilities J.1O 49
Limits of Authority L.8 59
Liquidated Damages R 85
Materials and Equipment, furnished
by Contractor G.2.a, G.2.c 30
' Materials and Equipment, not
incorporated in work 0.2.b 68
Materials or Equipment, Equivalent G.4 31
' Miscellaneous, Provisions T 88
Notice, Giving T.1 88
' Notice of Award, definition of A.23 3
Notice of Acceptability of Project 0.12.a 71
Notice to proceed, definition of A.24 3
Notice to Proceed C.3 8
"Or -Equal" items G.4.a 31
Other Contractors, Work by Others H 43
' Other Work H 43
Overtime Work, Prohibition of G.2.a 30
owner, definition of A.25 3
Owner May Correct Defective Work N.9 66
' Owner May Stop Work N.5 65
Owner May Suspend Work, Terminate P.1, P.2 79,80
Owner's Duty to Execute
' Change Orders I.6 45
Owner's Liability Insurance F.2.a. 19
Owner's Representative J.1 46
' Owner's Responsibilities I 45
Partial Utilization, definition of A.26 3
Partial Utilization 0.9 69
Partial Utilization, 25
Property Insurance F.4.b
Partial Waiver of Liens O.5 66
' Patent Fees and Royalties G.6 34
Payment Request, definition of A.27 3
Payment Request, Final 0.1 68
Payment Request, Progress 0.2 68
Payments to contractor and Completion 0 68
Payments, Recommendation of 0.7 71
• Payments to Contractor 0 68
I
1]
v
Payments to contractor, when due
Payments to contractor, withholding
Payments, Reporting and Invoicing
Cost -of -Work
Payments, Unit Prices
Performance, Bonds
Permits
Physical Conditions
Physical Conditions,
Engineer's Review
Physical Conditions,
Existing
Structures
Physical Conditions,
Exploration
and Reports
Physical Conditions,
Possible Document
Change
Physical Conditions,
Price and Time
Adjustment
Physical Conditions,
Report to Differing
Conditions
Physical Conditions,
Underground
Facilities
Pre -Construction Conference
Preliminary Matters
Premises, Use of
Price, Change in Contract
Price, contract, definition of
Progress Payment, Applications for
Progress Payment, Review of
Applications
Progress Schedule
Project, definition of
Project Representative
Project Starting
Property Insurance
Property Insurance - Partial
Utilization
Protection, Safety and
Provide
0.7.b, 0.12.a 71,76
0.7.d 72
Recommendation of Payment
Record Documents
Reference Points
Regulations, Laws and
Rejecting Defective Work
Related Work at Site
Remedies Not Exclusive
Removal or Correction of
Defective Work
Resident Engineer
Resident Project Representative,
definition of
Resident Project Representative
0.4
0.3
F.l.a
G.7
E.2
E.2.d
E.2.b
E.2.a
E.2.e
E.2.f
E.2.c
E.3
C.6
C
G. 10
L
A. 10
0.2
0.7
C.5.b(1), 0.1
A.28
3.3
C.4
F.2.a,F.2.a.(5)
F.4.b.
G.12
A.29
0.7.a, 0.11
G.11
E.4
G.8
J.6
H.1
T.3.b
N.6
A. 31
A.30
3.3
70
70
18
35
14
15
14
14
15
15
15
19
8
36
52
68
71
9,68
3
46
8
19,20
25
37
4
71,76
37
17
35
47
43
88
64
4
46
I
I
II
I
I
[I
I
I
J
I
I
I
[l
I
I
I
vi
I
I
I
I
I
I
I
C
C
I
I
I
Responsibilities,
Responsibilities,
Responsibilities,
Retainage
Reuse of Documents
Rights of Way
Contractor's
Engineer's
Owner's
G
J
I
0.2.d
D.3
E.1
29
41
45
69
12
14
Royalties, Patent
Fees and
G.6
34
Safety and Protection
Samples, and Drawings
Schedule of Shop Drawing Submissions
Schedule of Values
Schedule of Progress C.5,C.6,C.7,G.
Schedules, Finalizing
Shop Drawings and Samples
Shop Drawings, definition of
Shop Drawings, Use for Substitutions
Site, Visits to by Engineer
specifications, definition of
Specifications and Drawings
Starting Construction, Before
Starting the Project
Stopping Work, by Contractor
Stopping Work, by Owner -
Subcontractor, definition of
Subcontractors - in General
Subcontractors, Required Provisions
Substitute or "Or -Equal" Items
Substantial Completion, Statement of
Substantial Completion, definition of
Subsurface Conditions
Supplemental Costs
Supplementary Conditions, definition
Supplementing Contract Documents
Suppliers, definition of
Surety, consent to payment
Surety, Engineer's Duties
Surety, Notice of changes
Surety, Qualification of
Suspending Work, by Owner
Suspension of work and Termination
Superintendent, contractor's
Supervision and Superintendent
3,G
G. 12
G.14
C.5.b, 0.1
C.5.b.(3),0.1
14,P.2.a.(6)
C.7
G.11, G.14
A.32
G.4.a
3.2
A.33
B.5
C.5, C.6
C.4
P.3
N.5
A.34
G.5.a
F.6., G.5.a
G.4
0.8
A.35
E.2.a, E.3
L.4.a.(5)
A.36
D.2
A.37
0.11
J.10.a
K.5
F.1
P.l.a
P
G.1.b
G.1
37
39
9,68
9,68
8,9,10,31,39,81
10
37,39
4
31
44
7
8,9
8
82
65
4
33
28,33
31
73
14,16
54
12
4
76
49
51
18
79
79
29
29
Taxes G.9 36
Termination, by Contractor P•3 82
Termination, by Owner P.2 80
Termination, Suspension of Work P 79
Tests and Observations N.3 63
Time, Change of Contract M 60
Time, Computation of T.2 88
Time, contract, definition of A.11 2
Titles and Headings D.5 123
Ivii
I
Unavoidable Delays
M.2.b
Uncovering Work
N.4
Underground Facilities, definition of
A.38
Underground Facilities, Not Indicated
E.3.b
Underground Facilities, Protection of
E.3.a.(2),G
Underground Facilities, Indicated
E.3.a
Unforseen Physical Conditions
E.3
Unit Price Work, definition of
A.39
Unit Price Work, general L.7,O.1,O.3,O.7.c
Unit Prices
L.3.a,
O
Unit Prices, Adjustment of
L.5.b
Use of Premises
G.10
Utility Owners G.7,G.12.a.(3),H.1
Values, Schedule of
O.1
Variations in Work, Authorized G.14.b,G.13,J.5
Visits to Site - by Engineer
J.2
Waiver of Claims, on Final Payment
O.14
Waiver of Rights
F.6
Warranty and Guarantee
N.1
Warranty of Title, Contractor's
O.6
Work, Access to
N.2
Work by Others
H
Work, Cost -of-
L.4
Work, Continuing During Disputes
G.15
Work, definition of
A.40
work Directive Change, definition of
A.41
Work Directive Change
D.2.a.(3)
Work, Neglected by Contractor
N.9
Work, Stopping by Contractor
P.3
Work, Stopping by Owner
P.1,
P.2
Written Amendment, definition of
A.42
Written Amendment D.2,K.1,L.1,M.1
61
64
5
16
12 16,37
16
16
5
58,63,65,67
3 52,65
57
36
35,37,43
68
39,38,42
46
78
28
63
66
63
43
53
40
5
12
66
82
79,80
5
12,50,52,60
I
I,
II
I
I
�J
I
H
'Ti
I
I
I
I
I
I
I
GENERAL CONDITIONS
A. Definitions
Whenever used in these General Conditions or in the other
Contract Documents, the following terms have the meanings
indicated which are applicable to both the singular and
plural thereof:
1 1. Addenda - Written or graphic instruments issued prior to
the opening of Bids which clarify, correct or change the
' Bidding Documents or the Contract Documents.
2. Agreement - The written agreement between Owner and
Contractor covering the work to be performed; other
Contract Documents are attached to the Agreement and made
a part thereof as provided therein.
' 3. "As directed", "as permitted", "reviewed", or words of
similar import mean the direction, requirements, or
permission of the Engineer, unless stated otherwise.
I
I
I
I
I
I
I
I
I
I
I
4. "As shown", "as indicated", "as detailed", or words of
similar import refer to the Contract Drawings unless
stated otherwise.
5. Bid - The offer or proposal of the Bidder submitted on
the prescribed form setting forth the prices for the work
to be performed.
6. Bidder - Any person, partnership, corporation,
association, or affiliation submitting a bid for the
work.
7. Bonds - Bid, performance, and labor and material bonds
and other instruments of security.
8. Change Order - A document recommended by the Engineer,
which is signed by the Contractor and the, Owner
authorizing an addition, deletion or revision in the
work, or an adjustment in the contract price or the
contract time, issued on or after the effective date of
the Agreement.
1 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph A continued '
9. Contract Documents - The Agreement, Addenda (which
pertain to the Contract Documents), Contractor's Bid
(including documentation accompanying the Bid and any
post -Bid documentation submitted prior to the Notice of
Award) when attached as an exhibit to the Agreement, the
Bonds, these General Conditions, Conditions of Contract,
the Specifications, the Plans and/or Drawings as the same
are more specifically identified in the Agreement,
together with all amendments, modifications, and
supplements issued on or after the execution of the
Agreement.
10. Contract Price - The moneys payable by the Owner to the '
Contractor under the Contract Documents as stated in the
Agreement.
11. Contract Time - The number of days (computed as provided
in paragraph T.2) or the date stated in the Agreement for
t'he completion of the work. '
12. Contractor - The person, firm or corporation with whom
the Owner has entered into the Agreement. ,
13. Day - A calendar day of twenty-four hours measured from
midnight to the next midnight.
14. Defective - An adjective which when modifying the word
work refers to work that is faulty or deficient, or does
not conform to the Contract Documents, or does not meet
the requirements of any observation, reference standards
test or review referred to in the Contract Documents, or
has been damaged prior to Engineer's recommendation of
final payment (unless responsibility for the protection
thereof has been assumed by Owner at Substantial
Completion).
15. Drawings and/or Plans - The drawings and/or plans which I
show the character and scope of the work to be performed
and which have been prepared or reviewed by the Engineer
and are referred to in the Contract Documents.
16. Effective date of the Agreement - The date indicated in '
the Agreement on which it becomes effective, but if no
such date is indicated it means the date on which the
Agreement is signed and delivered by the last of the two
parties to sign and deliver. '
17. Engineer - The firm of RJN Group, Inc., Consulting
Engineers, Dallas, Texas, acting through its authorized '
representatives.
I
General Conditions 2
City of Fayetteville
Sanitary Sewer Improvements
I
' Paragraph A continued
18. Field Order - A written order issued by the Engineer
' which orders minor changes in the work in accordance with
paragraph J.5 but which does not involve a change in the
contract price or the contract time.
' 19. Final Acceptance - The date when the construction of the
project is complete in accordance with the Contract
Documents so that the entire project can be utilized for
purposes for which it is intended and all monies due the
Contractor have been paid him in the final payment
estimate.
' 20. General Requirements - Sections of the Specifications.
21. Construction Observer - The authorized representative of
' the Engineer who is assigned to the site or any part
thereof.
22. Laws and Regulations; Laws or Regulations - Laws, rules
regulations, ordinances, codes and/or orders.
23. Notice of Award - The written notice by the Owner to the
apparent successful Bidder stating that upon compliance
by the apparent successful Bidder with the conditions
precedent enumerated therein, within the time specified,
' Owner will sign and deliver the Agreement.
24. Notice to Proceed - A written notice given by the Owner
Ito the Contractor (with a copy to Engineer) fixing the
date on which the Contract Time will commence to run and
on which Contractor shall start to perform his obligation
' under the Contract Documents.
25. Owner - The public body or authority, corporation,
association, partnership, or individual with whom the
Contractor has entered into the Agreement and for whom
the work is to be provided.
26. Partial Utilization - Placing a portion of the Work to be
provided under the Contract Documents into the service
for which it was intended, for the benefit of the Owner.
' 27. Payment Request - The form reviewed by the Engineer which
is to be used by the Contractor in requesting progress or
final payment and which is to include such supporting
documentation as is required by the Contract Documents.
28. Project - The total construction of which the work to be
provided under the Contract Documents may be the whole,
or a part as indicated elsewhere in the Contract
Documents.
I
3 General Conditions
I
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph A continued
29. Provide - means "furnish and install".
30. Resident Project Representative - the authorized '
representative of the Engineer who is assigned to the
site or any part thereof.
31. Resident Engineer - The authorized representative of the
Engineer who is assigned to the overall project and may
have engineering personnel responsibility.
32. Shop Drawings - All drawings, diagrams, illustrations,
schedules and other data which are specifically prepared '
by the Contractor, a Subcontractor, manufacturer,
fabricator, supplier or distributor to illustrate some
portion of the work and all illustrations, brochures,
standard schedules, performance charts, instructions,
diagrams and other information prepared by a
manufacturer, fabricator, supplier or distributor and
submitted by Contractor to illustrate material or
equipment for some portion of the work.
33. Specifications - Those portions of the Contract Documents
consisting of written technical descriptions of
materials, equipment, construction systems, standards and
workmanship as applied to the work and certain
administrative details applicable thereto.
34. Subcontractor - An individual, firm or corporation having
a direct contract with Contractor or with any other
Subcontractor for the performance of a part of the work
at the site.
35. Substantial Completion - A time at which the work (or a
specified part thereof) has progressed to the point
where, in the opinion of Engineer as evidenced by his
definitive Statement of Substantial Completion, it is
sufficiently complete, in accordance with the Contract
Documents, so that the work (or specified part) can be
utilized for the purposes for which it was intended; or
if there be no such statement issued, when final payment
is due in accordance with paragraph O.8. The terms
"substantially complete" and "substantially completed" as
applied to any work refer to Substantial Completion
thereof.
36. Supplementary Conditions - The part of the Contract
Documents which amends or supplements these General
Conditions.
37. Supplier - A manufacturer, fabricator, supplier,
distributor, materialman or vendor.
General Conditions 4
City of Fayetteville
Sanitary Sewer Improvements
I
I
I
I
I
[1
I
I
I
I
I
I
I
I
I
I
I
I
Paragraph A continued
38. Underground Facilities - All pipelines, conduits, ducts,
cables, wires, manholes, vaults, tanks, tunnels or other
such facilities or attachments, and any encasements
containing such facilities which have been installed
underground to furnish any of the following services or
materials; electricity, gases, steam, liquid petroleum
products, telephone or other communications, cable
television, sewage and drainage removal, traffic or other
control systems or water.
39. Unit Price Work - Work to be paid for on the basis of
unit prices.
40. Work - The entire completed construction or the various
separately identifiable parts thereof required to be
furnished under the Contract Documents. Work is the
result of performing services, furnishing labor and
furnishing and incorporating materials and equipment into
the construction, all as required by the Contract
Documents.
41. Work Directive Change - A written directive to
Contractor, issued on or after the Effective Date of the
Agreement and signed by the Owner and recommended by the
Engineer, ordering an addition, deletion or revision in
the Work, or responding to differing or unforeseen
physical conditions under which the Work is to be
performed as provided in paragraph E.2 or E.3 or to
emergencies under paragraph G.13. A Work Directive
Change may not change the Contract Price or the Contract
Time, but is evidence that the parties expect that the
change directed or documented by a Work Directive Change
will be incorporated in a subsequently issued Change
Order following negotiations by the parties as to its
effect, if any, on the Contract Price or Contract Time as
provided in paragraph L and M.
42. Written Amendment - A written amendment of the Contract
Documents, signed by Owner and Contractor on or after the
Effective Date of the Agreement and normally dealing with
the nonengineering or nontechnical rather than strictly
Work -related aspects of the Contract Documents.
General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
B. Contract Documents: Definitions '
1. General I
The Contract Documents comprise the following general
classifications of documents, including all additions,
deletions, and modifications incorporated therein before
the execution of the Agreement:
Bidding Documents I
Contractual Documents
Conditions of the Contract I
Specifications
Drawings and/or Plans
2. Bidding Documents I
The Bidding Documents issued by the Owner to assist
Bidders in preparing their Bids include:
a. Invitation to Bid bound herewith.
b. Instructions to Bidders bound herewith. '
c. The Bid which is the offer of a Bidder to perform the
work described in the Contract Documents, made out
and submitted on the prescribed Bid form bound
herewith, properly signed and guaranteed.
d. Any Addenda issued during the time of Bidding, or ,
forming a part of the Contract Documents used by the
Bidder for the preparation of his Bid, shall be
covered in the Bid, and shall be made a part of the
contract. Receipt of each Addendum shall be
acknowledged in the Bid.
3. Contractual Documents ,
a. Agreement
The Agreement covers the performance
• described in the Contract Documents,
supplemental Addenda thereto and all
special provisions pertaining to the
materials therefor. The Agreement f
herewith.
of the work
including all
general and
work or
Drm is bound
1
General Conditions 6
City of Fayetteville
Sanitary Sewer Improvements
I
I1
Paragraph:B continued.
b. Bonds
(1) Arkansas Statutory Performance and Payment Bond.
4. Conditions of the Contract
a. General Conditions of the Contract bound herewith
and of which this paragraph is a part.
b. Supplementary Conditions of this Contract bound
herewith.
I. c. Federal/State laws and regulations applicable to
this Contract and bound herewith.
1 d. Wage requirements applicable to this 'Contract and
bound herewith.
' 5. Specifications and Drawings
a. Contract Specifications bound herewith, which are
' listed in the table of contents for these. Contract
Documents.
' b. Contract Drawings including but not limited to those
listed in the drawing index of the Contract
Drawings.
.1
1
1
1
1
I
I
7 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
C. Preliminary Matters
1. Delivery of Bonds
When Contractor delivers the executed Agreements to
Owner, Contractor shall also deliver to Owner such Bonds
as Contractor may be required to furnish in accordance
with paragraph F.1.
2. Copies of Documents
Owner shall furnish to Contractor up to five copies
(unless otherwise specified) of the Contract Documents.
Additional copies will be furnished, upon request, at the
cost of reproduction.
3. Commencement of Contract Time; Notice to Proceed
The Contract Time will commence to run on the thirtieth
day after the Effective Date of the Agreement, or, if a
Notice to Proceed is given, on the day indicated in the
Notice to Proceed. A Notice to Proceed shall be given
contingent to the receiving and approval of the
Construction Schedule which is to be submitted at or
before the Pre -Construction Conference.
4. Starting the Project
a. Contractor shall start to perform the work within ten
(10) calendar days from the date when the Contract
Time commences to run, but nothing shall be done at
the site prior to the date on which the Contract Time
commences to run.
b. The Contractor shall notify the Owner in writing ,1
48 hours before starting at the site or his
intentions to do so. In case of a temporary
suspension of work, he shall give reasonable notice
before resuming work.
5. Before Starting Construction I
a. Before undertaking each part of the work, Contractor
shall carefully study and compare the Contract
Documents and check and verify pertinent figures
shown thereon and all applicable field measurements.
Contractor shall promptly report in writing to
Engineer any conflict, error or discrepancy which
Contractor may discover and shall obtain a written
interpretation or clarification from Engineer before
proceeding with any Work affected thereby; however,
Contractor shall not be liable to Owner or Engineer
General Conditions 8
City of Fayetteville
Sanitary Sewer Improvements 1
I
I
I
I
I
I
I
I
I
I
I
I
I
Paragraph C 5.a -continued,
for failure to report any conflict, error or
discrepancy in the Contract Documents, unless the
Contractor had actual knowledge thereof or should
reasonably have known thereof.
b. On or before the Pre -Construction Conference (Unless
otherwise specified), Contractor shall submit to
Engineer for review:
(1) An estimated progress schedule indicating the
starting and completion dates of the various
stages of the Work as set forth in Division 1 of
these Contract Documents.
(2) A preliminary schedule of Shop Drawing
submissions.
(3) A preliminary schedule of values for all of the
Work which will include quantities and prices of
items aggregating the Contract Price and will
subdivide the Work into component parts in
sufficient detail to serve as the basis for
progress payments during construction. Such
prices will include an appropriate amount of
overhead and profit applicable to each item of
work which will be confirmed in writing by
Contractor at the time of submission.
c. Before a Notice to Proceed will be issued, the
Contractor shall deliver to the Owner, with a copy to
the Engineer, certificates (and other evidence of
insurance requested by Owner) of insurance which the
Contractor is required to purchase and maintain.
d. Before beginning work in each Basin or Mini System,
Contractor shall complete and furnish the Surface
Video Documentation to the Engineer for approval.
The Contractor may begin work in the respective area
upon authorization from the Engineer in writing.
1 6. Pre -Construction Conference
I
I
I
I
I
Within ten (10) days after the effective date of the
Agreement, but before Contractor starts the work at the
site, a conference will be held for review of the
schedules referred to in paragraph C.5.b, to establish
procedures for handling Shop Drawings and other
submittals and for processing Applications for Payment,
and to establish a working understanding among the
parties as to the work.
9 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph C continued
7. Finalizing Schedules
I
a. At least ten (10) days before submission of the first '
Application for Payment a conference attended by
Contractor, Engineer and others as appropriate will
be held to finalize the schedules submitted in
accordance with paragraph C.5.b. The finalized
progress schedule will provide an orderly progression
of the work to completion within the Contract Time,
but review by the Engineer will neither impose on
Engineer responsibility for the progress or
scheduling of the work nor relieve Contractor from
full responsibility therefore. The finalized
schedule of Shop Drawing submissions will provide a
workable arrangement for processing the submissions.
The finalized schedule of values will be reviewed by
the Engineer as to form and substance.
1
I
I
Li
I
I
I
I
LI
Li
General Conditions 10
City of Fayetteville
Sanitary Sewer Improvements
1
D
1.
I
I
I
I
I
Contract Documents: Intent and Reuse
1. Intent
a. The Contract Documents comprise the entire Agreement
between Owner and Contractor concerning the work. The
Contract Documents will be construed in accordance
with the law of the place of the Project.
b. It is the intent of the Specifications and Drawings
to describe a complete project (or part thereof) to
be constructed in accordance with the Contract
Documents. Any work that may reasonably be inferred
from the Specifications or Drawings as being required
to produce the intended result shall be supplied
whether or not it is specifically called for. When
words which have a well-known technical or trade
meaning are used to describe work, materials or
equipment such words shall be interpreted in
accordance with such meaning. Reference to standard -
specifications, manuals or codes of any technical
society, organization or association, or to the code•
of any governmental authority, whether such reference
be specific or by implication, shall mean the latest
standard specification, manual or code in effect at
the time of opening of Bids (or, on the effective
date of the Agreement if there were no Bids), except
as may be otherwise specifically stated. However, no
provision of any referenced standard specification,
manual or code (whether or not specifically
incorporated by reference in the Contract Documents)
shall change the duties and responsibilities of
Owner, Contractor or Engineer, or any of their agents
or employees from those set forth in the Contract
Documents, nor shall it be effective to assign to
Engineer, or any of Engineer's consultants, agents or
employees, any duty or authority to supervise or
direct the furnishing or performance of the work or
any duty or authority to undertake responsibility
contrary to the provisions of paragraph J.10.c or
J.10.d. Clarifications and interpretations of the
Contract Documents shall be issued by Engineer.
c. If, during the performance of the work, Contractor
finds a conflict, error or discrepancy in the
Contract Documents, Contractor shall so report to
Engineer in writing at once and before proceeding
with the work affected thereby shall obtain a written
interpretation or clarification from Engineer;
however, Contractor shall not be liable to Owner or
Engineer for failure to report any conflict, error or
discrepancy in the Contract Documents unless
Contractor had actual knowledge thereof or should
reasonably have known thereof.
11 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
[1
Paragraph D continued
2
4
Amending and Supplementing Contract Documents
a. The Contract Documents may be amended to provide for
additions, deletions and revisions in the work or to
modify the terms and conditions thereof in one or
more of the following ways:
(1) A formal written amendment.
(2) A Change Order (pursuant to paragraph K.4).
(3) A work directive change (pursuant to paragraph
K.1).
Contract Price and Contract Time may only be changed
by a Change Order or a written amendment as indicated
in paragraphs L.2 and M.l.
b. In addition, the requirements of the Contract
Documents may be supplemented, and minor variations
and deviations in the work may be authorized by:
(1) Field Order (pursuant to paragraph J.5).
(2) Engineer's review of a Shop Drawing or sample
(pursuant to paragraphs G.14.b.(1) or G.14.d)
(3) or Engineer's written interpretation or
clarification (pursuant to paragraph J.4).
Reuse of Documents
Neither Contractor nor any Subcontractor, or Supplier or
other person or organization performing or furnishing any
of the work under a direct or indirect contract with
Owner shall have or acquire any title to or ownership
rights in any of the Drawings, Specifications or other
documents (or copies of any thereof) prepared by or
bearing the seal of Engineer; and they shall not reuse
any of them on extensions of the Project or any other
project without written consent of Owner and Engineer and
specific written verification or adaptation by Engineer.
Discrepancies and Omissions
a. Should anything which is necessary for a clear
understanding of the work be omitted from the
Contract Documents, or should it appear that various
instructions are in conflict, the Contractor shall
secure written instructions from the Engineer before
proceeding with the work affected by such omissions
or discrepancies.
I
I
Li!
I
I
I
I
I
I
I
I
11
[]
I
General Conditions 12
City of Fayetteville
Sanitary Sewer Improvements
' Paragraph D.4 continued
b. In resolving inconsistencies among two or more
sections of the Contract Documents, precedence shall
be given in the following order:
First Agreement
Second Laws and Regulations
Third Supplementary Conditions
Fourth General Conditions
Fifth Specifications
Sixth Contract Drawings
c. Figured dimensions on Plans shall take precedence
over scale dimensions. Detailed Plans in the
Documents shall take precedence over general Plans.
5. Titles and Headings
a. The titles and headings printed on the Contract
Drawings, in the General Conditions, in the Contract
Specifications, and elsewhere in the Contract
Documents are inserted for convenience and reference
only, and shall not be taken or considered as having
any bearing on the interpretation thereof.
I
Li
I
I
I
I
I
I
I
b. Separation of the Contract Specifications into
Divisions and Sections shall not operate to make the
Engineer an arbiter to establish limits of work
between the Contractor and Subcontractors, or between
trades.
13 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
E. Availability of Lands; Physical Conditions; Reference Points I
Availability of Lands '
Owner shall furnish, as indicated in the Contract
Documents, the lands upon which the work is to be
performed, rights -of -way for access thereto, and such
other lands which are designated for the use of
Contractor. Easements for permanent structures or
permanent changes in existing facilities will be obtained
and paid for by Owner, unless otherwise provided in the
Contract Documents. If Contractor believes that any
delay in Owner's furnishing these lands, rights -of -way or
easements entitles Contractor to an extension of the
Contract Time, Contractor may make a claim thereof as
provided in Paragraph M. Contractor shall provide for
all additional lands and access thereto that may be
required for temporary construction facilities or storage
of materials and equipment.
Physical Conditions
a. Explorations and Reports
Reference is made to the Instructions to Bidders for
identification of those reports of explorations and
tests of subsurface conditions at the site that have
been utilized by Engineer in preparation of the
Contract Documents. Contractor may rely upon the
accuracy of the technical data contained in such
reports, but not upon nontechnical data,
interpretations or opinions contained therein or for
the completeness thereof for Contractor's purposes.
Except as indicated in the immediately preceding
sentence and in paragraph E.2.f, Contractor shall
have full responsibility with respect to subsurface ,
conditions at the site.
b. Existing Structures
Reference is made to the Instructions to Bidders for 1
identification of those drawings of physical
conditions in or relating to existing surface and
subsurface structures (except Underground Facilities
referred to in paragraph E.3) which are at or
contiguous to the site that have been utilized by
Engineer in preparation of the Contract Documents.
Contractor may rely upon the accuracy of the
technical data contained in such drawings, but not
for the completeness thereof for Contractor's
purposes. Except as indicated in the immediately
General Conditions 14
City of Fayetteville
Sanitary Sewer Improvements
I
I
I
El
I
I
Li
I
I
I
I
h
I
I
I
I
I
Paragraph E.2.b continued
preceding sentence and in paragraph E.2.f, Contractor
shall have full responsibility with respect to
physical conditions in or relating to such
structures.
c. Report of Differing Conditions
If Contractor believes that any technical data on
which Contractor is entitled to rely as provided in
paragraphs E.2.a and E.2.b is inaccurate, or any
physical condition uncovered or revealed at the site
differs materially from that indicated, reflected or
referred to in the Contract Documents, Contractor
shall, promptly after becoming aware thereof and
before performing any work in connection therewith
(except in an emergency as permitted by paragraph
G.13), notify Owner and Engineer in writing about the
inaccuracy or difference.
d. Engineer's Review
Engineer will promptly review the pertinent
conditions, determine the necessity of obtaining
additional explorations or tests with respect thereto
and advise Owner in writing (with a copy to
Contractor) or Engineer's findings and conclusions.
e. Possible Document Change
If Engineer concludes that there is a material error
in the Contract Documents or that because of newly
discovered conditions a change in the Contract
Documents is required, a Work Directive Change or a
Change Order will be issued as provided in Paragraph
K to reflect and document the consequences of the
inaccuracy or difference.
f. Possible Price and Time Adjustments
In each such case, an increase or decrease in the
Contract Price or an extension or shortening of the
Contract Time, or any combination thereof, will be
allowable to the extent that they are attributable to
any such inaccuracy or difference. If Owner and
Contractor are unable to agree as to the amount or
length thereof, a claim may be made therefore as
provided in Paragraph L and M.
15 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph E continued
L
Physical Conditions - Underground Facilities
a. Shown or Indicated I
The information and data shown or indicated in the
Contract Documents with respect to existing
Underground Facilities at or contiguous to the site
is based on information and data furnished to Owner
or Engineer by the owners of such Underground
Facilities or by others. Unless it is otherwise
expressly provided in the Supplementary Conditions:
(1) Owner and Engineer shall not be responsible for 1
the accuracy or completeness of any such
information or data; and,
(2) Contractor shall have full responsibility for
reviewing and checking all such information and
data, for locating all underground facilities
shown or indicated in the Contract Documents, for
coordination of the work with the owners of such•
underground facilities during construction, for_
safety and protection thereof and repairing any
damage thereto resulting from the work, the cost
of all of which will be considered as having been ,
included in the contract price.
b. Not Shown or Indicated
If an underground facility is uncovered or revealed '
at or contiguous to the site which was not shown or
indicated in the Contract Documents and which
Contractor could not reasonably have been expected to
be aware of, Contractor shall, promptly after
becoming aware thereof and before performing any work
affected thereby (except in an emergency as permitted
by paragraph G.13), identify the owner of such
underground facility and give written notice thereof
to that owner and to Owner and Engineer. Engineer
will promptly review the underground facility to
determine the extent to which the Contract Documents
should be modified to reflect and document the
consequences of the existence of the underground
facility, and the Contract Documents will be amended
or supplemented to the extent necessary. During such
time, Contractor shall be responsible for the safety
and protection of such underground facility as
provided in paragraphs G.12.a and G.12.b. Contractor
shall be allowed an increase in the Contract Price or
an extension of the Contract Time, or both, to the
extent that they are attributable to the existence of
General Conditions 16
City of Fayetteville
Sanitary Sewer Improvements
I.
Paragraph E.3.b continued
any underground facility that was not shown or
indicated in the Contract Documents and which
Contractor could not reasonably have been expected to
be aware of. If the parties are unable to agree as
to the amount or length thereof, Contractor may make
a claim therefore as provided in Paragraphs L and M.
4. Reference Points
Owner shall provide engineering surveys for construction
to establish reference points which in his judgment are
necessary to enable Contractor to proceed with the work
(unless otherwise specified), Contractor shall be
responsible for laying out the work shall protect and
preserve the established reference points, and shall make
no changes or relocations without the prior written
approval of Owner. Contractor shall report to Engineer
whenever any reference point is lost, destroyed, or
I requires relocation because of necessary changes in
grades or locations, and shall be responsible for
replacement or relocation of such reference points by
professionally qualified personnel.
LJ
I
I
I
I
I
I
Li
17 General Conditions
City of Fayetteville
'
Sanitary Sewer Improvements
.1
F. Bonds and Insurance I
1. Performance and Other Bonds
The Contractor shall, at the time he executes the '
Agreement, furnish bonds payable to the Owner in the form
set forth herein, secured by a surety company acceptable
to the Owner, as follows: I
a. Arkansas Statutory Performance and Payment Bond in an
amount equal to 100 percent of the total contract
price conditioned upon the faithful performance of
all covenants and stipulations under the contract and
holding good for a period of two years after the date
when final payment becomes due, except as otherwise
provided by law or regulation or by the Contract
Documents to protect the Owner against the results of
defective materials, workmanship, and equipment
during that time.
b. It is the responsibility of the Contractor to notify
all surety companies and other signers of any of the
bonds listed above, to familiarize themselves with
all of the conditions and provisions of this
Contract. All surety companies and other signers
shall waive their right of notification by the Owner
of any change or modification of this Contract, or of
decreased or increased work, or of the cancellation
of this Contract, or of any other acts by the Owner
or its authorized employees or agents under the terms
of this Contract. The waiver by the surety companies
and other signers shall in no way relieve the surety
companies and other signers of their obligations
under this Contract.
c. If the Surety on any Bond furnished by Contractor is 1
declared bankrupt, or becomes insolvent, or its right
to do business is terminated in any state where any
part of the Project is located, or it ceases to meet
the requirements herein, Contractor shall within five
days thereafter substitute another Bond and Surety,
both of which shall be acceptable to Owner. I
d. All Bonds shall be in the forms prescribed by law or
regulation or by the Contract Documents and be
executed by such sureties as are named in the current
list of "Companies Holding Certificates of Authority
as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in
Circular 570 (amended) by the Audit Staff Bureau of
Accounts, U.S. Treasury Department. All Bonds signed
by an agent must be accompanied by a certified copy
of the authority to act.
General Conditions 18
City of Fayetteville
Sanitary Sewer Improvements ,
Paragraph F.1 continued
2. Contractor's Liability Insurance
a. The Contractor shall obtain, purchase, and maintain
throughout the duration of the contract, including
all excepted time extensions, all insurance coverages
described below. The Contractor shall purchase from
and maintain in a company or companies lawfully
authorized to do business in the jurisdiction in
which the Project is located, such insurance as will
' protect the contractor from claims set forth below
which may arise out of or result from the
Contractor's operations under the Contract, and for
which the Contractor may be legally liable, whether
such operations be by the Contractor or by a
Subcontractor or by anyone directly or indirectly
employed by any of them, or by anyone for whose acts
any of them may be liable:
(1) claims under workers' or workmens' compensation,,
• disability benefit and other similar employee
benefit acts which are applicable to the Work to
be performed;
(2) claims for damages because of bodily injury,
occupational sickness or disease, or death of
the Contractor's employees;
(3) claims for damages because of bodily injury,
sickness or disease, or death of any person
other than the Contractor's employees;
(4) claims for damages insured by usual personal
injury liability coverage which are sustained
(1) by a person as a result of an offense
directly or indirectly related to employment of
such person by the Contractor, or (2) by another
' person;
(5) claims for damages, other than to the Work
itself, because of injury to or destruction of
tangible property, including loss of use
resulting therefrom;
I
I
19 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
II
Paragraph F.2 continued I
(6) claims for damages because of bodily injury,
death of a person or property damage arising out
of ownership, maintenance or use of any motor
vehicle; and
(7) claims involving contractual liability insurance I
applicable to the Contractor's obligations under
Paragraph G.16.
b. The insurance required by Subparagraph F.2.a shall be
written for not less than limits of liability
specified in the Contract Documents, Supplemental
Conditions, or required by law, whichever coverage is
greater. Coverages, whether written on an occurrence
or claims -made basis, shall be maintained without
interruption from date of commencement of the work
until date of final payment and termination of any
coverage required to be maintained after final
payment. Notwithstanding the above, the insurance
required by paragraph F.2 shall be on an occurrence
basis.
Such insurance shall be written to include the
following coverages and for not less than the
following minimum limits or greater if required by
law:
(1) Worker's Compensation, Occupational Disease and '
Employer's Liability Insurance:
(a) State: (in which this contract is performed)
- Statutory limits.
(b) Applicable Federal (if any) - Statutory
limits.
(c) Employer's Liability - if applicable in
state
Bodily Injury by Accident - $500,000 each
accident
Bodily Injury by Disease - $500,000 each
employee
Bodily Injury by Disease - $500,000 each
policy limit
General Conditions 20
City of Fayetteville
Sanitary Sewer Improvements
I
I
I
I
I
F
I
Paragraph F.2.b continued
Li
I
1
LI
I
I
I
I
I
L]
Li
I
I
I
I
I
I
(2)
(3)
Commercial General Liability Insurance including
as minimum coverages:
- Premises - Operations Liability
- Independent Contractor's Protective
Liability
- Products and Completed Operations Liability
- Broad Form Property Damage Endorsement
- Blanket Contractual
- Personal Injury, with Employment Exclusion
deleted
(a) Special Requirements:
i. Property Damage Liability Insurance will
provide "X, C, and U" (Explosion,
collapse and underground hazard) coverage
as applicable.
ii. Products and Completed Operations to be
maintained for (2)* years after final
payment.
iii. The Owner, Engineer, their consultants,
- agents and employees, shall be named as
"additional insureds" on the commercial
general liability policy of the general
contractor and/or subcontractor of any
tier.
(b) Limits of Liability:
$1.,000,000 Each occurrence as
respects Bodily Injury
Liability or Property
Damage Liability, or both
combined.
$2,000,000 General Aggregate
$1,000,000 Products/Completed
Operations Aggregate
$1,000,000 Personal and Advertising
Injury
Automobile Liability Insurance:
(a) Special Requirements:
i. All owned, hired, and nonowned vehicles
including the loading or unloading
thereof.
21 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph F.2.b continued
ii. The Owner, Engineer, their consultants,
agents and employees, shall be named as
"additional insureds" on the commercial
automobile liability policy of the
general contractor and/or subcontractor
of any tier.
(b) Limits of Liability:
$1,000,000 Each occurrence as
respects Bodily Injury
Liability or Property
Damage Liability, or both
combined.
(4) Owner's and Contractor's Protective Liability ,
Insurance:
The Contractor will furnish and maintain this
separate policy during the entire period of
construction an Owner's Protective Liability
Policy written in the name of the owner,
engineer, and engineer's consultants, with the -
following limits of liability:
Limits of Liability
$1,000,000 Each occurrence as
respects Bodily Injury
Liability or Property
Damage Liability, or both
combined.
$2,000,000 General Aggregate ,
(5) Umbrella/Excess Liability Insurance:
Limits of Liability
$5,000,000 Each Occurrence (minimum)
$5,000,000 Aggregate (minimum)
c. Certificates of Insurance for the above coverages and
the Owner's Protective Policy shall be submitted to
the Engineer for transmittal to the Owner for his
approval prior to the start of construction. The
Contractor shall certify to the Owner that he has
obtained or will obtain similar certificates of
insurance from each of his Subcontractors before
their work commences. Each Subcontractor must be
covered by insurance of the same character and in the
same amounts as the Contractor unless the Contractor
and Owner agree that a reduced coverage is adequate.
General Conditions 22
City of Fayetteville ,
Sanitary Sewer Improvements
I
I
I
I
I
Paragraph F.2.c=continued
Each subcontractor's insurance shall cover the Owner,
Engineer, their agents and employees. The Contractor
shall submit a statement with each monthly affidavit
stating that he has obtained certificates of
insurance, or other satisfactory evidence, that all
required insurance is in force for each of the
Subcontractors listed on his affidavit. If the
"additional insureds" have other insurance which is
applicable to the loss, it shall be on an excess or
contingent basis. The amount of the company's
liability under this policy shall not be reduced by
the existence of such other insurance. Contractors
certificates shall be in duplicate on standard Acord
forms.
' Certificate of insurance shall contain a statement
therein or a rider attached thereto incorporating the
indemnity clause stated in Paragraph G.16
(Indemnification) of the General Conditions, and
including the changes and additions made in those
subparagraphs or within the Supplemental General
Conditions.
These Certificates and the insurance policies
required by this Paragraph F.2 shall contain a
provision that coverages afforded under the policies
will not be canceled or allowed to expire until at
least thirty (30) days' prior written notice has been
given to the Owner and Engineer. If any of the
foregoing insurance coverages are required to remain
in force after final payment and are reasonably
available, an additional certificate evidencing
' continuation of such coverage shall be submitted with
the final Application for Payment. Information
concerning reduction of coverage shall be furnished
by the Contractor with reasonable promptness in
accordance with the Contractor's information and
belief.
The obligations of the Contractor under the
provisions of this article shall not extend to the
liability of the Engineer, his agents or employees
' arising out of (1) the preparation or approval of
maps, drawings, opinions, reports, surveys, change
orders, designs, or specifications, or (2) the giving
of or the failure to give directions or instructions
by the Engineer, his agents or employees to the
extent that such giving or failure to give is the
cause of the injury or damage.
I
I
23 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
Paragraph F continued ,
3. Owner's Liability Insurance
a. The Owner shall be responsible for purchasing and 1
maintaining the Owner's usual liability insurance.
Optionally, the Owner may purchase and maintain other
insurance for self-protection against claims which
may arise from operations under the Contract. The
Contractor shall not be responsible for purchasing
and maintaining this optional Owner's liability
insurance unless specifically required by the
Contract Documents.
4. Property Insurance ,
a. Unless otherwise provided, the Contractor shall '
purchase and maintain, in a company or companies
lawfully authorized to do business in the
jurisdiction in which the Project is located,
property insurance in the amount of the initial
Contract Sum as well as subsequent modifications
thereto for the entire Work at the site on a
replacement cost basis without voluntary deductibles.
Such property insurance shall be maintained, unless
otherwise provided in the Contract Documents or
otherwise agreed in writing by all persons and
entities who are beneficiaries of such insurance,
until final payment has been made as provided in
Paragraph 0.12 or until no person or entity other
than the Owner has an insurable interest in the
property required by this Paragraph F.3 to be
covered, whichever is earlier. This insurance shall
include interests of the Owner, Engineer, the
Contractor, Subcontractors and Sub -subcontractors in
the Work.
Property insurance shall be on all-risk policy form
and shall insure against the perils of fire and flood
and extended coverage and physical loss or damage
including, without duplication of coverage, theft,
vandalism, malicious mischief, collapse, false -work,
temporary buildings and debris removal including
demolition occasioned by enforcement of any ,
applicable legal requirements, and. shall cover
reasonable compensation for Engineer's services and
expenses required as a result of such insured loss.
Coverage for other perils shall not be required
unless otherwise provided in the Contract Documents.
I
I
General Conditions 24
City of Fayetteville
Sanitary Sewer Improvements
Cl
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Cl
I
Paragraph F.4.a continued
Property Insurance provided by Contractor shall not
cover any tools, apparatus, machinery, scaffolding,
hoists, forms, staging, shoring and other similar
items commonly referred to as construction equipment,
which may be on the site and the capital value of
which is not included in the Work. The Contractor
shall make his own arrangements for any insurance he
may require on such construction equipment.
If the Contractor does not intend to purchase such
property insurance required by the Contract and with
all of the coverages in the amount described above,
the Contractor shall so inform the Owner in writing
prior to commencement of the Work. The Owner may
then effect insurance which will protect the
interests of the Owner, Contractor, Subcontractors
and Sub -subcontractors in the Work, and by
appropriate Change Order the cost thereof shall be
charged to the Contractor. If the Owner is damaged
by the failure or neglect of the Contractor to
purchase or maintain insurance as described above,
without so notifying the Owner, the Contractor shall
bear all reasonable costs properly attributable
thereto.
If the property insurance required minimum
deductibles and such deductibles are identified in
the Contract Documents, the Contractor shall pay
costs not covered because of such deductibles. If
the Owner or insurer increases the required minimum
deductibles above the amounts so identified or if the
Owner elects to purchase this insurance with
voluntary deductible amounts, the Owner shall be
responsible for payment of the additional costs not
covered because of such increased or voluntary
deductibles. If deductibles are not identified in
the Contract Documents, the Contractor shall pay
costs not covered because of deductibles. The
property insurance for the Work requires a maximum
deductible of: $10,000 per claim.
b. Partial Utilization - Property Insurance
If Owner finds it necessary to occupy or use a
portion or portions of the work prior to substantial
completion of all the work, such use or occupancy may
be accomplished in accordance with the provision for
partial utilization; provided that no such use or
occupancy shall commence before the insurers
providing the property insurance have acknowledged
25 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph F.4.b continued I
notice thereof and in writing effected the changes in
coverage necessitated thereby. The insurers
providing the property insurance shall consent by
endorsement on the policy or policies, but the
property insurance shall not be canceled or lapse on
account of any such partial use or occupancy.
C. Boiler and Machinery Insurance
The Contractor shall purchase and maintain boiler and
machinery insurance required by the Contract
Documents or by law, which shall specifically cover
such insured objects during installation and until
final acceptance or unless agreed otherwise by the
Owner; this insurance shall include interests of the
Owner, Contractor, Subcontractors and
Sub -subcontractors in the Work, and the Owner and
Contractor shall be named insureds.
d. Loss of Use Insurance
The Owner, at the Owner's option, may purchase and
maintain such insurance as will insure the Owner
against loss of use of the Owner's property due to
fire or other hazards, however caused.
e. If the Owner requests in writing that insurance for
risks other than those described herein or for other
special hazards be included in the property insurance
policy, the Contractor shall, if possible, include
such insurance, and the cost thereof shall be charged
to the Owner by appropriate Change Order.
f. If during the Project construction period the Owner
insures properties, real or personal or both,
adjoining or adjacent to the site by property
insurance under policies separate form those insuring
the Project, or if after final payment property
insurance is to be provided on the completed Project
through a policy or policies other than those
insuring the Project during the construction period,
the Owner shall waive all right in accordance with
the terms of Subparagraph F.4.h for damages caused by
fire or other perils covered -by this separate
property insurance. All separate policies shall
provide this waiver of subrogation by endorsement or
otherwise.
I
General Conditions 26
City of Fayetteville
Sanitary Sewer Improvements
1J
I
I
I
[1
I
I
I
I
I
C]
I
I
I
I
I
I
I
I
Paragraph F.4 continued
g. Before an exposure to loss may occur, the Contractor
shall file with the Owner a copy of each policy that
includes insurance coverages required by the
Paragraph F.4. Each policy shall contain all
generally applicable conditions, definitions,
exclusions and endorsements related to this Project.
Each policy shall contain a provision that the policy
will not be canceled or allowed to expire until at
least 30 days prior written notice has been given to
the Owner.
h. Waivers of Subrogation
If permitted by the Owner's and Contractor's
insurance companies, without penalties, the Owner and
Contractor waive all rights against (1) each other
and any of their Subcontractor, Sub -subcontractors,
agents and employees, each of the other, and (2) the
Engineer, Engineer's consultants, separate
contractors if any, and any of their Subcontractors,
Sub -subcontractors, agents and employees, for damages
caused by fire or other perils to the extent covered
by property insurance obtained pursuant to this
Paragraph F.4 or other property insurance applicable
to the Work, except such rights as they have to
proceeds of such insurance held by the Owner as
fiduciary. The Owner or Contractor, as appropriate,
shall require of the Engineer, Engineer's
consultants, separate contractors if any, and the
Subcontractors, Sub -subcontractors, agents and
employees of any of them, by appropriate agreements,
written where legally required for validity, similar
waivers each in favor of other parties enumerated
herein. The policies shall provide such waivers of
subrogation by endorsement or otherwise. A waiver of
subrogation shall be effective as to a person or
entity even though that person or entity would
otherwise have a duty of indemnification, contractual
or otherwise did not pay the insurance premium
directly or indirectly, and whether or not the person
or entity had an insurable interest in the property
damaged.
27 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph F continued
Miscellaneous Requirements
a. All insurance coverage shall be provided by insurance
companies having policy holder ratings no lower than
"A" and financial ratings not lower than "XII" in the
Best's Insurance Guide, latest edition in effect as
of the date of the Contract.
b. The Contractor is responsible for determining that
Subcontractors are adequately insured against claims
arising out of or relating to the Work. The premium
cost and charges for such insurance shall be paid by
each Subcontractor.
c. The limits of liability as stated, may be arrived at
using a Split -Limit or a Combined Single Limit basis.
However, the total limit of lability shall not be
less than that stated in the requirements.
Notification of Insurance Companies
It is the responsibility of the Contractor to notify all
insurance companies to familiarize themselves with all of
the conditions and provisions of this Contract. The
insurance companies shall waive their right of
notification by the Owner of any change or modification
of this Contract, or of decreased or increased work, or
of the cancellation of this Contract, or of any other
acts by the Owner or its authorized employees or agents
under the terms of this Contract. The waiver by the
insurance companies shall in no way relieve the insurance
companies of their obligations under this Contract.
Subcontractor Bond
The Contractor must secure from listed subcontractors a
payment and performance bond if subcontractor bid is in
excess of fifty thousand dollars ($50,000); and for other
purposes as prescribed in Arkansas Senate Bill, Act 190
as enacted 1/28/93.
[1
I
I
[]
L
I
[1
I
C
L�1
I
I
I
I
I
General Conditions 28
City of Fayetteville
Sanitary Sewer Improvements
LI
G. Contractor's Responsibilities
1. Supervision and Superintendent
' a. Contractor shall supervise and direct the work
competently and efficiently, devoting such attention
thereto and applying such skills and expertise as may
be necessary to perform the work in accordance with
the Contract Documents. Contractor shall be solely
responsible for the means, methods, techniques,
sequences and procedures of construction, but
Contractor shall not be solely responsible for the
negligence of others in the design or selection of a
' specific means, method, technique, sequence or
procedure of construction which is indicated in and
required by the Contract Documents. Contractor shall
be responsible to see that the finished work complies
' accurately with the Contract Documents.
b. Contractor shall keep on the work at all times during
its progress a competent resident superintendent, who
shall not be replaced without written notice to Owner
and Engineer except under extraordinary
circumstances. The superintendent will be
Contractor's representative at the site and shall
have authority to act on behalf of Contractor. All
communications given to the superintendent shall be
as binding as if given to Contractor.
c. During the performance of this Contract, the
Contractor shall maintain a suitable office at the
site of the work which shall be the headquarters of
the foreman or superintendent authorized to receive
drawings, instructions, or other communications,
articles, or things from the Owner or its agents; and
any such thing given to the said foreman or
superintendent or delivered to the Contractor's
office at the site of the work in his absence shall
be deemed to have been given to the Contractor. The
Contractor shall have a telephone installed in this
office.
I
I
1]
I
I
29 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
rI
Paragraph G continued
2. Labor, Materials and Equipment
a. Contractor shall provide competent, suitably
qualified personnel to survey and lay out the work
and perform construction as required by the Contract
Documents. Contractor shall at all times maintain
good discipline and order at the site. Except in
connection with the safety or protection of persons,
or the work, or property at the site or adjacent
thereto, all work at the site shall be performed
during regular working hours, and Contractor will not
permit overtime work or the performance of work on
Saturday, Sunday or any legal holiday without Owner's
written consent given after prior written notice to
Engineer. Regular working hours shall be a
consecutive eight hour period between the hours of
seven o'clock A.M. and six o'clock P.M., Monday
through Friday.
b. Unless otherwise specified in the General
Requirements, Contractor shall furnish all materials;
equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel,
power, light, heat, telephone, water and sanitary
facilities, and all other facilities and incidentals
necessary for the execution, testing, initial
operation and completion of the work.
c. All materials and equipment shall be of good quality
and new, except as otherwise provided in the Contract
Documents. If required by Engineer, Contractor shall
furnish evidence (including reports or required
tests) as to the kind and quality of materials and
equipment. All materials and equipment shall be
applied, installed, connected, erected, used, cleaned
and conditioned in accordance with the instructions
of the applicable Supplier except as otherwise
provided in the Contract Documents; but no provision
of any instructions will be effective to assign to
Engineer, or any of Engineer's consultants, agents or
employees, any duty or authority to supervise or
direct the furnishing or performance of the work or
any duty or authority to undertake responsibility
contrary to the provisions of paragraph J.10.c or
J.l0.d. ,
General Conditions 30
City of Fayetteville
Sanitary Sewer Improvements
I
I
I
I
I
I
I
I
1]
CI
I
I
I
I
I
I
I
I
Paragraph G continued
Adjusting Progress Schedule
Contractor shall submit to Engineer for review (to the
extent indicated in paragraph C.7) adjustments in the
progress schedule to reflect the impact thereon of new
developments; these will conform generally to the
progress schedule then in effect and additionally will
comply with any provisions of the General Requirements
applicable thereto.
Substitute or "Or -Equal" Items
a. Whenever materials or equipment are specified or
described in the Drawings or Specifications by using
the name or a proprietary item of the name of a
particular Supplier, the naming of the item is
intended to establish the type, function and quality
required. Unless the name is followed by words
indicating that no substitution is permitted,
materials or equipment of other Suppliers may be
reviewed by Engineer if sufficient information is
submitted by Contractor to allow Engineer to
determine that the material or equipment proposed is
equivalent to that named. The procedure for review
by Engineer will include the following as
supplemented in the General Requirements. Requests
for review of substitute items of material and
equipment will not be reviewed by Engineer from
anyone other than Contractor. If Contractor wishes
to furnish or use a substitute item of material or
equipment, Contractor shall make written application
to Engineer for review thereof, certifying that the
proposed substitute will perform adequately the
functions and achieve the results called for by the
general design, be similar and of equal substance to
that specified and be suited to the same use and
capable of performing the same function as that
specified. The application will state that the
evaluation and review of the proposed substitute will
not prejudice Contractor's achievement of Substantial
Completion on time, whether or not review of the
substitute for use in the work will require a change
in any of the Contract Documents (or in the
provisions of any other direct contract with Owner
for work on the Project) to adapt the design to the
proposed substitute and whether or not incorporation
or use of the substitute in connection with the work
is subject to payment of any license fee or royalty.
All variations of the proposed substitute from that
specified shall be identified in the application and
available maintenance, repair and replacement service
will be indicated. The application will also contain
31 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph G.4 continued I
an itemized estimate of all costs that will result
directly or indirectly for use of such substitute,
including costs or redesign and claims of other
contractors affected by the resulting change, all of
which shall be considered by Engineer in evaluating
the proposed substitute. Engineer may require
Contractor to furnish at Contractor's expense
additional data about the proposed substitute.
Engineer will be the sole reviewer, and no substitute
will be ordered or installed unless Engineer has
agreed to the use of the substitute in writing.
Owner may require Contractor to furnish at
Contractor's expense a special performance guarantee
or other surety with respect to any substitute.
Contractor will not be entitled to a change in
Contract Time and/or Contract Price for any
additional expenses associated with providing
substitutions or "or -equal" items.
b. If a specific means,, method, technique, sequence or
procedure of construction is indicated in or required
by the Contract Documents, Contractor may furnish or
utilize a substitute means, method, sequence,
technique or procedure of construction to be reviewed
by the Engineer, if Contractor submits sufficient
information to allow Engineer to determine that the
substitute proposed is equivalent to that indicated
or required by the Contract Documents. The procedure
for review by Engineer will be similar to that
provided in paragraph G.4.a as applied by Engineer
and as may be supplemented in the General
Requirements. ,
c. Engineer will be allowed a reasonable time within
which to evaluate each proposed substitute. Engineer
will be the sole reviewer, and no substitute will be
ordered, as evidenced by either a Change Order or an
approved Shop Drawing. Owner may require Contractor
to furnish at Contractor's expense a special
performance guarantee or other surety with respect to
any substitute. Engineer will record time required
by Engineer and Engineer's consultants in evaluating
substitutions proposed by Contractor and in making
changes in the Contract Documents occasioned thereby.
Whether or not Engineer reviews a proposed
substitute, Contractor shall reimburse Owner for the
charges of Engineer and Engineer's consultants for
evaluating each proposed substitute.
General Conditions 32
City of Fayetteville
Sanitary Sewer Improvements
I
I
I
I
[1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Paragraph G continued
Concerning Subcontractors, Suppliers and Others
a. Contractor shall not employ any Subcontractor,
Supplier or other person, or organization (including
those reviewed by the Owner and Engineer as indicated
in paragraph G.5.b), whether initially or as a
substitute, against whom Owner or Engineer may have
reasonable objection. Contractor shall not be
required to employ any Subcontractor, Supplier or
other person or organization to furnish or perform
any of the work against whom Contractor has
reasonable objection.
b. If the Specifications require the identity of certain
Subcontractors, Suppliers or other persons or
organizations (including those who are to furnish the
principal items of materials and equipment) to be
submitted to Owner in advance of the specified date
prior to the Effective Date of the Agreement for
review by Owner and Engineer and if Contractor has
submitted a list thereof in accordance with the
Specifications, Owner's or Engineer's review (either
in writing or by failing to make written objection
thereto by the date indicated for review or objection
in the bidding documents or the Contract Documents)
of any such Subcontractor, Supplier or other person
or organization so identified may be revoked on the
basis of reasonable objection after due
investigation, in which case Contractor shall submit
a substitute, the Contract Price will be increased by
the difference in the cost occasioned by such
substitution and an appropriate Change Order will be
issued or Written Amendment signed. No review by
Owner or Engineer of any such Subcontractor, Supplier
or other person or organization shall constitute a
waiver of any right of Owner or Engineer to reject
defective work.
c. If the Bid requires the listing of Suppliers for
certain equipment items, the Contractor will be
required to provide a Supplier that conforms to the
Specifications and performs adequately the functions
and achieves the results called for by the general
design. The Contractor will not be entitled to an
increase in Contract Price or Contract Time if the
listed Supplier does not conform to the
Specifications. The Engineer and Owner will not
accept or approve the listed Suppliers prior to the
Effective Date of the Agreement. The Engineer's
review of Suppliers shop drawings will determine
general conformance to the Specifications and shall
33 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph G.5 continued
not constitute a waiver of any right of Owner or
Engineer to reject defective work. This paragraph
waives the requirements in paragraph G.5.b. '
d. Contractor shall be fully responsible to Owner and
Engineer for all acts and omissions of the
Subcontractor, Suppliers and other persons and
organizations performing or furnishing any of the
work under a direct or indirect contract with
Contractor just as Contractor is responsible for
Contractor's own acts and omissions. Nothing in the
Contract Documents shall create any contractual
relationship between Owner or Engineer and any such
Subcontractor, Supplier or other person or
organization, nor shall it create any obligation on
the part of Owner or Engineer to pay or to see to
the payment of any moneys due any such Subcontractor,
Supplier or other person or organization except as
may otherwise be required by Laws and Regulations.
e. The divisions and sections of the Specifications and.
the identifications of any Drawings shall not control
Contractor in dividing the work among Subcontractors
or Suppliers or delineating the work to be performed
by any specific trade.
f. All work performed for Contractor by a Subcontractor '
will be pursuant to an appropriate agreement between
Contractor and the Subcontractor which specifically
binds the Subcontractor to the applicable terms and
conditions of the Contract Documents for the benefit
of Owner and Engineer and contains waiver provisions
as required by paragraph F.6. Contractor shall pay
each Subcontractor a just share of any insurance
monies received by Contractor on account of losses
under policies issued pursuant to paragraph F.2.d.
6. Patent Fees and Royalties
Contractor shall pay all license fees and royalties and
assume all costs incident to the use in the performance
of the work or the incorporation in the work of any
invention, design, process, product or device which is
the subject of patent rights or copyrights held by
others. If a particular invention, design, process,
product, or device is specified in the Contract Documents
for use in the performance of the work, and if to the
actual knowledge of Owner or Engineer, its use is subject
to patent rights or copyrights calling for the payment of
any license fee or royalty to others. The existence of
such rights shall be disclosed by Owner in the Contract
General Conditions 34
City of Fayetteville
Sanitary Sewer Improvements
C
I
[I
I
I
I
I
I
L
I
I
I
L
Li
I
Paragraph G.6 continued
Documents. Contractor shall indemnify and hold harmless
the Owner, Engineer, and anyone directly or indirectly
employed by either of them from and against all claims,
damages, losses and expenses (including attorneys' fees
and court and arbitration costs) arising out of any
infringement of patent rights or copyrights incident to
the use in the performance of the work or resulting from
the incorporation in the work of any invention, design,
process, product, or device not specified in the Contract
Documents, and shall defend all such claims in connection
with any alleged infringement of such rights.
Permits
Contractor shall obtain and pay for all construction
permits and licenses unless otherwise stated. Owner
shall assist Contractor, when necessary, in obtaining
such permits and licenses. Contractor shall pay all
governmental charges and construction observation fees
necessary for the prosecution of the work, which are
applicable at the time of opening of Bids, or if there
are no Bids on the Effective Date of the Agreement.
Contractor shall pay all charges of utility service
companies for connections to the work, and Owner shall
pay all charges of such companies for capital costs
related thereto such as plant investment fees.
Laws and Regulations
a. Contractor shall give all notices and comply with all
Laws and Regulations applicable to furnishing and
performance of the Work. Except where otherwise
expressly required by applicable Laws and
Regulations, neither Owner nor Engineer shall be
responsible for monitoring Contractor's compliance
with any Laws or Regulations.
b. If Contractor observes that the Specifications or
Drawings are at variance with any Laws or
Regulations, Contractor shall give Engineer prompt
written notice thereof, and any necessary changes
will be authorized by one of the methods indicated in
paragraph D.2. If Contractor performs any Work
knowing or having reason to know that it is contrary
to such Laws or Regulations, and without such notice
to Engineer, Contractor shall bear all costs arising
therefrom; however, it shall not be Contractor's
primary responsibility to make certain that the
Specifications and Drawings are in accordance with
such Laws and Regulations.
35 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph G continued ,
9. Taxes
Contractor shall pay all sales, consumer, use and other '
similar taxes required to be paid by Contractor in
accordance with the Laws and Regulations of the place of
the Project which are applicable during the performance
of the Work.
10. Use of Premises '
a. Contractor shall confine construction equipment, the
storage of materials, and equipment and the
operations of workers to the Project site and land
and areas identified in and permitted by the Contract
Documents and other land and areas permitted by Laws
and Regulations, rights -of -way, permits and
easements, and shall not unreasonably encumber the
premises with construction equipment, or other
materials, or equipment. Contractor shall assume
full responsibility for any damage to any such land
or area, or to the owner or occupant thereof or of
any land or areas contiguous thereto, resulting from
the performance of the Work. Should any claim be
made against Owner or Engineer by any such owner or
occupant because of the performance of the Work,
Contractor shall promptly attempt to settle with such
other party by agreement or otherwise resolve the
claim by arbitration or at law. Contractor shall, to
the fullest extent permitted by Laws and Regulations,
indemnify and hold Owner and Engineer harmless from
and against all claims, damages, losses and expenses
(including, but not limited to, fees of engineers,
architects, attorneys and other professionals and
court and arbitration costs) arising directly,
indirectly or consequentially out of any action,
legal or equitable, brought by any such other party
against Owner or Engineer to the extent based on a
claim arising out of Contractor's performance of the
Work.
b. During the progress of the work, Contractor shall
keep the work site free from accumulations of waste '
materials, rubbish, and other debris resulting from
the work. At the completion of the work Contractor
shall remove all waste materials, rubbish, and debris
from and about the premises as well as all tools,
appliances, construction equipment, and machinery,
and surplus materials, and shall leave the site clean
and ready for occupancy by Owner. Contractor shall
restore to their original condition those portions of
the site not designated for alteration by the
Contract Documents.
I
General Conditions 36
City of Fayetteville
Sanitary Sewer Improvements
I
I
Paragraph G.10 continued
c. Contractor shall not load nor permit any part of any
structure to be loaded in any manner that will
endanger the structure, nor shall Contractor subject
any part of the work or adjacent property to stresses
or pressures that will endanger it.
' 11. Record Documents
I
I
I
I
I
[I
[1
[]
Ir
I
I
I
Contractor shall maintain in a safe place at the site one
record copy of all Drawings, Specifications, Addenda,
Written Amendments, Change Orders, Work Directive
Changes, Field Orders and written interpretations and
clarifications (issued pursuant to paragraph J.4) in good
order and annotated to show all changes made during
construction. These record documents together with all
approved samples and a counterpart of all approved Shop
Drawings will be available to Engineer for reference.
Upon completion of the Work, these record documents,
samples and Shop Drawings will be delivered to Engineer -
for Owner.
12. Safety and Protection
a. Contractor shall be responsible for initiating,
maintaining and supervising all safety precautions
and programs in connection with the work. Contractor
shall take all necessary precautions for the safety
of, and shall provide the necessary protection to
prevent damage, injury, or loss to:
(1) All employees on the work site and other persons
who may be affected thereby.
(2) All the work and all materials or equipment to
be incorporated therein, whether in storage on
or off the site.
(3) Other property at the site or adjacent thereto,
including trees, shrubs, lawns, walks,
pavements, roadways, structures and utilities
not designated for removal, relocation, or
replacement in the course of construction.
b. Contractor shall comply with all applicable Laws and
Regulations of any public body having jurisdiction
for the safety of persons or property or to protect
them from damage, injury or loss; and shall erect and
maintain all necessary safeguards for such safety and
protection. Contractor shall notify owners of
adjacent property, Underground Facilities, and
utility owners when prosecution of the Work may
affect them, and shall cooperate with them in the
37 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph G.12.b continued
protection, removal, relocation and replacement of
their property. All damage, injury or loss to any
property referred to in paragraph G.12.a.(1) or
G.12.a.(3) caused, directly or indirectly, in whole
or in part, by Contractor, any Supplier or any other
person or organization directly or indirectly
employed by any of them or anyone for whose acts any
of them may be liable, shall be remedied by
Contractor (except damage or loss attributable to the
fault of Drawings or Specifications or to the acts or
omissions of Owner or Engineer or anyone employed by
either of them or anyone for whose acts either of
them may be liable, and not attributable, directly or
indirectly, in whole or in part, to the fault or
negligence of Contractor). Contractor's duties and
responsibilities for the safety and protection of the
work shall continue until such time as all the work
is completed and Engineer has issued a notice to
Owner and Contractor in accordance with paragraph
0.12 that the work is acceptable (except as otherwise
expressly provided in connection with Substantial
Completion).
c. Contractor shall designate a responsible member of
his organization at the site whose duty shall be the
prevention of accidents. This person shall be
Contractor's superintendent unless otherwise
designated in writing by Contractor to Owner.
13. Emergencies
In emergencies affecting the safety or protection of
persons, the work, or property at the site or adjacent
thereto, Contractor, without special instruction or
authorization from Engineer or Owner, is obligated to act
to prevent threatened damage, injury, or loss. Contractor
shall give Engineer prompt written notice of any
significant changes in the work or deviations from the
Contract Documents caused thereby. If Engineer
determines that a change in the Contract Documents is
required because of the action taken in response to an
emergency, a Work Directive Change or Change Order will
be issued to document the consequences of the changes or
variations.
I
General Conditions 38
City of Fayetteville
Sanitary Sewer Improvements
U
Paragraph G continued
14. Shop Drawings and Samples
I
I
I
I
I
C
I
C
[]
I
I
I
I
I
I
a. After checking and verifying all field measurements
and after complying with applicable procedures
specified in the General Requirements, Contractor
shall submit to Engineer for review, in accordance
with the Schedule of Shop Drawings, submissions which
will bear a stamp or specific written indication that
Contractor has performed Contractor's
responsibilities under the Contract Documents with
respect to the review of the submission. All
submissions will be identified as Engineer may
require. The data shown on the Shop Drawings will
be complete with respect to dimensions, design
criteria, materials of construction, and like
information to enable Engineer to review the
information as required.
b. Contractor shall also submit to Engineer for review
with such promptness as to cause no delay in work,
all samples required by' the Contract Documents. All
samples will have been checked by and accompanied by
a specific written indication that Contractor has
performed Contractor's responsibilities under the
Contract Documents with respect to the review of the
submission and will be identified clearly as to
material, Supplier, pertinent data such as catalog
numbers and the use for which intended.
(1) Before submission of each Shop Drawing or sample
Contractor shall have determined and verified
all quantities, dimensions, specified
performance criteria, installation requirements,
materials, catalog numbers and similar data with
respect thereto and reviewed or coordinated each
Shop Drawing or sample with other Shop Drawings
and samples and with the requirements of the
Work and the Contract Documents.
(2) At the time of each submission, Contractor
shall, in writing, call Engineer's attention to
any deviations that the Shop Drawings or samples
may have from the requirements of the Contract
Documents, and, in addition, shall cause a
specific notation to be made on each Shop
Drawing submitted to Engineer for review and
approval of each such variation.
39 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
Paragraph G.14 continued '
c. Engineer will review with reasonable promptness Shop '
Drawings and samples, but Engineer's review shall be
only for conformance with the design concept of the
Project and for compliance with the information given
in the Contract Documents and shall not extend to
means, methods, sequences, techniques or procedures
of construction (except where a specific means,
method, technique, sequence or procedure of
construction is indicated in or required by the
Contract Documents) or to safety precautions or
programs incident thereto. The review of a separate
item as such will not indicate compliance of the
assembly in which the item functions. Contractor
shall make any corrections required by Engineer and
shall return the required number of corrected copies
of Shop Drawings and resubmit new samples for review.
Contractor shall direct specific attention in writing
to revisions other than the corrections called for by '
Engineer on previous submittals.
d. Engineer's review of Shop Drawings or samples shall
not relieve Contractor from responsibility for any
variation from the requirements of the Contract
Documents unless Contractor has in writing called
Engineer's attention to each such variation at the
time of submission as required by paragraph
G.14.b.(2) and Engineer has given written review of
each such variation by a specific written notation
thereof incorporated in or accompanying the Shop
Drawing or sample approval; nor will any review by
Engineer relieve Contractor from responsibility for
errors or omissions in the Shop Drawings or from
responsibility for having complied with the
provisions of paragraph G.14.b.(1).
e. Where a Shop Drawing or sample is required by the '
Specifications, any related Work performed prior to
Engineer's review of the pertinent submission will be ,
the sole expense and responsibility of Contractor.
15. Continuing the Work
Contractor shall carry on the work and maintain the ,
progress schedule during all disputes or disagreements
with Owner. No work shall be delayed or postponed
pending resolution of any disputes or disagreements,
except as permitted by paragraph P.3 or as Contractor and
Owner may otherwise agree in writing. '
II
General Conditions 40
City of Fayetteville
Sanitary Sewer Improvements
Paragraph G continued
C
C
I
I
I
C
E
I
H
I
I
I
I
I
I
16. Indemnification (Hold Harmless Agreement)
a. To the fullest extent permitted by Laws and
Regulations, Contractor shall indemnify and hold
harmless Owner and Engineer and their consultants,
agents and employees from and against all claims,
damages, losses and expenses direct, indirect or
consequential (including but not limited to fees and
charges of engineers, architects, attorneys and other
professionals and court and arbitration costs)
arising out of or resulting from the performance of
the work, provided that any such claim, damage, loss
or expense (a) is attributable to bodily injury,
sickness, disease or death, or to injury to or
destruction of tangible property (other than the work
itself) including the loss of use resulting therefrom
and (b) is caused in whole or in part by any
negligent act or omission of Contractor, any
Subcontractor, any person or organization directly or
indirectly employed by any of them to perform or
furnish any of the Work or anyone for whose acts any
of them may be liable, regardless of whether or not
it is caused in part by a party indemnified hereunder
or arises by or is imposed by Law and Regulations
regardless of the negligence of any such party.
b. The foregoing Subparagraph shall, but not by way of
limitation, specifically include all claims and
judgements which may be made against the Owner,
Engineer, Engineer's consultants, and agents and
employees of any of them under the Illinois
Structural Work Law, and similar laws of other state
or governmental body having jurisdiction; and
further, against claims and judgements arising from
violations of public ordinances and requirements of
governing authorities due to the Contractor's or
Subcontractor's method of execution of the work.
In any and all claims against Owner or Engineer or
any of their consultants, agents or employees by any
employee of Contractor, any Subcontractor, any person
or organization directly or indirectly employed by
any of them to perform or furnish any of the Work or
anyone for whose acts any of them may be liable, the
indemnification obligation described hereinbefore
shall not be limited in any way by any limitation on
the amount or type of damages, compensation or
benefits payable by or for Contractor or any
Subcontractor under workers' or workmen's
compensation acts, disability benefit acts, or other
employee benefit acts.
41 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph 0.16 continued
I
d. The obligations of Contractor under paragraph 0.16
shall not extend to the liability of Engineer,
Engineer's consultants, agents or employees arising
out of the preparation or review of maps, drawings,
opinions, reports, surveys, Change Orders, designs, '
or Specifications.
General Conditions 42
City of Fayetteville
Sanitary Sewer Improvements
I
I
I
C
I
I
I
I
I
I
U
H
I
I
Li
Ll
H
H
I
I
I
J
Li
I
I
1
I
Other Work
1. Related Work at Site
a. Owner may perform other work related to the Project
at the site by Owner's own forces, have other work
performed by utility owners or let other direct
contracts therefore which shall contain General
Conditions similar to these. If the fact that such
other work is to be performed was not noted in the
Contract Documents, written notice thereof will be
given to Contractor prior to starting any such other
work; and, if Contractor believes that such
performance will involve additional expense to
Contractor or requires additional time and the
parties are unable to agree as to the extent thereof,
Contractor may make a claim therefore as provided in
paragraphs L and M.
b. Contractor shall afford each utility owner and other
contractor who is a party to such a direct contract
(or Owner, if Owner is performing the additional work
with Owner's employees) proper and safe access to the
site and a reasonable opportunity for the
introduction and storage of materials and equipment
and the execution of such work, and shall properly
connect and coordinate the Work with theirs.
Contractor shall do all cutting, fitting and patching
of the Work that may be required to make its several
parts come together properly and integrate with such
other work. Contractor shall not endanger any work
of others by cutting, excavating or otherwise
altering their work and will only cut or alter their
work with the written consent of Engineer and the
others whose work will be affected. The duties and
responsibilities of Contractor under this paragraph
are for the benefit of such utility owners and other
contractors to the extent that there are comparable
provisions for the benefit of Contractor in said
direct contracts between Owner and such utility
owners and other contractors.
c. If any part of Contractor's Work depends for proper
execution or results upon the work of any such other
contractor or utility owner (or Owner), Contractor
43 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph H.l.c continued
shall inspect and promptly report to Engineer in
writing any delays, defects or deficiencies in such
work that render it unavailable or unsuitable for
such proper execution and results. Contractor's
failure so to report will constitute an acceptance
of the other work as fit and proper for integration
with Contractor's Work except for latent or
nonapparent defects and deficiencies in the other
work.
2. Coordination
If Owner contracts with others for the performance of
other work on the Project at the site, the person or
organization who will have authority and responsibility
for coordination of the activities among the various
prime contractors will be identified in the Supplementary
Conditions, and the specific matters to be covered by
such authority and responsibility will be itemized, and
the extent of such authority and responsibilities will be
provided, in the Supplementary Conditions. Unless
otherwise provided in the Supplementary Conditions, ,
neither Owner nor Engineer shall have any authority or
responsibility in respect of such coordination. ■
I
I
I
I
I
I
I
General Conditions 44
City of Fayetteville ,
Sanitary Sewer Improvements
I. Owner's Responsibilities
1. Owner shall issue all communications to Contractor
through Engineer.
' 2. In case of termination of the employment of Engineer,
Owner shall appoint an Engineer against whom Contractor
makes no reasonable objection, whose status under the
Contract Documents shall be that of the former Engineer.
Any dispute in connection with such appointment may be
subject to arbitration.
3. Owner shall furnish the data required of Owner under the
Contract Documents promptly and shall make payments to
' Contractor promptly after they are due as provided in
paragraphs 0.2 and 0.7.
4. Owner's will provide lands and easements and provide
'
engineering surveys to establish reference points as set
forth in paragraphs E.1 and E.4. Paragraph E.2 refers to
Owner's identifying and making available to Contractor
I. copies of reports of explorations and tests of subsurface
conditions at the site and in existing structures which
have been utilized by Engineer in preparing the Drawings
• ' and Specifications.
5. Owner's responsibilities in respect of purchasing
' property insurance is set forth in paragraph F.7.
6. Owner is obligated to execute Change Orders as indicated
in paragraph K.4.
7. Owner's responsibility in respect of certain
observations, tests, and reviews is set forth in
' paragraph N.3.b.
8. In connection with Owner's right to stop Work or suspend
Work, see paragraphs N.5 and P.1. Paragraph P.2 deals
' with Owner's right to terminate services of Contractor
under certain circumstances.
I
I
I
' 45 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
1
7]
J. Engineer's Status During Construction
Owners Representative
Engineer will be Owner's representative during the
construction period. The duties, responsibilities and
the limitations of authority of Engineer as Owner's
representative during construction are set forth in the
Contract Documents and shall not be extended without
written consent of Owner and Engineer.
Visits to Site
Engineer will make visits to the site at intervals
appropriate to the various stages of construction to
observe the progress and quality of the executed Work and
to determine, in general, if the Work is proceeding in
accordance with the Contract Documents. Engineer will
not be required to make exhaustive or continuous on -site
observations to check the quality or quantity of the
Work. Engineer's efforts will be directed toward
providing for Owner a greater degree of confidence that
the completed work will conform to the Contract
Documents. On the basis of such visits and on -site
observations as an experienced and qualified design
professional, Engineer will keep Owner informed of the
progress of the Work and will endeavor to guard Owner
against defects and deficiencies in the Work.
Project Representation
Engineer will furnish a Resident Project Representative
to assist Engineer in observing the performance of the
Work. The duties, responsibilities and limitations of
authority of any such Resident Project Representative and
assistants will be the same as the Engineer unless
otherwise designated in the Supplementary Conditions.
Clarifications and Interpretations
Engineer will issue with reasonable promptness such
written clarifications or interpretations of the
requirements of the Contract Documents (in the form of
Drawings or otherwise) as Engineer may determine
necessary, which shall be consistent with or reasonably
inferable from the overall intent of the Contract
Documents. If Contractor believes that a written
clarification or interpretation justifies an increase in
the Contract Price or an extension of the Contract Time
and the parties are unable to agree to the amount or
extent thereof, Contractor may make a claim therefor as
provided in paragraphs L or M.
General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
C
I
I
I
I
I
I
I
I
I
I
L
I
I
Paragraph J continued
I
I
I
Li
I
I
I
I
L
L
J
I
I
I
I
5
6
7
Authorized Variations in Work
Engineer may authorize minor variations in the work from
the requirements of the Contract Documents which do not
involve an adjustment in the Contract Price or the
Contract Time and are consistent with the overall intent
of the Contract Documents. These may be accomplished by
a Field Order and will be binding on Owner, and also on
Contractor who shall perform the Work involved promptly.
If Contractor believes that a Field Order justifies an
increase in the Contract Price or an extension of the
Contract Time and the parties are unable to agree as to
the amount or extent thereof, Contractor may make a claim
therefor as provided in paragraphs L or M.
Rejecting Defective Work
Engineer will have authority to reject Work which
Engineer believes to be defective, and will also have
authority to require special review, observation, or
testing of the Work as provided in paragraph N.4.b,
whether or not the Work is fabricated, installed or
completed.
Shop Drawings, Change Orders, and Payments
a. In connection with Engineer's responsibility for Shop
Drawings and samples, see paragraphs G.14.
b. In connection with Engineer's responsibilities as to
Change Orders, see paragraphs K, L. and M.
c. In connection with Engineer's responsibilities in
respect of Applications for Payment, etc., see
paragraph O.
Determinations for Unit Prices
Engineer will have authority to determine the actual
quantities and classifications of items of Unit Price
Work performed by contractor, and the written decisions
of Engineer on such matters will be final, binding on
Owner and Contractor and not subject to appeal (except as
modified by Engineer to reflect changed factual
conditions).
47 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph J continued 1
9. Decisions on Disputes
a. Engineer will be the initial interpreter of the 1
requirements of the Contract Documents and judge of
the work thereunder. Claims, disputes and other
matters relating to the Work or the interpretation of
the requirements of the Contract Documents pertaining
to the performance and furnishing of the Work and
claims under paragraphs L and M in respect of changes
in the Contract Price or Contract Time will be
referred initially to Engineer in writing with a
request for a formal decision in accordance with this
paragraph, which Engineer will render in writing
within a reasonable time. Written notice of each
such claim, dispute and other matter will be
delivered by the claimant to Engineer and the other
party to the Agreement promptly (but in no event
later than thirty days) after the occurrence of the
event giving rise thereto, and written supporting
data will be submitted to Engineer and the other
party within sixty (60) days after such occurrence
unless Engineer allows an additional period of time
to ascertain more accurate data in support of the
claim.
b. When functioning as interpreter and judge under
paragraphs J.4 and J.9, Engineer will not show
partiality to Owner or Contractor and will not be
liable in connection with any interpretation or
decision rendered in good faith in such capacity. The
rendering of a decision by Engineer pursuant to
paragraphs J.4 and J.9 with respect to any such
claim, dispute or other matter (except any which have
been waived by the making or acceptance of final
payment as provided in paragraph 0.14) will be a
condition precedent to any exercise by Owner or
Contractor of such rights or remedies as either may
otherwise have under the Contract Documents or by
Laws or Regulations in respect of any such claim,
dispute or other matter.
I
I
I
i
General Conditions 48
City of Fayetteville '
Sanitary Sewer Improvements
P1
Paragraph J continued
10. Limitations on Engineer's Responsibilities
a. Neither Engineer's authority to act under this
'
paragraph I or elsewhere in the Contract Documents
nor any decision made by Engineer in good faith
either to exercise or not exercise such authority
shall give rise to any duty or responsibility of
Engineer to Contractor, any Subcontractor. Supplier,
or any of their agents or employees or any other
1 person performing any of the Work, or to any surety
for any of them.
b. Whenever in the Contract Documents the terms "as
ordered", "as directed", "as required", "as allowed"
or terms of like effect or import are used, or the
adjectives "reasonable", "suitable", "proper" or
' adjectives of like effect or import are used to
describe requirement, direction, review or judgment
of Engineer as to the work, it is intended that such
' requirement, direction, review or judgment will be
solely to evaluate the work for compliance with the
Contract Documents (unless there is a specific
statement indicating otherwise). The use of any such
term or adjective shall not be effective to assign to
Engineer any duty to authority, to perform
construction observation or direct performance of the
Work or authority to undertake responsibility
contrary to the provisions of paragraph I.8.c or
I.B.d.
c. Engineer will not be responsible for Contractor's
means, methods, techniques, sequences or procedures
of construction, or the safety precautions and
programs incident thereto, and Engineer will not be
responsible for Contractor's failure to perform the
Work in accordance with the Contract Documents.
d. Engineer will not be responsible for the acts or
omissions of Contractor or of any Subcontractors, or
of the agents or employees of any Contractor or
'
Subcontractor, any Supplier, or of any other person
or organization performing or furnishing any of the
Work.
I
I
49 General Conditions
City of Fayetteville
1 Sanitary Sewer Improvements
L
I#4
Changes in Work
1. Without invalidating the Agreement and without notice to
any surety, Owner may, at any time or from time to time,
order additions, deletions or revisions in the Work;
these will be authorized by a Written Amendment, a Change
Order, or a Work Directive Change. Upon receipt of any
such document, Contractor shall promptly proceed with the
Work involved which will be performed under the
applicable conditions of the Contract Documents (except
as otherwise specifically provided).
2. If Owner and Contractor are unable to agree as to the
extent, if any, of an increase or decrease in the
Contract Price or an extension or shortening of the
Contract Time that should be allowed as a result of a
Work Directive Change, a claim may be made therefor as ,
provided in paragraph L or M.
3. Contractor shall not be entitled to an increase in the
Contract Price or an extension of the Contract Time with
respect to any Work performed that is not required by the
Contract Documents as amended, modified and supplemented
as provided in paragraph D.2 except in the case of an
emergency as provided in paragraph G.13 and except in the
case of uncovering Work as provided in paragraph N.4.b.
4. Owner and Contractor shall execute appropriate Change ,
Orders (or Written Amendments) covering:
a. Changes in the Work which are ordered by Owner
pursuant to paragraph K.1, are required because of
defective Work under paragraph N.8 or correcting
defective Work under paragraph N.9, or are agreed to '
by the parties;
b. Changes in the Contract Price or Contract Time which '
are agreed to by the parties; and
c. Changes in the Contract Price or Contract Time which
embody the substance of any written decision rendered
by Engineer pursuant to paragraph J.9.
provided that, in lieu of executing any such Change
Order, an appeal may be taken from any such decision in
accordance with the provisions of the Contract Documents
and applicable Laws and Regulations, but during any such
appeal, Contractor shall carry on the Work and adhere to
the progress schedule as provided in paragraph G.15.
General Conditions 50
City of Fayetteville
Sanitary Sewer Improvements
11
I
I
I
I
I
;1
IL
I
I
I
I
I
I
I
I
I
I
I
I
Paragraph K_continued
5. If notice -of any change affecting the general scope of
the Work or the provisions of the Contract Documents
(including, but not limited to, Contract Price or
Contract Time) is required by the provisions of any Bond
to be given to a surety, the giving of any such notice
will be Contractor's responsibility, and the amount of
each applicable Bond will be adjusted accordingly.
51 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
L. Changes in Contract Price
1. The Contract Price constitutes the total compensation
(subject to authorized adjustments) payable to Contractor
for performing the Work. All duties, responsibilities
and obligations assigned to or undertaken by Contractor
shall be at his expense without change in the Contract
Price.
2. The Contract Price may only be changed by a Change Order
or by a Written Amendment. Any claim for an increase or
decrease in the Contract Price shall be based on written
notice delivered by the party making the claim to the
other party and to Engineer promptly (but in no event
later than thirty (30) days) after the occurrence of the
event giving rise to the claim and stating the general
nature of the claim. Notice of the amount of the claim
with supporting data shall be delivered within sixty (60)
days after such occurrence (unless Engineer allows an
additional period of time to ascertain more accurate data
in support of the claim) and shall be accompanied by
claimant's written statement that the amount claimed
covers all known amounts (direct, indirect and
consequential) to which the claimant is entitled as a
result of the occurrence of said event. All claims for
adjustment in the Contract Price shall be determined by
Engineer in accordance with paragraph J.9.a if Owner and
Contractor cannot otherwise agree on the amount involved.
No claim for an adjustment in the Contract Price will be
valid if not submitted in accordance with this paragraph
L.2.
3. The value of any Work covered by a Change Order or of any
claim for an increase or decrease in the Contract Price ,
shall be determined in one of the following ways:
a. Where the Work involved is covered by unit prices
contained in the Contract Documents, by application
of unit prices to the quantities of the items
involved (subject to the provisions of paragraph
L.7).
b. By a mutually agreed lump sum (which may include an
allowance for overhead and profit not necessarily in
accordance with paragraph L.5.a.(2)(a)).
c. On the basis of the Cost of the Work (determined as
provided in paragraphs L.4.a and L.5.b) plus a
Contractor's Fee for overhead and profit (determined
as provided in paragraphs L.5.a and L.5..b).
I
General Conditions 52
City of Fayetteville
Sanitary Sewer Improvements
I
I
I
[l
I
I
I
I
I
[1
I
I
I
I
I
I
I
I
I
Paragraph L continued
4. Cost -of -Work
a. The term Cost -of -Work means the sum of all costs
necessarily incurred and paid by Contractor in the
proper performance of the Work. Except as otherwise
may be agreed to in writing by Owner, such costs
shall be in amounts no higher than those prevailing
in the locality of the Project, shall include only
the following items and shall not include any of the
costs itemized in paragraph L.4.b:
(1) Payroll costs for employees in the direct employ
of Contractor in the performance of the work
under schedules of job classifications agreed
upon by Owner and Contractor. Payroll costs for
employees not employed full time on the work
shall be apportioned on the basis of their time
spent on the work. Payroll costs shall include,
but not be limited to, salaries and wages plus
the cost of fringe benefits which shall include
social security contributions, unemployment,
excise and payroll taxes, workers' or workmen's
compensation, health and retirement benefits,
bonuses, sick leave, vacation and holiday pay
applicable thereto. Such employees shall
include superintendents and foremen at the site.
The expenses of performing Work after regular
working hours, on Sunday or legal holidays,
shall be included in the above to the extent
authorized by Owner.
(2) Cost of all materials and equipment furnished
and incorporated in the Work, including costs of
transportation and storage thereof, and
Supplier's field services required in connection
therewith. All case discounts shall accrue to
Contractor unless Owner deposits funds with
Contractor with which to make payments, in which
case the cash discounts shall accrue to Owner.
All trade discounts, rebates and refunds, and
all returns from sale of surplus materials and
equipment shall accrue to Owner and Contractor
shall make provisions so that they may be
obtained.
53 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
Paragraph L.4.a continued
(3) Payments made by Contractor to the
Subcontractors for Work performed by
Subcontractors. If required by Owner,
Contractor shall obtain competitive bids from
Subcontractors acceptable to Contractor and
shall deliver such bids to Owner who will then
determine, with the advice of Engineer, which
bids may be accepted. If a Subcontract provided
that the Subcontractor is to be paid on the
basis of Cost of the Work Plus a Fee, the
Subcontractor's Cost of the Work shall be
determined in the same manner as Contractor's
Cost of the Work. All subcontracts shall be
subject to the other provisions of the Contract
Documents insofar as applicable.
(4) Costs of special consultants (including, but not 1
limited to, engineer, architects, testing
laboratories, surveyors, lawyers and
accountants) employed for services specifically-
related to the Work.
(5) Supplemental costs including the following:
(a) The proportion of necessary transportation,
travel and subsistence expenses of
Contractor's employees incurred in discharge
of duties connected with the Work.
(b) Cost, including transportation and
maintenance, of all materials, supplies,
equipment, machinery, appliances, office and
temporary facilities at the site and hand
tools not owned by the workmen, which are
consumed in the performance of the work, and
cost less market value of such items used
but not consumed which remain the property
of Contractor.
(c) Rentals of all construction equipment and
machinery and the parts thereof whether
rented from Contractor or others in
accordance with rental agreements reviewed
by Owner with the advice of Engineer, and
the cost of transportation, loading,
unloading, installation, dismantling and
removal. thereof - all in accordance with
terms of said rental agreements. The rental
of any such equipment, machinery or parts
shall cease when the use thereof is no I
longer necessary for the Work.
General Conditions 54
City of Fayetteville
Sanitary Sewer Improvements
Paragraph L.4.a.(5) continued
(d) Sales, consumer, use or similar taxes
related to the work, and for which
Contractor is liable, imposed by Laws and
I Regulations.
(e) Deposits lost for causes other than
negligence of Contractor, any Subcontractor
or anyone directly or indirectly employed by
any of them or for whose acts any of them
may be liable, and royalty payments and fees
Ifor permits and licenses.
(f) Losses and damages (and related expenses),
' not compensated by insurance or otherwise,
to the Work or otherwise sustained by
Contractor in connection with the execution
of the work, provided they have resulted
from causes other than the negligence of
Contractor, any Subcontractor, or anyone
directly or indirectly employed by any of
them or for. whose acts any of them may be
liable. Such losses shall include
settlements made with the written consent
and review of Owner. No such losses,
damages and expenses shall be included in
the Cost of the Work for the purpose of
determining Contractor's Fee. If, however,
I any such loss or damage requires
reconstruction and Contractor is placed in
charge thereof, Contractor shall be paid for
services a proportionate fee to that stated
in paragraph L.5.a.(2).
(g) The cost of utilities, fuel and sanitary
facilities at the site.
(h) Minor expenses such as telegrams, long
I. distance telephone calls, telephone service
at the site, expressage and similar petty
cash items in connection with the Work.
(i) Cost of premiums for additional Bonds and
insurance required because of changes in the
Work.
' b. The term Cost -of -Work shall not include any of the
following:
' 55 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph L.4.a. continued
(1) Payroll costs and other compensation of
Contractor's officers, executives, principals
(of partnership and sole proprietorships),
general managers, engineers, architects,
estimators, lawyers, auditors, accountants,
purchasing and contracting agents, expeditors,
timekeepers, clerks and other personnel employed
by Contractor whether at the site or in
Contractor's principal or a branch office for
general administration of the Work and not
specifically included in the agreed upon
schedule of job classifications referred to in
paragraph L.4.a.(1) or specifically covered by
paragraph L.4.a.(4) - all of which are to be
considered administrative costs covered by the
Contractor's Fee. I
(2) Expenses of Contractor's principal and branch
offices other than Contractor's office at the '
site.
(3) Any part of Contractor's capital expenses,
including interest on Contractor's capital
employed for the Work and charges against
Contractor for delinquent payments.
(4) Cost of premiums for all Bonds and for all ,
insurance whether or not Contractor is required
by the Contract Documents to purchase and
maintain the same (except for the cost of
premiums covered by paragraph L.4.a.(5)(i)).
(5) Costs due to the negligence of Contractor, any
Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of
them may be liable, including but not limited
to, the correction of defective Work, disposal
of materials or equipment wrongly supplied and
making good any damage to property.
(6) Other overhead or general expense costs of any
kind and the costs of any item not specifically
and expressly included in paragraph L.4.a.
I
I
General Conditions 56
City of Fayetteville
Sanitary Sewer Improvements
' Paragraph L continued
5. Contractor's Fee
a. The Contractor's Fee allowed to Contractor for
overhead and profit shall be determined as follows:
(1) A mutually agreed fixed fee; or if none can be
agreed upon,
(2) A fee based on the following percentages of the
I various portions of the Cost of the Work:
(a) The Contractor's Fee shall be fifteen (15)
percent for payroll costs and the cost of
I. materials and equipment as defined in
paragraphs L.4.a.(1) and L.4.a.(2);
' (b) The Contractor's Fee shall be five (5)
percent on the work performed by
Subcontractors as defined in paragraph
L.4.a.(3); and if a Subcontract is on the
basis of Cost -of -Work plus a Fee, the
maximum allowable to the Subcontractor as a
fee for overhead and profit shall be fifteen
(15) percent;
(c) No fee shall be payable on costs defined in
paragraphs L.4.a.(4), L.4.a.(5), and L.5
(costs associated with supplemental costs or
special consultants);
(d) The amount of credit to be allowed by
Contractor to Owner for any such change
which results in a net decrease in cost,
I will be the amount of the actual net
decrease plus a deduction in Contractor's
Fee by an amount equal to ten (10) percent
I of the net decrease; and
(e) When both additions and credits are involved
in any one change, the adjustment in
I Contractor's Fee shall be computed on the
basis of the net change in accordance with
paragraphs L.5.a.(2)(a) through
L.5.a.(2)(d), inclusive.
b. Whenever the cost of any Work is to be determined
pursuant to paragraph L.4, Contractor will submit an
I itemized cost breakdown together with supporting
data.
I
57 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph L continued
Cash Allowances:
a. It is understood that Contractor has included in the
Contract Price all allowances so named in the
Contract Documents and shall cause the Work so
covered to be done by such Subcontractors or
Suppliers and for such sums within the limit of the
allowances as may be reviewed by the Engineer.
Contractor agrees that:
(1)
(2)
The allowances include the cost to Contractor
(less any applicable trade discounts) of
materials and equipment required by the
allowances to be delivered to the site, and all
applicable taxes; and
I
L
n
L
L
Contractor's costs for unloading and handling on
the site, labor, installation costs, overhead,
profit and other expenses contemplated for the
allowances have been included in the Contract
Price and not in the allowances. No demand for
additional payment on account of any thereof
will be valid.
b. Prior to final payment, an appropriate Change Order
will be issued as recommended by Engineer to reflect
actual amounts due Contractor on account of Work
covered by allowances, and the Contract Price shall
be correspondingly adjusted.
Unit Price Work:
a. Where the Contract Documents'provide that all or part
of the Work is to be Unit Price Work, initially the
Contract Price will be deemed to include for all Unit
Price Work an amount equal to the sum of the
established unit prices for each separately
identified item of Unit Price work times the
estimated quantity of each item as indicated in the
Agreement. The estimated quantities of items of Unit
Price Work are not guaranteed and are solely for the
purpose of comparison of Bids and determining an
initial Contract Price. Determinations of the actual
quantities and classifications of Unit Price Work
performed by Contractor will be made by Engineer in
accordance with Paragraph J.8.
b. Each unit price will be deemed to include an amount
considered by Contractor to be adequate to cover
Contractor's overhead and profit for each separately
identified item.
General Conditions 58
City of Fayetteville
Sanitary Sewer Improvements
I
I
Li
L
L
I
11
I
LII
II
I
1]
P
Paragraph L.7 continued
IC. The unit price of an item of Unit Price Work shall be
subject to re-evaluation and adjustment under the
' following conditions:
(1) If the total cost of a particular item of Unit
Price Work amounts to 115 percent or more of the
Contract Price and the variation in the quantity
of that particular item of Unit Price Work
performed by Contractor differs by more than 15
' percent from the estimated quantity of such item
indicated in the Agreement; and
(2) If there is no corresponding adjustment with
'respect to any other item of Work; and
(3) If Contractor believes that it has incurred
additional expense as a result thereof; or
(4) If Owner believes that the quantity variation
entitles it to an adjustment in the unit price,
either Owner or Contractor may make a claim for
a adjustment in the Contract Price in accordance
with Paragraph L if the parties are unable to
' agree as to effect of any such variations in the
quantity of Unit Price Work performed.
8
I
I
I
I
I
C1
I
I
Limits of Authority:
a. The contractor shall note and abide by the following
Owner's and Engineer's limits of authority for changes in
the Work which require a change in the Contract Price and
Contract Time.
Except in the case of extreme emergency to protect the
public safety, public welfare or substantial Work, the
following limits of authority to the Owner and Engineer
shall apply:
Engineer's Representative - No authority
Water/Sewer Maintenance Superintendent - $5,000.00
Public Works Director - $10,000.00
Mayor - $20,000.00 or any City Council pre -approved
contingency.
All accumulative changes which result in Contract Price
changes in excess of $20,000.00 or any City Council
pre -approved contingency shall require the formal
approval of the Fayetteville City Council.
59 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
M. Changes in Contract Time '
1. General
a. The Contract Time may only be changed by a Change ,
Order or a Written Amendment. Any claim for an
extension or shortening of the Contract Time shall be
based on written notice delivered by the party making
the claim to the other party and to Engineer promptly
(but in no event later than thirty (30) days) after
the occurrence of the event giving rise to the claim
and stating the general nature of the claim. Notice
of the extent of the claim with supporting data shall
be delivered within sixty (60) days after such
occurrence (unless Engineer allows an additional
period of time to ascertain more accurate data in
support of the claim) and shall be accompanied by the
claimant's written statement that the adjustment
claimed is the entire adjustment to which the
claimant has reason to believe it is entitled as a
result of the occurrence of said event. All claims
for adjustment in the Contract Time shall be
determined by Engineer in accordance with paragraph
J.8 if Owner and Contractor cannot otherwise agree.
No claim for an adjustment in the Contract Time will
be valid if not submitted in accordance with the
requirements of this paragraph M.l.a.
b. The Contract Time may be extended in an amount equal
to time lost due to delays (unavoidable delays)
beyond the control of Contractor if a claim is made
as provided in paragraph M.l.a. Such delays shall
include, but not be limited to, acts or neglect by
Owner or others performing additional work as
contemplated by paragraph H, or to fires, floods,
labor disputes, epidemics, abnormal weather
conditions, or acts of God.
c. All time limits stated in the Contract Documents are
of the essence of the Agreement. Provisions of this
paragraph M.1 shall not exclude recovery for damages
(including but not limited to fees and charges of
engineers, architects, attorneys and other
professionals and court and arbitration costs) for '
delay by either party.
I
I
General Conditions 60
City of Fayetteville
Sanitary Sewer Improvements
Paragraph M continued
I
I
Li
I
I
I
I
I
I
I
[1
C1
I
I
I
I
I
2. Delays
.a. Avoidable Delays
(1) Avoidable delays in the prosecution or
completion of the Work shall include all delays
which might have been avoided by the exercise of
care, prudence, foresight, or diligence on the
part of the Contractor.
(2) Delays in the prosecution of parts of the Work
which may in themselves be unavoidable but do
not necessarily prevent or delay the prosecution
of other parts of the work nor the completion of
the whole work within the time herein specified;
reasonable loss of time resulting from the
necessity of submitting drawings to the Engineer
for approval and from the making of surveys,
measurements, and observations; and such
interruptions as may occur in the prosecution of
the work on account of the reasonable
interference of other Contractors employed by
the Owner, which do not necessarily prevent the
completion of the whole work within the time
herein specified, will be deemed avoidable
delays within the meaning of this Contract.
b. Unavoidable Delays
Unavoidable delays in the prosecution or completion
of the Work under this Contract shall include all
delays which may result through causes beyond the
control of the Contractor and which he could not have
provided against by the exercise of care, prudence,
foresight, or diligence. Such delays shall include,
but not be limited to, acts or neglect by Owner or
others performing additional work as contemplated by
paragraph H or to fires, floods, labor disputes,
epidemics, abnormal weather conditions or acts of
God. Orders issued by the Owner changing the amount
of Work to be done, the quantity of material to be
furnished, or the manner in which the Work is to be
prosecuted; failure of the Owner to provide rights-
of- way; and unforeseen delays in the completion of
the Work of other contractors under contract with the
Owner will be considered unavoidable delays, so far
as they necessarily interfere with the Contractor's
completion of the whole of the Work. Delays due to
61 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
I
Paragraph M.2.b continued
adverse weather conditions will not be regarded as
unavoidable delays as the Contractor should
understand that such conditions are to be expected
and plan his Work accordingly.
3. Extension of Time
a. For Unavoidable Delays
For delays which are unavoidable as provided in
paragraph M.2.b, as determined by the owner, the
Contractor will be allowed, if he applies for the
same, an extension of time beyond the time specified
for completion, proportionate to such unavoidable
delay or delays, within which to complete the
Contract. The Contractor will not be charged, because
of any extension of time for such unavoidable delay,
any liquidated damage and/or actual damages as
provided in paragraph R.
b. For Avoidable Delay
I
I
I
I
[1
I
(1) Extensions of time will not be granted because I
of avoidable delays.
(2) Contractor will be charged liquidated damages or
actual damages as provided in paragraph R for
avoidable delays.
General Conditions 62
City of Fayetteville
Sanitary Sewer Improvements
I
I
11
I
I
I
I
I
N. Warranty and Guarantee; Tests and Observations; Correction,
Removal, or Acceptance of Defective Work
1. Warranty and Guarantee
Contractor warranties and guarantees to Owner and
Engineer that all work will be in accordance with the
Contract Documents and will not be defective. Prompt
notice of all defects shall be given to Contractor. All
defective Work, whether or not in place, may be rejected,
corrected or agreed to as provided in this paragraph N.
1 2. Access to Work
Engineer and Engineer's representatives, other
'
representatives of Owner, testing agencies and
governmental agencies with jurisdictional interests will
have access to the work at reasonable times for
observation and testing. Contractor shall provide proper
and safe conditions for such access.
I
I
I
I
I
I
I
I
I
I
I
Tests and Observations
a. Contractor shall give Engineer timely notice of
readiness of the Work for all required observations,
tests, or reviews.
b. If Laws or Regulations of any public body having
jurisdiction requires any Work (or part thereof) to
specifically be observed or tested. Contractor shall
assume full responsibility therefor, pay all costs in
connection therewith and furnish Engineer with the
required certificates of inspection, testing, or
approval. Contractor shall also be responsible for
and shall pay all costs in connection with any
inspection or testing required in connection with
Owner's or Engineer's agreed to Supplier of materials
or equipment proposed to be incorporated in the work,
or of materials or equipment submitted for approval
prior to Contractor's purchase thereof for
incorporation in the Work. The cost of all
observations, tests, and approvals in addition to the
above which are required by the Contract Documents
shall be paid by Owner (unless otherwise specified).
c. All observations, tests, or reviews other than those
required by Laws or Regulations of any public body
having jurisdiction shall be performed by
organizations agreed to by Owner and Contractor (or
by Engineer if so specified).
63 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
LI
-I
Paragraph N.3 continued
d. If any Work (including the work of others) that is to ,
be observed or tested is covered without written
concurrence of Engineer, it must, if requested by ,
Engineer, be uncovered for observation. Such
uncovering shall be at Contractor's expense unless
Contractor has given Engineer timely notice of
Contractor's intention to cover such work and
Engineer has not acted with reasonable promptness in
response to such notice.
e. Neither observations by Engineer nor observations, '
tests, or reviews by others shall relieve Contractor
from his obligations to perform the work in ,
accordance with the Contract Documents.
4. Uncovering work '
a. If any work is covered contrary to the written
request of Engineer, it must, if requested by
Engineer, be uncovered for Engineer's observation and '
replaced at Contractor's expense.
b. If Engineer considers it necessary or advisable that
covered work be observed by Engineer or tested by
others, Contractor, at Engineer's request, shall
uncover, expose or otherwise make available for
observation or testing as Engineer may require, that
portion of the work in question, furnishing all
necessary labor, material and equipment. If it is
found that such work is defective, Contractor shall
bear all the expenses of -such uncovering, exposure,
observation, testing and reconstruction, (including
but not limited to fees and charges of engineers,
architects, attorneys and other professionals), and
Owner shall be entitled to an appropriated decrease
in the Contract Price, and, if the parties are unable
to agree as to the amount thereof, may make a claim
therefor as provided in paragraph L. If, however,
such work is not found to be defective, Contractor
shall be allowed an increase in the Contract Price or
an extension of the Contract Time, or both, directly
attributable to such uncovering, exposure,
observation, testing and reconstruction; and, if the
parties are unable to agree as to the amount or
extent thereof, Contractor may make a claim therefor
as provided in paragraphs L and M.
C1
General Conditions 64
City of Fayetteville
Sanitary Sewer Improvements
i1
Paragraph N continued
5. Owner May Stop the Work
If the work is defective, or Contractor fails to supply
sufficient skilled workmen or suitable materials or
equipment,or fails to furnish or perform the Work in such
a way that the completed Work will conform to the
Contract Documents, Owner may order Contractor to stop
the work, or any portion thereof, until the cause for
such order has been eliminated; however, this right of
Owner to stop the work shall not give rise to any duty on
the part of the Owner to exercise this right for the
benefit of Contractor or any other party.
6. Correction or Removal of Defective Work
a. If required by Engineer, contractor shall promptly,
as directed, either correct all defective Work,
whether or not fabricated, installed or completed,
or, if the Work has been rejected by Engineer, remove
it from the site and replace it with suitable Work.
Contractor shall bear all direct, indirect and
consequential costs of such correction or removal
' (including but not limited to fees and charges of
engineers, architects, attorneys, and other
professionals) made necessary thereby.
b. If the contractor fails to remove defective work
within ten days after receipt of written notice, the
rejected material or work may be removed by the Owner
and the cost of such removal shall be taken out of
the money that may be due or may become due the
Contractor on account of or by virtue of this
1 Contract. No such rejected material shall again be
offered for use by the Contractor under this
Contract.
' 7. One Year Correction Period
If within one year after the date of Substantial
Completion or such longer period of time as may be
prescribed by Laws or Regulations by the terms of any
applicable special guarantee required by the Contract
Documents or by any specific provision of the Contract
Documents, any work is found to be defective, Contractor
shall promptly, without cost to Owner and in accordance
with Owner's written instructions, either correct such
defective work, or, if it has been rejected by Owner,
remove it from the site and replace it with nondefective
work. If Contractor does not promptly comply with the
C1
I
65 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph N.7 continued
terms of such instructions, or in an emergency where
delay would cause serious risk of loss or damage, Owner
may have the defective work corrected or the rejected
work removed and replaced, and all direct and indirect
costs of such removal and replacement (including but not
limited to fees and charges of engineers, architects,
attorneys and other professionals) will be paid by
Contractor. In special circumstances where a particular
item of equipment is placed in continuous service before
Substantial Completion of all the Work, the correction
period for that item may start to run from an earlier
date if so provided in the Specifications or by Written Amendment. ,
8. Acceptance of Defective Work
If, instead of requiring correction or removal and
replacement of defective work, Owner (and, prior to
Engineer's recommendation of final payment, also
Engineer) prefers to accept it, Owner may do so.
Contractor shall bear all direct, indirect and
consequential costs attributable to Owner's evaluation of
and determination to accept such defective Work (such
costs to be reviewed by Engineer as to reasonableness and
to include but not be limited to fees and charges of
engineers, architects,.attorneys and other
professionals). If any such acceptance occurs prior to
Engineer's recommendation of final payment, a Change
Order will be issued incorporating the necessary
revisions in the Contract Documents with respect to the
Work; and Owner shall be entitled to an appropriate
decrease in the Contract Price, and, if the parties are
unable to agree as to the amount thereof, Owner may make
a claim therefor as provided in paragraph L. If the
acceptance occurs after such recommendation, an
appropriate amount will be paid by Contractor to Owner.
9. Owner May Correct Defective Work
If Contractor fails within a reasonable time after
written notice of Engineer to proceed to correct
defective work or to remove and replace rejected work as
required by Engineer or if Contractor fails to perform
the work in accordance with the Contract Documents or if
Contractor fails to comply with any other provision of
the Contract Documents, Owner may, after seven days'
written notice to Contractor, correct and remedy any such
deficiency. In exercising his right under this paragraph
Owner shall proceed expeditiously. To the extent
necessary to complete corrective and remedial action,
Owner may exclude Contractor from
'
General Conditions 66
City of Fayetteville
Sanitary Sewer Improvements
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
C]
I
Paragraph N.9 continued
all or part of the site, take possession of all or part
of the work, and suspend Contractor's services related
thereto, take possession of Contractor's tools,
appliances, construction equipment and machinery at the
site and incorporate in the work all materials and
equipment stored at the site or for which Owner has paid
Contractor but which are stored elsewhere. Contractor
shall allow Owner, Owner's representatives, agents and
employees such, access to the site as may be necessary to
enable Owner to exercise his rights under this paragraph.
All direct, indirect and consequential costs of Owner in
exercising such rights and remedies will be charged
against Contractor in an amount reviewed by Engineer, and
a Change Order will be issued incorporating the necessary
revisions in the Contract Documents with respect to the
Work; and Owner shall be entitled to an appropriate
decrease in the Contract Price, and if the parties are
unable to agree as to the amount thereof, Owner may make
a claim therefor as provided in paragraph L. Such
direct, indirect and consequential costs will include but
not be limited to fees and charges of engineers,
architects, attorneys and other professionals, all court
and arbitration costs and all costs of repair and
replacement of work of others destroyed or damaged by
correction, removal or replacement of Contractor's
defective Work. Contractor shall not be allowed an
extension of the Contract Time because of any delay in
performance of the work attributable to the exercise by
Owner of Owner's rights hereunder.
67 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
O. Payments to Contractor and Completion
1. Schedules
The schedule of values established as provided in
paragraph C.7 will serve as the basis for progress
payments and will be incorporated into a form of
Application for Payment. Progress payments on account of
Unit Price Work will be based on the number of units
completed.
2. Application for Progress Payments
a. The contractor shall, on the 25th day of each
calendar month, together with a representative of the
Engineer, make an estimate of the value of the work
performed as of the 15th day of the month in
accordance with this Contract since the last
preceding estimate was made.
The Contractor shall then prepare and submit the
estimate to the Engineer on the periodical estimate
for partial payment forms, copies of which are bound:
with these Contract Documents. The number of copies
to be submitted will be determined by the Engineer
after construction has started.
b. Upon presentation of certified copies of purchase
bills and freight bills, the Owner will permit
inclusion in such monthly estimates payment for
materials that will eventually be incorporated in the
project, providing that such material is suitably
stored on the site at the time of submission of the
estimate for payment. At the time the next following
monthly estimate is submitted, certified copies of
receipted purchase and freight bills for the stored
materials included in the monthly payment estimate
submitted two months previously shall be submitted.
If the Contractor fails to submit proof of payment
with the monthly payment estimate, those items of
stored materials for which no proof of payment has
been submitted will be deleted from the current
payment estimate. Such materials when so paid for by
the Owner will become the property of the Owner and,
in case of default on the part of the Contractor, the
Owner may use or cause to be used by others these
materials in construction of the project. However,
the Contractor shall be responsible for safe guarding
such materials against loss or damage of any nature
whatsoever, and in case of any loss or damage the
Contractor shall replace such lost or damaged
materials at no cost to the Owner.
General Conditions
City of Fayetteville
Sanitary Sewer Improvements
rail
Li
I
I
[I
I
I
J
I
L
I
I
I
I
[1
I
I
' Paragraph O.2.b continued
(1) Except as provided in paragraph O.2.b, the first
application for payment shall be of the value of
the work done and of materials proposed and
' suitable for permanent incorporation in the
work, delivered, and suitably and safely stored
at the site of the work since the Contractor
' shall have begun the performance of this
Contract; and every subsequent estimate, except
the final estimate, shall be of value of the
' work done and materials delivered and suitably
stored at the site of the work since the last
preceding estimate was made.
IC. No application for partial payment shall be made
when, in the judgement of the Engineer, the total
value of the Work done and materials incorporated
' into the Work under this Contract since the last
preceding estimate amount is less than $10,000.
d. Applications for payment shall be signed by the
'
Engineer and approved by the Owner, and after such
approval, the Owner, subject to the foregoing
provisions, will pay or cause to be paid an amount
' equal to the estimated value of the work performed
less a retained amount in accordance with the
following schedule:
' Cl) Ten (10) percent until construction is 50
percent complete.
' (2) Five (5) percent after construction is 50
percent complete, provided that the Contractor
is making adequate progress and there is no
' specific cause for greater withholding.
(3) When the project is substantially complete
(operational or beneficial use as determined by
the Engineer) the retained amount will be
reduced to two (2) percent of the value of work
which is substantially complete, or two hundred
' (200) percent of the value of each item as
determined by the Engineer to complete said item
or items of work, whichever is greater.
' e. Contractor shall furnish with each application for
payment a Contractor's sworn affidavit listing all
parties to receive payments on that request.
I
I
69 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
I
Paragraph 0.2 continued
f. If required by the regulatory agencies, the
Contractor and his subcontractor shall prepare weekly
sworn affidavits with respect to the payment of wages
in accordance with the provisions as set forth in the
"Anti -Kickback" Act, and submit affidavits with the
progress payment requests.
3. Unit Price Items
a. Unit price items listed in the Bid form and in the
Agreement form may be of two types, unit price
construction items", and "unit price work items
ordered by the Engineer during construction". For
all unit price items quantities as set forth are the
best estimates which can be made during design, since
actual quantities cannot be determined until
construction is underway.
b, The Contractor shall study carefully the
Specifications to determine the extent and scope of
the work included under lump sum items in the
Contract. It may be that work under some unit price
items is in addition to similar work to be performed '
under lump sum items and paid for thereunder.
c. Unit Price Construction Items
Unit price construction items will be used to pay for
work not included under a lump sum item but required
by the Contract. I
d. Unit Price Work Items Order by the Engineer During
Construction
These unit price items will be used to pay for
designated work, not shown on the Contract Drawings,
when ordered by the Engineer in writing during
construction.
4. Reporting and Invoicing cost -of -Work
All cost -of -work items shall be reported daily and signed
by the Contractor and the Engineer, which daily reports
shall thereafter be considered the true record of cost-
of- work done. Completely detailed invoices covering the
cost -of -work shall be submitted for payment not later
than 15 days after the completion of the work. The
charges for work performed by the Contractor, by a
Subcontractor, and by an employee of a Subcontractor
shall be reported separately. Substantiating invoices
from suppliers, vendors and Subcontractors shall be
included with the contractor's invoices. The Contractor
General Conditions 70
City of Fayetteville
Sanitary Sewer Improvements
IH
IParagraph 0.4 continued
' shall permit examination of accounts, bills, and vouchers
relating to the cost -of -work when requested by the
Engineer.
5. Partial Waiver of Liens
Partial waiver of liens shall accompany each payment
' request to cover the full amount of the previous payment
request. The Contractor shall procure from each and
every Subcontractor and suppliers of material or labor a
t partial waiver of lien to release the Owner of any claim
to a mechanics lien, which they or any of them may have
under the mechanics lien laws of the State in which the
project is located. Any payments made by the Owner
' without requiring strict compliance to the terms of this
paragraph shall not be construed as a waiver by the Owner
of the right to insist upon strict compliance with the
tterms of this approach as a condition of later payments.
6. Contractor's Warranty of Title
' Contractor warrants and guarantees that title to all
work, materials and equipment covered by any Application
for Payment, whether incorporated in the project or not,
will pass to Owner no later than the time of payment free
and clear of all Liens.
' 7. Review of Progress Payment Requests
a. Engineer will, within fifteen (15) days after receipt
of each payment request, either indicate in writing a
' recommendation of payment and present the request to
Owner, or return the payment request to Contractor
indicating in writing Engineer's reasons for refusing
Ito recommend payment. In the latter case, Contractor
may make the necessary corrections and resubmit the
request. Thirty (30) days after presentation of the
' Application for Payment with Engineer's
recommendation, the amount recommended will (subject
to the provisions of paragraph O.7.e) become due and
when due will be paid by Owner to Contractor.
I
I
I
71 General Conditions
'
City of Fayetteville
Sanitary Sewer Improvements
Paragraph 0.7 continued
b. Engineer's recommendation of any payment requested in
a payment request will constitute a representation by
Engineer to Owner, based on Engineer's on -site
observations of the work in progress as an
experienced and qualified design professional and on
Engineer's review of the payment request and the
accompanying data and schedules that the Work has
progressed to the point indicated; that, to the best
of the Engineer's knowledge, information and belief,
the quality of the work is in accordance with the
Contract Documents (subject to an evaluation of the
Work as a functioning whole prior to or upon
substantial completion, to the results of any
subsequent tests called for in the Contract Documents
to a final determination of quantities and
classifications for Unit Price Work under paragraph
J.8 and to any other qualifications stated in the
recommendation); and that Contractor is entitled to
payment of the amount recommended. However, by
recommending any such payment, Engineer will not
thereby be deemed to have'represented that exhaustive
or continuous on -site observations have been made to.
check the quality or the quantity of the work, or
that the means, methods, techniques, sequences, and
procedures of construction have been reviewed or that
any examination has been made to ascertain how or for
what purpose Contractor has used the moneys paid or
to be paid to Contractor on account of the Contract
Price, or that title to any work, materials or
equipment has passed to Owner free and clear of any
Liens.
c. Engineer's recommendation of final payment will
constitute an additional representation by Engineer
to Owner that the conditions precedent to
Contractor's being entitled to final payment as set
forth in paragraph O.S.a have been fulfilled.
d. Engineer may refuse to recommend the whole or any
part of any payment if, in Engineer's opinion, it
would be incorrect to make such representations to
Owner. Engineer may also refuse to recommend any
such payment, or, because of subsequently discovered
evidence or the results of subsequent observations or
tests, nullify any such payment previously
recommended; to such extent as may be necessary to
Engineer's opinion to protect Owner from loss
because: ,
(1) The Work is defective, or completed work has
been damaged requiring correction or '
replacement.
General Conditions 72
City of Fayetteville
Sanitary Sewer Improvements
1
I
Paragraph O.7.c continued
I
[J
fl
I
C
C
I
C
l'
L
I
I
C
C
(2) The Contract Price has been reduced by Written
Amendment or Change Order.
(3) Owner has been required to correct defective
Work or complete the Work in accordance with
paragraph N.6.b.
(4) Engineer's actual knowledge of the occurrence of
any of the events enumerated in paragraphs
P.2.a.(1) through P.2.a.(9) inclusive.
e. Owner may refuse to make payment of the full amount
recommended by Engineer because claims have been made
against Owner on account of Contractor's performance
or furnishing of the Work or Liens have been filed in
connection with the Work or there are other items
entitling Owner to a set-off against the amount
recommended, but Owner must give Contractor immediate
written notice (with a copy to Engineer) stating the
reasons for such action.
Substantial Completion
a. When Contractor considers the entire work ready for
its intended use and all final restoration and
testing is complete, Contractor shall notify Owner
and Engineer in writing the entire Work is
Substantially Complete and request that Engineer
issue a Statement of Substantial Completion. Within
a reasonable time thereafter, Owner, Contractor and
Engineer shall make an observation of the Work to
determine the status of completion. If Engineer does
not consider the work Substantially Complete,
Engineer will notify Contractor in writing, giving
his reasons therefore. If Engineer considers the
work substantially complete, Engineer will prepare
and deliver to Owner a tentative Statement of
Substantial Completion which shall fix the date of
Substantial Completion. There shall be attached to
the certificate a tentative list of items to be
completed or corrected before final payment. This
list shall be called a punch list. Owner shall have
fourteen (14) days after receipt of the tentative
certificate during which he may make written
objection to Engineer as to any provisions of the
certificate or attached list. If, after considering
such objections, Engineer concludes that the Work is
not Substantially Complete, Engineer will within
fourteen days after submission of the tentative
certificate to Owner notify Contractor in writing,
stating his reasons therefore. If, after
consideration of Owner's objections, Engineer
73 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
C
Paragraph 0.8.a continued
considers the Work Substantially Complete, Engineer
will within said fourteen (14) days execute and
deliver to Owner and Contractor a definitive
Statement of Substantial Completion (with a revised
tentative list of items to be completed or corrected)
reflecting such changes from the tentative
certificate as Engineer believes justified after
consideration of any objections from Owner. At the
time of delivery of the tentative Statement of
Substantial Completion Engineer will deliver to Owner
and Contractor a written recommendation as to
division of responsibilities pending final payment
between Owner and Contractor with respect to
security, operation, safety, maintenance, heat,
utilities and insurance and warranties. Unless Owner
and Contractor agree otherwise in writing and so
inform Engineer prior to Engineer's issuing the
definitive Statement of Substantial Completion,
Engineer's aforesaid recommendation will be binding
on Owner and Contractor until final payment.
b. Owner shall have the right to exclude Contractor from
the work after the date of Substantial Completion,
but Owner shall allow Contractor reasonable access to
complete or correct items on the punch list.
9. Partial Utilization
a. Use by Owner of any finished part of the Work, which
has specifically been identified in the Contract
Documents, or which Owner, Engineer and Contractor
agree constitutes a separately functioning and
useable part of the Work that can be used by Owner
without significant interference with Contractor's
performance of the remainder of the Work, may be
accomplished prior Substantial Completion of all the
Work subject to the following:
(1) Owner at any time may request Contractor in
writing to permit Owner to use any part of the
work which Owner believes to be ready for its
intended use and substantially complete. If
Contractor agrees, Contractor will certify to
Owner and Engineer that said part of the Work is
substantially complete and request Engineer to
issue a Statement of Substantial Completion for
that part of the Work. Contractor at any time '
may notify Owner and Engineer in writing that
Contractor considers any such part of the Work
ready for its intended use and substantially
complete and request Engineer to issue a
General Conditions 74
City of Fayetteville
Sanitary Sewer Improvements '
Paragraph O.9.a continued
I
I
H
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Statement of Substantial Completion for that
part of the Work. Within a reasonable time
after either such request, Owner and Contractor
shall observe that part of the Work to determine
its status of completion. If Engineer does not
consider that part of the Work to be
substantially complete, Engineer will notify
Owner and Contractor in writing giving the
reasons therefore. If Engineer considers that
part of the Work to be substantially complete,
the provisions of paragraph 0.8 will apply with
respect to Statement of Substantial Completion
of that part of the Work and the division of
responsibility in respect thereof and access
thereto.
(2) Owner may at any time request Contractor in
writing, to permit Owner to take over operation
of any such part of the Work although it is not
substantially complete. A copy of such request
-
will be sent to Engineer and within a reasonable
time thereafter Owner, Contractor, and.Engineer
shall observe that part of the Work to determine
its status of completion and will prepare a list
of the items remaining to be completed or
corrected thereon before final payment. If
Contractor does not object in writing to Owner
and Engineer that such part of the Work is not
ready for separate operation by Owner, Engineer
will finalize the list of items to completed or
corrected and will deliver such list to Owner
and Contractor together with a written
recommendation as to the division of
responsibilities pending final payment between
Owner and Contractor with respect to security,
operation, safety, maintenance, utilities,
insurance, warranties and guarantees for that
part of the Work which will become binding upon
Owner and Contractor at the time when Owner
takes over such operation (unless they shall
have otherwise agreed in writing and so informed
Engineer). During such operation and prior to
Substantial Completion of such part of the Work,
Owner shall allow Contractor reasonable access
to complete or correct items on said list and to
complete other related work.
(3) No occupancy or separate operation of part of
the Work will be accomplished prior to
compliance with the requirements of paragraph
F.7 in respect of property insurance.
75 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph O continued
10. Final Observation
Upon written notice from Contractor that Work or an
agreed portion thereof is complete, Engineer will make a
final observation with Owner and Contractor and will
notify Contractor in writing of all particulars in which
this observation reveals that the work is incomplete or
defective. Contractor shall immediately take such
measures as are necessary to remedy such deficiencies.
11. Final Application For Payment ,
After Contractor has completed all such corrections and
delivered all maintenance and operating instructions,
schedules, guarantees, Bonds, certificates of inspection,
marked -up record documents as provided in paragraph G.11
and other documents - all as required by the Contract
Documents, and after Engineer has indicated that the Work
is acceptable, subject to the provisions of paragraph
O.16 Contractor may make application for final payment
request following the procedure for progress payment
requests. The final payment requests shall be
accompanied by all documentation called for in the
Contract Documents, together with complete and legally
effective releases or waivers (satisfactory to Owner) of
all Liens arising out of or filed in connection with the
Work. In lieu thereof and as approved by Owner,
Contractor may furnish receipts or releases in full; an
affidavit of Contractor that the releases and receipts
include all labor, services, material and equipment for
which a Lien could be filed, and that all payrolls,
material and equipment bills, and other indebtedness
connected with the work for which Owner or his property
might in any way be responsible, have been paid or
otherwise satisfied; and consent of the Surety, if any,
to final payment. If any Subcontractor, and/or Supplier
fails to furnish a release or receipt in full, Contractor
may furnish a Bond or other collateral satisfactory to
Owner to indemnify Owner against any Lien.
12. Final Payment and Acceptance '
a. If, on the basis of Engineer's observation of the
Work during construction and final observation, and
Engineer's review of the final payment request and
accompanying documentation - all as required by the
Contract Documents, Engineer has been shown that the
work has been completed and Contractor's other
obligations under the Contract Documents have been
fulfilled, Engineer will, within ten (10) days after
receipt of final payment request, indicate in
General Conditions 76
City of Fayetteville
Sanitary Sewer Improvements
I
Paragraph O.12 continued
I
I
I
n
Li
I
I
I
I
I
I
I
I
I
H
[1
writing Engineer's recommendation of payment and
present the request to Owner for payment. Thereupon
Engineer will give written notice to Owner and
Contractor that the Work is acceptable subject to the
provisions of paragraph O.14. Otherwise, Engineer
will return the payment request to Contractor,
indicating in writing the reasons for refusing to
recommend final payment, in which case Contractor
shall make the necessary corrections and resubmit the
payment request. Thirty (30) days after presentation
to Owner of the Application and accompanying
documentation, in appropriate form and substance, and
with Engineer's recommendation and notice of
acceptability, the amount recommended by Engineer
will become due and will be paid by Owner to
Contractor.
b. If, through no fault of Contractor, final completion
of the Work is significantly delayed thereof and if
Engineer so confirms, Owner shall, upon receipt of
Contractor's final payment request and recommendation
of Engineer, and without terminating the Agreement,
make payment of the balance due for that portion of
the Work fully completed and accepted. If the
remaining balance to be held by Owner for Work not
fully completed or corrected is less than the
retainage stipulated in the Agreement, and if Bonds
have been furnished as required in paragraph F.1, the
written consent of the Surety to the payment of the
balance due for that portion of the Work fully
completed and accepted shall be submitted by
Contractor to Engineer with the request for such
payment. Such payment shall be made under the terms
and conditions governing final payment, except that
it shall not constitute a waiver of claims.
13. Contractor's Continuing Obligation
Contractor's obligation to perform and complete the Work
in accordance with the Contract Documents shall be
absolute. Neither recommendation of any progress or
final payment by Engineer, nor the issuance of a
certificate of substantial completion, nor any payment of
Owner to Contractor under the Contract Documents, nor any
use or occupancy of the Work or any part thereof by
Owner, nor any act of acceptance by Owner nor any failure
to do so, nor the issuance of a notice of acceptability
by Engineer pursuant to paragraph O.12, nor any
correction of defective work by Owner shall constitute an
acceptance of Work not in accordance with the Contract
Documents or a release of Contractor's obligation to
77 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
!1
Paragraph O.13 continued
perform the Work in accordance with the Contract
Documents (except as provided in paragraph O.14).
14. Waiver of Claims
The making and acceptance of final payment shall
constitute:
a. A waiver of all claims by Owner against Contractor,
except claims arising from unsettled Liens, from
defective Work appearing after final observation
pursuant to paragraph O.10 or from failure to comply
with the Contract Documents or the terms of any
special guarantees specified therein; however, it
will not constitute a waiver by Owner of any rights
in respect of Contractor's continuing obligations
under the Contract Documents.
b. A waiver of all claims by Contractor against Owner
other than those previously made in writing and still
unsettled.
General Conditions 78
City of Fayetteville
Sanitary Sewer Improvements
I
I
I
n
U
I
I
I
I
[1
I
I
I
I
I
I
I
Suspension of Work and Termination
1. Owner May Suspend Work
a. Owner may, at any time and without cause, suspend the
work or any portion thereof for a period of not more
than ninety (90) days by notice in writing to
Contractor and Engineer which shall fix the date on
which work shall be resumed. Contractor shall resume
the work on the date so fixed. Contractor may be
allowed an increase in the Contract Price or an
extension of the Contract Time, or both, directly
attributable to any suspension if he makes a claim
therefor as provided in paragraphs L and M.
b. Owner may suspend work upon occurrence of any one or
more of the following events:
(1) If Contractor fails to supply a qualified
superintendent, sufficient skilled workmen,
subcontractors, or suitable materials or
equipment.
(2) If Contractor repeatedly fails to make prompt
payments to subcontractors or for labor,
materials, or equipment.
(3) If Contractor disregards Laws and Regulations,
of any public body having jurisdiction.
(4) If Contractor otherwise violates in any
substantial way any provisions of the Contract
Documents the Owner shall have authority to
suspend the Work wholly or in part, for such
period of time as he may deem necessary, because
of conditions unfavorable for the prosecution of
the Work, or to conditions which in his opinion
warrant such action, or for such time as is
necessary by reason of failure on the part of
the Contractor to carry out orders given, or to
perform any or all provisions of the Contract.
No additional compensation will be paid the
Contractor because of any costs caused by such
suspension, except when the suspension is
ordered for reasons not resulting from any act
or omission on the part of the Contractor.
79 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
J
I
Paragraph P.1 continued
c. If it becomes necessary to suspend work for an
indefinite period of time, the Contractor shall store
all materials in such manner that they will not
obstruct or impede the traveling public unnecessarily
or become damaged in any way, take every precaution
to prevent damage or deterioration of the Work
performed, provide suitable drainage of the roadway,
and erect temporary structures where necessary. The
Contractor shall not suspend work without written ,
authority from the Owner.
2. Owner May Terminate
a. Upon the occurrence of any one or more of the '
following events:
(1) If Contractor commences a voluntary case under 1
any chapter of the Bankruptcy Code (Title 11,
United States Code), as now or hereafter in
effect, or if Contractor takes any equivalent or
similar action by filing a petition or otherwise
under any other federal or state law in effect
at such time relating to the bankruptcy or
insolvency;
(2) If a petition is filed against Contractor under
any chapter of the Bankruptcy Code as now or
hereafter in effect at the time of filing, or if
a petition is filed seeking any such equivalent
or similar relief against Contractor under any
other federal or state law in effect at the time
relating to bankruptcy or insolvency;
(3) If Contractor makes a general assignment for the !
benefit of creditors;
(4) If a -trustee, receiver, custodian or agent of '
Contractor is appointed under applicable law or
under contract, whose appointment or authority
to take charge of property of Contractor is for
the purpose of enforcing a Lien against such
property or for the purpose of general
administration of such property for the benefit
of Contractor's creditors;
(5) If Contractor admits in writing an inability to
pay its debts generally as they become due;
General Conditions 80
City of Fayetteville
Sanitary Sewer Improvements
I
I
Paragraph P.2.a continued
I
I
I
Li
I
I
I
L
I
Ti
I
Li
I
I
I
(6) If Contractor persistently fails to perform the
Work in accordance with the Contract Documents
(including, but not limited to, failure to
supply sufficient skilled workers or suitable
materials or equipment or failure to adhere to
the progress schedule established under
paragraph C.7 as revised from time to time);
(7) If Contractor disregards Laws or Regulations of
any public body having jurisdiction;
(8) If Contractor disregards the authority of
Engineer; or
(9) If Contractor otherwise violated in any
substantial way any provisions of the Contract
Documents.
b. Owner may after giving Contractor (and the surety, if
there be one) fourteen (14) days' written notice and -
to the extent permitted by Laws and Regulations,
terminate the services of Contractor, exclude
Contractor from the site and take possession of the
work and of all Contractor's tools, appliances,
construction equipment and machinery at the site and
use the same to the full extent they could be used by
Contractor (without liability to Contractor for
trespass or conversion), incorporate in the work all
materials and equipment stored at the site or for
which Owner has paid Contractor but which are stored
elsewhere, and finish the work as Owner may deem
expedient. In such case, Contractor shall not be
entitled to receive any further payment until the
work is finished. If the unpaid balance of the
Contract Price exceeds the direct, indirect and
consequential costs of completing the Work,
(including, but not limited to, fees and charges of
engineers, architects, attorneys and other
professionals and court and arbitration costs) such
excess will be paid to Contractor. If such costs
exceed such unpaid balance, Contractor shall pay the
difference to Owner. Such costs incurred by Owner
will be reviewed by Engineer and incorporated in a
Change Order, but when exercising any rights or
remedies under this paragraph Owner shall not be
required to obtain the lowest figure for the work
performed.
81 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
Paragraph P.2 continued
c. Where Contractor's services have been so terminated '
by Owner, the termination shall not affect any rights
or remedies of Owner against Contractor then existing
or which may thereafter accrue. Any retention or
payment of moneys due Contractor by Owner will not
release Contractor from liability.
d. Upon fourteen (14) days' written notice to Contractor
and Engineer, Owner may, without cause and without
prejudice to any other right or remedy, elect to
abandon the work and terminate the Agreement. In
such case, Contractor shall be paid for all Work
executed and any expense sustained plus reasonable
termination expenses, which will include, but not be
limited to, direct, indirect and consequential costs
(including, but not limited to, fees and charges of
engineers, architects, attorneys and other
professionals and court and arbitration costs).
3. Contractor May Stop Work or Terminate - U
If, through no act or fault of Contractor, the work is
suspended for a period of more than ninety (90) days by
Owner or under an order of court or other public
authority, or Engineer fails to act on any payment
request within thirty (30) days after it is submitted, or
• Owner fails for thirty (30) days to pay Contractor any
sum finally determined to be due, then Contractor may,
• upon fourteen days' written notice to Owner and Engineer,
terminate the Agreement and recover from Owner payment
for all work executed and any expense sustained plus
reasonable termination expenses. In addition and in lieu
of terminating the Agreement, if Engineer has failed to
act on an Application for Payment or Owner has failed to
make any payment as aforesaid, Contractor may upon
fourteen (14) days' notice to Owner and Engineer stop the
work until payment of all amounts then due. The
provisions of this paragraph shall not relieve Contractor
of his obligations under paragraph G.15 to carry on the
Work in accordance with the progress schedule and without
delay during disputes and disagreements with Owner.
I
II
General Conditions 82
City of Fayetteville
Sanitary Sewer Improvements
Q
I
I
I
I
I
1
I
I
1
1
Arbitration
1. Claims, disputes and other matters in question between
Owner and contractor arising out of, or relating to the
Contract Documents or the breach thereof (except for
claims which have been waived by the making or acceptance
of final payment as provided by paragraph 0.14) may be
• decided by arbitration in accordance with the
Construction Industry Arbitration Rules of the American
Arbitration Association then obtaining subject to the
limitations of this Paragraph Q. The Owner and
Contractor must jointly agree to have specific claims,
disputes and other matters in question to be settled by
arbitration. Arbitration entered into in accordance
herewith as provided in this Paragraph Q will be
specifically enforceable under the prevailing arbitration
law of any court having jurisdiction.
No request for arbitration of any claim, dispute or other
matter that is required to be referred to Engineer
initially for decision in accordance with paragraph 3.9
will be made until the earlier of (a) the date on which
Engineer has rendered a decision or (b) the tenth (10th)
day after the parties have presented their evidence in
writing to Engineer if a written decision has not been
rendered by Engineer before that date. No request for
arbitration of any such claim, dispute, or other matter
shall be made later than thirty (30) days after the date
on which Engineer has rendered a written decision in
respect thereof in accordance with paragraph J.9; and the
failure to request arbitration within said thirty (30)
days period shall result in Engineer's decision being
final and binding upon Owner and Contractor. If Engineer
renders a decision after arbitration proceedings have
been initiated, such decision may be entered as evidence
but shall not supersede the arbitration proceedings,
except where the decision is acceptable to the parties
concerned. No request for arbitration of any written
decision of Engineer rendered in accordance with
paragraph 3.9 will be made later than ten (10) days after
the party making such demand has delivered written notice
of intention to appeal as provided in paragraph J.9.
Notice of the request for arbitration shall be filed in
writing with the other party to the Agreement and with
the American Arbitration Association, and a copy shall be
sent to Engineer. The request for arbitration will be
made within the 30 day or 10 day period specified in
paragraph Q.2 as applicable, and in all other cases
within a reasonable time after the
83 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
Paragraph Q.3 continued
claim, dispute or other matter in question has arisen,
and in no event shall any such request be made after
institution of legal or equitable proceedings based on
such claim, dispute or other matter in question would be
barred by the applicable statute of limitations.
4. No arbitration arising out of or relating to the Contract
Documents shall include by consolidation, joinder or in
any other manner any other person or entity (including
Engineer, Engineer's agents, employees or consultants)
who is not a party to this Contract unless:
a. The inclusion of such other person or entity is
necessary if complete relief is to be afforded among
those who are already parties to the arbitration.
b. Such other person or entity is substantially involved
in a question of law or fact which is common to those
who are already parties to the arbitration and which
will arise in such proceedings. I
c. The written consent of the other person or entity
sought to be included and of Owner and Contractor has
been obtained for such inclusion, which consent shall
make specific reference to this paragraph; but no
such consent shall constitute consent to arbitration
of any dispute not specifically described in such
consent or to arbitration with any party not
specifically identified in such consent.
5. The award rendered by the arbitrators will be final, ,
judgment may be entered upon it in any court having
jurisdiction thereof, and will not be subject to
modification or appeal except to the extent permitted by
Sections 10 and 11 of the Federal Arbitration Act (9
U.S.C. Sections 10, 11).
1
I
I
General Conditions 84 '
City of Fayetteville
Sanitary Sewer Improvements
R. Liquidated Damages or Actual Damages for Delay
1. General
Time is of the essence of this Contract, liquidated
damages or actual damages for delay will be assessed
against the Contractor for failure to complete the work
' within the time(s) specified in these Contract Documents.
2. Liquidated Damages
Should the Contractor fail to complete the work, or any
part thereof, in the time stipulated in the Contract or
within such extra time as may have been allowed for
unavoidable delays by extensions granted as provided in
Paragraph M, the Contractor shall reimburse the Owner for
the additional expense and damage for each calendar day,
' Sundays and legal holidays included, that the Contract
remains uncompleted after the Contract completion date.
It, is agreed that the amount of such additional expense
and damage incurred by reason of failure to complete the "
work is the per -diem rate stipulated in the Bid. The
said amounts are hereby agreed upon as liquidated damages
for the loss to the Owner on account of expense due to
1 the employment of Engineers, inspectors, construction
reviewers, and other employees after the expiration of
the time of completion, and if applicable, expenses
' incurred by the Owner as a result of the impact of the
Contractor on other contractors under this project or
other contracts, and on account of the value of the
operation of the works dependent thereon. It is
expressly understood and agreed that this amount is not
to be considered in the nature of a penalty, but as
liquidated damages, which have accrued against the
I Contractor. The Owner shall have the right to deduct
such damages from any amount due, or that may become due
the Contractor, or the amount of such damages shall be
due and collectible from the Contractor or his Surety.
3. Actual Damages for Delay
Failure to meet the Contract Completion Date(s) by the
Contractor will subject the Contractor to liability for
all damages suffered by the Owner. Damages that might
accrue to the Owner include, but are not limited to, the
additional costs for project inspection by others,
construction review by RJN Group, Inc. the Owner's
project administration and overhead, the Engineer's
project administration and overhead, loss of revenue from
the completed facility, delay or impact damages from
other Contractors on this Contract or other Contractors
on other Contracts resulting from the delay, rental costs
incurred by the Owner as a result of delay in completion
85 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
El
Paragraph R.3 continued
of this Contract, value and use loss arising from this
delay, and all legal costs associated with administration
of this General Condition or with any litigation arising
out of this General Condition. The Owner may, without
prejudice to any other remedies that may be available,
withhold from any monies due, or which may become due the
Contractor, all damages sustained or which may be
sustained in accordance with this paragraph R.3. The
rights and remedies of the Owner provided inn this
paragraph R.3 are in addition to any other remedies
provided by law or under this Contract.
4. Liquidate Damages will be assessed in accordance with
Paragraph R.5 for each calendar day beyond the dates
stipulated below:
a. For each calendar day beyond the Contractual Date of
Substantial Completion until the date when
Substantial Completion is achieved.
b. For each calendar day beyond the Contractual Date of
Final Completion or 30 calendar days after the actual
date of Substantial Completion, whichever is later,
until the date when Final Completion is achieved.
5. Liquidate damages will be assessed as follows:
Final Amount of Contract
Liquidated Damages
Per Day
Less than $1,000,000 $1,000
1,000,000 and less than 3,000,000 2,000
3,000,000 and less than 5,000,000 3,000
5,000,000 and less than 10,000,000 4,000
10,000,000 and over 5,000
General Conditions 86
City of Fayetteville
Sanitary Sewer Improvements
I
I
I
I
I
I
I
I
I
I
L
S. Excess Engineering Costs
1. General
Excess engineering costs shall be applicable only during
the Contract Time provided in the Agreement.
' 2. Overtime
a. The Owner shall charge to Contractor for all
engineering and construction observation expenses
incurred by Owner in connection with any overtime
work. For any such overtime during the regular
specified Contract Time beyond the regular eight hour
' day and for any time worked on Saturday, Sunday, or
holidays, the charges for such personnel will be as
provided in the Schedule of Charges below.
b. These charges for excess engineering will be deducted
from the Contractor's monthly payment request.
C. Schedule of Charges to be as follows for all
engineering and construction observation expenses
incurred by the Owner in connection with any overtime
work.
Personnel Hourly Rate
' Project Manager $ 105.00
Resident Engineer 75.00
Resident Project Representative 60.00
d. The Contractor shall not work over a 10 -hour day
without written permission from the Owner.
e. The Engineer shall determine when observation of
construction adtivities beyond the regular eight -hour
day is required.
ii
I
1
I. 87 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
1
LI
T. Miscellaneous
1. Giving Notice
Whenever any provision of the Contract Documents requires
the giving of written notice it shall be deemed to have
been validly given if delivered in person to the
individual or to a member of the firm or to an officer of
the corporation for whom it is intended, or if delivered
at or sent by registered or certified mail, postage
prepaid, to the last business address known to the giver
of the notice.
2. Computation of Time I
a. When any period of time is referred to in the
Contract Documents by days, it will be computed to
exclude the first and include the last day of such
period. If the last day of any such period falls on
a Saturday or Sunday or on a day made a legal holiday
by the law of the applicable jurisdiction, such day
shall be omitted from the computation.
b. A calendar day of twenty-four (24) hours measured
from midnight to the next midnight shall constitute a
day.
3. General ,
a. Should Owner or Contractor suffer injury or damage to
his person or property because of any error, omission
or act of the other party of any of the other party's
employees or agents or others for whose acts the
other party is legally liable, claim will be made in
writing to the other party within a reasonable time
of the first observance of such injury or damage.
The provisions of this paragraph T.3.a shall not be
construed as a substitute for or a waiver of the
provisions of any applicable statute of limitations
or repose.
b. The duties and obligations imposed by these General
Conditions and the rights and remedies available
hereunder to the parties hereto, and, in particular
but without limitation, the warranties, guarantees
and obligations imposed upon Contractor by paragraph
G.16.a, N.1, N.7, N.9, O.6, P.2.a and all of the
rights and remedies available to Owner and Engineer
thereunder, shall be in addition to, and shall not be
construed in any way as a limitation of, any rights
and remedies available to any or all of them which
are otherwise imposed or available to any or all of
General Conditions 88
City of Fayetteville
Sanitary Sewer Improvements
C1
Paragraph T continued
' them by Laws or Regulations, by special warranty or
guarantee or by other provisions of the Contract
Documents, and the provisions of this paragraph shall
be as effective as if repeated specifically in the
Contract Documents in connection with each particular
duty, obligation, right and remedy to which they
apply. All representations, warranties and
guarantees made in the Contract Documents shall
survive final payment and termination or completion
of this Agreement.
L
I
I
U
I
Li
[J
I
I
Ii
I
END OF THIS SECTION
89 General Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
r
I
1
I
r
1
I
1
1
I
r
r
I.
1
1
1 SUPPLEMENTARY CONDITIONS
SECTION Cl
1
1
1
1
1
1
I
SUPPLEMENTARY CONDITIONS
General
These Supplementary Conditions amend or supplement the
General Conditions of the Contract and other provisions of
the Contract Documents as indicated below. Provisions which
are not so amended or supplemented remain in full force and
effect.
Paragraph E.1: Availability of Lands
Add the following sentence to the end of paragraph E.l:
Contractor shall confine all construction activities
within the easements indicated on the plans.
Paragraph F.1: Performance and Other Bonds
Revise paragraph d to read as follows:
All Bonds shall be in the forms prescribed by law or
regulation or by the Contract Documents and be executed by
such sureties as are named in the current list of "Companies
Holding Certificates of Authority as Acceptable Sureties on
Federal Bonds and as Acceptable Reinsuring Companies" as
published in Circular 570 (amended) by the Audit Staff Bureau
of Accounts, U.S. Treasury Department. Bonds shall have an
"A" rating or better. All bonds signed by an agent must be
accompanied by a certified copy of the authority to act.
Add the following new paragraphs as part of paragraph F.1:
e. Bonds meeting the requirements of Arkansas Highway and
Transportation Department are required for all work
performed within their rights -of -way.
Paragraph F: Bonds and Insurance
Add the following paragraph to Paragraph F:
7. Insurance Rating
All
insurance
contracts must maintain a Best's
Rating of
A:
Class VI
or better.
C1-1 Supplementary Conditions
City of Fayetteville
Sanitary Sewer Improvements
I
Modify the heading and first sentence of Paragraph N.7. as
follows:
Two Year Correction Period '
If within two years after the date of Substantial Completion
or such longer period of time as may be prescribed by Laws or
Regulations by the terms of any applicable special guarantee
required by the Contract Documents or by any specific
provision of the Contract Documents, any work is found to be
defective, Contractor shall promptly, without cost to Owner
and in accordance with Owner's written instructions, either
correct such defective work, or, if it has been rejected by
Owner, remove it from the site and replace it with '
nondefective work.
F. Paragraph 0.2.a: Application for Progress Payments
Delete paragraph 0.2.a and substitute the following new
paragraph: '
a. The Contractor, together with a representative of the
Engineer, shall make an estimate of the value of the work
performed ten days prior to a specified date each month
in accordance with this Contract. The payment due date
shall be determined at the preconstruction meeting.
G. Paragraph 0.8: Substantial Completion
Add the following new paragraph as part of paragraph 0.8: ,
0.8.c. Substantial completion is defined as all excavation,
material, labor, bedding, backfill, coating,
grouting, final restoration, and testing required to
complete the work as defined in the Contract
documents. Individual job numbers will be considered
for substantial completion.
H. Paragraph A.17: Engineer 1
Delete paragraph A.17 and substitute the following new
-paragraph: I
17. Engineer - The firms of RUIN Group Inc., Consulting
Engineers, Dallas, Texas and McClelland Consulting
Engineers, Inc., Fayetteville, Arkansas, acting through
their authorized representatives.
1
Supplementary Conditions C1-2 ,
City of Fayetteville
Sewer System Improvements
' K
I
Paragraph E.2.a.
Delete paragraph E.2.a and substitute the following new
paragraph:
a. No reports of explorations and tests of subsurface
conditions at the site are available.
Delete paragraph 0.9 of the General Conditions.
Delete paragraph 0.2.d. and substitute the following new
paragraph:
d. Applications for payment shall be signed by the Engineer
and approved by the Owner, and after such approval, the
Owner, subject to the foregoing provisions, will pay or
cause to be paid an amount equal to the estimated value
of the work performed less a retained amount of ten (10)
percent until Final Acceptance by the Owner.
The City of Fayetteville has Tort Immunity under Arkansas
Law. Nothing in these contract documents shall be construed
or interpreted as the City waiving that Tort Immunity.
END OF SUPPLEMENTARY CONDITIONS
C1-3 Supplementary Conditions
City of Fayetteville
Sanitary Sewer Improvements
El
J
I
I
I
I
[]
I
I
I
[]
I
I
I
I
CONSTRUCTION FORMS
SECTION D
I
U
JOB
U
CN
U
SUBM.
NO.
U
NO.
SH.
U
PREV.
SUBM.
NO.
DIV
U
SPECIFICATION
SECT
- - --
-
SUBMITTAL RECORD
' RE:
SUBMIT TO: RJN GROUP, INC.
' SUBMITTED BY
ACTION
TAKEN
w
o =1
w
3 5 w O
j N a) Q
W <n w (n x Z
w ¢
' r U W Q y 11
W w
Q Ui 0 a
ODU w Z OO Imo'
1 O
N /n LU 0 w
Q Q< w Q p (13i
N /n z g a
Z Z U) w D_
K 0_ Vl -D 0
CONTRACTOR
PROJECT NO: FILE NO.
RJN GROUP, INC.
CONTRACT DRAWINGS NOS.
TEL.
A B
QUANTITY
ROUTING
DATE SENT
DATE RECEIVED
SEPIA
PRINT
DATA
MS
EM
,7
7
7
w Z DWG. NO. DATED I SUPPLIER
w
'
LL U O EL _ N
DISTRIBUTION BY
FILE COPY (I) SUBCONTRACTOR (1)
BY
1 DISTRIBUTION BY RJN GROL
RJN/FIELD
FILE COPY (I)
RJN! (I)
BY
EMARKS
DESCRIPTION
THESE ARE SUBMITTED AS CHECKED BELOW:
C FOR REVIEW Q RETURN COR RE C IEO PRINT
O FOR .OUR USE
p AS REOUESIED
FOR INf OR A ATION
C
BY
CONTRACTORS AUTHORIZED REPRESENTATIVE
' z
z
0
' O
a
w
04
' z
1 a
x 0
W 0
z w
0 W
o
o w
z a
z
F
U
w
W 0
o a
z
a
F
0
w
a
HO
z
0 0
Ew
E
z
ww�
Uxarn
v
W O
au
w
Q
z
0
cilia:—
Q
Q
C
E
z 0
0
O
0
a
OF
a
oz�
0
z
[U�
z0�
0
N
HO
U
a
a "
F v
z E
0
OF
zZ°
0
a
H �
F
H
0
U
z
0
H
a-,
1-1(1
U
U]
Q
N O
Fzr1
H
I
CD
F w
zE"
ww^
O)
aa
w�v
0, o
w
0
Q
z
0
W E
^
FC]�
O
a
F
O
0
w
z
a
OF^
Hr -
Os
o
z
F
U
FlO.
zu
0
w
FlU
UH
a�
z F
O
OH
0o
ua
x
F
]
�
zH M
� v
a
z
z
0
0
u
aN
a
U
0
H
H z
11
I
I
I
L
I
I
I
Li
I
I
I
L
I
I
I
z
E
U
w h
O Ox
a
z
a
0
w
E
Co
w
z
z
O4
O4
0
F
w
w
a
zzo
F
F
z
0
o
U
U
It!
o
H
z
U
F
O
z
a
U
r1
W
F
o
w
a
0
0
H
H
W
a
E
4
0
0
c
cn
E
H
Cl)
z
w
c
Co
o
0
0
z
E^
cn
C
a'
F
H
p
F,
Ill
w
0
H
w
�
Ca
w
H
0
0
H
04
U
Q
I
I
U
z ,
ro
u0 ro v � m C C
• m O•ri mu mu roUmro
uOC tO7 uO mm7Siro
N Ya O N u E O u u n O
N N
p m ro-ri O u w tr,Cro 0-rl a,
ro C si ro O r m )d y)
roUCm0 ri m a)Um 0
rmm .Cyrt mu rix ca
' m H +n yr yr v�yr v}+n +n X.0 w
E U m 0 w rC i
w a) a) m ri U o, C si si C ro a
H u m U E ro 0 m
yi C ro
g ua)Oro U .C.riCWCu .
E>, v ro w •rii E li
Z rt .C U] L O rn U O N E O N
' W tr' °' H `° O Su -J . . . . . . a) ?mi v .C Sw-1
W w
. ri a ) U m ,u' o JJ p a)U
w mUWZ a)° ` 'DO QWCLV
' �r4uO) .co . . . . . . uuu w mroC
q 7 0 m m "° mro W Um u N U
-r1t4 ?4 q -1 4-J .rl 1 H O •-� C .la m
N _ S-1 S -I a) am . . . . . . . . It u m LI
El
m a) Oro .r tr) O m z -r✓ O a) u
a EaUC 4J4J mw w J)iE> r w
Ua iw ma)mm0
xC s
JmJmm a)ro wWO c7 •CroO .CU
ri. N b b O,m H " E.C a) C a
,.i uriu u ro a)u E, ro uu O
• ,H 7 ma) .C C •• •• ,a C ro m -ri a
mwwC uu muv w q mCtEu OW
o m mm i E w a ro C-r1u
4) Ca) E r •C C m F F z z _ m u C
q r6 3 u .4'O yJ .ri N FC H U 'DV m SJ Z
.C u vu a) . -� -ri Ca F U u m u W m H
' m u rov a)m . '
w0 roEC m
H 'Dfl S4 m El
(13.0.. O >, a) - .,Ei 0 0 m O �C
ow . C a m o )-I a u w U O U O
o wC U •
�° . C az w a) mro rn
' t E ror u v i v u 0 i a m -O
m •rri
r m >, a) si a
U m m O .0 r0 m IC ro u.r W U a) C U
H ri O a) [. L .rj O a o w
J mro rro u m it F ro aw a a
a- N v • N O . b u E 3 0 w O020
-m N
z v a"iu ua •Uro •C • U'ao 0 � 0IJClsJ
m> r aU a) C �s4 a
o • � wEu m° oc °a'ro El aCECO z
W p 0 C 'rr . ro 4 . C m ro W m a) a) -ri
x ro 0 ro m a) -r E a) �4 .,i E u aJ 0
E., ro a) C U tr) O .HHO O k7 •C a) m ro .C
Um r•ri .-r1>,°)C mu El "mmro�
' p mwroo¢foaa)) mr-+ma) carom F rUu Cw ro m
m a)-rivoa a�jmF= C m omro iO v E
W 01 a) E u u ri ri a) C .r1 a) U ro -rI
p ro p U m ri a) v tr).� m v m ri p, -H w u 'H C m C U
SCi ro w 4JJ C m m> a) -rl al m N H •'1
� N .� E v
' H H
to
r N JJ S-1 u m al W (j) a) u r -4H 0 m �J 4J H •rl E
O OQ, G a4) o 0
m 0) ri P'.� o E 0 C w > O aa) `r♦° -
El ,C C 0 3 J-' u ro u u flu u m C ; O 0 m 'C a '�
' w >'.0 W of r"ab ¢,a a a)mro w ui ro m ro o JJ a)
u Emorm,r 0 woa0WO ,iriro muE C
rrmuu••EromEt0JE um.ri H 0 ro v
0 imro mrom va)m mr� )4-rlm a)uror
mmr •-mv r umro a))+a i oCm
u •rl r' O 0 ri > H ''i r-4ri r m -rl ri U m m $J m m 0 it 0
m �4 004 J..) •rl m m m m: a) m yJ C 1: U 1J m JJ u a )i
a)mxm a) a) a)uuuu0UCJ'u yimm u JJxEm z w
U O a) O O E % -H 0 v E a) m C 1J N H ro
m 0 )i a)u mFaFFrs W.7F .C p a) -H O O a) a) C
al E 3)i .C 4 u- a u U 3 u,C - It U
0 k a) 0 (134-) u a
urori
U C C m A U ro a)w MI. 7 0> F u.ria)ri m D ro
CH m-ri al wpm U m drip m 0 m 0)
Omen® a)roa) m.C FC wLm4a) a > C
J: a) � A H H a' H .W 1.1 iJ Fes,' 0 0 -a
F-• ' .C
mow ui; z r-ImmJJm z n 0(13 O .
O4rm w;o uu ro OJ4JJ'C.J•su a a +'
3 u O O 0 U -rt ,C
CHANGE ORDER
SHEET OF
CHANGE
ORDER NO.
OWNER:
PROJECT NAME:
LOCATION:
CONTRACTOR:
PROJECT NO.
DATE:
I. DESCRIPTION OF CHANGES INVOLVED:
The following changes are hereby made to the Contract Documents:
***For each item, describe the change, the reason for the change,
and indicate the adjustment to the Contract Price and the
Contract Time.***
1 Change Order
City of Fayetteville
Sanitary Sewer Improvements
SHEET OF
CHANGE
ORDER NO.
II. CHANGE ORDER CONDITIONS:
1. Any additional work to be performed under this Change Order
shall be carried out in compliance with the Specifications
included in the preceding Description of Changes involved,
with the supplemental Contract Drawings designated as
, and under the provisions of the Original
Contract, including compliance with applicable Equipment
Specifications, General Specifications, and Project
Specifications for the same type of work.
2. This Change Order unless otherwise provided herein does not
relieve the Contractor from strict compliance with the
guarantee provisions of the Original Contract, particularly
with those pertaining to performance and operation of
equipment.
3. Contractor agrees there will be no additional extensions of
contract time and no additional increase in Contract Price
granted for this Change Order or any previous Change Orders.
4. The Contractor expressly agrees that he will place under
coverage of his Performance, Labor and Material, and
Maintenance Bonds and Contractor's Insurance all Work covered
by this Change Order. The Contractor will furnish to the owner
evidence of increased coverage of his Performance, Labor and
Material, and Maintenance Bonds for the accrued value of all
Change orders which exceeds the original Contract Price by
twenty percent (20%).
III. ADJUSTMENTS IN CONTRACT TIME
1. Final Completion Date
of Original Contract
2. Net change due to all
previous Change Order
3. Final Completion Date not including
this Change Order No. _ . . . . . .
4. Addition to Contract Time due
this Change Order No. _
a. Avoidable Delay Extension. . . .
b. Unavoidable Delay Extension. . .
5. Final Completion Date including
this Change Order No. __ . . . . . .
Days
Days
Days
1
1
1
1
1
Change Order 2
City of Fayetteville
Sanitary Sewer Improvements
I
SHEET OF
1 CHANGE
ORDER NO.
IV. ADJUSTMENTS IN AMOUNT OF CONTRACT:
1 1. Amount of Original Contract $
2. Net (Addition) (Reduction) due to all previous Change Orders
1 Nos. to $
3. Amount of Contract not
including this Change Order $
1 4. (Addition) (Reduction to
Contract due to this Change
Order $
5. Amount of Contract including
this Change Order $
RECOMMENDED FOR ( )
1• ACCEPTANCE: Date
(For RAIN Group, Inc.)
ACCEPTED: CONTRACTOR:
1 By: ( >
Signature of Authorized Representative Date
OWNER:
1 By: ( )
Signature of Authorized Representative Date
11
Ii
1 Change Order
City of Fayetteville
1 3 Sanitary Sewer Improvements
I
I
1J
I
I
I
I
I
*** Date ***
*** CITY LETTERHEAD ***
Dear Resident:
In a continuing program to maintain and upgrade the City sewer
systems, several sewer projects are scheduled this year,
including Sanitary Sewer Manhole Rehabilitation.
A *** Cost *** dollar renovation project, will be underway for
the next 210 Calendar Days. This project will include
eliminating many sources of stormwater entering the sanitary
sewer system from defects in the sanitary sewer system.
Work on this project is scheduled to begin during *** Name of
Week and Month ***. The Contractor *** Name of Contractor *** of
*** Name of City and State *** and our consulting engineers,
RJN Group, Inc. have successfully completed similar projects in
Fayetteville.
A very important concern of the City on a project of this type is
the restoration of streets. Restoration work will be completed
on a timely basis once construction is completed in an area.
' If you have any questions about this project, please contact ***
Name of Resident Engineer ***, RJN Group, Inc. at their
construction office *** Telephone Number of Construction Office
***
Sincerely,
' City of Fayetteville, AR
I
I
I
I
I
I
I
11
I
I
I
I
[1
:]
I
I
I
I
I
I
LI
H
DIVISION 1- GENERAL REQUIREMENTS
SECTION D1
I
TABLE OF CONTENTS
FOR
PART D -SPECIAL CONDITIONS
DIVISION 1
GENERAL REQUIREMENTS
Section
Subject
D1-1
SUMMARY OF WORK
D1-2
CUTTING AND PATCHING
D1-3
SUBMITTALS
D1-4
MATERIAL AND PERFORMANCE TESTING
D1-5
CONTROL OF CONSTRUCTION SITE
D1-6
MEASUREMENT AND PAYMENT
D1-7
MANHOLE TESTING
D1-8
TRENCH SAFETY SYSTEM
I
1
A
1
I.
I
1
I.
1
I.
Dl -1 SUMMARY OF WORK
General
1. The Plans, Special Conditions and Provisions Documents,
and the rules, regulations, requirements, instructions,
drawings or details referred to by manufacturer's name,
number or identification included therein as specifying;
referring or implying product control, performance,
quality, or other shall be binding upon the Contractor.
The specifications and drawings shall be considered
cooperative; therefore, work or material called for by
one and not shown or mentioned in the other shall be
accomplished or furnished in a faithful manner as though
required by all. Section H of these specifications is
made a part of the Contract.
The order of precedence in case of conflicts or
discrepancies between various parts of the Contract
Documents subject to the ruling of the Engineer shall
generally, but not necessarily, follow the guidelines
listed below:
1. Plans
2. Contract Documents
3. City of Fayetteville, Arkansas Engineering.
Department Specifications
4. Arkansas State Highway and Transportation
Department Specifications
The following special conditions shall be applicable to
this project and shall be given over any conflicts with
the Contract Documents under the provisions stated
above.
2. Work Covered By Contract
The work to be performed is generally
Invitation to Bid and indicated in the
Documents. The manhole rehabilitation
completed under this contract shall be
Manhole Rehabilitation Schedule and as
Contract Documents.
3. Contractor's Duties
described in the
Contract
work to be
as indicated on
described in the
a. Except as specifically noted, provide and pay for:
1) Labor, materials, and equipment.
2) Tools, construction equipment, and machinery.
3) Samples, shipping costs, and tests.
Dl -1(l) City of Fayetteville
Sewer System Improvements
4) Necessary utilities, such as water supply,
electrical power, telephones, roads, fences, and
sanitary facilities, including maintenance
thereof.
5) Other facilities and services necessary for
proper execution and completion of work.
b. Perform all the work described in these General
Requirements except where specifically indicated to
be done by others.
c. Pay legally required patent fees, sales, consumer
and use taxes.
d. Secure and pay for legally required permits,
licenses, and government fees.
e. Give required notices.
f. Employ workmen and foremen with
knowledge, skill, and experience
assigned to them.
I
I
I
L
I
sufficient '
to perform the work
g. Comply with codes, laws, ordinances, rules,
regulations, orders, and other legal requirements of
public authorities bearing on the conduct of the
work.
h. Submit written notice to Owner's Representative of
observed variance of Contract Documents from legal
requirements. Any necessary changes will be
adjusted as provided in the Contract for changes in
the work.
i. Enforce discipline and good order among Contractor
and subcontractor employees. Any person employed by
Contractor or subcontractors who does not perform
his work in a skillful manner, is incompetent, or
acts in a disorderly or intemperate manner shall, at
the written request of Owner, be removed from the
project immediately and shall not be employed in any
portion of the work without the approval of Owner.
j. Provide at all times facilities for access and
inspection of the work by representatives of Owner
and by official governmental agencies designated by
Owner as having the right to inspect the work.
k. Cooperate with other contractors who may be
performing work of Owner, and with Owner's employees
working in the vicinity of the work done under the
Contract.
1. Submit shop drawings on all materials and equipment
to be installed on the project.
City of Fayetteville Dl -l(2)
Sewer System Improvements
L_
I
I
C
I
Li
H
H
I
I
I
m. The labor classification and minimum wage rates
herein were established pursuant to the Arkansas
Prevailing Wage Law and shall govern on all work
performed by the contractor or any sub -contractor on
the site of the project covered by these contract
documents. At a minimum, the prevailing hourly rate
of wages following shall be paid to all workers
performing work under the contract. The scale of
' wages shall be posted by the contractor in a
prominent and easily accessible place at the work
site.
' 4. Contractor's Use of Premises
a. Confine operations at site to areas permitted by
law, ordinances, permits, and the Contract
Documents.
b. Do not load or permit any part of a structure to be
'
subjected to any force that will endanger its
safety.
' c. Comply with and enforce Owner's instructions
regarding signs, advertisements, fires, and smoke.
d. Assume responsibility for protection and safekeeping
of products stored on premises.
e. Do not discharge smoke, dust, or other contaminants
' into the atmosphere, or fluids or materials into any
waterway as will violate regulations of any legally
constituted authority.
' f. Move stored products which interfere with the
operations of Owner or other Contractors.
g. Obtain and pay for additional storage or work areas
needed for operations.
h. No alcohol shall be consumed on the site.
i. Existing Manhole Steps
The steps of the existing manholes can not be
guaranteed for safety, therefore, Contractor shall
provide all necessary equipment to assure safe
I. access and a safe working environment inside the
manhole.
5. Existing Facilities
a. The existing facilities will be in continuous
' operation during the construction period.
b. Plan and conduct construction operations to avoid
disturbing existing structures, piping, equipment,
' D1-1(3) City of Fayetteville
Sewer System Improvements
and services in any manner which will interrupt or
impair operations, except as approved by Owner's
Representative.
c. Submit for approval a construction sequence, and
written explanations of the temporary facilities and
appurtenances intended to be used in maintaining the
uninterrupted operation of the existing sanitary
sewer system and any other affected utilities.
6. Sequence of Construction
a. The Contractor shall contact property owners
48 hours in advance describing the work to be
performed on private property prior to any
construction or rehabilitation work on that
property.
b. Repair items associated with all manhole
rehabilitation shall be performed in the presence of
the Resident Engineer or such work will not be
accepted by Engineer.
c. The Contractor shall schedule the replacement of
manhole frame and covers and frame sealing to
commence within 20 days of the Notice to Proceed.
Manhole frame and covers and frame sealing shall be
performed in an orderly manner so that all manhole
covers and frames and frame sealing is completed in
an area (Basin or Mini System) before moving to
another area (Basin or Mini System) unless
authorization is given by the Engineer or Owner.
d. Excavation work shall be performed in an orderly
manner so that all excavation work is completed in
an area (basin) before moving to another area
(basin) unless authorization is given by the
Engineer or Owner.
e. Prior to final surface restoration, the Contractor
shall insure that all testing has been completed and
reviewed by the Engineer.
f. The Contractor shall submit to the Engineer each
night the next days proposed activities.
g. The Contractor shall submit a weekly schedule on
each Thursday for the next week's construction
activities.
h. A revised monthly progress schedule shall be
submitted with each payment request.
i. The City shall not reimburse the Contractor for any
water used to perform the work as required in the
contract.
I
I
I
l;
I
I
I
I
I
I
I
I
I
I
I
I
City of Fayetteville D1-1(4)
Sewer System Improvements
I
j. The Contractor shall preserve all trees, shrubs,
sprinkler systems, fences, and other property owner
improvements located within the limits of the
construction. The removal and/or replacement of the
said property owner improvements by the Contractor
shall be considered as a non -pay item unless noted
otherwise.
k. All local residents who will be denied access to
' their driveways shall be notified by the Contractor
two (2) working days prior to the closure of their
access.
' 1. All driveways which are open cut shall have at least
a temporary riding surface at the end of each day
and will be considered a non -pay item.
' m. Project signs shall be required in accordance with
the Supplementary Conditions, and shall be
' considered a non -pay item.
n. All cast iron frames and lids from manhole
structures which are required to be removed per the
1
Manhole Repair Work Item Schedule (Section G), shall
be disposed by the Contractor as a non -pay item.
7. Abbreviations
I
I
I
1,
I
I
I
I
The following abbreviations as used in the Contract
Documents have the listed meanings:
A . . . . . . ampere
AASHTO . . . . American Association of State Highway
and Transportation Officials
ACI . . . . . American Concrete Institute
ANSI . . . . . American National Standards Institute
AREA . . . . . American Railroad Engineers Association
ASTM . . . . . American Society for Testing and
Materials
AWWA . . . . . American Water Works Association
Bil
BOD
btu
C
cc .
cf .
cfm
Co .
conc
Corp
CRSI
cu .
cy. .
basic impulse insulation level
biochemical oxygen demand
British Thermal Unit
degrees Celsius
cubic centimeter
cubic foot
cubic feet per minute
Company
concrete
Corporation
Concrete Reinforcing Steel Institute
cubic
cubic yard
D1-1 (5)
City of Fayetteville
Sewer System Improvements
7
F . . . . . . degrees Fahrenheit
FIA . . . . . Factory Insurance Association
FM . . . . . . Factory Mutual
fpm . . . . . feet per minute
fps . . . . . feet per second
ft . . . . . . feet
FS . . . . . . Federal Specifications
g . . . . . . gram
ga . . . . . . gauge
gal . . . . . gallon
gpd . . . . . gallons per day
gpm . . . . . gallons per minute
H -O -A . . . . Hand -off -automatic
h . . . . . . hour
HP . . . . . . horsepower
hz . . . . . . hertz
IEEE . . . . . Institute of Electrical and Electronic '
Engineers
Inc. . . . . . Incorporated
L . . . . . Liter
lb . . . . . . pound
lbs . . . . . pounds '
max . . . . . maximum
min . . . . . minimum
mg/L . . . . . milligrams per liter
mgd . . . . . million gallons per day
mm . . . . . . millimeter
MS . . . . . . Military Specifications
NBBPVI . . . . National Board of Boiler and Pressure
Vessel Inspectors
NBS . . . . . National Bureau of Standards
NEC . . . . . National Electrical Code
NEMA . . . . . National Electrical Manufacturers
Association
NFPA . . . . . National Fire Protection Association
no . . . . . . number
OSHA . . . . . Occupational Safety and Health
Administration
ppm . . . . . parts per million
psf . . . . . pounds per square foot
psi . . . . . pounds per square inch gauge
pvc . . . . . polyvinyl chloride
SDHPT . . . . Texas State Department of Highways and
Public Transportation
sf . . . . . . square feet
sq . . . . . . square
SSPC . . . . . Steel Structural Painting Counsel
sy . . . . . . square yard
City of Fayetteville D1-1(6)
Sewer System Improvements
V . . . . . . volt
UL . . . . . . Underwriters Laboratory
U.S . . . . . United States
END OF SECTION Dl -1
Sanitary Sewer Improvements
Illinois River Watershed
Basin Systems 6, 7, 8, 9, 16,
and White River Watershed
Mini System 9A
Fayetteville, Arkansas
D1-1(7) City of Fayetteville
Sewer System Improvements
I
Dl -2 CUTTING AND PATCHING
■1
A.
I
I
IT
I
I
I
I
I
.1
I
I
I
I
I
I
I
1. Description
a. Cutting and patching shall include the cutting
(including excavation), fitting, or patching
necessary to:
1) Remove and replace defective work.
2) Remove and replace work not conforming to the
Contract Documents.
3) Remove samples of completed work for specified
testing.
4) Install specified work in existing construction.
5) Inspection of covered work.
6) Obtaining samples of completed work for testing.
7) Alteration of completed work.
b. Work performed by another Contractor shall not be
cut or altered without written consent of Owner's
Representative.
2. Submittals
a. Before doing any cutting submit a written notice to
Owner's Representative requesting consent,
including:
1) Description of affected work.
2) Necessity for cutting.
3) Scope of cutting and patching.
4) Trades and. products to be used and extent of
refinishing.
b. Prior to doing cutting and patching identified in
writing by Owner's Representative as additional
work, submit a cost estimate.
c. Notify Owner's Representative when work is to be
performed.
D1-2(1) City of Fayetteville
Sewer System Improvements
I
J
Materials used for replacement of work removed shall comply
with the Specifications for the type of work to be done.
1. Provide shoring, bracing, and support as necessary to
maintain structural integrity of the project and to
conform with all safety requirements established by law
2. Protect adjacent portions of work and existing
facilities from damage due to cutting and patching
operations.
3. Execute excavating and backfilling as specified.
4. Restore work which has been cut or removed. Install new
products to provide completed work meeting all
requirements of the Contract Documents.
S. Refinish entire surfaces as necessary to provide an even
and uniform finish.
ii [Jfl*c4;lra!t
Cutting and patching required to perform the work will not
be measured nor paid for separately. The cost shall be
included in the Contract Price for the items of work that
require cutting and patching.
END OF SECTION D1-2
City of Fayetteville D1-2(2)
Sewer System Improvements
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
LII
I
D1-3 SUBMITTALS
I
I
I
I
I
I
I
I
II
A. Progress Schedule
1. Prepare a detailed progress schedule in graphic form
showing proposed dates of starting and completing each
major division of the work, monthly completion
percentages, and anticipated monthly payment requests.
2. The schedule shall be consistent with the time and order
of work requirements of the Specifications, and shall be
the basis of Contractor's operations.
3. A condensed critical path method schedule is preferred
but another practicable form of presentation (bar chart)
will be acceptable.
4. Submit three copies to Engineer on or before the Pre -
construction Conference. The Notice to Proceed shall be
given contingent to the receiving and approval of the
Construction Schedule.
5. At the end of every pay request period, submit a revised
schedule showing the current status of the work as
compared to the projected status. The current
application for a progress payment will not be processed
until the revised schedule is delivered to Engineer.
B. General
1. Shop Drawings, Project Data, and Samples
1 a. General
' Submit to Owner's Representative shop drawings,
project data, and samples required by the
Specifications.
b. Shop Drawings
1) Shop drawings are original drawings prepared by
' the Contractor, subcontractors, suppliers, or
distributors which illustrate some portion of
the work and show fabrication, layout, setting,
or erection details of equipment, materials, and
components.
2) Unless otherwise instructed, submit to Owner's
'
Representative for review and approval hree
prints of each plan or two prints and one
reproducible sepia or reproible on vellum.
' Dl -3(1) City of Fayetteville
Sewer System Improvements
Owner Representative will return with review
comments one print or one reproducible.
3) Shop drawings shall be 8-1/2 by 11 inches, 8-1/2 '
by 14 inches or standard size plans, or as
directed by Owner Representative, and shall be
clearly identified as to location of the
equipment, material, and apparatus in the work.
4) Fold drawings to an approximate size of 8-1/2 by
11 inches in such a manner that the title block
will be located in the lower right hand corner
of the exposed surface. Roll, do not fold,
reproducible copies of drawings. ,
5) Furnish Owner Representative, as requested,
without extra charge, the number of complete
sets of prints of shop drawings as Owner
Representative shall request for office files
and for use in the field. ,
C. Project Data
1) Project data are manufacturers' standard
schematic drawings, catalog sheets, brochures,
diagrams, schedules, performance charts,
material data sheets, illustrations, parts lists ,
and other standard descriptive data.
2) Modify drawings to delete information not
applicable and to add information applicable to
the project.
3) Mark copies of printed material to identify '
pertinent materials, products, or models.
4) Show dimensions and clearances required,
performance characteristics and capacities, and
wiring diagrams and controls.
5) Submittal procedures shall be the same as for '
shop drawings.
d. Samples
1) Samples are examples to illustrate materials, ,
equipment, or workmanship, and to establish
standards by which completed work is judged.
2) Samples submitted shall be of sufficient size
and quantity to illustrate functional
characteristics of product or material and full
range of colors available.
3) Field samples and mock-ups when required by the
specifications shall be erected at the project
site where directed.
City of Fayetteville D1-3(2) ,
Sewer System improvements
' e. Contractor Responsibilities
I
I
I
I
I
I
L
L
L
I
I
1) Review and approve shop drawings, project data,
and samples before submitting them.
2) Verify field measurements, field construction
criteria, catalog numbers, and similar data.
3) Coordinate each submittal with the requirements
of the Contract Documents.
4) Submit shop drawings for major equipment items
in one package to permit checking complete
installation details.
5) In a clear space above the title block, or on
the back, hand stamp the following, and enter
the required information:
Name of Owner - City of Fayetteville
Project Name - Sanitary Sewer
Manhole Rehabilitation
Illinois River Watershed
Basin Systems 6, 7, 8, 9, 16,
and White River Watershed
Mini System 9A
Date
Identification
Contract Drawing No.
Specification Section
This document has been checked for accuracy of
content and for compliance with the Contract
Documents and is hereby approved. The
information contained herein has been
coordinated with all involved Contractors.
Contractor
Signed
6) Contractor's responsibility for errors,
' omissions, and deviations from requirements of
the Contract Documents in submittals is not
relieved by Owner's Representative's review.
7) Notify Owner's Representative, in writing at
time of submittal, of deviations in submittals
from requirements of the Contract Documents.
I
D1-3(3) City of Fayetteville
Sewer System Improvements
I
8) Do not install materials or equipment which
require submittals until the submittals are
returned with Owner's Representative's stamp and
initials or signature indicating review.
9) Revise returned shop drawings as required and
resubmit until final approval is obtained.
Indicate on the drawings any changes which have
been made other than those requested by Owner's
Representative. '
10) Submit new project data and samples when the
initial submittal is returned disapproved.
11) No claim will be allowed for damages or
extension of time because of delays in the work
resulting from rejection of material or from
revision and resubmittal of shop drawings,
project data, or samples.
f. Owner's Representative's Duties '
1) Owner's Representative will review submittals
for compliance with the Contract Documents and
with the design concept of the project.
2) Review of a separate item does not constitute
acceptance of an assembly in which the item
functions.
3) Owner's Representative will affix a stamp to the ,
returned copy of each submittal. The stamp will
be marked to indicate "Furnish as Submitted",
"Furnish as Corrected", "Rejected", or "No
Review Required". The stamp will be initialed or
signed certifying the submittal review.
2. Photographs of Surface Conditions ,
a. A still picture of existing surface conditions shall '
be provided for all manhole repairs.
b. The following information shall be provided on a
color photograph. ,
1) Date or photograph.
2) Cover enough area to show all existing '
conditions within a 10' radius of the work area.
3) Job and/or manhole number and work to be
performed.
c. Contractor shall have the option of providing a
Video Tape Recording of the surface conditions.
Audio descriptions on the tape will give job and/or
City of Fayetteville D1-3(4)
Sewer System Improvements
I
manhole number and location of each site. Quality
of video shall be acceptable to the Owner's
' Representative.
d. Before beginning work in each Basin or Mini System,
' Contractor shall complete and furnish the Surface
Video Documentation to the Engineer for approval.
The Contractor may begin work in that respective
area upon authorization from the Engineer in
' writing.
3. Final Inspections
a. Notify Owner in writing when project, or designated
portion of project, is substantially complete.
' b. Owner's Representative will make an inspection of
the substantially completed work, and prepare and
submit to Contractor a list of items to be completed
' or corrected.
c. Take immediate steps to remedy the listed
deficiencies, and notify Owner in writing that the
'project is complete and ready for final inspection.
d. Owner's Representative will make a final inspection
and, if he considers the work is complete, he will
notify Owner that the work is ready for final
acceptance.
4. Closeout Submittals
a. Special guarantees and bonds.
b. Certificates of inspection required by laws and
ordinances for mechanical and electrical work, and
I. any other legally required inspections.
c. Contractor's Waiver of Liens.
d. Separate Waivers of Lien for subcontractors,
suppliers, and others with lien rights against
property of Owner.
' e. Final payment estimate.
5. Work Schedule
a. Prepare a detailed weekly work schedule and submit
the schedule to the Owner's Representative on the
Thursday before the schedule is to take effect.
b. Contractor shall update the weekly work schedule on
a daily basis so to advise the Owner's
Representative where and on what the Contractor will
be working.
D1-3(5) City of Fayetteville
Sewer System Improvements
c. Work schedule shall include, but not be limited to,
a listing of job and/or manhole numbers that will be
worked on a daily basis and a brief description of
the type of work to take place.
Li
Payment will be at the contract lump sum price for Video
Documentation which price shall include all labor,
equipment, and materials necessary to complete the work.
No other Contract Prices are established for Submittals.
END OF SECTION D1-3
I]
I
I
Li
II
I
I
I
[1
I
I
City of Fayetteville D1-3(6)
Sewer System Improvements
D1-4 MATERIAL AND PERFORMANCE TESTING
A. General
1
1. Scope
' a. Perform the inspections and tests required by the
Specifications.
b. Provide product certification as required by the
Specifications.
' c. Neither observations by Owner's Representative, nor
inspections, tests, or approvals by other than
Contractor, shall relieve Contractor from his
obligation to perform the work in accordance with
the requirements of the Contract Documents.
' 2. Testing Laboratory Services
a. Employ the services of an independent testing
laboratory to perform specified services.
' b. Obtain approval of Owner before employing
laboratory.
c. Laboratory shall meet "Recommended Requirements for
Independent Laboratory Qualification" published by
the American Council of Independent Laboratories.
' d. Laboratory shall meet basic requirements of ASTM
E329, "Standards of Recommended Practice for
' Inspection and Testing Agencies for Concrete and
Steel as Used in Construction".
' 3. Laboratory Duties
a. Perform specified tests and services.
b. Comply with specified standards, ASTM, other
recognized authorities, and as specified.
c. Ascertain compliance with requirements of Contract
Documents and so note in writing on all reports.
d. Promptly notify Owner's Representative and
Contractor of irregularities or deficiencies of work
observed during performance of services.
e. Promptly submit three copies of reports of
inspections and tests to Owner's Representative.
I
I
D1-4(1)
City of Fayetteville
Sewer System Improvements
f. Include in the reports, the date, project title,
number, name and signature of inspector, date of
inspection or sample, record of temperature and
weather, date of test, identification of product and
Specification Section, location in project, type of
test, and observations regarding compliance with
requirements.
4. Contractor's Responsibilities
a. Cooperate with laboratory personnel.
b. Provide laboratory with samples of materials to be
tested in required quantities.
c. Furnish to the Owner's Representative three copies
of test results.
d. Provide facilities for storage and curing of test
samples.
e. Notify Owner's Representative sufficiently in
advance of time and place of tests to be made at
point of manufacture, assembly, or fabrication to
permit Owner's Representative to witness tests if he
so desires.
B. Measurement and Payment
No Contract Prices are established for Material and
Performance Testing.
END OF SECTION D1-4
City of Fayetteville Dl -4(2)
Sewer System Improvements
I
I
u
I
I
I
FA
I
I
I
I
I
I
11
[_1
I
D1-5 CONTROL OF CONSTRUCTION SITE
I A
I
General
1. Removal of Debris
' Keep the work sites free from accumulating waste
materials and rubbish caused by his work or employees.
All materials and equipment required on the site shall
be kept in such a manner so as to cause a minimum of
inconvenience and nuisance to other Contractors and the
general public. The site shall be kept broom clean.
' 2. Traffic Control
a. Contractor shall, at all times, conduct the work in
such a manner as to insure least obstruction to
vehicular and pedestrian traffic while paying
particular attention to avoid inconvenience in
' hospital and school zones. Notify Owner's
Representative at least three work days in advance
of starting any construction work which might
inconvenience or endanger traffic. A minimum of one
' lane shall be open to traffic at all times:
b. Submit a traffic control plan to Owner, Owner's
Representative, and appropriate highway official one
week prior to closing any road. Contractor shall
inform police, fire, public works, and bus service
' companies 24 hours before and on the day of closure.
c. When any section or portion of road is closed to
traffic, provide, erect, and maintain barricades,
red flags, detour signs, and torches or lights at
each end of the closed section, at all intersecting
roads, and at all locations shown on the plans.
Id. Contractor shall provide a sequencing arrow panel
when performing construction on heavily traveled
roads and streets. The sign panel shall consist of
' a minimum of 22 amber lamps. The lamps shall be
divided into two groups of three arrowheads each
with arrowheads of each group aligned or behind the
' other laterally and the arrowheads of separate
groups being opposed.
[1
I
I
D1-5(1)
City of Fayetteville
Sewer System Improvements
e. Replace any traffic sign or post which has been
damaged or removed because of the contractor's
operations.
f. Contractor shall provide access to private property.
Driveways, sidewalks, and alleys shall not be
blocked for periods greater than two hours.
3. Fencing shall be placed around open excavation or
trenches at the end of a day in a manner acceptable to
the Owner's Representative and the Owner. Fencing and
placement of same shall meet the approval of the Owner's
Representative.
4. Equipment Operation
a. Where the Contractor's equipment is operated on any
portion of a traveled surface or structures used by
traffic on or adjacent to the section under
construction, the Contractor shall clean the
traveled surface of all dirt and debris at the end
of each days operations. The cost of this work
shall be included in the unit price bid and no
additional compensation will be allowed.
b. Protect traveled surfaces and structures on or
adjacent to the work, in a manner satisfactory to
the Owner's Representative, from damage by lugs or
cleats or equipment. Walking of tracked -rolled
equipment directly on paved streets, driveways,
curbs, or sidewalks shall not be allowed.
c. Equipment used in the performance of the work shall
comply with legal loading limits established by the
statutes of State or local regulations when moved
over or operated on any traveled surface or
structure unless permission in writing has been
issued by the Owner's Representative. Before using
any equipment which may exceed the legal loading,
the Contractor shall secure a permit, allowing ample
time for an analysis of stresses to determine
whether or not the proposed loading is within safe
limits. The Owner will not be responsible for any
delay in construction operations or for any costs
incurred by the Contractor as a result of compliance
with the above requirements.
City of Fayetteville Dl -5(2)
Sewer System Improvements
[1,
H
I
I
11
I]
[1
I
I
I
[1
I
11
I
I
I
I5. Utilities
a. The Contractor shall notify public and private
utility companies which may have overhead or
underground facilities in the area at least 48 hours
' before construction begins. Contractor must call
Arkansas One -Call at 1-800-482-8998 for locating
utilities. The Contractor shall make necessary
arrangements for having these companies to locate,
' protect, brace or move their facilities as may be
necessary for construction of the improvements.
Costs incurred due to the moving, bracing, or
' protection of utilities or in satisfying the
requirements of the utility companies shall be
incidental to the cost of the proposed improvement.
b. The Contractor shall proceed with caution with
excavation operations so that the exact location of
underground utilities and structures, both known and
' unknown, may be determined. The Contractor shall
take all reasonable precautions against damage to
the utility or structure. However, in the event of
'• a break in an existing utility, he shall immediately
notify a responsible official from the organization
operating the utility. The Contractor shall lend
all possible assistance in restoring service, and
shall assume all costs connected with the repair of
any damaged utility.
' c. It is understood and agreed that the Contractor has
considered in his bid all of the permanent and
temporary utility appurtenances in their present or
' relocated positions and that no additional
compensation will be allowed for any delays,
inconvenience, or damage sustained by him due to any
interference from the said utility appurtenances or
' the operation of moving them either by the utility
companies or by him; or on account of any special
construction methods required in prosecuting his
' work due to the existence of said appurtenances
either in their present or relocated positions.
d. The Drawings do not show all underground or above
ground utilities. The information shown concerning
utilities is based on information provided by the
Utility Owner. This information is not guaranteed
' to be correct.
6. Accident Reporting
' a. Notification
Accidents occurring on the job which damage public
'
or private property, or result in injury to workers
or other persons, shall be promptly reported to the
Police Department.
' Dl -5(3) City of Fayetteville
Sewer System Improvements
b. Utilities
Accidents involving utilities shall also be reported
to them. This applies to all accidents, including,
but not limited to, traffic accidents, broken pipe
lines, power and telephone facilities and damage to
adjacent properties.
7. Confined Space Entry
The latest version of the U.S. Department of Labor,
Occupational Safety and Health Administration Standards,
29 CRF Part 1910, Permit -Required Confined Spaces for
General Industry shall be the minimum governing
requirements for confined space entry.
B. Measurement and Payment
No Contract Prices are established for Control of
Construction Site.
END OF SECTION D1-5
City of Fayetteville D1-5(4)
Sewer System Improvements
I
I
I
I
L
I
I
I
�I
I
I
11
I
I
I
I
I
LI
' D1-6 MEASUREMENT AND PAYMENT
A. General
' The Contract price shall cover all Work required by the
Contract Documents. All costs in connection with the proper
and successful completion of the Work, including furnishing
all materials, equipment, supplies, and appurtenances;
providing all equipment and tools; and performing all
necessary labor and supervision to fully complete the Work,
' shall be included in the unit and lump sum prices bid. All
Work not specifically set forth as a pay item in the
Agreement shall be considered a subsidiary obligation of
Contractor and all costs in connection therewith shall be
included in the Contract prices.
1. Estimated Quantities
' Quantities stipulated in the Bid Form or Contract
Documents are approximate and are to be used only (a) as
' a basis for estimating the probable cost of the Work and
(b) for the purpose of comparing the bids submitted for
the Work. The actual amounts of work done and materials
' furnished under unit price items may differ from the
estimated quantities. The basis of payment for work and
materials will be the actual amount of work done and
materials furnished. Contractor agrees that he will
make no claim for damages, anticipated profits, or
otherwise on account of any difference between the
amounts of work actually performed and materials
actually furnished and the estimated amounts therefore.
2. Measurements and Payments
Payments will be made in accordance with the General
Conditions for actual quantities constructed or
installed in accordance with the Contract Documents, be
' they more or less than the listed quantities; said
quantities being measured as hereinafter specified.
3. Items Not Listed In Contract
There shall be no measurement or separate payment for
any items not listed in the Contract and all costs
pertaining thereto shall be included in the contract
unit prices for other items listed.
i
END OF SECTION D1-6
I
Dl-6(l) City of Fayetteville
Sewer System Improvements
1
I
D1-7 MANHOLE TESTING
' A. General
1. Scope
' This section describes manhole testing to effectively
confirm the watertight integrity of new manholes and
existing manholes following infiltration related repairs
' and inflow related repairs.
2. Description
' a. Infiltration may be observed in manhole defects at
manhole walls, pipe seals or bench/trough areas.
Infiltration related repairs are intended to
eliminate leakage of groundwater into manholes.
b. Inflow may be observed in manhole defects at manhole
frames, covers, frame seals, grade adjustments,
grade adjustment seals, corbels, or walls. Inflow
related repairs are intended to eliminate sources of
surface water entry that become active during
rainfall events.
3. Testing, Observations and Guarantee Period
a. The testing required shall be performed by the
Contractor at all rehabilitated and new manholes
and documented to the satisfaction of the Engineer.
b. Testing shall not be performed on a specific manhole
until all work as shown on the Manhole
Rehabilitation Schedule has been completed for that
specific manhole.
C. Any rehabilitated manholes or new manholes that are
observed to be leaking by the Engineer shall be
subject to additional repairs and retested by the
Contractor at no additional cost to the Owner.
B. Materials
' Not specified.
I
L
D1-7(1)
City of Fayetteville
Sewer System Improvements
C. Execution
I
1. Infiltration Testing
a. All new and rehabilitated manholes shall be vacuum
tested by the Contractor in the presence of the
Engineer for sources of infiltration. Testing will
be made during high groundwater conditions, wherever
possible.
b. Manholes shall be tested after installation with all
connections (existing and/or proposed) in place.
Drop -connections and gas sealing connections shall
be installed prior to testing. The lines entering
the manhole shall be temporally plugged with the
plugs braced to prevent them from being drawn into
the manhole. The plugs shall be installed in the
lines beyond drop -connections, gas sealing
connections, etc. The test head shall be placed
inside the frame at the top of the manhole and
inflated in accordance with the manufacturer's
recommendations. A vacuum of 10 inches of mercury
shall be drawn, and the vacuum pump will be turned
off. With the valve closed, the level of vacuum
shall be read after the required test time. If the
drop in the level is less than 1 -inch of mercury
(final vacuum greater than 9 inches of mercury), the
manhole will have passed the vacuum test. After a
successful test, the temporary plugs will be
removed. The required test time is determined from
Table I.
Table I
MINIMUM TIME REQUIRED FOR A VACUUM DROP
OF 1" H (10"H - 9"H) (MIN:SEC)
DEPTH OF M.H.
(DEPTH IN FT.)
48" M.H.
60" M.H.
72" M.H.
0 - 20'
:40
:50
1:00
22
:44
:55
1:06
24'
:48
1:00
1:12
26'
:52
1:05
1:18
28'
:56
1:10
1:24
30'
1:00
1:15
1:30
ADDITIONAL 2'
DEPTHS -ADD
FOR EACH 2'
:04
:05
:06
City of Fayetteville D1-7(2)
Sewer System Improvements
II
I
I
I
I
I
Li
I
I
I
I
I
LJ
I
11
I
I
c. Manhole vacuum levels observed to drop greater than
1 -inch of mercury (Final vacuum less than 9 inches
of mercury) will have failed the test and will
' require additional rehabilitation. The Contractor
shall make the necessary repairs at no additional
compensation for only those work items completed by
the Contractor. The manhole shall then be retested
as described above until a successful test is made.
' 2. Inflow Testing
a. All rehabilitated manholes and new manholes shall be
dyed water tested. Manholes shall be dye water
' tested in the presence of the Engineer. The dye
test shall consist of applying a concentrated dye
solution around the manhole frame. Dyed water shall
' be applied for at least ten (10)minutes.
b. Manholes observed to be actively leaking will have
' failed the test and will not be acceptable.
Manholes failing the test will require additional
rehabilitation by the Contractor at no additional
compensation. The Contractor shall be responsible
' for only those work items listed in the Manhole
Rehabilitation Schedule, Section G. The manhole
shall then be retested as described above until a
successful test is made.
D. Measurement and Payment
No contract unit prices are established for manhole testing.
• However, specific sections of the Contract Documents
indicate that certain percentages of various contract prices
will not be eligible for payment unless testing has been
performed.
END OF SECTION D1-7
H
H
H
I D1-7(3) City of Fayetteville
Sewer System Improvements
L
L
L
L
I
L
I
L
L
D1-8 TRENCH SAFETY SYSTEM
General
Scope
This section describes the trench safety requirements
for construction of sanitary sewers and appurtenances in
accordance with the Contract Documents.
Description
The latest version of the U.S. Department of Labor,
Occupational Safety and Health Administration Standards,
29 CFR Part 1926, Subpart P -Excavations shall be the
minimum governing requirements for trench safety.
Trench Protection
Protect open cut trenches against collapse as required
by State or Federal Laws governing the protection of
life or property. Minimum protection shall conform to
the recommendations of the Occupational Safety and
Health Administration Standards (OSHA) for construction.
B. Materials
Not Specified.
C. Execution
The apparent low bidder shall be required to submit a site
specific trench safety plan prepared, sealed, signed, and
dated by a professional engineer registered in the State of
Arkansas. The trench safety plan shall specify the method
or methods of trench safety to be used with specific
information given for each so that it is clear what is
required to meet governing requirements for trench safety.
The submittal of the trench safety plan to the Owner and
Engineer is for information only. The submittal of the
trench safety plan in no way relieves the contractor from
his responsibility for trench safety.
D1-8(1) City of Fayetteville
Sewer System Improvements
L
D. Measurement and Payment t
Payment for the trench safety system shall be at the
Contract price per linear foot for trench safety systems
installed in excavations for manhole replacements exceeding
five feet in depth. Trench depth is the vertical
measurement from the top of the existing ground to the
bottom of the pipe or structure. Payment will be made on
the basis of ten (10) linear feet per manhole for all
manholes where excavation depth over five feet is required,
the actual length of trench over five feet actually utilized
notwithstanding, and shall be full compensation for any
subsurface investigations necessary for design, safety
system design, labor, tools, materials, equipment, and
incidentals necessary for the installation and removal of
trench safety systems.
END OF SECTION D1-8 I
I
I
I
I
I
J
I
I
71
City of Fayetteville D1-8(2)
Sewer System Improvements
I
C
I
I
I
1,
I
r,
I
I
I
I
1
[I
C
C
L
§ 1926.606
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 ex-
ists, all employees shall be provided
with a suitable means of protection
against falling from the deckload.
(d) First -aid and lifesaving equipment.
(1) Provisions for rendering first aid
and medical assistance shall be in ac-
cordance 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 ac 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. Com-
mercial diving operations shall be sub-
ject 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. 19771
§ 1926.606 Definitions applicable to
this subpart.
(a) Apron —The area along the water-
front 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
AUTHORITY: Sec. 107, Contract Worker
Hours and Safety Standards Act (Construc-
tion Safety Act) (40 U.S.C. 333): Sees. 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
29 CFR Ch. XVII (7-1-99 Edition)
25059). or 9-83 (48 FR 35736), as applicable, and
29 CFR part 1911.
SouRCE: 54 FR 45959. Oct. 31. 1989, unless
otherwise noted.
§ 1926.650 Scope, application, and defi-
nitions applicable to this subpart.
(a) Scope and application. This sub-
part applies to all open excavations
made in the earth's surface. Exca-
vations are defined to include trenches.
(b) Definitions applicable to this sub-
part.
Accepted engineering practices means
those requirements which are compat-
ible with standards of practice required
by a registered professional engineer.
Aluminum Hydraulic Shoring means a
pre-engineered shoring system com-
prised of aluminum hydraulic cylinders
(crossbraces) used in conjunction with
vertical rails (uprights) or horizontal
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.
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 be-
tween 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 support
system, and its sudden movement into
the excavation, either by falling or
sliding, in sufficient quantity so that it
could entrap, bury, or otherwise injure
and immobilize a person.
Competent person means one. who is
capable of identifying existing and pre-
dictable hazards in the surroundings.
or working conditions which are unsan-
itary, hazardous, or dangerous to em-
ployees, and who has authorization to
take prompt corrective measures 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.
M4
[I
I
I
§ 1926.606
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 ex-
ists, all employees shall be provided
with a suitable means of protection
against falling from the deckload.
(d) First -aid and lifesaving equipment.
(1) Provisions for rendering first aid
and medical assistance shall be in ac-
cordance 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
feast 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. Com-
mercial diving operations shall be sub-
ject to subpart T of part 1910.
§§ 1910.401-1910.441. of this chapter.
139 FR 22801. June 24, 1974. as amended at 42
FR 37674. July 22, 19771
§ 1926.606 Definitions applicable to
this subpart.
(a) Apron —The area along the water-
front 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
AUTHORITY: Sec. 107. Contract Worker
Hours and Safety Standards Act (Construc-
tion Safety Act) (40 U.S.C. 333): Secs. 4. 6. 8.
Occupational Safety and Health Act of 1970
(29 U.S.C. 653. 655. 657); Secretary of Labor's
Order No. 12-71 (36 FR 8754). 8-76 (41 FR
29 CFR Ch. XVII (7-1-99 Edition)
25059), or 9-83 (48 FR 35736). as applicable, and
29 CFR part 1911.
SOURCE: 54 FR 45959, Oct. 31. 1989, unless
otherwise -noted.
§ 1926.650 Scope, application, and defi-
nitions applicable to this subpart.
(a) Scope and application. This sub-
part applies to all open excavations
made in the earth's surface. Exca-
vations are defined to include trenches.
(b) Definitions applicable to this sub-
part.
Accepted engineering practices means
those requirements which are compat-
ible with standards of practice required
by a registered professional engineer.
Aluminum Hydraulic Shoring means a
pre-engineered shoring system com-
prised of aluminum hydraulic cylinders
(crossbraces) used in conjunction with
vertical rails (uprights) or horizontal
rails (waters). 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.
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 be-
tween 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 support
system, and its sudden movement into
the excavation, either by falling or
sliding, in sufficient quantity so that it
could entrap, bury, or otherwise injure
and immobilize a person.
Competent person means one who is
capable of identifying existing and pre-
dictable hazards in the surroundings.
or working conditions which are unsan-
itary, hazardous, or dangerous to em-
ployees. and who has authorization to
take prompt corrective measures 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,
372
I
I
I
I
I
I
I
I
I
I
I
I
I
I
H
I
I
I
I
L
I
I
I
I
I
I
I
I
H
H',
Occupational Safety and Health Admin., Labor
Excavation means any man-made cut.
cavity, trench, or depression in an
earth surface. formed by earth re-
moval.
Faces or sides means the vertical or
inclined earth surfaces formed as a re-
sult of excavation work.
Failure means the breakage, displace-
ment, 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 release
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 nec-
essary protection.
Ramp means an inclined walking or
working surface that is used to gain ac-
cess to one point from another, and is
constructed from earth or from struc-
tural materials such as steel or wood.
Registered Professional Engineer means
a person who is registered as a profes-
sional engineer in the state where the
work is to be performed. However, a
professional engineer, registered in any
state is deemed to be a "registered pro-
fessional engineer" within the meaning
of this standard when approving de-
signs for "manufactured protective
systems" or "tabulated data" to be
used in interstate commerce.
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 struc-
ture 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 ei-
ther premanufactured or job -built in
§ 1926.650
accordance with §1926.652 (c)(3) or
(c)(4). Shields used in trenches are usu-
ally 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 exca-
vation 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 dif-
ferences in such factors as the soil
type, environmental conditions of ex-
posure, and application of surcharge
loads.
Stable rock means natural solid min-
eral material that can be excavated
with vertical sides and will remain in-
tact while exposed. Unstable rock is
considered to be stable when the rock
material on the side or sides of the ex-
cavation is secured against caving -in
or movement by rock bolts or by an-
other protective system that has been
designed by a registered professional
engineer.
Structural ramp means a ramp built of
steel or wood, usually used for vehicle
access. Ramps made of soil or rock are
not considered structural ramps.
Support system means a structure
such as underpinning, bracing, or shor-
ing, which provides support to an adja-
cent structure, underground installa-
tion, or the sides of an excavation.
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 greater
than the width, but the width of a
trench (measured at the bottom) is not
greater than I5 feet (4.6 m). If forms or
other structures are installed or con-
structed in an excavation so as to re-
duce the dimension measured from the
forms or structure to the side of the ex-
cavation to 15 feet (4.6 m) or less
373
I
H
I
§ 1926.651
(measured at the bottom of the exca-
vation), the excavation is also consid-
ered to be a trench.
Trench box. See "Shield."
Trench shield. See "Shield."
Uprights means the vertical members
of a trench shoring system placed in
contact with the earth and usually po-
sitioned so that individual members do
not contact each other. Uprights
placed so that individual members are
closely spaced, in contact with or
interconnected to each other, are often
called "sheeting."
Wales means horizontal members of a
shoring system placed parallel to the
excavation face whose sides bear
against the vertical members of the
shoring system or earth.
§ 1926.651 Specific excavation require-
ments.
(a) Surface encumbrances. All surface
encumbrances that are located so as to
create a hazard to employees shall be
removed or supported. as necessary, to
safeguard employees.
(b) Underground installations. (1) The
estimated location of utility installa-
tions, such as sewer, telephone. fuel.
electric, water lines, or any other un-
derground 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 estab-
lish the location of the utility under-
ground installations prior to the start
of actual excavation. When utility
companies or owners cannot respond to
a request to locate underground utility
installations within 24 hours (unless a
longer period is required by state or
local law), or cannot establish the
exact location of these installations.
the employer may proceed, provided
the employer does so with caution, and
provided detection equipment or other
acceptable means to locate utility in-
stallations are used.
(3) When excavation operations ap-
proach the estimated location of under-
ground installations, the exact loca-
tion of the installations shall be deter-
mined by safe and acceptable means.
29 CFR Ch. XVII (7-1-99 Edition)
(4) While the excavation is open, un-
derground installations shall be pro-
tected, supported or removed as nec-
essary to safeguard employees.
(c) Access and egress —(l) 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 con-
nected together to prevent displace-
ment.
(iii) Structural members used for
ramps and runways shall be of uniform
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-
tached in a manner to prevent tripping.
(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. Em-
ployees exposed to public vehicular
traffic shall be provided with, and shall
wear, warning vests or other suitable
garments marked with or made of
reflectorized or high -visibility mate-
rial.
(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 mate-
rials. Operators may remain in the
cabs of vehicles being loaded or un-
loaded when the vehicles are equipped,
in accordance with §1926.601(b)(6), to
provide adequate protection for the op-
erator during loading and unloading
operations.
374
I
I
I
I
I
I
I
I
I
I
I
I
I
I
II
11
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Occupational Safety and Health Admin., Labor
(f) Warning system for mobile equip-
ment. When mobile equipment is oper-
ated adjacent to an excavation, or
when such equipment is required to ap-
proach the edge of an excavation. and
the operator does not have a clear and
direct view of the edge of the exca-
vation, a warning system shall be uti-
lized such as barricades, hand or me-
chanical signals, or stop logs. If pos-
sible, the grade should be away from
the excavation.
(g) Hazardous atmospheres —(l) Testing
and controls. In addition to the require-
ments set forth in subparts D and E of
this part (29 CFR 1926.50-1926.107) to
prevent exposure to harmful levels of
atmospheric contaminants and to as-
sure acceptable atmospheric condi-
tions, the following requirements shall
apply:
(i) Where oxygen deficiency
(atmospheres containing less than 19.5
percent 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 exca-
vation shall be tested before employees
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 pro-
tection 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 lev-
els, testing shall be conducted as often
as necessary to ensure that the atmos-
phere 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-
§ 1926.651
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 sep-
arate from any line used to handle ma-
terials. and shall be individually at-
tended at all times while the employee
wearing the lifeline is In the exca-
vation.
(h) Protection from hazards associated
with water accumulation. (I) Employees
shall not work in excavations in which
there is accumulated water, or in exca-
vations in which water is accumu-
lating, unless adequate precautions
have been taken to protect employees
against the hazards posed by water ac-
cumulation. The precautions necessary
to protect employees adequately vary
with each situation, but could include
special support or shield systems to
protect from cave-ins, water removal
to control the level of accumulating
water, or use of a safety harness and
lifeline.
(2) If water is controlled or prevented
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 entering
the excavation and to provide adequate
drainage of the area adjacent to the ex-
cavation. Excavations subject to runoff
from heavy rains will require an in-
spection by a competent person and
compliance with paragraphs (h)(1) and
(h)(2) of this section.
(i) Stability of adjacent structures. (1)
Where the stability of adjoining build-
ings. walls, or other structures is en-
dangered 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 re-
taining wall that could be reasonably
H
I
I
I
§ 1926.652
expected to pose a hazard to employees
shall not be permitted except when:
(i) A support system, such as under-
pinning, is provided to ensure the safe-
ty 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.
O) Protection of employees from loose
rock or soil. (1) Adequate protection
shall be provided to protect employees
from loose rock or soil that could pose
a hazard by falling or rolling from an
excavation face. Such protection shall
consist of scaling to remove loose ma-
terial; installation of protective barri-
cades at intervals as necessary on the
face to stop and contain falling mate-
rial; or other means that provide equiv-
alent protection.
(2) Employees shall be protected from
excavated or other materials or equip-
ment that could pose a hazard by fall-
ing or rolling into excavations. Protec-
tion shall be provided by placing and
keeping such materials or equipment
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 com-
bination 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
atmospheres. or other hazardous condi-
tions. An inspection shall be conducted
by the competent person prior to the
start of work and as needed throughout
29 CFR Ch. XVII (7-1-99 Edition)
the shift. Inspections shall also be
made after every rainstorm or other
hazard increasing occurrence. These in-
spections are only required when em-
ployee exposure can be reasonably an-
ticipated.
(2) Where the competent person finds
evidence of a situation that could re-
sult in a possible cave-in, indications
of failure of protective systems, haz-
ardous atmospheres, or other haz-
ardous conditions, exposed employees
shall be removed from the hazardous
area until the necessary precautions
have been taken to ensure their safety.
(1) Walkways shall be provided where
employees or equipment are required
or permitted to cross over excavations.
Guardrails which comply with
§ 1926.502(b) shall be provided where
walkways are 6 feet (1.8 m) or more
above lower levels.
(54 FR 45959. Oct. 31, 1989. as amended by 59
FR 40730. Aug. 9. 1994]
§ 1926.652 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:
(i) Excavations are made entirely in
stable rock; or
(ii) Excavations are less than 5 feet
(1.52m) in depth and examination of the
ground by a competent person provides
no indication of a potential cave-in.
(2) Protective systems shall have the
capacity to resist without failure all
loads that are intended or could rea-
sonably be expected to be applied or
transmitted to the system.
(b) Design of sloping and benching sys-
tems. 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 alternative.
paragraph (b)(2): or, in the alternative.
paragraph (b)(3), or, in the alternative.
paragraph (b)(4), as follows:
(1) Option (l) —Allowable configurations
and slopes. (i) Excavations shall be
sloped at an angle not steeper than one
and one-half horizontal to one vertical
376
[1
I
I
I
Li]
H
I
I
I
Li
I
G
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
LI
I
I
I
Occupational Safety and Health Admin., Labor
(34 degrees measured from the hori-
zontal), 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 Appendices A
and B. Maximum allowable slopes, and
allowable configurations for sloping
and benching systems. shall be deter-
mined in accordance with the condi-
tions and requirements set forth in ap-
pbndices A and B to this subpart.
(3) Option (3) —Designs using other tab-
ulated data. (i) Designs of sloping or
benching systems shall be selected
from and be in accordance with tab-
ulated 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 determined
to be safe:
(C) Explanatory information as may
be necessary to aid the user in making
a correct selection of a protective sys-
tem from the data.
(iii) At least one copy of the tab-
ulated data which identifies the reg-
istered professional engineer who ap-
proved the data, shall be maintained at
the jobsite during construction of the
protective system. After that time the
data may be stored off the jobsite, but
a copy of the data shall be made avail-
able to the Secretary upon request.
(4) Option (4) —Design by a registered
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 professional
engineer.
(ii) Designs shall be in written form
and shall include at least the following:
(A) The magnitude of the slopes that
were determined to be safe for the par-
ticular project:
§ 1926.652
(B) The configurations that were de-
termined to be safe for the particular
project; and
(C) The identity of the registered pro-
fessional engineer approving the de-
sign.
(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 re-
quest.
(c) Design of support systems, shield
systems, and other protective systems. De-
signs of support systems shield sys-
tems. and other protective systems
shall be selected and constructed by
the employer or his designee and shall
be in accordance with the requirements
of paragraph (c)(q; or. in the alter-
native. paragraph (c)(2); or, in the al-
ternative, paragraph (c)(3): or, in the
alternative. paragraph (c)(4) as follows:
(1) Option (1) —Designs using appen-
dices A, C and D. Designs for timber
shoring in trenches shall be determined
in accordance with the conditions and
requirements set forth in appendices A
and C to this subpart. Designs for alu-
minum hydraulic shoring shall be in
accordance with paragraph (c)(2) of this
section, but if manufacturer's tab-
ulated data cannot be utilized, designs
shall be in accordance with appendix D.
(2) Option (2) —Designs Using Manufac-
turer's Tabulated Data. (i) Design of sup-
port systems, shield systems, or other
protective systems that are drawn
from manufacturer's tabulated data
shall be in accordance with all speci-
fications. recommendations, and limi-
tations issued or made by the manufac-
turer.
(ii) Deviation from the specifications,
recommendations, and limitations
issued or made by the manufacturer
shall only be allowed after the manu-
facturer issues specific written ap-
proval.
(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
377
I
I
LI
I
§ 1926.652
be made available to the Secretary
upon request.
(3) Option (3) —Designs using other tab-
ulated data. (i) Designs of support sys-
tems, shield systems. or other protec-
tive 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 a protective
system drawn from such data;
(B) Identification of the limits of use
of the data:
(C) Explanatory information as may
be necessary to aid the user in making
a correct selection of a protective sys-
tem from the data.
(iii) At least one copy of the tab-
ulated data, which identifies the reg-
istered professional engineer who ap-
proved the data, shall be maintained at
the Jobsite during construction of the
protective system. After that time the
data may be stored off the jobsite, but
a copy of the data shall be made avail-
able to the Secretary upon request.
(4) Option (4) —Design by a registered
professional engineer. (I) Support sys-
tems, shield systems, and other protec-
tive systems not utilizing Option 1. Op-
tion 2 or Option 3, above, shall be ap-
proved by a registered professional en-
gineer.
(ii) Designs shall be in written form
and shall include the following:
(A) A plan indicating the sizes, types,
and configurations of the materials to
be used in the protective system; and
(B). The identity of the registered
professional engineer approving the de-
sign.
(iii) At least one copy of the design
shall be maintained at the jobsite dur-
ing construction of the protective sys-
tem. After that time, the design may
be stored off the jobsite, but a copy of
the design shall be made available to
the Secretary upon request.
(d) Materials and equipment. (1) Mate-
rials and equipment used for protective
systems shall be free from damage or
defects that might impair their proper
function.
(2) Manufactured materials and
equipment used for protective systems
shall be used and maintained in a man -
29 CFR Ch. XVII (7-1-99 Edition)
ner 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 dam-
aged, a competent person shall exam-
ine the material or equipment and
evaluate its suitability for continued
use. If the competent,person cannot as-
sure the material or equipment is able
to support the intended loads or is oth-
erwise suitable for safe use, then such
material or equipment shall be re-
moved from service, and shall be evalu-
ated and approved by a registered pro-
fessional engineer before being re-
turned to service.
(e) Installation and removal of sup-
port —(l) General. (1) Members of sup-
port systems shall be securely con-
nected together to prevent sliding, fall-
ing. kickouts. or other predictable fail-
ure.
(ii) Support systems shall be in-
stalled and removed in a manner that
protects employees from cave-ins,
structural collapses, or from being
struck by members of the support sys-
tem.
(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 support
system.
(v) Removal shall begin at. and
progress from, the bottom of the exca-
vation. Members shall be released slow-
ly so as to note any indication of pos-
sible failure of the remaining members
of the structure or possible cave-in of
the sides of the excavation.
(vi) Backfilling shall progress to-
gether with the removal of support sys-
tems from excavations.
(2) Additional requirements for support
systems for trench excavations. (i) Exca-
vation 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
378
I
I
I
I
(
I
I
L,
I
I
U
U
I
I
I
I
I
I
I
Occupational Safety and Health Admin., labor Pt. 1926, Subpt. P, App. A
I
I
C
I
I
Li
11
I
I
I
I
Li
there are no indications while the
trench is open of a possible 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. Em-
ployees shall not be permitted to work
on the faces of sloped or benched exca-
vations at levels above other employ-
ees except when employees at the lower
levels are adequately protected from
the hazard of falling, rolling. or sliding
material or equipment.
(g) Shield systems —(1) General. (I)
Shield systems shall not be subjected
to loads exceeding those which the sys-
tem was designed to withstand.
(ii) Shields shall be installed in a
manner to restrict lateral or other haz-
ardous movement of the shield in the
event of the application of sudden lat-
eral loads.
(iii) Employees shall be protected
from the hazard of cave-ins when enter-
ing 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. Exca-
vations 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 designed to re-
sist the forces calculated for the full
depth of the trench, and there are no
indications while the trench is open of
a possible loss of soil from behind or
below the bottom of the shield.
APPENDIX A TO SUBPART P —SOIL
CLASSIFICATION
(a) Scope and application —(1) Scope. This
appendix describes a method of classifying
soil and rock deposits based on site and envi-
ronmental conditions, and on the structure
and composition of the earth deposits. The
appendix contains definitions, sets forth re-
quirements, and describes acceptable visual
and manual tests for use In classifying soils.
(2) Application. This appendix applies when
a sloping or benching system is designed in
accordance with the requirements set forth
in §1926.652(6)(2) as a method of protection
for employees from cave-ins. This appendix
also applies when timber shoring for exca-
vations is designed as a method of protection
from cave-ins In accordance with appendix C
to subpart P of part 1926. and when alu-
minum hydraulic shoring is designed in ac-
cordance with appendix D. This Appendix
also applies if other protective systems are
designed and selected for use from data pre-
pared In accordance with the requirements
set forth in §1926.652(c), and the use of the
data is predicated on the use of the soil clas-
sification 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 Classification
System. The U.S. Department of Agriculture
(USDA) Textural Classification Scheme: and
The National Bureau of Standards Report
BSS -121.
Cemented soil means a soil in which the par-
ticles 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 cohe-
sive material will exhibit signs of cohesion
between particles.
Plastic means a property of a soil which al-
lows the soil to be deformed or molded with-
out 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.
379
J
I
I
I.
Pt. 1926, Subpt. P, App. A
Soil classification system means, for the pur-
pose 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 cat-
egories are determined based on an analysis
of the properties and performance character-
istics of the deposits and the environmental
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
unconfined compressive strength of 1.5 ton
per square foot (tsf) (144 kPa) or greater. Ex-
amples 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 disturbed:
or
(iv) The soil is part of a sloped, layered
system where the layers dip into the exca-
vation on a slope of four horizontal to one
vertical (4H:1 V) 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 ex-
cavation on a slope less steep than four hori-
zontal to one vertical (4H:1 V), but only if the
material would otherwise be classified as
Type B.
Type C means:
(1) 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
29 CFR Ch. XVII (7-1-99 Edition)
(v) Material in a sloped, layered system
where the layers dip into the excavation or a
slope of four horizontal to one vertical
(4H:I V) or steeper.
Unconfined compressive strength means the
load per unit area at which a soil will fall In
compression. It can be determined by labora-
tory testing, or estimated in the field using
a pocket penetrometer, by thumb penetra-
tion 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 material
will slump or begin to flow when vibrated.
Granular material that would exhibit cohe-
sive properties when moist will lose those co-
hesive properties when wet.
(c) Requirements —(q 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 classification
of the deposits shall be made based on the re-
sults of at least one visual and at least one
manual analysis. Such analyses shall be con-
ducted by a competent person using tests de-
scribed in paragraph (d) below, or in other
recognized methods of soil classification and
testing such as those adopted by the Amer-
ica Society for Testing Materials. or the U.S.
Department of Agriculture textural classi-
fication system.
(3) Visual and manual analyses. The visual
and manual analyses. such as those noted as
being acceptable in paragraph (d) of this ap-
pendix. shall be designed and conducted to
provide sufficient quantitative and quali-
tative information as may be necessary to
identify properly the properties. factors, and
conditions affecting the classification 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 de-
posit, the properties, factors, or conditions
affecting its classification change in any
way, the changes shall be evaluated by a
competent person. The deposit shall be re-
classified as necessary to reflect the changed
circumstances.
(d) Acceptable visual and manual tests. —(t)
Visual tests. Visual analysis is conducted to
determine qualitative information regarding
the excavation site in general, the soil adja-
cent to the excavation, the soil forming the
sides of the open excavation, and the soil
taken as samples from excavated material.
(1) Observe samples of soil that are exca-
vated and soil In the sides of the excavation.
Estimate the range of particle sizes and the
relative amounts of the particle sizes. Soil
that is primarily composed of fine-grained
1
L. I
I
I
C
I
I
II
I
I
I
I
I
L
I
I
I
I
I
I
[_I
I
11
I
[]
I
I
I
I
I
I
I
I
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. B
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 spoils 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 exca-
vation 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 exca-
vation 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 exca-
'ation 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 quan-
titative 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 'A -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 '6 -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 penetra-
tion test can be used to estimate the
unconfined 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 Recommended
Practice for Description of Soils (Visual —
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 miminum the effects
of exposure to drying influences. If the exca-
vation is later exposed to wetting influences
(rain. flooding), the classification of the soil
must be changed accordingly.
(iv) Other strength tests. Estimates of
unconfined compressive strength of soils can
also be obtained by use of a pocket pene-
trometer or by using a hand -operated
shearvane.
(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 approximately 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 sig-
nificant cohesive material content. The soil
can be classified as a unfissured cohesive ma-
terial and the unconfined compressive
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 mate-
rial is cohesive with fissures. If they pul-
verize easily into very small fragments. the
material is granular.
APPENDIX B TO SUBPART P —SLOPING
AND BENCHING
(a) Scope and application. This appendix
contains specifications for sloping and
benching when used as methods of protecting
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 S 1926.652(b)(2).
(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
381
I
I
Pt. 1926, Subpt. P, App. B
to occur. Distress is evidenced by such phe-
nomena as the development of fissures in the
face of or adjacent to an open excavation:
the subsidence of the edge of an excavation:
the slumping of material from the face or
the bulging or heaving of material from the
bottom of an excavation: the spoiling of ma-
terial from the face of an excavation: and
ravelling. i.e.. small amounts of material
such as pebbles or little clumps of material
suddenly separating from the face of an exca-
vation and trickling or rolling down into the
excavation.
Maximum allowable slope means the steep-
est incline of an excavation face that is ac-
ceptable 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 exca-
vation is open.
(c) Requirements —(l) Soil classification. Soil
and rock deposits shall be classified in ac-
cordance with appendix A to subpart P of
part 1926.
29 CFR Ch. XVII (7-1-99 Edition)
(2) Maximum allowable slope. The maximum
allowable slope for a soil or rock deposit
shall be determined from Table B -I 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 ac-
tual slope which is at least 'h horizontal to
one vertical ('hH:IV) less steep than the
maximum allowable slope.
(iii) When surcharge loads from stored ma-
terial or equipment, operating equipment, 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 evaluated in ac-
cordance with S 1926.651(1).
(4) Configurations. Configurations of slop-
ing and benching systems shall be in accord-
ance with Figure B-1.
TABLE B-1
MAXIMUM ALLOWABLE SLOPES
SOIL
OR ROCK TYPE
MAY1MUM ALLOWABLE SLOPES(H:V)t11
FOR EXCAVATIONS LESS THAN 20 FEET
131
STABLE ROCK
VERTICAL(90)
TYPE
A 121
3/4:1 (537
1:1 (45
TYPE
B
111:1 (34
TYPE
C
NOTES:
1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in
degrees from the horizontal. Angles have been rounded off.
A short-term maximum allowable slope of l/2H:IV (63') is allowed in
excavations in Type A soil that are 12 feet (3.67 m) or less in depth.
Short -ten maximum allowable slopes for excavations greater than 12
feet (3.67 m) in depth shall be 3/4H:IV (53').
3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered
professional engineer.
382
I
I
[_]
I
I
I
I
I
I
I
Hi
I
I
I
I
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B
Figure B-/
Slope Configurations
(All slopes stated below are in the horizontal to vertical ratio)
B -/.l Excavations made /n Type A soil.
1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope
of 8.:I.
20' Max. �t
7/4
SIMPLE SLOPE —GENERAL
Exception: Simple slope excavations which are open 24 hours or less (short term) and which
are 12 feet or less in depth shall have a maximum allowable slope of :l.
12' Max.
1/2
SIMPLE SLOPE —SHORT TERM
2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope
of � to land maximum bench dimensions as follows:
Pt. 1926, Subpt. P, App. B
SIMPLE BENCH
20' Max.
Max.
4' Max.
29 CFR Ch. XVII (7-1-99 Edition)
A'
3/4
MULTIPLE BENCH
3. All excavations 8 feet or less in depth which have unsupported vertically sided lower por-
tions shall have a maximum vertical side of 3½ feet.
4
8' Max. 3/4
3½' Max.
UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUMS 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 3½ feet.
384
I
I
I
I
I
J
II
I
n
I
I
I
I
I
I]
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B
UNSUPPORTED VERTICALLY SIDED LOWER PORTION—MAJOMUM 12 FEET 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 Y.:1. The support or shield sys-
tem must extend at least I6 inches above the top of the vertical side.
u or[ 20111"\xor shield srate's
18" Min.
Total height of vertical side
SUPPORTED 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 -l.2 Excavations Made in Type B Soil
1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable
slope of 1:1.
SIMPLE SLOPE
2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope
of 1:1 and maximum bench dimensions as follows:
385
I
Pt. 1926, Subpt.
P. App.
B
29 CFR Ch.
XVII (7-1-99 Edition)
1 \
This
bench
allowed in cohesive soil
only.
20' Max
Max.
SINGLE BENCH
This bench allowed in cohesive soil only
i
20' Max.
1
i
Max. • / 1
_ _ 4Max. e
e
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 l8 inches above the top of the vertical side. All
such excavations shall have a maximum allowable slope of 1:1.
Support or shield system
II
1
20' Max. <—� 1
8" Min.
Total height of vertical side
VERTICALLY SIDED LOWER PORTION
4. All other sloped excavations shall be In accordance with the other options permitted in
§ 1926.652(b).
t:.
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B
B-1.3 EXCAVATIONS MADE IN TYPE C SOIL
I. All simple slope excavations 20 feet or less in depth shall have a maximum allowable
slope of I½:l.
I
t5
4 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 IS Inches above the top of the vertical side. All
such excavations shall have a maximum allowable slope of I½:l.
Support or shield system
20' Hex.
t8" Min.
Total height of ventral side
VERTICAL SIDED LOWER PORTION
3. All other sloped excavations shall be in accordance with the other options permitted In
41926.652(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 al-
lowable slope for each layer as set forth below.
387
PL 1926, Subpt. P, App. B
0 OVER A
C OVER A
C OVER D
29 CFR Ch. XVII (7-1-99 Edition)
C I
A / l
3/4
C
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C
A OVER B
c 1
14
A OVER C
e �t
c 1
15
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 (b) Soil Classification. In order to use the
SHORING FOR TRENCHES data presented in this appendix. the soil type
or types in which the excavation is made
(a) Scope. This appendix contains informa- must first be determined using the soil clas-
tion that can be used timber shoring is pro- sification method set forth in appendix A of
vided as a method of protection from cave- subpart P of this part.
ins in trenches that do not exceed 20 feet (6.1 (c) Presentation of Informaton. Information
m) in depth. This appendix must be used is presented in several forms as follows:
when design of timber shoring protective (1) Information is presented in tabular
systems is to be performed in accordance form in Tables C-1.1. C -I-2, and C-1.3. and Ta-
with §1926.652(c)(1). Other timber shoring bles C-2.1. C-2.2 and C-2.3 following para-
configurations: other systems of support graph (g) of the appendix. Each table pre -
such as hydraulic and pneumatic systems: sents the minimum sizes of timber members
and other protective systems such as slop- to use in a shoring system. and each table
Ing. benching, shielding. and freezing sys- contains data only for the particular soil
tems must be designed in accordance with type in which the excavation or portion of
the requirements set forth in S 1926.652(b) and
51926.652(c).
389
I
I
Pt. 1926, Subpt. P, App. C
the excavation is made. The data are ar-
ranged to allow the user the flexibility to se-
lect from among several acceptable configu-
rations of members based on varying the
horizontal spacing of the crossbraces. Stable
rock is exempt from shoring requirements
and therefore, no data are presented for this
condition.
(2) Information concerning the basis of the
tabular data and the limitations of the data
is presented in paragraph (d) of this appen-
dix, 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 Ta-
bles C-1.1 through C-1.3 and Tables C-2.1
through C-2.3 are presented in paragraph (g)
of this Appendix.
(d) Basis and limitations of the data. —(l) Di-
mensions of timber members. (1) The sizes of the
timber members listed in Tables C-l.l
through C-1.3 are taken from the National
Bureau of Standards (NBS) report. "Rec-
ommended Technical Provisions for Con-
struction Practice in Shoring and Sloping of
Trenches and Excavations." In addition,
tchere NBS did not recommend specific sizes
of members, member sizes are based on an
analysis of the sizes required for use by ex-
isting codes and on empirical practice.
(Ii) The required dimensions of the mem-
bers listed in Tables C-l.l through C-1.3 refer
to actual dimensions and not nominal dl-
niensions of the timber. Employers wanting
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 referred
to The Corps of Engineers. The Bureau of
Reclamation or data from other acceptable
sources.
(2) Limitation of application. (i) It is not in-
tended that the timber shoring specification
apply to every situation that may be experi-
enced 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 situa-
tions that are not covered by the data in this
appendix must be designed as specified In
§ 1926.652(c).
(11) When any of the following conditions
are present. the members specified in the ta-
bles are not considered adequate. Either'an
alternate timber shoring system must be de-
signed or another type of protective system
designed in accordance with § 1926.652.
(A) When loads imposed by structures or
by stared material adjacent to the trench
weigh in excess of the load imposed by a two -
toot soil surcharge. The term "adjacent" as
used here means the area within a horizontal
distance from the edge of the trench equal to
the depth of the trench.
29 CFR Ch. XVII (7-1-99 Edition)
(B) When vertical loads imposed on cross
braces exceed a 240 -pound gravity load dis-
tributed on a one -foot section of the center
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 shor-
ing 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 speci-
fied 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 installed and.
In most instances, the selection is also based
on the horizontal spacing of the crossbraces.
Instances where a choice of horizontal spac-
ing of crossbracing is available, the hori-
zontal spacing of the crossbraces 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 vertical spacing of the
crossbraces. the size and vertical spacing of
the wales, and the size and horizontal spac-
ing of the uprights can be read from the ap-
propriate table.
(q Examples to Illustrate the Use of Tables C-
1.1 through C -1.J.
(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 #B1
Space 4x4 crossbraces at six feet hori-
zontally and four feet vertically.
Wales are not required.
Space 3x8 uprights at six feet horizontally.
This arrangement is commonly called "skip
shoring."
Arrangement #B2
Space 4x6 crossbraces at eight feet hori-
zontally and four feet vertically.
Space 8x8 wales at four feet vertically.
390
I
I
L]
I
I
I
H
I
H
P1
L
I
I
C
H
H
C
I
I
H
I
F
I
I
I
I
I
I
I
I
I
I
I
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C
Space 2x6 uprights at four feet hori-
zontally.
Arrangement #23
Space 6x6 crossbraces at 10 feet hori-
zontally and four feet vertically.
Space 8x10 wales at four feet vertically.
Space 2x6 uprights at five feet hori-
zontally.
Arrangement #B4
Space 6x6 crossbraces at 12 feet hori-
zontally and four feet vertically.
Space 10x10 wales at four feet vertically.
Spaces 3x8 uprights at six feet hori-
zontally.
(2) Example 2.
A trench dug in Type B soil in 13 feet deep
and five feet wide. From Table C -i.2 three
acceptable arrangements of members are
listed.
Arrangement #BI
Space 6x6 crossbraces at six feet hori-
zontally and five feet vertically.
Space 8x8 wales at five feet vertically.
Space 2x6 uprights at two feet hori-
zontally.
Arrangement #B2
Space 6x8 crossbraces at eight feet hori-
zontally and five feet vertically.
Space 10x10 wales at five feet vertically.
Space 2x6 uprights at two feet hori-
zontally.
Arrangement #B3
Space 8x8 crossbraces at 10 feet hori-
zontally and five feet vertically.
Space 10x12 wales at five feet vertically.
Space 2x6 uprights at two feet vertically.
(3) Example 3.
A trench dug in Type C soil is 13 feet deep
and five feet wide.
From Table C -l.3 two acceptable arrange-
ments of members can be used.
Arrangement #B1
Space 8x8 crossbraces at six feet hori-
zontally and five feet vertically.
Space 10x12 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 #B2
Space Bx10, crossbraces at eight feet hori-
zontally and five feet vertically.
Space 12x12 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 Il 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 1212 wales at five feet vertically.
Use 3x6 tight sheeting.
Use of Tables C-2.1 through C-2.3 would fol-
low 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(0. "Design of Protective Systems."
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 re-
sist the lateral pressure of water and to pre-
vent the loss of backfill material. Close
Sheeting refers to the placement of planks
side -by -side allowing as little space as pos-
sible 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 bot-
tom of the trench shall not exceed 36 inches.
When mudsills are used, the vertical dis-
tance shall not exceed 42 inches. Mudsills are
wales that are installed at the toe of the
trench side.
6. Trench)acks may be used in lieu of or in
combination with timber crossbraces.
7. Placement cf crossbraces. When the
vertical spacing of crossbraces is four feet.
place the top crossbrace no more than two
feet below the top of the trench. When the
vertical spacing of crossbraces is five feet.
place the top crossbrace no more than 2.5
feet below the top of the trench.
I
Pt. 1926, Subpt. P, App. C
29 CFR Ch. XVII (7-1-99 Edition)
S
U
6
6
IO
6
H
-
x
%
N
N
0
N
C
O_
%
W
N
WLL
o
m
C
%
¢
♦
OC
£
N ..-
♦
N
V
IC
N
M i
XF
IC
X
IC
%
C.
2 C'
1'1
„,
01O
L
W L
00
Z N
m
LiJ
m
V
y
L
f
C N
J O
mUW
1
^
1
1
C
1
e
v
O
e
e
e
LO
W
.LL-.
,
1
1
4.143
Y
N Y
W
Q
V
v
O
O
^
•-
4_I_
X
111
£
--
%
O
%
a
X
X
%
rt
Y
H H
N...
Z
t.
a
m
zm
m
m
o
n
m
o
0,
mu
m.-.
.� N
L >,
£ r
Z r
Y
Z ♦
C2UW
v
v
e
e
e
e
O
O
e
e
v
VC
J £ Z
J6�
LY
N
4-c,
Gm 1 x
-C
F- 1
O
O
O
OIL
O NLI
-
'O
b
IC
IC
It
W
m
m
m
m
.-I
' Y
N
x
x
X
x
x
%
%
X
%
%
6•
IC
IC
IC
ID
IC
IC
N
,O
IC
IC
C
m
O
C V
Z pp
L V
O
IO
F
W
N
N
It
IC
IO
m
b
m
m
m
m
C
m
CC
.1
W
6
%%
IC
%
%
X
x
%
X
x
X
LL
J
iO
IO
IL
ID
IO
IO
b
-m
b
IC
U
C
G+
Y J
O
al
r 6
U
F
IO
IC
IC
b
m
IC
ID
IC
IC
m
>,
r
x
x
%
X
%
X
x
X
C
>C
IC
YLL
-
W
a.
v
e4
O
IO
IC
ID
IO
ID
a
C
CO
W
m
a
m
L
^
>
1-
LL
O
Y
,.I u
O
F-
v
IC
P
v
IO
141
b
IC
N
CC
m
-fl
LI
IC
x
x
IC
IC
x
x
x
%
IC
x
a@
a
v
e
v
e
IC
IC
IC
C
F
j
we
o_
Lvy
O
-
v
eit
m
b
IC
IC
IO
IO
CC
C
l
e
%
%
IC
%
%
x
IC
%
x
%
IC
%
Y J
•
0.
P
e
e
e
vIC
IC
N
m
U
m
H
OY
J
O V
W
C
f
9II
N^ F-
O
O
O
O
O
O
O
O
O
O
O
O
2
X CC
~
~
1-
1-N
I-
1-
~
1-
~
~
l--
aLUW
m
m
N
IO
m
N
W
0ICW
A.
6_
0.
6+6
0.
6
6
6
6
a. . -a..-'
W
O
J
J
J
O
J
J
J
J
J
VI
♦
NV
Y
WO
rI
I=>F-
0.0=w
N
O
O
O
O
N
N
O
O
f N
W
W W
-
.I
.-I
h
N
I.I
F-
N
O
O
6LL
f�
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. C
V
Z
U
FN
NY O W"
V a T N
C Jr
=4
O b '0 V
j N N K
<
W -o
AML O .o N '0 > 0
z q • It r •Ua 1Y 01 n1 00
4NV 0
2
] .+ C.
N --
oCa N N N N U N s M r =3
WL W Y Y
W W CLtd N._# 0 Y
Cr.,q 0
N Yy
W O O O N J N
' q W r ti K K K K K K K K K a
N C. r q
N.+ 0 0 O 0 O O 0 O 0>,
iN it
^ VW YV
eli FH CY
H ♦ 4 V W Y, N N N N V, N N N Y L
I W411.YO
V K G O O O
N
V
V
Cl1 N Y 0 0 0 0 0 0 w
I. V M C. d V d N 0 m 0 C Y
OK
S V O
• 1.. N .V 0 00 0 0 0 ^ CC
N
6 6 C V V 1 N 0 CC 0 0 0 L'.1
C
Id
0=0 OIZ lV
p } 0 ? P . C K.'G „ K.O J 0 0 0 V V V
Wp F N iY
N O N O
V 0 a J 0 0 0 YL
N O K .O K K K K K > K K K q p
Y N V a 0 N O J 0 .O 0 0 V s
O OV
II
O K K K MO K K K K K�K K KK K _ !1
C .O N `G 'O J 0 0 O V
413
W
y C p F 4uy
KV W 0 �O �y0 �0 f Y NO �0 �O Y CW SZ
CYv L C. W^ Y J J O NZ O J J Ni N V N J J J N
1 2 _
QV F
0 �4 n O O O O '^ U, 0 0 >N
' 393
Pt. 1926, Subpt. P, App. C
{
Y
0
z
C
N
J
K
W
n
0.
O
U
2
U
O
T
O
N
0.R
Y
y6
~
�+
O
F
N
29 CFR Ch. XVII (7-1-99 Edition)
U
Z
UPI
p V
N
O
Z d
CIA
—
"4
In
OI
6
=
•
r
�<{
V
N
N
N
N
N
I'1
K
S
ZH
C0W
N
,
N
r
N
iM10.
Z
O
N
_
N_
r
r
~r
N
N
m
O
N
O
Z
N
N
N
N
N
>0. h
F
O
O
O
O
Or
N
6
W
0
O
N
O
O
J
W
O
O
O
O
0
0
0
W
N
0
0
I-
6r
0
N%
0
Nv
=
<V
O
O
O
Km
K
K
%
%
K
%
N
O
{!
N
0
m
J
0.O
M
O
O
O
C
O
6_ N
0
0
0
N%
0
F
sM
O
O
O
F
0.
0
0
0
0
N
m
r
J
U w
0
N
Y
y
F
Z
h
H
0
,0
MUW
K UYI
.O
m
O
`O
Yu
VU
V
VU
VU
W
Yy
0.
V O
110
a
Y
V O
V O
W
ZL v
0.P.
-�
6
J
110
NZ
A-
J
J
W Z
N Z
J
02N
Z
N Z
N
0
n
Z
O
O r
r F N
N
10.dO W W
Y r
O F
O
394
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C
V
N
r.
N
u
ci
6
N
O
O
N
N
N
V
a
V
V
N
C
N
V
a
'
K
M
V
V
6_
tl
V
%
K
a
V
a
V
O
n
n
n
n
•
V
.
O
O
~4 c.
Or
OP
CO
y�
ZI
Z�
V
V
a
a
V
V
a
V
iIn
W n
O
'OY
O
O
N
y
OP
OS
0)
m
C
CO'
0
0
-
W
N
ZC
ZK
m
m
N
0
m
J
x
0
w
Of
0
V
W< W
`.
`S
V
V
a
a
a
tl
V
V
a
a
JLY
In'
V
V
'0
N
'O
.O
.O
N
.O
N
C
0
In
JC
X
M
%
%
H
H
X
H
%
H
M
V
V
J
V
.0
.O
.O
.O
J
b
N
W
tl
N
N
m
N
N
u
a
e
N
N
N
H
x
x
H
x
%
x
x
x
%
H
A..'
V
a
N
V
b
b
b
J
G
C
.O
N
N
O
O
M
a
a
N
N
a
V
V
O
.O
J
O
%
N
X
%
%
X
M
%
%
H
M
%
d
tl
a
a
tl
tl
a
0
N
N
'o
a
'0
N
N
Oa
V
V
N
J
a
V
V
N
N
Y
'O
%
K
a
%
M
N
M
%
1i
N
M
F
V
V
a
V
a
a
tl
'0
.O
'O
.O
.O
'O
i
0
a
V
J
d
a
N
N
J
N
.O
J
N
V
K
%
%
%
%
%
X
%
X
X
K
X
A.
V
a
a
V
a
`O
.C
.O
.C
`C
_
YpW.
p
p
p
p
p
Qp
p
p
M
b
0
C
b
mw
O
N
N
0
0
N
O<W
'
t
_
X0 -t.
P.
A.
A.
A.
L
6
N
>
>
gA.
w
wo a
N O O
O
• n
>N
Y
¢
o w
395
Pt. 1926, Subpt. P. App. C
40
HS.
29 CFR Ch. XVII (7-1-99 Edition)
V
W
'0
6
t
V
0
z
a
N
C
0
r 0
0
W W
fl J
-1
0
o
O
O
O
N
H
'Cu
a
z
S
W
N
N
N
N
N
N
N
N
4
00
3
W^
O
N
O
N
N
O
NV
0
0
0
0
0
0
0
o
.%p
C
y
W, WW
N
N
N
N
N
N
N
N
N
>a —
Zo
U,
J
0
tl
n
J
.m
J
.O
V
0
tl
tl
W
N
.0
.O
b
0
0
0
0
0
0
W
Ia
W
6r
%
%
%
%
%
%
%
%
%
0
0
J
O
0
0
0
0
0
'0
0
LXO
Vf
Z
W
O.
6
b
b
'0
'0
0
0
0
0
0
_
%
b
0
0
0
' O %
b
0
�-.
. j
'0
Ci-
0C.
'0
'0
W'0
'0
00
00
00
00
00
a
.0
''0
'%
m
m
00
'S
a
Y
M
X
%
K
X
%
%
0.
%
%
%
'O
'O
0
_
J
'S
-•
J'0
0
'O
W
•
o
Y
Y
f
-
NZ^
-
H
Y
-
E
-
N
-
Z
O
'O
0
O
'O
0
O
O_6W
J
0
YY•
0y
0u
00
W
W
*
y 0.
0.
4104.
m
6
W
V0
02
0.
J
6
O
W
J
NZ
in
in'-
J
NZ
J
J
O
S ^
0
Edo
ZZ
W O W W
N 0 O
O O
0, N N
O
C G V
F
396
1
I
1
1
Occupational Safety and Health Admin., Labor
Pt. 1926, Subpt. P. App. D
U'
z
u
N
Of
5
J W
1
U
W
ti
W 4
tl
Jv
A.
tl
3
3
J
b
O
N
O
u
a6{
N
O
x
I-,
r,
I-,
V
-
•
L
V
O
M i
M
W
N
N
N
N
N
N
<W
>L0.
N
W
C
r
-
,V
W
Co
O
0
O
r
0
N
•Z
W U L
N
N
N
N
N
N
>
y
O
N
Ct
Co
Co
tl
CO
0
Co
W
N
o
P
ti
N
It
A.d
Co
Co
Co
Co
Co
%
X
X
%
%
X
J
J
Co
.O
Co
Co
V
Y
tl
x
%
X
x
%
X
Q
3
O
J
d
O
tl
A.
%
H
%
%
X
C
%
X
.O
.p
b
V
Co
tl
F
p
C
O
G
N m W
f
F
F
�•
F
.r
U W
t
Co
O
V
Co
V
Y
C
V
V
Y
W
_
S A. �6
6
6
Yp
A.
A.
YO
VO
A.
YO
VO
V O
N
N
p
O
p
WZ
O
O
NZ
mZ
J
N
W O Zy W
N O
O O N
0 0
N
F
Y
v'
O Y
O
APPENDIX D TO SUBPART P —ALUMINUM
HYDRAULIC SHORING FOR TRENCHES
(a) Scope. This appendix contains informa-
tion that can be used when aluminum hy-
draulic shoring is provided as a method of
protection against cave -Ins in trenches that
do not exceed 20 feet (6.1m) in depth. This ap-
pendix must be used when design of the alu-
minum hydraulic protective system cannot
be performed in accordance with
S1926.652(c)(2).
(b) Soil Classification. In order to use data
presented in this appendix. the soil type or
types in which the excavation is made must
97
I ,I
'J
I
Pt. 1926, Subpt. P, App. D
first be determined using the soil classifica-
tion method set forth in appendix A of sub-
part P of part 1926.
(c) Presentation of information. Information
is presented in several forms as follows:
(1) Information is presented in tabular
form in Tables D-I.l. D-1.2. D-1.3 and E-1.4.
Each table presents the maximum vertical
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-l.l and D-
1.2 are for vertical shores in Types A and B
soil. Tables D-1.3 and D1.4 are for horizontal
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 appen-
dix.
(3) Information explaining the use of the
tabular data is presented in paragraph (e) of
this appendix.
(4) Information illustrating the use of the
tabular data is presented In paragraph (f) of
this appendix.
(5) Miscellaneous notations (footnotes) re-
garding Table D-1.1 through D-1.4 are pre-
sented in paragraph (g) of this appendix.
(6) Figures. illustrating typical Installa-
tions of hydraulic shoring, are included Just
prior to the Tables. The illustrations page is
entitled "Aluminum Hydraulic Shoring;
Typical Installations."
(d) Basis 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. Alu-
minum material is 6061-T6 or material of
equivalent strength and properties.
(2) Hydraulic cylinders specifications. (1) 2 -
inch cylinders shall be a minimum 2 -inch In-
side diameter with a minimum safe working
capacity of no less than 18.000 pounds axial
compressive load at maximum extension.
Maximum extension is to include full range
of cylinder extensions as recommended by
product manufaturer.
(Ii) 3 -inch cylinders shall be a minimum 3 -
Inch inside diameter with a safe working ca-
pacity of not less than 30,000 pounds axial
compressive load at extensions as rec-
ommended by product manufacturer.
(3) Limitation of application.
(1) It is not intended that the aluminum
hydraulic specification apply to every situa-
tion that may be experienced in the field.
These data were developed to apply to the
situations that are most commonly experi-
enced in current trenching practice. Shoring
systems for use in situations that are not
covered by the data in this appendix must be
otherwise designed as specified in
81926.652(c).
(I/) When any of the following conditions
are present, the members specified In the Ta-
29 CFR Ch. XVII (7-1-99 Edition)
bles 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
41926.652.
(A) When vertical loads imposed on cross
braces exceed a 100 Pound gravity load dis-
tributed on a one foot section of the center
of the hydraulic cylinder.
(B) When surcharge loads are present from
equipment weighing in excess of 20.000
pounds.
(C) When only the lower portion or a
trench is shored and the remaining portion
of the trench is sloped or benched unless:
The sloped portion is sloped at an angle less
steep than three horizontal to one vertical;
or the members are selected from the tables
for use at a depth which is determined from
the top of the overall trench, and not from
the toe of the sloped portion.
(e) Use of Tables D -l. i. D-1.2. D -l.3 and D-
1.4. The members of the shoring system that
are to be selected using this information 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 determined in ac-
cordance with the soil classification system
described in appendix A to subpart P of part
1926. Using the appropriate table, the selec-
tion of the size and spacing 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 constant 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 hydrau-
lic cylinder horizontal spacing is the same as
the vertical shore spacing.
(f) Example to Illustrate the Use of the Tables:
(1) Example!:
A trench dug in Type A soil is 6 feet deep
and 3 feet wide. From Table D-1.1: Find
vertical shores and 2 inch diameter cylinders
spaced 8 feet on center (o.c.) horizontally and
4 feet on center (o.c.) vertically. (See Figures
I & 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. vertically.
(See Figures I & 3 for typical installations.)
(3) A trench is dug in Type B soil that does
not require sheeting. but does experience
some minor raveling of the trench face. The
I
I
E
I
1
I
I
I
I
I
I
I.
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
H
I
I
I
LI
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D
trench is 16 feet deep and 9 feet wide. From
Table D-1.2: Find vertical shores and 2 inch
diameter cylinder (with special oversleeves
as designated by footnote #B2) spaced 5.5 feet
o.c. horizontally and 4 feet o.c. vertically.
plywood (per footnote (g)(7) to the D-1 Table)
should be used behind the shores. (See Fig-
ures 2 & 3 for typical installations.)
(4) Example 4: A trench is dug in pre-
viously disturbed Type B soil, with charac-
teristics of a Type C soil, and will require
sheeting. The trench is IS feet deep and 12
feet wide. 8 foot horizontal spacing between
cylinders is desired for working space. From
Table D-1.3: Find horizontal wale with a sec-
tion modulus of 14.0 spaced at 4 feet o.c.
vertically and 3 inch diameter cylinder
spaced at 9 feet maximum o.c. horizontally.
3x12 timber sheeting is required at close
spacing vertically. (See Figure 4 for typical
installation.)
(5) Example 5: A trench Is dug in Type C
soil. 9 feet deep and 4 feet wide. Horizontal
cylinder spacing in excess of 6 feet is desired
for working space. From Table D-1.4: Find
horizontal wale with a section modulus of 7.0
and 2 inch diameter cylinders spaced at 6.5
feet o.c. horizontally. Or. find horizontal
wale with a 14.0 section modulus and 3 inch
diameter cylinder spaced at 10 feet o.c. hori-
zmrtally. Both wales are spaced 4 feet o.c.
vertically. 3x12 timber sheeting is required
at close spacing vertically. (See Figure 4 for
typical installation.)
(g) Footnotes, and general notes. for Tables
D-I.I. D-1.2. D-1.3. and D -I.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 in-
side diameter with a safe working capacity
of not less than 18.000 pounds axial compres-
sive load at maximum extension. Maximum
extension is to include full range of cylinder
extensions as recommended by product man-
ufacturer.
(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. Max-
imum extension is to include full range of
cylinder extensions as recommended by
product manufacturer.
(4) All spacing indicated is measured cen-
ter 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 rav-
eling (sloughing of the trench face) between
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.
399
Pt. 1926, Subpt.
P. App. D
29 CFR Ch. XVII (7-1-99
Edition)
ALUMINUM
HYDRAULIC SHORING
TYPICAL
INSTALLATIONS
FIGURE NO. 1
FIGURE NO. 2
Vt. r YuuMY
•M1WL YGV9
WATtA ILUaM
IWIYYCM
NOGROM AL
GPAC IYG
,IIOM,AL' YMM
M1nn IYYwO[q
ANY UL
SPACING
f —t. MAX.
FIGURE NO. 3
Y{RICY NI-..
•TMAC
Iat*O{Cm
PERT ICAL
SPACING
4' MAX.
A. MAX.
VERTICAL CAI
IGTICAL RAIL
TOAAYLIC CTLIYOER 10'W..
VERTICAL
SPACING
{' MAX.
FIGURE NO. 4
AL w• •Y4Aac A'ICRI C
WAu4 SYITIs
mruu
YOEIAONTAL SPACING A
ERIICAL RAIL E' MAX.
"'''CAL
SPACING
GTORAYUC
CYLINCER
PLY Y000
YPRIONT
SNEETINC
Occupational Safety and Health Admin., labor
0
z
0
x
a
oF
<x,y
Pt. 1926, Subpt. P. App. D
a
a
y.
Ypp_1
=
z
W F
i
O
z
6
m N
W
U
z
0
0
Naa
0
W
0
o
a
_z
N
a
Z
3
C
U
U
3
U
z
=
<(U0.
Fu
d
^
>H
0
�Fzc
..i
Z
s
CO
Co
a
x
S
N
V
Q
Q
Vl
N
>—o_-
>p,ry
o_^
0
401
Pt. 1926, Subpt. P, App. D
(
j�//
/■
-
S)
29c Ch. XVII (1-1-99 Edition)
k(
/`
`§
\/
O
_
§z
[
§
z
o
C'
z
k
X-0
°
&
(
|$2
\
=
,
In
§\&
°
\
�` °
/
|:j
\
�—
\/
>
Lu
!
402
»
,
I
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D
O
In
en
IC
in
aof z z z z z z z z z
n n n n n en m n n
6 Y
(JO
O O O O O O N O O
o� 0< fJ ,O W O N b Q V
N N U Z WV O Qq N
o z z z z Iu z z z z z a
I" 3<('10N0 M N Q xl ,+I N ,n T „
= V 0.Z �j a Z Z Z I
H 4f m ap O x
= to a < 0 w W u e o 0 0 0 0 �n o o
< �>> iw m a r e �� r 'c a e
W❑Cv}i, > O o
..l ❑C =
—w� 'o
m X0w oI Z Z Z Z Z Z Z Z Z ,Jj
F- N N m N ,n n N en n $
Z3� '` ..C
0 o o 0 0 0 �,. o o
m P ,V ,p m O �n `6 P V
Sy 0
@ Y
r q o in O o v, 0 0
Ej0 Z m r v i v_ ri n o -
WO "^^$
_b° E
m x x
x X X E
F o OO a sy6 < ..
' fL Z W W N F _O LLI O N h F e C 2'""
0 o W ° > -, o
❑ V V
O
v o
1 z Z
I
403
Pt. 1926, Subpt. P, App. D
ac Ch. XVII (7-1-99 Edition)
(
I
I
I
§
(
|§(
[
I
I
I
§
§
;
^
z
z
z
!
!
!
!
!
§
(
2
§.c
!
,
•
\\}\(!/\q\\\\
ZE
\\!\\
-
`
z
f§
-
-z
-
-
-xxx
-
\
:/
|\:;;_:_;=
2
C
\
`
N
`
_
_
03
r
-
-
-
/
\
\
`/^
^(
\
O
k`/®
APPENDIX E TO SUBPART P-ALTERFATIVES TO TIMBER SHORING
I
1
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. E
Figure 1. Aluminum Hydraulic Shoring
I.
wg.
1 "S.
uyiCw
I '
t6" MAX. VERTICAL RAIL
' i) HYDRAULIC CYLINDER
i
VII
VERTICAL YI un
SPACING c dw
o' m
C 111 4
4 MAX.fltJ.I
we„
MA%.
I.
Figure 2. Pneumatic/hydraulic Shoring
II
0 0
I
O O O O
1
1
405
I.
1
I
I
Pt. 1926, Subpt. P. App. F 29 CFR Ch. XVII (7-1-99 Edition) ,
Figure 3. Trench Jacks (Screw Jacks)
Figure 4. Trench Shields
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 profes-
sional engineer in accordance with § 1926.652 (b) and (c).
11.
I
I
I
I
I
I
Li
Li
C1
Li
Li
I
L.
I
Occupational Safety and Health Admin., Labor
Is the excavation more
than 5 feet in depth?
Is there potential
for cave—in?
Excavation may. be
made with
vertical sides.
Excavation must be
sloped, shored, or
shielded.
se
Co to Figure 2
Pt. 1926, Subpt. P, App. F
Is the excavation
entirely in stable rock?
Co to Figure 3
FIGURE 1 - PRELIMINARY DECISIONS
407
Pt. 1926, Subpt. P, App. F
Excavation must comply with
one of the following three
options:
Option 1:
S1926.652 (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.
Option 3:
.51926.652 (b)(4) which
requires the excavation
to be designed by a
registered professional
engineer.
29 CFR Ch. XVII (7-1-99 Edition)
Sloping selected as the
method of protection
Will soil classification
be made in accordance
with 31926.652 (b)?
l:
Excavations must comply
withf1926.652 (b)(1) which
requires a slope of 1½N:1V
(346).
FIGURE 2 - SLOPING OPTIONS
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. F
Shoring or shielding selected
as the method of protection.
F
seification ie required
ring or shielding is
he excavation must comply
of the following four
Option I
51926.652 (c)(1) which requires
Appendices A and C to be followed
(e.g. timber shoring).
Option 2
51926.652 (c)(2) which requires
manufacturers data to be followed
(e.g. hydraulic shoring,trench
jacks, air shores, shields).
Option 3
$1926.652 (c)(3) which requires
tabulated data (see definition)
to be followed (e.g. any system
as per the tabulated data).
Option 4
51926.652 (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
409
I
I
I
I
I
I
I
I
I
[I
I
I
Ii
I
I
I
I
DIVISION 2- SITE WORK
SECTION D2
I
i
TABLE OF CONTENTS
I. FOR
PART D -SPECIAL CONDITIONS
' DIVISION 2
SITE WORK
' Section on Subject
D2-1 SITE PREPARATION
' D2-2 REPLACEMENT OF MANHOLE FRAMES AND COVERS AND
INSTALLATION OF WATERTIGHT INSERTS
D2-3 REPLACEMENT OF MANHOLE FRAME AND GRADE ADJUSTMENTS
' D2-4 SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS
' D2-5 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES
D2-6 REPLACEMENT OF MANHOLE BENCH AND TROUGH
' D2-7 MANHOLE GROUTING
D2-8 INTERIOR MANHOLE COATING (STRONG SEAL SYSTEM)
D2 -8A INTERIOR MANHOLE COATING (QUADEX SYSTEM)
' D2 -8B INTERIOR MANHOLE COATING (RAVEN LINING SYSTEM)
D2 -8C INTERIOR MANHOLE EPDXY COATING
D2-9 EXCAVATION
D2-10 BACKFILL
D2-11 SANITARY SEWER REPAIRS
D2-12 CURED -IN -PLACE PIPE*
D2-13 SANITARY SEWER CONSTRUCTION*
' D2-14 CONCRETE STRUCTURES
D2-15 CLEANING AND TELEVISION INSPECTION OF EXISTING
' SANITARY SEWERS*
D2-16 WATER DISTRIBUTION SYSTEM*
D2-17 RESTORATION
* Not included in this contract.
i B
D2-1 SITE PREPARATION
1. Clear areas necessary for performance of the work and
confine operations to that area provided through
easements, licenses, agreements and rights -of -way.
Entrance upon any lands outside of that area provided
by easements, licenses, agreements or public
rights -of -way, shall be at the Contractor's sole
liability.
2. Do not occupy any portion of the project site prior to
the date established in the Notice to Proceed without
prior approval of the Owner.
Materials
Not specified
Execution
1. General
Remove, relocate, reconstruct or work around natural
obstructions, existing facilities and improvements
encountered during site preparation as herein
specified. Take care while performing site preparation
work adjacent to facilities intended to remain in
place. Promptly repair damage to existing facilities.
Dispose of waste materials in a lawful manner off the
work site.
Surface Obstructions
a. Saw cut obstructions in straight lines or remove
it to the nearest construction joint if located
within five feet of the centerline of the trench.
In no case shall the joint or line of cut be less
than one foot outside the edge of the trench.
Reconstruct surface obstructions removed to permit
construction as specified and to the dimensions,
lines and grades of original construction.
Restore damaged utilities as required by the
utility company at no additional cost to the
Owner.
b. Protect, move, or brace public and private
utilities as specified in Section D1-5.
D2-1(1) City of Fayetteville
Sewer System Improvements
Maintain mailboxes
Service requires in
of mail delivery.
in the manner that the Postal ,
order to prevent interruption
d. Site preparation includes the removal of trees,
shrubs, brush, crops, and other vegetation within
the limits of the easements (right-of-way), or as
may be provided for in licenses, permits and
agreements. All efforts shall be made to retain
existing landscaping. In the event that trees,
shrubbery, and hedges cannot be saved, then prior
approval of the Owner and the Owner's
Representative must be obtained before the
existing landscaping is removed.
1) Trees
All trees shall be saved unless removal is
approved by the Owner and the Owner's
Representative. Trim trees in accordance
with the Owner's instructions.
2) Shrubbery
Shrubbery shall be saved unless removal is
approved by the Owner and the Owner's
Representative. Make reasonable efforts to
save all shrubbery by trimming, in accordance
with acceptable pruning practices, and
treating wound surfaces with a commercial
pruning compound.
3) Small Plants and Flowers
At least two weeks prior to the start of
construction notify property owners of the
proposed starting date so that the property
owners can remove any small plants or
flowers.
e. Fences interfering with construction, and located
within public rights -of -way or as may be allowed
for in permits or agreements, may be removed only
if the opening is provided with a temporary gate
which will be maintained in a closed position
except to permit passage of equipment and
vehicles, unless otherwise herein specified.
Fences within temporary construction easements may
be removed provided that temporary fencing is
installed in such a manner as to serve the purpose
of the fencing removed.
Fencing removed shall be restored to the condition
existing prior to construction unless otherwise
specified. The Contractor is solely liable for the
straying of any animals protected or corralled or
other damage caused by any fence so removed.
J
I
I
Li
r
C
I
LI
I
I
I
E
I
U
City of Fayetteville D2-1(2)
Sewer System Improvements
H
C
f. Private Sewer Facilities
Make every reasonable effort to protect private
' sewer facilities. Private sewer facilities are
not shown on the Plans. When these facilities are
disturbed or damaged by the work, make necessary
' repairs to the facilities to maintain continuous
service prior to the close of the work day at no
additional cost to the Owner.
g. Property Pins
I
I
I
I
H
H
LI
I
I
I
Preserve property corners, pins and markers. In
the event any property corners, pins, or markers
are removed by the Contractor, such property
points shall be replaced at the contractor's
expense and shall be re -set by competent surveyors
properly licensed to do such work. In the event
such points are section corners or Federal land
corners, they shall be referenced and filed with
the appropriate authority.
h. Sodded and Landscaped Areas
Minimize disturbance to sodded and/or landscaped
thoroughfares and areas on or adjacent to improved
property. Do not use such areas as storage sites
for construction supplies and insofar as
practicable, keep free from stockpiles or
excavated materials.
Subsurface Obstruction
a. Where existing utilities and service lines are
encountered, notify the Owner thereof at least
48 hours (not including weekends and/or holidays)
in advance of performing any work in the vicinity.
Excavate, install pipeline and backfill in the
vicinity of such utilities in the manner required
by the respective Owner and, if requested, under
his direct supervision. The Contractor shall be
responsible for damages to a public or private
utility that may occur as the result of the
construction.
b. Protect, move, or brace public and private
utilities as specified in Section D1-5.
c. Make a reasonable effort to ascertain the
existence of obstructions and locate obstructions
by digging in advance of machine excavation where
definite information is not available as to their
exact location. Where such facilities are
unexpectedly encountered and damaged, notify
responsible officials and other affected parties
I
D2-1(3) City of Fayetteville
Sewer System Improvements
and arrange for the prompt repair and restoration
of service.
D
Measurement and Payment
No contract prices are established for Site Preparation.
END OF SECTION D2-1
City of Fayetteville D2-1(4)
Sewer System Improvements
I
IA
I
I
I
I
I
L
I
Li
I
I
I
I
D2-2 REPLACEMENT OF MANHOLE FRAMES AND COVERS
AND INSTALLATION OF WATERTIGHT INSERTS
1. Description
This Section describes replacement of manhole frames and
covers and the installation of watertight manhole
inserts. Manholes designated for replacement of frames
and covers are listed on the Manhole Rehabilitation
Schedule in Section G.
it
Frames
a. Frame material shall be cast iron, gray iron or
ductile iron conforming to ASTM A 48-83, Class 35 or
better. The frame shall exhibit a tensile strength
of not less than 35,000 psi.
b. Frames for standard manholes shall be Deeter 1266,
or approved equal.
c. Bearing surfaces between the ring and cover shall be
machine finished or ground to assure nonrocking fit
in any position, and interchangeability.
Covers
a. The replacement cover shall form a water resistant
seal between the frame and manhole cover surface.
The cover shall have concealed pick holes and a
machined bearing surface on the bottom of the
casting. The cover shall conform to ASTM A 48-83,
Class 35 or better, for Gray Iron. The cover shall
have a tensile strength of 35,000 psi.
b. A typical standard manhole cover design shall be
Deeter 1266 or approved equal.
c. Covers shall set flush with the rim of the frame and
shall have no larger than a 1/8 -inch gap between the
frame and cover.
d. Bearing surfaces shall be machine finished.
I
D2-2(1) City of Fayetteville
Sewer System Improvements
L
3. Watertight Manhole Inserts
' This standard covers the furnishing and installation of
watertight gasketed manhole inserts in the sanitary
sewer collection system.
'• a. Materials and Design
1) The manhole insert shall be of corrosion -proof
high density polyethylene that meets or exceeds
' the requirements of ASTM D1248, Category 5,
Type III.
2) The minimum thickness of the manhole insert
shall be 1/8".
3) The manhole insert shall have a gasket that
• provides positive seal in wet or dry conditions.
• The gasket shall be made of closed cell neoprene
rubber and meet the requirement of ASTM D1056,
or equal.
4) The manhole insert shall have a strap for
removing the insert. The strap shall be made of
' minimum 1" wide woven polypropylene or nylon
webbing, with the ends treated to prevent
unravelling, Stainless steel hardware shall be
' used to securely attach strap to the insert.
5) The manhole insert shall have one or more vent
holes or valves to release gases and allow water
' inflow at a rate no greater than 10 gallons per
24 hours.
' b. Installation
1) The manhole frame shall be cleaned of all dirt
and debris before placing the manhole insert on
' the rim.
2) The manhole insert shall be fully seated around
the manhole frame rim to retard water from
seeping between the cover and the manhole frame
rim.
1 3) Manhole inserts shall be furnished and installed
in all manholes that do not presently have a
watertight insert as determined by the Engineer
' and Contractor. They shall also be installed at
all complete or partial replacement manholes,
and at other manholes designated by the
Engineer.
' Manhole inserts shall be installed in manholes
with pipe diameters measuring 15 inches and
smaller.
' City of Fayetteville D2-2(2)
Sewer System Improvements
4. Bolts for Bolt Down Covers
a. Materials and Design
1) The bolts for bolt down covers shall be ASTM
' A325 or better. They shall meet the
manufacturer's recommendations as replacement
bolts for the existing frame and cover.
' b. Installation
1) The bolts shall be installed as per the
' manufacturer's recommendations for the required
ft/lbs of torque for tightening.
2) All existing female bolt threads shall be
thoroughly cleaned and those deemed as
deteriorated and unusable by the Engineer shall
be re -threaded.
' 3) All gaskets encountered on bolt down covers
shall be replaced. There will be no separate
pay item for gaskets.
4) The payment for replacement of bolts for bolt
down covers shall include materials, labor and
equipment for complete installation and be paid
for per each cover. If the existing bolt down
frame and cover is determined to be
insufficient and cannot be reused, the
Contractor shall notify the Engineer.
C. Execution
' 1. The contractor shall be responsible for supplying the
required material for the replacement of manhole frames
and covers, including the unloading, temporary storage,
and transporting of the materials.
2. The replacement manhole frame shall be compatible with
' the replacement manhole cover specified insuring a water
resistant seal between frame and cover.
' 3. Seal replacement frames to the existing manhole in
accordance with Section D2-4.
4. Manhole frames that are observed to be cracked, broken,
' pitted, or contain gaps in the bearing surface
preventing a water resistant seal shall be replaced.
5. Remove scrap frames and covers from site.
6. Contractor shall clean the existing bolt holes and
re -tab if necessary.
I
I
D2-2(3) City of Fayetteville
Sewer System Improvements
I
I
I
H
H
H
H
D.
I
I
I
I
I
I
H
LJ
I
I
7. The replacement manhole cover bolts shall be compatible
with the existing waterproof manhole cover and frame
insuring a water-resistant seal between frame and cover.
8. Manhole cover bolts found to be missing but not
indicated on the Manhole Rehabilitation Schedule shall
be replaced in accordance with this Section, if
authorized by the City.
9. Manhole frames or covers that are observed to be
defective or contain defective threads preventing a
water-resistant seal shall be replaced in accordance
with this Section, or Section D2-3 and Section D2-4.
10. Contractor shall be responsible for evaluating the
condition of the manhole lid gasket, and if found to be
defective, the gasket shall be replaced.
1. Payment shall be based on the Contract Unit Price per
manhole frame and cover or manhole bolts replaced and
shall be for material only. Payment for sealing of the
manhole frame and surface restoration shall be paid for
in accordance with Section D2-4. Payment for
replacement of the manhole cover, frame, or bolts not
indicated on the Manhole Rehabilitation Schedule, but
authorized to be replaced by the City, shall be paid for
in accordance with this Section, or Section D2-3 and
Section D2-4. No separate or additional payment will be
made for any lid gaskets replaced.
2. Payment for Watertight Manhole Inserts shall be at the
Contract Unit Price per each insert actually furnished
and installed.
END OF SECTION D2-2
' City of Fayetteville D2-2(4)
Sewer System Improvements
C
I
I
I
I
[I
D2-3 REPLACEMENT OF MANHOLE FRAME AND GRADE ADJUSTMENTS
A. General
1. Description
This section describes replacement of existing defective
manhole frame grade adjustments and the installation of
new adjustments where existing manholes must be raised.
Manholes designated for replacement of frames are listed
on the Manhole Rehabilitation Schedule in Section G.
Installation of new adjustments where existing manholes
must be raised will be designated by the Engineer.
Materials designated for shallow manhole construction
are given on the Drawings.
' B. Materials
LI
I
I
L
I
L
I
[,
1. Precast Concrete Adjustment Rings
a. Precast concrete grade adjustment rings and flattops
shall conform to the requirements of ASTM C-478 and
shall be one continuous structure. To accommodate
steep surface grades, non -uniform precast adjustment
rings may be manufactured so that they are two -inches
deep on one side and three -inches deep on the
opposite side. In no instance may any non -uniform
precast adjustment rings be less than two -inches
thick or be of multiple piece construction.
Adjustment rings of uniform thickness shall be at
least two inches thick.
b. The replacement precast grade adjustments shall
provide a structural capacity equal to or greater
than the existing or specified manhole frame, and
shall not affect the opening size or surface
appearance.
c. Cracked or multiple piece precast concrete grade
adjustment rings will not be accepted.
d. Flattop Section shall have a 24 -inch diameter opening
and the following minimum thickness:
a. 8 -inch in nontraffic areas for 48 -inch diameter
I. manhole
b. 10 -inch in non -traffic areas for 60 -inch diameter
' c. 10 -inch in traffic areas/design for H-20 loading
I
I
D2-3(1) City of Fayetteville
Sewer System Improvements
I
C. Execution I
1. Existing Grade Adjustment Rings
a. Existing grade adjustment rings constructed of
precast concrete may be reused provided they are not '
cracked and are in otherwise good condition.
b. Existing frame grade adjustments that are constructed
of brick, block, or materials other than precast
concrete rings shall be replaced.
2. Seal frame and grade adjustments in accordance with
Section D2-4.
3. Existing flattops found to be defective shall be
replaced.
4. Seal flattops in accordance with Section D2-4.
D. Measurement and Payment
1. Payment shall be made at the Contract Unit Price per
vertical foot for new precast grade adjustments. This
shall be for the cost of the new precast concrete
adjustment material only. Payment for grade adjustments
with a nonuniform depth shall be based on the average '
vertical depth dimension. All other material costs and
labor costs shall be compensated in payment made at the
Contract Unit Price for sealing of frame and grade
adjustments.
2. Payment will not include the height of joint material.
3. Existing adjustments that are reinstalled are not
eligible for payment.
4. Payment for sealing of the frame and grade adjustments '
shall be paid for in accordance with Section D2-4.
5. Payment for flattop replacement shall be at the Contract '
Unit Price per flattop replaced and shall include
payment for sealing of the flattop in accordance with ,
Section D2-4.
I
END OF SECTION D2-3
I
City of Fayetteville D2-3(2)
Sewer System Improvements
I
I
I
1.
D2-4 SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS
A. General
1. Scope
This section governs the materials required and
construction procedures for sealing manhole frames and
grade adjustments. Manholes designated for sealing of
frame and grade adjustments are listed in the Manhole
Rehabilitation Schedule in Section G.
B. Materials
' 1. Bitumastic Gasket Material
' Bitumastic gasket material shall meet or exceed Federal
Specification SS -S -210A. The material shall show no
signs of deterioration for a period of 30 days when
' immersed in solutions of acid, alkali or saturated
hydrogen sulfide. Joints shall show no sagging when
tested at 135F for a period of five days. Bitumastic
' Gasket Material shall be EZ-STIK. Trowelable bitumastic
material shall be GS -702 compound or equal.
' 2. Precast Grade Adjustments and Flattops, shall be as
specified in Section D2-3.
' 3. Concrete Bonding Agent
Bonding agent shall be Acyrl #60 as manufactured by the
Thuro-Seal Company or equal.
4. Portland Cement Concrete
' As specified in Section D2-16.
5. Polyethylene
Minimum thickness of 4 mils.
I
I
I
D2-4(1) City of Fayetteville
Sewer System Improvements
Li
C. Execution
1. Excavation
a. Nonpaved Areas
Excavate adjacent to the manhole to expose the
entire frame to a minimum depth of 6 -inches
below the top of the structurally sound structure.
Limit excavation to a 6 -foot by 6 -foot work area.
The sides of the trench shall not deviate from the
vertical for more than 1/2 inch for each foot of
depth.
b. Paved Areas
Make a square or rectangular full depth sawcut and
remove the pavement by breaking out from the sawcut
toward the manhole to avoid breaking the frame. Do
not use pavement breaking equipment in the sawcut.
Frames broken during excavation shall be replaced at
the Contractor's expense. Excavate the work area to
expose the entire frame to a minimum depth of
6 -inches below the top of the structurally sound
structure.
2. Sealing Procedure
a. Remove manhole frame from the manhole structure.
Separate and observe the condition of the grade
adjustments. If the grade adjustments are loose,
deteriorated, broken, or show structural defects
replace them in accordance with these
Specifications. Replace adjustments that are
constructed of brick, block, or materials other than
precast concrete rings with precast concrete rings,
or where necessary, and approved by the Owner's
Representative, a precast flattop section. Precast
concrete and rubber rings, or a precast concrete
flattop sections will be the only adjustments
allowed.
b. In brick or block manholes where it is difficult to
determine where grade adjustments and walls meet,
replace the upper portion of the manhole to a point
24 inches below the frame. If the walls or cone
section below this level are structurally unsound,
notify the Owner's Representative prior to
replacement of the grade adjustments or manhole
frame. Existing brickwork, which is structurally
I
I
Li
I
`d
I
I
[H
Li
I
I
I
I
LI
City of Fayetteville D2-4(2)
Sewer System Improvements
I
I
I
Li
I
I
I
I
I
L
Li
Li.
I
I
L
I
satisfactory, if damaged by the Contractor shall be
replaced at the Contractor's expense.
c. Wire brush manhole frame and exposed manhole
surfaces to remove dirt and loose debris. Coat
exposed manhole surfaces with an approved bonding
agent followed with an application of a quick
setting hydraulic cement to provide a smooth working
surface as thin as possible.
d. If the inside diameter of the manhole is too large
to safely support new adjustments or frame, then a
flattop section shall be installed.
e. Joint surfaces between the frame, adjustments, and
cone section shall be free of dirt, stones, debris,
and voids to ensure a watertight seal. Place a
flexible gasket joint material, minimum 1/2 inch
thick, in two concentric rings along the inside and
outside edge of each joint. Position the butt joint
for each length of joint material on opposite sides
of the manhole. No steel shims, wood, stones, or
any material not specifically accepted by the
Owner's Representative may be used to obtain final
surface elevation of the manhole frame.
f. When precast concrete grade adjustment rings are
placed on the manhole structure to obtain proper
grade, no more than 24 vertical inches may be used,
unless approved by the Owner's Representative.
g. Seal the rubber manhole adjusting ring to the precast
concrete adjusting ring and the manhole frame as
shown on the drawings.
h. In paved areas or future paved areas, castings shall
be installed by using a straight edge not less than
ten (10) feet long so that the top of casting will
conform to the slope and finish elevation of the
paved surface. The top of the casting shall be
1/8 inch below the finished elevation. Allowances
for the compression of the joint material shall be
made to assure a proper final grade elevation.
i. Manhole rims in parkways, lawns and other improved
lands shall be at an elevation not more than one (1)
nor less than one-half (1/2) inch above the
surrounding ground. Backfill shall provide a
uniform slope from the top of manhole casting for
not less than three (3) feet each direction to
existing finish grade of the ground. The grade of
D2-4(3) City of Fayetteville
Sewer System Improvements
I
all surfaces shall be
grade by string lining
the manhole.
checked for proper slope and
the entire area regraded near
j. Manholes in open fields, unimproved land, or
drainage courses shall be set as required by the
Owner's Representative.
k. On non -paved manholes, exterior surfaces of all
exposed grade adjustments and four inches below
sound structure shall be cleaned with a wire brush
and then waterproofed with trowelable bitumastic
gasket material in accordance with the
manufacturer's specifications. A protective
polyethylene cover shall be placed over the
waterproofing material when backfilling, following
sealing of the frame and grade adjustment.
I
I
I
I
3. Backfill ,
a. Non -paved
Excavated material subject to review of the Engineer
shall be used for backfill and mechanically
compacted following sealing of the frame and grade
adjustments. Bentonite may be added to backfill at
the Contractor's discretion. The level of the
backfill shall be to one inch above the frame bottom
with the removed topsoil being placed on top of the
compacted impervious backfill prior to replacement
of sod.
b. Paved
Portland cement concrete (c.f. Section D2-17(4))
shall be used for backfill following sealing and
testing of the frame and grade adjustments to
prevent compaction of the joint material and extend
to 6 inches below the top of structurally sound
structure as shown on the Detail for Manhole
Restoration.
4. Restoration
Restore surfaces in accordance with Section D2-17.
Grassed areas shall be replaced with sod to match
existing conditions. Pavement replacement shall match
existing pavement material. Restoration of all surfaces
will not be paid for separately.
I
I
H
I
I
L
I
City of Fayetteville D2-4(4)
Sewer System Improvements
C
5. Testing of Rehabilitated Frame and Grade Adjustment
Seals.
Test rehabilitated frame and grade adjustment seals for
watertightness in accordance with Section D1-7.
D. Measurement and Payment
Items listed below shall be paid for separately. Cost of
all items not specifically listed for separate payment shall
be considered incidental to the contract.
1. Non -paved frame and grade adjustment sealing.
2. Paved frame and grade adjustment sealing.
3. Flattop sections.
Unit Price for sealing frames and grade adjustments shall be
eligible for 60 percent payment after the repair is made, an
additional 10 percent is eligible after testing is complete
and an additional 30 percent is eligible after restoration
is complete (less retainage if applicable).
The Unit Price bid for these items shall include all labor
and equipment necessary to complete the work described,
including, but not limited to, sawcut, pavement removal,
' excavation, sealing of manhole frame and adjusting rings,
backfill, testing, pavement repair, seed, and sod. The cost
of grade adjustment materials shall be paid in accordance
with Section D2-3.
END OF SECTION D2-4
I
L
El
I
[I
I
D2-4(5) City of Fayetteville
Sewer System Improvements
I
D2-5 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES
A. General
1. Description
' This section describes complete and partial replacement
of manholes.
' B. Materials
Ii. Precast concrete manholes will be allowed for complete
manhole replacements and precast concrete sections will
be allowed for partial replacement of manholes.
' Manholes and sections shall conform to the requirements
of ASTM C-478 and shall be as specified in
Section D2-14.
2. Frames and covers shall be as specified in Section D2-2.
3. Exterior surfaces of manhole sections shall be coated
' with two mop coats of coal tar epoxy paint, Kop Coat
"Bitumastic Black Solution", Tnemec, "46-450 Heavy
Tnemecol", or equal. Dry film thickness shall be a
' minimum of 14.0 mils per coat. Recoating shall be done
in accordance with manufacturer's recommendations.
4. Opening for each connecting pipe shall be circular with
' a compression type flexible rubber gasket cast
integrally into the manhole wall. Flexible gaskets
shall be manufactured in accordance with rubber joint
' specification ASTM C 443 and shall meet the performance
and test requirements of ASTM C 425 for compression
joints. Flexible gaskets shall include a coupling with
O -Ring Gasket, A-Lok, Presswedge, or equal.
' 5. Preformed and trowelable bitumastic joint sealants shall
be EZ-STIK, or equal. The minimum dimension of
' preformed material shall be one-half (1/2) inch square.
6. Backfill shall be in accordance with Section D2-10.
' 7. Mission couplings with stainless steel outer band or
equal shall be utilized to connect replacement pipe to
existing pipe. Encase the joint with concrete a minimum
' distance of 12" each side of the coupling. Replacement
pipe shall be of the same size as existing pipe. Pipe
shall be Schedule 40 PVC meeting ASTM D-3034 for 4 -inch
' pipe, SDR 26 PVC, meeting the requirements of
ASTM D-3034 for pipes 6 inches through 15 inches in
diameter, and of ASTM F-794 or ASTM F-679 for pipes 18
inches or larger in diameter.
I
D2-5(1) City of Fayetteville
Sewer System Improvements
I
C. Execution '
1. Complete Manhole Replacement
a. Manholes designated for complete replacement shall
be completely reconstructed using cast -in -place or
new precast concrete sections (c.f. Section D2-14).
The existing manhole structure shall be completely
removed prior to installation of the new structure.
b. The Contractor shall remove all debris and prevent
any material from entering the sewer line. Debris
shall be taken to a landfill or dump site approved
by the Owner.
c. All sanitary and storm pipe damaged during
excavation shall be replaced at no additional
compensation unless otherwise noted.
d. Any incoming pipes which are 2 feet or more above
the outgoing invert elevation shall be equipped
with outside drop connections.
e. Complete manhole replacement shall also include
replacement of frame, cover, bench/trough, sealing
of frame, replacement of sewer line within five (5)
lineal feet outside of the manhole, frame and grade
adjustments, and surface restoration.
f. Where determined by the engineer that a good
connection can not be made, the contractor will be
paid for additional footage outside of the five (5)
lineal feet covered by the complete manhole
replacement bid item and be paid for at the unit
price per lineal foot for additional pipe.
2. Partial Manhole Replacement
a. The extent of partial manhole replacement shall be
based on the depth of deterioration shown on the
rehabilitation schedule. The Owner's
Representative shall be notified if additional
deterioration exists. The remaining structure shall
be capable of supporting the newly constructed
portions of the manhole.
b. Excavate the work area to expose the entire depth
of deterioration in the existing manhole to a
minimum depth of 6 inches below the top of
structurally -sound structure.
c. Perform reconstruction to allow easy access to the
manhole. No more than 12 inches of depth of
precast concrete grade adjustment rings shall be
allowed to obtain proper grade.
City of Fayetteville D2-5(2)
Sewer System Improvements
I
' d. Seal manhole joints in accordance with
Section D2-4.
' e. Precast concrete corbel, or barrel sections may be
used as necessary. The diameter of the sections
shall be consistent with the existing remaining
' structure. Place a flattop section on existing
manhole structure prior to setting sections.
Flattop sections shall not overhang existing
manhole structures by more than 6 inches. If the
' clearance from the underside of the proposed
flattop to the manhole invert is less than 4 1/2
feet, the manhole shall be completely replaced.
' f. Partial manhole replacement shall also include
replacement of frame, cover, sealing of frame,
frame and grade adjustments, and surface
'restoration.
g. Remove any debris in any manhole which has had work
performed on it.
3. Shallow manholes shall be constructed at locations in
the sanitary sewer system where depths are less than
four feet, or as directed by the Engineer. Shallow
manholes shall be constructed from 4000 psi concrete,
formed in place as detailed in Section E on the Manhole
Rehabilitation Details.
4. Testing of Reconstructed Manholes
Test manholes in accordance with Section D1-7.
' D. Measurement and Pate
1. Measurement and Payment for complete and partial
replacement of manholes -shall be as specified in
Section D2-14, Part D - Measurement and Payment.
2. The Unit Price for complete and partial manhole
' replacement shall be eligible for 60 percent of the bid
price after the repair is made, an additional 10 percent
is eligible after testing is complete and an additional
30 percent is eligible after restoration is complete.
END OF SECTION D2-5
D2-5(3) City of Fayetteville
Sewer System Improvements
I
' D2-6 REPLACEMENT OF MANHOLE BENCH AND TROUGH
Ii. Description
This section describes replacement of defective manhole
bench and trough. Manholes designated for replacement
' of bench and trough are listed on the Manhole
Rehabilitation Schedule in Section G.
I Refer to Section E - Manhole Rehabilitation Details for
Typical Bench and Trough Replacement Detail.
' B. Materials
1. Materials for Bench and Trough Replacement
Portland Cement concrete in accordance with D2-17.
C. Execution
' 1. Procedure for Bench and Trough Replacement
The existing deteriorated bench and trough area shall be
'
completely removed. Care must be taken to avoid
damaging other areas of the manhole structure. Loose
and broken concrete shall be routinely removed from the
• manhole to eliminate the possibility of pieces entering
• the sewer lines. After removal of loose and broken
concrete, a new bench and trough shall be formed.
Sanitary sewer service shall be maintained during bench
and trough replacement. If the manhole does not have an
existing concrete base, minimum bench and trough
' thickness shall be 4 inches. Bench and trough shall be
constructed as per Section D2-14.
2. Finishing
a. The bench and trough shall be furnished in such a
manner so that a watertight seal, exists between the
manhole walls, pipe, and bench/trough area.
I
i
b. The trough shall be troweled so that the wetted
surface is smooth. The invert of the trough shall
form a continuous conduit with the sewer pipe
entering and leaving the manhole provided that the
pipe was originally constructed or intended to be
D2 -6(l) City of Fayetteville
Sewer System Improvements
I
constructed in this manner. Care shall be taken to
prevent the degradation of freshly poured troughs.
c. The bench and trough shall be cleaned of silt,
debris or foreign matter of any kind.
3. Testing of Bench and Trough Replacements ,
Test of bench and trough replacements for watertightness
in accordance with Section D1-7.
D. Measurement and Payment I
Payment shall be based on the Contract Unit Price per each
manhole as indicated in the Manhole Rehabilitation Schedule
in Section G. The Contract Unit Price shall be payment in
full for performing the work and for furnishing all labor,
supervision, materials, equipment, and testing necessary to
complete the work including removal of the existing
defective bench and trough, and installation and sealing of
the replacement bench and trough. '
END OF SECTION D2-6 '
I
I
I
I
I1
I
I
I
City of Fayetteville D2-6(2)
Sewer System Improvements '
I
I
D2-7 MANHOLE GROUTING
1. Scope
' This section governs all work, materials and testing
required for the pressure grouting of manhole defects.
' Manholes or sections of manholes with active leaks are
shown on the Manhole Rehabilitation Schedule in
Section G or will be designated by the Engineer for
' manhole grouting.
2. Description
The Contractor shall be responsible for the furnishing
of all labor, supervision, materials, equipment, and
' testing required for the completion of pressure grouting
of manhole defects in accordance with the Contract
Documents.
3. Manufacturers Recommendations
Materials, additives, mixture ratios, and procedures
' utilized for the grouting process shall be in accordance
with manufacturers' recommendations.
' 4. Manholes
Manholes to be grouted may be of brick, block, pre -cast,
or poured concrete construction.
B. Materials
1. Scope
' This section governs the materials required for
completion of pressure grouting of manhole defects.
2. Grouting Materials
a. Urethane Gel Grout
1 1) Urethane gel grout, such as Scotch -Seal 5610 gel
or equal shall be a hydrophilic polymer. The
' chemical shall be mixed within the range of from
8 to 10 parts of water and shall contain a
reinforcing agent supplied by the same
manufacturer. The material shall gel and cure
' D2-7(1) City of Fayetteville
Sewer System Improvements
;I
to a tough flexible elastomeric condition. When ,
wet, the gel shall exhibit strength properties
of at least 25 psi tensile at 150 percent '
elongation. The material shall not change in
linear dimension more than eight percent when
subjected to wet and dry cycles.
2) The chemical grout shall be applied so as to
have the grout material flow freely into the
defects. To avoid any wastage of the material
flowing through the defects gel control agent
may be added. The following properties shall be
exhibited by the grout:
a) Documented service of satisfactory
performance in similar usage.
b) Controllable reaction times and shrinkage
through the use of chemicals supplied by the
same manufacturer. The minimum gel set time
shall be established so that adequate grout
travel is achieved.
c) Resistance to chemicals; resistant to most
organic solvents, mild acids and alkali.
d) Compressive recovery return to original
shape after repeated deformation.
e) The chemical shall be essentially non-toxic '
in a cured form.
f) Sealing material shall not be rigid or I
brittle when subjected to dry atmosphere.
The material shall be able to withstand '
freeze/thaw and moving load conditions.
g) Sealing material shall be noncorrosive.
3) A reinforcing agent such as Scotch -Seal Brand
5612 reinforcing agent or equivalent shall be
utilized in accordance with manufacturer's
recommendations. Any 5612 reinforcing agent
which contains lumps must be discarded. Care
must be taken to be sure that the pH of the
water in the tank is from 5 to 9. As a
precaution against the possibility of the pH
being outside this range, take a small amount of
water from the tank to which Gel Reinforcing
Agent 5612 is to be added. Add a few drops of
5612 to this test sample. Scotch -Seal Brand Gel
City of Fayetteville D2-7(2)
Sewer System Improvements
I
I
I
I
I
I
C
I
C
I
I
I
[J
r
I
I
L
I
3
0
5
Reinforcing Agent 5612 should disperse readily.
If precipitation occurs, drain the tank and
retest. Repeat as necessary until dispersion
occurs. If dispersion does not occur, do not
use the water source.
4) A filler material such as Celite 292
(diatomaceous earth) from John Mansville or
equivalent shall be utilized. The addition of
the filler material shall not exceed the
quantity specified by the manufacturer, and
continuous agitation of the water side of the
mixture is required. The filler material may
also be utilized as a reinforcing agent in
accordance with the urethane gel grout
manufacturer's recommendations.
Additives
Grout additions may be utilized for catalyzing the gel
reaction, inhibiting the gel reaction, buffering the
solution, lowering the freezing temperature of the
solution, acting as a filler, providing strength or for
inhibition of root growth.
Root Control
A root inhibiting chemical such as dichlobenil shall be
added to the chemical grout mixture at a safe level of
concentration and shall have the ability to remain
active within the grout for a minimum of 12 months.
Material Identification
Contractor shall completely identify the types of grout,
mortar, sealant, and/or root control chemicals used and
provide case histories of successful use or defend the
choice of grouting materials based on chemical and
physical properties, ease of application, and expected
performance, to the satisfaction of the Engineer.
Mixing and Handling
Mixing and handling of chemical grout and forming
constituents, which may be toxic under certain
conditions shall be in accordance with the
recommendations of the manufacturer and in such a manner
as to minimize hazard to personnel. It is the
responsibility of the Contractor to provide appropriate
protective measures to ensure that chemicals or gels
produced by the chemicals are under control at all times
I
D2-7(3) City of Fayetteville
Sewer System Imnrovements
11
and are not available to unauthorized personnel or
animals. All equipment shall be subject to the approval
of the Engineer. Only personnel thoroughly familiar
with the handling of the grout material and additives
shall perform the grouting operations.
7. Portland Cement
As specified in Section D2-17.
8. Oakum
Activated oakum, such as Fibrotite Oakum as manufactured
by Avanti International or equivalent shall be utilized
for sealing grout holes.
9. Non -Shrink Grout
As specified in Section D2-14.
C. Execution
1. General
Manhole grouting shall not be performed until sealing of
manhole frame and grade adjustments or partial manhole
replacement is complete.
2. Preliminary Repairs
a. Seal all unsealed lifting holes, unsealed step
holes, precast manhole section joints, and voids
larger than approximately one-half (1/2) inch in
thickness with Octocrete or approved equal. All
cracked or deteriorated material shall be removed
from the area to be patched and replaced with
Octocrete, as manufactured by IPA Systems, Inc. or
equal, in accordance with manufacturer's
specifications.
b. Cut and trim all roots within the manhole.
3. Temperature
Normal grouting
interior coating
40F or greater.
temperatures of
accordance with
operations including application of
shall be performed at temperatures of
If grouting is performed below
40F, then it must be performed in
manufacturer's recommendations.
I
L
L
I
I
I1
I
I
LI
I
H
I
I
I
I
I
City of Fayetteville D2-7(4) I
I
' 4. Grouting Materials Usage
Grouting of the manhole may include frame seal, frame
and grade adjustments, corbel, wall, pipe seals, and/or
bench/trough. Areas of the manhole designated to be
grouted will be directed by the Engineer. If entire
manhole is scheduled for grouting, grouting shall
I
I
I
I
I
I
I
[1
I
I
I
I
include the entire manhole including corbel, wall, pipe
seals and bench/trough. Pipe seal grouting shall
include all pipe seals in the specified manhole and
grouting of the specified manhole including the
bench/trough to the maximum height of 18 inches from the
crown of the pipe.
5. Drilling and Injection
a. Injection holes shall be drilled through the manhole
at 120 degree angles from each other at the same
plane of elevation. Rows shall be separated no more
than three vertical feet, and the holes shall be
staggered with the holes in the rows above and
below. Provide additional injection holes near
observed defects, bench and trough, and at pipe
seals. A minimum of 6 injection holes shall be
provided in the walls/corbel and three injection
holes at each pipe seal and at the bench/trough.
Manholes shall be grouted from the top of the corbel
or bottom of flattop to the pipe invert.
b. Grout shall be injected through the holes under
pressure with a suitable probe. Injection pressure
shall not cause damage to the manhole structure or
surrounding surface features. Grout shall be
injected through the lowest holes first. The
procedure shall be repeated until the manhole is
externally sealed with grout.
c. Grouting from the ground surface shall not be allowed.
d. Grout travel shall be verified by observation of
grout to defects or adjacent injection holes.
Provide additional injection holes, if necessary, to
ensure grout travel.
e. Injection holes shall be cleaned with a drill and
patched with a waterproof quick setting mortar.
f. All grout shall be removed from interior surfaces of
the manhole.
I
D2-7(5) City of Fayetteville
Sewer System Improvements
L
6. Testing of Rehabilitated Manholes ,
Testing of rehabilitated manholes for watertightness
shall be performed by the Contractor in the presence of
the Engineer in accordance with the requirement of
Section D1-7.
D. Measurement and Payment
If the entire manhole is grouted, the Contract Unit Price
shall be per vertical foot measured from the center of the
manhole based on the depth (ft.) as indicated on the Manhole
Rehabilitation Schedule in Section G. Payment shall be from
the top of the corbel or bottom of flattop to the pipe
invert, including the pipe invert. This Contract Unit Price
shall include grouting of the pipe seals.
Payment for grouting pipe seals and lower 18 inches of
manhole shall be based on the Contract Unit Price per each
manhole listed in the Manhole Rehabilitation Schedule in
Section G or as specified by the Engineer. The Contract '
Unit Price shall be payment in full for performing the work
and for furnishing all labor, supervision, materials,
equipment, preliminary repairs, and testing necessary to
complete the work including grouting with urethane grout.
Unit Price for grouting shall be eligible for 90 percent
payment after the repair is made, an additional 10 percent
is eligible after testing is complete.
END OF SECTION D2-7
I
I
E
City of Fayetteville D2-7(6)
Sewer System Improvements
I
D2-8 INTERIOR MANHOLE COATING
(STRONG SEAL SYSTEM)
A. General
1. Scope
This section governs all work, materials and testing
required for the application of interior manhole
coating. Manholes designated for interior coating are
listed on the Manhole Rehabilitation Schedule listed in
Section G. Interior manhole coating shall meet the
requirements of this Section, Section D2 -8A, or
Section D2 -8B.
2. Description
' The Contractor shall be responsible for the furnishing
of all labor, supervision, materials, equipment, and
testing required for the completion of interior coating
of manholes in accordance with the Contract Documents.
3. Manufacturers Recommendations
' Materials, mixture ratios, and procedures utilized for
the coating process shall be in accordance with
manufacturer's recommendations.
' 4. Manholes
Manholes to be coated may be of brick, block, pre -cast,
or poured concrete construction. Some may have a
previously applied interior mortar coating.
B. Materials
' 1. Scope
This section governs the materials required for
' completion of interior coating of manholes.
2. Interior Coating.
' Strong Seal MS -2A proprietary pre -blended mixture of
portland cement, chemically -active aggregates, glass
fibers and other additives specifically selected for
special properties as manufactured by Stronglite
Products Corporation and designated STRONG -SEAL MS -2A.
No material (other than clean potable water) shall be
'used with or added to STRONG -SEAL MS -2A without prior
I
D2-8(l) City of Fayetteville
Sewer System Improvements
I
approval or recommendation from Stronglite Products
Corporation.
El
3. Material Identification I
Contractor shall completely identify the types of grout,
mortar, sealant, and/or root control chemicals used and
provide case histories of successful use or defend the
choice of grouting materials based on chemical and
physical properties, ease of application, and expected
performance, to the satisfaction of the Engineer.
I
I
4. Mixing and Handling I
Mixing and handling of interior coating, which may be
toxic under certain conditions shall be in accordance
with the recommendations of the manufacturer and in such
a manner as to minimize hazard to personnel. It is the
responsibility of the Contractor to provide appropriate
protective measures to ensure that materials are under
control at all times and are not available to
unauthorized personnel or animals. All equipment shall
be subject to the approval of the Engineer. Only
personnel thoroughly familiar with the handling of the
coating material shall perform the coating operations.
C. Execution
1. General
Manhole coating shall not be performed until sealing of
manhole frame and grade adjustments, partial manhole
replacement, manhole grouting or sewer replacement/repairs
are complete.
2. Preliminary Repairs
a. All foreign materials shall be removed from the
manhole interior using high pressure water spray
(minimum 2500 psi). Loose and protruding brick,
mortar and concrete shall be removed using a masonry
hammer and chisel and/or scrapers. Existing roots
and manhole steps shall be removed by cutting them
flush with the wall of the manhole.
b. All unsealed lifting holes, unsealed step holes,
voids larger than approximately one-half (1/2) inch
in thickness shall be filled with STRONG -SEAL MS -2A
at least one hour (1) prior to spray application of
the first coat.
I
I
Li
I
I
I
I
Li
I
City of Fayetteville D2-8(2)
Sewer System Improvements
LJ
c. Active leaks shall be stopped using products
' specifically for that purpose and according to
manufacturer's recommendation. Some leaks may
require grouting to stop the inflow. Grouting shall
' be performed in accordance with Section D2-7.
d. After all repairs have been completed, remove all
loose material.
3. Temperature
' Normal interior coating operation shall be performed at
temperatures of 40°F or greater. No application shall
be made when freezing is expected within 24 hours. If
ambient temperatures are in excess of 90°F, precautions
shall be taken to keep mixing water below 85°F, using
ice if necessary.
1 4. Interior Manhole Coating
a. Manholes scheduled for interior coating are shown on
the Manhole Rehabilitation Schedule listed in
Section G. The interior coating shall be applied to
' the manhole from the bench/trough (including the
bench/trough) to the top of the first grade
adjustment ring.
b. The interior coating shall be applied in accordance
with the manufacturer's recommendations and the
following procedure.
1) The surface shall be thoroughly cleaned of all
foreign materials and matter. Cleaning shall be
accomplished by using high pressure water spray
(minimum 2500 psi.)
2) Place covers over invert to prevent extraneous
material from entering the sewer.
3) The surface prior to application shall be damp
without noticeable free water droplets or
running water. Materials shall be spray applied
(using a Strong -Seal Spraymate Model 35 machine)
to a minimum uniform thickness of 1/2 -inch to
insure that all voids and crevices are filled
and a smooth surface remains after troweling.
The troweling shall compact the material into
such voids and crevices and set the bond to the
manhole surface.
D2-8(3) City of Fayetteville
I
5
The invert/bench covers shall be removed and the
bench sprayed in such a manner as to produce a
bench having a gradual slope from the walls to
the invert with the wall/bench intersection
built up and rounded to a uniform radius for the
full circumference of the intersection. The
thickness of the bench shall be no less than
1/2 -inch at the invert and shall increase in the
direction of the wall so as to provide the
required slope. Trough area shall be coated as
required to seal all cracks and to provide a
smooth surface.
4) The material shall have a minimum of four (4)
hours cure time before being subjected to active
flow. Ambient conditions in the manhole are
adequate for curing as long as the manhole is
covered.
5) Traffic shall not be allowed over manholes for
12 hours after reconstruction is complete.
6) Caution should be taken to minimize exposure of
applied product to sunlight and air movement.
At no time should the finished product be
exposed to sunlight or air movement for longer
than 15 minutes before replacing the manhole
cover. In extremely hot and arid climates
manhole should be shaded while reconstruction is
in process.
7) No application shall be made to frozen surfaces
or if freezing is expected to occur inside the
manhole within 24 hours after application. If
ambient temperatures are in excess of 95°F,
precautions shall be taken to keep the mix
temperature at time of application below 90°F.
Mix water temperature shall not exceed 85°F.
Chill with ice if necessary.
Testing of Rehabilitated Manholes
a. Testing of rehabilitated manholes for watertightness
shall be performed by the Contractor after
operations are complete in accordance with
Section D1-7.
b. At least two 2 -inch cubes shall be taken from each
day's work with the date, location and job recorded
on each. The cubes shall be sent to a certified
independent laboratory for testing. A compression
fl
I
I
11
I
I
L
I
I
I
I
I
L
I
I
City of Fayetteville D2-8(4)
I
' test will be made per ASTM C109, and the results
will be furnished to the Owner on request. Test
results shall equal or exceed the manufacturer's
published values.
ID. Measurement and Payment
Payment shall be based on the Contract Unit Price per each
manhole coated as indicated in the Manhole Rehabilitation
Schedule in Section G. The Contract Unit Price shall be
' payment in full for performing the work and for furnishing
all labor, supervision, materials, equipment and all testing
necessary to complete the work. Grouting pipe seals, bench
and trough, and lower 18" of manhole, if required, will be
paid for in accordance with Section D2-7. All other
grouting will be a subsidiary obligation of the Contractor.
LI
U
I
I
I
I
I
I
I
END OF SECTION D2-8
D2-8(5) City of Fayetteville
Sewer System Improvements
' D2 -BA INTERIOR MANHOLE COATING
(QUADEX SYSTEM)
A. General
' 1. Scope
This section governs all work, materials and testing
required for the application of interior manhole
coating. Manholes designated for interior coating are
listed on the Manhole Rehabilitation Schedule listed in
'
Section G. Interior manhole coating shall meet the
requirements of this Section, Section D2-8, or
Section D2 -8B.
' 2. Description
ri
I
U
The Contractor shall be responsible for the furnishing
of all labor, supervision, materials, equipment, and
testing required for the completion of interior coating
of manholes in accordance with the Contract Documents.
3. Manufacturers Recommendations
Materials, mixture ratios, and procedures utilized for
the coating process shall be in accordance with
manufacturersrecommendations.
4. Manholes
Manholes to be coated may be of brick, block, pre -cast,
or poured concrete construction. Some may have a
previously applied interior mortar coating.
B. Materials
' 1. Scope
I
This section governs the materials required for
completion of interior coating of manholes.
1 2. Interior Coating
I
I
Quadex QM-ls and Quadex Excel proprietary pre -blended
cement based synthetic granite (Donnafill) enhanced
polypropylene fiber reinforced coatings as manufactured
by Quadex, Inc. No material (other than clean potable
water) shall be used with or added to Quadex QM-ls or
I
City of Fayetteville
D2-8A(l) Sewer System Improvements
I
Quadex Excel without prior approval or recommendation
from Quadex, Inc.
I
3. Material Identification I
Contractor shall completely identify the types of grout,
mortar, patching compounds, sealant, and/or root control
chemicals used and provide case histories of successful
use or defend the choice of grouting materials based on
chemical and physical properties, ease of application,
and expected performance, to the satisfaction of the
Engineer.
4. Mixing and Handling
Mixing and handling of interior coating, which may be
toxic under certain conditions shall be in accordance
with the recommendations of the manufacturer and in such
a manner as to minimize hazard to personnel. It is the
responsibility of the Contractor to provide appropriate
protective measures to ensure that materials are under
control at all times and are not available to
unauthorized personnel or animals. All equipment shall
be subject to the approval of the Engineer. Only
personnel thoroughly familiar with the handling of the
coating material shall perform the coating operations.
C. Execution
1. General
Manhole coating shall not be performed until sealing of
manhole frame and grade adjustments, partial manhole
replacement, manhole grouting or sewer
replacement/repairs are complete.
2. Preliminary Repairs
a. All foreign materials shall be removed from the
manhole interior using high pressure water spray
(minimum 3500 psi). Loose and protruding brick,
mortar and concrete shall be removed using a masonry
hammer and chisel and/or scrapers. Existing roots
and manhole steps shall be removed by cutting them
flush with the wall of the manhole.
b. All unsealed lifting holes, unsealed step holes,
voids larger than approximately one half (1/2) inch
in thickness shall be filled with patching compound
at least one hour (1) prior to spray application of
the first coat.
I
I
Li
I
I
I
I
11
I
I
I
11
City of Fayetteville
Sewer System Improvements D2 -8A(2)
I
I ..
c. Active leaks shall be grouted in accordance with
' Section D2-7. Contact Quadex, Inc. for grouting
recommendations.
Id. After all repairs have been completed, remove all
loose material.
' 3. Temperature
Normal interior coating operation shall be performed at
temperatures of 40°F or greater. No application shall
be made when freezing is expected within 24 hours. If
ambient temperatures are in excess of 90°F, precautions
shall be taken to keep mixing water below 85°F, using
ice if necessary.
4. Interior Manhole Coating
a. Manholes scheduled for interior coating are shown on
the Manhole Rehabilitation Schedule listed in
' Section G. The interior coating shall be applied to
the manhole from the bench and trough (including the
bench/trough) to the top of the first grade
' adjustment ring.
b. The interior coating shall be applied in accordance
with the manufacturer's recommendations and the
following procedure.
1) The surface shall be thoroughly cleaned of all
' foreign materials and matter. Cleaning shall be
accomplished by using high pressure water spray
(minimum 3500 psi.)
' 2) Place covers over invert to prevent extraneous
material from entering the sewer.
' 3) The surface prior to application shall be damp
without noticeable free water droplets or
' running water. QM-ls material shall be spray
applied (using a Quadex Model 900D application
machine or manufacturer approved equal) to a
minimum uniform thickness of 1/2 -inch minimum.
Troweling shall begin immediately following the
spray application. The troweled surface shall
be smooth with no evidence of previous void
' areas.
I
City of Fayetteville
D2 -8A(3) Sewer System Improvements
I
After the walls are coated, the invert/bench
covers shall be removed and the bench sprayed
with Excel material in such a manner as to
produce a bench having a gradual slope from the
walls to the invert with the wall/bench
intersection built up and rounded to a uniform
radius for the full circumference of the
intersection. The thickness of the bench shall
be no less than 1/2 -inch at the invert and shall
increase in the direction of the wall so as to
provide the required slope. Trough area shall
be coated as required to seal all cracks and to
provide a smooth surface.
4) The material shall have a minimum of four (4)
hours cure time before being subjected to active
flow. Ambient conditions in the manhole are
adequate for curing as long as the manhole is
covered.
I
I
I
I
Li
C
I
5) Traffic shall not be allowed over manholes for
12 hours after reconstruction is complete.
6) Caution should be taken to minimize exposure of
applied product to sunlight and air movement.
At no time should the finished product be
exposed to sunlight or air movement for longer
than 15 minutes before replacing the manhole
cover. In extremely hot and arid climates
manhole should be shaded while reconstruction is
in process.
7) No application shall be made to frozen surfaces
or if freezing is expected to occur inside the
manhole within 24 hours after application. If
ambient temperatures are in excess of 95 degrees
F, precautions shall be taken to keep the mix
temperature at time of application below 90
degrees F. Mix water temperature shall not
exceed 85 degrees F. Chill with ice if
necessary.
5. Testing of Rehabilitated Manholes
a. Testing of rehabilitated manholes for watertightness
shall be performed by the Contractor after
operations are complete in accordance with the
Manhole Testing Section D1-7.
[l
I
�l
I
L
I
I
I
I
City of Fayetteville
Sewer System Improvements D2 -8A(4)
b. At least two 2 -inch cubes shall be taken from each
days work with the date, location and job recorded
Ion each. The cubes shall be sent to a certified
testing laboratory for testing. A compression test
will be made per ASTM C109, and the results will be
' furnished to the Engineer and Owner. Test results
shall equal or exceed the manufacturer=s published
values.
' D. Measurement and Payment
' Payment shall be based on the Contract Unit Price per each
manhole coated as indicated in the Manhole Rehabilitation
Schedule form in Section G, measured from the top of the
corbel to the sewer invert at the center of the manhole.
1 The Contract Unit Price shall be payment in full for
performing the work and for furnishing all labor,
supervision, materials, equipment and all testing necessary
to complete the work. Grouting the pipe seals,
bench/trough, and lower 18" of manhole, if required, will be
paid for in accordance with Section D2-7.
END OF SECTION D2 -8A
[I
I
I
I
I
I
I
ICity of Fayetteville
D2 -8A(5) Sewer System Improvements
I
D2 -8B INTERIOR MANHOLE COATING
(RAVEN LINING SYSTEM)
A. General
1. Scope
This section governs all work, materials and testing
required for the application of interior manhole
coating. Manholes designated for interior coating are
listed on the Manhole Rehabilitation Schedule listed in
Section G. Interior manhole coating shall meet the
requirements of this Section, Section D2-8 or
Section D2 -8A.
2. Description
The Contractor shall be responsible for the furnishing
of all labor, supervision, materials, equipment, and
' testing required for the completion of interior coating
of manholes in accordance with the Contract Documents.
3. Manufacturers Recommendations
Materials, mixture ratios, and procedures utilized for
' the coating process shall be in accordance with
manufacturer's recommendations.
4. Manholes
' Manholes to be coated may be of brick, block, pre -cast,
or poured concrete construction. Some may have a
' previously applied interior mortar coating.
B. Materials
1. Scope
This section governs the materials required for
completion of interior coating of manholes.
2. Interior Coating
Raven Ultra High -Build Epoxy Coating, a two-part epoxy
resin system using 100% solids based epoxy binder with
fibrous and flake fillers, is manufactured by Raven
Lining Systems and designated as Raven 405.
3. Material Identification
Contractor shall completely identify the types of grout,
mortar, sealant, and/or root control chemicals proposed
and provide case histories of successful use or defend
'the choice of grouting materials based on chemical and
City of Fayetteville
D2-8B(l) Sewer System Improvements
I
C
physical properties, ease of application, and expected
performance.
These grouting materials shall be compatible with
Raven 405 interior coating. The Contractor shall be
responsible for getting approval from Raven Lining
Systems for the use of these grouting materials.
4. Mixing and Handling
Mixing and handling of interior coating, which may be
toxic under certain conditions shall be in accordance
with the recommendations of the manufacturer and in such
a manner as to minimize hazard to personnel. It is the
responsibility of the Contractor to provide appropriate
protective measures to ensure that materials are under
control at all times and are not available to
unauthorized personnel or animals. All equipment shall
be subject to the approval of the Engineer. Only
personnel thoroughly familiar with the handling of the
coating material shall perform the coating operations.
Execution
General
Manhole coating shall not be performed until sealing of
manhole frame and grade adjustments, partial manhole
replacement, manhole grouting or sewer
replacement/repairs are complete.
Preliminary Repairs
a. All foreign materials shall be removed from the
manhole interior using high pressure water spray
(minimum 3500 psi). Cleaning equipment shall have a
pressure gauge that indicates the water pressure
being used. Loose and protruding brick, mortar and
concrete shall be removed using a masonry hammer and
chisel and/or scrapers. Existing roots and manhole
steps shall be removed by cutting them flush with
the wall of the manhole.
b. All unsealed lifting holes, unsealed step holes,
voids larger than approximately one-half (1/2) inch
in thickness shall be filled with patching compound
at least one hour (1) prior to spray application of
the first coat.
c. Active leaks
specifically
manufacturer'
require grout
be performed
Grouting.
shall be stopped using products
for that purpose and according to
s recommendation. Some leaks may
ing to stop the inflow. Grouting shall
in accordance with Section - Manhole
I
Li
J
I
I
Li
!J
I
I
LJ
[Ii
I
I
I
I
I
I
City of Fayetteville
Sewer System Improvements D2 -8B(2)
d. Bench area shall be built up if required to
provide a uniform slope from the circumferences to
the manhole trough. Trough area shall be coated
as required to seal all cracks and to provide a
smooth surface. Cementitious patching compounds
or epoxy grout as recommended by Raven shall be
used.
e. After all repairs have been completed, all loose
material shall be removed.
3
4
1
I
Temperature
Normal interior coating operation shall be performed
at temperatures of 40°F or greater. No application
shall be made when freezing is expected within
24 hours.
Interior Manhole Coating
a. Manholes scheduled for interior coating are shown
on the Manhole Rehabilitation Schedule listed in
Section G. The interior coating shall be applied
to the manhole from the top of the manhole corbel
or flattop to the bench/trough, including the
bench/trough.•
b. The interior coating shall be applied in
accordance with the manufacturer's recommendations
and the following procedure.
1) The surface shall be thoroughly cleaned of all
foreign materials and matter. Cleaning shall
be accomplished by using high pressure water
spray (minimum 3500 psi.) or sandblasting, as
recommended by Raven.
2) Place covers over invert to prevent extraneous
material from entering the sewer.
3) The surface prior to application may be damp
but shall not have noticeable free water
droplets or running water. Materials shall be
spray applied per manufacturer's
recommendations to an average uniform
thickness of 125 mils with a minimum thickness
of 100 mils.
After the walls are coated, the bench covers
shall be removed and the bench sprayed to the
same average and minimum thickness as required
for the walls.
City of Fayetteville
D2 -8B(3) Sewer System Improvements
4) The final application shall have a minimum of
three (3) hours cure time before being subjected
to active flow.
5) No application shall be made to frozen surfaces '
or if freezing is expected to occur inside the
manhole within 24 hours after application.
5. Testing of Rehabilitated Manholes
a. After the epoxy liner has set (hard to touch), all
visible pinholes shall be repaired. Repairs shall
be made by lightly abrading the surface and brushing
the lining material over the area. All blisters and
evidence of uneven coverage shall be repaired
according to the manufacturer's recommendations.
Spot check of coating thickness may be made by
Owner's Representative (with the Contractor=s
assistance), and the Contractor shall repair these
areas as required, at no additional cost to the
Owner.
b. Testing of rehabilitated manholes for watertightness
shall be performed by the Contractor after
operations are complete in accordance with Section
Manhole Testing.
D. Measurement and Payment ,
Payment shall be based on the Contract Unit Price per each
manhole actually coated. The Contract Unit Price shall be
payment in full for performing the work and for furnishing
all labor, supervision, materials, equipment and all testing
necessary to complete the work. The Contractor will be
eligible for 90 percent of the bid price after coating is
completed and the additional 10 percent after successful
testing is completed. Payment for grouting of pipe seals,
bench and trough and 18 inches above crown of pipe of
manhole shall be based on the Contract Unit Price per each
manhole actually grouted.
END OF SECTION D2 -8B '
I
I
L
City of Fayetteville
Sewer System Improvements D2 -8B(4)
I
LI
I
I
I
[Ti]
Li
Li
I
I
I
I
H
H
D2 -8C INTERIOR MANHOLE EPDXY COATING
A. General
1. Scope
This section governs all work and materials required
for the application of interior manhole epoxy coating.
Manholes designated for interior coating are listed on
the Manhole Rehabilitation Schedule in Section G.
2. Description
The Contractor shall be responsible for the furnishing
of all labor, supervision, materials, and equipment
required for the completion of interior epoxy coating
of manholes in accordance with the Contract Documents.
3. Manufacturers Recommendations
Materials, mixture ratios, and procedures utilized for
the coating process shall be in accordance with
manufacturer's recommendations.
4. Manholes
Manholes to be epoxy coated may be of brick, block,
pre -cast, or poured concrete construction, or will have
an interior coating applied under this contract.
B. Materials
1. Scope
This section governs the materialsrequired for
completion of interior epoxy coating of manholes.
2. Epoxy Coating
The epoxy coating shall be a sprayable/brushable
two -component product composed of 100 percent solids.
Product shall be FE -100 as supplied by Thane -Coat,
Inc., Raven 405 Ultra High -Build Epoxy Coating, or
equal.. Dry film thickness shall be a minimum of
65 mils.
I
D2 -8C (1) City of Fayetteville
Sewer System. Improvements
3. Mixing and Handling '
Mixing and handling of epoxy coating, which may be
toxic under certain conditions shall be in accordance
with the recommendations of the manufacturer and in
such a manner as to minimize hazard to personnel. it '
is the responsibility of the Contractor to provide
appropriate protective measurers to ensure that
materials are under control at all times and are not
available to unauthorized personnel or animals. All
equipment shall be subject to the approval of the
Engineer. Only personnel thoroughly familiar with the
handling of the epoxy material shall perform the
coating operations.
C. Execution '
1. General
Apply interior epoxy coating to fully cured, clean
surfaces only. Surfaces to be cleaned per epoxy
manufacturer's recommendations. Contractor shall
follow the manufacturer's recommendations regarding
product pot life, cure time, substrate, ambient air
temperature during application, and application
procedures.
2. Preliminary Repairs
a. All foreign materials shall be removed from the
manhole interior using high pressure water spray
(minimum 6000 psi). Loose and protruding brick,
mortar and concrete shall be removed using a
masonry hammer and chisel and/or scrapers.
Existing roots and manhole steps shall be removed
by cutting them flush with the wall of the
manhole.
b. All unsealed lifting holes, unsealed step holes, '
voids larger than approximately three-quarter
(3/4) inch in thickness shall be filled with
patching compound at least three hours (3) prior
to spray application of the first coat.
c. Active leaks shall be grouted in accordance with
Section D2-7. Contact Epoxy Coating Manufacturer
for grouting recommendations.
d. After all repairs have been completed, remove all '
loose material.
L
City of Fayetteville D2 -8C (2)
Sewer System Improvements
I
1 3. Temperature
' Normal interior epoxy coating operation shall be
performed at temperatures of 75° F or greater. No
application shall be made when freezing is expected
within 24 hours. If ambient temperatures are in excess
' of 90° F, precautions shall be taken to keep mixing
water below 85° F, using ice if necessary.
' 4. Interior Manhole Coating
a. Manholes scheduled for interior epoxy coating are
' shown on the Manhole Rehabilitation Schedule
listed in Section G. The interior epoxy coating
shall be applied to the manhole from the top of
the first brick or grade adjustment brick (donut)
' to the bench/trough, including the bench/trough.
b. The interior epoxy coating shall be applied in
' accordance with the manufacturer's recommendations
and the following procedure.
Ii) The surface shall be thoroughly cleaned of
all foreign materials and matter. Cleaning
shall be accomplished by using high pressure
water spray (minimum 6000 psi.)
' 2) Place covers over invert to prevent
extraneous material from entering the sewer.
3) The surface prior to application shall be
damp without noticeable free water droplets
' or running water. The epoxy coating material
shall be spray applied according to the
manufacturer's recommendations. Troweling
shall begin immediately following the spray
' application. The troweled surface shall be
smooth with no evidence of previous void
areas.
After the walls are coated, the wooden bench
covers shall be removed and the bench sprayed
with epoxy coating material in such a manner
as to produce a bench having a gradual slope
from the walls to the invert with the
wall/bench intersection built up and rounded
Ito a uniform radius for the full
circumference of the intersection. The
thickness of the bench shall be no less than
' 1/2 -inch at the invert and shall increase in
the direction of the wall so as to provide
the required slope. Trough area shall be
' D2 -8C (3) City of Fayetteville
Sewer System Improvements
coated as required to seal all cracks and to
provide a smooth surface.
4) The material shall have a minimum cure time
as recommended by the manufacturer. Ambient
conditions in the manhole are adequate for
curing as long as the manhole is covered.
5) Traffic shall not be allowed over manholes
for 12 hours after reconstruction is
complete.
6) Caution should be taken to minimize exposure
of applied product to sunlight and air
movement. At no time should the finished
product be exposed to sunlight or air
movement for longer than 15 minutes before
replacing the manhole cover. In extremely
hot and arid climates manhole should be
shaded while reconstruction is in process.
7) No application shall be made to frozen
surfaces or if freezing is expected to occur
inside the manhole within 24 hours after
application. If ambient temperatures are in
excess of 95° F, precautions shall be taken
to keep the mix temperature at time of
application below 90° F. Mix water
temperature shall not exceed 85° F. Chill
with ice if necessary.
8) A minimum of three (3) copies of the
manufacturer's recommendations for epoxy
coating must be submitted to the Engineer for
approval and will become a part of the
Contract Documents.
I
I
I
I
I
I
I
I
I
5. Testing of Rehabilitated Manholes I
a. Testing of rehabilitated manholes for
watertightness shall be performed by the
Contractor after operations are complete in
accordance with the Manhole Testing Section D1-7.
b. At least two 2 -inch cubes shall be taken from each
days work with the date, location and job recorded
on each. The cubes shall be sent to a certified
testing laboratory for testing. A compression
test will be made per ASTM C109, and the results
will be furnished to the Engineer and Owner. Test
results shall equal or exceed the manufacturer=s
published values.
L
I
I
I
[I
City of Fayetteville D2 -8C (4)
Sewer System Improvements
I
' D. Measurement and Payment
' Payment shall be based on the Contract Unit Price per each
manhole coated. The Contract Unit Price shall be payment in
full for performing the work and for furnishing all labor,
supervision, materials, and equipment necessary to complete
the work.
END OF SECTION D2 -8C
1
ii
I
I
I
I
I
I
I
11
I]
I
D2 -8C (5) City of Fayetteville
Sewer System Improvements
B
D2-9 EXCAVATION
General
1. Excavation work shall be accomplished under the
supervision of a person experienced with the materials
and procedures which will provide protection to existing
improvements, including utilities and the proposed
pipeline.
2. The alignment, depth, and pipe subgrades of all sewer
trenches may be determined by overhead grade lines
parallel to the sewer invert, or by the use of a laser.
3. In the event hazardous wastes as defined by the Resource
Conservation and Recovery Act of 1976 (PL94-580) are
encountered work shall be halted and the Owner shall be
notified. Work shall be resumed only after the Owner
notifies the Contractor.
4. If the specified maximum trench widths are exceeded,
either through accident or otherwise, and if the Engineer
determines that the design loadings of the pipe will be
exceeded, the Contractor will be required to support the
pipe with an improved trench bottom. The expense of such
remedial measures shall be entirely the Contractor's own.
All trenching operations shall be confined to the width
of permanent rights -of -way, permanent easements, and any
temporary construction easements. All excavation shall
be in strict compliance with the Trench Safety System
Special Condition (D1-8) of this document.
Definitions
a. Excavation
Excavation is the removal of all material from the
trench area. Included in excavation is the removal
of existing paved surfaces including but not limited
to concrete curb and gutter, PCC pavement, and
bituminous pavement.
Materials
Not specified.
D2-9(1) City of Fayetteville
Sewer System Improvements
1l
C. Execution
I
1. Open Cut Method (Trenching)
a. General ,
Open cut (trench) pipeline excavations except as
otherwise specified or approved by the Engineer.
Minimize inconvenience and disturbance to the general
public.
Sort and stockpile the excavated material so the
proper material is available for backfill.
b. Trench Depths
Excavate trenches to depths required for proper pipe
embedment. Overdepth excavation may be required when
the subgrade is unstable. Backfill overdepth
excavations with granular pipe embedment material,
unless otherwise directed by the Engineer.
c. Trench Walls
Undercutting of trench walls is not permitted.
d. Trench Widths
1) The bottom width of the trench at and below the '
top of the pipe and inside the sheeting and
bracing, if used, shall not exceed the trench
widths indicated on the Drawings.
2) If the allowable maximum widths are exceeded at
manholes, bore pits, tees, and in unstable earth
material, provide bedding adequate to develop the
required lateral support for the pipe and/or
provide a sufficient strength class of pipe to
accommodate the loading conditions as approved by
the Engineer.
e. Trench Safety ,
Trench safety shall be in accordance with
Section D1-8.
f. De -Watering
1) Should groundwater be encountered, Contractor
shall be responsible for utilizing a dewatering
system(s) to remove water from the excavations.
Contractor shall install and operate dewatering
system(s) to achieve the following:
a) Keep excavations free from water.
City of Fayetteville D2-9(2)
Sewer System Improvements
I
I
Ii
I
I
I
I
I
L
L
I
h
I
I
I
L
I
Li
b) Maintain groundwater a minimum of 24 inches
below excavations.
c) Prevent displacement of surrounding soils.
2) Form dams, flumes or other works
keep the trenches clear of water
and their foundations, and other
works, are being constructed. R
such excavation in a manner that
property.
necessary to
while the sewers
foundation
move water from
does not damage
3) Repair pit excavations shall be kept free of
water and sewage during sewer pipe replacements
through final inspection._ Plug lines upstream
and if necessary provide bypass pumps of
sufficient capacity to reroute water and sewage
to a downstream manhole until pipe replacements
have been completed and bedding material has been
effectively placed and compacted. No bypassed
wastewater from the sanitary sewer shall be
allowed to discharge to natural or manmade
surface drainage. Where plugging only is used
for flow control, the Contractor shall monitor
upstream manholes and prevent excessive surcharge
conditions. Flow bypassing equipment shall be
set up for immediate use and available on site in
all stages of construction.
Unsuitable Soil
When unsuitable soil conditions are encountered under
sewers below the depth of standard bedding, replace
the unsuitable material with trench foundation
material of gradation approved by the Engineer.
Blasting Areas
1) Blasting of any kind for rock excavation or any
other purpose will not be allowed unless approved
by the Engineer.
2) When blasting is permitted by the Engineer the
Contractor shall use the utmost care to protect
life and property. The Contractor shall comply
with all laws, ordinances, and the applicable
safety code requirements and regulations relative
to the handling, storage and use of explosives
and protection of life and property, and he shall
be responsible for all damage thereto caused by
his or his subcontractor's operations.
3) Contractor shall provide insurance as required by
the Owner before performing any blasting. The
II
D2-9(3) City of Fayetteville
Sewer System improvements
I
safety code requirements and regulations relative
to the handling, storage and use of explosives
and protection of life and property, and he shall
be responsible for all damage thereto caused by
his or his subcontractor's operations.
3) Contractor shall provide insurance as required by '
the Owner before performing any blasting. The
governing agency shall be notified at least
24 hours before blasting operations begin.
D. Measurement and Payment
Only items listed below will be measured for payment. All
other costs shall be included in the unit or lump sum prices
for the item affected thereby.
1. Trench safety system shall be paid for in accordance with
Section D1-8.
2. The cost of rock removal and other associated
appurtenances, if required, shall be in accordance with
the Contract bid price and shall include all costs
necessary to remove and dispose of rock.
END OF SECTION D2-9
i
I
I
I
I
1
City of Fayetteville D2-9(4)
Sewer System Improvements
C
I A.
D2-10 BACKFILL
1. This section governs all labor, equipment, materials and
testing required to properly backfill trenches and
excavations around manholes and structures.
' 2. No granular embedment or other backfill material shall
be used by the Contractor without approval by the
Engineer.
1
B. Materials
1. Trench Foundations Materials: Three-inch minus river -
run or pit -run gravel, free from clay balls, roots, and
' organic matter; well crushed gravel or crushed rock
graded with less than 8 percent by weight passing the
1/4 -inch sieve. Submit samples for approval prior to
delivery of the material to the site. Trench foundation
' material shall only be used where unsuitable soil
conditions are encountered under sewers before the depth
of standard embedment as defined in Section D2-9.
' 2. Embedment:
' a. Embedment material shall be 1-1/2 inch minus crushed
gravel or crushed rock, free from dirt, clay balls,
and organic material, well graded from coarse to
' fine, containing sufficient finer material for
proper compaction, and less than 8 percent by weight
passing the No. 200 sieve. Arkansas Highway and
Transportation Department classification "Class -7
Base" shall qualify as embedment material.
b. Grit
Imported crushed limestone screenings from concrete
coarse aggregate, maximum size 1/2 -inch.
' 3. Trench Backfill: Trench backfill will be divided into
the general classification as follows:
a. Street Backfill: Street backfill material above the
pipe embedment material shall be crushed stone so
proportioned as to meet the requirements for a
Class 7 aggregate as specified in Table 303-1 of the
Arkansas State Highway and Transportation Department
Standard Specifications for Highway Construction.
D2-10(1) City of Fayetteville
Sewer System Improvements
I
b. Trench Backfill: Backfill for trenches in unpaved I
areas shall meet the following requirements:
(1) Excavated material free from roots, organic
matter, trash, debris, rocks larger than
12 inches, and other deleterious materials.
Suitable material may be obtained by the
Contractor from the excavation for the proposed
pipelines. Provide imported material of
equivalent quality, if required to accomplish
the work.
C. Description '
1. The Contractor shall be responsible for the furnishing
of all labor, supervision, materials, equipment and
testing for the completion of backfill operations in
accordance with the Contract Documents.
a. Unless otherwise specified, all sewer trenches and
excavation around structures shall be backfilled to
the original surface of the ground.
b. The Contractor shall be responsible for all damage
or damages which might occur as a result of the
settlement of trench or other backfill made by him
in the fulfillment of these Contract Documents,
within and during a period of two (2) years from and
after the date of final acceptance thereof by the
Owner, including the cost to the owner of all claims
of damages filed with and court actions brought
against the said Owner for and because of such
damage, and the repair to the satisfaction of the
Owner of any and each pavement, driveway, curb,
slab, walk, or structure damages by such backfill
settlement.
2. "Pavement Areas" shall be defined as all streets, paved
alleys, parking areas, driveways, curbs and gutters, and
sidewalks.
D. Execution
1. General '
a. Remove trash and debris from the excavation prior to
backfilling. '
City of Fayetteville D2-10(2)
Sewer System Improvements
I
' b. Backfilling trenches and excavations to the original
ground surface unless otherwise indicated on the
Drawings.
' c. Carefully place backfill materials to avoid damage
to or displacement of the pipeline and other exposed
utilities or structure.
d. Do not backfill with frozen material or when a
' blanket of snow prevents proper compaction.
Backfill shall not contain waste material, trees,
organic material, rubbish or other deleterious
' substances.
e. The backfill material shall be placed in lifts.
Each lift shall be compacted to the required density
'prior to the next lift being placed.
f. In gardens or flower gardens, the original topsoil
' shall be replaced to original elevation, location,
and depth. Minimum depth shall be twelve (12)
inches.
' 2. Backfilling in Street Right -of -Way and Pavement Areas
' a. Backfill trenches under and within 2 feet of all
existing and proposed pavement, driveway pavement,
sidewalk, and curb and gutter using granular trench
' backfill.
b. Granular trench backfill shall consist of the
following:
Class 7 crushed limestone conforming to the
reference standard.
' c. Compaction Method
' Granular trench backfill shall be mechanically
compacted in layers of twelve inches loose measure.
Each layer shall be firmly compacted to 95 percent
of maximum density as determined by ASTM D 1557
(Modified Proctor Test). Material may be compacted
by tamping or by using surface vibrators in such a
manner as not to disturb or injure the pipe. At
least 48 inches of cover over sewer pipe shall be
provided before using mobile trench compactors of
the hydrohammer or impactor type.
1
I
D2-10(3) City of Fayetteville
' Sewer System Improvements
C
d. Undermining of Paved Surfaces
Where undermining of paved surfaces has occurred, '
Contractor shall remove the paved surface above the
undermined area prior to placing backfill.
3. Backfilling in Areas Other Than Street Right -of -Way and ,
Pavement Areas
4
a. Backfill trenches using acceptable job excavated
materials or as directed by the Engineer.
b. Backfill in layers of eighteen inches maximum and
mechanically compact to 90 percent of maximum
density as defined by ASTM D 1557 (Modified Proctor
test).
c. Place a minimum of 18 inches of granular backfill
above the top of pipe in areas where the existing
surface elevation is less than 24 inches above the
proposed top of pipe. The granular backfill shall
extend one foot from each side of the pipe and shall
be placed at a 1:1 slope to bedding material or the
existing ground surface.
Testing
All density tests shall be performed by per A.S.T.M.
standards by an independent testing laboratory whose
qualifications have been reviewed by the Engineer.
a. Tests shall be performed at two (2) feet vertical
intervals beginning at a level two (2) feet above
the top of all installed pipes and continuing to the
top of the completed backfill, at excavations for
partial or complete manhole replacements only, to
assure a minimum density of 95 percent Proctor.
Test reports shall be furnished to the Engineer upon
completion of testing, as part of the qualification
for acceptance of the installed manhole. The
Engineer expects to perform unannounced spot checks
of the compaction tests for verification and control
purposes. These spot checks will be performed by
Engineer at Owner expense and will not be charged to
the Contractor. However, the Contractor will be
responsible for providing access and trench safety
system to the level of trench backfill to be tested.
No extra compensation will be allowed for exposing
the backfill layer to be tested or providing trench
safety system for tests conducted by the Engineer.
H1
I
I
I
I
I
I
I
I
I
ri
H
City of Fayetteville D2-10(4)
Sewer System Improvements
I
' b. The cost of providing access to the level of trench
backfill to be tested will be a cost to the
Contractor, and no extra compensation will be
'
allowed for exposing of the backfill layer to be
tested by the Owner.
' c. Test results not conforming to specified densities
shall be paid for by the Contractor at no additional
cost to the Owner.
' 5. Responsibility of Contractor for Backfill Settlement
' Wherever trenches or other excavations made by the
Contractor in the performance of work under these
Contract Documents have not been properly filled, or
where settlement has occurred at any time prior to the
completion of the entire work covered by these Contract
Documents, to the extent that the top of the backfill is
below the original ground surface, such trenches shall
' be refilled and backfill surface compacted and smoothed
to conform to the elevation of the adjacent ground
surface. All sod in lawns damaged by reasons of such
settlement, and the repair thereof, shall be replaced.
' E. Measurement and Payment
1. Payment for the work in this Section shall not be paid
for separately, but shall be included in the unit price
'bid for all work items affected thereby.
2. Payment for trench foundation material will be based on
' the Contract unit price per cubic yard actually used as
authorized by the Engineer. No measurement and payment
shall be made for existing material which is reused.
Payment for this item shall constitute full compensation
for all materials, labor, equipment, and incidentals
necessary to furnish material at trench side and for
' placing and compacting it in the trench and for the
extra depth of trench excavation required below the
manhole base grade to provide for a stable base for the
' manhole. This item is to provide for unstable base
encountered in the progress of the work and shall be
used only at the direction of the Engineer.
' END OF SECTION D2-10
I
I
I
D2-10(5) City of Fayetteville
Sewer System Improvements
D2-11 SANITARY SEWER REPAIRS
A
Not included in this contract.
END OF SECTION D2-11
D2-11(1) City of Fayetteville
Sewer System Improvements
D-2-12 CURED -IN -PLACE PIPE (CIPP)
S
Not included in this contract.
END OF SECTION D2-12
D2-12 (1) City of Fayetteville
Sewer System Improvements
II
I
IA
I
I
D2-13 SANITARY SEWER CONSTRUCTION
Not included in this contract.
END OF SECTION D2-13
D2-13(1) City of Fayetteville
Sewer System Improvements
[I
I
D2-14 CONCRETE STRUCTURES
IA. General
II
I
I
1. Description
This section describes the installation of new cast -in -
place concrete manholes, new precast concrete manholes,
and other miscellaneous structures.
2. Furnish the labor, materials, equipment, tools, and
services required for the installation of the concrete
work required on this project.
' B. Materials
' 1. Coal -Tar Epoxy Paint
I
[1
I
I
I
I
C
I
Kop Coat "Bitumastic Black Solution," Tnemec,
"46-450 heavy Tnemecol", or equal. Dry film thickness
shall be a minimum of 14.0 mils per coat.
2. Non -Shrink Grout
Grout shall be non -shrink in the plastic state and show
no expansion after set as tested in accordance with
ASTM C 827 and shall develop compressive strength not
less than 3,000 psi with a trowelable mix within
24 hours per ASTM C 109. The placement time shall be
not less than 45 minutes based on initial set per
ASTM C 191. Test results shall be furnished by the
manufacturer and submitted to the Engineer.
3. Flexible Gaskets
Openings for each connecting pipe shall be circular with
a compression type flexible rubber gasket cast
integrally into the manhole wall. Flexible gaskets
shall be manufactured in accordance with rubber joint
specification ASTM C 443 and shall meet the performance
and test requirements of ASTM C 425 for compression
joints. Flexible gaskets shall include a coupling with
O -Ring Gasket, A-Lok, Presswedge, or equal.
4. Frames and Covers
a. Manhole frames and covers shall be in accordance
with Section D2-2.
D2-14(1) City of Fayetteville
Sewer System Improvements
I
5. Steps
a. Manhole steps will not be required.
6. Cast -In -Place (Monolithic) Concrete Manholes
The design of standard manholes shall be the
responsibility of the Contractor. Shallow manholes
shall be constructed as detailed on the Drawings.
Sketches of all manholes indicating complete details of
the proposed design shall be submitted to the Engineer
for review prior to ordering material and/or
construction. Cast in place construction will be
considered for circular manholes only unless
appropriately designed with reinforcing steel. The
concrete for circular manholes shall be reinforced with
wire mesh conforming with this document. The minimum
sidewall thickness shall be 6 inches or one -eighth the
inside diameter whichever is greater. The base
thickness of manhole below the underside of flow channel
shall vary, depending on the diameter, the depth of
manhole, whether base is reinforced or not and on the
type of joint occurring between base slab and wall. The
minimum base thickness shall be 8 inches or 1/8 the
manhole diameter plus 1/30th of the manhole depth,
whichever is greater.
a. Foundations of manholes for sanitary sewer shall be
concrete of a minimum compressive strength of
4000 psi at 28 days. The invert channels shall be
smooth, accurately shaped, and in accordance with
the plans. Where changing line sizes occur, the
crowns (top insides) of the pipe should be matched
unless otherwise approved by the Engineer. The
invert of the manholes shall be shaped and smooth so
that no projections will exist. Flow channels will
be formed in the inverts so that the manhole will be
self-cleaning and free of areas where solids may be
deposited as sewage flows through the manhole from
all inlet pipes to all outlet pipes. Where the pipe
can be laid continuously through the manhole, the
pipe can be placed in the base. After the
construction of the manhole, the pipe can be trimmed
by cutting out the top half after the concrete base
is constructed and has cured sufficiently. If it is
not possible to lay the pipe continuously through
the manhole base, the invert may be poured and
formed directly in the concrete of the manhole base.
The invert floor shall have a minimum slope of
1 -inch per foot unless noted otherwise. The manhole
invert shall extend from wall to wall. The minimum
thickness for all bases shall be eight (8) inches.
[1
[]
I
I
I
I
I
I
J
_J
11
I
City of Fayetteville D2-14(2)
Sewer System Improvements
I
I
I
I
11
I
I
I
I
I
[l
r
C
C
Reinforce bases with #4 bars at 12 -inch centers each
way. Tie and place reinforcing steel above the
midpoint. The minimum cover over the reinforcement
shall be two (2) inches. When the connecting
pipelines are required to have concrete embedment,
extend the embedment reinforcing steel not less than
twenty (20) bar diameters into the manhole base.
b. Pipe extending from the manhole shall be cradled in
concrete to the first pipe joint in the same pour as
the manhole foundation. Embedment of reinforcing
steel shall extend not less than twenty (20) bar
diameters into manhole base.
c. A minimum of six (6) inches rock cushion shall be
used beneath manhole foundations. Where trench has
been overexcavated, the void created shall be
completely filled with a rock cushion to the
underside of the manhole base.
d. In the event that ground water is present during the
pouring of a cast -in -place manhole foundation, a
pump shall be used to remove the ground water.
Prior to pouring, the subgrade shall be stable, free
from muck and groundwater. After the concrete
foundation has been placed, the pump shall continue
to run for at least two (2) hours to enable the
concrete to obtain its initial set.
e. Cast -in -place concrete manholes shall have a minimum
inside diameter at the base of four (4') feet and an
inside diameter at the top of the cone section of
not less than twenty-four (24") inches unless
specified otherwise herein. The manhole shall have
a minimum wall thickness of six (6") inches and
shall be smooth having no form marks on the interior
wall or exterior wall of the manhole exceeding
one -quarter (3") inch in depth. Concrete used for
the manhole barrel and cone section shall be a
minimum compressive strength of 4000 psi at 28 days,
with a slump of five (5") inches to seven (7")
inches during the placement. Concrete shall not be
so dry as to cause extensive honeycombing. During
the placement of the concrete in the manhole barrel
forms, thorough vibrating shall be completed at two
(2') foot intervals. If cold joints are necessary
because of a time lapse of more than one hour
between placements then a concrete bonding adhesive
shall be applied to the existing concrete. A
concrete collar at least four (4") inches thick
shall extend a minimum of eight (8") inches above
and below the new joint around the outside of the
I
D2-14(3) City of Fayetteville
Sewer System Improvements
manhole. If honeycombing of the barrel of the ,
manhole is found to be present after removal of the
forms, such honeycombing shall be repaired as
directed by the Engineer. Any form marks on the
inside wall shall be smoothed and grouted as
directed. Curing compounds or covers may or may not
be used at the option of the Contractor to protect
the concrete to prevent cracking during the curing
process and to protect the manhole during freezing
temperatures. The manhole shall not be backfilled
for at least two (2) working days after forms have
been removed or a minimum of three (3) working days
after the concrete has been placed.
f. Reinforcing steel used in design of reinforced
manhole foundations shall conform to ASTM A 615,
Grade 60, deformed bars.
g. Welded steel wire fabrics for cast -in -place manholes
shall conform to ASTM 185.
h. Manholes bases shall be integral cast. The diameter '
of the integral base pad shall be eight (8) inches
greater than outside diameter of the manhole.
7. Shallow manholes shall be constructed at locations in
the sanitary sewer system where depths are less than
four feet, or as directed by the Engineer. Shallow
manholes shall be constructed from 4000 psi reinforced
concrete formed in place as detailed in Section E,
Manhole Rehabilitation Details.
8. Precast Concrete Manhole Sections
;a. Manholes shall conform to ASTM C 478 and as
specified herein.
b. Wall thickness shall be minimum 6" for all precast
sections.
c. Concentric cones shall be utilized when manhole
depth exceeds six feet. The clear opening of the
cone shall be 26 inches.
d. Reinforced concrete flat -top sections shall have a
minimum 26 -inch diameter opening and be a minimum
eight inches thick in non -traffic areas and a
minimum ten inches thick in traffic areas (designed
for H-20 loading). Reinforce flat -top sections with
#4 bars at 12 -inch centers each way. Tie and place
reinforcing steel below the mid point. The minimum
cover over the reinforcement shall be two (2)
City of Fayetteville D2-14(4)
Sewer System Improvements
I
inches. The top or bottom of the flattop shall be
clearly labeled or marked.
e. Openings for each connecting pipe shall be circular
with a compression type flexible rubber gasket cast
integrally into the manhole wall. Flexible gaskets
shall be manufactured in accordance with rubber
joint specification ASTM C 443 and shall meet the
performance and test requirements of ASTM C 425 for
' compression joints. Flexible gaskets shall include
a coupling with O -Ring Gasket, A-Lok, Presswedge, or
equal.
f. Preformed and trowelable bitumastic joint sealants
shall be Kent -seal, Ram-Nek, EZ-STIK, or equal. The
minimum dimension of preformed material shall be
one-half (1/2) inch square.
g. Do not deliver precast concrete sections to the job
until representative concrete cylinders have
attained a strength of at least 80 percent of the
specified minimum. Inspect precast concrete
sections when delivered. Cracked or otherwise
visibly defective units will be rejected.
h. The maximum depth of lifting holes shall be no more
than one-half the manhole wall thickness. After
placement of the manhole, the lifting holes shall be
sealed with a non shrink grout.
i. Contractor is responsible for verifying all manhole
depths and sewer pipe flowlines prior to delivery of
precast manholes. The contractor will be
responsible for removing and replacing any manhole
that is not properly fitted to the sewer grades at
the existing site.
C. Execution
1. General
Install manholes of the respective types at the
designated locations with flowlines at elevations to
match existing.
2. Interior manhole diameters unless otherwise noted shall
be 48 inches for pipe between 6 inches and 24 inches in
diameter and 60 inches in diameter for pipe between
27 inches and 36 inches in diameter.
3. Install frames and covers in accordance with
J
D2-14(5) City of Fayetteville
Sewer System Improvements
S
Section D2-4. I
4. Form inverts with mortar material and steel -trowel to
produce a dense, smooth finish and shape to form a
"U"- shaped channel extending to the crown of the pipe
encompassing the full cross section of the connecting
pipelines. Provide smooth transitions for pipes of
different sizes, different elevations, and/or at
different angles. Also form inverts to provide self-
cleaning
by sloping normally two (2) inches from manhole
wall to edge of "U" channel with a smooth finish.
5. Contractor to locate buried manholes at Job #120, 121,
and 122.
6. Pipe Stubs I
a. Install pipe stubs for future connections at
locations, angles, elevations, and of materials as
specified or as determined by the Engineer.
b. Install each pipe stub with the bell of the pipe
abutting the outside manhole wall, or the joint if
other than a bell, as near the manhole wall as is
practicable but not more than two (2) feet from
outside manhole wall for later connection thereto.
7. Pipe holes at manholes shall be permanently sealed '
watertight after installation of the connecting
pipelines.
8. Construct connections to existing manholes in
conformance with this section. Excavate around the
existing manhole so as not to disturb the manhole. The
manhole wall shall be removed for no greater diameter
than required to insert new pipe. Reshape manhole
invert and channel to accept the flows from the new
pipe. Chip the existing invert to a rough new surface
and install a new channel and invert the entire side
where the new pipe enters. Take care to prevent brick
or other foreign material from entering the existing
downstream sewer. Retrieve such debris. After the new
pipe is installed, completely fill and render
permanently watertight the void around the new pipe with
a grout conforming to the material specifications
herein.
9. Manhole Adjustments
I
City of Fayetteville D2-14(6)
Sewer System Improvements
H
I
I
J
Provide new manholes with a maximum of one (1) foot of
adjustment ring(s) underneath the casting. Seal
adjustment ring joints as specified in Section D2-4.
10. Apply two coats of coal -tar epoxy paint to the manhole
exterior. Coating shall be in accordance with
Manufacturer's recommendation.
11. Testing
Test manholes in accordance with Section D1-7.
' 12. Formwork
I
r
nn
C
C
I
C
I
1
I
f. Produce smooth form finish by selecting form
' material to impart a smooth, hard, uniform texture
and arranging them orderly and symmetrically with a
minimum of seams.
1
a. Vertical concrete surfaces shall be formed. The
underside of slabs and beams shall be formed except
where the concrete is placed against the ground.
Sloping surfaces shall be formed unless otherwise
authorized by Engineer.
b. Construct and erect forms so that the concrete will
have the shape, line, and grade indicated. Make
forms mortar tight and sufficiently rigid to prevent
deformation under load. Use an adequate number of
walers, stiffeners, and braces to insure straight
walls.
c. Formwork, shoring, and bracing design shall meet the
requirements of ACI 347.
d. Except as noted, tolerances for formed surfaces
shall meet the requirements of ACI 301. Edges of
form panels in contact with concrete exposed to view
in the finished work shall be flush within
1/32 inch. Forms for plane surfaces shall be such
that the concrete will be plane within 1/8 -inch in
four ft. Leading edges of concrete shall lie within
1/4 -inch as measured from a 10 -ft template.
e. Provide as -cast smooth form finish for formed
concrete surfaces that are to be exposed to view, or
that are to be covered with a coating material other
than cement plaster applied directly to the
concrete.
I
D2-14(7) City of Fayetteville
Sewer System Improvements
I
g. Repair and patch defective areas with all fins and
other projections completely removed and smoothed.
13. Reinforcement
a. Reinforcing steel shall be placed in accordance with
ACI 301 and ACI 318. when concrete is placed,
reinforcing shall be free of rust, scale, or other
coatings that will affect the bond. Reinforcement
shall be accurately placed, adequately supported,
and secured in position at intersections with
annealed wire not less than 16-ga or with
clips.Reinforcement shall be supported to keep it
away from exposed surfaces. Nails or other devices
shall not be driven into forms to support
reinforcement.
b. Provide the following concrete cover unless '
otherwise shown on the drawings:
Bottom face of slabs 1 inch
Top face of slabs 1 1/2 inches
14. Placing Concrete
a. General '
1) Do not place concrete until forms have been
oiled, reinforcement has been fastened in
position, form ties at construction joints have
been retightened, and embedments and openings
have been placed and anchored.
2) Remove debris from the space in which concrete
is to be placed.
b. Convey concrete from the mixer to the place of final
deposit by methods which will prevent separation or
loss of materials. The free fall of concrete shall
not exceed three feet.
c. Consolidating
1) Consolidate concrete with mechanical vibrating
equipment and provide stand by equipment. Apply
vibration directly to the concrete. Vibration
shall be sufficient to cause flow or settlement
of the concrete into place. Apply vibration at
the point of deposit and in the freshly placed
concrete. It shall be of sufficient duration to
accomplish compaction and embedment of
reinforcement and fixtures.
City of Fayetteville D2-14(8)
Sewer System Improvements
I
2) Supplement vibration by forking and spading by
hand in the corners and angles of forms and
along form surfaces while the concrete is
plastic under the vibratory action.
15. Curing
a. Maintain concrete in a moist condition for seven
days after placement. Curing may be by any of the
following means:
Ii) Curing with burlap, cotton, or mats kept
continuously wet, or by keeping forms
continuously wet.
1 2) Waterproof paper curing. Lay four inches at
seams and seal with tape.
' 3) Membrane curing by power spraying with a
fugitive dye included. Do not use this method
' on surfaces which will receive a finish
treatment of any kind. Submit manufacturer's
descriptive data of curing compounds for
' approval.
D. Measurement and Payment
Only items listed below will be measured for payment. All
other costs shall be included in the unit or lump sum prices
for the item affected thereby.
1. Standard Manhole
a. The manhole depth shall be determined by measuring
from top of casting to the invert at the center of
' the manhole. Payment will be made at the contract
unit price for the applicable type, size and depth
for each manhole. Such payment and price shall
' constitute full compensation for all labor,
materials, equipment and for the performance of all
work necessary to complete the manholes, including
' removal of existing manhole, excavation, concrete
base, manhole frame and cover, frame and cover grade
adjustment and sealing, waterproofing, concrete
' masonry, reinforced concrete, backfilling,
replacement of any sewers, conduits, disposal of
excess material and restoration.
' D2-14(9) City of Fayetteville
Sewer System Improvements
b. Payment for a standard manhole will be in accordance '
with the contract prices as follows:
1) A unit price to cover the construction of one
standard manhole of the diameter and type
indicated; 0 to 6 feet in depth.
2) A unit price which shall cover the entire cost
of each additional foot of vertical manhole
depth in excess of 6 feet, measured to the
nearest 0.1 foot.
2. Shallow Manhole
Payment for shallow manholes will be made at the
contract unit price for each manhole constructed.
3. Partial Manhole
Partial manhole replacement shall be paid at the
Contract Unit Price per vertical foot of depth measured
to the nearest 0.1 foot from the top of the frame to the
bottom of section required to be replaced.
Such payment and price shall constitute full
compensation for all labor, materials, equipment and for
the performance of all work necessary to complete the
manholes, including removal of existing manhole,
excavation, concrete base, manhole frame and cover,
frame and cover grade adjustment and sealing,
waterproofing, concrete masonry, reinforced concrete, ,
backfilling, replacement of any sewers, conduits,
disposal of excess material and restoration.
1
END OF SECTION D2-14
I
I
I
C
City of Fayetteville D2-14(10)
Sewer System Improvements
' D2-15 CLEANING AND TELEVISION INSPECTION
OF EXISTING SANITARY SEWERS
1
A. Not included in this contract.
END OF SECTION D2-15
1
1
1
1
' D2-15(1) City of Fayetteville
Sewer System Improvements
D2-16 WATER DISTIRBUTION SYSYTEM
A
Not inlcuded in this contract.
END OF SECTION D2-16
D2-16(1) City of Fayetteville
Sewer System Improvements
I
[J
I
I
[1
I
I
I
I
L
I
11
I
D2-17 RESTORATION
1. Restore the project site to conditions not less than
that existing prior to starting construction unless
otherwise required by these specifications, Permits
and/or Licenses, or shown on the Plans and as specified
in Section H.
a. Coordinate surface restoration work with the
affected private property owners.
b. Private property over which the Owner has prior
rights (i.e. utility easement, sewer easement)
and/or has obtained rights -of -way, agreements,
licenses and/or agreements from the property owner
to allow construction of a sanitary sewer pipeline
and appurtenances, shall be restored in conformance
with these Contract Documents.
c. Restore public property with strict adherence to the
requirements of the public body having jurisdiction
therein.
d. No
restoration
shall
occur
until testing is complete
and
accepted by
the
Owner's
Representative.
e. Complete final surface restoration within three
weeks of the sewer installation or repair or as
directed by the. Owner's Representative.
2. Reference Standards
ti-
Surface restoration including pavement, driveways,
sidewalks, curb and gutters, and sodding shall be in
accordance with the current edition of Arkansas Highway
and Transportation Department Standard Specifications
and these specifications.
' 1. Topsoil
I
I
a. Topsoil shall be free from large roots, sticks,
weeds, brush, stones or other litter and waste
products. A minimum of 4 inches compacted depth of
topsoil shall be used.
' D2-17(1) City of Fayetteville
Sewer System Improvements
Il
b. The soil texture shall be classified as loam or
sandy loam according to the following criteria:
Loam Sandy Loam '
Sand (2.0 to 0.05 mm diameter) 25-50% 45-85%
(No. 10 sieve)
Silt (0.05 to 0.002 mm diameter) 30-50% Less than 50%
(No. 270 sieve)
Clay (smaller than 0.002 mm 5-25% Less than 20%
diameter)
(Hydrometer analysis)
c. Soil texture shall be determined by utilizing
processes as prescribed in ASTM D 422 using the
No. 20 and No. 270 sieves and a hydrometer analysis.
2. Fertilizer
Fertilizer shall be a standard commercial 16-8-8,
uniform in composition, free flowing and suitable for
application with approved equipment, delivered to the
site in bags or other convenient containers each fully
labeled, conforming to applicable State laws.
3. Sod I I
a. Sod shall be approved nursery or field grown grass
that is native to the locality of the work and shall
match existing in the area of excavation. Sod shall
be well rooted in soil of such consistency that it
will not break, crumble or tear during handling and
placing. Sod shall be free of noxious weeds and
other objectionable plants and shall not contain
substances injurious to growth.
b. Grass shall be between 1-1/2 and 4 inches in length
when the sod is cut. The sod shall be cut within
48 hours of placement in rectangular pieces not less
than 12 inches in width and not less than one inch
in soil thickness. Keep sod in a moist condition
between the initiation of cutting and the completing
of placing and protect against exposure to the sun,
wind, freezing during transportation to the site,
and during storage prior to placing.
4. Seed '
Grass seed shall be fresh and shall match existing grass
in the area of excavation.
City of Fayetteville D2-17(2) ,
Sewer System Improvements
I
' 5. Portland Cement Concrete
Portland Cement concrete shall have a minimum
' compression strength of 3000 psi at 28 days, no less
than 52 sacks of cement per cubic yard, and shall
conform to ASTM C 94, Alternate 3. Reinforcement shall
' be 6" x 6" No. 4 x No. 4 Woven Wire Fabric. No. 4 dowel
bars shall be provided of 3 foot centers, each side.
Minimum length of extension into existing base shall be
12 inches.
6. Curing Compound
Commercial grade conforming to ASTM C 309, Type I.
' 7. Reinforcing Steel
Conform to ASTM A 615, Grade 40.
' 8. Asphalt Cement
Asphalt cement for binder shall be AC 85-100 paving
' asphalt conforming to the Standard Specifications unless
otherwise specified.
' 9. Prime Coat
Asphalt to be used for a prime coat shall be asphalt
' emulsion Type RS -2, CRS -2, or liquid asphalt MC -70,
MC -250, or RC -250 conforming to ASTM D 977, D 2397,
D 2027, or D 2028.
' 10. Tack Coat
Asphalt emulsion conforming to ASTM D 977 or D 2397,
'unless otherwise specified.
11. Asphalt Concrete
Asphalt concrete for paving the designated area shall be
Type II hot -plant mix and all materials shall conform to
' the requirements of Section 408 of the Standard
Specifications for Highway Construction. Portions of the
referenced specification that are obviously not
' applicable for the type of work to be done shall be
disregarded.
I
I
I D2-17(3) City of Fayetteville
Sewer System Improvements
L
C. Execution '
1. Cleanup '
Upon completion of installation and backfill operations,
clean and dress up the work area as follows.
a. Remove construction debris and litter from the site.
b. Remove excess excavation material from the site
including material which has washed into stream beds,
storm water facilities, streets, culverts, etc.
c. Remove tools, equipment and construction materials
except for designated storage areas. Maintain
designated storage areas in a neat appearing manner.
d. Restore surface and subsurface drainage and provide '
drainage wash checks necessary to prevent soils from
being washed downstream.
e. Machine or hand grade the area in preparation of
final grading, seeding, sodding, pavement
replacement, etc. '
f. Restore all street signs and mail boxes.
g. Maintain adequate safety signs, barricades and lights '
until final restoration of work area is completed.
2. Finish Grading '
Finish grade the area to lines and grades which existed
prior to the area being disturbed, with special attention
directed to proper surface drainage, and the refilling of
settled excavations with earth compacted to densities
required. The area shall be smoothed by raking or
dragging. Flower and vegetable gardens in existence
prior to this project shall have the separately stored
top soils restored unless otherwise required. Areas to
be sodded or seeded shall have a minimum four -inch depth
of topsoil.
3. Sod
a. Restore grassed areas disturbed by construction with
sod to match existing. Sod may be placed between the
average date of the last freeze in the Spring and six
weeks prior to the average date for the first freeze
in the Fall according to the Arkansas Almanac or U.S.
Weather Bureau for the area unless otherwise approved
by the Owner's Representative in writing. Place sod
at any time during this period except when the
City of Fayetteville D2-17(4)
Sewer System Improvements
Li
I
I
I
HI
I
I
I
I
I
I
I
I
I
I
4
temperature is over 90 degrees Fahrenheit, drought
conditions exist or the sod or ground surface is
frozen. Cut sod as thick as possible to aid the sod
in taking root at the earliest possible date.
b. Spread fertilizer nutrients over the area at a rate
of 160 pounds per acre (nutrient weight only) or as
recommended by the manufacturer.
c. Place sod on the prepared surface with the edges in
close contact and the alternate courses staggered.
Bury exposed edges of the sod flush with the adjacent
soil. In ditches, place sod with the longer
dimension perpendicular to the flow of the water in
the ditch. On slopes, starting at the bottom of the
slope, place sod with the longer dimension
perpendicular to the slope of the ground and where
the slope is 2:1 or greater, stake the sod. Sod
shall be rolled after placement and joints filled
between sections with scarified soil. Within eight
hours after placing the sod, apply five gallons of
water per square yard.
d
e
f
Provide sufficient water to prevent the sod from
drying out.
Existing sod which was salvaged during construction
may be reused at the contractor's option.
Sod shall have taken root before acceptance.
Contractor shall guarantee sodding one year after
acceptance by the Owner.
Seeding
a. The areas to be restored by seeding shall be only as
directed by Engineer. Seed bed preparation shall not
be started until all stones, boulders, and debris
larger that 3 inches in diameter have been removed.
The area to be seeded shall be worked to a minimum
depth of 3 inches with a disk or other method
approved by the Engineer, reducing all soil particles
to a size not larger than 2 inches in diameter. The
prepared surface shall be relatively free from all
weeds, stones, roots, and sticks. No seeds shall be
sown until the seed bed has been approved by the
Engineer.
b. Spread fertilizer nutrients over the area at a rate
of 160 pounds per acre (nutrient weight only) or as
recommended by the manufacturer.
c. Mechanically apply grass seed.
I
D2-17(5) City of Fayetteville
Sewer System Improvements
I
d. Do not seed during high winds or when the seed bed is ,
too wet for working. Within 12 hours lightly rake
seeded areas and roll with a 200 pound roller. After
raking and rooking, water the seeded areas with a
fine spray until a uniform moisture depth of one inch
has been obtained.
e. In lieu of mechanical application of seed, hydraulic '
application may be used. The seed slurry shall be
constantly agitated unit pumped from the tanks. The
seed shall not be allowed to set in water more than
four hours before application.
f. Water seeded areas as required for the seed to ,
maintain suitable growth for at least three mowings
performed a minimum of one week apart.
g. Reseed areas where the grass did not take. ,
5. Tree, Bush, and Hedge Transplanting and Replacement
a. Existing trees, bushes, and hedges which cannot be
tied back or trimmed to prevent damage and require
removal because of the proposed construction shall be
transplanted with a tree spade or replaced. Tree
removal shall include removal of stump and roots four
inches below grade. Transplanting shall be at the
location directed by the Owner's Representative.
After digging the plants, properly store them until
they can be transplanted. Replacement plants shall ,
not be delivered until they can be planted.
b. Plant during the proper seasons. Do not plant in
frozen soil or during unfavorable weather conditions.
Dig tree pits of such size as to provide ample space
for the entire root system, as the tree comes from
the nursery, without crowding or bending the roots.
The pits shall be 12 inches wider than the ball
diameter, have vertical sides, and be six inches
deeper than the thickness of the ball.
Thoroughly loosen the soil in the bottom of the pit
by spading to a depth of six inches. Dig holes
immediately before planting. Dispose of soil earth
dug from the tree pits.
c. Set trees at a depth slightly below finished grade,
half -fill the hole with planting soil and thoroughly
water. Loosen and fold down the upper half of the
burlap, fill the hole with planting soil and
thoroughly water. Fill the top two inches with a
well -rotted mulch.
1
City of Fayetteville D2-17(6)
Sewer System Improvements
I
LI
I
[1
I
I
I
I
I
I
I
I
I
I
I
R
d. After planting, prune the branches in proportion to
the amount of root system lost in the transplanting
operations but in such a manner as to retain the form
typical of the tree. In general, remove
approximatelyone-third of the branch structure.
Pruning shall be done by expert workmen in such a
manner as to insure healthy and symmetrical growth of
new wood.
e. After planting, wrap trunks of trees planted after
October 15 with special tree wrap from the crotch of
the first major branches down to the ground. Tie
wrapping with cotton twine to keep the wrapping in
place.
f. Plant trees vertically. Trees found leaning during
the guarantee period shall immediately be staked with
two 2 -inch by 3 -inch wood stakes, eight feet long,
pointed on one end. The stake shall be long enough
to properly support the tree. Drive the stakes to a
depth of 18 inches below the bottom of the tree pit.
Locate the stakes on the north side and on the south
side of the tree, and 12 inches to 18 inches from the
trunk. Do not drive stakes into the ball and burlap.
Guy the trees using a figure eight hitch consisting
of No. 14 gauge wire encased in a section of rubber
hose.
Restoration of Pavement Surfaces
a. General
1) Restore (unless otherwise specified or ordered by
the Owner's Representative) permanent type
pavements, sidewalks, driveways, curbs, gutters,
and surface structures removed or disturbed
during or as a result of construction operations
to a condition which is equal in appearance and
quality to the condition that existed before the
work began. The surface of all improvements shall
match the appearance of the existing surface.
2) Pour concrete only after inspection by the
Engineer of the pouring site to verify proper
forms and reinforcement. Reinforcement shall be
equal in quantity and type of materials to
reinforcement that existed prior to the work, or
as indicated in the plans or specifications.
3) Sawcut existing paved surfaces to provide a
straight joint between the existing and new
I
D2-17(7) City of Fayetteville
Sewer System Improvements
r i
surface. Sawcutting shall be full depth and '
square or rectangular in shape.
4) Cure and protect all exposed concrete installed '
under this contract in accordance with the
reference standard.
5) Allow concrete to attain a minimum 7 day strength
before allowing traffic or construction equipment
on the concrete. ,
6) Remove entire sidewalk squares. Removal of
partial squares shall not be allowed. '
b. Concrete Sidewalks
1) Concrete sidewalks shall consist of a minimum
thickness of six inches of nonreinforced Portland
cement concrete over six inches of compacted
granular material.
2) Sidewalk thickness shall have a minimum width of ,
sixty (60)inches.
3) Sawcut existing sidewalks at construction joints. ,
Patching existing sidewalk squares damaged during
construction activities shall not be allowed.
c
4) When removing portions of a concrete sidewalk, an
entire "Square" shall be removed. Removal of a
partial sidewalk "Square" shall not be allowed.
5) Sidewalk replacement shall be constructed
according to the Sidewalk Replacement Detail
Drawing in Section E - Manhole Rehabilitation
Details.
Concrete Curb and Gutter
1) Curb and Gutter dimensions and cross sections
shall conform with existing installations.
2) Place two dowels at each junction with existing
work. Dowels shall be 3/4 -inch diameter and a
minimum of 12 inches in length.
3) Place one-half inch preformed bituminous
expansion joints at junctions with existing work
and at intervals not exceeding 50 feet, or as
directed by the Engineer.
I
I
I
I
I
I
IL]
City of Fayetteville D2-17(8)
Sewer System Improvements
I
[I
I
I
[1
I
I
I
I
I
I
I
L
CSI
I
I
I
d
[7
f
g
h
4) Place doweled expansion joints at intervals not
exceeding 50 feet, or as directed by the Owner's
Representative.
5) Saw cut control joints a
20 feet and at junctions
cracks in the pavement,
Engineer.
Concrete Driveways
t intervals not exceeding
with existing traverse
or as directed by the
Replace concrete driveways to the condition and
thickness which existed prior to construction.
Minimum thickness shall be 6 inches.
Bituminous Concrete Driveway
Replace bituminous driveways to the condition and
thickness which existed prior to construction.
Minimum thickness shall be 2 inches. Construction
shall be executed in accordance with Asphalt Concrete
Pavement Replacement for Pipe Trenches.
Tack Coat
Apply a tack coat on existing asphalt concrete
pavement and to each lift of new pavement that is to
receive a succeeding lift in conformance with
Section 403 of the Standard Specifications for
Highway Construction.
Prime Coat
The prime coat shall be applied to the leveling
course in accordance with Section 403 of the
referenced specification at the rate of 0.20 to
0.30 -gallon per square yard of surface area. The
exact amount is to be determined by the Engineer.
Construction Of Asphalt Concrete Pavement
Lay asphalt concrete over the base course in a single
lift and the compacted depth shall be 3 -inches. The
method of proportioning, mixing, transporting,
laying, processing, rolling the material, and the
standards of workmanship shall conform to the
applicable requirements of Section 408 of the
Standard Specifications.
I
D2-17(9) City of Fayetteville
Sewer System Improvements
I
The Engineer will examine the base before the paving ,
is begun and bring any deficiencies to the
Contractor's attention to be corrected before the ,
paving is started. Roll each lift of the asphalt
concrete and compact to the density specified in the
referenced Standard Specification for Highway
Construction. The grade, line, and cross section of
the finished surface shall conform to the Drawings.
Asphalt or asphalt stains which are noticeable upon
surfaces of concrete or materials which will be
exposed to view shall be promptly and completely
removed.
i. Asphalt Highway Repair '
Asphalt Highway Repair shall be in accordance with
the Arkansas State Highway and Transportation
Department Standard Specifications for Highway
Construction.
j. Concrete Highway Repair
Concrete Highway repair shall be in accordance with
the Arkansas State Highway and Transportation
Department Standard Specifications for Highway
Construction. '
k. Weather Conditions
Asphalt shall not be applied to wet material. '
Asphalt shall not be applied during rainfall, sand or
dust storm, or any imminent storms that might
adversely affect the construction. The Engineer will
determine when surfaces and material are dry enough
to proceed with construction. Asphalt concrete shall '
not be placed (1) when the atmospheric temperature is
lower than 40 degrees F, (2) during heavy rainfall,
or (3) when the surface upon which it is to be placed
is frozen or wet. Asphalt for prime coat shall not
be applied when the surface temperature is less than
50 degrees F. Exceptions will be permitted only in
special cases and only with prior written approval of
the Engineer.
1. Concrete Pavement
Pavement replacement shall be the same thickness as
that removed, except that in no instance shall it be
less than a minimum of 6 -inches. Protect the newly
placed concrete from traffic for a period of 7 days
City of Fayetteville D2-17(10)
Sewer System Improvements
I
1
1
1
D
1
1
1
and cure by covering with burlap, sand, earth, or
sawdust, which is kept continuously wet.
Handle and place concrete pavement in accordance with
the Standard Specifications for Highway Construction
of the Arkansas State Highway and Transportation
Department.
m. Gravel Surfacing
Where required by the Drawings, and where necessary
to match existing surfaces, place crushed rock,
gravel surfacing material, as specified herein, on
streets, driveways, parking areas, street shoulders,
and other graveled areas disturbed by the
construction. Spread the rock by tailgating and
supplement by hand labor where necessary. Level and
grade the rock to conform to the existing grades and
surfaces.
1. The cost of restoration will not be paid for separately,
but shall be included in the price of the pay item being
performed.
END OF SECTION D2-17
D2-17(11) City of Fayetteville
Sewer System Improvements
C
H
I
I
I
I
I
I
H
I
I
I
I
I
I
MANHOLE REHABILITATION DETAILS
SECTION E
I
I- W V
Z v Z
w a tl
Z N Y a w r0
Q OW /'^
H r zoo V W QI Q ? Nn yq5 N
LWQ C Z �2 e w D4 Pm
U a U m &n
W Z F -U N z K z~
= W N O W O 0tw-
O� O z s
Z UQ3 z F'a oo e
W>Q ON QQ }W 92e-
=>QW cc �J or $
U<w 3 Z A °8
c00D Q Q
Cl WO I-.. ZSO z w
IC Z Z O CI -
00 w �<o CoW OZZN O ® N 22W
1 ♦~♦--, �LLn V I, -f Y
r Zr> oz W a W ♦ • W62
N Q .. O m H W rc U 000
NZ -O_. F--I-O
X N� WI- W W ..
W Z a0
NQ "' ca. 0 W CL)
W= wz N YcrQ
-- fl3 W IY0 Q UUa w
0QI-O [lU NU Z. Ir
<C DcD
WU5Cr UGHN
J Z U
O — O
= O Z O W
Z Z Q W
Q W = \
O N N
Q '^ N
HXWZ
Wulcr" z\
N N Q W
w
U
C/4:; i•.
r�
V
z
II
xvw „vz J
aN
w'-
x
(n z
a
to z
N �
W
W N
Nw
w�
c.o z
w
F J 0
N >->
Q S Q
N W
J J Q WI
Q Q W >-Z
....-• O fr _JD
CDit0Q Oz
W W O.
WI— 0
J < Cr W
co�O>
Q Q
JF-N C
W W O 1 I
3 x NZ
OW I 0
F-00--
Q p
V) z
4 H N
8
= () Wt
W� a CD un y
g J w0 = m Z WNNF
Z O W 6
0
O r 3 m
H0 W WSW m N
oOQ p
O ow Z n Q tlW
ti Z Z
O > Ws.
W �-^ U - k U
J O O Q
O W W O_ J
Z Q p 3
O d W Z .
LUQ V) O
F W V) LU J ~
00 N J W J
WO •ZO 0
W
Zm U-- C
W H Z O
~ ULL Q p U O
J Z W U 0 U
Q MOF
U H J U U Z
m Oa O: U I I
r O'WOZ m
UZLL c) _
z O
O z W
ow > J
Z U LLJ
2 U J J Iii
MI
i H Q W W
J W
J 3 Z V) J L L
J W 4_
Q J 0 W
W O > F U
C-)
W U
II
V)
I.
W Q p
< N i c
o 0 N)
V) Y o
z ® F N
O m
•-+W w= a
i 0 f
C' F- O J Y a (7 O o≤
COQ >g 0 J uN
O �%/ UU w.J
e z
Iz37 ₹
�/ -,z r
Q OY
•- W •-1 = LIJ W � XO Z -Y
W -o
F- e J
O W W W _
W SUWV) O m Q
LU Q U)
Y-•
Z J O s:x
O _ „o
W W O 2 W Z • U oo
J U — W QN
O F -W (j) W
10 U m V) J
W O • ZO
Q 0J J D F -OS
Z O Q Z d U
Q 3o F— Y..
~ JZ WU.-.
O
J J= W O F JU
W Y O l W
a FS- Q WOQc-
O W Yti >'Qw0Z
U V) U F- (' Z W Y� CD
0
n-
O
F- _ I
Q
J J > Q
Q 0< W
W F- W J
V = V W Iii
W U J•I
W Z J Q 0
V) m 3 O =
• - z
F-
w
U
z ~
O I- z
F-
U
w
N
J J
J Q
Q W
3V)
C
w N
J S e
1 C7 n
t Z
gIL) cr
1 V) Z O g C z &7 F m
�r1 r. Zf > W 0 U n
VH Q W Wo z7
Z Z 2 r ¢Y w
010 _ Fa Q
1 U ttyy wW ' W 00 8
H'^ 0 Z S a N $°N
y ^• w U
1 }c W m w
O O J a
o w aoc)0 a < a 3
UQ r �S yN yNn
Z 00�
_
L+iZa3
o - O W
1 S J S
w0 U H
W In Z W
J W S W
Q < -0
i ..
W
o CD
1 z z
1
1 mo o
C�
Z O a ,_,
0 W
J — a Z Q
1 <
H U Z O W W
0_JHZ o '.1: .. if W
1 Jo0_
0
Q Z O H
(j — C7WU o J W
1 } S O J W
o .
' F-
1
U
' Q
1
1 z
1
1
1
' Q
La
N U
z n
Y
' F `o
a8
Ltl C K 3n N
J r d O o7
J di' 0 = pU' inn
s /Ov Y C�
W a W F 8o
O } S ao
!i m �
C
• tl'Ztl_d
F m 3V
D <y
� U ood
I
'
' o
•
' a
w W _
ED
z O ¢ J
1 J -az W
<~
QQC7�
H U z O Q
O J H z =t.:.
O
az�o�H I
U —(Dwc� •::1' z
.. 3 U LWJ U
� W
' dOCt<LW
}=OJW : •: �: Ln M
F- V1 W d 0 UJ
I
t
1 U •
"H-
I Iz
I
I
Q
N C9 i
Q Z e
Y H N
■ Q �
m < O a :.• 8
W W Q Ur G N
>e S
V (n
w WI -u Z
2 I —K S Z ¢ 00 W ffi
W
0
u W m01
0
Li- S Z
O < Z i
0< NNn
22 yY
Q U OOU
LU
W J
Q W wtiJW O
Z Q20 OJSO dU
O Q ToJN�Qti>
OUO x ow O\inmwm000Z ¢W
>Q ¢.O.OW$¢zd -Jo
> z wo omxQzo�M zo
au
o 2 ¢V' Q^JQWRpaWr
WU¢
J Wx}1 _jwo O
H J Sr¢ mZ¢ 2 O / rl
W 3 Z^ Ou} O Z
Q S O3 mwZJZWy3W6 ^O
J Np ¢w6Qzm¢ywo xw Z
a .� aw ¢¢aprxt, wO
¢ O'- ww QOUWWh I
LL Qz QSzy �-�-v��._ o
Q ut :.. wWWQWZ_x}O
j 3Q JZ ¢¢WSOO�WQIQ
z Zw
U QZ CZ
F O
z z U
0
0
O
U
0
¢ • • z W Fti
w
Zr'
wn W=uo w
¢¢ W d0 ?,_Co uQ
u
LL m t Z QLLUOU ¢22 LL
d¢WOW
•• VI
W J C x x
¢ VI L o III-czO.~.W o
•• 030
ti
IIIHHIIIIItIIIIIIIII\U
W
O
m z (JJ
z Q
o z F
3'78W A ' Qo o Z
o u
Q
YLLL
0
¢ou
Wod
¢ O N
O w
¢ o W
W p w
z Y
oo
u o w W
wwW¢
Fo
-Co
o¢w
Z LL ¢
1
(nuJ
J L
Z
0<
F-ZCr
�g
Z w
>„
N
W2
wo
F- m
J Z
V)
F- u
Zr--
F-F-WU
N
wW
q -
0
(i)-3?
OZ
UZ
`8'
<?
V
O w W<
w 0
Z Y
< 0 CO W
w—
V)
O
—u
W)-< --
0
0V)
O
N
OV)
OJ
0
CO CO F-Cr=
}
<C
W(J)J
O 3 Q F-
J Z
Cr 0
Z
CC 0E-
F
<0--Z
w0
..
0003
F--LLJ
c..)
W O
Cr Cr Cr W
CO --
Cr W
�
JQ
J
V)
0H
U W5
E-
w
I--
F -DOE-
J
Q
(r0
(NF -F-
O QN
00
OW
F -w
<0
-'Cr
ZJZO>C
J
C)Z
Z •:J
V)
3:
COW
LJJ--0<
<
.-.
QU -)
F-
V)
F-
OOHf2
F-�
ZF-O
NJ
WE-
W<
<U -V)
W
NCC
W7]W<
<W
COQ
OM
W
UO(nWw
J
<0
Uw
:JY
<<O0
UCC
WCr
0
OU
(/DF-
ZW 00
0
WZ
Crw<z
Cr<
F-
3
OY
W
^- ≥L-<
Z
CrO
WV)O<
O -CO
0
OaOOW
CLU �� Cr NQ
.-. NU
V) =
O 3
x
a
Zo
fill
O0_J
C0OOWV)
CCO
F
L
J ^ CC
<F-^
Z U n
O W O
- V)w
F- Cr
-- J
0 J w
<3-
LLJ
G
Ii
U
Ii I
2
W
O
z
II
aF-
n z
Q z
< W i '
o m
Y 6 U 3
m ai IA OLsJ b � a9GGa�
J� [m
J d W ¢x
ja G W U NW
In F-cJ 7 ₹
Wo Z O
Ic
~3 ! z ¢ y 8
Li
W W i W
W z ~
Ca-
• aas
O 4ix
a 43 WW
Q U U 000
N
-
O Lii
U -w
O W o w
w oa U .U. f WQ O
00 Wa
F Z J Z J W U¢ Z RJ
= O m OJ L
LL.'S Q£ - ¢ W pQ CL) aw
WI- ¢£ U W £U m W 00
CC
Nm om ZO 1 -LL wQ d£
01 Z o Z 3 w m W Q£
o¢ o a 0 H w F ¢ N a m o Z m0 W
r ^ Q O£ U- O U F£ U
OY ¢
W2 F QJ ZI HO wr WN ci
K w N X U N wp cc r O \L
N N¢ , U
W
C-
- W O£ N J r J w J x w d
o03 mm y^_� Um 02w LL
d33 LL ((—'�1
2 ¢ O Z LL
a� aW W
zw - rr
� w I -
J Q
or R W
Co •®•' / I
u`u
\1Lw
w
ry £ J
O
Z
'NIW.1 £ Z
®�® Co 0
aD
a z H
CD
o
.ZI 1391107 is I
W
319VI9tln £ J
w r
a orza
0Jo za¢ W °. 0 No aOmw : V/
_j00 y a
O
NNLLm Z £W Q aN
¢oe ° xd OO'J"Z U Z
O� Nw
LL O 7 w N N ZJ ' w W O O N
LULL Q J m¢ Z¢ J 'no Z Q O I
O W W6 mUFU
ams
m_zw--z
6 a N o o o
I
U
I
I
Li
I
I
I
[1
I
I
I
I
C1
I
L
I
I
< U) C7
zz z m
F' o
® V N
O m < p W. o
V/W�yy �$LsJLd
�y ?pNN 5J�1f
Z QF�LL O J2
Y LLQW Z W a
(]S Wd W S > 0 [>
XOU Wa = W e
F -(n C7z wF-Z ~i F- w me W ag
O z H a Z $a i g
Z Li
OJU hi)-
U UZ..w F-0 Q6 C ^— a8
Q F—CCUU) W W m
C LLU)W CCO Wp4 W z SO
0 < Z O 'X>OCC F-
=WWQ WUU) a Z
= U)WUZO U3X } • tlXy
flu
d W .-.W¢ ZOW u _ Wp.y
000
O WF-3 O UWti
O.J CX LO w 0]O
Z Wr OFU
OOXF
L OF-O(nU (J �F-W
Q OF-
UW�
U LL Wm
•s • m
S Z=
• '•'. 'e.••' = WU O
.•.. e s SaCLO
.. .-I3 LLJ F_ Q
3wF-W Z
OWU Orr
OOULL O
W C =) Q
~ O3 UCO
w
CCO Qj 0 W / n
Clii J ll I
~
OQ oc WOW
Ud JOMF-O W
Z rr
-- - -- -- - --- LU LW_)wa J
Jw cU Q
oLu CC. z
> SF-zwo
Q cC ZDQUZ O W
d CDJQF
1
WE F-W�
z U
MCCM
O OWZOOX Lu O
z ..• Z..Q dU)W cn
• a
Z L j I 0 \L
W Lu
XOu O H Z
U Q
W~O U Z U
OJU ` Q O W WCCo
�W W F m OO
�Z JO W U W W O
W U) ZO . .. U =
cr .. QO OO WZLLLZZ U)LO JU
U3x
Z O W ED O U O ¢ O J S= Q Q
W
OJ �U O QZWU) >OOZ W O
UmCD OZ Z p]WCCW
Q• W CCF ¢ pmIZZ d ¢ O O ¢
OXU wU) J W JOF f z O O d
U)E�J dW 0 U¢0O JJQC
J ct O D _J0 Cl) d W Q Y 3 Qw F C7 Y
U WmO OF- d
o
oQU Q W W
F- WO
oZS U_ J
UECOCC 0ow Q JJ
J ¢ Q
U U) W = \
,a:[,J W W wF-
�¢O�Ow
W F- J S Q W
F- Z J Z W CC
000Q SZF-
Z U U= Q O
1 - Zr
N w gg
o o
z W o
o
o
Ci
J N J a W 4 Q m
W
Z a a op
am= >
Z I z 2gy
0J ? W¢ �xo u
O 5z.
az
(flOz is.
>- 23 LW e
W W Ob
DO WN LL m =F51
'tl'tlo
a 0
S2 CZ •LL Z Z z�zx
ZO O. w W n<
W mat fFN 00 a U m o�u
Z NU}O ¢OQ ...J ~U W Zwm� OFd W O
' JOmc1 W 0 CZ 1Lji
-
ZOW WN 0ZUJ .Z. _J_,Q ZQmWQu HOZ _J— WD.
Si OZdJ WZW
U }dQ QHW
X XE
d W LL m W Q Z
m WY O
J W Q ~
zO.Z-.O O
010 -½U Q W w Q
YE I
u_
J0Z z
Cc
m _ I.I
N Q m N )CZ
1 x m W 0 W QIII
w1 ZF W¢
WNiQ�W U
z
oww-
f W HZOo Q
WOWOzz
CU wO^
CL
W
0
O
�O
LLH O
WWN rr
ddJ i
to
fow
J 03= " Ii X
LLOZ
,oxII
//3
w�
m z
'
N o q�
w o za
I
Y e Q
Q m � n 9 n
W 6 R Nr 6Ga N
J 3y [ m
wr r0 �? WO z Q z iy
' O¢ W tam O Q3 S `-• Y 2�
Z W r < W n N
< r W Q
w3 U Q O J NN
s r z 30 • Z .
¢ Ulu
} iir zzs
a'rN U 4"A UN w ~ W aiu
JO �
NiZ
<o< a p
UU� • r x
e' p
a w
W
W J r
� Q
G0 a� � x<<ow
' zU a S
Z w w z w N o d Q N Q
U N_ W
OQK dpU� Z¢ i'z <M V)W
O . L
mw id Uz
' W W O U I
r N Z ^ v
O
Z ^ m U r U J
< za
3wo �J mo —1
maw zu S
NOa
wp x N
QiO
J O F—
' Wr (1)
U
W
' > LL N
a
\ oc
U ^
\
\ O w
Z W
'
f 3 r
< x K
W K r w
m w —z
w r 2
K w O w
z r W
W N ^W
J < J O
m U omz
' X W <O<
w 0 U U i
J ^
Wa
DU' r Z tl
5)-
-
.
N• N X O
_
F- w w a F Y U 8^ o
O W F- W f m < Q U W. a
Z LL Q Y'- N r z Z 4G
N E N
ow �o Wa.r z. Z a C' 4 ' Z Q 0
•
w v wr w
Lii
OMo OZ U i-Q •> >
WNW lrr < < O WU1 WO Y Y z37
fl -SO wF- w mx N W
0.SO F- V1 •NULL • F- Q Y
W IZ 2¢ Q V ZO- W W ' 3
w
V SO- QW m mF--
z Zxv OQ D
OF- r m lE Mw o Q3 c w 3x
Li_`tW'
C. wW N Sho—I N
=: NQN ZV O Vf aF-Z o l J_
O CC-0ZoF- F- LU Q ONfm ® Q • �"�
1 0:5 F-- F -o U 0 0 0 r I-
f- iu
omw 0 •<Z Q o0_Kr, LLI 930
LL J m U• O F' d v m O U w
Z W^V) 2 0 OLL rc U 000
OJZWFJ •0 ZLLJ S
LLWJiOWOQ WO—OV1F-F-
• NQ— U> U m NVI
O¢NSOVIO I ¢ Q= •mmd-QE
•NWWVILLZVI3W Li -t000 O O
0 --mm zQ QF- m WLLor5F-o
we OXOO_Z(Az =LLJZz0 w¢
S WUXQ-- ooJowzF wm
00 = J W2 oom-O_i
Cf ZWONJO F- F -K ow2 F W S
- W\ -W= Z< Z O X V)N O O
U-JLLFFVfJ -Q - \ F--•
OX < QaJOO Zm iW.-W O
t0Wr-F-ZWQCO QUN > I mOW
J m z O 0> W W m\ Y z m
z SOJw•-•w CW2 3J•-OV1 hS
F-F-QF-OD:JWZ V1 QVIV Oow
0 D: QfO_JI-QF W WWW-OLLm
-F-W5 SOZJQ F-Jmfm mm
C
301- Z -w -m WQ OW 00
o ZQEO I Qww KOmF uF
i .m-F-WKOS 0D1F0<
00UJOCUJOX
F-
- 5WWLLZQF-WZF-000O:W=ZV1
-O_0_ Q>QY-�UOWV20:U-
zoowa0_oww a aoz F-Ozxz
-JJVIXVIZdw.-QS h -00-O00-
1 Ow<aO-QIOVIWO C00LL J
0<
U
W
'Oct F-
0 w
W U
Oa C
Q
0th
0< W
m O
"m o z
a m w
m O N
m W
0 0 O w
U U
DC LU
F. 0 < a
N O
S J
0
uJ
o a-
1
1
w
V1
r—�
LL
zOW Z
U
W W Q N
-Ou_
Q O K W
0W(A d'
W Q O V Q
WQ WF J OY
W
LL
' WK O'm Ka
¢O JOF 03
Zn UN U'0
Co
02 p V
0 LU
Q J Z
3 Q O
Oct
W Q
W
V
W
I
I]
I
I
11
Hl
I
I
I
I
I
I
L-1
I
I
I
INSURANCE FORMS
SECTION F
I
I
1
1
1
1
1
1
1
1
1
1
1
CERTIFICATE OF INSURANCE
TO: CITY OF FAYEPPEU-rT,T.F, ARKANSAS Date
NAME OF PRQJECl':
PFG�= N[1FIBER:
THIS Is
(Ma tre and AO=ess of Insured)
is, at ny she date of this certificate, insured by this Carra with respect to the
businesoperations hereinafter described, for the type of insurance arri in acc�n ce with the provisions of the standard policies used by this Com any, and further
hereinafter described. Ecceptions to standard policy noted on reverse side hereof.
Worker's
Car rehensive General
Liabilit,r Insurance
(Public Liability)
Collapse of Buildings
Cr suc',..sres adjacent
to excavaticrnq
e to Undercrcxmd
ties
'S
Czm rehensive
?L.•tcmcbile
Liability
ICcntract.:al Liability
Other
Locations covered:
iption of operations covered:
Bodily Injury:
Ea. Orjrrence:
Pnce Ly Damage:
Ea. Cmrnnrra•
Ea. Cc rren e:
Fxdily I::jurr.
Ea. Person $
Ea. cccu^rrence $
Property Damage:
Ea. Cccrreencce: S
Emily Injury:
Ea. C er.ce
' cre_ y Damage:
Ea. Cccurrer±ce:
The above policies either in the body thereof or by appropriate endorsement provide that they
/tray not be changed or canceled by the insurer in less than five (5) days after the insured
�s received written notice of such charre/or cancellation.
there
applicable local
laws or regulations require
more
than five (5) d.•.ys actual notice of
.ange
or cancellation
to be assured, the above
policies
contain such special r'irements,
either
in the body thereof or by appropriate
endorsement
thereto attached.
[ercy
Favetteville Pcrent
'Tess
Title
I
I
I
[I
I
I
I
I
I
I
I
I
I
I
I
I
MANHOLE REHABILITATION SCHEDULE
SECTION G
L]
I
[I
I
I
I
I
I
I
I
I
I
FAYETIEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 16.17,18,19,116,& W9A
JOB
MANHOLE
LOCATION
WORK
ITEM
NO.
1
2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
1
(6)001
3000 CROSSOVER
REMOVE COVER & INSPECT FOR REPAIRS
NP(11)
FV
2
(6)002
3000 CROSSOVER
X
X
X
X
NP(11)
8.00
3
(6)003
3000 CROSSOVER
X
X
X
X
NP(11)
8.40
4
(6)004
3000 CROSSOVER
X
X
X
X
NP(11)
6.00
5
(6)005
2900 CROSSOVER
X
X
X
NP(11)
7.90
6
(6)006
2700 WAKEFIELD
X
X.
NP(11)
6.60
7
(6)007
2700 WAKEFIELD
X
X
X-
X
NP(8)
7.80
8
(6)008
2700 WAKEFIELD
X
X
NP(8)
6.70
9
(6)009
2700 FERGUSON
X
X
X
X
X
NP(8)
6.00
10
(6)010
2700 FERGUSON
X
X
NP(11)
6.30
11
(6)011
2700 FERGUSON
X
X
X
NP(11)
6.20
12
(6)012
2400 MAGNOLIA
X
X
X
NP(11)
rAS20
13
(6)013
2600 AZALEA
X
X
NP(11)
4.80
14
(6)014
2380 MAGNOLIA
X
X
X.
NP(12)
4.90
15
( 6)015
2410 MAGNOLIA
X
X
X
NP(12)
4.30
16
(6)016
2320 MAGNOLIA
X
X
X
NP(12)
5.10
17
(6)017
2280 MAGNOLIA
X
X
X
NP(12)
4.70
18
(6)018
2280 MAGNOLIA
X
X
X
NP(12)
6.30
19
(6)019
2687 AZALEA
X
X
NP(8)
5.80
20
(6)020
2743 AZALEA
X
X
NP(8)
6.70
21
(6)021
2600 AZALEA
X
X
X
NP(11)
7.00
22
(6)022
2600 AZALEA
X
X
X
NP(11)
3.00
23
(6)023
2280 MAGNOLIA
X
X
NP(11)
6.80
24
(6)024
2144 MAGNOLIA
X
X
X
X
NP(11)
6.80
25
(6)025
2700 COLETTE
X
X
X
NP(11)
10.60
26
(6)026
2335 YVONNE DR
X
X
NP(8)
4.20
27
(6)027
2340 YVONNE DR
X
X
X
NP(12)
8.00
28
(6)028
2340 YVONNE
X
X
X
X
NP(8)
6.90
29
(6)029
2320 YVONNE
X
X
X
NP(8)
5.70
30
(6)030
COLLETTE/YVONNE
X
X
X
NP(4)
8.30
31
(6)031
COLETTE
NO WORK REQUIRED
NP(11)
5.10
32
(6)032
2700 OLD WIRE
NO WORK REQUIRED
NP(11)
5.10
LEGEND SURFACE TYPE
P - PAVED. (See Surface Type) I - PAVED STREET 5 - ALLEY 9 - DITCH/CREEK
IN? - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10 - CURB/GUTTER
FV - FIELD VERIFY 3 - PAVED INTERSECTION 7- PARKING LOT/ II - UNPAVED EASEMENT
DRIVEWAY p q
4- UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE /,
' RESIDENCE / A
13 - PAVED PRIVATE RESIDENCE
WORK ITEM DESCRIPTION BID ITEM
II REPLACE MANHOLE FRAME & COVER 1
2 SEAL FRAME & GRADE ADJUSTMENT 2.3,4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
' 4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5, 10, 11, 12, 13
6 REPLACE BENCH AND TROUGH 14
7 . INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
I
J
Page 1
I
L
LI
I
I
L
L
L
I
L
I
I
I
I
I
H
L
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE- BASIN 16,17,18,19,1161& W9A
JOB I
MANHOLE
LOCATION
WORK ITEM
1 2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
33
(6)033
2700 OLD WIRE
NO WORK REQUIRED
NP(11)
5.60
34
(6)034
2800 OLD WIRE
NO WORK REQUIRED
NP(11)
4.80
35
(6)035
2144 MAGNOLIA
X
NP(11)
7.40
36
(6)036
2144 MAGNOLIA
X
X
X
P(6)
6.00
37
(6)037
2038 MAGNOLIA
X
X
X
NP(12)
4.90
38
(6)038
2000 MAGNOLIA
X
X
X
P(7)
5.30
39
(6)039
MAGNOLIA
X
X
NP(8)
FV
40
(6)040
2000 COUNTRY WY
X
X
X
NP(11)
7.30
41
(6)041
2500 OLD WIRE
X
X
X
X
NP(11)
9.00
42
(6)042
2500 OLD WIRE
X
X
X
X
NP(11)
6.75
43
(6)043
2500 OLD WIRE
X
X
X
NP(11)
6.30
44
(6)044
1700 E TOWNSHIP
X
X
X
NP(11)
7.50
45
(6)045
2500 OLD WIRE
X
X
X
NP(1 1)
4.80
46
(6)046
2500 OLD WIRE
X
X
X
NP(11)
3.50
47
(6)047
2600 OLD WIRE
X
X
X
NP(1 1)
4.30
48
(6)048
2700 OLD WIRE
X
NP(11)
8.10
49
(6)049
2700 OLD WIRE
X
X
X
NP(11)
3.40
50
(6)050
2700 OLD WIRE
X
X
NP(11)
7.50
51
(6)051
2800 OLD WIRE
X
NP(11)
9.00
52
(6)052
2800 OLD WIRE
NO WORK REQUIRED
NP(1 1)
9.30
53
(6)053
2800 OLD WIRE
NO WORK REQUIRED
NP(11)
2.50
54
(6)054
2800 OLD WIRE
X
Ix
I
I
I
I
I
I
I
NP(11)
FV
55
(6)055
2700 OLD WIRE
NO WORK REQUIRED
NP(11)
9.50
56
(6)056
2800 OLD WIRE
NO WORK REQUIRED
NP(11)
2.20
57
(6)057
2400 MAGNOLIA
X
X
X
NP(8)
7.00
58
(6)058
MAGNOLIA
X
X
NP(8)
FV
59
(6)059
2900 OLD WIRE
X
X
NP(11)
3.90
60
(6)060
2900 OLD WIRE
X
X
X
NP(12)
10.10
61
(6)061
2901 OLD WIRE
X
NP(12)
9.70
62
(6)062
2901 OLD WIRE
NO WORK REQUIRED
NP(12)
5.10
63
(6)063
2919 BLUEBERRY
X
X
X
NP(8)
6.30
64
(6)064
2900 MAYBERRY
X
X
NP(8)
6.40
\1
15'b
LEGEND
SURFACE TYPE
P - PAVED, (See Surface
Type) I - PAVED STREET 5 - ALLEY
9-DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2 - UNPAVED STREET 6- SIDEWALK
10 - CURB/GUTTER
FV - FIELD VERIFY
3 - PAVED INTERSECTION 7 - PARKING LOT/
11 - UNPAVED EASEMENT
DRIVEWAY
4 -UNPAVED INTERSECTION 8 -BACKYARD
12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
WORK ITEM
DESCRIPTION
BID ITEM
1
REPLACE MANHOLE FRAME & COVER
1
2
SEAL FRAME & GRADE ADJUSTMENT
2, 3.4
3
COAT MANHOLE INTERIOR
7
3A
COAT MANHOLE INTERIOR WITH EPDXY COATING
8
4
GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH
6
5
COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT
5, 10. 11, 12, 15
6
REPLACE BENCH AND TROUGH
14
7
INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS
17
8
GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
Page 2
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
' SCHEDULE- BASIN 16.17,18,19,116,& W9A
JOB F MANHOLE LOCATION WORK ITEM
1 2 3 3A 4 5 6 7 8 SURF DEPTH
TYPE (FT)
'
65 (6)065 3100 MAYBERRY X X NP(8) 4.60
66 (6)066 2900 MAYBERRY X X NP(8) 6.10
67 (6)067 2924 OLD WIRE X, NP(12) 8.50
' 68 (6)068 OLD WIRE X X NP(12) FV
69 (6)069 3000 OAK BAILEY NO WORK REQUIRED NP(12) 3.80
70 (6)070 2925 OLD WIRE X X X NP(12) 4.80
' 71 (6)071 STRAWBERY/OAKBL C) P(1) 3.60
72 (6)072 3043 STRAWBERRY X X NP(12) 3.80
73 (6)073 3033 STRAWBERRY X X X INP(12) 3.50
' 74 (6)074 2800 OLD WIRE X X X NP(12) 6.40
75 (6)075 OLD WIRE CHURCH X X NP(12) FV
76 (6)076 2900 HUCKLEBERY X NP(8) 6.10
77 (6)077 STRAWBERRY X X NP(8) FV
78 (6)078 2900 HUCKLEBERY X X X NP(8) 5.10
79 (6)079 2964 HUCKLEBERY X X X X NP(8) 8.40
80 (6)080 2888 HUCKLEBERY X X X NP(12) 9.70
81 (6)081 2902 HUCKLEBERY X X X. X NP(8) 6.60
82 (6)082 2925 STRAWBERRY X X X. NP(12) 11.50
83 (6)083 2950 STRAWBERRY X. NP(12) 3.50
' 84 (6)084 2909 STRAWBERRY X NP(12) 6.20
85 (6)085 2811 OLD WIRE C NP(12) 5.50
86 (6)086 2791 OLD WIRE X X X X NP(12) 4.00
87 (6)087 2785 OLD WIRE X X NP(12) 3.80
88 (6)088 2700 OLD WIRE C NP(12) 3.30
89 (6)089 2700 OLD WIRE NO WORK REQUIRED NP(8) 4.80
90 (6)090 2700 OLD WIRE X X X NP(8) 6.10
'
91 (6)091 2729 WAKEFIELD X X X NP(8) 6.30
92 (6)092 2729 WAKEFIELD X X X NP(8) 6.30
93 (6)093 2729 WAKEFIELD X X X NP(8) 5.50
' 94 (6)094 2700 WAKEFIELD X X X NP(8) 7.00
95 (6)095 2758 WAKEFIELD X X NP(8) 5.30
96 (6)096 2758 WAKEFIELD NO WORK REQUIRED P(1) 6.20
LEGEND SURFACE TYPE
' P - PAVED, (See Surface Type) I - PAVED STREET 5 - ALLEY 9-DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2 - UNPAVED STREET 6- SIDEWALK 10 - CURB/GUTTER
FV . FIELD VERIFY 3 - PAVED INTERSECTION 7 -PARKING LOT/ I1 - UNPAVED EASEMENT
DRIVEWAY
4- UNPAVED INTERSECTION S -BACKYARD 12 -UNPAVED PRIVATE
'
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
WORK ITEM DESCRIPTION BID ITEM
Ii REPLACE MANHOLE FRAME & COVER I
2 SEAL FRAME & GRADE ADJUSTMENT 23,4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5,10.11,12,13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
IPage 3
I
U
[J
I
I
I
I
I
I
I
I
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 16 17 1B 19 116 & W9A
JOB
MANHOLE
LOCATION
WORK
ITEM
1
2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
97
(6)097
2740 FERGUSON
X
X
X
NP(8)
5.80
98
(6)098
2741 FERGUSON
6•.
NP(12)
4.60
99
(6)099
2700 WAKEFIELD
NO WORK REQUIRED
NP(8)
6.30
100
(6)100
2789 WAKEFIELD
X Ix
I
I
I
I
I
Ix
NP(8)
12.50
101
(6)101
2700 WAKEFIELD
NO WORK REQUIRED
NP(8)
8.50
102
(6)102
2664 FERGUSON
X
X
X
NP(8)
6.60
103
(6)103
2632 COUNTRY WY
X
X
X
NP(8)
7.40
104
(6)104
2625 COUNTRY WY
X
X
X
NP(12)
7.30
105
(6)105
2605 COUNTRY WY
X
X
X
NP(12)
4.00
106
(6)106
2600 COUNTRY WY
X
X
X
NP(8)
8.50
107
(6)107
2717 COUNTRY WY
NO WORK REQUIRED
NP(12)
3.90
108
(6)108
2751 COUNTRY WY
X
X
X
NP(12)
6.50
109
(6)109
2565 FERGUSON
X
X
X
NP(8)
6.50
110
(6)110
2659 FERGUSON
G�
NP(12)
4.30
111
(6)111
2608 FERGUSON
X
X
X
NP(8)
6.10
112
(6)112
2588 FERGUSON
X
X
X
NP(8)
6.30
113
(6)113
2560 FERGUSON
X
X
NP(8)
6.00
114
(6)114
2700 FERGUSON
X
X
X
NP(8)
5.80
115
(6)115
2560 FERGUSON
NO WORK REQUIRED
P(1)
5.80
116
(6)116
2525 FERGUSON
X
X
X.
X
NP(12)
4.80
117
(6)117
2500 FERGUSON
X
X
X.
X
NP(12)
5.00
118
(6)118
2457 FERGUSON
X
X
NP(12)
4.50
119
(6)119
2398 FERGUSON
X
X
NP(12)
4.50
120
(6)120
2365 FERGUSON
X
X
NP(12)
6.00
121
(6)121
2556 COUNTRY WY
X
X
NP(8)
6.30
122
(6)122
2563 SHEFFIELD
X
X
X
P(6)
7.40
123
(6)123
2563 SHEFFIELD
X
X
XI
NP(12)
8.10
124
(6)124
2530 SHEFFIELD
NO WORK REQUIRED
P(1)
FV
125
(6)125
2515 SHEFFIELD
X
NP(8)
7.70
126
(6)126
2515 SHEFFIELD
X
X
NP(8)
3.30
127
(6)127
2532 HAMPTON CT
P=4
NP(12)
9.20
128
(6)128
2462 BIRMINGHAM
NO WORK REQUIRED
P(6)
9.40
LEGEND SURFACE TYPE
UP - PAVED, (See Surface Type) 1 - PAVED STREET 5 - ALLEY 9-DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10 - CURB/GUTTER
FV - FIELD VERIFY 3- PAVED INTERSECTION 7 -PARKING LOT/ 11 - UNPAVED EASEMENT
DRIVEWAY
' 4 -UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
WORK ITEM DESCRIPTION BID ITEM
II REPLACE MANHOLE FRAME & COVER I
2 SEAL FRAME & GRADE ADJUSTMENT 2.3.4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
' 4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= NVF) REPLACEMENT 5, 10. 11. 12. 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER IS" OF MANHOLE INCLUDING BENCH AND TROUGH 9
Page 4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
L
I
LI
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 16,17,18,19,116,& W9A
JOB
MANHOLE
LOCATION
WORK
ITEM
1
2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
129
(6)129
2424 BIRMINGHAM
X
X
NP(12)
12.00
130
(6)130
2538 BIRMINGHAM
NO WORK REQUIRED
NP(12)
6.30
131
(6)131
2502 HAMPTON CT
X
Ix I
I
I I
Ix
I Ix
NP(8)
5.80
132
(6)132
2518 HAMPTON CT
NO WORK REQUIRED
NP(12)
8.30
133
(6)133
2517 HAMPTON CT
X
NP(12)
11.60
134
(6)134
2409 HAMPTON CT
X
X
X
P(6)
15.60
135
(6)135
3000 OAK BAILEY
NO WORK REQUIRED
NP(12)
6.30
136
(6)137
2700 WAKEFIELD
NP(8)
FV
137
(6)138
2700 WAKEFIELD
NP(11)
5.00
138
(6)139
2164 MAGNOLIA
X
X
NP(12)
FV
139
(7)001
AZALEA TR
X
X
X
X
NP(8)
5.30
140
(7)002
2421 COUNTRY WY
X
X
X
NP(12)
7.10
141
(7)003
2450 COUNTRY WY
X
X
X
NP(12)
5.10
142
(7)004
2450 COUNTRY WY
X
X
NP(8)
5.60
143
(7)005
2500 FERGUSON
X
X
NP(8)
FV
144
(7)006
2350 COUNTRY WY
X
X
X
P(1)
7.60
145
(7)007
2341 COUNTRY WY
X
X
X.
X
P(7)
5.90
146
(7)008
2375 COUNTRY WY
NP(8)
3.30
147
(7)009
2341 COUNTRY WY
X
X
NP(8)
FV
148
(7)010
AZALEA TR
X
NP(8)
6.00
149
(7)011
2300 COUNTRY WY
X
X
X
NP(8)
4.90
150
(7)012
2549 AZALEA TR
X
X
NP(8)
FV
151
(7)013
2510 AZALEA
X
X
X.
NP(12)
6.70
152
(7)014
2534 AZALEA
X
X
X
NP(12)
5.30
153
(7)015
2412 ROBIN RD
X
X
NP(12)
6.30
154
(7)016
2448 AZALEA
X
X
X
NP(8)
3.50
155
(7)017
2270 COUNTRY WY
X
X
X
NP(12)
7.30
156
(7)018
2188 COUNTRY WY
X
X
X
X
NP(12)
6.50
157
(7)019
2519 ROBIN RD
X
X
X
NP(8)
6.30
158
(7)020
2480 ROBIN RD
X
X
NP(8)
FV
159
(7)021
2422 ROBIN RD
X
X
X
NP(8)
6.00
160
(7)022
2422 ROBIN RD
X
X
X
NP(8)
7.00
LEGEND SURFACE TYPE
P - PAVED, (See Surface Type) I - PAVED STREET 5 - ALLEY 9-DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10 - CURB/GUTTER
FV - FIELD VERIFY 3 -PAVED INTERSECTION 7- PARKING LOT/ 11 -UNPAVED EASEMENt
DRIVEWAY
4- UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
WORK ITEM DESCRIPTION BID ITEM
I REPLACE MANHOLE FRAME & COVER I
2 SEAL FRAME & GRADE ADJUSTMENT 2,3,4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5, 10. 11. 12, 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
I
Page 5
I
I
L
L
I
I
I
L
LI
U
I
I
I
I
I
[1
I
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 16,17,18,19,116, & W9A
JOB N
MANHOLE
LOCATION
WORK
ITEM
1
2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
161
(7)023
2350 ROBIN RD
X
X
X'-
NP(12)
7.50
162
(7)024
2400 TOWNSHIP
X
X
X
P(6)
16.80
163
(7)025
2400 TOWNSHIP
X
X
X
NP(12)
11.60
164
(7)026
2400TOWNSHIP
X
X
X
NP(8)
5.70
165
(7)027
2300 TOWNSHIP
X
NP(12)
5.90
166
(7)028
2422 GENTLEOAKS
P=6
NP(12)
12.40
167
(7)029
2385 AZALEA TR
P=6
NP(12)
11.90
168
(7)030
2455 GENTLE OAK
X
X
X
NP(8)
10.10
169
(7)031
2455 GENTLE OAK
X
X
X
NP(B)
5.80
170
(7)032
2333 EAST OAKS
X
X
X
NP(8)
6.50
171
(7)033
2413 TWIN OAKS
X
X
NP(9)
6.80
172
(7)034
2400 GOLDEN OAK
X
X
X
NP(9)
12.50
173
(7)035
2413 TWIN OAKS
X
X
NP(8)
FV
174
(7)036
2400 GOLDEN OAK
X
X
X
P(6)
10.50
175
(7)037
2240 E OAKS DR
X
X
PP(12)
6.30
176
(7)038
2400 GOLDEN OAK
X
X
X
NP(8)
9.00
177
(7)039
2350 GOLDEN OAK
X
X
X
NP(8)
5.50
178
(7)040
2400 TOWNSHIP
X
X
X
X
NP(12)
12.50
179
(7)041
TOWNSHIP ST
X
X
X
NP(12)
7.00
180
(7)042
2500 E TOWNSHIP
X
X
NP(12)
7.30
181
(7)043
2600 TOWNSHIP
X
X
NP(12)
6.10
182
( 7)044
2600 TOWNSHIP
X
X
X
NP(8)
6.00
183
( 7)045
2400 EAST OAKS
X
X
NP(12)
6.30
184
( 7)046
2420 E OAKS DR
NP(12)
6.80
185
(7)047
2408 E OAKS DR
X
X
X
NP(12)
5.10
186
(7)048
2400 EAST OAKS
X
X
X.
NP(12)
5.70
187
(7)049
2314 E OAKS DR
X
X
X
NP(12)
4.60
188
(7)050
2433 E OAKS DR
X
X
P(7)
10.60
189
(7)051
2481 E OAKS DR
X
X
X
NP(12)
6.80
190
(7)052
2706 GOLDEN OAK
X
X
NP(8)
11.90
191
(7)053
2707 GOLDEN OAK
X
X
NP(8)
7.90
192
(7)054
2649 GOLDEN OAK
X
X
NP(8)
5.70
I0 `° )
LEGEND SURFACE TYPE
P - PAVED, (See Surface Type) I - PAVED STREET 5 - ALLEY 9-DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6 -SIDEWALK 10-CURB/GUTTER
FV - FIELD VERIFY 3- PAVED INTERSECTION 7 -PARKING LOT/ 11 - UNPAVED EASEMENT
DRIVEWAY
4- UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13- PAVED PRIVATE RESIDENCE
WORK ITEM DESCRIPTION BID ITEM
1 REPLACE MANHOLE FRAME & COVER 1
2 SEAL FRAME & GRADE ADJUSTMENT 2, 3.4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= NVF) REPLACEMENT 5, 10, 11, 12. 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER I8" OF MANHOLE INCLUDING BENCH AND TROUGH 9
J
I
I
I
[I
I
I
I
I
I
I
LI
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE- BASIN 16.17,18,19,116, & W9A
JOB IS
MANHOLE
LOCATION
WORK
ITEM
1
2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
193
(7)055
2609 GOLDEN OAK
X
X
NP(8)
FV
194
(7)056
2700 COPPER OAK
X
X
P(7)
7.60
195
(7)057
2657 COPPEROAKS
X
X
P(7)
4.70
196
(7)058
2753 COPPEROAKS
X
X
X
P(7)
6.60
197
(7)059
KANTZ DR ESMT
X
NP(11)
9.20
198
(7)060
2726 KANTZ DR
X
X
NP(12)
6.20
199
(7)061
2620 KANTZ DR
NO WORK REQUIRED
NP(12)
6.50
200
(7)062
2580 KANTZ OR
Ix
X
NP(12)
4.20
201
(7)063
2581 KANTZ DR
NO WORK REQUIRED
NP(12)
5.00
202
(7)064
2501 KANTZ DR
C?
NP(12)
3.50
203
(7)065
2726 KANTZ DR
X
X
NP(12)
4.80
204
(7)066
2607 KANTZ DR
X
X
NP(12)
10.00
205
(7)067
2607 KANTZ DR
X
NP(11)
10.80
206
(7)068
2124 EAST OAKS
NP(12)
9.00
207
(7)069
2100 EAST OAKS
X
X
NP(11)
8.30
208
(7)070
1970 EAST OAKS
NO WORK REQUIRED
NP(11)
6.50
209
(7)071
1970 EAST OAKS
X
NP(11)
4.70
210
(7)072
2000 EAST OAKS
X
NP(12)
5.80
211
(7)073
2311 EMISSION
NO WORK REQUIRED
NP(11)
3.50
212
(7)074
MISSION/EASTOAK
I
I
I
I I
I
I
I
NP(11)
12.00
213
(7)075
2500 E MISSIION
NO WORK REQUIRED
NP(11)
7.00
214
(7)076
2500 ST JAMES
NO WORK REQUIRED
P(7)
7.00
215
(7)077
2423 CAMBRIDGE
X
X
X
P(7)
6.40
216
(7)078
2409 CAMBRIDGE
NO WORK REQUIRED
NP(12)
FV
217
(7)079
2404 CAMBRIDGE
Ix
I
I
I I
I
X
NP(12)
8.00
218
(7)080
STJAMES/CAMBRIDGE
NO WORK REQUIRED
NP(12)
6.50
219
(7)081
1809 CAMBRIDGE
X
X
P(7)
5.70
220
(7)082
2122 COUNTRY WY
X
X
X
X
X
P(7)
7.50
221
(7)083
2123 COUNTRY WY
X
X
X
NP(12)
5.80
222
(7)084
2196 JONQUIL
X
X
X
NP(8)
5.50
223
(7)085
2196 JONQUIL
X
X
X
NP(12)
5.30
224
(7)086
2195 JONQUIL
X
X
X
NP(12)
6.20
I
LEGEND SURFACE TYPE
IF - PAVED, (See Surface Type) I - PAVED STREET 5 - ALLEY 9-DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10 - CURB/GUTTER
FV - FIELD VERIFY 3 -PAVED INTERSECTION 7- PARKING LOT/ II - UNPAVED EASEMENT
DRIVEWAY
4 -UNPAVED INTERSECTION 8- BACKYARD 12 - UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
' WORK ITEM DESCRIPTION BID ITEM
1 REPLACE MANHOLE FRAME & COVER I
2 SEAL FRAME & GRADE ADJUSTMENT 2, 3.4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
' 4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5.10, 11.122.13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS. LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
' Page 7
' FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
' SCHEDULE - BASIN 16, 17 1B 19 116 & W9A
JOB IS MANHOLE LOCATION WORK ITEM
1 2 3 3A 4 5 6 7 8 SURF DEPTH
TYPE (FT)
' 225 (7)087 ROBIN RD X X NP(8) FV
226 (7)088 2300 TOWNSHIP X X X'- P(6) 5.50
227 (7)089 JONQUIL X X NP(8) FV
' 228 (7)090 2100 COUNTRY WY X X X NP(8) 6.80
229 (7)091 2115 JONQUIL X X X. -. NP(12) 5.50
230 (7)092 2079 JONQUIL X X X NP(12) 6.20
' 231 (7)093 2400 JONQUIL CT X X X NP(B) 5.40
232 (7)094 2060 COUNTRY WY X X X X NP(12) 7.30
233 (7)095 2020 PRIMROSE X X K. X NP(12) 6.60
234 (7)096 2465 PRIMROSE X X NP(12) 5.30
235 (7)097 2415 PRIMROSE X X X NP(12) 4.40
236 (7)098 2458 PRIMROSE X X X. NP(9) 7.80
' 237 (7)099 2400 JONQUIL X X NP(12) FV
238 (7)100 2400 JONQUIL C_1 NP(12) 6.40
239 (7)101 2100 TOWNSHIP X X X NP(8) 6.80
240 (7)102 2100 TOWNSHIP X X X. X NP(8) 7.00
' 241 (7)103 BOSI DEARC X X NP(8) FV
242 (7)104 1965 BOSI DEARC X X X NP(9) 7.40
243 (7)105 1965 BOIS DEARC X X X X NP(12) 5.30
' 244 (7)106 TOWNSHIP ST X X NP(12) FV
245 (7)107 2387TWELVEOAK X X X NP(8) 5.60
246 (7)108 1989 BOIS DEARC NO WORK REQUIRED NP(12) 5.80
' 247 (7)109 2213 TWELVE OAK X X NP(8) 8.10
248 (7)110 2185 GOLDEN OAK X X NP(8) 8.00
249 (7)111 2155 KANTZ X X NP(8) FV
250 (7)112 2155 KANTZ X X NP(8) FV
'
251 ( 7)113 2560 FERGUSON X X X NP(8) 5.80
252 (7)114 TOWNSHIP ST X X NP(11) 5.80
253 (7)115 2200TOWNSHIP X X NP(11) 5.20
' 254 (7)116 2200 GENTLE OAK P=FLAT NP(12) 5.40
255 (7)117 2205 GENTLE OAK X X NP(8) 11.10
256 (7)118 2300 GENTLE OAK X X X NP(8) 8.80
(, 61.I
LEGEND SURFACE TYPE
' P - PAVED, (See Surface Type) I - PAVED STREET 5- ALLEY 9-DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10- CURB/GUTTER
FV - FIELD VERIFY 3 - PAVED INTERSECTION 7 - PARKING LOT/ 1I - UNPAVED EASEMENT
DRIVEWAY
' 4 -UNPAVED INTERSECTION 8 -BACKYARD 12 -UNPAVED PRIVATE
RESIDENCE
13- PAVED PRIVATE RESIDENCE
II
WORK ITEM DESCRIPTION BID ITEM
1 REPLACE MANHOLE FRAME & COVER 1
2 SEAL FRAME & GRADE ADJUSTMENT 2, 3.4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
' 4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5, 10, 11, 12, 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
• 8 GROUT PIPE SEALS, LOWER IS" OF MANHOLE INCLUDING BENCH AND TROUGH 9
' Page 8
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
' SCHEDULE - BASIN 16.17,18,19,116, & W9A
JOB F MANHOLE LOCATION WORK qrrEM1 3 3A 4 5 6 7 8 SURF DEPTH
TYPE (FT)
257 (7)119 2205 GENTLE OAK X X NP(8) 8.50
258 (7)120 2118 TALL OAKS P=FLAT X NP(12) 5.10
259 (7)121 2186 GOLDEN OAK X NP(8) 5.10
260 (7)122 2350 GOLDEN OAK X NP(8) 9.70
261 (7)123 2384 GOLDEN OAK X X X NP(8) 9.10
262 (7)124 2209 GOLDENOAKS X X NP(12) 6.30
' 263 (7)125 2229 GOLDENOAKS X X X- NP(12) 3.80
264 (7)126 2633 KANTZ DR NO WORK REQUIRED NP(12) 7.20
265 (8)001 1700 E TOWNSHIP X P(7) 6.00
I
266 (8)002 1764 E TOWNSHIP X P(7) 4.70
267 (8)003 1800 E TOWNSHIP X X X X NP(11) 5.80
268 (8)004 2367 CREEKWOOD X X X NP(12) 7.30
' 269 (8)005 1950E TOWNSHIP X X X X NP(11) 6.30
270 (8)006 2583 YORKWOOD X X X X NP(12) 5.30
271 (8)007 2399 WINWOOD C' NP(12) 4.90
272 ("8)008 2357 WINWOOD X X X NP(12) 5.70
273 (8)009 2331 WINWOOD X X NP(12) 6.00
274 (8)010 2332 WINWOOD X X NP(12) 5.20
275 (8)011 2332 WINWOOD X X NP(8) 5.50
276 (8)012 2300 WINWOOD NO WORK REQUIRED NP(8) 7.00
277 (8)013 2300 WINWOOD CLEAN OUT NP(8) 2.00
278 (8)014 2363 YORKWOOD X X X NP(12) 6.60
' 279 (8)015 2355 YORKWOOD X X X NP(12) 6.80
280 (8)016 2347 YORKWOOD X X X X NP(12) 6.00
281 (8)017 2333 YORKWOOD X X X NP(12) 5.80
' 282 (8)018 2333 YORKWOOD X X NP(8) 5.50
283 (8)019 YORKWOOD/WINWOO X X X NP(12) 8.50
284 (8)020 SUSANIWINWOOD X X NP(12) 7.50
285 (8)021 2245 WINWOOD X X X NP(12) 5.80
286 (8)022 2223 WINWOOD X X X NP(12) 6.70
287 ( 8)023 2215 WINWOOD X X X NP(12) 6.40
288 ( 8)024 196
0 BRENT LANE X X X NP(12) 6.60
k� 5'10
LEGEND SURFACE TYPE
P - PAVED, (See Surface Type) I - PAVED STREET 5 - ALLEY 9-DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10-CURB/GUI! ER
FV - FIELD VERIFY 3- PAVED INTERSECTION 7- PARKING LOT/ II - UNPAVED EASEMENT
DRIVEWAY
' 4- UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
' WORK ITEM DESCRIPTION BID ITEM
1 REPLACE MANHOLE FRAME & COVER I
2 SEAL FRAME & GRADE ADJUSTMENT 2, 3.4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5, 10, 11, 12, 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER IS" OF MANHOLE INCLUDING BENCH AND TROUGH 9
Page 9 ���
I
H
H]
I
Li
I
I
I
I
I
I
I
I
I
I
I
I
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 16,17,18,19,116,& W9A
JOB
MANHOLE
LOCAT1ON
WORK
ITEM
1
2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
289
(8)025
1966 BRENT LANE
X
X
X
NP(12)
6.00
290
(8)026
2234 CREEKWOOD
P=CORB (3)
X
NP(8)
4.20
291
(8)027
1789 SUSAN DR
X
X
X-
X
X
NP(8)
292
(8)028
1789 SUSAN
X
X
X
NP(8)
8.20
293
(8)029
1789 SUSAN
X
X
X
X
NP(8)
11.30
294
(8)030
2199 WINWOOD
X
X
X ,
X
NP(8)
4.90
295
(8)031
2196 WINWOOD
X
X
X
X
NP(12)
9.30
296
(8)032
2160 WINWOOD
X
X
X .
X
NP(12)
5.80
297
(8)033
2112 WINWOOD
X
X
X.
X
NP(12)
7.10
298
(8)034
2090 WINWOOD
X
X
X',
X
NP(12)
5.70
299
(8)035
2145 WINWOOD
X
X
X,
X
NP(8)
6.50
300
(8)036
2221 OVERCREST
X
X
X
X
X
NP(8)
6.10
301
(8)037
2238 OVERCREST
X
X
X
X
NP(8)
5.10
302
(8)038
1800 E TOWNSHIP
X
X
X
X
X
X
P(1)
3.60
303
(8)039
1678 TOWNSHIP
X
P(l)
9.50
304
(8)040
1550 TOWNSHIP
X
P(1)
11.10
305
(8)041
OLD WIRE/TOWNSH
X •
P(1)
9.80
306
(8)042
OLD WIREITOWNSH
X
X
X
P(10)
5.50
307
(8)043
1440 TOWNSHIP
X
X
X.,
NP(12)
8.40
308
(8)044
1379 TOWNSHIP
X
X
P(13)
- 5.50
309
(8)045
1323 TOWNSHIP
X
X
X
NP(12)
6.60
310
(8)046
TOWNSHIP/COMMON
X
X
X
NP(12)
9.20
311
(8)047
1140 TOWNSHIP
X
X
X
NP(12)
7.50
312
(8)048
1149TOWNSHIP
X
X
X
NP(12)
8.30
313
(8)049
957 TOWNSHIP ST
X
X
X
NP(12)
6.80
314
(8)050
833 TOWNSHIP ST
X
X
NP(12)
6.00
315
(8)051
1600 E TERRY
X
X
X
NP(8)
6.70
316
(8)052
1600E TERRY
X
X
X
NP(8)
7.00
317
(8)053
1524 TERRY
X
X
X
X
NP(12)
10.90
318
(8)054
1541 TERRY DR
X
X
X
NP(12)
8.10
319
(8)055
1682 STEWART
X
X
X
X
NP(12)
9.50
320
(8)056
1600 STEWART
X
P(6)
7.70
LEGEND SURFACE TYPE
P - PAVED, (See Surface Type) 1 - PAVED STREET 5 - ALLEY 9- DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10- CURB/GUTTER
FV - FIELD VERIFY 3- PAVED INTERSECTION 7 -PARKING LOT/ I1 - UNPAVED EASEMENT 1+,
DRIVEWAY
4- UNPAVED INTERSECTION B -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
WORK ITEM DESCRIPTION BID ITEM
I REPLACE MANHOLE FRAME &COVER I
2 SEAL FRAME & GRADE ADJUSTMENT 2, 3.4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5, 10. 11, 12, 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER IS- OF MANHOLE INCLUDING BENCH AND TROUGH 9
I
Page 10 ��1
II
I
J
I
1
I
I
I
I
I
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 16,17,18,19,116,& W9A
JOB IS
MANHOLE
LOCATION
WORK
ITEM
1
2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
321
(8)057
1554 STEWART
X
X
X
P(6)
3.60
322
(8)058
1502 STEWART
X
X
X
P(6)
6.00
323
(8)059
1702 STEWART
X
X
X
P(6)
7.70
324
(8)060
1704 STEWART
X
X
X
X
P(6)
4.80
325
(8)061
STEWART/CRKWOOD
X
X
X
P(6)
4.80
326
(8)062
1590 CARDINAL
X
X
NP(12)
5.00
327
(8)063
1593 CARDINAL
X
X
NP(8)
7.20
328
(8)064
1586 CARDINAL
NO WORK REQUIRED
NP(12)
4.50
329
(8)065
1515 CARDINAL
X
X
X
NP(12)
3.00
330
(8)066
1593 CARDINAL
X
X
X
NP(8)
7.80
331
(8)067
1644 SUSAN
X
X
X
NP(12)
6.20
332
(8)068
1652 SUSAN
X
X
NP(12)
6.30
333
(8)069
1692 SUSAN
X
NP(12)
7.40
334
(8)070
SUSAN/CREEKWOOD
X
X
X
NP(12)
7.70
335
(8)071
1593 CARDINAL
X
X
X
NP(8)
7.50
336
(8)072
1502 OVERCREST
NO WORK REQUIRED
NP(8)
7.30
337
(8)073
1502 OVERCREST
NO WORK REQUIRED
NP(8)
5.10
338
(8)074
CARDINAL
X
X
NP(9)
FV
339
(8)075
CARDINAL
X
X
NP(9)
FV
340
(8)076
1502 OVERCREST
X
X
NP(8)
7.30
341
(8)077
1502 OVERCREST
X
X
X
X
NP(12)
7.00
342
(8)078
1502 OVERCREST
X
X
X
NP(12)
6.00
343
(8)079
1600 ELMWOOD
X
X
X
NP(8)
7.30
344
(8)080
1580 OVERCREST
X
X
X
P(1)
8.50
345
(8)081
1590 OVERCREST
X
X
X
X
P(1)
8.30
346
(8)082
1647 ELMWOOD
X
X
X
NP(12)
4.70
347
(8)083
1601 BOSTON PL
C�
P(6)
4.20
348
(8)084
1556 ELMWOOD
X
X
X
NP(12)
3.40
349
(8)085
1602 OVERCREST
X
X
X
NP(12)
5.80
350
(8)086
1663 ELMWOOD
X
X
X
NP(8)
5.90
351
(8)087
1633 BOSTON PL
X
X
X
P(1)
5.80
352
(8)088
1616 OVERCREST
X
X
X
NP(12)
7.20
LEGEND SURFACE TYPE
Up - PAVED, (See Surface Type) 1 - PAVED STREET 5- ALLEY 9-DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10-CURB/GUI! ER
FV - FIELD VERIFY 3 - PAVED INTERSECTION 7 - PARKING LOT/ II - UNPAVED EASEMENT
DRIVEWAY
4 -UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
1 WORK ITEM DESCRIPTION BID ITEM
I REPLACE MANHOLE FRAME & COVER I
2 SEAL FRAME & GRADE ADJUSTMENT 2.3.4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
1 4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5, 10. 11, 12. 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
1
I
Page 11
C
C
C
H
I
C
I
I
Li
n
I
LEGEND SURFACE TYPE
UP - PAVED, (See Surface Type) I - PAVED STREET 5 - ALLEY 9-DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10 - CURB/GUTTER
FV - FIELD VERIFY 3 -PAVED INTERSECTION 7 -PARKING LOT/ II - UNPAVED EASEMENT
DRIVEWAY
4-UNPAVED
INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13- PAVED PRIVATE RESIDENCE
' WORK ITEM DESCRIPTION BID ITEM
1 REPLACE MANHOLE FRAME & COVER I
2 SEAL FRAME & GRADE ADJUSTMENT 2, 3.4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
' 4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5, 10, 11, 12, 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE_- BASIN 16, 17 1B 19 116 & W9A
JOB F
MANHOLE
LOCATION
WORK
ITEM
1
2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
353
(8)089
1736 OVERCREST
X
X
X
NP(12)
4.80
354
(8)090
1810 OVERCREST
X
X
X
NP(12)
5.50
355
(8)091
1837 OVERCREST
X
X
X
X
NP(12)
5.80
356
(8)092
1837 OVERCREST
X
X
X
NP(8)
7.00
357
(8)093
1633 BOSTON PL
X
X
NP(8)
6,10
358
(8)094
1856OVERCREST
X
X
X
X
NP(12)
4.00
359
(8)095
1900OVERCREST
X
X
NP(8)
7.90
360
(8)096
1900 OVERCREST
X
X
X
X
NP(12)
6.30
361
(8)097
1645 BOSTON PL
X
X
X.
NP(8)
8.00
362
(8)098
1645 BOSTON PL
X
X
X ,
P(7)
2.80
363
(8)099
1920 OVERCREST
X
X
NP(12)
5.00
364
(8)100
1960 OVERCREST
X
X
X •
NP(9)
9.90
365
(8)101
1960 OVERCREST
C�
NP(12)
2.80
366
(8)102
1725 HACKBERRY
X•
NP(12)
8.50
367
(8)103
1725 HACKBERRY
X
X
X.
X
NP(8)
6.50
368
(8)104
1511 OVERCREST
X
X
X
NP(8)
3.90
369
(8)105
1800TOWNSHIP
X
X
X
NP(11)
5.50
370
(8)106
1764 TOWNSHIP
X
X
NP(8)
FV
371
(8)107
1700 TOWNSHIP
X
X
NP(8)
FV
372
(8)108
GULLEY PARK
X
X
P(6)
7.50
373
(9)001
1445 OVERCREST
X
X
X
NP(11)
4.50
374
(9)002
1411 OVERCREST
X
X
X.
X
NP(11)
6.60
375
(9)003
1410 OVERCREST
X
X
X .
NP(8)
5.30
376
(9)004
1445 OVERCREST
X
X
NP(8)
4.20
377
(9)005
1375 OVERCREST
X
X
X ,
NP(8)
4.90
378
(9)006
1407 ELMWOOD
X
X
X
NP(12)
3.80
379
(9)007
1413 ELMWOOD
X
X
X
NP(12)
4.30
380
(9)008
1417 ELMWOOD
X
X
X
NP(12)
5.60
381
(9)009
1417 ELMWOOD
NO WORK REQUIRED
PP(12)
3.00
382
(9)010
1407 ELMWOOD
X
X
NP(8)
3.20
383
(9)011
OLD WIRE
X
X
NP(11)
FV
384
(9)012
AMBER DR. (FIELD)
X
X
NP(11)
FV
IPage 12
I
I
J
j
J
I
I
I
I
J
I
I
I
J
J
I
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE- BASIN 16,17,18,19,116, & W9A
JOB I
MANHOLE
LOCATION
WORK
ITEM
1
2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
385
(9)013
1432 AMBER
X
X
X
X
NP(12)
9.10
386
(9)014
1474 AMBER
X
X
X
X
NP(12)
5.60
387
(9)015
1312 AMBER
X
X
NP(12)
8.20
388
(9)016
1393 AMBER
X
NP(12)
7.10
389
(9)017
1283 E ELM
X
X
X.
NP(9)
8.10
390
(9)018
1283 E ELM
X
X
X•
NP(11)
8.70
391
(9)019
2125 OLD WIRE
X
X
X.
NP(11)
6.50
392
(9)020
2167 OLD WIRE
X
X
NP(8)
FV
393
(9)021
1931 OLD WIRE
X
X
NP(6)
4.60
394
(9)022
1283 E ELM
X
X
P(1)
3.80
395
(9)023
1283 OVERCREST
X
X
X
X
P(3)
4.40
396
(9)024
1165 OVERCREST
X
X
X,
X
X
P(3)
4.80
397
(9)025
1153 OVERCREST
X
X
X.
X
P(1)
5.10
398
(9)026
1123OVERCREST
X
X
X.
X
P(1)
5.50
399
(9)027
2239 MOCKINBIRD
X
X
X.
X
P(1)
10.20
400
(9)028
2273 MOCKINBIRD
X
X
X.
X
P(1)
8.60
401
(9)029
2297MOCKINBIRD
X
X
X
X
X
P(1)
7.20
402
(9)030
2248 HUMMINGBIR
C'
NP(12)
7.80E
403
(9)031
2248 HUMMINGBIR
X
X
X
NP(8)
FV
404
(9)032
2215 OLD WIRE
C6
NP(8)
3.30
405
(9)033
1341 CARDINAL
NP(12)
4.70
406
(9)034
2275 HUMMINGBIR
CF
NP(12)
6.90
407
(9)035
1315 CARDINAL
X
X
X-
X
NP(12)
5.40
408
(9)036
2250 HUMINGBIRD
X
X
X .
X
X
NP(12)
6.50
409
(9)037
1316 CARDINAL
X
X
X
NP(8)
FV
410
(9)038
1355 SUNNY HILL
X
X
X
X
NP(8)
4.50
411
(9)039
1350 SUNNY HILL
X
X
X.
X
P(7)
6.90
412
(9)040
2316 HUMINGBIRD
X
X
X.
X
NP(12)
7.70
413
(9)041
2302 MOCKINBIRD
X
X
X
X
NP(12)
6.50
414
(9)042
2316 HUMINGBIRD
NP(12)
8.30
415
( 9)043
2322 HUMINGBIRD
X
NP(12)
6.10
416
(9)044
2370 HUMINGBIRD
X
X
X
NP(12)
7.60
LEGEND SURFACE TYPE
P - PAVED, (See Surface Type) I - PAVED STREET 5- ALLEY 9-DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10-CURB/GUI! ER
FV - FIELD VERIFY 3 -PAVED INTERSECTION 7 -PARKING LOT/ 11 -UNPAVED EASEMENT
DRIVEWAY Vl 3
4 -UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
WORK ITEM DESCRIPTION BID ITEM
I REPLACE MANHOLE FRAME & COVER 1
2 SEAL FRAME & GRADE ADJUSTMENT 2, 3.4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5. 10, 11, 12.13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
Page 13 ���
I
I
I
I
I
I
I
I
I
H
I
I
I
LEGEND SURFACE TYPE
P - PAVED, (See Surface Type) I - PAVED STREET 5 -ALLEY 9-DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6 -SIDEWALK 10-CURB/GUTTER
FV - FIELD VERIFY 3 -PAVED INTERSECTION 7- PARKING LOT/ I I - UNPAVED EASEMENT
DRIVEWAY
' 4 -UNPAVED INTERSECTION 8 -BACKYARD 1? -UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
WORK ITEM DESCRIPTION BID ITEM
I REPLACE MANHOLE FRAME & COVER
2 SEAL FRAME & GRADE ADJUSTMENT 2.3, 4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= WE) REPLACEMENT 5, 10, 11, 12, 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
FAYEITEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 16,17,18,19,116,& W9A
JOB N
MANHOLE
LOCATION
WORK ITEM
1 2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
417
(9)045
1165 TOWNSHIP
NO WORK REQUIRED
NP(8)
FV
418
(9)046
1125 TOWNSHIP
X
X
NP(8)
5.30
419
(9)047
1233 ELM ST
X
X
X
X
P(1)
5.30
420
(9)048
1125 E ELM
C�
NP(12)
6.40
421
(9)049
ELM/BRIARWOOD
X
X
X
X
P(3)
5.40
422
(9)050
2142 BRIARWOOD
X
X
X
X
P(1)
6.30
423
(9)051
940 ELM ST
C
P(1)
5.30
424
(9)052
945 E ELM
C
P(1)
6.30
425
(9)053
919 E ELM
C
P(1)
5.30
426
(9)054
ELM/JUNEWAY
X
X
X.
X
X
P(3)
5.00
427
(9)055
851 ELM ST
X
X
X
X
P(1)
6.50
428
(9)056
2082 AUSTIN
X
X
X
X
P(1)
5.30
429
(9)057
2136 AUSTIN
X
X
X
X
P(1)
4.80
430
(9)058
700 OVERCREST
X
X
X
X
P(1)
4.60
431
(9)059
2160 JUNEWAY
C
P(10)
5.50
432
(9)060
2171 JUNEWAY
X
X
X •
X
P(3)
4.90
433
(9)061
2337 JUNEWAY .
X
X
X
P(1)
4.50
434
(9)062
2294 JUNEWAY
X
X
X •
X
P(1)
7.30
435
(9)063
2120 SHERIDAN
X
X
X •
X
X
P(1)
6.60
436
(9)064
2140 SHERIDAN
X
X
X -
X
P(1)
5.10
437
(9)065
905 SHERIDAN
X
X
X
X
P(3)
6.10
438
(9)066
823 OVERCREST
X
X
X
X
P(1)
4.80
439
(9)067
2200 N SHERIDAN
X
X
X
X
P(3)
5.10
440
(9)068
WINDY HILL ST
X
X
X
P(1)
FV
441
(9)069
803 WINDY HILL
X
X
X
P(1)
5.00
442
(9)070
2120 SHERIDAN
X
X
X
NP(12)
7.30
443
(9)071
1054 E. ELM
X
X
X
X
NP(8)
3.30
444
(9)072
2130 SHERIDAN
X
X
X
X
NP(8)
5.10
445
(9)073
1027OVERCREST
X
X
X
X
NP(8)
4.50
446
(9)074
BRAIR WOOD LN
X
X
X
X
P(1)
10.30
447
( 9)075
1013 OVERCREST
X
X
X
X
P(1)
5.80
448
(9)076
1013 OVERCREST
X
NP(8)
FV
IPage 14
' FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
' SCHEDULE - BASIN 16,17,18,19,116, & W9A
JOB F MANHOLE LOCATION WORK ITEM
1 2 3 3A 4 5 6 7 8 SURF DEPTH
' TYPE (FT)
449 (9)077 2236 BRIARWOOD X X X P(1) 7.80
450 (9)078 2300 BRIARWOOD X X X' X P(3) 7.50
451 (9)079 2300 BRIARWOOD X X X- P(6) 7.60
452 (9)080 2318 BRIAR WOOD X X P(6) 7.70
453 (9)081 2328 BRIARWOOD C P(10) 7.80
454 (9)082 859 PEEL X X X P(1) 6.60
455 (9)083 821 PEEL ST X X X P(1) 5.50
456 (9)084 801 PEEL ST X X X. X P(1) 4.80
457 (9)085 1233 ELM ST X X X NP(9) 5.70
458 (9)086 1233 E ELM X X NP(9) 6.20
459 (9)087 1923 OLD WIRE X X X NP(9) 6.20
460 (9)088 1921 OLD WIRE X X X. NP(11) 8.00
461 (9)089 1016 E ASH X X X. NP(1 1) 10.10
'
462 (9)090 1016E ASH X X X NP(11) 7.30
463 (9)091 1016 ASH ST X X X' X NP(11) FV
464 (9)092 1016E ASH X X X X X P(1) 7.00
' 465 (9)093 1830 OLD WIRE X X X' X X NP(12) 10.80
466 (9)094 1830 OLD WIRE NP(12) 7.90
467 (9)095 1852 OLD WIRE X X X X NP(12) 2.80
468 (9)096 1746 OLD WIRE X X X' X NP(12) 8.40
469 (9)097 1700 OLD WIRE X X X ' X P(3) 8.50
470 (9)098 1746 OLD WIRE X X X X P(3) 8.50
' 471 (9)099 1700 OLD WIRE X X X X NP(12) 10.80
472 (9)100 1600 N OLD WIRE X X X X X NP(9) 9.10
473 (9)101 1600 N OLD WIRE X X X - - X X NP(9) 8.40
474 (9)102 1600 N RAMSEY X X X X NP(9) 7.00
475 (9)103 1600 N RAMSEY X X X - X NP(9) 5.90
476 (9)104 1655 RAMSEY AVE X X X) P(1) 6.20
477 (9)105 NO WORK REQUIRED NP(9) FV
' 478 (9)106 999EASH X X XX X P(1) 7.10
479 (9)107 999E ASH X X X • X X NP(12) 6.70
480 (9)108 JUNEWAY/ASH X X X , X P(1) 8.200
' \V7
LEGEND SURFACE TYPE
IF - PAVED. (See Surface Type) I - PAVED STREET 5 - ALLEY 9- DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2 - UNPAVED STREET 6- SIDEWALK 10-CURB/GUI! ER
FV - FIELD VERIFY 3 - PAVED INTERSECTION 7 -PARKING LOT/ II - UNPAVED EASEMENT
DRIVEWAY
4 -UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
' 13 - PAVED PRIVATE RESIDENCE J
WORK ITEM DESCRIPTION BID ITEM
II REPLACE MANHOLE FRAME & COVER I
2 SEAL FRAME & GRADE ADJUSTMENT 2, 3.4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5. 10, 11. 12. 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS. LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
IPage 15
LJI
I
I
I
I
I
I
I
I
I
I
I
C1
I
I
C
I
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 16,17,18,19,116,& W9A
JOB N
MANHOLE
LOCATION
WORK
ITEM
1
2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
481
(9)109
1911 JUNEWAY
X
X
X
X
P(1)
8.10
482
(9)110
1936JUNEWAY
C
P(1)
5.20
483
(9)111
1966JUNEWAY
X
X
X
X
P(1)
8.70
484
(9)112
2060 JUNEWAY
X
X
NP(12)
FV
485
(9)113
945 E ELM
X
X
X
NP(8)
3.50
486
(9)114
945E ELM
X
X
X.
X
NP(12)
6.50
487
(9)115
AUSTIN DR
C:
P(6)
6.60
488
(9)116
2006 AUSTIN
X
X
X
X
P(1)
7.80
489
(9)117
2018 AUSTIN
Ge
P(1)
8.20
490
(9)118
689 WINBAUGH
X
X
X
X
P(1)
8.30
491
(9)119
900E ASH
X
X
X
X
X
P(1)
6.20
492
(9)120
1750 PITTMAN
X
X
X
X
NP(12)
4.40
493
(9)121
1729 PITTMAN
X
P(1)
5.50
494
(9)122
1724 PITTMAN ST
X
X
X
NP(12)
4.90
495
(9)123
834 E ASH
X
X
X
X
P(1)
6.00
496
(9)124
818EASH
X
X
X
X
X
P(1)
7.10
497
(9)125
1663 OLD WIRE
X
X
X.
P(1)
5.30
498
(9)126
1641 OLD WIRE
C
P(1)
5.70
499
(9)127
6 RANCH DR
X
X
X
X
NP(8)
6.20
500
(9)128
OLD WIRE RD
X
X
P(1)
FV
501
(9)129
1394 OLD WIRE
X
X
X
X
P(1)
6.80
502
(9)130
14 RANCH DR
NO WORK REQUIRED
NP(11)
5.60
503
(9)131
6 RANCH DR.
X
X
X '
NP(12)
5.20
504
(9)132
1439 RANCH DR
X
X
X
X
NP(12)
5.50.
505
(9)133
1416 OLD WIRE
NO WORK REQUIRED
NP(1 1)
7.10
506
(9)134
1411 MISSION ST
NO WORK REQUIRED
P(7)
7.90
507
(9)135
1421 MISSION
X
X
X -
X
P(7)
5.80
508
(9)136
1310 MISSION ST
X
X
X
P(10)
FV
509
(9)137
1330 MISSION ST
X
X
X •
X
P(1)
4.60
510
(9)138
CALVIN/OLD WIRE
X
X
X
P(1)
5.90
511
(9)139
1500 OLD WIRE
X
X
X
X
NP(12)
5.00
512
(9)140
1403 OLD WIRE
X
X
X
X
NP(12)
5.50
LEGEND SURFACE TYPE
P - PAVED, (See Surface Type) l - PAVED STREET 5 - ALLEY 9- DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10-CURB/GUI IER
FV - FIELD VERIFY 3 - PAVED INTERSECTION 7 - PARKING LOT/ II - UNPAVED EASEMENT
DRIVEWAY `)
4- UNPAVED INTERSECTION 8- BACKYARD 12 - UNPAVED PRIVATE ( 5 -
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
WORK ITEM DESCRIPTION BID ITEM
1 REPLACE MANHOLE FRAME & COVER I
2 SEAL FRAME & GRADE ADJUSTMENT 2, 3.4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5, 10. 11. 12, 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
I
Page 16
I
H
I
I
I
I
I
U
I
I
H
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN I6 17 1B 19 116 & W9A
JOB t
MANHOLE
LOCATION
WORK
ITEM
1
2
3
3A
4
5
6
7
B
SURF
DEPTH
TYPE
(FT)
513
(9)141
CALVIN/OLD WIRE
X
X
X.
P(1)
5.70
514
(9)142
832 CALVIN ST
X
X
X
NP(12)
5.80
515
(9)143
711 CALVIN
X
X
X
NP(12)
5.70
516
(9)144
818 BROADVIEW
X
X
X.
X
P(1)
8.60
517
(9)145
740 BROADVIEW
X
X
X
P(1)
5.20
518
(9)146
1681 BROADVIEW
X
X
X
P(1)
5.80
519
(9)147
1621 BROADVIEW
X
X
X
X
P(1)
8.30
520
(9)148
AUSTIN/EDNA
X
X
X.
X
P(1)
5.80
521
(9)149
1734 AUSTIN
X
X
X
X
P(1)
4.90
522
(9)150
718 EDNA
X
X
X
X
NP(12)
9.00
523
(9)151
ASH/AUSTIN
X
X
X.
X
X
P(1)
5.40
524
(9)152
921 AUSTIN DR
Cll
P(1)
5.50
525
(9)153
717 DEBRA
X
X
X
X
P(1)
6.10
526
(9)154
710 DEBRA
X
X
X.
X
P(1)
7.20
527
(9)155
721 EASH ST
X
X
X
X
X
X
P(1)
7.80
528
(9)156
617 E ASH ST
X
X
X'
X
P(1)
5.80
529
(9)157
548 E ASH ST
X
X
X ,
X
P(1)
4.10
530
(9)158
1834 WHEELER
X
X
X ,
X
P(1)
5.20
531
(9)159
1946 WHEELER
X
X
X
NP(12)
5.80
532
(9)160
721 E ASH ST
X
X
X
X
NP(8)
7.00
533
(9)161
632 EDNA ST
X
X
X
NP(8)
FV
534
(9)162
633 EDNA ST
X
X
X
X
NP(12)
6.80
535
(9)163
606 EDNA ST
X
X
X
X
NP(12)
4.80
536
(9)164
601 EDNA
X
X
X
X
X
P(3)
6.80
537
(9)165
1769 WHEELER
X
X
X
NP(12)
5.50
538
(9)166
1710 WHEELER
X
X
X
X
NP(12)
5.50
539
(9)167
1163 ASH ST
X
X
NP(12)
6.00
540
(9)168
1228 ASH ST
X
NP(12)
8.00
541
(9)169
1320 ASH ST
X
X
NP(12)
8.00
542
(9)170
1396 ASH ST
X
X
NP(12)
8.25
542
(9)171
1312 AMBER
X
X
NP(8)
FV
LEGEND SURFACETYPE
IF - PAVED, (See Surface Type) I - PAVED STREET 5 - ALLEY 9- DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10 - CURB/GUTTER
FV - FIELD VERIFY 3 - PAVED INTERSECTION 7 - PARKING LOT/ II - UNPAVED EASEMENT
DRIVEWAY
' 4 -UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
WORK ITEM DESCRIPTION BID ITEM
1 REPLACE MANHOLE FRAME & COVER I
2 SEAL FRAME & GRADE ADJUSTMENT 2,3,4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5,10,11,12.13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18' OF MANHOLE INCLUDING BENCH AND TROUGH 9
IPage 17
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 16, 17 18 19,116 & W9A
JOB MANHOLE LOCATION WORK
NO. 1 2 3 3A 4 5 6 7 8 SURF DEPTH
' TYPE (FT)
544 (9A)034 CROSS OVER RD X X NP(9) 8.00
545 (9A)035 CROSS OVER RD X X X NP(9) 4.60
I
546 (9A)036 CROSS OVER RD X X NP(9) 7.20
547 (9A)037 CROSS OVER RD X X NP(9) 4.45
548 (9A)038 CROSS OVER RD X X NP(9) FV
549 (9A)039 CROSS OVER RD X X NP(9) FV
550 (9A)040 CROSS OVER RD X X NP(9) 9.70
551 (9A)041 CROSS OVER RD X X NP(9) 6.10
552 (9A)042 CROSS OVER RD X X NP(9) 5.90
' 553 (9A)043 CROSS OVER RD X X NP(9) 8.30
554 (9A)044 ROCK CLIFF RD X X X NP(9) 8.20
555 (9A)045 ROCK CLIFF RD X X X NP(9) 8.00
556 (9A)046 ROCK CLIFF RD X X X NP(9) 8.10
557 (9A)047 ROCK CLIFF RD X NP(9) 4.70
558 (9A)048 ROCK CLIFF RD X X NP(12) 6.25
559 (9A)048A ROCK CLIFF RD X X X NP(8) 7.20
560 (9A)0486 ROCK CLIFF RD X X NP(8) FV
561 (9A)048C ROCK CLIFF RD X X X NP(12) 9.60
562 (9A)048D ROCK CLIFF RD NO WORK REQUIRED NP(12) 8.80
' 563 (9A)048E ROCK CLIFF RD X X X NP(12) 8.05
564 (9A)048F ROCK CLIFF RD X X NP(8) 5.80
565 (9A)048G ROCK CLIFF RD X X NP(8) FV
566 (9A)048H ROCK CLIFF RD X X X NP(8) 7.30
567 (9A)0481 ROCK CLIFF RD X X NP(8) 4.80
568 (9A)048J ROCK CLIFF RD X X NP(8) 4.30
' 569 (9A)048K ROCK CLIFF RD X X NP(12) 5.20
570 (9A)048L ROCK CLIFF RD NO WORK REQUIRED NP(8) 7.50
571 (9A)048M ROCK CLIFF RD X Ix I I I I I Ix NP(8) 4.80
572 (9A)049 ROCK CLIFF RD NO WORK REQUIRED NP(12) 6.20
' 573 (9A)050 ROCK CLIFF RD X X P(1) 3.40
574 (9A)051 ROCK CLIFF RD X X NP(12) 5.90
575 (9A)053 ROCK CLIFF RD X X NP(8) 6.70
' LEGEND SURFACE TYPE
P - PAVED, (See Surface Type) I - PAVED STREET 5 - ALLEY 9- DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2 - UNPAVED STREET 6 -SIDEWALK 10-CURB/GUI FER
FV - FIELD VERIFY 3 - PAVED INTERSECTION 7 - PARKING LOT/ II - UNPAVED EASEMENT
DRIVEWAY
' 4 -UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
' WORK ITEM DESCRIPTION BID ITEM
1 REPLACE MANHOLE FRAME & COVER
2 SEAL FRAME & GRADE ADJUSTMENT 2,3,4
3 COAT MANHOLE INTERIOR 7
' 3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5,10,11,12,13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18OF MANHOLE INCLUDING BENCH AND TROUGH 9
IPage 18
I
11
I
I
I
I
I
I
C
I
I
I
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 16,17,18 19,116 & W9A
JOB
MANHOLE
LOCATION
WORK
ITEM
NO.
1
2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
576
(9A)054
ROCK CLIFF RD
X
X
NP(8)
6.50
577
(9A)055
ROCK CLIFF RD
X
X
NP(8)
6.00
578
(9A)056
ROCK CLIFF RD
X
X
X
NP(12)
5.50
579
(9A)057
ROCK CLIFF RD
X
X
P(7)
6.00
580
(9A)058
ROCK CLIFF RD
X
X
X
P(10)
6.00
581
(9A)058A
ROCK CLIFF RD
X
X
P(1)
4.90
582
(9A)059
ROCK CLIFF RD
NO WORK REQUIRED
P(1)
FV
583
(9A)060
FRANKLIN DR
X
X
X
NP(12)
7.00
584
(9A)062
FRANKLIN DR
NO WORK REQUIRED
NP(12)
5.40
585
(9A)063
FRANKLIN DR
X
X
NP(12)
5.00
586
(9A)064
FRANKLIN DR
X
X
NP(12)
4.70
587
(9A)065
ROCK CLIFF RD
X
X
NP(8)
6.80
588
(9A)066
ROCK CLIFF RD
X
X
NP(8)
5.20
589
(9A)067
ROCK CLIFF RD
X
X
NP(8)
7.00
590
(9A)068
ROCK CLIFF RD
X
X
X
NP(8)
4.80
591
(9A)069
ROCK CLIFF RD
X
X
NP(11)
4.80
592
(9A)070
ROCK CLIFF RD
X
X
NP(11)
5.80
593
(9A)071
ROCK CLIFF RD
X
X
NP(11)
9.90
594
(9A)072
ROCK CLIFF RD
X
X
NP(11)
8.20
595
(9A)073
HYLAND PARK
X
X
NP(11)
7.10
596
(9A)073A
CROSSOVER
CLEANOUT
NP(11)
FV
597
(9A)074
HYLAND PARK
X
X
X
NP(12)
5.80
598
(9A)075
HYLAND PARK
X
X
NP(12)
7.80
599
(9A)076
HYLAND PARK
X
X
X
NP(12)
8.10
600
(9A)077
HYLAND PARK
NO WORK REQUIRED
NP(12)
5.20
601
(9A)077A
HYLAND PARK
NO WORK REQUIRED
NP(12)
6.00
602
(9A)077B
HYLAND PARK
NO WORK REQUIRED
NP(12)
5.90
603
(9A)077C
HYLAND PARK
NO WORK REQUIRED
NP(11)
8.50
604
(9A)077D
HYLAND PARK
NO WORK REQUIRED
NP(11)
9.40
605
(9A)078
HYLAND PARK
NO WORK REQUIRED
NP(11)
4.80
606
(9A)079
HYLAND PARK
NO WORK REQUIRED
NP(11)
5.00
607
(9A)081
HYLAND PARK
NO WORK REQUIRED
NP(8)
5.90
LEGEND SURFACE TYPE
P - PAVED, (See Surface Type) 1 - PAVED STREET 5 - ALLEY 9- DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10 - CURB/GUTTER
FV - FIELD VERIFY 3- PAVED INTERSECTION 7 -PARKING LOT/ II - UNPAVED EASEMENT
DRIVEWAY
' 4 -UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
WORK ITEM DESCRIPTION BID ITEM
I REPLACE MANHOLE FRAME & COVER 1
2 SEAL FRAME & GRADE ADJUSTMENT 2, 3.4
3 COAT MANHOLE INTERIOR 7
' 3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5, 10, 11. 12, 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
IPage 19
I
H
I
I
J
I
H
I
I
I
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE -BASIN 6 17 18 19,116 & W9A
JOB
MANHOLE
LOCATION
WORK
ITEM
NO.
1
2
3
3A
4 5
6
7
8
SURF
DEPTH
TYPE
(FT)
608
(9A)081A
HYLAND PARK
NO WORK REQUIRED
NP(8)
4.80
609
(9A)081B
HYLAND PARK
X
X
NP(8)
5.40
610
(9A)081C
HYLAND PARK
X
X
NP(8)
5.40
611
(9A)081D
HYLAND PARK
X
X
X
P(1)
4.00
612
(9A)081E
HYLAND PARK
NO WORK REQUIRED
NP(12)
5.80
613
(9A)082
HYLAND PARK
Ci
NP(12)
3.30
614
(9A)082A
HYLAND PARK
X
X
X
NP(12)
6.30
615
(9A)082B
ROCK CLIFF RD
X
X
NP(12)
4.70
616
(9A)082C
ROCK CLIFF RD
X
X
NP(12)
5.50
617
(9A)082D
ROCK CLIFF RD
X
X
NP(12)
4.50
618
(9A)082E
ROCK CLIFF RD
X
X
NP(12)
6.80
619
(9A)082F
ROCK CLIFF RD
X
X
X
NP(12)
6.90
620
(9A)082G
ROCK CLIFF RD
X
X
NP(8)
FV
621
(9A)082H
ROCK CLIFF RD
X
X
NP(8)
6.20
622
(9A)0821
ROCK CLIFF RD
X
X
X
NP(8)
4.20
623
(9A)082J
ROCK CLIFF RD
X
X
X
NP(8)
4.50
624
(9A)082K
ROCK CLIFF RD
X
X
NP(8)
3.70
625
(9A)082L
ROCK CLIFF RD
X
X
NP(12)
7.20
626
(9A)082M
ROCK CLIFF RD
X
X
NP(8)
6.90
627
(9A)082N
ROCK CLIFF RD
X
X
NP(8)
6.90
628
(9A)082O
ROCK CLIFF RD
X
X
NP(8)
5.20
629
(9A)082P
ROCK CLIFF RD
X
X
NP(8)
4.10
630
(9A)082O
BOSTON MTN VW
X
X
NP(8)
5.20
631
(9A)082R
BOSTON MTN VW
X
X
NP(8)
4.40
632
(9A)082S
BOSTON MTN VW
X
X
NP(8)
7.40
633
(9A)082T
BOSTON MTN VW
X
X
NP(8)
4.90
634
(9A)083
FRANKLIN
X
X
X
NP(12)
4.80
635
(9A)200
ROCK CLIFF RD
X
X
X
NP(9)
7.25
636
(9A)201
ROCK CLIFF RD
X
X
NP(12)
7.50
637
(9A)202
ROCK CLIFF RD
X
NP(12)
5.00
LEGEND SURFACE TYPE
P - PAVED, (See Surface Type) 1 - PAVED STREET 5 -ALLEY 9- DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2 -UNPAVED STREET 6- SIDEWALK 10 - CURB/GUTTER
FV - FIELD VERIFY 3 - PAVED INTERSECTION 7- PARKING LOT/ II - UNPAVED EASEMENT
DRIVEWAY
4 -UNPAVED
-UNPAVED INTERSECTION 8- BACKYARD 12 - UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
WORK ITEM DESCRIPTION BID ITEM
I REPLACE MANHOLE FRAME & COVER t I
2 SEAL FRAME & GRADE ADJUSTMENT 2, 3.4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5, 10, 11, 12, 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
IPage 20
I
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 16,17,18,19.116 & W9A
JOB
MANHOLE
LOCATION
WORK
ITEM
NO.
1
2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
640
(9A)203
ROCK CLIFF RD
X
NP(12)
7.10
641
(9A)204
ROCK CLIFF RD
NO WORK REQUIRED
NP(8)
7.60
642
(9A)205
ROCK CLIFF RD
X
lx
NP(11)
6.20
643
(9A)206
ROCK CLIFF RD
NO WORK REQUIRED
NP(8)
5.50
644
(9A)207
ROCK CLIFF RD
Ix
I
I
I
I
I
I
NP(11)
8.10
645
(9A)208
ROCK CLIFF RD
NO WORK REQUIRED
NP(11)
FV
646
(9A)209
ROCK CLIFF RD
NO WORK REQUIRED
NP(11)
8.20
647
(9A)210
ROCK CLIFF RD
NO WORK REQUIRED
NP(12)
FV
648
(9A)211
ROCK CLIFF RD
X
Ix
I
I
I
I
I
I
NP(12)
8.50
649
(9A)212
ROCK CLIFF RD
NO WORK REQUIRED
NP(8)
4.70
650
(9A)213
ROCK CLIFF RD
NO WORK REQUIRED
NP(9)
9.40
651
(9A)214
ROCK CLIFF RD
NO WORK REQUIRED
NP(9)
8.50
652
(9A)215
ROCK CLIFF RD
X
X
NP(9)
7.50
653
(9A)216
ROCK CLIFF RD
X
NP(11)
6.10
654
(9A)217
ROCK CLIFF RD
NO WORK REQUIRED
NP(8)
5.50
655
(9A)218
ROCK CLIFF RD
X
Ix 1
I
I
I
I
I
NP(8)
5.60
656
(9A)219
ROCK CLIFF RD
NO WORK REQUIRED
NP(8)
5.20
657
(9A)219A
ROCK CLIFF RD
I
I
I
I I
I
I
Ix
NP(8)
7.90
658
(9A)220
ROCK CLIFF RD
NO WORK REQUIRED
NP(8)
4.90
659
(9A)221
ROCK CLIFF RD
X
X
NP(8)
5.20
660
(9A)222
ROCK CLIFF RD
X
X
X
NP(12)
7.90
661
(9A)223
794 CLIFFSIDE
X
X
NP(12)
FV
662
(9A)224
792 CLIFFSIDE
X
X
X
NP(12)
6.10
663
(9A)225
688 CLIFFSIDE
X
X
X
NP(12)
6.30
664
(9A)226
686 CLIFFSIDE
X
NP(12)
3.10
665
(9A)227
ROCK CLIFF RD
NP(9)
9.00
666
(9A)228
ROCK CLIFF RD
NO WORK REQUIRED
NP(9)
12.00
667
(9A)229
ROCK CLIFF RD
NO WORK REQUIRED
NP(11)
4.50
668
(9A)230
ROCK CLIFF RD
NO WORK REQUIRED
NP(8)
5.60
669
(9A)231
ROCK CLIFF RD
X
X
NP(8)
4.80
670
(9A)232
ROCK CLIFF RD
X
NP(8)
7.90
671
(9A)233
ROCK CLIFF RD
X
X
NP(8)
8.20
LEGEND SURFACE TYPE
P - PAVED, (See Surface Type) I - PAVED STREET 5 - ALLEY 9- DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10-CURB/GUI! ER
FV - FIELD VERIFY 3 -PAVED INTERSECTION 7 -PARKING LOT/ 11 -UNPAVED EASEMENT
DRIVEWAY
4- UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
WORK ITEM DESCRIPTION BID ITEM
1 REPLACE MANHOLE FRAME & COVER
2 SEAL FRAME & GRADE ADJUSTMENT 2, 3.4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5, 10, 11, 12. 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
I
Page 21
I
I
I
I
I
I
I
I
I
I
C
C
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 6 17 18 19,116 & W9A
JOB
MANHOLE
LOCATION
WORK
ITEM
NO.
1
2
3
3A
4 5
6
7
8
SURF
DEPTH
TYPE
(FT)
672
(9A)234
ROCK CLIFF RD
X
X
NP(8)
4.80
673
(9A)235
ROCK CLIFF RD
NO WORK REQUIRED
NP(8)
5.50
674
(9A)236
ROCK CLIFF RD
NO WORK REQUIRED
NP(8)
7.70
675
(9A)500
ROCK CLIFF RD
X
NP(11)
4.80
676
(9A)501
ROCK CLIFF RD
X
X
NP(11)
7.20
677
(9A)502
ROCK CLIFF RD
X
NP(11)
4.90
678
(9A)503
ROCK CLIFF RD
X
X
X
NP(11)
5.30
679
(9A)504
ROCK CLIFF RD
NO WORK REQUIRED
NP(11)
7.80
680
(9A)505
ROCK CLIFF RD
X
X
X
NP(8)
3.30
681
(9A)506
ROCK CLIFF RD
X
X
NP(8)
5.70
682
(9A)507
ROCK CLIFF RD
X
X
X
NP(8)
7.80
683
(9A)508
ROCK CLIFF RD
X
NP(11)
7.70
684
(9A)509
ROCK CLIFF RD
NP(11)
5.40
685
(9A)510
CLIFFSIDE
X
X
NP(1 1)
6.10
686
(9A)511
CLIFFSIDE
X
NP(11)
4.70
687
(9A)512
CLIFFSIDE
X
NP(11)
3.80
688
(9A)513
CLIFFSIDE
NP(11)
4.60
689
(9A)514
CLIFFSIDE
X
X
NP(11)
5.30
690
(9A)515
CLIFFSIDE
X
X
NP(12)
6.40
691
(9A)516
CLIFFSIDE
X
NP(11)
5.50
692
(9A)517
CLIFFSIDE
X
NP(11)
4.80
693
(9A)518
CLIFFSIDE
X
NP(11)
4.50
694
(9A)519
CLIFFSIDE
JA
NP(11)
4.70
695
(9A)520
CLIFFSIDE
NP(11)
5.00
696
(9A)521
CLIFFSIDE
X
NP(11)
4.80
697
(9A)522
CLIFFSIDE
NP(1 1)
5.40
698
(9A)523
CLIFFSIDE
NP(11)
5.30
699
(9A)524
CLIFFSIDE
X
NP(11)
3.50
700
(9A)525
572 CLIFFSIDE
NP(12)
5.70
701
(9A)526
668 CLIFFSIDE
X
NP(12)
3.30
702
(9A)527
CLIFFSIDE
X
NP(12)
5.30
703
(9A)528
680 CLIFFSIDE
x
NP(12)
4.50
' LEGEND SURFACE TYPE
P - PAVED. (See Surface Type) I - PAVED STREET 5 - ALLEY 9-DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10-CURB/GUI IER
FV - FIELD VERIFY 3 -PAVED INTERSECTION 7 -PARKING LOT/ 11 - UNPAVED EASEMENT
DRIVEWAY
4- UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
' WORK ITEM DESCRIPTION BID ITEM
I REPLACE MANHOLE FRAME & COVER I
2 SEAL FRAME & GRADE ADJUSTMENT 2. 3,4
3 COAT MANHOLE INTERIOR 7
' 3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5,10,11,12,13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AN!) TROUGH 9
1
Page 22 ��
I
H
I
I
I
L
L
L
L
I
L
I
FAYEITEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 16,17918 19,116 & W9A
JOB IS
MANHOLE
LOCATION
WORK
ITEM
1
2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
704
(9A)529
CLIFFSIDE
X
X
X
NP(8)
7.00
705
(9A)530
CLIFFSIDE
X
X
NP(8)
6.50
706
(9A)531
CLIFFSIDE
X
X
NP(11)
6.70
707
(9A)532
CLIFFSIDE
X
X
NP(11)
5.50
708
(9A)533
CLIFFSIDE
X
X
NP(1 1)
5.70
709
(9A)534
CANTERBURY
X
X
NP(11)
5.30
710
(9A)535
CANTERBURY
X
X
NP(11)
5.50
711
(9A)536
CANTERBURY
X
X
NP(11)
FV
712
(9A)537
CANTERBURY
X
X
NP(11)
8.00
713
(9A)537A
CANTERBURY
NP(11)
2.90
714
(9A)538
CANTERBURY
X
X
NP(11)
3.10
715
(16)01
OLD WIRE RD
X
NP(11)
9.50
716
(16)02
OLD WIRE RD
X
NP(11)
9.50
717
(16)03
3016 SUMMERSHADE
X
NP(11)
4.70
718
(16)03A
3020 SUMMERSHADE
X
NP(11)
5.50
719
(16)03B
CROSSOVER RD
X
X
X
NP(11)
6.20
720
(16)04
CROSSOVER RD
X
X
X
NP(11)
5.60
721
(16)05
CROSSOVER RD
X
X
X
NP(11)
5.60
722
(16)06
CROSSOVER RD
X
X
X
NP(11)
4.25
723
(16)07
CROSSOVER RD
NO WORK REQUIRED
NP(11)
5.30
724
(16)08
CROSSOVER RD
X
X
NP(11)
FV
725
(16)09
CROSSOVER RD
X
X
NP(11)
FV
726
(16)10
CROSSOVER RD
NO WORK REQUIRED
NP(11)
FV
727
(16)11
TOWNSHIP ST
X
NP(11)
6.30
728
(16)12
TOWNSHIP ST
X
NP(11)
5.60
729
(16)13
TOWNSHIP ST
X
NP(11)
5.30
730
(16)14
TOWNSHIP ST
NO WORK REQUIRED
NP(11)
FV
731
(16)15
TOWNSHIP ST
NO WORK REQUIRED
NP(11)
FV
732
(16)16
CROSSOVER RD
X
X
NP(11)
5.40
733
(16)17
CROSSOVER RD
X
X
NP(11)
7.20
734
(16)18
CROSSOVER RD
X
X
NP(11)
9.70
735
(16)19
CROSSOVER RD
X
X
NP(11)
7.20
' LEGEND
P - PAVED, (See Surface Type)
NP - NON PAVED, (See Surface Type)
FV - FIELD VERIFY
I
SURFACE TYPE v �v 7
I - PAVED STREET 5 - ALLEY 9- DITCH/CREEK
2- UNPAVED STREET 6 -SIDEWALK 10-CURB/GUTTER
3 - PAVED INTERSECTION 7 - PARKING LOT/ II - UNPAVED EASEMENT
DRIVEWAY
4 -UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
' WORK ITEM DESCRIPTION
I REPLACE MANHOLE FRAME & COVER
2 SEAL FRAME & GRADE ADJUSTMENT
3 COAT MANHOLE INTERIOR
' 3A COAT MANHOLE INTERIOR WITH EPDXY COATING
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH
5 COMPLETE (C) OR PARTIAL (P= NVF) REPLACEMENT
6 REPLACE BENCH AND TROUGH
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH
Page 23
BID ITEM
1
2.3.4
7
8
6
5.10,11.12.13
14
17
9
71
I
In
I
H
I
H
H
I
I
I
I
PAVE II ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 16,17,18 19,116 & W9A
JOB
MANHOLE
LOCATION
WORK
ITEM
1
2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
736
(16)20
CROSSOVER RD
X
X
X
NP(11)
FV
737
(16)21
CROSSOVER RD
X
X
NP(11)
8.00
738
(16)22
CROSSOVER RD
X
X
NP(11)
8.90
739
(16)23
CROSSOVER RD
X
X
NP(11)
5.00
740
(16)24
TOWNSHIP ST
P(7)
10.50
741
(16)25
CROSSOVER RD
X
X
X
P(1)
11.50
742
(16)26
CROSSOVER RD
X
X
X
NP(12)
7.50
743
(16)26A
CROSSOVER RD
X
X
NP(12)
6.40
744
(16)27
CROSSOVER RD
X
X
NP(12)
4.70
745
(16)28
MISSION BLVD
X
X
NP(12)
FV
746
(16)29
CROSSOVER RD
NO WORK REQUIRED
NP(12)
FV
747
(16)30
CROSSOVER RD
NO WORK REQUIRED
NP(12)
FV
748
(16)31
CROSSOVER RD
X
IX
I
I
I
I
I I
NP(11)
8.90
749
(16)32
CROSSOVER RD
NO WORK REQUIRED
NP(12)
10.90
750
(16)33
CROSSOVER RD
NO WORK REQUIRED
NP(11)
FV
751
(16)34
CROSSOVER RD
X
Ix
Ix
I
I I
I
I
NP(11)
5.70
752
(16)35
CROSSOVER RD
NO WORK REQUIRED
NP(11)
5.00
753
(16)36
CROSSOVER RD
BURIED IN YARD, LOCATE
NP(11)
FV
754
(16)36A
CROSSOVER RD
X
X
NP(11)
8.20
755
(16)37
CROSSOVER RD
X
X
NP(12)
5.50
756
(16)38
CROSSOVER RD
X
X
NP(12)
8.20
757
(16)39
2820 CROSSOVER
NP(12)
7.00
758
(16)40
WIPPORWILL
NO WORK REQUIRED
NP(8)
3.80
759
(16)41
WIPPORWILL
NO WORK REQUIRED
NP(8)
4.60
760
(16)42
WIPPORWILL
NO WORK REQUIRED
NP(8)
3.90
761
(16)43
WIPPORWILL
X
X
X
NP(8)
6.30
762
(16)44
WIPPORWILL
X
X
NP(8)
6.50
763
(16)45
WIPPORWILL
X
X
X
NP(12)
5.20
764
(16)46
3045 INWOOD
X
X
NP(12)
7.60
765
(16)47
3017 INWOOD
X
X
NP(12)
5.10
766
(16)48
2901 INWOOD
X
X
X
NP(12)
6.20
767
(16)49
2901 INWOOD
X
X
X
NP(12)
5.40
1 I7
1 LEGEND SURFACE TYPE
P - PAVED, (See Surface Type) I - PAVED STREET 5 - ALLEY 9- DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10 - CURB/GUTTER
FV - FIELD VERIFY 3 -PAVED INTERSECTION 7- PARKING LOT/ II - UNPAVED EASEMENT
DRIVEWAY
1 4 -UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
1 WORK ITEM DESCRIPTION BID ITEM
I REPLACE MANHOLE FRAME & COVER 1
2 SEAL FRAME & GRADE ADJUSTMENT 2. 3.4
3 COAT MANHOLE INTERIOR 7
' 3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5. 10, l 1, 12, 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
Page 24
H
I
I
Li
I
I
I
C
I
G
I
I
I
Li
I
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 16,17.18,19,116& W9A
JOB IS
MANHOLE
LOCATION
WORK
ITEM
1
2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
768
(16)50
2093 INWOOD
X
X
X
NP(12)
5.30
769
(16)51
2903 INWOOD
X
X
X
NP(12)
6.20
770
(16)52
2927 INWOOD
X
X
X
NP(12)
6.90
771
(16)53
2927 INWOOD
X
X
NP(12)
6.20
772
(16)54
1524 CROSSOVER
X
X
NP(11)
10.50
773
(16)55
1524 CROSSOVER
NO WORK REQUIRED
NP(11)
8.40
774
(16)56
CROSSOVER RD
X Ix I
I
I
I I
I
I
NP(8)
4.20
775
(16)57
CROSSOVER RD
NO WORK REQUIRED
NP(11)
8.60
776
(16)58
1 LOVERS LN
X
X
NP(12)
6.20
777
(16)59
1 LOVERS LN
X
X
NP(12)
6.30
778
(16)60
1 LOVERS LN
X
X
X
NP(12)
8.50
779
(16)61
3 LOVERS LN
X
X
NP(12)
5.10
780
(16)62
5 LOVERS LN
X
X
NP(12)
9.30
781
(16)63
2877 LOVERS LN
X
X
NP(12)
9.00
782
(16)64
LOVERS LN
NO WORK REQUIRED
NP(8)
FV
783
(16)65
LOVERS LN
NO WORK REQUIRED
NP(8)
FV
784
(16)66
LOVERS LN
X
NP(8)
6.60
785
(16)67
9 LOVERS LN
X
X
X
NP(12)
7.50
786
(16)68
10 LOVERS LN
X
X
X
NP(12)
FV
787
(16)69
8 LOVERS LN
X
X
NP(12)
7.30
788
(16)70
LOVERS LN
NO WORK REQUIRED
NP(8)
4.90
789
(16)71
LOVERS LN
NP(B)
3.70
790
(16)72
LOVERS LN
NP(8)
7.10
791
(16)73
LOVERS LN
NP(8)
4.00
792
(16)74
LOVERS LN
NO WORK REQUIRED
NP(8)
4.00
793
(16)75
CROSSOVER RD
NO WORK REQUIRED
NP(11)
6.70
794
(16)76
LOVERS LN
NO WORK REQUIRED
NP(11)
6.90
795
(16)77
CROSSOVER RD
NP(8)
6.00
796
(16)77A
CROSSOVER RD
NP(8)
5.70
797
(16)78
CROSSOVER RD
X
X
X
NP(11)
7.20
798
(16)79
1304 CROSSOVER
NO WORK REQUIRED
NP(11)
FV
799
(16)80
1304 CROSSOVER
NO WORK REQUIRED
NP(11)
FV
3 a3
LEGEND SURFACE TYPE
P - PAVED, (See Surface Type) I - PAVED STREET 5 - ALLEY 9-DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6 -SIDEWALK 10-CURB/GUTTER
FV - FIELD VERIFY 3 - PAVED INTERSECTION 7- PARKING LOT/ II - UNPAVED EASEMENT
DRIVEWAY
4 -UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
WORK ITEM DESCRIPTION BID ITEM
I REPLACE MANHOLE FRAME & COVER I
2 SEAL FRAME & GRADE ADJUSTMENT 2, 3.4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5, 10. 11, 12, 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18' OF MANHOLE INCLUDING BENCH AND TROUGH 9
I
Page 25
I
I
H
I
I
I
I
7
I
I
I
I
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 16,17,18.19,116& W9A
JOB t
MANHOLE
LOCATION
WORK
ITEM
1
2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
800
(16)81
1208 CROSSOVER
X
X
X
X
NP(11)
5.20
801
(16)82
CROSSOVER RD
X
X
X
X
NP(11)
7.50
802
(16)83
CROSSOVER RD
NO WORK REQUIRED
NP(12)
7.30
803
(16)84
CROSSOVER RD
NO WORK REQUIRED
NP(8)
3.20
804
(16)85
CROSSOVER RD
NO WORK REQUIRED
NP(8)
6.70
805
(16)86
MISTY LN
NO WORK REQUIRED
NP(8)
5.60
806
(16)86A
2621 MISTY LN
NO WORK REQUIRED
NP(B)
4.80
807
(16)866
MISTY LN
NO WORK REQUIRED
NP(8)
5.50
808
(16)87
GLENBROOK
NO WORK REQUIRED
NP(B)
7.20
809
(16)87A
GLENBROOK
NO WORK REQUIRED
NP(8)
9.70
810
(16)88
GLENBROOK
NO WORK REQUIRED
NP(8)
10.10
811
(16)89
GLENBROOK
NO WORK REQUIRED
NP(8)
8.40
812
(16)90
GLENBROOK
X
X
NP(8)
10.20
813
(16)91
GLENBROOK
X
X
NP(8)
6.60
814
(16)92
2435 BRISTOL
X
P(1)
9.00
815
(16)93
2369 BRISTOL
X
X
NP(12)
9.60
816
(16)94
2201 BRISTOL
X
P(1)
7.00
817
(16)95
2487 CAMELOT
X
X
X
P(1)
8.00
818
(16)96
2437 CAMELOT
X
X
NP(12)
8.70
819
(16)97
1731 CAMELOT
X
X
X
NP(12)
7.90
820
(16)98
2217 CAMELOT
NO WORK REQUIRED
NP(12)
10.00
821
(16)99
2137 CAMELOT
I
I
I I
I
I
Ix
NP(12)
8.20
822
(16)100
GLENBROOK
NO WORK REQUIRED
NP(8)
FV
823
(16)101
LENSFIELD
NO WORK REQUIRED
NP(B)
9.10
824
(16)102
2392 LENSFIELD
X
X
NP(12)
7.60
825
(16)103
1715 LENSFIELD
X
X
X
30' COVER
P(7)
7.90
826
(16)104
2228 LENSFIELD
X
X
NP(12)
9.20
827
(16)105
2137 LENSFIELD
X
X
NP(12)
4.90
828
(16)106
2137 LENSFIELD
NP(12)
4.60
829
(16)107
SHADOWRIDGE
NO WORK REQUIRED
NP(8)
6.50
830
(16)108
SHADOWRIDGE
NO WORK REQUIRED
NP(8)
5.50
831
(16)108A
SHADOWRIDGE
NO WORK REQUIRED
NP(8)
6.80
LEGEND SURFACE TYPE
P - PAVED, (See Surface Type) I - PAVED STREET 5 - ALLEY 9- DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2 - UNPAVED STREET 6- SIDEWALK 10 - CURB/GUTTER
FV - FIELD VERIFY 3 - PAVED INTERSECTION 7 -PARKING LOT/ ii - UNPAVED EASEMENT
DRIVEWAY
4- UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
WORK ITEM DESCRIPTION BID ITEM
I REPLACE MANHOLE FRAME & COVER 1
2 SEAL FRAME & GRADE ADJUSTMENT 2,3,4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5, 10, 11, 12, 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
I
Page 26
L
U
G
Li
I
I
I
I
I
J
I
[I
I
I
I
I
I
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 16,17,18,19,116 & W9A
JOB
MANHOLE
LOCATION
WORK
ITEM
1
2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
832
(16)109
SHADOWRIDGE
NO WORK REQUIRED
NP(8)
FV
833
(16)109A
SHADOWRIDGE
NO WORK REQUIRED
NP(8)
FV
834
(16)110
SHADOWRIDGE
NO WORK REQUIRED
NP(8)
FV
835
(16)111
SHADOWRIDGE
NO WORK REQUIRED
NP(8)
FV
836
(16)112
SHADOWRIDGE
NO WORK REQUIRED
NP(8)
9.70
837
(16)113
SHADOWRIDGE
NO WORK REQUIRED
NP(8)
5.40
838
(16)114
SHADOWRIDGE
X
NP(8)
7.10
839
(16)115
SHADOWRIDGE
X
X
NP(8)
3.20
840
(16)116
TOWNSHIP ST
X
X
NP(11)
7.80
841
(16)117
TOWNSHIP ST
X
X
NP(11)
5.90
842
(16)117A
TOWNSHIP ST
NO WORK REQUIRED
NP(11)
4.80
843
(16)1178
2390 TOWNSHIP
X
IX I
I
I I
I
I
I
NP(11)
5.10
844
(16)117C
TOWNSHIP ST
NO WORK REQUIRED
NP(11)
6.80
845
(16)118
TOWNSHIP ST
X
X
NP(11)
6.90
846
(16)119
CROSSOVER RD
X
X
X
NP(11)
6.40
847
(16)120
CROSSOVER RD
X
X
X
NP(11)
7.30
848
(16)121
GOLDEN OAKS
X
X
X
NP(8)
FV
849
(16)122
GOLDEN OAKS
X
X
X
NP(8)
6.20
850
(16)123
GOLDEN OAKS
X
X
X
NP(8)
6.30
851
(16)124
GOLDEN OAKS
X
X
NP(8)
11.20
852
(16)124A
EAST OAKS
NO WORK REQUIRED
NP(8)
10.70
853
(16)125
2462KANTZ
X
X
P(1)
11.10
854
(16)126
2459 KANTZ
X
X
P(1)
8.30
855
(16)126A
BALL AVE
NO WORK REQUIRED
NP(12)
4.90
856
(16)127
BALL AVE
NO WORK REQUIRED
NP(8)
FV
857
(16)128
BALL AVE
NO WORK REQUIRED
NP(8)
8.20
858
(16)129
BALL AVE
NO WORK REQUIRED
NP(B)
8.30
859
(16)130
BALL AVE
X
NP(8)
4.40
860
(16)131
2150 BALL AVE
X
X
NP(12)
8.30
861
(16)132
2150 BALL AVE
NO WORK REQUIRED
P(1)
5.40
862
(16)133
KANTZ
NO WORK REQUIRED
NP(11)
8.10
863
(16)133A
KANTZ
NO WORK REQUIRED
NP(11)
8.50
LEGEND SURFACE TYPE "V
P - PAVED, (See Surface Type) I - PAVED STREET 5 - ALLEY 9- DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10-CURB/CU 1 tiR
FV - FIELD VERIFY 3 -PAVED INTERSECTION 7 -PARKING LOT/ 11 -UNPAVED EASEMENT
DRIVEWAY
4 -UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
WORK ITEM DESCRIPTION BID ITEM
I REPLACE MANHOLE FRAME & COVER I
2 SEAL FRAME & GRADE ADJUSTMENT 2,3,4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5, 10, 11, 12. 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
I
Page 27
I
I
I
Li
[1
I
I
I
I
I
I
I
I
I
C
I
I
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 16,17,18,19,116 & W9A
JOB F
MANHOLE
LOCATION
WORK
ITEM
1
2
3
3A
4 5
6
7
8
SURF
DEPTH
TYPE
(FT)
864
(16)134
KANTZ
NO WORK REQUIRED
NP(11)
8.10
865
(16)134A
KANTZ
X
XI
I
I
I
I
I
I
NP(11)
7.00
866
(16)135
KANTZ
NO WORK REQUIRED
NP(11)
5.70
867
(16)136
KANTZ
NO WORK REQUIRED
NP(11)
FV
868
(16)137
KANTZ
NO WORK REQUIRED
NP(11)
8.50
869
(16)138
KANTZ
I
I I
I I
I
X
NP(11)
10.30
870
(16)139
KANTZ
NO WORK REQUIRED
NP(11)
9.20
871
(16)140
KANTZ
NO WORK REQUIRED
NP(11)
6.90
872
(16)141
2243 KANTZ
X
X
X
NP(12)
9.10
873
(16)142
2235 KANTZ
X
X
NP(12)
5.80
874
(16)143
2365 KANTZ
X
NP(12)
5.10
875
(16)144
KANTZ
NO WORK REQUIRED
NP(12)
5.20
876
(16)145
2326 KANTZ
X
X
X
NP(12)
9.40
877
(16)146
KANTZ
X
X
NP(8)
10.80
878
(16)147
KANTZ
X
X
X
NP(8)
9.50
879
(16)148
2253 KANTZ
X
X
NP(12)
14.40
880
(16)148A
2253 KANTZ
X
X
X
NP(12)
5.30
881
(16)149
KANTZ
X
X
X
NP(12)
12.40
882
(16)149A
2155KANTZ
X
X
P(1)
11.20
883
(16)150
2300 KANTZ
X
X
NP(12)
5.20
884
(16)151
2068 KANTZ
NO WORK REQUIRED
P(1)
8.20
885
(16)152
2050 KANTZ
X
X
NP(12)
7.10
886
(16)153
KANTZ
X
X
X
NP(8)
12.40
887
(16)154
KANTZ
X
X
NP(8)
6.10
888
(16)155
KANTZ
X
X
NP(8)
FV
889
(16)156
LISA LN
X
X
NP(8)
14.00
890
(16)157
LISA LN
X
X
NP(8)
9.90
891
(16)158
LISA LN
X
X
X
P(1)
13.80
892
(16)159
2157 LISA LN
X
X
P(10)
4.00
893
(16)160
2139 LISA LN
X
X
X
NP(12)
7.20
894
(16)161
2071 LISA LN
X
X
NP(12)
8.00
895
(16)162
2017 LISA LN
X
X
P(7)
6.40
a a3
LEGEND SURFACE TYPE
P - PAVED, (See Surface Type) I - PAVED STREET 5 - ALLEY 9-DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10-CURB/CU!! bR
FV - FIELD VERIFY 3 - PAVED INTERSECTION 7- PARKING LOT/ II - UNPAVED EASEMENT
DRIVEWAY
4 -UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
WORK ITEM DESCRIPTION BID ITEM
REPLACE MANHOLE FRAME & COVER
2 SEAL FRAME & GRADE ADJUSTMENT 2,3.4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5, 10, 11. 12, 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
I
Page 28
' FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE -BASIN 16,17,18 19,116 & W9A
JOB MANHOLE LOCATION WORK ITEM
1 2 3 3A 4 5 6 7 8 SURF DEPTH
' TYPE (FT)
896 (16)163 1951 LISA LN X X NP(12) 7.00
897 (16)164 LISA LN X X NP(8) 11.80
898 (16)165 LISA LN X X NP(8) 13.50
899 (16)166 LISALN X X X NP(8) 11.90
900 (16)167 WINWOOD X X X NP(8) 11.00
901 (16)168 WINWOOD X X X: NP(8) 15.40
902 (16)169 2050 WINWOOD X X NP(12) 6.00
903 (16)170 2010 WINWOOD X X X P(7) 11.40
904 (16)171 1940 WINWOOD X X X NP(12) 5.50
I
905 (16)172 1880 WINWOOD X X X NP(12) 7.80
906 (16)173 1907 WINWOOD NO WORK REQUIRED NP(12) 8.40
907 (16)174 1866 WINWOOD X X X NP(12) 6.70
908 (16)175 WINWOOD X X X NP(12) 8.40
909 (16)175A MISSION BLVD X X X NP(12) 4.90
910 (16)175B MISSION BLVD X X P(1) 5.10
911 (16)175C 1731 GREENVIEW X X NP(8) 6.70
'
912 (16)175O GREENVIEW X X NP(8) 6.40
913 (16)175E GREENVIEW X X X NP(8) 7.30
914 (16)175F 1987 GREENVIEW X NP(8) 6.10
' 915 (16)175G MISSION BLVD NO WORK REQUIRED NP(12) FV
916 (16)175H MISSION BLVD NO WORK REQUIRED NP(12) FV
917 (16)175.3 GREENVIEW X X X P(1) 10.50
' 918 (16)175K 1997 GREENVIEW X X X P(1) 5.50
919 (16)176 MISSION BLVD NO WORK REQUIRED NP(11) FV
920 (16)180 MISSION BLVD NO WORK REQUIRED NP(11) 9.20
I
921 (16)181 WINWOOD NO WORK REQUIRED NP(11) 4.20
922 (16)182 ASH ST NO WORK REQUIRED NP(11) 9.80
923 (16)183 ASH ST NO WORK REQUIRED NP(11) 14.30
924 (16)184 1361 ASH ST NO WORK REQUIRED NP(11) 9.80
925 (16)185 ASH ST NO WORK REQUIRED NP(11) 6.90
926 (16)186 1730 OLD WIRE NO WORK REQUIRED NP(11) 16.70
927 (16)187 RAMSEY NO WORK REQUIRED NP(11) 8.00
' LEGEND SURFACE TYPE
P- PAVED, (See Surface Type) I - PAVED STREET 5 - ALLEY 9-DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2- UNPAVED STREET 6- SIDEWALK 10-CURB/GULL bit
FV - FIELD VERIFY 3 -PAVED INTERSECTION 7 -PARKING LOT/ II - UNPAVED EASEMENT
DRIVEWAY
' 4 -UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
'• WORK ITEM DESCRIPTION BID ITEM
1 REPLACE MANHOLE FRAME & COVER I
2 SEAL FRAME & GRADE ADJUSTMENT 2, 3.4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5.10.11, 12.13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS. LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
Page 29
I
L
11
I
I
J
I
I
I
I
I
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 6 17 18 19,116 & W9A
JOB b
MANHOLE
LOCATION
WORK
ITEM
1
2
3
3A
4
5
6
7
B
SURF
DEPTH
TYPE
(FT)
928
(16)188
1699 RAMSEY
NO WORK REQUIRED
NP(11)
10.40
929
(16)189
1671 RAMSEY
NO WORK REQUIRED
NP(11)
5.20
930
(16)190
RAMSEY
X
Ix
Ix
I
I
I
I
I
I
NP(11)
9.30
931
(16)191
CHARLEE
NO WORK REQUIRED
NP(11)
7.40
932
(16)191A
MISSION BLVD
X
X
NP(11)
6.00
933
(16)192
CHARLEE
X
X
NP(11)
5.30
934
(16)193
CHARLEE
NO WORK REQUIRED
NP(12)
FV
935
(16)193A
1681 CHARLEE
NO WORK REQUIRED
NP(12)
FV
936
(16)194
1711 CHARLEE
X
X
P(6)
7.90
937
(16)195
1747 CHARLEE
X
X
NP(12)
6.20
938
(16)196
CHARLEE
X
X
NP(12)
4.90
939
(16)197
1642 CHARLEE
X
X
NP(12)
4.90
940
(16)198
MISSION BLVD
X
X
X "
X
NP(12)
4.90
941
(16)199
MISSION BLVD
X
X
X
NP(12)
9.90
942
(16)200
MISSION BLVD
X
X
X .
X
P(6)
8.90
943
(16)201
MISSION BLVD
BURIED UNDER CONCRETE DRIVEWAY
P(7)
FV
944
(16)202
MISSION BLVD
X
X
X
P(1)
10.80
945
(16)203
MISSION BLVD
X
X
X.
X
P(6)
12.20
946
(16)204
1701 MISSION
X
X
X -
X
P(6)
11.40
947
(16)205
1709 MISSION
X
X
X
P(6)
11.80
948
(16)206
MISSION BLVD
X
X
X "
P(1)
5.70
949
(16)207
1832 VIEWPOINT
X
X
X
X
P(1)
6.30
950
(16)208
VIEWPOINT
X
X
X
X
P(1)
6.80
951
(16)208A
VIEWPOINT
X
X
NP(12)
9.10
952
(16)2088
GREENVIEW
X
X
X
NP(12)
12.00
953
(16)208C
GREENVIEW
X
X
NP(8)
12.90
954
(16)208D
1982GREENVIEW
X
X
X�
NP(12)
9.90
955
(16)209
1701 VIEWPOINT
NO WORK REQUIRED
NP(8)
6.40
956
(16)210
1695 VIEWPOINT
NO WORK REQUIRED
P(1)
8.20
957
(16)211
1700 VIEWPOINT
NO WORK REQUIRED
NP(12)
5.10
958
(16)212
1700 VIEWPOINT
X
X
X
X
NP(8)
5.60
959
(16)213
1976 VIEWPOINT
X
X
X''
NP(12)
6.50
LEGEND SURFACE TYPE
P - PAVED, (See Surface Type) I - PAVED STREET 5 -ALLEY 9- DITCH/CREEK
NP - NON PAVED. (See Surface Type) 2 -UNPAVED STREET 6 -SIDEWALK 10-CURB/GUTTER
FV - FIELD VERIFY 3 - PAVED INTERSECTION 7- PARKING LOT/ II - UNPAVED EASEMENT
DRIVEWAY
' 4 -UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
' WORK ITEM DESCRIPTION BID ITEM
I REPLACE MANHOLE FRAME & COVER
2 SEAL FRAME & GRADE ADJUSTMENT 2,3,4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5, 10, 11, 12, 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
Page 30 ��
I
I
C
I
I
I
I
I
I
I
I
I
I
FAYETTEVILLE, ARKANSAS
SANITARY SEWER SYSTEM
MANHOLE REHABILITATION SCHEDULE
SCHEDULE - BASIN 16,17,18 19,116 & W9A
JOB t
MANHOLE
LOCATION
WORK
ITEM
1
2
3
3A
4
5
6
7
8
SURF
DEPTH
TYPE
(FT)
960
(16)214
1973 VIEWPOINT
X
X
X
P(1)
6.00
961
(16)215
1686 SHADOWRIDGE
X
X
X
P(1)
7.20
962
(16)216
1650 VIEWPOINT
X
X
X
X
NP(12)
5.50
963
(16)217
1640 VIEWPOINT
X
X
X
X
NP(12)
5.30
964
(16)218
VIEWPOINT
X
X
X-
NP(8)
5.20
965
(16)219
LUNSFORD
X
X
X
P(1)
9.20
966
(16)220
1605 LUNSFORD
X
X
X
P(1)
9.25
967
(WI3B)150
GARLAND AVE
X
NP(11)
5.3
968
(112)061
CLEBURN ST
X
NP(11)
FV
LEGEND SURFACE TYPE
P - PAVED, (See Surface Type) 1 - PAVED STREET 5 - ALLEY 9-DITCH/CREEK
NP - NON PAVED, (See Surface Type) 2 - UNPAVED STREET 6- SIDEWALK 10 - CURB/GUTTER
FV - FIELD VERIFY 3 - PAVED INTERSECTION 7 -PARKING LOT/ 11 - UNPAVED EASEMENT
DRIVEWAY
4- UNPAVED INTERSECTION 8 -BACKYARD 12- UNPAVED PRIVATE
RESIDENCE
13 - PAVED PRIVATE RESIDENCE
WORK ITEM DESCRIPTION BID ITEM
1 REPLACE MANHOLE FRAME & COVER 1
2 SEAL FRAME & GRADE ADJUSTMENT 2, 3,4
3 COAT MANHOLE INTERIOR 7
3A COAT MANHOLE INTERIOR WITH EPDXY COATING 8
4 GROUT MANHOLE WALLS INCLUDING BENCH AND TROUGH 6
5 COMPLETE (C) OR PARTIAL (P= #VF) REPLACEMENT 5, 10, 11, 12, 13
6 REPLACE BENCH AND TROUGH 14
7 INSTALL BOLTS/GASKET FOR BOLT DOWN COVERS 17
8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE INCLUDING BENCH AND TROUGH 9
I
Page 31
C
1l
Li
I
I
I
C
I
L
I
I
C
' MANHOLE LOCATION MAPS
SECTION H
I,
I'