Loading...
HomeMy WebLinkAbout24-01 RESOLUTION• s RESOLUTION NO. 24-01 A RESOLUTION APPROVING A CONSTRUCTION CONTRACT WITH T -G EXCAVATING CONTRACTORS, INC., FOR SANITARY SEWER REHABILITATION, ILLINOIS BASINS 6, 9, 12 AND 16, IN THE AMOUNT OF $1,100,000 AND APPROVE A 5% CONTINGENCY OF $55,000. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized to execute a contract with T -G Excavating Contractors, Inc., for sanitary sewer rehabilitation, Illinois Basins 6, 9, 12 and 16, in the amount of $1,100,000 with a 5% contingency of $55,000, for a contract total of $1,155,000. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PAAASLSf 13 AND APPROVED this 20th day of February , 2001. F, ATTEST: II By: �ar Woodruff, City Clerk APPROVED: By: Caton, ,6.1+ Charles D. Coody, Mayo NAME OF FILE: Resolution No. 24-01 CROSS REFERENCE: 02/20/01 Resolution No. 24-01 02/20/01 Exhibit "A" (Copy of the Contract) 01/26/01 Departmental Memo to Fayetteville Mayor & City Council thru Don Bunn from David Jurgens regarding construction contract 01/25/01 Letter to Dave Jurgens from Thomas A. Harris, RJN GROUP, INC. 11/17/00 Bid Opening 2000-2004 Capital Improvements Program Project Detail 01/24/01 Certificate of Liability Insurance 02/20/01 Staff Review Form NOTES: • • October 2000 EXHIBIT A co,, v..1i� ».'A'l+ .i':i �J1 1I13 Contract Documents Sanitary Sewer Replacement and Rehabilitation Illinois River Watershed Basins 6, 9, 12, and 16 Unit 2 Prepared for the City of Fayetteville Fayetteville, Arkansas prepared by RJN Group, Inc. Consulting Engineers Dallas, Texas in association with McClelland Consult Fayetteville, Arkansas ngineers, Inc. 1 • • T-G Excavating Contractor 26016 E. Admiral Place 1 Street Address Catnnsa, Oklahoma 74015 1 City & State (918)266-4736 Telephone VOLUME I 1 CONTRACT DOCUMENTS SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION ILLINOIS RIVER WATERSHED BASINS 6, 9, 12, AND 16 1 UNIT 1 AND UNIT 2 1 CITY OF FAYETTEVILLE 1 FAYETTEVILLE, ARKANSAS RJN GROUP INC. CONSULTING ENGINEERS DALLAS, TEXAS 1 IN ASSOCIATION WITH McCLELLAND CONSULTING ENGINEERS, INC. FAYETTEVILLE, ARKANSAS 1 OCTOBER 2000 1 StOF FAYETTEVILLE, ARKANSAS • SANITARY SEWER REPLACEMENT AND REHABILITATION ILLINOIS RIVER WATERSHED BASINS 6-9,11,12, AND 16 UNIT 1 AND UNIT 2 ADDENDUM NO. 1 Release Date: November 9, 2000 This Addendum No. 1, consisting of sixteen (16) items, is hereby made a part of the Contract Documents to the same extent as though it were originally included therein, and shall supersede anything contained in the Plans and Specifications with which it might conflict. This Addendum shall be attached to the Index Sheet of the Contract Document and submitted with the bid. The Contract Documents for the above titled projects are revised and amended as follows: In the Invitation to Bid 1. Receipt of Bids (First Paragraph, Page 1) Bid opening date of November 14, 2000 is changed to 2:00 pm November 17, 2000. Instruction to Bidders 1 Z Commencement and Completion of Work (Page 8) Delete the second paragraph in its entirety and replace with the following: 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 150 (for either Unit 1 or Unit 2) calendar days from Notice to Proceed, and shall complete all work in accordance with the terms and conditions of the Contract Documents no later than 180 (for either Unit 1 or Unit 2) calendar days from Notice to Proceed except for the work related to Jobs 2001B and 2001C, within Unit 2, which shall be complete. to the point of final acceptance by the Owner no later than 220 days from Notice to Proceed.. The Notice to Proceed will be issued after receipt of acceptable insurance, bonds, and other required items. Unit 1 Bid — (as indicated in the attached UNIT 1 BID — ADDENDUM NO. 1) 1. Item A l4 "11 EA 4" Service Connection for Pipe Bursting Construction' units changed to 238 LF. 2. Item Al7 "2 EA Service Cleanout" units changed to 28 EA. 3. Item A18 "10 LF Curb and Gutter Repair" units changed to 19 LF. 4. Item A19 "34 LF Asphalt Street Repair" units changed to 154 LF. Unit 2 Bid — (as indicated in the attached UNIT 2 BID — ADDENDUM NO. 1) 1. Item B14, "1,315 LF, 4" PVC Service Line Extension for Open Cut Construction" units changed to 2,009 LF. 2. Item 815 "2EA 4" Service Connection for Open Cut Construction" description changed to "6" Service Connection for Open Cut Construction." 3. Item B17 "16 EA Service Cleanout" units changed to 57 EA. 4. Item B18 "1,026 LF Standard City Sidewalk Repair" units changed to 1,036 LF. City of Fayetteville, AR Addendum No. 1 Sanitary Sewer Replacement and Rehabilitation November 9, 2000 • • 5. Item B20, "230 LF Curb and Gutter Repair" units changed to 245 LF. 6. Item B22, "1,020 LF Asphalt Street Repair" units changed to 1,240 LF. 7. Item B 24, "25 LF Concrete Driveway Repair with Exposed Aggregate Repair" units changed to 50LF. 8. Item B32, "1,000 LF Concrete Channel Lining" units changed to 1,000 SF. 9. II. BID CONDITIONS The calendar days for substantial completion and full completion in Paragraph six (6), have changed in the attached UNIT 2 BID — ADDENDUM NO. 1 as follows: The undersigned agrees to fully complete all work covered by this Bid to the point of substantial completion no later than 150 calendar days from 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 180 calendar days from Notice to Proceed except for the work related to Jobs 2001B and 2001C which shall be complete to the point of final acceptance by the Owner no later than 220 days from 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. Agreement 1. Article V: Starting and Completion (Page 2) Delete the first paragraph in its entirety and replace with the following: 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 150 (for either Unit 1 or Unit 2) calendar days from Notice to Proceed. The contractor further agrees to complete all work to the point of final acceptance by the Owner no later than 180 (for either Unit 1 or Unit 2) calendar days from Notice to Proceed, except for the work related to Jobs 2001B and 2001C, within Unit 2, which shall be complete to the point of final acceptance by the Owner no later than 220 days from Notice to Proceed. BE SURE TO FILL IN THE UNIT COSTS, EXTENDED AMOUNTS, AND TOTALS IN EITHER THE ATTACHED UNIT 1 BID — ADDENDUM NO 1 OR LINT 2 BID — ADDENDUM NO 1 DOCUMENTS, OR BOTH Bidders shall aclmowledge receipt of this Addendum on the Unit 1 Bid (Page 1) and Unit 2 Bid (Page 1) and on the outside of the sealed bid envelope. Very truly yours, RJN GROUP, INC. ams REGISTERED City of Fayetteville, AR Sanitary Sewer Replacement and Rehabilitation Illinois River Watershed Basini 6, 9, 12 and 16 Addendum No. 1 November 9, 2000 Page 2 of 2 CONTRACT DOCUMENTS SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION ILLINOIS RIVER WATERSHED BASINS 6, 9, 12, AND 16 UNIT 1 AND UNIT 2 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS OCTOBER 2000 I hereby state that this Project Manual was prepared under my direct supervision and that I am a duly Registered Professional Engineer under the laws of t ansas. lisp * * * REGISTERED PROFESSIONAL A ENGINEER vj * * * O No. 8589 cer ; 1sAwo. • • CONTRACT DOCUMENTS FOR THE CITY OF FAYETTEVILLE SEWER SYSTEM IMPROVEMENTS TABLE OF CONTENTS TITLE SECTION Pages BIDDING DOCUMENTS A INVITATION TO BID INSTRUCTIONS TO BIDDERS* BID# Unit 1 Unit 2 BID BOND# BONDING COMPANY INFORMATION# SUBCONTRACTORS# STATEMENT OF EXPERIENCE OF BIDDER# STATEMENT OF COMMITMENT# QUALIFICATION STATEMENT# CONTRACTUAL DOCUMENTS B 1-3 1-10 AGREEMENT 1-3 ARKANSAS STATUTORY PERFORMANCE 1-2 AND PAYMENT BOND MAINTENANCE BOND 3. CERTIFICATE OF OWNER'S ATTORNEY 1 CONDITIONS OF THE CONTRACT GENERAL CONDITIONS* SUPPLEMENTARY CONDITIONS CONSTRUCTION FORMS C C1 D 1-89 1-3 SUBMITTAL RECORD - 1 PERIODIC PAYMENT FORMS 1-5 CHANGE ORDER 1-3 CONSTRUCTION LETTER 1 TREE REMOVAL REQUEST 1 * Section has individual Table of Contents # Items to be included in Bid Package. 1 • i 1 CITY OF FAYETTEVILLE 1 INVITATION TO BID BID NUMBER 00-63 SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION ILLINOIS RIVER WATERSHED BASINS 6, 9, 12, AND 16 1 1 RECEIPT OF BIDS 1 1 1 Separate sealed bids for Sanitary Sewer Main Replacement and Rehabilitation Illinois River Watershed, for Basins 6, 9, 11, 12, and 16, and the Hyland Park Area in Fayetteville, Arkansas are invited and will be received at the office of the Purchasing Officer located at Room 306, 113 W. Mountain, Fayetteville, Arkansas, 72701 on or before, but no later than 2:00 p.m., November 14, 2000 and immediately thereafter or as soon thereafter as is practicable all bids will be publicly opened in a room to be designated at that time and the bid prices read aloud. The bid opening will be in Room 326 of the City of Fayetteville Administration Building at 113 West Mountain. ' This document is designed as two (2) separate contracts (Unit 1 and Unit 2) and shall not be construed as being a single project. The proposal sections are provided as two (2) individual proposals and are arranged in units to allow prospective bidders to submit bids ' on one unit or both units. Award of contract, if made, shall be to the responsive low bidders for each individual unit. If a contractor is the responsive low bidder on two units, then such units will be combined into a combined project with one single contract award. The major items of work on the above projects are: 1 Unit 1 3,179 LF 8" Dia. Sanitary Sewer by Pipe Enlargement 1 306 LF of 12" Dia. Sanitary Sewer by Pipe Enlargement 60 LF of 8" Dia. PVC Sewer Pipe by Open Cut 29 LF of 6" Dia. PE Sliplining 40 LF of 8" Dia. HDPE Sewer Pipe by Open Cut 19 EA Sanitary Sewer Manholes ' 28 Ea 4" Dia. Service Line Connections 11 LF 4" Dia. Service Line Extension 1 1 Invitation to Bid ' City of Fayetteville Sanitary Sewer Improvements • • Unit 2 4,859 LF 8" Dia. PVC Sanitary Sewer by Open Cut 37 LF of 12" Dia. PVC Sanitary Sewer by Open Cut 39 EA Manholes 55 EA 4" Dia. Service Line Connections 1,315 LF of 4" Dia. Service Line Extension by Open Cut 30 LF of Concrete Channel Lining 10 Point Repairs Sealed envelopes or packages containing bids shall be marked or endorsed "Sanitary Sewer Main Replacement and Rehabilitation Illinois River Watershed, Basins 6, 9, 12, and 16 in Fayetteville, Arkansas, Bid Number 00-63". The Contractor's State contractor's license number must be clearly stated on the envelope or package containing the bid. CONTRACT DOCUMENTS 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. BID SECURITY Each bid shall be accompanied by a certified check or a cashier's check or bid bond payable to the order of the City of Fayetteville, Arkansas in an amount not less than five percent of the bid as a guarantee that the bidder will, within ten (10) days after the date of the award of contract, execute an agreement and file bonds and insurance as required by the Contract Documents if his bid is accepted. A pre-bid meeting shall be held in Room 111 at 113 W. Mountain, Fayetteville, Arkansas, on Wednesday, November 8, 2000 at 10:30 a.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. The City of Fayetteville reserves the right to reject any and all bids, and to waive minor defects or informalities deemed to be in the City's best interest. "Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville, Arkansas, encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, the City of Fayetteville, Arkansas, encourages all general contractors to subcontract portions of their contract to qualified small, minority, and women business enterprises." Invitation to Bid City of Fayetteville Sanitary Sewer Improvements 2 1 • • 1 All questions or correspondence concerning the plans and specifications shall be directed ' to McClelland Consulting Engineers, 1810 N. College Avenue, Fayetteville, Arkansas 72703, (501)443-2377. 1 1 Peggy Vice Purchasing Officer 1 Publication: October 29, 2000 ' November 5, 2000 1 Bid # 00-63 1 1 1 1 1 1 1 1 1 1 3 Invitation to Bid 1 City of Fayetteville Sanitary Sewer Improvements 1 • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TABLE OF CONTENTS FOR INSTRUCTIONS TO BIDDERS SUBJECT PAGE A EXAMINATION OF SITE 1 B EASEMENTS 1 C EXAMINATION OF BIDDING DOCUMENTS 1 D INTERPRETATION OF CONTRACT DOCUMENTS 1 E MATERIAL SUBSTITUTION 2 F APPROXIMATE QUANTITIES 2 G PREPARATION OF BID 2 H SIGNING OF BID 3 I BID SECURITY 3 J RETURN OF BID SECURITIES 3 K AGREEMENT, BONDS, INSURANCE 3 L DESIGNATION OF SUBCONTRACTORS 4 M BID SUBMITTAL 4 N WITHDRAWAL OF BID 4 O QUALIFICATION OF BIDDERS 4 P DISQUALIFICATION OF BIDDERS 5 Q PENALTY FOR COLLUSION 6 R LICENSE 6 S PRECONSTRUCTION CONFERENCE 6 T BID OPENING 6 U AWARD OF CONTRACT 6 ✓ EFFECTIVE DATE OF AWARD 7 W EXECUTION OF AGREEMENT 7 X FAILURE TO EXECUTE AGREEMENT AND FILE BONDS AND INSURANCE 8 Y PAYMENT FOR EXCESS COSTS AND LIQUIDATED DAMAGES 8 Z COMMENCEMENT AND COMPLETION OF WORK 8 AA INFORMATION NOT GUARANTEED 8 BB COVENANT AGAINST CONTINGENT FEES 9 CC GRATUITIES 9 DD SUBCONTRACTS UNDER CONSTRUCTION CONTRACTS. . . ▪ 10 EE PREVAILING WAGE DETERMINATION 10 • • INSTRUCTIONS TO BIDDERS A. Examination of Site Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all laws, regulations, and other factors affecting performance of the Work. He shall carefully correlate his observations with the requirements of the Contract Documents and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute a representation of compliance by the Bidder. There will be no subsequent financial adjustment for lack of familiarization. B. Easements Portions of the improvements under this project may involve construction on private property for which easements have been secured by the Owner. Work performed on, or use of such easements, shall be subject to the provisions of the easement agreements on file and open to inspection in the office of the Owner. C. Examination of Biddinci Documents Each Bidder by making his Bid represents that he has read and understands the Bidding Documents. The Bidder shall include in his bid prices any and all costs that may be necessary to complete the work in accordance with the requirements of the Contract Documents. D. Interpretation of Contract Documents Questions regarding documents, discrepancies, omissions, or intent of the Specifications or drawings shall be submitted in writing to the Owner through the Engineer, at least ten days prior to opening of bids to provide time for issuing and forwarding an addendum. Any interpretation of the Contract Documents will be made only by addendum duly issued or delivered by the Owner to each person receiving a set of documents. The Owner will not be responsible for any other explanations or interpretations of the Contract Documents. 1 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements E. Material Substituti n Each Bidder shall base his Bid upon the materials and equipment as described in the Bidding Documents. The successful Contractor will not be allowed to make any substitutions on his own initiative, but in each instance will be required to obtain authorization from the Owner before installing any work in variance with requirements of the Contract Documents. F. Approximate Quantities 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. G. Preparation of Rid 1 All prospective bidders and proposed subcontractors on this 1 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 sewer rehabilitation contracts with construction cost of at least $500,000 each during the last three years. The Contractors may use subcontractors that do not have the three previous sewer rehabilitation project experience for the channel lining construction. ' 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 totals, the unit prices shall prevail, unless it clearly appears in Owner's opinion that the unit prices rather than ' the total are in error. If a discrepancy exists between the Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 2 1 • • 1 total base Bid and the true sum of the individual Bid items, the true sum shall prevail. A Bid will be rejected if it does not contain a price for each and every item named in the bidding schedule. Bidders are warned against making any erasures or alterations of any kind, and Bids which contain omissions, erasures, conditions, alterations, or additions not called for may be rejected. If a deficiently prepared bid is not rejected, the Owner may demand correction of any deficiency and award the Contract to the bidder upon satisfactory compliance with the Instructions. H. Signing of Bid 1 If the Bidder is a corporation, the legal name of the 1 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 1 member of a partnership, a power of attorney must be on file with the Owner prior to opening Bids or submitting Bids; otherwise, the Bid may be regarded as irregular. 1 I. Bid Security 1 No Bid will be considered unless accompanied by a Bid security as defined in the Invitation to Bid, as a guarantee ' that if the Bid is accepted the Bidder will execute the Agreement and file bonds and insurance as required by the Contract Documents within 10 days from the date of the award of the Contract. For the bid bond to be acceptable, the ' name of the surety company issuing said bond shall be licensed to do business in the State of Arkansas and shall be included on the current U.S. Treasury list of acceptable ' sureties, and the amount of the bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. 1 J Return of Bid Securities The security of the two lowest Bidders will be returned after the execution of the agreement with the successful 1 Bidder and the approval of his bonds and insurance. The security of all other Bidders will be returned promptly after the Bids have been opened and reviewed by the Owner. If all Bids are rejected the securities will be returned at the time of rejection. 3 Instructions to Bidders ' City of Fayetteville Sanitary Sewer Improvements • . 1 K . Agreement, Bonds, Insurance The attention of Bidders is specifically directed to the forms of agreement and bonds to be executed and types of insurance to be taken out in the event a contract award is made. 1 L . Designation of Subcontractors Each bidder shall list on the form included in these documents the names and addresses of all subcontractors who will perform work or labor or render service to the Bidder on or about the construction site in an amount in excess of five percent of the Bidder's total base Bid. Each Bidder shall show on the form the portion of the work to be done by each subcontractor. The Contractor shall be required to perform a minimum of thirty (30) percent of the contract amount with his own crews. ' M. Bid Submittal 1 Each Bid, properly signed, together with the Bid security and all documents bound herewith, shall be enclosed in a sealed envelope addressed and entitled as specified in the Invitation to Bid and delivered to the office designated in the Invitation to Bid. 2 Each Bidder shall submit with his Bid one copy of Volume I of the Contract Documents with all Addendum and the "Subcontractors" form contained in this document. N . Withdrawal of Bid 1 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. 1 O . Qualification of Bidders 1. It is the intention of the Owner to award a Contract t only to a Bidder who furnishes satisfactory evidence 1 that he has the requisite experience and ability and Instructions to Bidders City of Fayetteville , Sanitary Sewer Improvements 4 • • 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 I/ specified in the Contract Documents. 2. Each Bidder shall submit with his Bid the executed Bidder's "Statement of Experience" form, "Statement of Commitment", and "Qualification Statement" form contained in this document. 3. The Owner reserves the right to require the three lowest Bidders to file proof within seven (7) calendar days of the Bid opening of their ability to finance and execute the project. This proof shall include, but not be limited to, a financial statement certified by a CPA for the last three years, a list of equipment owned by Bidder, a backlog of jobs under contract and amounts, and a record of successful completion of similar projects. 4. The successful bidder shall conform to the Rules and Regulations of Arkansas Department of Finance and Administration concerning nonresident contractor's notice and bond requirements. 5. The prospective bidders must meet the statutorily 1 prescribed requirements before Award of Contract by the Owner. 6. In order to perform public work, the successful Bidder shall, as applicable, hold at time of Bid Opening, such Contractor's and Business Licenses as required by State statutes and the Rules and Regulations of the Arkansas Contractor's Licensing Board. This Contractor's License Number must be clearly displayed on the outside of the bid envelope. If the Contractor's License Number is not clearly displayed, the bid will not be opened. P. Disaualification of Bidders 11 More than one Bid for the same work described in this 11 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. 1 5 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements • • 1 Q Penalty for Collusion 1 If at any time it shall be found that the person, firm, or 1 corporation to whom the Contract has been awarded has, in presenting any Bid or Bids, colluded with any other party or parties, then the Contract so awarded shall be null and void, and the Contractor and his sureties shall be liable to the Owner for all loss or damage which the Owner may suffer thereby, and the Owner may advertise for new Bids for said work. R. License j Each Bidder shall possess state and local licenses as are required by law, and shall furnish satisfactory proof to the Owner upon request that the licenses are in effect during the entire period of the Contract. S. Preconstruction Conference 1 A preconstruction conference shall be held after the time of the Contract award and before the Notice to Proceed to discuss the responsibility of each party in the project and to clarify any questions. Representatives of the Contractor shall be required to attend the conference. T. Bid Opening 1 Bids will be opened and the prices bid will be read aloud publicly at the time and place indicated in the Invitation to Bid. Bidders or their agents are invited to be present. U. Award of Contract 1. The Owner shall award a contract to the Bidder whom, in the Owner's judgement, is the lowest responsive, responsible Bidder. The Owner reserves the right to reject all Bids, to waive informalities, and to reject nonconforming, nonresponsive, or conditional Bids. 2. In evaluating Bids, Owner shall consider the qualifications of the Bidders whether or not the Bids comply with the prescribed requirements, and alternatives and unit prices if requested in the Bid Form. Owner may consider the qualifications and experience of subcontractors and other persons and Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 6 • • organizations (including those who are to furnish the principal items of material or equipment), and may reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. 3 A responsive Bidder shall be one who has responded accurately to all requirements of these Contract Documents and the preparation and submission of his Bid. If any alterations, erasures or changes are made to the printed Bid Form, the Bid shall be considered nonresponsive. 4. The Owner reserves the right to accept and incorporate corrections, clarifications or modifications following bid opening when to do so would not, in the Owner's opinion, prejudice the bidding process or create any improper advantage to any bidder; and to waive irregularities and informalities in any proposal submitted or in the bidding process; provided, however, that the waiver of any prior defect or informality shall not be considered a waiver of any future or similar defects or informalities and bidders should not rely upon, or anticipate, such waivers in submitting their proposals. 5. If the Contract is awarded, Owner shall give the apparent successful Bidder a Notice to Proceed within ten (10) days after council approval. - Unit 1 Award December 2000 with Notice to Proceed January 2001. - Unit 2 Award January 2001 with Notice to Proceed February 2001 V. F;ffer.tive Date of Award If a Contract is awarded by the Owner, such award shall be effective when formal notice of such award, signed by the authorized representative of the Owner, has been delivered to the intended awardee, by some officer or agent of the Owner duly authorized to give such notice or received by mail at the main business address shown on his Bid. W. pwernt;nn of Agreement Contractor shall deliver a signed Contract to the Owner within seven days of bid opening. Contractor must submit required bonds and insurance within ten days of Notice of Award by the City. Effective date of bonds shall be the same or later than the date of Agreement. The Owner will 7 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements • • within ten days from receipt of acceptable Performance Bonds and Agreement (signed by Contractor) sign the Agreement and return to the Contractor an executed duplicate of the Agreement. X. Failure to Execute Agreement and File Bonds and Insurance Failure of a successful Bidder to execute the Agreement and file required bonds and insurance within the required time shall be just cause for the annulment of the awards. On failure of a successful Bidder to execute the Agreement and file the required bonds and insurance within the required time, he shall forfeit his Bid security as agreed hereinbefore. Upon annulment of an award as aforesaid, the Owner may then award a Contract to the next lowest responsible Bidder. Y. payment for Excess Costs and Liwidateci Damages, The successful Contractor will be required to pay for excess cost of field engineering and inspection and liquidated damages as defined in the General Conditions of the Contract, if extensions of time are granted by Owner because of avoidable delays as defined in the General Conditions of the Contract. Z. commencement and Completion of Work The Notice to Proceed shall be issued within ten days of the execution of the Agreement by the Owner. The successful Bidder shall commence work within ten calendar days from and after the issuance by the Owner of a written Notice to Proceed, shall substantially complete all work in accordance with the terms and conditions of the Contract Documents no later than 150/220 (Unit 1/Unit 2, respectively) calendar days from Notice to Proceed, and shall complete all work in accordance with the terms and conditions of the Contract Documents no later than 180/250 (Unit 1/Unit 2, respectively) calendar days from Notice to Proceed. The Notice to Proceed will be issued after receipt of acceptable insurance, bonds, and other required items. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 8 1 1 1 1 1 1 1� 1 1 1 1 1 1 1 1 1 1 I AA I I I $ II 17 J is - 11 I CC I I [I 1. All information given on the Drawings or in the other Contract Documents relating to subsurface and other conditions, natural phenomena, existing pipes, and other structures is from the best sources at present available to the Owner. All such information is furnished only for the information and convenience of bidders and is not guaranteed. 2. It is agreed and understood that the Owner neither warrants nor guarantees that the subsurface or other conditions, natural phenomena, existing pipes or other structures encountered during construction will be the same as those indicated on the Drawings or in the other Contract Documents. 3. It is agreed further and understood that no bidders or contractors shall use or be entitled to use any of the information made available to him or obtained in any examination made by him in any manner as a basis of or ground for any claim or demand against the Owner or the Engineer, arising from or by reason of any variance which may exist between the information made available and the actual subsurface or other conditions, natural phenomena, existing pipes or other structures actually encountered during the construction work, except as may otherwise be expressly provided for in the Contract Documents. 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. Gratuities 1. The owner may, by written notice to the contractor, terminate the right of the contractor to proceed under this contract if it is found, after notice and hearing, by the owner that gratuities (in the form of entertainment, gifts, or otherwise) were offered or given by the contractor or any agent or representative 9 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements • • • of contractor, to any official or employee of the Owner j with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending, or the making of any determinations with respect to the performance of this contract: Provided, that if the existence of the facts upon which the Owner makes such findings are in issue, they may be reviewed in proceedings pursuant to Article 30 (Arbitration) of the General Conditions of this contract. 2. In the event this contract is terminated as provided in the paragraph (1) above, the owner shall be entitled: a) to pursue the same remedies against the contractor as it could pursue in the event of a breach of the contract by the contractor, and b) as a penalty in addition to any other damages to which it may be entitled by law, to exemplary damages in an amount (as determined by the Owner) which shall be not less than three nor more than ten times the costs incurred by the contractor of providing any such gratuities to any such officer or employee. , 3. The rights and remedies of the owner provided in this clause shall not be exclusive and are in additions to any rights and remedies provided by law or under this contract. DD. Subcontracts Under Construction Contracts The award or execution of all subcontracts by a prime i 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. I: EE. Prevailing Wage Determination Arkansas Prevailing Wage Determination Number 99-441 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 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 10 0 James L. Salkeld Director STATE OF ARKANSAS y . • i ti • J _ y ARKANSAS DEPARTMENT OF LABOR 10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190 (501) 682-4500 • FAX: (501) 682-4535 • TOO: (800) 285- � October 16, 2000 a r1 Marc Cottingame %;9 RJN Group, Inc. 12160 Abrams Rd., Suite 206 Dallas, TX 75243 Re: Sanitary Sewer Replacement & Rehabilitation Fayetteville, Arkansas Washington County Dear Mr. Cottingame: In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 00-152 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. Please be advised that this determination supercedes #99-441 issued May 15, 2000 and #99-246 issued December 20, 1999. If the work is subject to the Arkansas Prevailing Wage Law, every specification shall include minimum prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark. Code Ann.§§22-9-308(b)(2). Also, the public body awarding the contract shall cause to be inserted in the contract a stipulation to the effect that not less than the prevailing hourly rate of wages shall be paid to all workers performing work under the contract. Ark. Code Ann. §22-9-308(c). Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. Ark. Code Ann. §22-9-309(a). Also enclosed is a "Statement of Intent to Pay Prevailing Wages" form that should be put in your specifications along with the wage determination. The General/Prime Contractor is responsible for getting this form filled out and returned to this office within 30 days of the Notice to Proceed for this project. When you issue the Notice to Proceed for this project, /p ease mail or fax a copy of the notice to my office. We must have this information in order to enforce the Statement of Intent. If you have any questions, please call me at (501) 682-4536 or fax (501) 682-4508. Sincerely, Don Cash Prevailing Wage Investigator Enclosures I 0 0 Page 1 of 1 ARKANSAS DEPARTMENT OF LABOR , PREVAILING WAGE DETERMINATION — HEAVY RATES DATE: October 16, 2000 DETERMINATION #: 00-152 ii PROJECT: Sanitary Sewer Replacement COUNTY: Washington & Rehabilitation EXPIRATION DATE: 4-16-01 Fayetteville, Arkansas SURVEY #: 700-AH05 BASIC HOURLY FRINGE CLASSIFICATION RATE BENEFITS Bricklayer/Pointer, Cleaner, Caulker 8.45 Carpenter 9.35 Concrete Finisher/Cement Mason 9.40 .72 Electrician/Alarm Installer 13.30 1.00 Ironworker 17.25 Laborer 8.45 Pipelayer 10.30 Truck Driver 11.90 Power Equipment Operators: 1 Backhoe, Rubber tired 1 yd. or less 12.15 Bulldozer, Finish 13.15 Bulldozer, Rough 10.25 Crane, Derrick, Dragline, Shovel & Backhoe, 1-1/2 yds. or less 11.65 Crane, Derrick, Dragline, Shovel & Backhoe, Over 1-1/2 yds. 11.20 Distributor 12.35 Front End Loader, Finish 9.65 Front End Loader, Rough 10.40 Mechanic 14.70 Motor Patrol, Finish 13.05 Motor Patrol, Rough 9.00 .17 Roller 11.15 Scraper, Finish 11.75 Scraper, Rough 11.25 1 Welders —receive rate prescribed for craft performing operation to which welding is incidental. Certified July 3, 2000 Classifications that are required, but not listed above, must be requested in writing I from the Arkansas Department of Labor, Prevailing Wage Division. Call (501) 682- 4536 or 682-4599 for a request form. I 11 0 E I FI I 1I I I I I I I I I I I 0 '• ° — R Ia otf C C) U H Cc dc� WQ U 4l O t o = C w c 10 .— y d (flu - 6 LU 0 a C: Li 3 3 a, � if) I- a) rro 4 C p 01 ru l U C a) �'•a) O 0 cQa`)L C a) v E >. N —4 = L 0="' U cu Q Vl a) C) ) . O Q n a V)ru a) n E U i L v 3-i 0 (Co4- to r O a) y aJ Y i v vN O O O rfl a).0 3 3 N O 0 0 rot0 0 >-4-I u m C O -0 Co cc (U O co E O y 0 U Y c . U N ` O N O)D (U — Li C O Y V Q 3 O O O u N o O v Q) 3 ry C 5 cv O O vi m �_ 0) cc u >- Z a a)) C L = 0 to a) y a en Q • 0 d C O a H E a 0 2 Y 0 a) a) c v O U Y c 0 Ln N u u i u a) W 0 2 Y 0 a CM U cv u v rn C E r. O V CD C 0 a ) CA Ca., 00) 0-C LI_IGQ W = 0 .-.. =OO L ¢0-4 O C w O L.L V J W a N- _ ~~m aLl Og O CD tuJ Z o' 2 O -4 0 -I --u) I` w o c m W Li oo �r4 o� N. OWOQ PdQ' Y W - ¢ J O uJNOv uZ= J UJ H Q � I I I I I I I I I I I I I I I CITY OF FAYETTEVILLE, AR UNIT 2 BID SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION ILLINOIS RIVER WATERSHED BASINS 6, 9, 12, AND 16 Name of Bidder: T -G Excavating Business Address:26016 F. Admiral Place Phone No: (918)266-4736 To: The City of Fayetteville, AR The undersigned, as Bidder, declares that the only person or parties interested in this Bid as principals are those named herein; that this Bid is made without collusion with any person, firm or corporation; that he has carefully examined the location of the proposed work, the proposed forms of Agreement and Bonds, and the Contract Drawings and Specifications for the above designated work, all other documents referred to or mentioned in the Contract Documents, the Contract Drawings and Specifications, including Addenda Nos., , and issued thereto; and he proposes and agrees if this bid is accepted that he will contract with the City of Fayetteville, AR, in the form of the copy of the Agreement included in these Contract Documents, to provide all necessary machinery, tools, apparatus, and other means of construction, including utility and transportation services necessary to do all the work and furnish all materials and equipment specified or referred to in the Contract Documents, in the manner and time therein prescribed and according to the requirements of the City of Fayetteville, AR as therein set forth to furnish the Contractor's Bonds and Insurance, and to do all other things required of the Contractor by the Contract Documents, and that he will take in full payment therefor the sums set forth in the following Bid Schedule. Bidder agrees to perform all the work described in the Contract Document for the following unit prices. Note: Bids shall include sales tax and all other applicable taxes. 1 Unit 2 Bid - Addendum No. 1 City of Fayetteville Sanitary Sewer Improvements CONSTRUCTION OF SANITARY SEWERS (Per Section D2-13) UNIT 2 'PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT TTF.M OTTANTTTV RTT) PRTCFS WRTTTFN TN WORDS PRTCF RTT) I El 3,083 LF 811 PVC Sewer Pipe 0'-6' Deep By Open Cut One Hundred Ten Dollars & No Cents per LF $_110.00 $339.130.00 B2 1,806 LF 8" PVC Sewer Pipe 6'-10' Deep By Open Cut ' One Hundred Ten Dollars & No Cents per LF $ 110.00 $198.660.00 B3 37 LF 12" PVC Sewer Pipe 10'-14' Deep By Open Cut One Hundred ' Seventy Dollars & No Cents per LF $ 170.00 $_6.290.00 B4 85 LF 8" DIP Sewer Pipe, All Depths By Open Cut One Hundred 1 Fifty Dollars & No Cents per LF $ 150.00 $ 12.750.00 I 2 Unit 2 Bid - Addendum No. 1 City of Fayetteville Sanitary Sewer Improvements 'PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID B5 77 LF 16" Steel Encasement, All Depths, By Bore Two Hundred Dollars & ' No Cents per LF $ 200.00 $_15.400 B6 I ' B7 1 I B8 I B9 I 1 30 LF 16" Steel Encasement, All Depths, By Open Cut One Hundred Dollars & No Cents per LF $ 100.00 $ 3.000.00 97 LF Bore for Proposed 8" Dia. Sewer one Hundred Fifty Dollars & No Cents per LF 34 EA Construct 48" Standard Manhole, 0'-6' Deep Two Hundred Dollars & 25 VF Construct 48" Standard Manhole, Extra Depth Over 6' Deep Two Hundred Dollars & No Cents per VF $ 200.00 $5,000.00 3 Unit 2 Bid - Addendum No. 1 City of Fayetteville Sanitary Sewer Improvements . • PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT TTRM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 810 5 EA Construct 48" Drop Manhole, 0'-6' Deep Two Thousand ' Five Hundred Dollars & No Cents per EA $2,500.00 $12.500.00 I 811 12 VF Construct 48" Drop Manhole, Extra Depth Over 6' Deep ' Two Hundred Fifty Dollars & ' No Cents per VF $ 250.00 $3.000.00 B12 3 EA Abandon Existing Manhole I Seven Hundred Dollars & No Cents per SA $ 700.00 $ 2.100.00 B13 55'EA 4" Service Connection For Open Cut Construction ' Two Hundred Fifty Dollars & ' No Cents per EA $ 250.00 $13.750.00 B14 2,009 LF 4" PVC Service Line Extension For Open Cut Construction ' Twenty -Five Dollars & No Cents per LF $ 25.00 $50.225.00 4 Unit 2 Bid - Addendum No. 1 City of Fayetteville Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID B15 2 EA 6" Service Connection For Open Cut Construction Two Hundred ' Seventy -Five Dollars & No Cents per EA $ 275.00 $ 550.00 I B16 15 LF 6" PVC Service Line Extension For Open Cut Construction ' Thirty -Five Dollars & No Cents per LF $ 35.00 $ 525.00 ' B17 57 EA Service Cleanout Three Hundred ' Fifty Dollars & No Cents per EA $ 350.00 $19.950.00 I B18 1,036 LF Standard City Sidewalk Repair Twenty Dollars & No Cents per LF $ 20.00 $20.720.00 I B19 140 LF Special Sidewalk Repair Forty Dollars & 1 No Cents per LF $ 40.00 $_5.600.00 5 Unit 2 Bid - Addendum No. 1 City of Fayetteville Sanitary Sewer Improvements 'PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID B20 245 LF Curb & Gutter Repair Twenty -Five Dollars & No Cents per LF $ 25.00 $ 6.125.00 B21 180 LF Concrete Driveway Repair Fifty Dollars & ' No Cents per IS $ 50.00 $_9,000.00 $ B22 1,240 LF Asphalt Street Repair Sixty Dollars & No Cents per yE $ 60.00 $74.400.00 B23 100 LF Concrete Street Repair Sixty Dollars & No Cents per LF $ 60.00 $_6,000.00 924 50 LF Concrete Driveway With Exposed Aggregate Repair Seventy Dollars & No Cents per LF $ 70.00 $ 3.500.00 6 Unit 2 Bid - Addendum No. 1 City of Fayetteville Sanitary Sewer Improvements 'PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID B25 80 LF Dirt Driveway Repair ' Twenty Dollars & No Cents per LF $ 20.00 $ 1.600.00 B26 500 CY Rock Excavation One Hundred Dollars & No Cents per CY $ 100.00 $ 50.000.00 B27 13 EA Clay Dams One Hundred Fifty Dollars & No Cents per EA $ 150.00 $ 1.950.00 828 3,933 LF Trench Safety One Dollars & No Cents per LF $ 1.00 $_31933.00 1 829 400 LF Trench Foundation Material ' Ten Dollars & No Cents per LE $ 10.00 $ 4.000.00 I 7 Unit 2 Bid - Addendum No. 1 City of Fayetteville Sanitary Sewer Improvements 'PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID B30 1 LS Tree Protection Five Thousand ' Dollars & No Cents per LE $5 000.00 $5,000.00 1 B31 8 EA Sanitary Sewer Markers One Hundred ' Dollars & No Cents per EA $ 100.00 $ 800.00 ' B32 1,000 SF Concrete Channel Lining Fifteen Dollars & ' No Cents per SF $ 15.00 $15.000.00 B33 1 LS Surface Video Documentation per Section D1-3. ' Eight Thousand Three Hundred Eighty Dollars & No Cents per LS $8,380.00 $ 8.380.00 B34 3 EA Exploratory Excavations per Section D1-1. Two Thousand Five Hundred Dollars & No Cents per EA $2.500.00 $_7.500.00 SUBTOTAL UNIT 2 CONSTRUCTION $988.888.00 OF SANITARY SEWERS Nine Hundred .iahhy_Eight Thousand Eight Hundred Eighty -Eight Dollars and No Cents (IN WRITING) ' 8 Unit 2 Bid - Addendum No. 1 City of Fayetteville I Sanitary Sewer Improvements I SANITARY SEWERLINE POIN`P J tU2sA S (per Section D2 -fl) IUNIT 2 JOB. NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID ' 1001 1 LS Point Repair (Sh.41) 7 LF 6" PVC Sewer Pipe ' Five Thousand Dollars & No Cents per La $5.000.00 $5.000.00 ' 1002 1 LS Point Repair (Sh. 41) 10 LF 8" PVC Sewer Pipe Five Thousand Dollars & ' No Cents per LS $5.000.00 $5,000.00 1003 1 LS Point Repair (Sh. 42) 20 LF ' D.I.P Sewer Pipe Five Thousand ' Five Hundred Dollars & No Cents per La $_5.500.00 $_5.550.O0 1004 1 LS Point Repair (Sh. 41) 10 LF 1 8" PVC Sewer Pipe Four Thousand Five Hundred Dollars & No Cents per LS $4,500.00 $4.500.00 I 9 Unit 2 Bid - Addendum No. 1 ' City of Fayetteville Sanitary Sewer Improvements JOB. NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ' ITEM OLTAMTITY BID PRICES WRITTEN IN WORDS PRICE BID 1005 1 LS Point Repair (Sh. 41) 10 LF ' 8" PVC Sewer Pipe Four Thousand Five Hundred Dollars & no Cents per LS. $4,500.00 $4.500.00 ' 1006 I I 1 1007 I I 1008 ' 1009 [1 I I I 1 LS Point Repair (Sh. 43) 75 LF 6" PVC Sewer Pipe Fourteen Thousand Dollars & N. .- nail. WI' w. .. 1 LS Point Repair (Sh. 43) 20 LF 611 PVC Sewer Pipe Six Thousand Five Hundred Dollars & No Cents per LS $6.500.00 $6.500.00 DELETED FROM PROJECT 1 LS Point Repair (Sh. 44)35 LF 8" PVC Sewer Pipe (Creek crossing @ 923 Cato Springs Rd) Twenty -Five Thousand Dollars & No Cents per La $25.000.00 $25.000.00 10 Unit 2 Bid - Addendum No. 1 City of Fayetteville Sanitary Sewer Improvements ' JOB. NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1010 ' 1011 1 ' 1000Al 1 I 1 LS Point Repair (Sh. 45) 24" D.I.P. Sewer Pipe (Creek Crossing @ Paradise/Old Missouri Rd) Cents per LS $28.112.00 $28.112.00 1 LS Point Repair (Sh. 43) 8" D.I.P Sewer Pipe. Install New Pipe Anchor Straps on 3 Piers with New Bolts (Creek Crossing @ Tin Cup Creek West of Walker Park) Dollars & flN 45 LF Additional pipe installed varying in diameter from 6 in. to 24 in. complete in place including backfill material, service connections, compaction, and surface restoration in paved and non -paved areas per Section D2-11. ' SUBTOTAL UNIT 2 POINT REPAIRS I I I Dollars & •.- .. . ;. ,. hj .t .. CZ, t 11 Unit 2 Bid - Addendum No. 1 City of Fayetteville Sanitary Sewer Improvements 1 S • I I !] [1 I I I I I I I I I I II SUBTOTAL UNIT 2 CONSTRUCTION OF SANITARY SEWERS $988.888.00 SUBTOTAL UNIT 2 POINT REPAIRS $111.112.00 TOTAL, UNIT 2 $1,100.000.00 •. a •• •.- �. • •. �. ,�. �. NOTE: A BID MAY BE SUBMITTED ON EITHER UNIT 1, UNIT 2, OR BOTH AT THE CONTRACTOR'S OPTION TOTAL UNIT 2 $1.100.000.00 (IN WRITING) It is understood and agreed by the undersigned that the Owner reserves the unrestricted privilege to reject any or all the foregoing unit prices in this paragraph which it may consider excessive or unreasonable, or to accept any or all of them as unit prices applicable in the event additions to or deduction from the work to be performed on this project are ordered by the Owner. Rejection at any time of such Unit Prices for Construction changes shall not otherwise affect the balance of the Bid or Construction Contract. The selection of the lowest bid shall be based on the total amount bid. 12 Unit 2 Bid - Addendum No. 1 City of Fayetteville Sanitary Sewer Improvements ' It is expressly Bid is the basi on this Bid for ' Rehabilitation, for the City of to be construed understood and agreed that the preceding total s for establishing the amount of the Bid security Sanitary Sewer Main Replacement and Illinois River Watershed, Basins 6, 9, 12, and 16 Fayetteville, AR, and that this total Bid is not to be a Lump Sum Bid. ' It is further understood that quantities in the bidding schedule for unit price items are approximate only, and that payment of a Contract will be made only on the actual quantities of work ' completed in place, measured on the basis defined in the General Conditions, Specifications, or other Contract Documents. There shall be no measurement or separate payment for any items not listed and all costs pertaining thereto shall be included in the unit prices for other items listed in the Proposal. ' The undersigned has carefully checked the above bidding schedule against the Contract Drawings, Specifications, and other Contract Documents before preparing this Bid and accepts the said quantities to be substantially correct, both as to classification and amount, and as correctly listing the complete work to be done in accordance with the Contract Drawings, Specifications, and other Contract Documents. If this Bid is accepted and the undersigned shall fail to contract as aforesaid and to give the Arkansas Statutory ' Performance and Payment Bond, and Maintenance Bond required by the Conditions of Contract or by law, and to provide all insurance as required by the Contract Documents within ten (10) days after the date of the notice of award of the Contract, the Owner may, at his option, determine that the Bidder has abandoned his Contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such ' security accompanying this proposal shall operate and the same shall be the property of the Owner as liquidated damages. The undersigned agrees to fully complete all work covered by this Bid to the point of substantial completion no later than 150 calendar days from 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 180 calendar days from Notice to Proceed except for the work related to Jobs 2001B and 2001C which shall be complete to the ' point of final acceptance by the Owner no later than 220 days from 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. I J 13 Unit 2 Bid - Addendum No. 1 City of Fayetteville Sanitary Sewer Improvements I I I L] [1 I I I I I I I I 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. 14 Unit 2 Bid - Addendum No. 1 City of Fayetteville Sanitary Sewer Improvements III. BID SECURITY Accompanying this Bid is a Bid Bond in the amount of Five Percent (51). 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.: 15 Unit 2 Bid - Addendum No. 1 City of Fayetteville Sanitary Sewer Improvements ' C. A Corporation By T6 Er( a7/ D,, Du. (C.bLuoration Name) ' D/��A%7DmA �} (State of Incorporation) J By ANa/CA / A2R,2,Nln (Name of Person Authorized to Sign) 1 K (Corpora Attest I I Business address: o O/O 6. ' J7niQ/ r1CCCP� 4/oosd, ae Phone No.: 14i& -423( 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). Subscribed and sworn to before me this 1% Aay of , ' N tart' ublic 7 a�-6/ [l ' 16 Unit 2 Bid - Addendum No. 1 City of Fayetteville Sanitary Sewer Improvements BID BOND (FIVE PERCENT) KNOW ALL MEN BY THESE PRESENTS, That we (hereinafter called the Principal) and (hereinafter called the Surety), a corporation chartered and existing under the laws of the State of ' with its principal office in City of and authorized to do business in the State of Arkansas are held and firmly bound unto the City of Fayetteville, Arkansas (hereinafter called the Owner), in the full and just sum of Dollars ($ ) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, ' the Principal and the Surety bind themselves, their heirs, executors, administrators, and assigns, jointly and severally and firmly by the presents. ' WHEREAS, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to perform Sewer Improvements for the ' City of Fayetteville, as described in these Contract Documents, WHEREAS, the Contractor desires to file this bond in accordance '• with law, in lieu of a certified bidder's check otherwise required to accompany this Bid. NOW, THEREFORE: The conditions of this obligation are such that if the Bid be accepted, the Principal shall, within ten (10) days after the date of the receipt of a written notice of award of contract, execute a contract in accordance with the Bid and upon ' the terms, conditions and price(s) set forth therein, of form and manner required by the Owner, and execute a sufficient and satisfactory contract, Arkansas Statutory Performance and Payment ' Bond, payable to the Owner, in an amount of One Hundred Percent (100%) of the total Contract price in form and with security satisfactory to said Owner, then this obligation to be void; otherwise to be and remain in full force and virtue in law; and the Surety shall, upon failure of the Principal to comply with any or all of the foregoing requirements within the time specified above, immediately pay to the aforesaid Owner, upon ' demand, the amount hereof in good and lawful money of the United States of America not as a penalty but as liquidated damages. 11 11 Surety companies executing Bonds must hold Certificates of Authority as Acceptable Sureties, must appear on the Treasury Department's most current list (Circular 570 as amended), and be authorized to transact business in the State where the Project is located. 1 Bid Bond City of Fayetteville Sanitary Sewer Improvements IN TESTIMONY THEREOF, the Principal and Surety have caused these presents to be duly signed and sealed this day of 2000. Principal (Seal) Surety (Seal) Countersigned Local Resident Producing Agent for 2 Bid Bond City of Fayetteville Sanitary Sewer Improvements I 1 1 Mid -Continent Group MID-CONTINENT CASUALTY - MTD-CONT lENT INSURANCE - OKLAHOMA SURETY umamm ' KNOW ALL MEN BY THESE PNESENfS: That We, T -G Excavating, Inc. As Prirrapal, and the MID-CONTINENT CASUALTY COMPANY, a corpaaton organized and ocistirg under the laws of the 1 State of Oktefhorre, and auftmed to do bhmness in lire Sbb of Arkansas as Surety, are held and army bound unto the City of Fayetteville As obligee, in the sun of Five Percent (5%) of the Amount of Bid------------------------- DOLLARS, lawhd money of the United Stabs of Ameria. m the payment of which Sun of money veer and Truly to be made, the said Princpal and ' Surety bind themselves, that and each of their heirs. executors, admimtators. successors and assigns, jointly and sevealy, by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shah make any award b the Principal for Sanitary Sewer Replacement & Rehabilitation, Illinois River Watershed Basins 6, 9, 12 & 16 According to the tams of the proposal a bid made by the Principal therefor, and the Principal shall duly make and enter into a contact with the Obligee in aaordance with the tams of said proposal or bid and award and shat give bond for the faithful perforrimce thereof, wt the MID-CONTINENT CASUALTY COMPANY as Surety or with other Surety or Sureties approved by the Obligee; a if the Principal shat, m case of taiure so to do, pay to the Obliges the damages which the Obligee may suffer by reason of such failure not exceeding the penof this bond then this obligation shah be nd and void: of herwse it shah be and earnain in full torte and affect Signed, Sealed and Dated t is 17th of November 2000 I II I r 1/ -- I • .. f . • _ •11. .: MID-CONTINENT CASUALTY COMPANY ' Tulsa, Oklahoma Know all Men by these presents: That the MID-CONTINENT CASUALTY COMPANY, a corporation of the State of Oklahoma, having its principal office in the city of Tulsa, Oklahoma, pursuant to the following By -Law, which was adopted by the Stockholders of the said Company on March 13th. 1947, to-w'tt: "Article IV. Section 7. -- The Executive Officers of the Company shall have power and authority to appoint, for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one more Resident Vice President, Resident Assistant Secretaries and Attorneys -in -Fact and at any time to remove any such Resident Vice President, Resident Assistant Secretary, or Attorney -in -Fact and revoke the power and authority given him. None of such appointees need be Directors of the Company." The Company does hereby constitute and appoint Kevin D. Allen, Pam Derichsweiler, Vaughn Graham, Stephen M. Poleman, James R. Richardson and Jack M. Robinson, individually of TULSA, OK its true and lawful attomev(s)-in-fact, to execute, seal and deliver for and on its behalf as Surety, and as its act and deed, Any and all bonds and undertakings of Suretyship IAnd the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said MID-CONTINENT CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Tulsa, Oklahoma. IN WITNESS WI-IEREOF, MID-CONTINENT CASUALTY COMPANY has executed and attested these presents this 29 day of August 2000 ATTEST: /I ' SARA ANDE SON ASSISTANT SECRETARY TODD BAZATA VICE PRESIDENT On this 29 day of August , 2000 before me, a Notary Public of the State of Oklahoma in and for the County of Tulsa, came the individual to me personally known to be the officer described in, and who executed the preceding instrument, • and he acknowledged the execution of the same, and being by me duly sworn, said that he is the therein described and authorized officer of the MID-CONTINENT CASUALTY COMPANY aforesaid, and that the seal affixed to the preceding instrument is the corporate of said Company, and the said corporate seal and his signature as such officer were duly affixed to the said instrument by the authority and direction of the said Company, and that Article IV, Section 7, of the By -Laws of said Company, referred to in the preceding instrument, is now in force. ,ptq,Un nil,,,, ,FtI have hereunto set my hand and affixed my official seal at the City of Tulsa, the day and year fast above written. oTA s. w ON 'v 2 atK RJL 4ST My Commission expires 11 —14-00 F '': �'(S •. �t�tso` L FAY SCO AC TT Nota y Public of I, SARA 1l, J RSON Assistant Secretary of MID-CONTINENT CASUALTY COMPANY do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. This certifies that any facsimile or mechanically -produced signature of any officer of the Company and Company seal, wherever appearing upon a power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I LI I IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation �\kkENr •. ,• ,(, . this 17TH �ynf NOVEMBER 2000 $ we -4„--' ': GpR44tirA :p dr-� B-vt -' ~e~ 1 SARA ANDERSON Assistant Secretary = SEAL•.•4s: i II.SSRS-MC - ' I 1 I 1 1 I I I n I I 1 1 1 I I H 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: Mailing Address: City, State, Zip: Telephone Number: Is surety authorized to operate in Arkansas? Is surety aware of size of project? Does surety have adequate authorization and resources to cover bonds for the amount of this contract? Rating from U.S. Treasury List Project: Sanitary Sewer Replacement & Rehabilitation Illinois Basins 6, 9, 12, and 16 Owner: City of Fayetteville, Arkansas Name of Bidder Bonding Company Information City of Fayetteville 1 Sanitary Sewer Improvements I L 1 I 1 1 I 1 I 1 I I Ii I 1 11 1 I i List of Major Subcontractors The Bidder expressly agrees that: 1. If awarded a Contract as a result of this Bid, the major subcontractors used in the prosecution of the work will be those listed below, and 2. The following list includes all subcontractors who will perform work representing approximately five percent or more of the Total Bid. 3. The Bidder represents that the subcontractors listed below are financially responsible and are qualified to perform the work required. 1 Subcontractors City of Fayetteville Sanitary Sewer Improvements • • ' 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 11 I I I I I I How many years has your organization been in business as a general contractor under your present business name? How many years' experience in this type of construction work has your organization had, (a) as a general contractor? _0 (b) as a sub -contractor? oc> 1 Statement of Experience ' City of Fayetteville Sanitary Sewer Improvements • SANITARY SEWER/PIPEBURSTING PROJECTS PROJECT WORK DSCRPTN CMPLTN PROJECT CONTACT PHONE* DATE SUPT City of Owasso Sanitary Feb•96 Joseph Robert Carr (918) 272- Sewer/Pipebursting Wright 4958 City of Claremore Sanitary Sewer Jun -96 Robert Art Andrews (918) 342 - Jordan 1899 City of Sapulpa Sanitary Sewer Jul -97 Joseph Neil Pulliam (918) 491 - Wright 9995 City of Sapulpa Sanitary Apr -97 Robert Neil Pulliam (918)491- Sewer/Pipebursting Jordan 9995 City of Sapulpa Sanitary May -98 Don Webb John Nelson (918)491- Sewer/Pipebursting 9995 City of Bartlesville Sanitary Mar -98 Victor Bailey John Nelson (918) 491- Sewer/Pipebursting 9996 Coal Creek Sanitary Sewer May -97 Don Ward RJN Group (918)627- 9737 Bartlesville Sewer Sewer Rehab Apr -94 Joseph John Nelson (918)491 - Rehab Wright 9995 Flatrock Creek Interceptor Relief Mar -95 Jim Fiddler John Nelson (918)491 - Line 9995 Joe Creek Sanitary Sewer May -97 Don Ward RJN Group (918)627- 9737 T0TRL P.03 STATEMENT OF COMMITMENT The Bidder shall state below the projects which he is currently under contract, dollar value of contracts, and estimated time of completion. CONTRACTS ON HAND JOB# JO0 NAME 9945 Lower Mingo Creek Slipline, Cont. 8 9950 Seneca -Cayuga 9955 Crow Creek Manhole Cont. 3 (TMUA) 9960 Admiral Waterline 9965 Hourly Water 20005 Iowa Two 20010 Contract 14 Tulsa 20015 APAC Water Line 20020 SPRINGDALE 20025 Upper Joe Creek MH 20030 Glenpool Sewer 20035 Skiatook Raw Water 20040 Sahoma Lake, Sapulpa 20045 Coffeyville Sanitary Sewer 20050 Claremore Waterline and Sewer AMT OF CONTRACT COMPLETIOP $1,733,333.00 Dec -0C $179.150.00 Mar -0C $777,777.00 Dec -0C $531,111.00 Jun -00 $47,777.00 Jan -01 $106,918.00 Jun -00 $1,757,777.00 Feb -01 $242,222.00 Sep -0C $31,882.00 Jul -00 $564,444.00 Mar -01 $335,555.00 Jan -01 $47,000.00 Aug -00 $179,000.00 Dec -00 $633,333.00 May -01 $1.797,777.00 Mar -01 1 Statement of Commitment City of Fayetteville Sanitary Sewer Improvements. 1 • • I �/ /OUALLTFlOATION STATEMENT Submitted to: & 4 en /NyA u16//e, (Corporation) By: I - IPrincipal Office: (Co -Partnership) (Individual) The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers. 1. What is the name of the pipe bursting process to be ' used for the work included in this Contract? ' 2. In the past three most recent and consecutive years, what is the total length in linear feet of pipe bursting work completed by your firm? (A minimum of 15,000 Linear Feet within the last three consecutive years using the approved manufacturer's system(s), per specification D2 -19(1)A.2., is required). 3. In the past three most recent and consecutive years, what is the average annual contract amount of related 1 sanitary sewer construction work, similar in nature to this contract, completed by your firm? 4. How many years have the Contractor and Subcontractors performed sanitary sewer work, similar in nature to this contract, under its present primary name? ' (A minimum of five• (5) years is required) ' NOTE: If the Bidder intends to use a Sub -Contractor for Pipe Bursting Work included in this Contract, he ' must complete this form based on the Sub - Contractor's information as submitted on a Statement of Experience form. Qualification Statement City of Fayetteville 1 Sanitary Sewer Improvements 5, Have you ever failed to complete any work awarded to you? /UD If so, where and why? p 6. In what manner have you inspected this proposed work? 7. Explain your plan or layout for performing the proposed work. 4J/# -S l'o.ryf?.9G+f £12K i✓ "u /l% oC�S o� „�O�i2c do D.tor ccJ / Co hk i,€oj?d , i v.►+� ,4 Jt4cr'. ino/It� I • Project: Sanitary Sewer Replacement & Rehabilitation Illinois Basins 6, 9, 12, and 16 Owner: City of Fayetteville, Arkansas I I Qualification Statement City of Fayetteville 2 Sanitary Sewer Improvements ' BIDDER: G EX :L/)c. BY: a4sdr ' ADDRESS'o7�oD/l�•/9G'!?�/lA oaSa� a#C . 7vo/S PHONE G ' Attest: ' Greta of Corporat' Bidder's Signature 1 �1 1 (Seal) If Bidder is a Corporation I1. I1 "1 11 Qualification Statement City of Fayetteville 3 Sanitary Sewer Improvements CITY OF FAYETTEVILLE, ARKANSAS I I I [1 I [1 I I I I I I I I I El AGREEMENT SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION ILLINOIS RIVER WATERSHED BASINS 6, 9, 12, AND 16 UNIT 2 THIS AGREEMENT, made this day of Zoe , by and between the City of Fayettevifle, Arkansas, a mu i5ipal corporation, hereinafter called the Owner, and T -G Excavating. Inc. hereinafter called the Contractor. WITNESSETH: WHEREAS, the Owner has heretofore solicited Bids for all the work and improvements for the doing of all things included within the hereinafter specified Sanitary Sewer Main Replacement and Rehabilitation Illinois River Watershed, for Basins 6-9, 12, and 16 - Unit 2. WHEREAS, the Owner did on the day of , 2001 find that the Contractor was the lowest responsive, responsible Bidder for the hereinafter specified work and did award the Contractor a Contract for said work. NOW, THEREFORE, for and in consideration of their mutual promises, covenants, undertaking and agreements, the parties hereto do hereby agree as follows: The Contractor agrees, at his own cost and expense, to do all the work and to furnish all the labor, materials, equipment and other property necessary to do, construct, install and complete all the works and improvements included in Sanitary Sewer Main Replacement and Rehabilitation Illinois River Watershed, for Basins 6, 9, 12, and 16. All in full accordance with and in compliance with and as required by the hereinafter specified Contract Documents and any addenda for said work, and to do, at his own cost and expense, all other things required of the Contractor by said Contract Documents for said work. :S •�Y :S ���llu �Y The Contract Documents are defined in the General Conditions. 1 Agreement City of Fayetteville Sewer System Improvements ' ARTICLE TTT - 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 - LIOUIDATED 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 1 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 150/180, Unit 1/Unit 2 respectively, calendar days from Notice to Proceed. The contractor further agrees to complete all work to the point of final acceptance by the Owner no later than 180/220, 'Unit 1/Unit 2 respectively, calendar days from Notice to Proceed. The Contractor shall, and agrees to, furnish and deliver to the ' Owner, the 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. 1 LI Li Agreement 2 ' 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) % (T LxCA✓AVINCJ 1/.X (Contractor) Attest: . /V By T-G/I INC. v Name l AKPa y H. )4AUEy Name SAWMA K. �4G Afl r_ (please type) (please type) Title .CY___ _V Title PQ5____ 4' I I I I I I (SEAL) CITY OF FAYETTEVILLE, AR Attest: By Name Title Title CVO' !/ Agreement City of Fayetteville Sewer System Improvements 0 . d No. BD87554 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND ' We T -G Excavating, Inc. as Principal, hereinafter called Principal, andMid-Continent Casualty oml ' a c�ion organized and existing under the laws of the State of and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and ' firmly bound unto City of Fayetteville Arkansas as Obligee, hereinafter called Owner, in the amount of One Million One Hund Thousand and 00/100 (t 1 100 000.00 1 , 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 Z entered ' into a contract with Owner for Sanitary Sewer Main Replacement and Rehabilitation Illinois River Watershed Basins 6, 9, 12, and 16 Unit 2 I. 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 t shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under ' said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner s priority, then this obligation shall be null and void; otherwise ' it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. ' Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the contract, or any other forbearance on the part of either the ' Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or ' Sureties of any such alteration, extension or forbearance being hereby waived. ' Performance and Payment Bond City of Fayetteville 1 Sanitary Sewer Improvements • 0 In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this (o______day of rc� ' �_ T -G Excavating, Inc. Principal e Mid -Continent Casualty Company Suret By (TLLLL4Oa.C Attorney -in -fact Pam Denchsweiler Y Performance and Payment Bond 2 City of Fayetteville Sanitary Sewer Improvements • . • I MAINTENANCE BOND BOND NUMBER BD 87554 ' KNOW ALL MEN BY THESE PRESENTS, That we, T -G Excavating, Inc. (hereinafter called the Principal), and Mid -Continent Casualty Company a corporation (hereinafter called the Surety), are held and firmly bound unto , City of Fayetteville, Arkansas hereinafter called the Obligee), in the full and just sum of One Million One Hundred Thousand and 00/100— ($1,100,000.00) Dollars, lawful money of the United States, for the payment of which, well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and ' assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has entered into a certain contract with the Obligee t dated Z I fn 1 Z-bO1 for ' Sanitary Sewer Main Replacement and Rehabilitation Illinois River Watershed Basins 6, 9, 12 and 16 Unit 2 which contract has been or is about to be accepted. ' AND WHEREAS, specifications and contract provided that T -G Excavating, Inc. 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. I I I Signed, sealed and delivered z l (ta taco, Witness as to Principal Revised 3/27/95 V • IF y%I IVl mvcnrn - 1 Maintenance Bond City of Fayetteville Sanitary Sewer Improvements MID-SNTINENT CASUALTY CONY Tulsa, Oklahoma Know all Men by these presents: That the MID-CONTINENT CASUALTY COMPANY, a corporation of the State of Oklahoma, having its principal office in the city of Tulsa, Oklahoma, pursuant to the following By -Law, which was adopted by the Stockholders of the said Company on March 13th, 1947, to -wit: "Article IV, Section 7. — The Executive Officers of the Company shall have power and authority to appoint, for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one more Resident Vice President Resident Assistant Secretaries and Attorneys -in -Fact and at any time to remove any such Resident Vice President, Resident Assistant Secretary, or Attorney -in -Fact and revoke the power and authoritygiven him. None of such appointees need be Directors of the Company." The Company does hereby constitute and appoint Kevin D. Allen, Pam Derichsweiler, Vaughn Graham, Stephen M. Poleman, James R. Richardson and Jack M. Robinson, individually of TULSA, OK its true and lawful attorney(s)-in-fact, to execute, seal and deliver for and on its behalf as Surety, and as its act and deed, Any and all bonds and undertakings of Suretyship And the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said MID-CONTINENT CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Tulsa, Oklahoma. IN WITNESS WHEREOF, MID-CONTINENT CASUALTY COMPANY has executed and attested these presents this 06 day of December 2000 ATTEST: SARA AN SON ASSISTANT SECRETARY TODD BAZATA VICE PRESIDENT On this 06 day of December , 2000 before me, a Notary Public of the State of Oklahoma in and for the County of Tulsa, came the individual to me personally known to be the officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, said that he is the therein described and authorized officer of the MID-CONTINENT CASUALTY COMPANY aforesaid, and that the seal affixed to the preceding instrument is the corporate of said Company, and the said corporate seal and his signature as such officer were duly affixed to the said instrument by the authority and direction of the said Company, and that Article IV, Section 7, of the By -Laws of said Company, referred to in the preceding instrument, is now in force. a• tl{E♦OF, I have hereunto sec my hand and affixed my official seal at the City of Tulsa, the day and year first above written +OTh , e ' - J, y My Commission expires 11-14—04 L FAY SCOTT Notary Public I, SARA ANDERSON Assistant Secretary of MID-CONTINENT CASUALTY COMPANY do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. I.; lIT4w:IJI IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation ti F ,,S '( .,...,' C '•_ this day of 7 t : Gott 4r:� .! m SEAL x y- ,. �7.C'el�it r SARA ANDERSON • � $ •t. �~`a..a.r rr�1 •, r •i a ft I Is P.!! .Jn.1, I6 Assistant Secretary I] I I Li [I I [I L 1 C I I I I CERTIFICATE OF OWNER'S ATTORNEY I, the undersigned, , the duly authorized and acting legal epresentative of K do hereby ertify as follows: I have examined the attached contract(s) and surety bonds and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions and provisions thereof. Date:/&ln4 • 0 C I TABLE OF CONTENTS FOR GENERAL CONDITIONS SUBJECT PAGE IA DEFINITIONS ....,.....•••• B CONTRACT DOCUMENTS: DEFINITIONS. . . . . . . 6 IC PRELIMINARY MATTERS . . . . . . . . . . . . . 8 D CONTRACT DOCUMENTS: INTENT AND REUSE . . . . 11 E AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS . . . . . . . . . . . . . . . 14 F BONDS AND INSURANCE . . . . . . . . . . . . . 18 ' G CONTRACTOR'S RESPONSIBILITIES . . . . . . . . 29 H OTHER WORK. . . . . . . . . . . . . . . . . . 43 II OWNER'S RESPONSIBILITIES. . . . . . . . . . . 45 J ENGINEER'S STATUS DURING CONSTRUCTION . . . . 46 K CHANGES IN WORK 50 ' L CHANGES IN CONTRACT PRICE . . . . . . . . . . 52 M CHANGES IN CONTRACT TIME. . . . . . . . . . . 60 IN WARRANTY AND GUARANTEE; TESTS AND OBSERVATIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK. . . . 63 ' O PAYMENTS TO CONTRACTOR AND COMPLETION . . . . 68 P SUSPENSION OF WORK AND TERMINATION. . . . . . 79 Q ARBITRATION . . . . . . . . . . . . . . . . . 83 R LIQUIDATED DAMAGES OR ACTUAL DAMAGES FOR DELAY . . . . . . . . . . . . . . . . . . 85 ' S. EXCESS ENGINEERING COSTS. . . . . . . . . . . 87 T MISCELLANEOUS . . . . . . . . . . . . . . . . 88 I I I LI I i INDEX TO GENERAL CONDITIONS Paragraph Acceptance Access to the Work Addenda, definition of Agreement, definition of All Risk Insurance Amendment, Written Application for Progress Payment Request Arbitration As Directed, definition of As Shown, definition of Availability of Lands Avoidable Delays Award, Notice of, definition of Before Starting Construction Bid, definition of Bidder, definition Bidding Documents Bonds and Insurance Bonds, definition of Bonds, delivery of Bonds, Performance and Other Cash Allowances Certificate of Insurance Changes in Contract Price Changes in Contract Time Change Order, definition of Change Orders, Engineer's Responsibility Change Orders, to be Executed Changes in Work Claims, Waiver of, on Final Payment Clarifications and Interpretations Cleaning Completion Completion, Substantial Commencement of Contract Time Conditions of Contract Conference, Pre -Construction Conflict, Error, Discrepancy Contractor to Report Construction Machinery, Equipment, etc 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'; 11 1, 6' 19 5,12 68 831 11 63 1. 1J I I C1 I C.5 8' A.5 A.6 1' B.2 6 F.1, F.2 18,19'' A.7 1 C.1, F.1 8,18 B.3.b, F.1 7,18 L.6 F.2.c L M A.8 J.5 K.4 K O.14 J.4 G.10.b O O.8 C.3 B.4 C.6 C.5.a, D.1.c G.2.b 58 22 52 60 1 47 45 50 78 46 36 68 73 8 7 8,11 30 I I I �1 I H C ii I 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 5.3 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 60 Correction Period, One Year N.7 60 Correction, Removal or Acceptance of Defective Work - in General N.6 thru 14.9 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 3.8 47 Disputes, Decisions by Engineer 3.9 48 Documents, Copies of C,2 8 ' Documents, Record G.11 37 Documents, Reuse of D.3 12 Drawings and/or Plans, definition of A.15 2 H • • Easements E.1 14 Effective Date of Agreement, definition of A.16 2 Emergencies G.13 38 Engineer, definition of A.17 2 Engineering Cost, Excess S 82 Engineer's Decisions 3.8, 3.9 47,48 Engineer's, Notice Work is Acceptable 0.12 76 Engineer's Responsibilities, Limitations on 3.10 49 Engineer's Recommendation of Payment 0.7, 0.11 71,76 Engineer's Status During Construction J 46 Equipment, Labor, Materials G.2 30 Equivalent Materials and Equipment G.4 31 Excess Engineering Costs S 87 Extension of Time M.3 62 Explorations of Physical Conditions E.2.a 14 Fee, Contractor's Costs Plus L.5 57 ' Field Order - definition of A.18 3 Field Order - issued by Engineer K.2 50 Final Acceptance, definition of A.19 3 Final Application for Payment 0.11 76 Final Observation 0.10 76 Final Payment and Acceptance 0.12 76 Final Payment, Recommendation of 0.12 76 General Requirements, definition of A.20 3 General Provisions T.3 88 Giving Notice T.1 88 Guarantee of Work, by Contractor N.1 63 Headings, Titles and D.5 13 Hold Harmless Agreement F.3 24 Indemnification G.16 41 , Observation, Final 0.10 76 Observation Tests and N.3 58 Insurance, Amount of Coverage F.2.a.(4) 19 Insurance, Bonds and F.2 19 Insurance, Certificates of C.5.c, F.2.c 9,22 Insurance, Completed Operations F.2.a. 19 Insurance, Contractor's Liability F.2.a. 19 Insurance, Contractual Liability F.2.a 19 Insurance Companies, Notification of F.5 28 Insurance, Owner's Liability F.3 24 Insurance, Property F.2,F.3,F.4. 19,24 Insurance, Waiver of Rights F.6 25 F Insurance, Workmen's Compensation F.2 19 Insurance, Workmen's Occupational Diseases F.2.b.(1) 20 Interpretations and Clarifications 3.4 46 Investigations of Physical Conditions E.2 14 11 iv I ' 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.10 49 Liquidated Damages R 85 ' Materials and Equipment, furnished by Contractor G.2.a, G.2.c 30 Materials and Equipment, not ' incorporated in work O.2.b 68 Materials or Equipment, Equivalent G.4 31 Miscellaneous, Provisions T 88 ' Notice, Giving T.1 88 Notice of Award, definition of A.23 3 Notice of Acceptability of Project O.12.a 71 • Notice to Proceed, definition of A.24 3 • Notice to Proceed C.3 8 "Or -Equal" items G.4.a 31 ' Other Contractors, Work by Others H 43 Other Work H 43 Overtime Work, Prohibition of G.2.a 30 Owner, definition of A.25 3 Owner May Correct Defective Work N.9 66 Owner May Stop Work N.5 65 ' Owner May Suspend Work, Terminate P.l, P.2 79,80 Owner's Duty to Execute Change Orders 1.6 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 O.9 69 Partial Utilization, I. Property Insurance F.4.b 25 Partial Waiver of Liens O.5 66 Patent Fees and Royalties G.6 34 Payment Request, definition of A.27 3 Payment Request, Final O.1 68 Payment Request, Progress O.2 68 Payments to Contractor and Completion O 68 Payments, Recommendation of O.7 71 Payments to Contractor O 68 I I I Payments to Contractor, when due 0.7.b, 0.12.a 71,76 Payments to contractor, withholding 0.7.d 72 Payments, Reporting and Invoicing Cost -of -Work 0.4 70 Payments, Unit Prices 0.3 70 Performance, Bonds F.1.a 18 Permits G.7 35 Physical Conditions E.2 14 Physical Conditions, Ehgineer's Review E.2.d 15 Physical Conditions, Existing E.2.b 14 Structures Physical Conditions, Exploration and Reports E.2.a 14 Physical Conditions, Possible Document Change E.2.e 15 Physical Conditions, Price and Time Adjustment E.2.f 15 Physical Conditions, Report to Differing Conditions E.2.c 15 Physical Conditions, Underground Facilities E.3 16 Pre -Construction Conference C.6 9 Preliminary Matters C 8 Premises, Use of G.10 36 Price, Change in Contract L 52 Price, contract, definition of A.10 2 Progress Payment, Applications for 0.2 68 Progress Payment, Review of Applications 0.7 71 Progress Schedule C.5.b(l), 0.1 9,68 Project, definition of A.28 3 Project Representative J.3 46 Project Starting C.4 8 Property Insurance F.2.a,F.2.a.(5) 19,20 Property Insurance - Partial Utilization F.4.b. 25 Protection, Safety and G.12 37 Provide A•29 4 Recommendation of Payment O.7.a, 0.11 71,76 Record Documents G.11 37 Reference Points E.4 17 Regulations, Laws and G.8 35 Rejecting Defective Work J.6 47 Related Work at Site 11.1 43 Remedies Not Exclusive T.3.b 88 Removal or Correction of Defective Work N.6 65 Resident Engineer A.31 4 Resident Project Representative, definition of A.30 4 Resident Project Representative J.3 46 I I I I I I I I I I I I I I I I I vi I Responsibilities, Contractor's G 29 Responsibilities, Engineer's J 41 Responsibilities, Owner's I 45 Retainage O.2.d 69 ' Reuse of Documents 0.3 12 Rights of Way E.1 14 Royalties, Patent Fees and G.6 34 ' Safety and Protection G.12 37 Samples, and Drawings G.14 39 ' Schedule of Shop Drawing Submissions C.5.b, 0.1 9,68 Schedule of Values C.5.b.(3),O.1 9,68 Schedule of Progress C.5,C.6,C.7,G.3,G.14,P.2.a.(6) 8,9,10,31,39,81 Schedules, Finalizing C.7 10 Shop Drawings and Samples G.11, G.14 37,39 Shop Drawings, definition of A.32 4 Shop Drawings, Use for Substitutions G.4.a 31 • Site, Visits to by Engineer 3.2 46 Specifications, definition of A.33 4 Specifications and Drawings B.5 7 Starting Construction, Before C.5, C.6 8,9 ' Starting the Project C.4 8 Stopping Work, by Contractor P.3 82 Stopping Work, by Owner N.5 65 Subcontractor, definition of A.34 4 Subcontractors - in General G.5.a 33 Subcontractors, Required Provisions F.6., G.5.a 28,33 ' Substitute or "Or -Equal" Items G.4 31 Substantial Completion, Statement of 0.8 73 Substantial Completion, definition of A.35 4 Subsurface Conditions E.2.a, E.3 14,16 Supplemental Costs L.4.a.(5) 54 Supplementary Conditions, definition of A.36 4 Supplementing Contract Documents D.2 12 •' Suppliers, definition of A.37 4 Surety, consent to payment 0.11 76 Surety, Engineer's Duties J.10.a 49 Surety, Notice of changes K.5 51 ' Surety, Qualification of F.1 18 Suspending Work, by Owner P.1.a 79 Suspension of work and Termination P 79 ' Superintendent, Contractor's G.1.b 29 Supervision and Superintendent G.l 29 ' Taxes G.9 36 Termination, by Contractor P.3 82 Termination, by Owner P.2 80 Termination, Suspension of Work P 79 Tests and Observations N.3 63 Time, Change of Contract M 60 Time, Computation of T.2 88 ' Time, Contract, definition of A.11 2 Titles and Headings D.5 123 I I vii 0 Unavoidable Delays M.2.b 61 Uncovering Work N.4 64 Underground Facilities, definition of A.38 5 Underground Facilities, Not Indicated E.3.b 16 Underground Facilities, Protection of E.3.a.(2),G.12 16,37 Underground Facilities, Indicated E.3.a 16 Unforseen Physical Conditions E.3 16 Unit Price Work, definition of A.39 5 Unit Price Work, general L.7,O.1,0.3,O.7.c 58,63,65, Unit Prices L.3.a, 0.3 52,65 Unit Prices, Adjustment of L.5.b 57 Use of Premises G.10 36 Utility Owners G.7,G.12.a.(3),H.1 35,37,43 Values, Schedule of 0.1 68 Variations in Work, Authorized G.14.b,G.13,J.5 39,38,42 Visits to Site - by Engineer 3.2 46 Waiver of Claims, on Final Payment 0.14 78 Waiver of Rights F.6 28 Warranty and Guarantee N.1 63 Warranty of Title, Contractor's 0.6 66 Work, Access to N.2 63 Work by Others H 43 Work, Cost -of- L.4 53 Work, Continuing During Disputes G.15 40 Work, definition of A.40 5 Work Directive Change, definition of A.41 5 Work Directive Change D.2.a.(3) 12 Work, Neglected by Contractor N.9 66 Work, Stopping by Contractor P.3 82 Work, Stopping by Owner P.1, P.2 79,80 Written Amendment, definition of A.42 5 Written Amendment D.2,K.1,L.1,M.1 12,50,52, 1 71 1 1 0 1 1 I viii ' GENERAL CONDITIONS A. Definitions ' Whenever used in these General Conditions or in the other Contract Documents, the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1. Addenda - Written or graphic instruments issued prior to ' the opening of Bids which clarify, correct or change the Bidding Documents or the Contract Documents. 2. Agreement - The written agreement between Owner and Contractor covering the work to be performed; other Contract Documents are attached to the Agreement and made ' a part thereof as provided therein. 3. "As directed", "as permitted", "reviewed", or words of similar import mean the direction, requirements, or permission of the Engineer, unless stated otherwise. 4. "As shown", "as indicated", "as detailed", or words of ' similar import refer to the Contract Drawings unless stated otherwise. 5. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the work to be performed. ' 6. Bidder - Any person, partnership, corporation, association, or affiliation submitting a bid for the work. 7. Bonds - Bid, performance, and labor and material bonds and other instruments of security. I8. Change Order - A document recommended by Engineer, which is signed by the Contractor and the Owner authorizing an addition, deletion or revision in the work, or an ' adjustment in the contract price or the contract time, issued on or after the effective date of the Agreement. I 1 General Conditions • City of Fayetteville Sanitary Sewer Improvements Paragraph A continued 9. Contract Documents - The Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid (including documentation accompanying the Bid and any post -Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Bonds, these General Conditions, Conditions of Contract, the Specifications, the Plans and/or Drawings as the same are more specifically identified in the Agreement, together with all amendments, modifications, and supplements issued on or after the execution of the Agreement. ' 10. Contract Price - The moneys payable by Owner to Contractor under the Contract Documents as stated in the Agreement. 11. Contract Time - The number of days (computed as provided in paragraph T.2) or the date stated in the Agreement for the completion of the work. 12. contractor - The person, firm or corporation with whom Owner has entered into the Agreement. 13. Day - A calendar day of twenty-four hours measured from midnight to the next midnight. 14. Defective - An adjective which when modifying the word work refers to work that is faulty or deficient, or does not conform to the Contract Documents, or does not meet the requirements of any observation, reference standards test or review referred to in the Contract Documents, or has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by owner at Substantial Completion). 15. Drawings and/or Plans - The drawings and/or plans which show the character and scope of the work to be performed and which have been prepared or reviewed by the Engineer and are referred to in the Contract Documents. 16. Effective date of the Agreement - The date indicated in , the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 17. Engineer - The firm of RJN Group, Inc., Consulting Engineers, Dallas, Texas, acting through its authorized representatives. General Conditions 2 City of Fayetteville Sanitary Sewer Improvements • • Paragraph A continued ' 18. Field Order - A written order issued by Engineer which orders minor changes in the work in accordance with paragraph J.5 but which does not involve a change in the ' contract price or the contract time. 19. Final Acceptance - The date when the construction of the project is complete in accordance with the Contract ' Documents so that the entire project can be utilized for purposes for which it is intended and all monies due the Contractor have been paid him in the final payment ' estimate. 20. General Requirements - Sections of the Specifications. ' 21. Construction Observer - The authorized representative of Engineer who is assigned to the site or any part thereof. ' 22. Laws and Regulations; Laws or Regulations - Laws, rules, regulations, ordinances, codes and/or orders. ' 23. Notice of Award - The written notice by Owner to the apparent successful Bidder stating that upon compliance by the apparent successful Bidder with the conditions precedent enumerated therein, within the time specified, Owner will sign and deliver the Agreement. 24. Notice to Proceed - A written notice given by Owner to ' Contractor (with a copy to Engineer) fixing the date on which the Contractor Time will commence to run and on which Contractor shall start to perform his obligation ' under the Contract Documents. 25. Owner - The public body or authority, corporation, association, partnership, or individual with whom ' Contractor has entered into the Agreement and for whom the work is to be provided. ' 26. Partial Utilization - Placing a portion of the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 27. Payment Request - The form reviewed by the Engineer which is to be used by Contractor in requesting progress or final payment and which is to include such supporting documentation as is required by the Contract Documents. ' 28. Project - The total construction of which the work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. I ' 3 General Conditions City of Fayetteville Sanitary Sewer Improvements I • Paragraph A continued 29. Provide - means "furnish and install". 30. Resident Project Representative - the authorized representative of Engineer who is assigned to the site or any part thereof. 31. Resident Engineer - The authorized representative of the Engineer who is assigned to the overall project and may have engineering personnel responsibility. 32. Shop Drawings - All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by Contractor, a Subcontractor, manufacturer, fabricator, supplier or distributor to illustrate some portion of the work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a manufacturer, fabricator, supplier or distributor and submitted by Contractor to illustrate material or equipment for some portion of the work. 33. Specifications - Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the work and certain administrative details applicable thereto. 34. Subcontractor - An individual, firm or corporation having a direct contract with contractor or with any other Subcontractor for the performance of a part of the work at the site. 35. Substantial Completion - The work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer as evidenced by his definitive Statement of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the work (or specified part) can be utilized for the purposes for which it was intended; or if there be no such statement issued, when final payment is due in accordance with paragraph 0.8. The terms."substantially complete" and "substantially completed" as applied to any work refer to Substantial Completion thereof. 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. I General Conditions 4 City of Fayetteville Sanitary Sewer Improvements Underground Facilities - All pipelines, conduits, duct cables, wires, manholes, vaults, tanks, tunnels or 0th such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services o materials; electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or of control systems or water. Work - The entire completed construction or the vari 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 the construction, all as required by the Contract Documents. Work Directive Change - A written directive to Contractor, issued on or after the Effective Date of the Agreement and signed by Owner and recommended by Engineer, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph E.2 or E.3 or to emergencies under paragraph G.13. A Work Directive Change may not change the Contract Price or the Contract Time, but is evidence that the parties expect that the change directed or documented by a Work Directive Change will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time a provided in paragraph L and M. 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 y Sewer Improvements B. Contract Documents: Definitions 1. General The Contract Documents comprise the following general classifications of documents, including all additions, deletions, and modifications incorporated therein before the execution of the Agreement: Bidding Documents Contractual Documents Conditions of the Contract Specifications Drawings and/or Plans J I I I I 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 orm is bound I I I I I I I I I I General Conditions 6 City of Fayetteville Sanitary Sewer Improvements I I I I I I I Paragraph B continued b. Bonds (1) Arkansas Statutory Performance and Payment Bond. (2) Maintenance Bond. 4. Conditions of the Contract a. General Conditions of the Contract bound herewith and of which this paragraph is a part. B. Supplementary Conditions of this Contract bound herewith. 1 5 I I I I I I L F c. Federal/State laws and regulations applicable to this Contract and bound herewith. d. Wage requirements applicable to this Contract and bound herewith. Specifications and Drawings a. Contract Specifications bound herewith, which are listed in the table of contents for these Contract Documents. b. Contract Drawings including but not limited to those listed in the drawing index of the Contract Drawings. General Conditions City of Fayetteville 7 Sanitary Sewer Improvements 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 will be issued within ten (10) days after council approval. 4. Starting the Project a. Contractor shall start to perform the work within ten (10) calendar days from the date when the Contract Time commences to run, but nothing shall be done at: the site prior to the date on which the Contract Time commences to run. b., The Contractor shall notify the Owner in writing 48 hours before starting at the site or his intentions to do so. In case of a temporary suspension of work, he shall give reasonable notice before resuming work. 5. Before Starting Construction a. Before undertaking each part of the work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error or discrepancy which Contractor may discover and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby; however, Contractor shall not be liable to Owner or Engineer I General Conditions 8 City of Fayetteville Sanitary Sewer Improvements Paragraph C.5.a continued ' for failure to report any conflict, error or discrepancy in the Contract Documents, unless Contractor had actual knowledge thereof or should reasonably have known thereof. b. Within ten (10) days after the effective date of the ' Agreement (unless otherwise specified), Contractor shall submit to Engineer for review: (1) An estimated progress schedule indicating the ' starting and completion dates of the various stages of the Work. I(2) A preliminary schedule of Shop Drawing submissions. (3) A preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in ' sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by Contractor at the time of submission. c. Before a Notice to Proceed will be issued Contractor shall deliver to Owner, with a copy to Engineer, certificates (and other evidence of insurance ' requested by Owner) of insurance which Contractor is required to purchase and maintain. 1 6 I I I I I Pre -Construction Conference A preconstruction conference shall be held after the time of Contract award and before Notice to Proceed for review of the schedules referred to in paragraph C.5.b, to establish procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the work. I Revised 3/27/95 9 General Conditions City of Fayetteville Sanitary Sewer Improvements Paragraph C continued 7. Finalizing Schedules a. At least ten (10) days before submission of the first Application for Payment a conference attended by Contractor, Engineer and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph C.5.b. The finalized progress schedule will provide an orderly progression of the work to completion within the Contract Time, but review by the Engineer will neither impose on Engineer responsibility for the progress or scheduling of the work nor relieve Contractor from full responsibility therefore. The finalized schedule of Shop Drawing submissions will provide a workable arrangement for processing the submissions. The finalized schedule of values will be reviewed by the Engineer as to form and substance. I I I L L I I I L L Li L LJ I I General Conditions 10 City of Fayetteville Sanitary Sewer Improvements I ' D. Contract Documents: Intent and Reuse ' 1. Intent a. The Contract Documents comprise the entire Agreement ' between Owner and Contractor concerning the work. The Contract Documents will be construed in accordance with the law of the place of the Project. ' b. It is the intent of the Specifications and Drawings to describe a complete project (or part thereof) to ' be constructed in accordance with the Contract Documents. Any work that may reasonably be inferred from the Specifications or Drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or ' equipment such words shall be interpreted in accordance with such meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the code of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code in effect at the time of opening of Bids (or, on the effective date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However, no ' provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall change the duties and responsibilities of ' Owner, Contractor or Engineer, or any of their agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to ' Engineer, or any of Engineer's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the work or ' any duty or authority to undertake responsibility contrary to the provisions of paragraph J.10.c or J.lO.d. Clarifications and interpretations of the Contract Documents shall be issued by Engineer. ' 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. Ill General Conditions City of Fayetteville Sanitary Sewer Improvements • S • Paragraph D continued 2. Amending and Supplementing Contract Documents a. The Contract Documents may be amended to provide for additions, deletions and revisions in the work or to modify the terms and conditions thereof in one or more of the following ways: (1) A formal written amendment. (2) A Change Order (pursuant to paragraph K.4). (3) A work directive change (pursuant to paragraph ' K.1). Contract Price and Contract Time may only be changed by a Change Order or a written amendment as indicated in paragraphs L.2 and M.1. B. In addition, the requirements of the Contract , Documents may be supplemented, and minor variations and deviations in the work may be authorized by: (1) Field order (pursuant to paragraph J.5). (2) Engineer's review of a Shop Drawing or sample (pursuant to paragraphs G.14.b.(1) or G.14.d). (3) or Engineer's written interpretation or clarification (pursuant to paragraph J.4). 3. Reuse of Documents Neither Contractor nor any Subcontractor, or Supplier or other person or organization performing or furnishing any of the work under a direct or indirect contract with Owner shall have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer; and they shall not reuse any of them on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. ' 4. Discrepancies and Omissions a. Should anything which is necessary for a clear ' understanding of the work be omitted from the Contract Documents, or should it appear that various instructions are in conflict, the contractor shall secure written instructions from the Engineer before proceeding with the work affected by such omissions or discrepancies. General Conditions 12 City of Fayetteville Sanitary Sewer Improvements I I Paragraph D.4 continued b. In resolving inconsistencies among two or more sections of the Contract Documents, precedence shall be given in the following order: ' First Agreement Second Laws and Regulations Third Supplementary Conditions Fourth General Conditions ' Fifth Specifications Sixth Contract Drawings I I I I I I I I I I I I I c. Figured dimensions on Plans shall take precedence over scale dimensions. Detailed Plans in the Documents shall take precedence over general Plans. 5. Titles and Headings a. The titles and headings printed on the Contract Drawings, in the General Conditions, in the Contract Specifications, and elsewhere in the Contract Documents are inserted for convenience and reference only, and shall not be taken or considered as having any bearing on the interpretation thereof. b. Separation of the Contract Specifications into Divisions and Sections shall not operate to make the Engineer an arbiter to establish limits of work between the Contractor and Subcontractors, or between trades. ' 13 General Conditions City of Fayetteville Sanitary Sewer Improvements 0 0 E. Availability of Lands; Physical Conditions; Reference Point: 1. Availability of Lands Owner shall furnish, as indicated in the Contract Documents, the lands upon which the work is to be performed, rights -of -way for access thereto, and such other lands which are designated for the use of Contractor. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by Owner, unless otherwise provided in the Contract Documents. If Contractor believes that any delay in Owner's furnishing these lands, rights -of -way or easements entitles Contractor to an extension of the Contract Time, Contractor may make a claim thereof as provided in Paragraph M. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Physical Conditions a. Explorations and Reports Reference is made to the Instructions to Bidders for identification of those reports of explorations and tests of subsurface conditions at the site that have been utilized by Engineer in preparation of the Contract Documents. Contractor may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for Contractor's purposes. Except as indicated in the immediately preceding sentence and in paragraph E.2.f, Contractor shall have full responsibility with respect to subsurface conditions at the site. b. Existing Structures Reference is made to the Instructions to Bidders for identification of those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities referred to in paragraph E.3) which are at or contiguous to the site that have been utilized by Engineer in preparation of the Contract Documents. Contractor may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for Contractor's purposes. Except as indicated in the immediately I I I I I I I I L I I I I I I I General Conditions 14 City of Fayetteville Sanitary Sewer Improvements 1 0 • J I I Ii I I [1 C1 I I I 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. I 15 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph E continued Physical Conditions - Underground Facilities a. Shown or Indicated The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: (1) Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and, (2) Contractor shall have full responsibility for reviewing and checking all such information and data, for locating all underground facilities shown or indicated in the Contract Documents, for coordination of the work with the owners of such underground facilities during construction, for safety and protection thereof and repairing any damage thereto resulting from the work, the cost of all of which will be considered as having been included in the contract price. b. Not Shown or Indicated If an underground facility is uncovered or revealed 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 I I [1 I I I 1' I I rI I I I I General Conditions 16 City of Fayetteville Sanitary Sewer Improvements 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 requires relocation because of necessary changes in grades or locations, and shall be responsible for ' replacement or relocation of such reference points by professionally qualified personnel. I Li H H I C1 H I I ' 17 General Conditions City of Fayetteville Sanitary Sewer Improvements I 1. Performance and Other Bonds The Contractor shall, at the time he executes the Agreement, furnish bonds payable to the Owner in the form set forth herein, secured by a surety company acceptable to the Owner, as follows: a. Arkansas Statutory Performance and Payment Bond in an amount equal to 100 percent of the total contract price conditioned upon the faithful performance of all covenants and stipulations under the contract and holding good for a period of two years after the date when final payment becomes due, except as otherwise provided by law or regulation or by the Contract Documents to protect the Owner against the results of defective materials, workmanship, and equipment during that time. b. It is the responsibility of the Contractor to notify all surety companies and other signers of any of the bonds listed above, to familiarize themselves with all of the conditions and provisions of this Contract. All surety companies and other signers shall waive their right of notification by the Owner of any change or modification of this Contract, or of decreased or increased work, or of the cancellation of this Contract, or of any other acts by the Owner or its authorized employees or agents under the terms of this Contract. The waiver by the surety companies and other signers shall in no way relieve the surety companies and other signers of their obligations under this Contract. c. If the Surety on any Bond furnished by Contractor is declared bankrupt, or becomes insolvent, or its right to do business is terminated in any state where any part of the Project is located, or it ceases to meet the requirements herein, Contractor shall within five days thereafter substitute another Bond and Surety, both of which shall be acceptable to Owner. d. All Bonds shall be in the forms prescribed by law or regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. I n I I II I I I I I I I I C I General Conditions 18 City of Fayetteville Sanitary Sewer Improvements I I El I I [I 1 I I I I I I I I [. P 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 tc 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; ' 19 General Conditions City of Fayetteville Sanitary Sewer .Improvements Paragraph F.2 continued (6) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of any motor vehicle; and P. I (7) claims involving contractual liability insurance applicable to the Contractor's obligations under Paragraph G.16. b. The insurance required by Subparagraph F.2.a shall be written for not less than limits of liability specified in the Contract Documents, Supplemental Conditions, or required by law, whichever coverage is greater. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption from date of commencement of the work until date of final payment and termination of any coverage required to be maintained after final payment. Notwithstanding the above, the insurance required by paragraph F.2 shall be on an occurrence basis. Such insurance shall be written to include the following coverages and for not less than the following minimum limits or greater if required by law: I C C I I (1) Worker's Compensation, Occupational Disease and I 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 I I I I I I I General Conditions 20 City of Fayetteville Sanitary Sewer Improvements_ 1 • • Li L I I H LJ I LJ I n U I I I I d (2) (3) Paragraph F.2.b continued 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. I 21 General Conditions City of Fayetteville Sanitary Sewer Improvements Paragraph F.2.b continued ii. The owner, engineer, their consultants, agents and employees, shall be named as "additional insureds" on the commercial automobile liability policy of the general contractor and/or subcontractor of any tier. (b) Limits of Liability: $1,000,000 Each occurrence as respects Bodily Injury Liability or Property Damage Liability, or both combined. (4) Owner's and Contractor's Protective Liability Insurance: The Contractor will furnish and maintain this separate policy during the entire period of construction an Owner's Protective Liability Policy written in the name of the owner, engineer, and engineer's consultants, with the following limits of liability: Limits of Liability $1,000,000 Each occurrence as respects Bodily Injury Liability or Property Damage Liability, or both combined. $2,000,000 General Aggregate (5) Umbrella/Excess Liability Insurance: Limits of Liability ' $3,000,000 Each Occurrence (minimum) $3,000,000 Aggregate (minimum) c. Certificates of Insurance for the above coverages and the Owner's Protective Policy shall be submitted to the Engineer for transmittal to the Owner for his approval prior to the start of construction. The Contractor shall certify to the Owner that he has obtained or will obtain similar certificates of insurance from each of his Subcontractors before their work commences. Each Subcontractor must be covered by insurance of the same character and in the same amounts as the Contractor unless the Contractor and Owner agree that a reduced coverage is adequate. General Conditions City of Fayetteville Sanitary Sewer Improvements 22 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 I I I I I [1 I Li I I I I I 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 O.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 23 General Conditions City of Fayetteville Sanitary Sewer Improvements • • • 1 Paragraph F continued 3. Owner's Liability Insurance a. The Owner shall be responsible for purchasing and maintaining the Owner's usual liability insurance. Optionally, the Owner may purchase and maintain other insurance for self-protection against claims which may arise from operations under the Contract. The Contractor shall not be responsible for purchasing and maintaining this optional Owner's liability insurance unless specifically required by the Contract Documents. 4. Property Insurance a. Unless otherwise provided, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, property insurance in the amount of the initial Contract Sum as well as subsequent modifications thereto for the entire Work at the site on a replacement cost basis without voluntary deductibles. Such property insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made as provided in Paragraph 0.12 or until no person or entity other than the Owner has an insurable interest in the property required by this Paragraph F.3 to be covered, whichever is earlier. This insurance shall 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 I I I I General Conditions 24 City of Fayetteville Sanitary Sewer Improvements 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 1 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 U I 25 General Conditions City of Fayetteville Sanitary Sewer Improvements 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 c. Boiler and Machinery Insurance I property insurance shall not be canceled or lapse on account of any such partial use or occupancy. 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. 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 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 I. and any of their Subcontractor, Sub -subcontractors, agents and employees, each of the other, and (2) the Engineer, Engineer's consultants, separate contractors if any, and any of their Subcontractors, Sub -subcontractors, agents and employees, for damages caused by fire or other perils to the extent covered by property insurance obtained pursuant to this ' Paragraph F.4 or other property insurance applicable to the Work, except such rights as they have to proceeds of such insurance held by the Owner as fiduciary. The Owner or Contractor, as appropriate, shall require of the Engineer, Engineer's consultants, separate contractors if any, and the Subcontractors, Sub -subcontractors, agents and employees of any of them, by appropriate agreements, written where legally required for validity, similar waivers each in favor of other parties enumerated herein. The policies shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective as to a person or entity even though that person or entity would ' otherwise have a duty of indemnification, contractual or otherwise did not pay the insurance premium directly or indirectly, and whether or not the person ' or entity had an insurable interest in the property damaged. I I 1 27 General Conditions City of Fayetteville Sanitary Sewer Improvements • • Paragraph F continued 5. Miscellaneous Requirements a. All insurance coverage shall be provided by insurance companies having policy holder ratings no lower than "A" and financial ratings not lower than "XII" in the Best's Insurance Guide, latest edition in effect as of the date of the Contract. b. The Contractor is responsible for determining that Subcontractors are adequately insured against claims arising out of or relating to the Work. The premium cost and charges for such insurance shall be paid by each Subcontractor. c. The limits of liability as stated, may be arrived at using a Split -Limit or a Combined Single Limit basis. However, the total limit of lability shall not be less than that stated in the requirements. 6. Notification of Insurance Companies It is the responsibility of the Contractor to notify all insurance companies to familiarize themselves with all of the conditions and provisions of this Contract. The insurance companies shall waive their right of notification by the Owner of any change or modification of this Contract, or of decreased or increased work, or of the cancellation of this Contract, or of any other acts by the Owner or its authorized employees or agents under the terms of this Contract. The waiver by the insurance companies shall in no way relieve the insurance companies of their obligations under this Contract. 7. Subcontractor Bond The Contractor must secure from listed subcontractors a payment and performance bond if subcontractor bid is in excess of fifty thousand dollars ($50,000); and for other purposes as prescribed in Arkansas Senate Bill, Act 190 as engrossed 1/28/93. II I I General Conditions 28 City of Fayetteville Sanitary Sewer Improvements 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 I 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. 1 29 General Conditions City of Fayetteville Sanitary. Sewer Improvements S • I Paragraph G continued 2. Labor, Materials and Equipment a. Contractor shall provide competent, suitably qualified personnel to survey and lay out the work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons, or the work, or property at the site or adjacent thereto, all work at the site shall be performed during regular working hours, and Contractor will not permit overtime work or the performance of work on Saturday, Sunday or any legal holiday without Owner's written consent given after prior written notice to Engineer. Regular working hours shall be a consecutive eight hour period between the hours of seven o'clock A.M. and six o'clock P.M., Monday through Friday. b. Unless otherwise specified in the General Requirements, Contractor shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water and sanitary facilities, and all other facilities and incidentals necessary for the execution, testing, initial operation and completion of the work. c. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by Engineer, Contractor shall furnish evidence (including reports or required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any instructions will be effective to assign to Engineer, or any of Engineer's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the work or any duty or authority to undertake responsibility contrary to the provisions of paragraph J.10.c or J.10.d. [1 I I I I I I I I I I I L fl General Conditions 30 City of Fayetteville Sanitary Sewer Improvements 1 • • U I [J I I I I I I I I I I I Paragraph G continued 3. Adjusting Progress Schedule Contractor shall submit to Engineer for review (to the extent indicated in paragraph C.7) adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 4. Substitute or "Or -Equal" Items a. Whenever materials or equipment are specified or described in the Drawings or Specifications by using the name or a proprietary item of the name of a particular Supplier the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be reviewed by Engineer if sufficient information is submitted by Contractor to allow Engineer to determine that the material or equipment proposed is equivalent to that named. The procedure for review by Engineer will include the following as supplemented in the General Requirements. Requests for review of substitute items of•material and equipment will not be reviewed by Engineer from anyone other than Contractor. If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make written application to Engineer for review thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified. The application will state that the evaluation and review of the proposed substitute will not prejudice Contractor's achievement of Substantial Completion on time, whether or not review of the substitute for use in the work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified shall be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain I 31 General Conditions City of Fayetteville Sanitary Sewer Improvements • • 1 Paragraph G.4 continued w 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 • • Paragraph G continued 1 5. Concerning Subcontractors, Suppliers and Others a. Contractor shall not employ any Subcontractor, Supplier or other person, or organization (including those reviewed by the Owner and Engineer as indicated in paragraph G.5.b), whether initially or as a ' substitute, against whom Owner or Engineer may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the work against whom Contractor has reasonable objection. b. If the Specifications require the identity of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the principal items of materials and equipment) to be submitted to owner in advance of the specified date prior to the Effective Date of the Agreement for review by Owner and Engineer and if Contractor has submitted a list thereof in accordance with the Specifications, Owner's or Engineer's review (either in writing or by failing to make written objection thereto by the date indicated for review or objection in the bidding documents or the Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the ' basis of reasonable objection after due investigation, in which case Contractor shall submit a substitute, the Contract Price will be increased by the difference in the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No review by Owner or Engineer of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of Owner or Engineer to reject defective work. C. If the Bid requires the listing of Suppliers for certain equipment items, the Contractor will be required to provide a Supplier that conforms to the Specifications and performs adequately the functions and achieve the results called for by the general design. The Contractor will not be entitled to an increase in Contract Price or Contract Time if the listed Supplier does not conform to the Specifications. The Engineer and Owner will not ' accept or approve the listed Suppliers prior to the Effective Date of the Agreement. The Engineer's review of Suppliers shop drawings will determine general conformance to the Specifications and shall I 33 General Conditions City of Fayetteville Sanitary Sewer Improvements 0 1 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 1 Engineer for all acts and omissions of the Subcontractor, Suppliers and other persons and organizations performing or furnishing any of the work under a direct or indirect contract with Contractor just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. e. The divisions and sections of the Specifications and the identifications of any Drawings shall not control. Contractor in dividing the work among Subcontractors or Suppliers or delineating the work to be performed by any specific trade. f. All work performed for Contractor by a Subcontractor will be pursuant to an appropriate agreement between Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer and contains waiver provisions as required by paragraph F.6. Contractor shall pay each Subcontractor a just share of any insurance moneys received by contractor on account of losses under policies issued pursuant to paragraph F.2.d. 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 Paragraph G.6 continued ' Documents. Contractor shall indemnify and hold harmless the Owner, Engineer, and anyone directly or indirectly employed by either of them from and against all claims, ' damages, losses and expenses (including attorneys' fees and court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the work or resulting from ' the incorporation in the work of any invention, design, process, product, or device not specified in the Contract Documents, and shall defend all such claims in connection ' with any alleged infringement of such rights. 7. Permits Contractor shall obtain and pay for all construction permits and licenses unless otherwise stated. Owner shall assist Contractor, when necessary, in obtaining ' such permits and licenses. Contractor shall pay all governmental charges and construction observation fees necessary for the prosecution of the work, which are ' applicable at the time of opening of Bids, or if there are no Bids on the Effective Date of the Agreement. Contractor shall pay all charges of utility service companies for connections to the work, and Owner shall ' pay all charges of such companies for capital costs related thereto such as plant investment fees. 8. Laws and Regulations a. Contractor shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be ' responsible for monitoring Contractor's compliance with any Laws or Regulations. b. If Contractor observes that the Specifications or Drawings are at variance with any Laws or Regulations, Contractor shall give Engineer prompt written notice thereof, and any necessary changes will be authorized by one of the methods indicated in paragraph D.2. If Contractor performs any Work knowing or having reason to know that it is contrary Ito 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. 1 ' 35 General Conditions City of Fayetteville .Sanitary Sewer Improvements 0 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. L Li I L] I I I I I I I I I I I I General Conditions 36 City of Fayetteville Sanitary Sewer Improvements [1 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. Ill. Record Documents Contractor shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Directive Changes, Field orders and written interpretations and clarifications (issued pursuant to paragraph J.4) in good ' order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. ' Upon completion of the Work, these record documents, samples and Shop Drawings will be delivered to Engineer for Owner. ' 12. Safety and Protection ' a. Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. Contractor shall take all necessary precautions for the safety ' of, and shall provide the necessary protection to prevent damage, injury, or loss to: ' (1) All employees on the work site and other persons who may be affected thereby. (2) All the work and all materials or equipment to be incorporated therein, whether in storage on or off the site. 1 (3) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation, or replacement in the course of construction. b. Contractor shall comply with all applicable Laws and Regulations of any public body having jurisdiction • for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and ' maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property Underground Facilities and utility owners when prosecution of the Work may affect them, 'and shall cooperate with them in the protection, ' 37 General Conditions City of Fayetteville Sanitary Sewer Improvements Paragraph G.12.b continued ' removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph G.12.a.(1) or G.12.a.(3) caused, directly or indirectly, in whole or in part, by Contractor, any Supplier or any other person or organization directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault. or negligence of Contractor). Contractor's duties and responsibilities for the safety and protection of the work shall continue until such time as all the work is completed and Engineer has issued a notice to Owner and Contractor in accordance with paragraph 0.12 that the work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). c. Contractor shall designate a responsible member of his organization at the site whose duty shall be the: prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 13. Emergencies In emergencies affecting the safety or protection of ' persons, the work, or property at the site or adjacent thereto, Contractor, without special instruction or authorization from Engineer or Owner, is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice of any significant changes in the work or deviations from the Contract Documents caused thereby. If Engineer determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Directive Change or Change Order will be issued to document the consequences of the changes or variations. I C1 General Conditions 38 City of Fayetteville Sanitary Sewer Improvements ' Paragraph G continued ' 14. Shop Drawings and Samples a. After checking and verifying all field measurements ' and after complying with applicable procedures specified in the General Requirements, Contractor shall submit to Engineer for review, in accordance ' with the Schedule of Shop Drawings, submissions which will bear a stamp or specific written indication that Contractor has performed Contractor's responsibilities under the Contract Documents with ' respect to the review of the submission. All submissions will be identified as Engineer may require. The data shown on the Shop Drawings will be complete with respect to dimensions, design criteria, materials of construction, and like information to enable Engineer to review 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. I Li 39 General Conditions City of Fayetteville Sanitary Sewer Improvements 9 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. I I I I L I I I I I k I P I General Conditions 40 City of Fayetteville Sanitary Sewer Improvements Paragraph G continued ' 16. Indemnification (Hold Harmless Agreement) a. To the fullest extent permitted by Laws and ' Regulations Contractor shall indemnify and hold harmless Owner and Engineer and their consultants, agents and employees from and against all claims, damages, losses and expenses direct, indirect or ' consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) ' arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, ' sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any ' negligent act or omission of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or ' furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations ' regardless of the negligence of any such party. b. The foregoing Subparagraph shall, but not by way of •' limitation, specifically include all claims and judgements which may be made against the Owner, Engineer, Engineer's consultants, and agents and employees of any of them under the Illinois Structural Work Law, and similar laws of other state or governmental body having jurisdiction; and further, against claims and judgements arising from ' violations of public ordinances and requirements of governing authorities due to the Contractor's or Subcontractor's method of execution of the work. c. In any and all claims against Owner or Engineer or any of their consultants, agents or employees by any ' employee of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation described hereinbefore shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor or any Subcontractor under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. ' 41 General Conditions City of Fayetteville Sanitary Sewer Improvements Paragraph G.16 continued d. The obligations of Contractor under paragraph G.16 shall not extend to the liability of Engineer, Engineer's consultants, agents or employees arising out of the preparation or review of maps, drawings, opinions, reports, surveys, Change Orders, designs, or Specifications. 1 I 1 1 1 1 General conditions 42 City of Fayetteville Sanitary Sewer Improvements H. Other Work 1. Related Work at Site ' a. Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts therefore which shall contain General ' Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be ' given to Contractor prior to starting any such other work; and, if Contractor believes that such performance will involve additional expense to ' Contractor or requires additional time and the parties are unable to agree as to the extent thereof, Contractor may make a claim therefore as provided in paragraphs L and M. ' b. Contractor shall afford each utility owner and other contractor who is a party to such a direct contract ' (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment ' and the execution of such work, and shall properly connect and coordinate the Work with theirs. Contractor shall do all cutting, fitting and patching ' of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work ' of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected. The duties and ' responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable ' provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. c. If any part of Contractor's Work depends for proper execution or results upon the work of any such other contractor or utility owner (or Owner), Contractor 1 ' 43 General Conditions City of Fayetteville Sanitary Sewer Improvements Paragraph H.l.c continued ' shall inspect and promptly report to Engineer in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure so to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work except for latent or nonapparent defects and deficiencies in the other , work. 2. Coordination If Owner contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided, in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither Owner nor Engineer shall have any authority or responsibility in respect of such coordination. I I I I I I LI 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 ' 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 H ' 45 General Conditions City of Fayetteville Sanitary Sewer Improvements 0 J. Engineer's Status During Construction I 1. Owners Representative I Engineer will be owner's representative during the construction period. The duties, responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of Owner and Engineer. 2. Visits to Site Engineer will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous on -site observations to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for owner a greater degree of confidence that the completed work will conform to the Contract Documents. On the basis of such visits and on -site observations as an experienced and qualified design professional, Engineer will keep Owner informed of the progress of the work and will endeavor to guard Owner against defects and deficiencies in the Work. I I 1J I I I 3. Project Representation I 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. 4. 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. I [I I General Conditions 46 City of Fayetteville Sanitary Sewer Improvements ' Paragraph J continued ' 5. Authorized Variations in Work Engineer may authorize minor variations in the work from the requirements of the Contract Documents which do not ' involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by ' a Field Order and will be binding on Owner, and also on Contractor who shall perform the Work involved promptly. If Contractor believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefor as provided in paragraphs L or M. 6. Rejecting Defective Work ' Engineer will have authority to reject Work which Engineer believes to be defective, and will also have authority to require special review, observation, or testing of the Work as provided in paragraph N.4.b, ' whether or not the Work is fabricated, installed or completed. I [] [1 H [] I I I I 7. Shop Drawings, Change Orders, and Payments a. In connection with Engineer's responsibility for Shop Drawings and samples, see paragraphs G.14. b. In connection with Engineer's responsibilities as to Change Orders, see paragraphs K, L, and M. c. In connection with Engineer's responsibilities in respect of Applications for Payment, etc., see paragraph O. 8. Determinations for Unit Prices Engineer will have authority to determine the actual quantities and classifications of items of Unit Price Work performed by contractor, and the written decisions of Engineer on such matters will be final, binding on Owner and Contractor and not subject to appeal (except as modified by Engineer to reflect changed factual conditions). I 47 General Conditions City of Fayetteville Sanitary Sewer Improvements 0 Paragraph J continued 9. Decisions on Disputes a. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the work thereunder. Claims, disputes and other matters relating to the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under paragraphs L and M in respect of changes in the Contract Price or Contract Time will be referred initially to Engineer in writing with a request for a formal decision in accordance with this: paragraph, which Engineer will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant to Engineer and the other party to the Agreement promptly (but in no event later than thirty days) after the occurrence of the event giving rise thereto, and written supporting data will be submitted to Engineer and the other party within sixty (60) days after such occurrence unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim. b. When functioning as interpreter and judge under paragraphs J.4 and J.9, Engineer will not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by Engineer pursuant to paragraphs J.4 and J.9 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 0.14) will be a condition precedent to any exercise by Owner or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. I I I [1 I I I [1 H H 11 I I I I General Conditions 48 City of Fayetteville Sanitary Sewer Improvements 1 r 0 ' Paragraph J continued ' 10. Limitations on Engineer's Responsibilities a. Neither Engineer's authority to act under this ' paragraph I or elsewhere in the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of ' Engineer to Contractor, any Subcontractor. Supplier, or any of their agents or employees or any other person performing any of the Work, or to any surety for any of them. b. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed" or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "proper" or adjectives of like effect or import are used, to ' describe requirement, direction, review or judgment of Engineer as to the work, it is intended that such requirement, direction, review or judgment will be ' solely to evaluate the work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such 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.8.d. c. Engineer will not be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and Engineer will not be ' responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. Id. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractors, or of the agents or employees of any Contractor or Subcontractor, any Supplier, or of any other person ' or organization performing or furnishing any of the Work. 1 1 i ' 49 General Conditions City of Fayetteville Sanitary Sewer Improvements 0 ` 1 K. Changes in Work 1. Without invalidating the Agreement and without notice to , any surety, Owner may, at any time or from time to time, order additions, deletions or revisions in the Work; these will be authorized by a Written Amendment, a Change Order, or a Work Directive Change. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 2. If Owner and Contractor are unable to agree as to the , extent, if any, of an increase or decrease in the Contract Price or an extension or shortening of the Contract Time that should be allowed as a result of a Work Directive Change, a claim may be made therefor as provided in paragraph L or M. 3. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraph D.2 except in the case of an emergency as provided in paragraph G.13 and except in the case of uncovering Work as provided in paragraph N.4.b. ' 4. Owner and Contractor shall execute appropriate Change Orders (or Written Amendments) covering: a. Changes in the Work which are ordered by Owner pursuant to paragraph K.1, are required because of defective Work under paragraph N.8 or correcting , defective Work under paragraph N.9, or are agreed to by the parties; b. Changes in the Contract Price or Contract Time which are agreed to by the parties; and c. Changes in the Contract Price or Contract Time which ' embody the substance of any written decision rendered by Engineer pursuant to paragraph 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. I General Conditions 50 City of Fayetteville Sanitary Sewer Improvements ' Paragraph K continued 5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond Ito be given to a surety, the giving of any such notice will be Contractor's responsibility, and the amount of each applicable Bond will be adjusted accordingly. I LI I I Li I [.I I I [I I I I I 51 General Conditions ' City of Fayetteville Sanitary Sewer Improvements 0 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 [] I L I I I I I [1 L I C I General Conditions 52 City of Fayetteville Sanitary Sewer Improvements LI I I Li H I [1 I 1] Il I I I I I I L Paragraph L continued 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 0 0 1 Paragraph L.4.a continued (3) Payments made by Contractor to the Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to Owner who will then determine, with the advice of Engineer, which bids may be accepted. If a Subcontract provided that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as Contractor's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. (4) Costs of special consultants (including, but not limited to, engineer, architects, testing laboratories, surveyors, lawyers and accountants) employed for services specifically related to the Work. (5) Supplemental costs including the following: (a) The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. (b) Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remain the property of Contractor. (c) Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements reviewed by Owner with the advice of Engineer, and the cost of transportation, loading, unloading, installation, dismantling and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. [1 I L L. C I I I I I C I C C I I General Conditions 54 City of Fayetteville Sanitary Sewer Improvements I I H I I I I I J I I I H P1 I I I Paragraph L.4.a.(5) continued (d) Sales, consumer, use or similar taxes related to the work, and for which Contractor is liable, imposed by Laws and Regulations. (e) Deposits lost for causes other than negligence of Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. (f) Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by Contractor in connection with the execution of the work, provided they have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and review of Owner. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's Fee. If, however, any such loss or damage requires reconstruction and Contractor is placed in charge thereof, Contractor shall be paid for services a proportionate fee to that stated in paragraph L.5.a.(2). (g) The cost of utilities, fuel and sanitary facilities at the site. (h) Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. (i) Cost of premiums for additional Bonds and insurance required because of changes in the Work. b. The term Cost -of -Work shall not include any of the following: ' 55 General Conditions City of Fayetteville Sanitary Sewer Improvements 0 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. (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 C I I I I I I I 11 1 J I I General Conditions 56 City of Fayetteville Sanitary Sewer Improvements I • • Paragraph L continued ' 5. Contractor's Fee a. The Contractor's Fee allowed to Contractor for overhead and profit shall be determined as follows: (1) A mutually agreed fixed fee; or if none can be agreed upon, ' (2) A fee based on the following percentages of the various portions of the Cost of the Work: (a) The Contractor's Fee shall be fifteen (15) percent for payroll costs and the cost of materials and equipment as defined in ' paragraphs L.4.a.(1) and L.4.a,(2); (b) The Contractor's Fee shall be five (5) ' percent on the work performed by Subcontractors as defined in paragraph L.4.a.(3); and if a Subcontract is on the basis of Cost -of -Work plus a Fee, the ' maximum allowable to the Subcontractor as a fee for overhead and profit shall be fifteen (15) percent; (c) No fee shall be payable on costs defined in paragraphs L.4.a.(4), L.4.a.(5), and L.5 (costs associated with supplemental costs or special consultants); (d) The amount of credit to be allowed by ' Contractor to Owner for any such change which results in a net decrease in cost, will be the amount of the actual net ' decrease plus a deduction in Contractor's Fee by an amount equal to ten (10) percent of the net decrease; and (e) When both additions and credits are involved in any one change, the adjustment in Contractor's Fee shall be computed on the basis of the net change in accordance with paragraphs L.5.a.(2)(a) through L.5.a,(2)(d), inclusive. ' b. Whenever the cost of any Work is to be determined pursuant to paragraph L.4, Contractor will submit an itemized cost breakdown together with supporting ' data. 1 57 General Conditions ' City of Fayetteville Sanitary Sewer Improvements 1 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) The allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered to the site, and all applicable taxes; and (2) Contractor's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. b. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 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 1. initial Contract Price. Determinations of the actual quantities and classifications of Unit Price work performed by Contractorwill be made by Engineer in accordance with Paragraph J.B. b. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. I I Ll General Conditions 58 City of Fayetteville Sanitary Sewer Improvements 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. 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 1 the public safety, public welfare or substantial Work, the following limits of authority to the Owner and Engineer shall apply: I. 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. I 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. I General Conditions City of Fayetteville 59 Sanitary Sewer Improvements • • • 1 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 a 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. 1 Li I General Conditions 60 City of Fayetteville _Sanitary Sewer Improvements Paragraph M continued 2. Delays a. Avoidable Delays (1) Avoidable delays in the prosecution or completion of the Work shall include all delays which might have been avoided by the exercise of care, prudence, foresight, or diligence on the part of the Contractor. i (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 t 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 I ' 61 General Conditions City of Fayetteville Sanitary Sewer improvements • • .1 Paragraph M.2.b continued adverse weather conditions will not be regarded as unavoidable delays as the Contractor should understand that such conditions are to be expected and plan his Work accordingly. 3. Extension of Time a. For Unavoidable Delays For delays which are unavoidable as provided in paragraph M.2.b, as determined by the Owner, the Contractor will be allowed, if he applies for the same, an extension of time beyond the time specified for completion, proportionate to such unavoidable delay or delays, within which to complete the Contract. The Contractor will not be charged, because of any extension of time for such unavoidable delay, any liquidated damage and/or actual damages as provided in paragraph R. b. For Avoidable Delay (1) Extensions of time will not be granted because of avoidable delays. (2) Contractor will be charged liquidated damages or 1 actual damages as provided in paragraph R for avoidable delays. I I I [1 I 1 General Conditions 62 City of Fayetteville Sanitary Sewer Improvements N. Warranty and Guarantee; Tests and Observations; Correction Removal, or Acceptance of Defective Work 1. Warranty and Guarantee 1 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. 3. Tests and Observations a. Contractor shall give Engineer timely notice of readiness of the Work for all required observations, ' tests, or reviews. b. If Laws or Regulations of any public body having jurisdiction requires any Work (or part thereof) to specifically be observed or tested. Contractor shall assume full responsibility therefor, pay all costs in connection therewith and furnish Engineer with the required certificates of inspection, testing, or approval. Contractor shall also be responsible for and shall pay all costs in connection with any • inspection or testing required in connection with Owner's or Engineer's agreed to Supplier of materials or equipment proposed to be incorporated in the work, 1 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). I 63 General Conditions City of Fayetteville Sanitary Sewer Improvements Paragraph N.3 continued d. If any Work (including the work of others) that is to be observed or tested is covered without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover such work and Engineer has not acted with reasonable promptness in response to such notice. e. Neither observations by Engineer nor observations, tests, or reviews by others shall relieve Contractor from his obligations to perform the work in accordance with the Contract Documents. 4. Uncovering work a. If any work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. b. If Engineer considers it necessary or advisable that covered work be observed by Engineer or tested by others, Contractor, at Engineer's request, shall uncover, expose or otherwise make available for observation or testing as Engineer may require, that portion of the work in question, furnishing all necessary labor, material and equipment. If it is found that such work is defective, Contractor shall bear all the expenses of such uncovering, exposure, observation, testing and reconstruction, (including but not limited to fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriated decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in paragraph L. If, however, such work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, testing and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, Contractor -may -make a claim therefor as provided in paragraphs L and M. 1 I General Conditions 64 City of Fayetteville Sanitary Sewer Improvements I I I! I I I I U I I I I Paragraph N continued 5. Owner May Stop the Work If the work is defective, or Contractor fails to supply sufficient skilled workmen or suitable materials or equipment,or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the work shall not give rise to any duty on the part of the Owner to exercise this right for the benefit of Contractor or any other party. 6. Correction or Removal of Defective Work I 7. I I I [1 I 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 Contract. No such rejected material shall again be offered for use by the Contractor under this Contract. 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 shallpromptly,without cost.to Owner and in accordance with Owner's written instructions, either correct such defective work, or, if it has been rejected by Owner, remove it from the site and replace it with nondefective work. If Contractor does not promptly comply with the I 65 General Conditions City of Fayetteville Sanitary Sewer Improvements • • • I Paragraph N.7 continued terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective work corrected or the rejected work removed and replaced, and all direct and indirect costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by Contractor. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 8. Acceptance of Defective Work I 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 in accordance with or if Contractor fails to perform the work in accordance with the Contract Documents or if Contractor fails to comply with any other provision of the Contract Documents, Owner may, after seven days' written notice to Contractor, correct and remedy any such deficiency. In exercising his right under this paragraph Owner shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from 1 General Conditions 66 City of Fayetteville Sanitary Sewer. Improvements I Paragraph 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 1 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 1 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. I 1 .1 .1 "1 I _1 67 General Conditions City of Fayetteville Sanitary Sewer Improvements 0 • .1 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. I 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. 1. General Conditions 68 City of Fayetteville Sanitary Sewer Improvements 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. c. No application for partial payment shall be made when, in the judgement of the Engineer, the total value of the Work done and materials incorporated into the Work under this Contract since the last preceding estimate amount is less than $10,000. d. Applications for payment shall be signed by the Engineer and approved by the Owner, and after such approval, the Owner, subject to the foregoing provisions, will pay or cause to be paid an amount equal to the estimated value of the work performed ' less a retained amount in accordance with the following schedule: (1) Ten (10) percent until construction is 50 percent complete. (2) Five (5) percent after construction is 50 percent complete, provided that the Contractor is making adequate progress and there is no specific cause for greater withholding. I I C1 11 I I (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. 1 69 General Conditions City of Fayetteville Sanitary Sewer Improvements 3 L! Paragraph O.2 continued f. If required by the regulatory agencies, the Contractor and his subcontractor shall prepare weekly sworn affidavits with respect to the payment of wages in accordance with the provisions as set forth in the "Anti -Kickback" Act, and submit affidavits with the progress payment requests. Unit Price Items a. Unit price items listed in the Bid form and in the Agreement form may be of two types, "unit price construction items", and "unit price work items ordered by the Engineer during construction". For all unit price items quantities as set forth are the best estimates which can be made during design, since actual quantities cannot be determined until construction is underway. b. The Contractor shall study carefully the Specifications to determine the extent and scope of the work included under lump sum items in the Contract. It may be that work under some unit price items is in addition to similar work to be performed under lump sum items and paid for thereunder. c. Unit Price Construction Items I I I I C1 I I I I Unit price construction items will be used to pay for work not included under a lump sum item but required by the Contract. d. Unit Price Work Items Order by the Engineer During Construction These unit price items will be used to pay for designated work, not shown on the Contract Drawings, when ordered by the Engineer in writing during construction. Reporting and Invoicing Cost -of -Work All cost -of -work items shall be reported daily and signed by the Contractor and the Engineer, which daily reports shall thereafter be considered the true record of cost- of- work done. Completely detailed invoices covering the cost -of -work shall be submitted for payment not later than 15 days after the completion of the work. The charges for work performed by the Contractor, by a Subcontractor, and by an employee of a Subcontractor shall be reported separately. Substantiating invoices from suppliers, vendors and Subcontractors shall be included with the Contractor's invoices. The Contractor I I I I I General Conditions 70 City of Fayetteville Sanitary Sewer Improvements 1 • • H I H H I H Paragraph O.4 continued shall permit examination of accounts, bills, and vouchers relating to the cost -of -work when requested by the Engineer. 5. Partial Waiver of Liens Partial waiver of liens shall accompany each payment request to cover the full amount of the previous payment request. The Contractor shall procure from each and every Subcontractor and suppliers of material or labor a partial waiver of lien to release the Owner of any claim to a mechanics lien, which they or any of them may have under the mechanics lien laws of the State in which the project is located. Any payments made by the Owner without requiring strict compliance to the terms of this paragraph shall not be construed as a waiver by the Owner of the right to insist upon strict compliance with the terms of this approach as a condition of later payments. ' 6. Contractor's Warranty of Title r I I I I U I H 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 to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the request. Thirty (30) days after presentation of the Application for Payment with Engineer's recommendation, the amount recommended will (subject to the provisions of paragraph O.7.e) become due and when due will be paid by Owner to Contractor. 71 General Conditions City of Fayetteville Sanitary Sewer Improvements • • 1 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. 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 0.8.a have been fulfilled. d. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make such representations to Owner. Engineer may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent observations or tests, nullify any such payment previously recommended; to such extent as may be necessary to Engineer's opinion to protect Owner from loss because: (1) The Work is been damaged replacement. defective, or completed work has requiring correction or I I I Li C I I I I I H H I H H C General Conditions 72 City of Fayetteville Sanitary Sewer Improvements Paragraph O.7.c continued (2) The Contract Price has been reduced by Written Amendment or Change Order. (3) Owner has been required to correct defective Work or complete the Work in accordance with paragraph N.6.b. (4) Engineer's actual knowledge of the occurrence of any of the events enumerated in paragraphs P.2.a.(1) through P.2.a.(9) inclusive. I [1 I I I I I I I [_] I [1 I 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 I 73 General Conditions City of Fayetteville Sanitary Sewer Improvements Paragraph O.8.a continued considers the Work Substantially Complete, Engineer will within said fourteen (14) days execute and deliver to Owner and Contractor a definitive Statement of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. At the time of delivery of the tentative Statement of Substantial Completion Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, heat, utilities and insurance and warranties. Unless Owner and Contractor agree otherwise in writing and so inform Engineer prior to Engineer's issuing the definitive Statement of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. b. Owner shall have the right to exclude Contractor from the work after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the punch list. 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 I I I I I r] I [1 I I I I E I I General Conditions 74 City of Fayetteville Sanitary Sewer Improvements I I I I I I I I I I I I [1 I Paragraph O.9.a continued Statement of Substantial Completion for that part of the Work. Within a reasonable time after either such request, Owner and Contractor shall observe that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefore. If Engineer considers that part of the Work to be substantially complete, the provisions of paragraph 0.8 will apply with respect to Statement of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. (2) Owner may at any time request Contractor in writing to permit Owner to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to Engineer and within a reasonable time thereafter Owner, Contractor, and Engineer shall observe that part of the Work to determine its status of completion and will prepare a list of the items remaining to be completed or corrected thereon before final payment. If Contractor does not object in writing to Owner and Engineer that such part of the Work is not ready for separate operation by Owner, Engineer will finalize the list of items to completed or corrected and will deliver such list to Owner and Contractor together with a written recommendation as to the division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part of the Work which will become binding upon Owner and Contractor at the time when Owner takes over such operation (unless they shall have otherwise agreed in writing and so informed Engineer). During such operation and prior to Substantial Completion of such part of the Work, Owner shall allow Contractor reasonable access to complete or correct items on said list and to complete other related Work. (3) No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph F.7 in respect of property insurance. 75 General Conditions City of Fayetteville Sanitary Sewer Improvements Paragraph O continued 10. Final Observation Upon written notice from Contractor that Work or an agreed portion thereof is complete, Engineer will make a final observation with Owner and Contractor and will notify Contractor in writing of all particulars in which this observation reveals that the work is incomplete or defective. Contractor shall immediately take such measures as are necessary to remedy such deficiencies. 11. Final Application For Payment After Contractor has completed all such corrections and delivered all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, marked -up record documents as provided in paragraph G.11 and other documents - all as required by the Contract Documents, and after Engineer has indicated that the Work is acceptable, subject to the provisions of paragraph O.16 Contractor may make application for final payment request following the procedure for progress payment requests. The final payment requests shall be accompanied by all documentation called for in the Contract Documents, together with complete and legally effective releases or waivers (satisfactory to Owner) of all Liens arising out of or filed in connection with the Work: In lieu thereof and as approved by Owner, Contractor may furnish receipts or releases in full; an affidavit of contractor that the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and that all payrolls, material and equipment bills, and other indebtedness connected with the work for which Owner or his property might in any way be responsible, have been paid or otherwise satisfied; and consent of the Surety, if any, to final payment. If any Subcontractor, Supplier fails to furnish a release or receipt in full, Contractor may furnish a Bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. , 12. Final Payment and Acceptance a. If, on the basis of Engineer's observation of the 1 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 H LI I I C] r H H I I I I I Paragraph O.12 continued writing Engineer's recommendation of payment and present the request to Owner for payment. Thereupon Engineer will give written notice to Owner and Contractor that the Work is acceptable subject to the 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 I 77 General Conditions City of Fayetteville Sanitary Sewer Improvements • • • i 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. ' I I I I I I I I I General conditions 78 City of Fayetteville Sanitary Sewer. Improvements ' • • ' P. Suspension of Work and Termination Ii. Owner May Suspend Work a. Owner may, at any time and without cause, suspend the ' work or any portion thereof for a period of not more than ninety (90) days by notice in writing to Contractor and Engineer which shall fix the date on which work shall be resumed. Contractor shall resume ' the work on the date so fixed. Contractor may be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly ' attributable to any suspension if he makes a claim therefor as provided in paragraphs L and M. ' b. Owner may suspend work upon occurrence of any one or more of the following events: (1) If Contractor fails to supply a qualified ' superintendent, sufficient skilled workmen, subcontractors, or suitable materials or equipment. ' (2) If Contractor repeatedly fails to make prompt payments to subcontractors or for labor, materials, or equipment. (3) If Contractor disregards Laws and Regulations, of any public body having jurisdiction. ' (4) If Contractor otherwise violates in any substantial way any provisions of the Contract Documents the Owner shall have authority to suspend the Work wholly or in part, for such period of time as he may deem necessary, because of conditions unfavorable for the prosecution of ' the Work, or to conditions which in his opinion warrant such action, or for such time as is necessary by reason of failure on the part of ' the Contractor to carry out orders given, or to perform any or all provisions of the Contract. No additional compensation will be paid the ' Contractor because of any costs caused by such suspension, except when the suspension is ordered for reasons not resulting from any act or omission on the part of the Contractor. LII 79 General Conditions ' City of Fayetteville Sanitary Sewer Improvements 0 Paragraph P.1 continued c. If it becomes necessary to suspend work for an indefinite period of time, the Contractor shall store all materials in such manner that they will not obstruct or impede the traveling public unnecessarily or become damaged in any way, take every precaution to prevent damage or deterioration of the Work performed, provide suitable drainage of the roadway, and erect temporary structures where necessary. The Contractor shall not suspend work without written authority from the Owner. 2. Owner May Terminate a. Upon the occurrence of any one or more of the following events: (1) If Contractor commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if Contractor 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; I I I I I CI I I I I I I I (5) If -Contractor admits in_writing an inability to pay its debts generally as they become due; I General Conditions 80 City of Fayetteville Sanitary Sewer Improvements I I I I I I I I I I I I I Li I I I Paragraph P.2.a continued (6) If Contractor persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph C.7 as revised from time to time); (7) If Contractor disregards Laws or Regulations of any public body having jurisdiction; (8) If Contractor disregards the authority of Engineer; or (9) If Contractor otherwise violated in any substantial way any provisions of the Contract Documents. b. Owner may after giving Contractor (and the surety, if there be one) fourteen (14) days' written notice and to the extent permitted by Laws and Regulations, terminate the services of Contractor, exclude Contractor from the site and take possession of the work and of all Contractor's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the work all materials and equipment stored at the site or for which Owner has paid Contractor but which are stored elsewhere, and finish the work as Owner may deem expedient. In such case, Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect and consequential costs of completing the Work, (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) such excess will be paid to Contractor. If such costs exceed such unpaid balance, Contractor shall pay the difference to Owner. Such costs incurred by Owner will be reviewed by Engineer and incorporated in a Change Order, but when exercising any rights or remedies under this paragraph Owner shall not be required to.obtain-the lowest figure for the work performed. 81 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph P.2 continued c. Where Contractor's services have been so terminated by Owner, the termination shall not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. d. Upon fourteen (14) days' written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the work and terminate the Agreement. In such case, Contractor shall be paid for all Work executed and any expense sustained plus reasonable termination expenses, which will include, but not be limited to, direct, indirect and consequential costs (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs). 3. Contractor May Stop Work or Terminate If, through no act or fault of Contractor, the work is suspended for a period of more than ninety (90) days by Owner or under an order of court or other public authority, or Engineer fails to act on any payment request within thirty (30) days after it is submitted, or Owner fails for thirty (30) days to pay Contractor any sum finally determined to be due, then Contractor may, upon fourteen days' written notice to Owner and Engineer,, terminate the Agreement and recover from Owner payment for all work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if Engineer has failed to act on an Application for Payment or Owner has failed to make any payment as aforesaid, Contractor may upon fourteen (14) days' notice to Owner and Engineer stop the work until payment of all amounts then due. The provisions of this paragraph shall not relieve Contractor of his obligations under paragraph G.15 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with Owner. General Conditions 82 City of Fayetteville Sanitary Sewer Improvements I [1 I 11 I I I 11 H I I I I I S i ' Q. Arbitration Ii. 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. 2. No request for arbitration of any claim, dispute or other ' matter that is required to be referred to Engineer initially for decision in accordance with paragraph 3.9 will be made until the earlier of (a) the date on which Engineer has rendered a decision or (b) the tenth (10th) ' day after the parties have presented their evidence in writing to Engineer if a written decision has not been rendered by Engineer before that date. No request for arbitration of any such claim, dispute, or other matter shall be made later than thirty (30) days after the date on which Engineer has rendered a written decision in ' respect thereof in accordance with paragraph 3.9; and the failure to request arbitration within said thirty (30) days period shall result in Engineer's decision being final and binding upon Owner and Contractor. If Engineer ' renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but shall not supersede the arbitration proceedings, except where the decision is acceptable to the parties concerned. No request for arbitration of any written decision of Engineer rendered in accordance with ' paragraph 3.8 will be made later than ten (10) days after the party making such demand has delivered written notice of intention to appeal as provided in paragraph 3.8. ' 3. Notice of the request for arbitration shall be filed in writing with the other party to the Agreement and with the American Arbitration Association, and a copy shall be ' sent to Engineer for information. The request for arbitration will be made within the 30 day or 10 day period specified in paragraph Q.2 as applicable, and in all other cases within a reasonable time after the 83 General Conditions ' City of Fayetteville Sanitary Sewer Improvements • • 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. 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. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court having jurisdiction thereof, and will not be subject to modification or appeal except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10, 11). ' I [1 I [l 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 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 Ito understood and agreed that this amount is not to be considered in the nature of a penalty, but as liquidated damages, which have accrued against the Contractor. The Owner shall have the right to deduct ' such damages from any amount due, or that may become due the Contractor, or the amount of such damages shall be due and collectible from the Contractor or his Surety. ' 3. Actual Damages for Delay ' Failure to meet the Contract Completion Date(s) by the Contractor will subject the Contractor to liability for all damages suffered by the Owner. Damages that might accrue to the Owner include, but are not limited to, the ' additional costs for project inspection by others, construction review by RJN Group, Inc. the Owner's project administration and overhead, the Engineer's ' project administration and overhead, loss of revenue from the completed facility, delay or impact damages from other Contractors on this Contract or other Contractors on other Contracts resulting from the delay, rental costs incurred by the Owner as a result of delay in completion 85 General Conditions City of Fayetteville Sanitary Sewer Improvements 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. Liquidated Damages will be assessed in accordance with Paragraph R.5 for each calendar day beyond the dates stipulated below: a. For each calendar day beyond the Contractual Date of Substantial Completion until the date when Substantial Completion is achieved. b. For each calendar day beyond the Contractual Date of Final Completion or 30 calendar days after the actual date of Substantial Completion, whichever is later, until the date when Final Completion is achieved. 5. Liquidated damages will be assessed as follows: Final Amount of Contract Less than $1,000,000 1,0O0,000 and less than 3,000,000 3,000,000 and less than 5,000,000 5,000,000 and less than 10,000,000 10,000,000 and over Liquidated Damages Per Day I I Il I I I I H $1,000 2,000 3,000 4,000 5,000 ' I H C L General Conditions City of Fayetteville Sanitary Sewer Improvements Revised 3/27/95 - rn :. 1 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 Id. The Contractor shall not work over a 10 -hour day without written permission from the Owner. e. The Engineer shall determine when observation of construction activities beyond the regular eight -hour day is required. 1 ' 87 General Conditions City of Fayetteville Sanitary Sewer Improvements T. Miscellaneous 1. •Giving Notice , Whenever any provision of the Contract Documents requires the giving of written notice it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 2. computation of Time a. When any period of time is referred to in the , Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation. b. A calendar day of twenty-four (24) hours measured from midnight to the next midnight shall constitute a day. 3. General a. Should Owner or Contractor suffer injury or damage to his person or property because of any error, omission or act of the other party of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph T.3.a shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. b. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Contractor by paragraph G.16.a, 14.1, N.7, N.9, 0.6, P.2.a and all of the rights and remedies available to Owner and Engineer thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available to any or all.of them which are otherwise imposed or available General conditions 88 City of Fayetteville Sanitary Sewer Improvements IParagraph T continued ' by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph shall be as effective as if repeated specifically in the I Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and I. guarantees made in the Contract Documents shall survive final payment and termination or completion of this Agreement. I I END OF THIS SECTION I [I H I I I I I I I I P89 General Conditions City of Fayetteville Sanitary Sewer Improvements ' SUPPLEMENTARY • CONDITIONS ' A. 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. ' B. Paragraph E.1: Availability of Lands Add the following sentence to the end of paragraph E.1: Contractor shall confine all construction activities within the easements indicated on the plans. C. Paragraph F.1: Performance and Other Bonds ' Add the following new paragraphs as part of paragraph F.1: e. Bonds meeting the requirements of Arkansas Highway and Transportation Department are required for all work performed within their right of ways. ' D. Paragraph F: Bonds and Insurance Add the following paragraph to Paragraph F: ' 7. Insurance Rating All insurance contracts must maintain a Best's Rating of A: Class VI or better. E. Paragraph N.7.: Correction Period 1 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. I Supplementary Conditions City of Fayetteville Cl-1 Sanitary Sewer Improvements I I F. Paragraph 0.2.a- Application for Progress Payments Delete paragraph 0.2.a and substitute the following new paragraph: a. The Contractor, together with a representative of the Engineer, shall make an estimate of the value of the work performed ten days prior to a specified date each month in accordance with this Contract. The payment due date shall be determined at the preconstruction meeting. Add the following new paragraph as part of paragraph 0.8: 0.8.c. Substantial completion is defined as all excavation, material, labor, bedding, backfill, coating, grouting, final restoration, and testing required to complete the work as defined in the Contract documents. Individual job numbers will be considered for substantial completion. Delete paragraph A.17 and substitute the following new paragraph: 17. Engineer - The firms of RJN Group Inc., Consulting Engineers, Dallas, Texas and McClelland Consulting Engineers, Inc., Fayetteville, Arkansas, acting through their authorized representatives. Delete paragraph 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. 1l I I H I I L1I lJ P H H I I I Supplementary Conditions C1-2 City of Fayetteville Sewer System Improvements 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 I. SUBMITTAL RECORD SUBMIT TO RJN GROUP, INC. SUBMITTED BY ' ACTION TAKEN m ROUTING 0 B W y W OF © Q W W is > > =0 9 j O0 Q) O 2 W J J CC W W c ' 3 O I W W I •C W F Y T Q 7 O s wz 0 a: y II • Z< W 0 V ' 30> J 2 e 0u UJ a Cr 0- 0 0 W - 0 _ _H O f t n nZ f a ' _ _] Z O W 0 6 CO ' e m 0 J W W l I -C G Z O DWG. NO. 1 1 DISTRIBUTION BY FILE COPY (I) SUBCONTRACTOR (I) Ci Si BY DISTRIBUTION BY RJN GROUP, INC. FILE COPY (I) RJN/FIELD (1) RJN/ (I) ' BY RE: I O lO1 6 I®1 4.. ,© O PROJECT NO. FILE NO.• RJN GROUP, INC. CONTRACT DRAWING NOS. TEL. A B DATE SENT DATE RECEIVED DATED I SUPPUER REMARKS OESCRIITIOM THESE ARE SUBMITTED £5 CHECKED BELOW: ❑ FOR REVIEW ❑ RETURN. CONNECTED PRINT Cl TOR YOUR USE ❑ AS REQUESTED ❑ FOR INFORMATION BT CONTRACTORS AUTHORIZED RF.PRESEMTATIVE s v a 1- O i n I, 0 111 ti r C. 1 z T 0 0 o a I I I I I I 1 Hi I I I I I I I I I kf0 O O E z w U O E Ga E W O =, U tJ1 a O z W U< E Cu G .. a a a W O o W pa W U•• 0 F ❑ U a o w a a a 0 E •• W y Cu ❑ N <'a ❑ H <p. W E S :1 ❑ Z aQ O 0 F. G] a U LL O Ccl u G E E Q z 0 0 Ca U O Fw zF U 4 aCu aa-- a E U O F Cu o <F. w a" ❑ - O E XC OFv a z G 0 wy O fr4a z QU C tEi U 0 U F U o'-4 n V E O OX ❑ u E 5 a E c 00 E U E z v j V z O C' N U ❑ (3JO- z�- 1 F W W W c' , ac`s° Wz ao El U C ' a 00 F w z 'gW 6 E C W 4 O co w yp w p z Q o 3 wm O E ,rin O y z� aU ' U W U N ' zF" o� 0z El >. = E qT ' Z Q`� 'n °a E , C M E z 'U y O 1-4 E 'M Uro S, W O � E z I • ❑ 1 zE x W W uam x w n o x 1 C U X a ❑ 1 F C ¢ F C W m 1 C w o a z 1 0 3 w x 1 H� x 'S. Z 1 F. o y x `� 1 X Z UX U x 1 XX 1 EC4" X X _E. X X XX ox XX X X 1 C U F X ^' 1 E E z v X XE W u O< X 1 1 Z v O U -" Z Co 1 E a C N U Li It O 1 w 43 y ❑ m ri 1 -4 N .0 1 E=v fl 0 H z C) z N Z o a F a C) F U Lz N C - z o 0 z a o O Z z o >- z a a o N H E O d a a O z x x x x x E LL x i H x c x G U) x 0 *4 U L L , ° rn X 1 N x 1 x N z x 1 O XI N x w 0 x L z X O Xl O x' o z w 0 In 1 a C O W a O N IC N w o E" H O z O N a N V N 0 , r i Iq 4 U N a c 0 O C, N .1 H E E la 0 u Sc .. N 0 I I [] I I I I I I C LJ El I H fl LJ I H F W U) a a H 0 0 4 >. a H 0 0 QU 0 0 U H H L-] U 4J 4J T 4 'O 0 O C O C t0 ai AJ q JJ N U C aJ g N o W W y 0 0 y N U a N W c ad O 17 j 00 .-1 O too q�✓gb0E d4i4 0:C C O aJ y..t C. -t q W Nt?NN th N to to ,W O s O Sc U U y 4J . . . . . . . . y g W N 00 U W q b W U 4 C g w C C' 0) t0 4 O G '0 q A'D y 7 0 N 7 g p G 4+ 04 0 a W W W 4) 0 -.bUW a „ Lo °tU01LJ a...... . . . . . . Wtm1 4 -IC y CC cLiW w aJ . y E 7 W O ........ q C W -Nw 3 C L 4 y mto E t C d C '0 7 t� WV W>1 1Jy. EC O M O .. C t0 W . . . . . . . . 0.W . W 4.14) m E L q aE N o . . . . . . . . a)u a7 E L . . . . as . y 4J .C i0 N O 04-' C 11 y 'O 4)m . . . . c . . 4+ E to ai It O O 3 ,, aJ 4 . . •w ....t • . >` q U 00 m ..a A Q4 ... p . U .. W 7 U 4 4 L C a) 0'C Q)4.) y a p Q W 4 C c m G '0>' . . .y .C . . - 1 O O 4 .� . U H y ,O C 7 A (R0 • W C O 4 W .. q m C J.) O t0 C .. c W. •. 4J CC C U) T U a) q> W .y O) W 0 .ti w 4 g N U y .O .C �v-4 W w C -0'0 .. . W.. cA4)U a4i••c,W . .ay ...4 as - C t0 w a C 3 a) U O) 3 0 a . . "4 >14.J C • • m•••� . . 11 m E Nat w 9 N O L "a t0 p C t0 w 1J .0 W N O 1J•W 4 04 W O) ••t m W m 11 W p NC Ww Ccm>W-4W t041C A N L O 411 m W w O+ m C C J= W 4J It C 0 4 m A 7 11 E 0 'x 4 >•'C W W H a w E 0 L .4)40W U .c L O t0 >. ' Ca' W 4 W E N U U Sc +1 c W W c 4J C •-� O> •t y 1J W 7 a C 7 W m 'O O O o a •_m a) E.6 m E'7QU&E a4). -qt .-t 4 W W W A 40< U a0 Iii.' W E L N L L O W 0 0 E X -' O O y c 4 NEfXFF4w_ ;LL q l' a1 W '0 L A.0 U 'O W W a' t '0 ON 4 0 ).. C •c q U W C 0 C L C 7 00.. 3 r J A U -•• O U 7 0 U F z 0 ri H F S. N w H W U O • 4J U .O A 7 C 4 O W A L G V CIOCC 00 -•r q 0,04) O 00D) m W W W W r 3 aLJ W 4)) 0 0 0 E C 4 U w 7 X W 4 U O m 01 O >C•.1 av E 7 E C 41 4,,, 'O -. 0) U 0 W L W A y� W�1) N a 7 0) C W av> O 7 Co N a1L c c L N 7 W 0 q E to 11 0•+ A E U W 0) 41 4 y L t m y q A 1) m m 41 E•0H 0 00 u C C 41 'O C 'o c O •-+ W E 0 4 C y 4 U W O t0 roa m y 4 m m m a•^t t 4 'a L4J 0 X444 C U (000-W w C d y 00 W'Ow U L v '7) O W C 4J O m W A c C E4J--+0 N W N -•y y41 Hal yu W -+O N •-+ 4 C w 0 0 y11-a1J 0 _.40 U) ei E 0l'O H 4 W C 1,�4U'O t0 a;0 c 0 W o W JG 3i > C C 0 4 W W W q A 41 041 L L U 3 41 W A W H 7 4 H L m 441 41 W ya1 C A 0' m 0 CC L AUCCy 0 m.Cv U a1 WV q aJ VOW u •-. aJ c c N N A A q ••+ W L VU W L -1-.0 u O C H 9 m U 4J W C 7 U 7 . A n A t0 0 z 0 z 0 H z 0 Ca z 5. V W C C E 0 a y C E C a A a 0 4 a 4 • 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 Days 3. Final Completion Date not including this Change Order No. _ . . . . . . . . . . 4. Addition to Contract Time due this Change Order No. _ a. Avoidable Delay Extension. . . . . . . . . b. Unavoidable Delay Extension. . . . . . . . 5. Final Completion Date including this Change Order No. _ . . . . . . . . . . I I I I 11 I I I I I 11 LI LI I I Days , Days Change Order 2 City of Fayetteville Sanitary Sewer Improvements I SHEET OF. ' CHANGE ORDER NO. IV. ADJUSTMENTS IN AMOUNT OF CONTRACT: Ii. Amount of Original Contract $ 2. Net (Addition)(Reduction) due to all previous Change Orders ' Nos. to $ 3. Amount of Contract not including this Change Order $ ' 4. (Addition) (Reduction to Contract due to this Change Order $ 5. Amount of Contract including this Change Order $ i RECOMMENDED FOR ' ACCEPTANCE: ( (For RJN Group, Inc.) Date ACCEPTED: CONTRACTOR: By: Signature of Authorized Representative Date OWNER: By: Signature of Authorized Representative Date 11 H Change Order ' City of Fayetteville 3 Sanitary Sewer Improvements I I ' Dear Resident: *** Date *** *** CITY LETTERHEAD *** In a continuing program to maintain and upgrade the City sewer ' systems, several sewer projects are scheduled this year, including Sanitary Sewer Main Replacement and Rehabilitation Illinois River Watershed. ' A *** Cost *** dollar renovation project, will be underway. 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. in association with McClelland Consulting Engineers, ' Inc. both have successfully completed similar projects in Fayetteville. A very important concern of the City on a project of this type is ' the restoration of street and parkway openings. Restoration work will be completed on a timely basis once construction is completed in an area.. ' If you have any questions about this project, please contact * Name of Resident Engineer ***, RJN Group, Inc. at their ' construction office *** Telephone Number of Construction Office *** Sincerely, City of Fayetteville, AR H H H I • 1 FAY�ETTEVILLE THE CITY OF EVILLE. ARKANSAS DEPARTMENTAL CORRESPONDEN 1 To: Kim Hesse, Landscape Administrator From: David Jurgens, Water/Sewer 1 Date: I Re: Tree Removal Request 1 One or more trees have or had to be removed in order for the City of Fayetteville to perform required maintenance on the water or sewer system. Details are as follows: 1 Address: 1 Number of Trees 6" s Tree 5 12": Number of Trees 12" < Tree 5 18": Number of Trees 18" < Tree 5 30": 1 Number of Trees > 30": Company Doing Work: 1 Approximate Date of Construction: 1 Type of Tree (If Known): Remarks: 1 1 Please do not hesitate to call me at extension.387 if you have any questions. 1 \MISC\TREE-REM. DEP 1 TABLE OF CONTENTS FOR PART D -SPECIAL CONDITIONS DIVISION 1 GENERAL REQUIREMENTS Section Subject D1-1 SUMMARY OF WORK D1-2 CUTTING AND PATCHING D1-3 SUBMITTALS D1-4 MATERIAL AND PERFORMANCE TESTING D1-5 CONTROL OF CONSTRUCTION SITE D1-6 MEASUREMENT AND PAYMENT D1-7 MANHOLE TESTING D1-8 SANITARY SEWER REPAIR TESTING D1-9 SANITARY SEWER CONSTRUCTION TESTING D1-10 TRENCH SAFETY SYSTEM 0 D1-1 SUMMARY OF WORK I A I I I 1 I I I 1 1. The Plans, Special Conditions and Provisions Documents, and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturer's name, number or identification included therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the Contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Section I of these specifications is made a part of the Contract. The order of precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Arkansas State Highway and Transportation Department Specifications 4. City of Fayetteville, Arkansas Engineering Department Specifications The following special conditions shall be applicable to this project and shall be given over any conflicts with the Contract Documents under the provisions stated above. 2. Work Covered By Contract The work to be performed is generally described in the Invitation to Bid and indicated in the Contract Documents. 3. Contractor's Duties a. Except as specifically noted, provide and pay for: 1) Labor, materials, and equipment. 2) Tools, construction equipment, and machinery. 3) Samples, shipping costs, and tests. D1-1(1) City of Fayetteville Sewer System Improvements 0 0 1 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 1 proper execution and completion of work. b. Perform all the work described in these General Requirements except where specifically indicated to be done by others. . c. Pay legally required patent fees, sales, consumer, and use taxes. d. Secure and pay for legally required permits, licenses, and government fees. e. Give required notices. f. Employ workmen and foremen with sufficient knowledge, skill, and experience to perform the work assigned to them. g. Comply with codes, laws, ordinances, rules, regulations, orders, and other legal requirements of public authorities bearing on the conduct of the work. h. Submit written notice to Owners Representative of observed variance of Contract Documents from legal requirements. Any necessary changes will be adjusted as provided in the Contract for changes in the work. i. Enforce discipline and good order among Contractor and subcontractor employees. Any person employed by Contractor or subcontractors who does not perform his work in a skillful manner, is incompetent, or acts in a disorderly or intemperate manner shall, at the written request of Owner, be removed from the project immediately and shall not be employed in any portion of the work without the approval of Owner. j. Provide at all times facilities for access and inspection of the work by representatives of Owner and by official -governmental agencies designated by Owner as having the right to inspect the work. k. Cooperate with other contractors who may be performing work of Owner, and with Owner's employees working in the vicinity of the work done under the Contract. City of Fayetteville D1-1(2) Sewer System Improvements I 1 •1 I I I I I I 1 I I 111 L I a • 1. Submit shop drawings on all materials and equipment to be installed on the project. m. The labor classification and minimum wage rates herein were established pursuant to the Arkansas Prevailing Wage Law and shall govern on all work performed by the contractor or any sub -contractor on 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. n 1 C1 I I I 17 Li I I I Fl I Contractor's Use of Premises a. Confine operations at site to areas permitted by law, ordinances, permits, and the Contract Documents. b. Do not load or permit any part of a structure to be subjected to any force that will endanger its safety. c. Comply with and enforce Owner's instructions regarding signs, advertisements, fires, and smoke. d. Assume responsibility for protection and safekeeping of products stored on premises. e. Do not discharge smoke, dust, or other contaminants into the atmosphere, or fluids or materials into any waterway as will violate regulations of any legally constituted authority. f. Move stored products which interfere with the operations of Owner or other Contractors. g. Obtain and pay for additional storage or work areas needed for operations. h. No alcohol shall be consumed on the site. i. Existing Manhole Steps The steps of the existing manholes can not be guaranteed for safety, therefore, Contractor shall provide all necessary equipment to assure safe access and a safe working environment inside the manhole. Existing Facilities a. The existing facilities will be in continuous operation during the construction period. D1-1(3) City of Fayetteville Sewer System Improvements • • 1 b. Plan and conduct construction operations to avoid disturbing existing structures, piping, equipment, and services in any manner which will interrupt or impair operations, except as approved by Owners Representative. c. Submit for approval a construction sequence, and written explanations of the temporary facilities and appurtenances intended to be used in maintaining the uninterrupted operation of the existing sanitary sewer system and any other affected utilities. 6. Sequence of Construction a. If the contract is awarded, Owner shall give the apparent successful bidder(s) a Notice to Proceed within ten (10) days after City Council approval. It is anticipated that Unit 1 shall be awarded in December 2000 and Unit 2 shall be awarded in January 2001. If either Unit 1 or Unit 2, or both Unit 1 and Unit 2 are awarded, a Notice to Proceed shall be anticipated in January 2001 for Unit 1 and February 2001 for Unit 2. b. Once the prospective bidder(s) is awarded ether Unit 1 or Unit 2, or both, and a notice to proceed is given, construction for Jobs 1009, 1010 and 1011, involving creek crossing, shall be completed within the first 60 days or before April 1, 2001, whichever completion date is earliest. c. The successful bidder shall not commence construction work on projects 2001B and 2001C until Monday, June 13, 2001. All work on these projects including all cleanups, seeding, seeding and sodding and all other surface restoration, must be completed prior to August 11, 2001. Beginning on August 12, 2001, the contractor will be assessed liquidated damages of $500 per day for each day the projects remain incomplete. d. The Contractor shall 48 hours in advance performed on private any construction or property. contact property owners describing the work to be property or easements prior to rehabilitation work on that e. The Contractor shall perform exploratory excavations as directed by the Engineer prior to replacement sewer construction. The purpose of the exploratory excavations is to allow the Contractor to verify the invert elevations of existing utilities which were calculated during design. f. Sanitary sewer line spot repairs and sanitary relief sewers or replacement sewers shall be scheduled and City of Fayetteville D1-1(4) Sewer System Improvements I I I I I L I I I I I I I I 1 I coordinated by the Engineer when two or more contractors are performing construction in the same immediate vicinity. I I L E I 11 I I I Li I El E I g. Excavation work shall be performed in an orderly manner so that all excavation work is completed in an area before moving to another area unless authorization is given by the Engineer or owner. h. Prior to final surface restoration, the Contractor shall insure that all testiIg has been completed and reviewed by the Engineer. i. The Contractor shall submit to the Engineer each night the next days proposed activities. j. The Contractor shall submit a weekly schedule on each Thursday for the next week's construction activities. k. A revised monthly progress schedule shall be submitted with each payment request. 1. The Contractor shall maintain flow in the existing sanitary sewer lines until all connections have been made to the proposed system. All connections to existing manholes shall be considered a non -pay item. m. The City shall not reimburse the Contractor for any water used to perform the work as required in the contract. n. The Contractor shall provide all sanitary sewer bypasses as required to perform the work as specified in the plan and specifications as a non - pay item. o. 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. p. 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. q. 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. D1-1(5) City of Fayetteville Sewer System Improvements 0 r. Project signs shall be required in accordance with the Supplementary Conditions, and shall be considered a non -pay item. s. Clay dams or concrete dams (1500 psi minimum) (see detail sheet of the Drawings) shall be constructed at locations as noted on the drawings or as directed by the Engineer. Compensation for furnishing all material and installation and incidental and all appurtenant work shall be included in the Contract unit price for each dam constructed as indicated in the proposal. 7. Easements: The City is attempting to acquire temporary construction easements and/or rights -of -entry for Job Numbers 2028, 2029 and 2030. 8. Abbreviations The following abbreviations as used in the Contract Documents have the listed meanings: A. . . . . . AASHTO . . . . ACI . . . . . ANSI . . . . . AREA . . . . . ASTM . . . . . AWWA . . . . . Bil . . . . . SOD . . . . . btu . . . . . C. cc . cf . cfm Co. conc Corp CRSI cu . cy. . F FIA FM fpm fps ft FS ampere American Association of State Highway and Transportation Officials American Concrete Institute American National Standards Institute American Railroad Engineers Association American Society for Testing and Materials American Water Works Association 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 cubic cubic yard Steel Institute degrees Fahrenheit Factory Insurance Association Factory Mutual feet per minute feet per second feet Federal Specifications City of Fayetteville D1-1(6) Sewer System Improvements I 1 I 11 I I I 1 I I I I I I I I U Li 0 I I I I I I [1 I I I 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 . . . . . psf . . . . . psi . . . . . pvc . . . . . SDHPT . . . . sf. . . . . . sq. . . . . . SSPC . . . . . sy. . . . . . parts per million pounds per square foot pounds per square inch gauge polyvinyl chloride Arkansas State Department of Highways and Public Transportation square feet square Steel Structural Painting Counsel square yard IV . . . . . . volt I I UL . . . . . . Underwriters Laboratory U.S. . . . . . United States END OF SECTION D1-1 D1-1(7) City of Fayetteville Sewer System Improvements I I A. I I 1 I I I 1 I LI General 1. 2. 11-2 CUTTING AND PATCHING • 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 Owners Representative. Submittals a. Before doing any cutting submit a written notice to Owners 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 Owners Representative as additional work, submit a cost estimate. c. Notify Owners Representative when work is to be performed. Dl -2(l) City of Fayetteville Sewer System Improvements I • • 1 B. Materials Materials used for replacement of work removed shall comply with the Specifications for the type of work to be done. C. Execution 1. Provide shoring, bracing, and support as necessary to maintain structural integrity of the project and to conform with all safety requirements established by law. 2. Protect adjacent portions of work and existing 1 facilities from damage due to cutting and patching operations. 3. Execute excavating and backfilling as specified. ' 4. Restore work which has been cut or removed. Install new products to provide completed work meeting all requirements of the Contract Documents. 5. Refinish entire surfaces as necessary to provide an even and uniform finish. D. Measurement and Payment Cutting and patching required to perform the work will not be measured nor paid for separately. The cost shall be included in the Contract Price for the items of work that require cutting and patching. END OF SECTION Dl -2 I I I City of Fayetteville D1-2(2) Sewer System Improvements D1-3 SUBMITTALS I 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 methodschedule 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 receipt 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. 1. Shop Drawings, Project Data, and Samples a. General Submit to Owner's Representative shop drawings, project data, and samples required by the • Specifications. b. Shop Drawings 1) Shop drawings are original drawings prepared by the Contractor, subcontractors, suppliers, or distributors which illustrate some portion of • the work and show fabrication, layout, setting, or erection details of equipment, materials, and components. 2) Unless otherwise instructed, submit to Owner's Representative for review and approval three prints of each plan or two prints and one reproducible sepia or reproducible on vellum. D1 -3(l) City of Fayetteville Sewer System Improvements • Owner Representative will return with review comments one print or one reproducible. I 3) Shop drawings shall be 8-1/2 by 11 inches, 8-1/2 by 14 inches or standard size plans, or as directed by Owner Representative, and shall be clearly identified as to location of the equipment, material, and apparatus in the work. 4) Fold drawings to an approximate size of 8-1/2 by 11 inches in such a manner that the title block will be located in the lower right hand corner of the exposed surface. Roll, do not fold, reproducible copies of drawings. 5) Furnish Owner Representative, as requested, ' without extra charge, the number of complete sets of prints of shop drawings as Owner Representative shall request for office files and for use in the field. c. Project Data p 1) Project data are manufacturers' standard schematic drawings, catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, parts lists and other standard descriptive data. 2) Modify drawings to delete information not applicable and to add information applicable to the project. i 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. I 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. City of Fayetteville D1-3(2) Sewer System Improvements ,, S • 3) Field samples and mock-ups when required by the ' specifications shall be erected at the project site where directed. e. Contractor Responsibilities 1) Review and approve shop drawings, project data, and samples before submitting them. 2) Verify field measurements, field construction criteria, catalog numbeXs, 'and similar data. ' 3) Coordinate each submittal with the requirements of the Contract Documents. ' 4) Submit shop drawings for major equipment items in one package to permit checking complete installation details. ' 5) In a clear space above the title block, or on the back, hand stamp the following, and enter ' the required information: Name of Owner - City of Fayetteville Project Name - Sanitary Sewer Main Replacement and Rehabilitation, Illinois River Watershed Basins 6-9, 12, and 16 1 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 Owners Representative's review. D1-3(3) City of Fayetteville Sewer System Improvements • I 7) Notify Owner's Representative, in writing at time of submittal, of deviations in submittals from requirements of the Contract Documents. 8) Do not install materials or equipment which require submittals until the submittals are returned with Owner's Representative's stamp and initials or signature indicating review. 9) Revise returned shop drawings as required and resubmit until final approval is obtained. Indicate on the drawings any changes which have been made other than those requested by Owner's Representative. 10) Submit new project data and samples when the , initial submittal is returned disapproved. 11) No claim will be allowed for damages or extension of time because of delays in the work resulting from rejection of material or from revision and resubmittal of shop drawings, project data, or samples. f. Owner's Representative's Duties 1) Owner's Representative will review submittals for compliance with the Contract Documents and with the design concept of the project. ' 2) Review of a separate item does not constitute acceptance of an assembly in which the item functions. 3) Owner's Representative will affix a stamp to the returned copy of each submittal. The stamp will be marked to indicate "Furnish as Submitted", "Furnish as Corrected", "Rejected", or "No Review Required". The stamp will be initialed or signed certifying the submittal review. 2. Video Tape Recordings of Surface Conditions a. Video tape recordings of surface conditions shall be provided for all relief sewers, replacement sewers, and sewer point repairs. b. The following location information shall be provided on color audio -video tape recording. 1) Audio: Each recording shall begin with a verbal description of the current date and time, project name, Job Number, and municipality and be followed by the general location, i.e., name of the street, viewing side, direction of , City of Fayetteville D1-3(4) Sewer System Improvements 1 0 • `1 I I I [1 I I I [1 I I I d. The zone of influence shall be defined as an area within 30 feet of the proposed work, and an additional 20 feet of supplemental coverage shall be provided in residential areas. ' e. The Contractor shall be able to televise and tape areas with paved roads, along co -owned easements through parks, lawns, and open fields. If video taping on private property, the Contractor shall give the Owner sufficient prior notice of such entry so that property owners may be advised of and their ' permission obtained for the work. f. To produce the proper detail and perspective, adequate lighting will be required to fill in the ' shadow area caused by trees, utility poles, road D1-3(5) City of Fayetteville Sewer System Improvements progress, basin identification, and manhole identification number. 2) Video: Transparent information must appear on the viewing screen. This information will consist of the date and time of recording. The data information will contain the month, day and year. 3) Digital: To preclude the possibility of tampering or editing in any manner, all video recordings must, by electronic means, display continuously and simultaneously generated transparent digital information to include the date and time of recording. The date information will contain the month, day and year. The taped coverage shall include all surface features located within the zone of influence of construction supported by appropriate audio description. Audio description shall be made simultaneously with video coverage. Such coverage shall include, but not be limited to, all existing driveways, sidewalks, fences, curbs, ditches, roadways, landscaping, trees, culverts, headwalls, retaining walls, or buildings located within such zone of influence. Particular and detailed attention shall be given to any defects noted, such as cracks, disturbed areas, damaged items, or as may be required by the Engineer. It is the intent of this coverage to accurately and clearly document pre-existing conditions and especially any items that could result in construction claims. The excavation areas shall be physically marked with high visibility fluorescent paint prior to video taping. The markings shall include the job number and stationing. signs and other such objects in residential areas or as directed by the Engineer. g. Houses and buildings shall be identified visually by house number, when visible, in such a manner that structures of the proposed system, i.e., manholes on a sewer system and hydrants on a water system, can be located by reference. h. The rate of speed in the general direction of travel of the conveyance used during taping shall not exceed 48 feet per minute in residential areas, nor exceed 100 feet per minute in non-residential areas. Panning rates and zoom -in, zoom -out rates shall be controlled sufficiently such that during playback will produce clarity of the object viewed. The playback picture shall be in focus and be of extreme clarity at all times. i. All taping shall be done during times of good visibility. No taping shall be done during periods of visible precipitation, or when more than 10% of the ground area is covered with snow, unless otherwise authorized by the Engineer. j. The Owner shall have the authority to designate what areas may be omitted or added for audio -video coverage. k. All tapes (cassettes and cases) shall be properly identified by tape number, location and project name and municipality in a manner acceptable to the Owner. 1. A record of the contents of each tape shall be supplied by a run sheet identifying each segment in the tape by location, i.e., roll number, street or road viewing, tape counter number, viewing side, point starting from, traveling direction and ending destination point. m. Conventional wheeled vehicles can not be used. n. Audio -video VHS tape, 3M T60 broadcast type or equivalent tapes shall be one-half inch (1/2") color video -cassette player/recorder. An effort should be made to utilize the same recorder that would be required for review of the sewer line televising. o. video output from camera(s) used must be capable of producing NTSC-525 lines/60 fields. Resolution shall have a minimum 260 TV lines at center, for optimum color imagery and minimum lag through ten (10) foot candles, with Geometric Distortion not to exceed 1.51 of Picture Height at any point in picture area. C 1 I 1 [1 I I I [1 I I I I I I I I City of Fayetteville D1-3(6) Sewer System Improvements I p. The equipment shall be capable of a minimum of 240 ' lines horizontal resolution. Camera shall have character/time generators. VCR shall be General Mitsubish Model CS -1903 recorder/tuner (or approved ' equal), with adapter, connecter plugs, and still frame capability. ' q. Any portion of the video tape recording not conforming to specifications shall be rejected. r. Any taped coverage not acceptable to the Owner shall be refilmed at no additional charge. The Contractor shall reschedule unacceptable coverage five (5) days after being notified. ' s. All taping shall be performed by Contractor and reviewed prior to construction. No equipment or material shall be moved onto construction sites prior to submittal. t. One original and two copies are to be provided. Original to Owner, one copy to Engineer, and one copy to Contractor. 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 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. D1-3(7) City of Fayetteville Sewer System Improvements • • 1 e. Final payment estimate. 5. Work Schedule 1 a. Prepare a detailed weekly work schedule and submit the schedule to the Owner's Representative on the Thursday before the schedule is to take effect. b. Contractor shall update the weekly work schedule on a daily basis so to advise the Owner's Representative where and on what the Contractor will be working. c. Work schedule shall include, but not be limited to, a listing of job numbers and manholes that will be worked on a daily basis and a brief description of the type of work to take place. d. The Contractor will not be permitted to work until a schedule has been submitted to and approved by the Engineer. I 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 I I I I I I [1 City of Fayetteville D1-3(8) Sewer System Improvements [] Li A I I I D1-4 MATERIAL AND PERFORMANCE TESTING 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. Id. Promptly notify Owner's Representative and Contractor of irregularities or deficiencies of work observed during performance of services. Re. Promptly submit three copies of reports of inspections and tests to Owner's Representative. D1-4(1) City of Fayetteville Sewer System Improvements 1-] I • f. Include in the reports, the date, project title, number, name and signature of inspector, date of inspection or sample, record of temperature and weather, date of test, identification of product and Specification Section, location in project, type of test, and observations regarding compliance with requirements. 4. Contractor's Responsibilities a. Cooperate with laboratory personnel. b. Provide laboratory with samples of materials to be tested in required quantities. c. Furnish to the Owner's Representative three copies of test results. d. Provide facilities for storage and curing of test samples. e. Notify Owner's Representative sufficiently in advance of time and place of tests to be made at point of manufacture, assembly, or fabrication to permit Owner's Representative to witness tests if he so desires. No Contract Prices are established for Material and Performance Testing with the exception of compaction test as set forth in Section D2-10. END OF SECTION D1-4 City of Fayetteville D1-4(2) Sewer System Improvements I 11, r] I I [1 I I [] I I I I I I I I 1 0 0 D1-5 CONTROL OF CONSTRUCTION SITE I A I D J I I I Li J I L I I Li I 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. 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 three days prior to closing any road. Contractor shall inform police, fire, public works, and bus service companies on the day of closure. c. When any section or portion of road is closed to traffic, provide, erect, and maintain barricades, red flags, detour signs, and torches or lights at each end of the closed section, at all intersecting roads, and at all locations shown on the plans, in accordance with the Owners and the Arkansas Highway Department Standards, as applicable. d. Contractor shall provide a sequencing arrow panel when performing construction on heavily traveled roads and streets. The sign panel shall consist of a minimum of 22 amber lamps. The lamps shall be divided into two groups of three arrowheads each with arrowheads of each group aligned or behind the other laterally and the arrowheads of separate groups being opposed. e. Submit a traffic control plan to Engineer on or before the Pre -Construction Conference. The plan shall show Contractor's intended means of Traffic Control on a job -by -job basis, including all proposed detours, warnings, and road closures. D1-5(1) City of Fayetteville Sewer System Improvements f. Replace any traffic sign or post which has been damaged or removed because of the contractor's operations. g. Contractor shall provide access to private property. Driveways, sidewalks, and alleys shall not be blocked for periods greater than two hours. Emergency access shall be allowed at all times. Fencing shall be placed around open,, excavation or trenches at the end of a day in,a manner acceptable to the Owner's Representative and the Owner. Fencing and placement of same shall meet the approval of the Owner's Representative. Equipment Operation a. Where the Contractor's equipment is operated on any portion of a traveled surface or structures used by traffic on or adjacent to the section under construction, the Contractor shall clean the traveled surface of all dirt and debris at the end of each days operations. The cost of this work shall be included in the unit price bid and no additional compensation will be allowed. b. Protect traveled surfaces and structures on or adjacent to the work, in a manner satisfactory to the Owner's Representative, from damage by lugs or cleats or equipment. Walking of tracked -rolled equipment directly on paved streets, driveways, curbs, or sidewalks shall not be allowed. c. Equipment used in the performance of the work shall comply with legal loading limits established by the statutes of State or local regulations when moved over or operated on any traveled surface or structure unless permission in writing has been issued by the Owner's Representative. Before using any equipment which may exceed the legal loading, the Contractor shall secure a permit, allowing ample time for an analysis of stresses to determine whether or not the proposed loading is within safe limits. The Owner will not be responsible for any delay in construction operations or for any costs incurred by the Contractor as a result of compliance with the above requirements. I H II I H I I [1 I I I City of Fayetteville Dl -5(2) Sewer System Improvements I I I I I I I I I I I [1 I I I I I I D1-5(3) City of Fayetteville ' Sewer System Improvements Revised 3/27/95 5. Utilities a. The Contractor shall notify public and private utility companies which may have overhead or underground facilities in the area at least 48 hours before construction begins. Contractor must call Arkansas One -Call at 1-800-482-8998 for locating utilities. The Contractor shall make necessary arrangements for having these companies to locate, protect, brace or move their facilities as may be necessary for construction of the improvements. Costs incurred due to the moving, bracing, or protection of utilities or in satisfying the requirements of the utility companies shall be incidental to the cost of the proposed improvement. b. The Contractor shall proceed with caution with excavation operations so that the exact location of underground utilities and structures, both known and unknown, may be determined. The Contractor shall take all reasonable precautions against damage to the utility or structure. However, in the event of a break in an existing utility, he shall immediately notify a responsible official from the organization operating the utility. The Contractor shall lend all possible assistance in restoring service, and shall assume all costs connected with the repair of any damaged utility. c. It is understood and agreed that the Contractor has considered in his bid all of the permanent and temporary utility appurtenances in their present or relocated positions and that no additional compensation will be allowed for any delays, inconvenience, or damage sustained by him due to any interference from the said utility appurtenances or the operation of moving them either by the utility companies or by him; or on account of any special construction methods required in prosecuting his work due to the existence of said appurtenances either in their present or relocated positions. 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 or private property, or or other persons, shall Police Department. the job which damage public result in injury to workers be promptly reported to the 0 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 CFR Part 1910, Permit -Required Confined Spaces for General Industry shall be the minimum governing requirements for confined space entry. Said standards , are included at the end of this section. B. Measurement and Payment I No contract Prices are established for Control of Construction Site. END OF SECTION D1-5 , I I H H I City of Fayetteville D1-5(4) Sewer System Improvements Thursday January 14, 1993 - • Part II - - ¼ - -- Department- of Labor Occupational Safety -and Health Administration 29 CFA Parts 1910 Permit -Required Confined Spaces for General Industry; Final Rule - • - j l_,:.- . • •- .. . -..-- ....- t.. ........- • - .• - ;•_;•;. -.--- ... .: •- - -.-• - _..L• • - - - • - . Federal Register I Vol-, No. 9 / Thursday, January 14, 1993 i as and Regulations 4549 I I [] I I I I I I I I I I I I I Found In Repnru of OSHA Fatality/ much safety as possible using varying Catastvphe to,.,ugatlons". Wubingion, methods consonant with conditions in D.G. July 198$ (Li. 13-15). each Flats. 4. U.S. Department of labor. Occupational In shor, there is a dear national Safety and Health Administration. - problem related to occupational safety Di ectorate of Technical Support Selected and health concerning entry into O¢upstional Fatalities Related to Fire and/ ed Work Spacas as confined spaces. Those states which or Explosion In OonSa Found to Reports of OSHA Fatality/ elect to participate under the statute Catastrophe levenigattons", Washington, would not be preempted by this D.C., April 1982 (Fx. 13-10). regulation and would be able to address S. OSHA Integrated Management special, local conditions within the Information System, Fataltty/Catastropbe framework provided by this Database. 051 -IA Office of Management Data performance -oriented standard. Systems. OSHA notes that California, Kentucky, Maryland, Michigan, New Jersey, and Virginia currently have regulations dealing with confined space entry. Of these six state regulations, none would be preempted. New Jersey is not a state -plan state, but their confined space standard applies only.to public (state and local government) employees. An analysis of state confined space rules and procedures is contained in Section VI, Summary of the Final Regulatory Impact Analysis and Regulatory Flexibility Analysis, earlier in this preamble. VID. State Plan States The 25 states and territories with their own OSHA -approved occupational safety and health plans must adopt a comparable standard within six months of the publication date of this final standard. These 25 states are: Alaska, Arizona, California, Connecticut (for state and local government employees only). Hawaii, Indiana, Iowa, Kentucky. Maryland, Michigan, Minnesota Nevada. New Mexico, New York (for state and local government employees only). North Carolina, Oregon. Puerto Rico, South Carolina, Tennessee. Utah. Vermont, Virginia, Virgin islands, Washington and Wyoming. Until such time as a state standard is promulgated. Federal OSHA will provide interim enforcement assistance, as appropriate. in these states VII. Federalism This regulation has been reviewed in accordance with Executive Order 12612 regardicg Federalism. This order requires that agencies, to the extent possible. refrain from limiting slate policy options and consult with states prior to taking any action. Agencies may act only when there is dear constitutional authority and the presence of a problem of national scope. The order provides for preemption of state law only if there is a dear congressional intent for the Agency to do so. Any such preemption is to be limited to the extent possible. Section 18 of the Occupational Safety and Health Act of 1970 expresses Congress' dear intent to preempt state laws relating to Issues on which Federal OSHA has promulgated occupational safety and health standards. Under the OSH Act, a state can avoid preemption only if It submits, and obtains Federal approval of, a plan for the development of such standards and their enforcement. Occupational safety and health standards developed by such Plan -States must, among other things, be at least as effective in providing safe and healthful employment and places of employment as Federal Standards. Where such standards are applicable to products distributed or used In interstate commerce, they may not unduly burden commerce and must be justified by compelling local conditions (See Section 18(cX2) of the OSH Act). This regulation U drafted so that employees in every state would be protected by general, performance - oriented standards To the extent that these are state or regional peculiarities caused by the terrain, the climate or other factors, states would be able. under the OSH Ad, to develop their own state standards to deal with any special problems. And, under the Act, if a state develops an approved state program, it could make additional requirements In Its standards. Moreover, the performance nature of this standard, of and by itself, allows for flexibility by states and employers to provide as List of Subjects 1n 29 CFR Part 1910 Attendant. Confined Spaces, Entry permit system. Hazardous atmospheres, Hazardous materials, incorporation by reference, Monitoring. Occupational safety and health, Permits, Personal protective equipment. Rescue equipment, Respiratory protection, Retrieval lines, Safety, Signs. Tags. Tools. Welding. IX. Authority This document was prepared under the direction of Dorothy L Strunk, Acting Assistant Secretary of Labor for Occupational Safety and Health, U.S. Department of labor, 200 Canalftution Avenue, N.W., Washington, D.C. 20210. Accordingly. pursuant to sections 6(5) and 8 of the Occupational Safety and Health Ad of 1970 (29 U.S.C 655, 657), Secretary at Labor's Order No. i-Po (ss FR 9033), and 29 OR Part 1911. Tide 29. f3.pter XVIL of the Cods of Federal Regulations is amended as follows. Signed at Waabtegto6. D.G. this 6th day of January. 1993. Dorothy L Struuk Acting Assistant Secrcmry o/fobor PART 1910 -OCCUPATIONAL SAFETY AND HEALTH STANDARDS 1. The authority citation for Subpart of Part 1910 is revised to reader follows: aurnoanv: Sc. 4.6, and a. Occurational Safety sod Health Ace of 1970. 29 USC 653. 655. 657; Secretary of Labor's Order No. 12- 71(36 FR 6754), 8-76(41 FR 25059). a -83 (48 FR 35736) or 1-40(55 FR 9033). as applicable. Sections 1910.141,1910.142.1910.145. 1910.146, and 1910.147 also issued under 29 CFR Part 1911. 2. Section 1910.146 is added to read as follows: 41910.146 1WmtFraqutnd aocttlrad spaces. (a) Scope and application. This section contains requirements for practices and procedures to protect employees in general industry from the hazards of entry into permit -required confined spaces. This section don not apply to agriculture, to construction, or to shipyard employment (Parts 1928, 1926, and 1915 of this chapter, respectively). (b) Definitions. Acceptable entrycondit5ons means the conditions that must exist in a permit space to snow entry and to ensure that employees involved with a permit -required confined space entry can safely enter into and work within the space. Attendant means an Individual stationed outside one or more permit spaces who monitors the authorized entrants and who performs all attendant's duties assigned in the employer's permit space program. Authorized entreat means an employee who Is authorized by the employer to entera permit space. Blanking or blinding means the absolute closure of a pipe, line. or dud by the fastening of a solid plate (such as a spectacle blind a a skillet blind) that completely covers the bore and that is capable of withstanding the maximum pressure of the pipe, line. or duct with no leakage beyond the plate. Confined spas means a space that: I 4550 Federal Register 1 Se, No. 9 1 Thursday, January 14. 199•Rules and Regulations ' (1) is large enough and so configured that en employee tan bodily enter and perform assigned work; and (2)1(33 limited or restricted means for entry or exit (for example, tanks. vessels, silos, storage bins. hoppers. vaults, and pits are spaces that may have limited means of entry.} and (3) is not designed for continuous employee occupancy. Double block and bleed means the closure of a line, duct. or pipe by dosing and locking or tagging two in - line valves and by opening and locking or tagging a drain or vent valve in the lime between the two closed valves. Emergency means any occurrence (including any failure of bawd control or monitoring equipment) or event internal or external to the permit space that could endanger entrants Engulfment means the surrounding and effective capture of a person by a liquid or finely divided (flowable) solid substance that can be aspirated to cause death by filling or plugging the respiratory system or that can exert enough force on the body to cause death by strangulation, constriction, or a'tnhh& Entry means the action by which a person passes through an opening into a permit -required confined space. Entry includes ensuing work activities in that span and is considered to have occurred as soon as any part of the entrant's body breaks the plane of an opening into the space. Entry permit (permit) means the written or printed document that is provided by the employer to allow and control entry into a permit space and that contains the information specified in paragraph (f) of this sec iaa Entrysupervisor means the person (such as the employer, foreman, or strew thief) responsible for determining if acceptable entry conditions are present at a permit space where entry is planned, for authorizfmg entry and overseeing entry operations. and for terminating entry as required by this section. Note: An entry supervisor also may carve Han attendant a is an authorized entrant. as bag as that perm Is trained emit equipped as required by this section for each role he or she fills. Also• the duties of entry supervisor may be passed tram me individual to another during the course of to entry opeauaa HmwJous atmospheremess an atmosphere that may expose employees to the risk of death. inapacitation. impa1rmeal of ability to self -rescue (the is, escape unaided from a permit space) injury, or acute illness from one or man of the following ceus c (1) Flammable gas. vapor, or tar. in excess of 10 percent of its lower flammable limit (lift); (2) Airborne combustible dust at a concentration that meets or exceeds Its NW This concentration may be approxLatd u a condition In which the dust obscures vision at a distance of 5 fact (1.52 m) or less. (3) Atmospheric oxygen concentration below 19.5 percent or above 23.5 percent: (4) Atmospheric concentration of any substance for which a dose or a permissible exposure limit Is published in Subpart G. Occupational Health and Envirormental Control, or in Subpart Z. Toxic and Hazardous Substances. of this pen and which could result in employee exposure in excess of its dose or permissible exposure limit; Note. An atmospheric concentration of any substeece that is not capable of ausicg death. inapedtatiot, impairmeDt of a:ility to self -move. Ic)ury. or acute Illness due to its health effects is not covered by this provision. - (5) Any other atmospheric condition that is immediately.dangerous to life or health. Note: For air contaminants b whirl - OSHA his not determined a does or permits ibis exposure limit. o0er sources of inforastiot rued as Material Safety Diu Sheets that mmply with the Hazard Communication Standard. 51910.1200 of this pert, published tcfotmatioo, and internal documents can provide guidance In establishing emeptabls atmospheric conditions. Hot work permit means the employer's written authorization to perform operations (for example, riveting, welding, tuning burning, and beating) capable of providing a source of tion. t immediately dangerous to fie or health (IDLH) means any condition that poses am Immediate or delayed threat to life or that would cause irreversible adverse health effects or that would lzterfen with an individual's ability to esape unaided from a permit space. Noes. Some note ta3a—hydragea fluoride gas and adm1 npa. for example --may produce launedlate tenement effects that even if sevam may pass without medial atteneoa. butte followed by sudden. possibly 41a1 mllapw 12-72 boon kite expoaun.l'he victim "boys and"!. remnry from transient effect until m' Such metwials in bazrdous quantities are considered to be 'fmmadlately' dangetau Ills a health inerrfng means the displacement of the ssmosphese in ■ penult span by a nancambusi&la Su (au h u nitrogen). to such an extent that the resulting atmosphere is noncombustible. Note: This procedure produces an ml!( oxygendeGcient atmotpbere. Isolation means the process by which a permit space is removed from service and completely protected against the release of energy and material into the space by such means as: blanking or blinding: misaligning or removing sections of lines, pipes. or ducts: a double block and bleed system; lockout or tagout of all sources of enerzv: or blocking or disconnecting all mechanical linkages. line breaking means the intcnticzal opening of a pipe. lie. aduct mists or has been carrying Caz.mable. corrosive, or toxic mater:al. an Evert gas, or any fluid at a volume, ptess-_re. or temperature capable ci causing injury. Non -permit co'L :,.,zd space wars a confined space that d><s not contain or, with respect to atmospheric hazards. have the potential to contain a.:y hazard capable of causing death or serious physical harm. Oxygen deficient atmosphere means an atmosphere containing less than 19.5 percent oxygen by volume. Oxygen enriched atmosphere means an atmosphere containing more than 23.5 percent oxygen by volume. Permit -required confined space (permit space) means a confined space that has one or more of the following characteristics: (1) Contains or has a potential to contain a hazardous atmosphere, (2) Contains a material that has the potential for engulfing an entreat: Has (3) Han Internal configuration such that an entrant could be trapped or asphyxiated by inwardly mnvetgfng walls orby ■ floor which slopes aos downward and tapers to a smaller e - section: or (4) Contains any other recognized safety a health hazard. Permit -required confinedspote program (permit space program) means the employer's overall program for controlling, and. where appropriate. for protecting employees from, permit space hazards and for regulating employee entry into permit spsma. Permit syst® means the employv's written procedure for preparing and issuing permits for entry and for returning the permit space to service follawing.termimtlon of eatry. tips.. Pro hr'hited'b ndilion means any condition In a permit space that is not t° allowed by the permit during the period when entry Is authorized. Rescue service means the personnel designated to rescue employees from pesmft spsa [J [] I I I I I I J I Li I I I I I I ' Federal Register / Vol. S' o. 9 / Thmzday, January 14, 1993 1 Rules and Regulations 4551 I I [1 I I I I I I I I LJ HI I Artrin•cl stem means the equipment (inc)uduzg a retrieval line. chest or full- bcdy harness, wristlets, If appropriate. and a lifting device m anchor) used for non -entry rescue of persons !ram permit spaces. Testing mess the process by which the hazards the; may ccnfront entmnts of a permit space we ith'nQSed and evaluated. Testing includes specif)'ng the tests that are to be pidtznr.ed !n the permit space. Note: Testing enables emplcver ;oil to devise and htplement adeq:err o:•a''ol measures for the protection of eutSeared eotranle and to delcrine if acrytaSle entry cord!ticn; ss pro eot L—_^edlaidy prig to. and dcnng. entry. (c) Cenerol requirements. (1) The employer shall evaluate the w crkplace to determine if any spaces are permit- rcquired confined spaces. Note: Proper application of the decision, now chat in Appendix A to 51910.146 would facilitate r nmpllanr with this :equip n1 (2) It the workplace contains permit spaces. the employer shall info. exposed employees, by posting danger signs or by any other equally eL'aolive means, of the existence and location of and the danger posed by the pear t spaces. Note: A rgn marling --DANGU—PFR't T- REQL'Lx LTA.'i v\,'ED SPAN, DO NOT Et.TQ- or using other Mar language would ythe requhtmeet dare sign. (3) 1f the employer derides that Its employees will not enter permit spaces. the employer shall take effective measures to prevent its etaployms frmn entering the permit spacme and shall cornp)y with p hs (c)(1), (c)(2). (c)(6), and (c)(8) section. (4) If the employer decides that Its employees will water permit spaces, the employer .hall dovekp and Implement a written pcit specs entry .. that complies with this section The written program shell be available (a inspection by employees and their authorized ze relives. (5) An amp may use the alternate procedures speciSad in paragraph (c)(S)(ii) of this sectlom for entering a permit space tender the conditions set forth in paragraph (c)(S)(1) of Zhu section. (I) An employertvhoee employe enter a permit apace need eat coa$y with paragraphs {d) through (Q and 0) throoghik)of this eedlmn, provided that: (A) The coyer. damsmstrnb that the on.hf ha4 Posed by the peralt space is a aced arpoeemsld h zdons etmrssphereC (!I) The enploym can demons^sts that motfnuma forced s_rr ventilation alone Is sumclant to maintain that permit Space ale for entrtryy,• (C) The employer den ops monitoring and inspection date that supports the demoostratiaus required b}' par•.y-iphs (c)(SXIXA) and (c)(S)(I)(B) of this section; (Dill an Initial entry of the permit space Is necessary to obtain the data required by paragraph (c)(5)(i)(C) of this secticn, the entry is performed in compliance with paragraphs (d) through (k) at this sedan; (E) The determinations and supporting iota repuirtsd by paragaphs (c)l5)(i)(A), (c)(s)(i)(EL and (c;i5)(i)(C) of this sactior. an documented by the emp!oysr and are made available to each employee who enters the permit spars under the terms of paragraph (c)(5) of this section; and (F) Entry into the permit space under the tens of par-_gre b (e)(Sxi) of this section is performed in acocrdence with the requiremants of paragapb (c)(5)(ii) of this section. Near See pen rqt (cl(r) of this sacticz for redauirra5on Ott pestaff spec after e11 baurds wLMLt the opens have been elimitated (U) The following requirements apply to entry into permit spaces that meet the conditions set forth in paragraph (c)(Sxi) of this sectiam. (A) Any cmoos making it unsafe to remove an entrnnre cover shell be eliminated befars the novas is removed. (B) When entrance covers are rermvad• the opening shall be promptly guarded by trilling, temporary cove, or odor temporary beaior that will prevent an accidental fall through the opening and that will prated each employee worliag in the space from foreip ob)oas eaering the space (C) Before an employee enters the space, the internal atmosphere shall be tested, with a ealibnted diced -reeding Instmanant, for the fallowing conditions in the order given: 11) Oxygen cmtenL (2) Flammable gases and vapor, and (3) Potential toxic air eontatjtamta. (D) There may be no hezaTdone atmospbere within the space whenever any employee Is Inside the space. CE) Continuous lined airw u1stion shall be used. as fof)oeer. (1) An employee may not enter the Space until the kited ak ventflatdoa bas eliminated any hairdous a ere; (1) The forced air vemilrtlsha11 be so directed as to y..tileta ihra fmmedlaU areas where an s mploee is a will be prsaaasf taifh}a ties space and sba8 continua seal) all employer base lea the Spew; 13) The air supr)y for the forced air vctilation shall ho from a clean source and map not manse the fiazards In the Spam. (F) The at ocphar s within the space shall be paricdial)p tested as necessary to essu n that the continuous forced air ventilation Is preventing the accumulation of a bv_rdous atmosphere. (G) Ifs hazardous atmasphe_-e Is detecteddnra$s by (r) Each emp,opn shall lease the spice immediately; (2) The race shall be ev dusted to de:e:mine how the haza.-doss atr-_csphvs developed; and (3) Manes shall be Implemented to pro:ect employees from the hazardous atmosphere befca any subsequent entry takes places (H) The employer shall verify that the space is safe for entry and that the measures recr:ired by paragraph -(ells)(ii) of this section have been taken, through a written certfhatioa that contains the date, the location of the space. and the signature of the parsec prosidfng the certifiation. TI» cardfiation shall be made before entry and shall be made available to each employee eitariag the space. (6) When there are changes in the use or maygurttian of a ncn-permit confined space that aught Increase the hazards to entrants, the employer shall rees-aluafa that space ana&. if necessary, reclassify it as a per -nit -required confined span. (I) A span classi5edby the employer as a permit -required confined space may be reclassified ass non -permit confined space under the following pwadures; U') If the permit space poses no aebial or potential atmospheric hazards and if all hazards within the sperm are eliminated without entry into the space, the permit space may be rec!aniRed as a non -permit confined space for as long as the oon•etmospberie hazards tamales eliminated (ii) if n Is necessary to enter the permit space to eliminate hazards, such entry shell be performed under pangnpbs (d) mtmrgh aJ of this section. if testing and Inspection during that entry demonstrate that the hazards within the permit space have been eliminated. the permit space maybe redsssl8ed U a non -permit confined tpece for as long as the hazards remain eliminated Na hard of aaoospberle basards through Grid air ventilation dm eat constitute ellalnaam of the bazarde. Paregnpb (cxz) w.es permit apace entry whore the arapL, rsa r}emoorb $that Forced sfr ,erildslon elms will crrttvl all )wards in the spar, I 4552 Federal Register I'. 55, No. 9 / Thursday, January 14. 1993 •1 4Rules and Regulations (iii) The employer shall document the (Ili) Inform the host employer of the (ix) Any other equipment necessary ' basis for determining that all hazards in permit space program that the for safe entry into and rescue from a permit space have been eliminated. eontnetor will follow and of any permit spaces. through a certification that contains the hazards confronted or created in permit (5) Evaluate permit space conditions date, the location of the space, and the s acos, either through a debriefing or as follows when entry operations acs ' signature of the person making the during the entry operation. conducted: determination. The certification shall be (d) Permit -required confined spcce (i) Test conditions in the permit space made available to each employee program. Under the permit- required to determine if acceptable entry entering the space. confined specs program required by conditions exist before entry is , (is') U hara:ds arise within a pennil paragraph (c)(4) of this section• the authorized to begin. except that, If space that has been declassified to a employer shall: isolation of the space is infeasible non -permit space under paragraph (c)(7) (1) implement the measures necessary because the space is large or is part of of this section. each employee in the to praveat unauthorized entry; a continuous system (such as a sewer), ' space shall exit the space. The employer (2) Identify and evaluate the bazsrds Pre entry testing shall be performed to shall then reevalh:ate the space and of permit spaces before employees enter the extent feasible before entry is determine whether it must be them; authorized and. if entry is authorized. reclassified as a permit space, in (3) Develop a.•id implement the entry conditions shall be continuously accordance with other applicable means, procodures, and practices monitored in the a.•eas where authorized provisions of this section. necessary for safe permit space entry entrants are working; (8) Men an employer (host operations. including, but not limited (ii) Test or monitor the permit space employer) arranges to have employees to, the following: as necessary to determine if acceptable of another employer (contractor) (I) Specifying acceptable entry entry conditions are being maintained ' perform work that involves permit space conditions; during the course of entry operations; entry, the host employer shall: (ii) Isolating the permit space: and permit hazards, test first for oxygen, then for (iii) When testing for atmospheric (i) inform the contractor that the Grit Purging, prag, flushing. or ' workplace contains permit spaces and ventilating the permit space as that permit space entry is allowed only necessary to eliminate or control combustible gases and vapors• and then for toxic gases and vapors. through complis_oce with an permit atmospheric hazards; space program meeting the requirements (iv) Providing pedestrian. vehicle. or Note: Atmospheric testing conducted In of this section; other barriers as necessary to protect accordance with Appendix 9 to 11910.146 ' (ii) Apprise the contractor m of the entrants froexternal hazards; and would be considered as satisfying the elements, including the hazards (v) Verifying that conditions in the requirements of this paragraph. For permit space operations in scorers. atmospheric and the host employer's permit space are acceptable for enLy testing conducted to accordance with experience with the space, that make throughout the duration of an Appendix B, as supplemented by Appendix ' the space in question a permit space; authorized entry. E to 11910.146• would be considered as ((ii) Apprise the contractor of any (4) Provide the following eeqquipment satisfying the requirements of this paragraph - precautions or procedures that the host (specified In paragraphs (d)(4)(f) (6) Provide at least one attendant employer has implemented for the through (d)(4)(tx) of this section) at no outside the permit space into which ' protection of employees in or near cost to employees, maintain that entry is authorized for the duration of permit spaces where contractor equipment properly, and ensure that entry operations; personnel will be working; employees use that equipment properly. Not Attendants my be usigned to (iv) Coordinate entry operations with (i) Testing and monitoring equipment eoite: mole than ciao per_.it spec personnel the contractor. wben.both host employer needed to comply with paragraph (d)(5) ided the duties described in paragrsph peonnel and convector personnel will of this section; pv of this section an be eflvctiwly be working in or near permit spaces. as (ii) Ventilating equipment needed to performed for each permit space that is required by paragraph (d)(11) of this obtain acceptable entry conditions; monitored. Likewise. attendants maybe , section; and (iii) Communications equipment staiioned at any location o• aside the permit (v) Debrief the contractor at the necessary for compliance with space to be monitored as lo_g as the dtitles conclusion of the entry operations paragraphs (b)(3) and (i)(5) of this described in paragraph (1) of this section an regarding the permit Space program section; be effectively performed for each permit followed and regarding any beards (iv) Personal protective equipment space that is monitored. ' confronted or created in permit spaces insofar as feasible engineering and work (7) If multiple spaces are to be during entry operations. practice controls do not adequately monitored n eby program a singl,�eendantt. Include (9) In addition to complying with the protect employees;' permit space requirements that apply to (v) lighting equipment needed to procedures to enable the attendant to all employers, each contractor who is enable employees to see well enough to respond to an emergency affecting one retained to perform permit space entry work safely and to exit the space or more of the permit spaces being operations shall: quickly in an emergency: monitored without distraction from the (i) Obtain any available information (vi) Barriers and shields as required attendant's responsibilities under regarding permit space hazards and by paragraph (d)(3)(Iv) of this section; paragraph (i) of this section; entry operations from the host (vii) Equipment. such as ladders. (8) Designate the persons who are to employer, needed for safe ingress and egress by have alive roles (as, for example. (ii) Coordinate entry operations with authorized entrants; authorized entrants, attendants. entry the host employer, when both host (viii) Rescue and emergency supervisors, or persons who lest or employer personnel and contractor equipment needed to comply with monitor the atmosphere in a permit personnel will be working in or near pare aph (d)(9) of this section, except space) in entry operatiorss, idenub the permit spaces. as required by paragraph to the extent that the equipment is duties of each such employee, and ' (d)(11) o[ tuts section; and provided by rescue services; and provide each such employee with the Federal Register I VoL An. 9 / Thursday, January 14, 1993 / Re and Regulations 4353 I I I 11 Li Li I I I I I I I I I Li training required by p6ngnpb (g) of this s ?ction; (9) Develop and Implement procedures for summoning rescre and ernergancy services. for rescuing entrants from permit spaces, for providing necessary emergency services to rescued employees, and for preventing unaatborized personnel from a neiput� a rescue; (101 Develop and implement a system for the preparation, issuance. use, and cancellation of entry permits as required by this section; (11) Develop and implement procedures to coordinate entry operations when employees of more than one employer am working simultaneously as authorized entrants in a permit space, so that employees of :ne employer do not endanger the employees of any other employer, (12) Develop and implement procedures (such astiosing off a permit space and canceling the permit) necessary for concludicg the entry after entry opentions ban barn completed; (13) Review entry operations when the employer lies reason to believe that the measures taken under the permit space program may not protect employees and revise the program to correct defrarndes found to exid before subsequent entries ere zuthoa a and Mott Examples of ir' nttw rags ring the review of the permit+equired oonRned spa__program arc ay untntborsed entry of a per,mt spaces, the delentioo of a pe=el spate hesad ao( covered by (be peeSt. the det oo of a mnditnn probsbbed bysha permit, the .++'+^--a d as tmy a aear- miss during entry, a change In the ens or coaSsunUon of ■ permit spear and enpinyoe rrnplaims .bat she a!'araysness of she program (14) Review the pert -regained confined space prtigam, usmgtlze canceled permits reubed untie paragraph (eR6) of &his section within 1 year after esc3 entry and to the program as n®azaay, 4o nears Bid empdoyxs partidpeting is m'7 operations are protected from permit space harmds. Now Empiore: • try petawadnsls annual review .-vriia ll satriesperiamed during a 12 -month perio& if ealryi performed'--. a ii -o i period, ere revier is necessa.y. Appendix C to 51910.1-46 pre example' of permit entry progsms that am considered to comply withehe requirements of paragraph (d) of section. (a) Perrrri'l 3ys7emt. ti3 Before e>rts7 Is authorized.the amployetilnU •= document the completion of ineestaes required y preparingh section by eutrypermi m t. Note: Arpecdix D to 11010.146 presents axamptcs o: prrmitr ..boss aIemeata are considered to mm,ly with the requL--cots of this sectiou. (2) Before entry begins, the entry supervisor Identi5od on the permit i1s11 sign the entry permit to authorize entry. (3) The completed permit shall be made svauhle d the time of entry to all authorized entrants, by posting itt! the entry portal or by an other equally effective mews, w that the entnnu Mn confirm that pre -entry preparations have been completed. (4) The duration of the permit may not exceed the time required to complete the assigned task a lob identified on the permit in .dance with paragrapb (f)(2) of this section. (5) The entry supervisor shall terminate entry and rani the entry permit wham (i) The entry operations covered by the entry permit have been completed: or (ii) A condition that is not allowed under the entry permit arises fn or new the permit space. (6) The employes shall retain each canceled entry permit for et least I year to fedtltote the review of the permit - required confined space ynnam • requiredby petigrepbtd 14) of this section. Any problems encountered during an entry operation shrlbe noted on the pertinent permit so that appropriate nniccas to the permit space program can be made. (f) Enrypermit The entry permit that domrnents compliance with this section and authorizes entry to a permit space shall identify: (1) The permit epea to be enured: (2) The purpose of the entry (3) The data and the authorised duration of the entry permit (4) The authorized entrants within the permit spats.by Hama or by inch other means (for example. through the use of rosters w areckint systems) a will cable the attendant fe delerrsina quickly and acxsntely, for the duration of the permit, which authorized ®trants are inside the permit space: Not.: This segrn+ea+set may be matby insetias a rdar ea the entry p.rmh as to the mean used such as a sosser or tacking gitbm. b ks.p tucked the authorised sat rls within the pesanit+p'°� • (s)Tbep. .wc.bytteme.ctme iy serving n antesds3� (Sims ind}+idsnLby tame. cwTen tits I 4554 Federal Register I•. 59, No. 9 / Thursday. January 14, 190 Rules and Regulations I through (g)(3) of this section has been accomplished. The certification shall conic -in each employee's name, the signatures or initials of the trainers, and the dates of training. The certification shall be available for inspection by employees and their authorized representatives. (b) Duties of authorized entrants. The employer shall ensure that all authorized entrants: (1) Know the hazards that may be faced during entry, including information on the mode, signs or symptoms, and consequences of the exposure; `2) Properly use equipment as required by paragraph (d)(4) of this section; (3) Communicate with the attendant as necessary to enable the attendant to monitor entrant status and to enable the attendant to alert entrants of the need to evacuate the space as required by paragraph (i)(6) of this section; (4) Alert the attendant whenever. (i) The entrant recognizes any warning sign or symptom of exposure to a dangerous situation, or (ii) The entrant detects a prohibited condition; and (5) Exit from the permit space as quickly as possible whenever. (I) An order to evacuate is given by the attendant or the entry supervisor. (ti) The entrant recognizes any warning sign or symptom of exposure to a dangerous situation. (UI) The entrant detects a prohibited condition, or (iv) An evacuation alarm Is activated. (i) Duties of attendants. The employer &bell ensure that each attendant: (1) Knows the hazards that maybe faced during entry, including information on the mode, signs or symptoms, and consequences of the 2) Is aware of possible behavioral effects of hazard exposure in authorized entrants; (3) Continuously maintains an accurate count of authorized entrants in the permit space and ensures that the means used to identify authorized entrants under paragraph (f)(4) of this section accurately identifies who is In the permit space: (4) Remains outside the permit space during entry operations until relieved by another attendant; Nora: When the amployala permit entry SHE lows attendant entry far vacua.may ante: a pcnit spats banse U thry lava been traineded for manse opera sa uJ paragrspL z ba- n bin Unedqu s iitred by(IX4) of this aeat1oa. (5) Communicates with authorized entrants as necessary to monitor entrant status and to alert entrants of the need to evacuate the space under paragraph (i)(6) of this section; (6) Monitors activities inside and outside the space to determine lilt is safe for entrants to remain In the space and orders the authorized entrants to evacuate the permit space immediately under any of the following conditions; (i) lithe attendant detects a prohibited condition; (ii) U the attendant detects the behavioral effects of hazard exposure in an authorized entrant; (iii) U the attendant detects a situation outside the space that could endanger the authorized entrants; or (iv) if the attendant cannot effectively and safely perform all the duties required under paragraph (1) of this section; (7) Summon rescue and other emergency services as soon as the rm attendant determines that authorized entrants may need assistance to escape from permit space hazards; (8) Takes the following actions when unauthorized persons approach or enter a permit space while entry is underway: (i) Warn the unauthorized persons that they must stay away from the permit spa (u) Advise the unauthorized persons that they must exit Immediately if they have entered the permit space; and (iii) inform the authorized entrants and the entry supervisor if unauthorized persons have entered the permit space; (9) Performs non -entry rescues as specified by the employer's rescue procedure; and (10) Performs no duties that might interfere with the attendant's primary duty to monitor and protect the authorized entrants. (j) Duties of entry superdsors The employer &hall ensure that each entry supervisor. (1) Know& the hazards that may be faced during entry, including information on the mode, signs or symptoms, and consequences of the exposure; `2) Verifies, by checking that the appropriate entries have been made on the permit, that all tests specified by the permit have been conducted and that all procedures and equipment specified by the permit are in place before endorsing the permit and allowing entry to begin: (3) Terminates the entry and cancels the permit as required by paragraph (e)(5) of this sect: (4) Verifies that rescue services are available and that the means for summoning them are operable: (5) Removes unauthorized indivfd who enter or who attempt to enter the permit space during entry operations; and (6) Determines, whenever ry responsibility fore permit space ent operation is transferred and at intervals dictated by the hazards and operations performed within the space, that entry operations remain consistent with terms of the entry permit and that acceptable entry conditions an maintained. (k) Rescue and emergency services. (1) The following requirements apply to employers who have employees enter permit spaces to perform rescue services. (i) The employer shall ensure that each member of the rescue service is provided with, and is trained to use properly, the personal protective equipment and rescue equipment necessary for making rescues from permit spaces. (ii) Each member of the rescue service shell be trained to perform the assigned. rescue duties. Each member of the rescue service shall also receive the training required of authorized entrants under paragraph (g) of this section. (iii) Each member of the rescue service shall practice making permit space rescues at least once every 12 months, by means of simulated rescue operations in which they remove dummies, manikins, or actual persons from the actual permit spaces or from representative permit spaces. Representative permit spaces shall, with respect to opening size, configuration. and accessibility, simulate the types of permit spaces from which rescue is to be performed. (iv) Each member of the rescue service shell be trained In basic first -aid and in cardiopulmonary resuscitation (CPR). At least one member of the rescue service holding current certification in first aid and in CPR shall be available. (2) When an employer (hod arrangesemployer) arranges to have persona other rhm the host employer's employees perform permit space rescue. the host employer shall' (1) inform the rescue service of the b azards they may confront when called on to perform rescue at the hod employer's facility, and (ii) provide the rescue service with access to all permit spaces from which rescue may be o so that the service rescue can develop appropriate rescue plans and practice rescue operations. (3) To facilitate nonac ntry nail, retrieval systems or methods shall be used whenever an authorized entrant enters a permit space, unless the retrieval equf pment would hawse the train overall risk of entry or would not contribute to the rescue of the entrant, I I I I I E 1J LI 1 I [J 1] 1 [I 1_ 1, I I I 1 1 1 1 I... 1 Federal Register / Vol. 5 Jo. 9 I Thursday, January 14, 1993 / is and Regulation 455 R following l requms shall moot the (U) The other end of the retxlevtlsball be attached to a mechanical devviice availabltten et the medical fadUtydtreating e 1aut i rtzed entrant Each authorial entrant shall use or Fixed point outside the permit space the exposed enbwt. a chest or full body harness, with a to such a manner that rescue can begin APPENDICES TO 11910.146-?auaT- retrieval line attached at the center of a soon as the rescuer becomes aware ttl UMED CONMED SPACES the entrant's back new shoulder level, that devicerescue Ii be cessy. Aeble o retrieveical Nola: Appandlces A through R ssrve to or above the entrant s bead. chest or U personnel from vertical roil provide Information and non•mandatory may be used in lieu of the chest or full Pe type pe guidelines to auI t employes and employees body harness If the employer can spaces more than Sleet eep. In complying with the appropruts demonstnte that the use of a chest or (4) if an injured entrant is exposed to requiremeou of this aeGfon. full body harness Is infeasible or creates a substance for which a Material Safety a greater hazard and that the use of Data Sheet (MSDS) or other similar wristlets is the safest and most effective written Information Is required tS or be alternative. P at the ohi I: • 4336 Fednl Raglst a• / Vol. Sao. 0 / 14. 1993 / Re and Regulation ' Apprn_Ct A to 1, r0,]4sr.rmll..yatl.d Ce.6n•J Spec. D.cio ooFb. ban Appendix A • Permit -required Confined Space Decision Flow Chart I. I I. I I 1 I 1 I I. Joe, the vorCl Ct eontatn hrsat-rvgitred Confined Spaces as d.tleed by 9Is10.144(bI7 )A2�� ae ult eth arsl tall. YES QS_A •t"ards S7OT 1 (o -t eeplcyns as r.C.tred by 91910.144 (till).) ____________ `hevvlt saployee entry as required by IU10.le4 Ill). Co tut trot outside of .p.c.. will Pr_u Operas be entered) MO--��`loll). yts I ve ., rill eo erJ1T¢ Irecstredl by It910.14te le)UllI). It�ii .,d tit ll .oContractor obtains intor.+t r.P .d by (1910.141 Ic)It7Ii). (it) "d (nil fTM ho•t- I sotn contractors and host t=rley«s will entryr the •psce� Y; ra l: host e.plor•es ante- to COu�I•ry iohu•rc un.utno�i.ds.ntryi paten entry asst•) / /I lsrlanIlll YES NO L> Trevent u:+uc nor 'J entry. 5207 • Met a parsit-regsired confined span. 1910.1K > doer not apply. Consult otnsr OSHA Standardsj toes spate he.e known of potential hazard.) ) M?� -LS I�1 D.ploytr say choose to reclassify spaca to non-pefalc Car. tan Pa, rds be Cl ittnated) YL' rtqJ)red confined space usin_ 11910. 14 (c)(7). 5109' Iq Car, the •pica De s ,ntalned in a condition safe to Its—' space say be entered Ynder Ir ante: by continuous forced air ventilation only/ (1910.146 IU (S). S1OT IO not valid prepare for entry vi♦ persac 9raed:an a. valid not • conditions s.. verily acceptable entry conditions I7.st results r.cerd.d. space isolated i! Mnit needed. nscu.n _ears. t I1b3.. entrants properly eR ap.G. .tn.) specifications YES (.r -it issued by authontan_ i)_natufl. w}�. ondi:.ncy .tttta tpre).abtted u s�certabla entry conditions tntuMd ______bout entry condition). rntr"ts evacuated entry sxt. 1Ce 11 nscuen 1 $ « S nd.d1. remit 1t void• aaeva)Yate pro_fM to .direct/prevent prohibit [n ry ta.ts co.pl.t.d. 9er+it returned and canceled. cccMttioa.ally) O; proottt of of deficient procr". No re-entry Yntil prove" .nory lacedAvdip.rsitl Sc .e4Med. (May . • r Dyp.e t 9ro_r" sM prsat based on .valuptren of require naw pro_res.) W entrants. Mm tt.ta. teeters and preparers. etc. CaClyNt s Spaces say he" to be evacuated end r.-evalu.t.d (t hazards era" Atrin7 entry Permit - Required Confined Space Decision Flow Chart I Does IM wodkptaoe oonWn PRCS as defined by %1910.146(b)7 j NQ,consult other appticebis STOP i OSHA standards YES Inform employees as requtnd by 41910. Wilt permit space be entered? YES YES Will contractors enter'? NO Prevent employee siitry as required by §1910.146(c)(3). Do task from outs$de of space. r sk will be done by oonbadon' employees. Imam contractor es quired by § 1910.146(c)(6)(I), (9) end (Ill). Contnsda obtalrrs formation required by § 1910.146(a)(9)(I). (II) and (III) from host. NO troth conladon and host employees will enter the space. Will host employees enter Coadinste entry opemUons as regaled by §1910.146(cx6)@) to perform entry tasks? end (dx11). Prevent unauttortze0 entry. YES NO Prevent uneultorized entry. STOP NO Not a PROS. 1910.146 does rat 911 Consult Does space hays known or potentlat hazards? other OSHA standards. YES .I I'-... :. .... Space may be entered under STOP1 §1910.146(0)(5). _ �_ _ _ _ ' .± -• :. r 1.:. �: 1 F... c.D 111 :... .. I I C_ r1 C I LJ I L I l 1 I I I C ' Federal Rcgislct I Vol So. 9 / Thursday January 14, 1993 I R. and Regulations 4357 I 1I L I LI I I I I I I I' C I I Appandtx B to g1o1o.144 rocedum for Atmmpherie Treeing Abnospberic ter1Sng is requited for two distinct purposes. avgaluadon of the hazards of the permit space and verifatioo that acceptable entry cooditiom for entry Into that space exiiL (1) Evaluation listing. The atmosphere usir of a confined spec should be analyee g equipment of sufficient sensitivity and specificity to Identify and evaluate any hazardous atmospheres that may exist or arise. so that appropriate percit entry ce produres nn be developed and acceptable entry coodlonce stipulated far that specs. Evaluation and Interpretation of these dare. and development of the entry procedure. should be done by, or reviewed by. a technically qualified pm essiocal (e.g.. OSHA consultation aenim. or Unified industrial bytienis. registered safety er..gireer. ariified safety profrssionel, etc.) based on valuation of all serious beards. (2) Verifimtion testing. The atmosphere of a permit space which may Mai a hazardous atmosphere should be tested for residues of all amtanirsents identified by evaluation testing using permit Specified equipment to deteroioe that residual concentrations at the lima of testing and entry an within the range of acceptable entry conditions. Results of testing (i.e., actual concentration. tic) should be recorded on the permit in the Spec provided adjacent to the stipulated aaz ptable entry condition. (3) Duration of testing. Mamremenl of values far each armospberic parameters should be made for at least the minimum r esporese time of the test Instrument specific by the manufacturer. (4) Testing strc Li/led atmospheres. When monitoring for entries involvinga descent into atmospberes that may be stsati6ed. the atmospheric envelope should be tested a distance of approximately 4 feet (1.22 m) in the direction of travel and to each side. Iii sampling probe is used, the entrant's Tote of progress should be slowed to accommodate the sampling speed and detector response. Appendix C to 51910.146--FssmPk+ of Permit.nquind Confined Spa Programs Example 1. Workplace. Sawa entry. Potential hosards. The employers could be exposed to the following: Engulfment ' malaWned in a safe condition for entry by an mecbmlol ventilation done. All s{vae eel shill be considered permit,requUed mafined ha epeces until the pre -entry procedures u demoortnte otherwise. Any employee th required or permitted to pre.cbeck at enter se an enclosed/confned space shell ben Re eucassfully completed. U a minimum. the n training a required by the following sections th of the" procedures. A written copy of In operating and rescue pprocedures a required by there procedures zltail be at the •vet site B. for the duration of the fob. The Confined Space Pre.Enty Check list must be completed by the LEAD WORKER before I entry Into a con5ned Spam. This list verifies completion of Items listed below. This check P list shall be kept at the job site for duration e of the job. If rirctsmsttaCn dictate an ° interruption in the work, the permit space s must be ro-evaluated and a new check list f must be completed. Control of atmospheric and engulf_ ent hazards. t pumps and lines. All pumps and lines which may reasonably cause contexinants to now into the space shall be disconnected, blinded and locked out. or effectively Isolated by other means to prevent i development of dangerous air con'aminstion or engulfment. Not all laterals to sewer* or stare drains require blocking. However. when experience or knowledge of industrial use Indicates then is a reasonable potential for contain /nation of ape m engulfment into an occupied sewer, then all affected laterals shall be blocked. If blocking and/or isolation requires entry into the space the provisions d for entry into a permit• required confined spa" must be Implemented Surveillance. The surrounding area shall be surveyed to avoid hazards Such a drifting vapor from the tanks. piping. or sewers_ testing. The atmosphere within the space will be tested to determine wbetha dangerous 'Si contamination and/or oxygen deficiency exists. An alarm only type gas monitor may be used. Testing shall be performed by the LEAD W OR1:ER who has auccesafully completed the Cu Detector Mining forthe monitor be will use. The minimum penmetera to be monitored are oxygen defciency, 131., and hydrogen sulfide concentration. A written record of the pre -entry test results shall be made and kept at the work site for the duration of the )ob. The supenisot will certify In writing, based Presence of toxic goes. Equal t0 or mom than upon the results of the preentry testing, that ell hazards have been eliminated Affected 10 ppm hydrogen sulfide. lithe presence of employees shall be able to review the testing other toxic mntamlnanu is suspact� , results. The most hazardous conditions shall specific monitoring P1Op°ws govern when work Is being performed In two developed- adjoining, connecting spear. Presence of explosive arrumoale gases. Equal Entry Procedures. U then ere 00 'on- to or greats than 10% of the Iowa armospheric bards pre searand U the pre - flammable limn cy. AI• entry tuts show that IS no dangerous air oxygen Deficiency. A eana°tratiOa of a nUmination and/or oxygen dt5denp oxygen In the atmosphere equal toot Is" within the space and then is Do season to than 19.5% by volume, believe that any Is likely to den : entry A. Entry without PermiUAaardant Into and work within may pry Cert/fioation. Confined s t may be Continuous testing of the atmosphere In the catered without the °eed for a written permit'imms mediate vicinity pllsbed 7be weak. of the woAzn within e dr ermnedt provided that it rb. Spa is will immediately leave the permit spa detaeled S not to a hermll required ca when any of the ge monitor alum "I points confined spec. ce 2.) the spa m b 'titled as defined. Worker will not um to the ant until a SUPF31VISOR who t completed the gas detects training box xd a direct reading gas detector to evaluate e situation and has determined that It Is fie to enter. tcue. Arrangements for rescue services ass m required when than Is no attendant. See e rescue portion of section B., below, ice structions regardi rag nvcue planning where an entry permit Is required. Entry Permit Required Permits. Confined Spam Entry Permit. All pans shall be considered permitaequired confined spaces until the pre -entry rocedures demonstrate otherwise. Any replayee required or perrnined to pre -check r enter a permit -required confined spa hall have Suctnufully completed. as a minimum, the training as required by the allowing sections of Rte" procedures. A written copy of operoting and rescue procedures its required by these procedures hall be of the work site for the duration of he job. The Confined Spa Entry Permit must be completed before approval an be given to enter a permibtequlred confined pace. This Permit venSn compleuon of toms listed below. This permit shall be kept u the job site for the duration of the job. if circumstances cause an Interrupdon In Ike work or a change in the alum conditions for which entry was approved. a new Confined Spa Entry Permit must be completed. Control of atmospheric and engulfment hazards Surveillance. The surrounding area shall be surveyed to avoid hazards such as drifting vapors from tanks, piping or sewn,. Testing. The confined space atmosphere sbaf be tested to determine whether dangerous air contamination and/or oxygenor shall be exists. A direct reading b monit used. Testing shall be performed by the SUPERVISOR who has sucztsshslly completed the gas detector mining for the monitor be will use. The minimum parameters to be monitored an oxygen defiaency.lit.. and hydrogen sulfide concentTotion. A written record of the pre' entry test results shall be made and kept at the weak site for the duration of the jobs Affected employees shall be able to review the testing results The most bazardous conditions shall govern wben work Is being performed in two adjoining, connected spat Space Ventilation. Mechanical ventilation systems, when appliable, shall be let at 100% outside air. Where possible, open additional manholes to Increase air circulation. Use portable blowers to aug ant natural circulation If needed. After a suitable ventilating period, repeat the tests t b may not begin until testing has tr ted that the hazardous atmospben ba been eliminated. Espy Procedures. The following procedure Sherri observed under any of the following conditions: 1.) Testing demonstrates the .existence of dangerous or deficient conditions and additional ventilation cannot reduce conantntloas to ash levels: 24Th. stmosphei lesser as life but smtele 4558 Federsi Arglsla I Vol. 58, No. 9 ! Thursday, January 14. 1993 Wei and Rrgulatlooa U condit•cns can cw.onablyy be .xp.<•.rd to dovelop, 3.) It is ON fesib)s b pat v4de for reedy exit from spec.. equipped w th .uinm.Uc an surppueuion syaremI ad it Is not practical or sale to deactivate such syIema; or 4.) An emergency exists and U Is tot feasible to wait for pr.ec try procedures to take effect AU personnel cowl be trained. A self motamed breathing apparatus sha-4 be warn by any person ett,nn the space. At least one worker ,ball stand by the outside of the specs ready to give assistance in case of emerge racy. The standby worker shall he" a self cootsind breething apparatus available for immediate use. There shall be at least one additional worker within sight or cal! of the standby worker. Continuous powered communications &hall be maintained between the worttr within Ih. cocfined space and standby personnel. If at any Lima there is any questionable action or non- movement by the worker inside, a verbal check will be made. If then is no response. the worker will be trnved immee'iately. Esceptie•: U the wo:ix is disabled due to falling or impact.hahL shall not be removed Lvm the r^"F'4d space unless there is immediaLe danger to his/her life. Local fen department nscut peaan.l shall be notified immediately. The standby wockir may only enter the conlited spas in case clan emargecc7 (warts the eel! wataiaed brashing Apparatus) and only' " being nliaved by acw'xt workat SabtybU or bar-eess with attached lifeline shall be ith used by all worsen entering the space w the bee end of the lice secured outside the entry opening. The standby workershall attempt to remora a disabled wnrku via bis lifeline before entering the spats. W'S ® —.tress spaces ab&Tbe txtesed through aide apC fr -sLosa antbia 31/2 fat R� m? of tla barmtn. M� �T mast be ti•ros:gh a top opening. the afety IS shall be of the Raman type that s»;m.ads a person uprigan ht d a hoc g deviz m slmgar appmuus shall be atuleiria Sworkrn our,d the ap.m In any fdfnatioo when their a n7 endanger He wekac. us. of a hoisliag hty bit mth or saand e.d tk'.Uo• stay ha discnncsuei 11bec dange.vna airy. a 'rimle attrihsdaN. to flammable &ad/ae �edva as. lig hting ghting and .Iectsteal shat) be aria 1. Dividm I rated per Electrical Code and m igniGm us soes be introduced into the ins Cooaasaus gas monit�.tg shall ti perfo®ad dariag.0 mnAaad openttoea. if .serene conditions adversely.•nary. psrs000el +hall emit LLa tmfiaed specs and a tw contnad apao psesail 14nsed Reacx CAR the fue d.pu'namt aea'eka r..- ru. )Khan innAHse h�da b rs peoml sa pw.mt wtakas etthe e'te shall tmplemeui emds>mato ergency proc the sittsadoa ••. .. S. .. • . .. . .... •.. .. I.. .I : .. . . . . . • •I I • 4144. • 4•. . . 15 • .. ••• I • I. ••5 .. .. 4444.. .• • • -I. 4 4•.. .-4e... • . . ... .. . .. S. IS. 44 .. 5 .4 • •• • . .. , . .. 4444:. • s_S. S.--. s . 1 ... a., I S . . • . • ... 5551. .. 4444 4444 ... 1444. _-• •. ..•. .. •151 • • . 5 .. 4444. ...5 . 4 .. - . as. .• \. and • ••. .. • .. 4151. • :.. - ... 4•• •..•. .. .\. S. I 55.55 Ir I. . •. •5 IS 4: .• • •. • •.. 4•.• \•. • •• •r .•5•• • \• 4• .•. • •. • S. 1 the ..• I. -515 S I. .. • • •.. .\ • . S. • ••• ,. .• 4. - .1 •- • • I• . _ 4144. ••1. .• • .5t •. .. .1 . . 4444 ••- • _ 4444. •.. .. 4444 •4454 ........ 4444 . • •. . •.._ 1444 .. •. .Y. .•... ••. ... 4444 a e. \1... • 1444.. . .. _ a ... . . 1... 5... ..5•.•• •5 -._..- .• .. .. ... ,4444 S _... •• •. .•.• - a. I L I •I I F I I I I I I I U C1 Federal Register I Vol. 5B, O. 9 / Thursday, January 14, 1993 / It $ and Regulations 4559 I k, I I I I I I J 1 I I I I I Entry rermit" will be Issued fm a 1 month period to cover those production areas where tanks an fabricated to the point that entry and exit an made using manholes. Authorirotioti. Only the area supervisor may authorize an employee to entera tank within the permit area. The ant Npervtaa must determine that conditions In the tank biller, dry bulk trailer or truck. etc. meet permit requirements before authorizing entry. Attendant 734 area supervisor shall designate an employee to maintain communlauon by employer rpecthd means with employees working in tanit to same their safety. The attendant may not enter any permit entry confined space to rescue an entrant or for any other reason. unless authorized by the rescue procedure and. and even then, only shat Sling the rescue team end being relieved byti attendant by another worker. Ccntaiunicotionz and observation. Communications between attendant and entrants) .ball be maintslaed throughout entry. Methods of communication that may be specified by the permit Include void. voice powered radio, tapping or rapping codes on tank walls, signallingtugs on a rope, and the attendant's observatim that work activities such as shipping grinding weldin1. spraying, etc.. which require deliberate operator control coatinue normally. These activities often generate so much noise that the necessary baring protection makes communication by volt. difcult Rescue procedures. Acceptable rescue procedures include entry by a team'of employee-nacum. use of public emergency eervicn, and procedures for beacbtng the hnL The aree permit specifies which procedures an available, but the area supervisor makes the Coal dedsion based on dxcumrtanaa (Certain injuries may make It necessary to breach the tank to remove a person rather than risk additional injury by removal through an existing manbole. However, the ruppearvuor must ensure that no beaching procedure used for rescue would violate tssrms of the entry permit For Instance. Lithe tank must be breched by cutting with a torch. the tank surfaces to be cut must be free of volatile or combustible mating within 4 inches (10.16 cm) of the cutting line and the atmosphere within the tank must be below the IPL Retinal line and harnesses. The retrieval )Ines and harnesses generally required under this standard in usually Impractical for use in tanks beaus. the internal configuration of the tanks and their interior baffles and other structures would prevent rescuers from hauling out injured entrants. However, unless the rescue procedure rails for breasting the tank for rescue, the rescue team shall be trained in the use of retrieval lines end harnesses for removing injured employees through manholes. B. Repair or service of "used" lank: and bulk trailers. Sources of hazards. to addition to faring the potondal hazards encountered In fabrication or manufacturing, tanks or frailest which ban been in service may contain residues of dangerous materials, whether left over from the transportation of hazardous argoss or generated by cbemlal ar beclertel ectloo on residues of non -hazardous cargoes. Control of obnospheric hazards. A used" tank shall be brought Into area when tank entry is authortzad only after the tank has been emptied. cleansed (without employe entry) of any residues, and purged of any potential atmospheric boards. Welding. In addition to lank leaning for control of atmospheric hazards, coating and surface materials shall be removed 4 inches (1616 rm) or more from any surface area where welding or other torch work will be dote and an taken that the atmosphere within the lank remains well below the lit. (Follow the requirements of 29 QR 1910, Subpart Q OSHA's welding standard, at all times.) Permits. An entry permit valid fcr up to 1 yeas .ball be Issued prior to authaization of entry Into used tank trailera, dry bulk trailers or trucks. In addition to the pre-eaty leaning requirement, this permit shall require the employ" safeguards specified for new tank fabrication or conatruCJon permit ants. Authorization. Only the area supervisor may authorize an employ" to enter a tank biller, dry bulk tailor or bulk within the permit area The area supervisor mud determins that the entry permit requirements have been met before sutlsoriring entry. 4560 Fedcral Regter / 1 56 No. 9 / Thursday, January 14, 199': u1es and RegulaUODs Appendix D to 31970.146--34mP14 Ptrmih Appendix D - lA Sewer Entry Permit' Confined Space Pre -Entry Check List See Safety Procedure. A confined space either is entered through an opening other than a door (such as manhole or side port) or requires the use of a ladder or rungs to reach the working level and test results are satisfactory. This check list must be filled out whenever the job site meets this criteria. Yes No 1. Did your survey of the surrcunding area show it to ( ) ( ) be free of hazards such as drifting vapors from tanks, piping or sewers? 2. Does your knowledge of industrial or other ( ) ( ) discharges indicate this area is likely to remain free of dangerous air contaminants while occupied? 3. Are you certified in operation of the gas monitor ( ) ( to be used? 4. Has a gas monitor functional test (Bump Test) been ( ) ( ) perfonred this shift on the gas monitor to be used?' 5. Did you test the atmosphere of the confined space ( ) ( prior to entry? _ 6. Did the atmosphere check as acceptable (no alarms ( ) ( given)? 7. will the atmosphere be continuously monitored while ( ) ( ) the space is occupied? Contact County Centrex for personnel rescue by local fire • in the event of an Regionaldepartment Treatment Plant, contact Ptgon-site at he Plant Control Center (PCC)e • Notice: if any of the above questions are answered no do not enter. Contact your. immediate supervisor. Job i Location LEAD MAN Date -I. signature a i Federal Regidar / Vol. — o. 9 I Thursday. January 14. 1893 / i and Regulations 4561 O 0 z ..z — -.__ __ _ V V V?- _. VVV VV v 4 C •L - V •/ V - V - o m tO V m V 6 y , O C m 7 N + m a ^' O 67 V y a '+ M d 0 G m V — y y V •N >. Q C ti N 9D V 5tC ° E o a 06C 000 aC ° -. m >� 'OOQ P m° ym-C4 E 0ulY4 t Ea o'O E•AC a >Y j V ..0 0U.0 D Y C p. a •� .r V p 'e '-0)O% C -•' C 7 EEE V -N 6 W W C •-. M1 V 9 y >. .a E' M N GV 0 aa.N °1.VOO 4)0I L1 6 C9 7- y CUaW L Y •N 0 m �. -N 7 C y p c v C P C+. O 0 O >0)0) V V Qa. 0m U m U. n ... E Y Y >. •C a O m U N V°Y6Um JLY$• 1.4, 0'O 60"� U L4r •. V O V O a V 40 Y .C a NY C 7Ya O,�CW 00O61.. -.V J[ w N n.LaO N •=G6 N 64 D u Y ooc E C 0 ma Q - u 1 0 pee T x 0 tOP do a 4 m C Y C a v 4 m u V J C Y m D uc"1oa N a S. as S `z _.-.z 0. ..... -Sn.. rra m ...m..-.. m- oo 4.•..-4 - AVY u • 14 V w cm 9 " y V O U- C Cc ve a>.XS.rlu_ -• 0 .i a•.ikxa"DXC C Y uohOali•C YO o,* 4. ou cM- a6 1• m Y ° ivnu �tcria _—c1._ Y V VaiX 4 u C'.' -4 .•1' Oyu 0 C -0Qp w U C a .-..0U Cd>O C.. V D y -:: O V O U L O- > C ti C YC4ga C m W.O a a1••p .°i pas �. 410.0 .}JC?'E x�: U .m+.U✓L.O + x ° e E. O v CXZ+a•OF•t a y,... - h r.-. C>, V C • Y ° u N V V y.. V 3 9 C1 0 .N > O Y cou or a 4' p m m u y D y 0 v.G 0 C V a UC cup o V .6 C Y 0 6 1m 6 m Y . ° a V O�.. C W V O V a u m m ••• C 0 the w m d V.. 'a `y O t 7 7 E Y m 4 Q. C V O 0 .O C c > y C C aE 0 w >> L m U y V L V C 0. po m Y O C V O> .. D•N 6m cu a,- -400 0 Y .N P ° V.Oiv� a$4 to 0 -NE V VD9 a EO0.•a t;�E a C. J m. CL } Y u Y 4N V It 'has -mw. 'a>U a a i a°miL V O�OZ M°C - 0 d y Y • 0 Y W 140 C `acuc O ,Lo >. 1°4 0 SOU m V .N V. Omu-.4 C. 0w0 ~4 V V-YN C 14 0- .M.. C V °�O-y.0 VVa. 6000 aPYW V-OMa' tW C. y7 W V C C M ga 1 •'C-_4 : m C. OO °CUq Oa'Ovx• O mEVyDYt ;o.G V>V..� a C c a L'CO_ C'F C. MOLL O� 000. °tB-. V' a.VwE�• uy B dC • U M Wa Iu V... 'I.. O a Y0 Y .. 0.0 'C w MO 4562 Federal Rrgirter / VoiB, No. 9 / 14. 1993 -ulet and Regulations I m C, „0 u .30 O A. 0 00z V p P 1U ir xo C S u oecc Eo pOW— V ,,�� ;{4ON ow- ' -4 tW6.L4 Fya In'3 CA C 0 u U V I) 0 M as 0 C m V a In w ;F I I II I I I I I l l l l i l l� � ollillill 1111111111 O _�E 111111113E E W IA iillllil�C W m o �+ P z>r V w W• Y d 6 a 0 >c c I I I I I I IICt FS a e Id.,. -4M m ore� 9 V m c C V. 40 0 ZO 0 a t o•+'"• •"' L 0 UMW rn: 6C^3C0 111111 Ism -r pNam pxU a? �S q F[Z—.. 07 C-VIC.O lilt'., IA .Cowp c mu �vq a�0 I I I I I I 1 1..40 O 6 W O C C X C L C PL J p•S.• O•~-IW ua O6 Ci uw U 7..MOVL., nCCF Iill.l Co ' O e•O55VL0,0mL•ti.Z y FC�Na 1.76C66666U In FW I I I I.ZC I I I ILOV u S ., n YI V 1!I In VI V Ia •VU.• VN .r n d m F u W J> P ••••• ff. C4 I I I I I I I V .o.. -166. -.GE a t�[ a >• E�„oa caa �.p y: JCS ^ a V C o C n t-. L W P C FW.D • .—. . • I C C EM .. V - _ O F 1 ' m .1 CV S- i.{JNa C O0�O�CG CV Z x 2 - JQC V- SXai u� eCM OVpp.a . d MC - w VDV aP 1 tl y 0cC —a 4) OW rnwwt'Iat O t Cp m a c t OijcW IAp O X'O C 1 4 E i p W�W.p-1 �i.e ekeC4IOF0 S uCc .w_ JJ-4. C E'• .- a. m .. -• N +I m V V ca • ix ¢� ■ 1 .-1 OG U Oa �+ uot�04 7Mu uC .C. •Z"."p¢p(,Z�ju y y.JaCLt K$.5 Fxcnl�C m .i alb>m w0m $: SFp V xxvi �mxt� ao we U U I I <u 6 W fl Cu z .r W 0 O (a -3z 3z �O 4y 2 x OW 4 A. CI m Wg w 4 cF LaIn V1 Z4 Oy �O W A. W mpz E Y H y W S V W � a. z Ia >4• :1 • I I- C n Sn Sn N T N u -'4) C ) , a u cc Cl.) •o � '00 ' O a 0 u W V .x • m C �vd u C E u M C n DOG ImeO ' u U - PO my O Pi 4 YJO 1 C 0 0 'bull- - &. I F Federal I Vol. 58. No. 9 / 14. IU9J r ehu1CS voce I I 1 I I I I I I I I I I Li 1 Appendix E to 11010.1tt1—S.*'CSTstam Entry Sewer entry diflen In three vital respects from other permit entries; ant, thin rarely exists any way to completely isolate the space (a section of a continuous gitem) 10 be entered: second. because Isolation Is not complete, the atmosphere may suddenly and unpredictably become lethally haardous (toxic, flammable or explosive) from auses boyond the coottil of the soCaat or employer. and thirdexperienced sewer worker en especially knowledgeable In entry and work In their permit spaces beause of their frequent entries. Unlike other employments where permit space entry is a rare and exceptional event sewer worken'usual work environment is a permit space. (1) Adherence to procedure. The employer should designate at entrants only emp.oyees who an thoroughly trained in the employer's sewer entry procedures and who demonstrate that they follow these entry pro educes exactly as prescribed when performing sewer entries. (2) Atmospheric monitoring. Entrants should be trained in the use of. and be equipped with. atmospheric monitoring QIIpment which sounds an audible alarm. In additloo wits vinat readout. whenever one of the following conditions is encountered: osygso Concetbetlon less than 19.5 percent; flammable gas or vapor at t0 percent or mom of the lower flammable limit (IPL): Or hydrogen sulfide or carbon monoxide at or above their PEl• 110 ppm or So ppm, respect1vely); or, If abroad rings senior device bused. at 1ppm as characterirad by its response w toluene. Normally, the orygen sensortbnoad range sensor Instrument is best suited for sewer entry. However, substance specific devices should be used wbeoeeer actual contaminants have been identified. The Instrument should be carried and used by the entrant in sewer line work to monitor the atmosphere in the entrant's environment. and In admce of the entrants' direction of movement. to warn the entrant of any deterioration In atmospheric Condition. When several entrants an working together in the same Immediate location, one Instrument. used by the lead entrant. Is acceptable. (3) Surge flow and flooding. Sewer crews should develop and maintain liaison, to the extect possible, with the local weather buns' fin and emergency sarelcee to tbeu arse so that sewer work maybe delayed or Interrupted and entrants withdrawn whenever sewer lines might be ruddeoly flooded by min a fin suppression activities, or whenever flammable or other ha ardour materials an released into sewer dories emergencies by Industrial or tramportation accidents. (4) Special Equipment Entry Into large bore sewers mey require the use of special equipment Such equipment might include such items as atmosphere monitoring devices with automatic audible alarms, nape self• contained breathing apparatus (ESQA) with at least 10 minute air supply (or other N1OSH approved self rescuer), and waterproof flashlights. and may also Include boats and raft, radios and rope standoffs for pulling around bends and Omen as needed In Doc 93-535 Filed 1-13-1993; t:45 am) ea.te4G CODE C1541- I D1-6 MEASUREMENT AND PAYMENT A. General ' The Contract price shall cover all Work required by the Contract Documents. All costs in connection with the proper and successful completion of the Work, including furnishing ' all materials, equipment, supplies, and appurtenances; providing all equipment and tools; and performing all necessary labor and supervision to fully complete the Work, ' shall be included in the unit and lump sum prices bid. All Work not specifically set forth as a pay item in the Agreement shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the Contract prices. 1. Estimated Quantities I I I I I H [1 I I I 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. Measurements and Payments Payments will be made in accordance with the General Conditions for actual quantities constructed or installed in accordance with the Contract Documents, be they more or less than the listed quantities; said quantities being measured as hereinafter specified. 3. Items Not Listed In Contract There shall be no measurement or separate payment for any items not listed in the Contract and all costs pertaining thereto shall be included in the contract unit prices for other items listed. END OF SECTION D1-6 I City of Fayetteville D1-6(1) Sewer System Improvements 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 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 locations designated by the Engineer and documented to the satisfaction of the Engineer. b. The Contractor shall test rehabilitation work completed by the Contractor and by the Owner. Testing shall not be performed on a specific manhole ' until all work as shown on the Manhole Work Item Repair Form has been completed for that specific manhole. I I IB I c. Any rehabilitated manholes or new manholes that observed to be leaking by the Engineer shall be subject to additional repairs. The Contractor only be responsible for all additional repairs those work items completed by the Contractor. Materials Not specified. shall of [1 City of Fayetteville D1-7(1) Sewer System Improvements Infiltration Testing a. All rehabilitated manholes and new manholes shall be vacuum tested by the Contractor in the presence of the Engineer for sources of infiltration. Testing will be made during high groundwater conditions, wherever possible. All testing shall be performed in the presence of the Engineer. b. Manholes shall be tested after installation with all connections (existing and/or proposed) in place. Drop -connections and gas sealing connections shall be installed prior to testing. The lines entering the manhole shall be temporally plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop -connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of 10 inches of mercury shall be drawn, and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. If the drop in the level is less than 1 -inch of mercury (final vacuum greater than 9 inches of mercury), the manhole will have passed the vacuum test. After a successful test, the temporary plugs will be removed. The required test time is determined from Table I. Table I MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 1" H, (10"H - 9"H) (MIN: SEC) HEIGHT OF M.H. (DEPTH IN FT.) 48" M.H. 60" M.H. 72" M.N. 0 - 20' :40 :50 1.00 22' :44 :55 1:06 24' :48 1:00 1:12 26' :52 1:05 1:18 28' :56 1:10 1.24 30' 1:00 1:15 1:30 ADDITIONAL 2' DEPTHS -ADD FOR EACH 2' :04 :05 :06 I I U I I I I I I I I I I I I [li City of Fayetteville D1-7(2) Sewer System Improvements 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 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 completed by the Contractor. The manhole shall then be retested as described above until a successful test is made. D. Measurement and Payment No contract unit prices are established for manhole testing. However, specific sections of the Contract Documents indicate that certain percentages of various contract prices will not be eligible for payment unless testing has been performed. END OF SECTION D1-7 I. I I H ' D1-7(3) City of Fayetteville Revised 3/27/95 Sewer System Improvements I ' 1. Scope D1-8 SANITARY SEWER REPAIR TESTING This section describes sewer repair testing required to effectively confirm the watertight integrity of sewer lines following sanitary sewer repairs including all point repairs. ' 2. Description ' All repaired sewers shall be tested by the Contractor to determine if infiltration and inflow have been eliminated through rehabilitation work. The testing required shall be as designated by the Engineer and documented to the satisfaction of the Engineer. Internal television inspection during high groundwater ' conditions shall be performed on all repaired sewer line segments, after backfilling has been completed, to verify the adequacy of the sewer pipe rehabilitation work. Cleaning and internal television inspection of existing ' sanitary sewers shall be performed in accordance with Section D2-15 of the Specifications. ' B. Materials Not specified. Sewers with selected sewer repairs shall be internally 11. televised with a color camera while jetting the backfill to simulate high groundwater conditions to determine the adequacy of each repair. In areas where the repaired ' sanitary sewer section crosses an existing storm drain or ditch, dyed water flooding of the storm drain (using suitably sized pneumatic or mechanical pipeline plugs) or ditch section shall be required along with concurrent ' internal televising of the sanitary line segment. The downstream sanitary manhole shall be checked for evidence of dye in the sanitary manhole. If dye does not immediately appear, a period of one hour shall elapse before internal television inspection is performed. The test shall be performed in the presence of the Engineer. ' VHS video tapes of the entire sewer line segment shall be provided to the Engineer. D1-8(1) City of Fayetteville ' Sewer System Improvements I 2. Acceptable Limitations for Acceptance The following observations shall be utilized to determine if repairs are inadequate or improper. 1) Leaking Joints greater than one (1) drip per five (5) seconds. 2) Offset or misaligned joints greater than 1/4 inch 3) Cracked or broken pipe 4) Poor grade 5) Any other defects determined unsafe or hazardous by the Engineer 4. VHS video tapes shall become the property of the Owner following completion of construction. If the repair of the defect is determined to be improper or inadequate by the Engineer the Contractor shall again repair the defect at no additional compensation. D. Measurement and Payment No Contract Prices are established for Sanitary Sewer Repair Testing. However, specific sections of the Contract Documents indicate that certain percentages of various Contract prices will not be eligible for payment unless testing has been performed. END OF SECTION D1-8 City of Fayetteville D1-8(2) Sewer System Improvements ' D1-9 SANITARY SEWER CONSTRUCTION TESTING IA. General ' 1. Scope This Section governs the furnishing of all labor, equipment, tools and materials, for the performance of acceptance tests. 2. Description The Contractor shall furnish all materials, water, ' equipment, labor and reports for the required tests. All pipelines, including repaired building service lines shall undergo and pass tests to determine the soundness and workmanship regarding alignment, grade, infiltration, exfiltration and/or pressure. Pipelines • which do not conform to the project requirements shall be repaired and/or replaced along with all appurtenant ' work necessary to complete the entire work according to the Contract Documents at no additional cost to the Owner and shall be retested until the pipeline is of a ' condition meeting the project requirements. Results of each test shall be recorded by the Contractor in a neat, professional manner and three (3) copies shall be submitted to the Engineer. Test shall be performed ' after backfill and compaction operation has been completed. Testing for acceptability of the sanitary sewers shall be conducted by: a. Internal Inspection ' b. Infiltration Test c. Low Pressure Air Test (Exfiltration) d. Deflection Test ' At a minimum either the low pressure air test or the infiltration test, in addition to internal inspection, ' shall be required for acceptance of the sanitary sewers. Deflection testing shall be required for polyvinylchloride pipe. Where the new sewer constructed replaces an existing sewer with active service ' connections, only internal inspection during high groundwater conditions shall be required. The Engineer may require individual joints to be pressure tested. If all joint test results conform to the specified leakage then the cost of the test will be paid for by the Owner. If any joint test results do not conform to specified ' leakage, then the cost of the test and repairs required to properly install the pipe will be paid for by the Contractor and at no additional cost to the Owner. ' Dl -9(l) City of Fayetteville Sewer System Improvements Replacement sewers and service laterals that parallel or ' cross storm drains or ditch sections shall also be tested in accordance with Section D1 -8.C.1 to determine that inflow has been eliminated from the sewer system. , B. Materials Not specified. C. Execution 1. Alignment and Grade ' Check alignment, grade and visible infiltration by ' methods of visual internal inspection; and by television inspection. Laser equipment is recommended to test the pipe grade and alignment. a. Visual Internal Inspection 1 1) Clean pipe of excess mortar, joint sealant and other dirt and debris prior to inspection. 2) Inspect sewer by flashing a light between manhole and/or by physical passage where space permits. Determine from illumination and/or physical inspection the presence of any misaligned, displaced, or. broken pipe and the presence of visible infiltration or other defects. b. Internally inspect each line closed circuit color televis presence of the Engineer. In video tape of the sewer line tapes to become the property completion of testing. segment utilizing a ' ion camera in the addition, provide a to the Engineer with of the Owner following 2. Infiltration I Conduct infiltration tests on sewers before acceptance by the Owner. For sewers with a diameter less than twenty-four (24) inches, the infiltration-exfiltration shall not exceed one hundred (100) gallons per day per inch of. nominal diameter per mile of sewer line for any section of the system. For sewers with a diameter twenty-four (24) inches or greater, infiltration- exfiltration shall not exceed six thousand (6,000) gallons per day per mile of pipe. I City of Fayetteville D1-9(2) Sewer System Improvements 1 • • I [1 I I Install weirs or other suitable flowrate measuring devices adequate to determine to the satisfaction of the Engineer that the specified infiltration limit is not exceeded for the reach of gravity sewer where evidence of infiltration is discovered. Where the specified infiltration limit is exceeded, repair or replace the defective reach of pipeline. Following repair of defective reaches of pipeline, remeasure infiltration flowrates and make additional repairs until an acceptable infiltration flowrate is achieved. 3. Low Pressure Air Testing of Gravity Systems (Enfiltration) Ia. Test manholes in accordance with Section Dl -7. I I b. Pipelines Test each section of gravity pipeline between manholes and/or structures after backfilling, separately with equipment and methods as outlined below. Ii) Contractor shall perform air tests for all pipe sizes unless the pipe is of concrete construction. Concrete pipe must pass a weir ' test. 2) Furnish facilities required including necessary piping connections, test pumping equipment, ' pressure gauges, bulkheads, regulator to avoid overpressurization, and miscellaneous items required. ' a) The pipe plug for introducing air to the sewer line shall be equipped with two taps. One tap will be used to introduce air into ' the line being tested through suitable valves and fittings, so that the input air may be regulated. The second tap will be I. fitted with valves and fittings to accept a pressure test gauge indicating internal pressure in the sewer pipe. Additional valve and fitting will be incorporated on the tap used to check internal pressure so that a second test gauge may be attached to the internal pressure tap. The pressure test ' gauge will also be used to indicate loss of air pressure due to leaks in the sewer line. I I I D1-9(3) City of Fayetteville Sewer System Improvements 0 ' b) The pressure test gauge shall meet the following minimum specifications: Size (diameter) 4-1/2 inches Pressure Range 0-15 psi Figure Intervals 1 psi Increments Minor Subdivisions 0.05 psi Pressure Tube Bourdon Tube or diaphragm Accuracy Plus or minus 0.25% of maximum scale reading Dial White coated aluminum with black lettering, 270 degree arc and mirror edge Pipe Connection Low male 1/2 inch N.P.T. Calibration data shall be supplied with all pressure test gauges. Certification of pressure test gauge will be required from the gauge manufacturer. This certification and calibration data shall be available to the Engineer whenever air tests are performed. 3) Test each reach of sewer pipe between manholes after completion of the installation of pipe and appurtenances and the backfill of sewer trench. 4) Plug ends of line and cap or plug all connections to withstand internal pressure. One of the plugs provided must have two taps for connecting equipment. After connecting air control equipment to the air hose, monitor air pressure so that internal pressure does not exceed 5.0 psig. After reaching 4.0 psig, throttle the air supply to maintain between 4.0 and 3.5 psig for at least two (2) minutes in order to allow equilibrium between air temperature and pipe walls. During this time, check plugs to detect any leakage. If plugs are found to leak, bleed off air, tighten plugs, and again begin supplying air. After temperature has stabilized, the pressure is allowed to decrease to 3.5 psig. At 3.5 psig, begin timing to determine the time required for pressure to drop to 2.5 psig. If the time, in seconds, for the air pressure to decrease from 3.5 psig to 2.5 psig is greater than that shown in the table below, the pipe shall be presumed free of defects. I I I I I I I I I I I I I 11 I I I City of Fayetteville D1-9(4) Sewer System Improvements I • ' Pipe Required Time Maximum Size per 100 LF Required Time ' 8" 70 sec. 227 sec. 10" 110 sec. 283 sec. 12" 158 sec. 340 sec. ' 15" 248 sec. 425 sec. 18" 356 sec. 510 sec. 21" 485 sec. 595 sec. 24" 634 sec. 680 sec. ' 27" 765 sec. 765 sec. 30" 851 sec. 851 sec. 33" 935 sec. 935 sec. ' If air test fails to meet above requirements, repeat test as necessary after leaks and defects ' have been repaired. Prior to acceptance all constructed sewer lines shall satisfactorily pass the low pressure air test. IS) In areas where groundwater is known to exist, install a one-half (1/2) inch diameter capped pipe nipple, approximately ten (10) inches long, ' through manhole wall on top of one of the sewer lines entering the manhole. This shall be done at the time the sewer line is installed. Immediately prior to the performance of the line ' acceptance test, determine ground water level by removing pipe cap, blowing air through pipe nipple into the ground so as to clear it, and then connecting a clear plastic tube to pipe nipple. The hose shall be held vertical and a measurement of height in feet of water shall be ' taken after the water stops rising in this plastic tube. Divide the height in feet by 2.3 to establish the pounds of pressure that will be added to all readings. 4. Deflection Test ' Polyvinyl chloride pipe shall be tested for deflection as outlined below: ' a. 100 percent of the polyvinyl chloride sewers shall be tested for deflection. b. A five (5) percent "GO -NO GO" Mandrel Deflection Test shall be performed on all PVC, HDPE, and PVC Composite gravity sanitary sewer pipe. These pipes shall be mandreled with a rigid device sized to pass ' five (5) percent or less deflection (or deformation) of the base inside diameter of the pipe. The mandrel (GO -NO GO) device shall be cylindrical in shape and constructed with nine (9) or ten (10) ' evenly spaced arrows or prongs. The mandrel diameter dimension "D" shall be equal to the inside ' D1-9(5) City of Fayetteville Sewer System Improvements 0 0 I diameter of the sanitary sewer. Allowances for pipe wall thickness, tolerances of ovality (from heat, shipping, poor production, etc.) shall not be deducted from the "fl" dimension , but shall be counted as part of the 5 percent deflection allowance. As an example, the dimensions for the mandrel shown in Figure 1-9.3 for ASTM D-3034 PVC pipe shall be as listed in Table 1-9.2. Each pipe material/type required to be Mandrel tested shall be tested with a mandrel approved by the pipe manufacturer and meeting the requirements of this Section. The "D" mandrel dimension shall carry a tolerance of ±0.01 inches. The mandrel shall be hand pulled through all sewer lines. The test shall be performed without mechanical pulling devices. The Engineer or Owner's Representative shall be notified at least 3 days in advance of test and be present for all tests. The contact length (L) shall be measured between points of contact on the mandrel arm. The length shall not be less than as shown in Table 1-9.2. The Contractor shall provide proving rings to check the mandrel. Drawings of mandrels with complete dimensions shall be furnished by the Contractor upon request for each diameter and specification of pipe. c. Individual lines to be tested shall be so tested no sooner than 30 days after they have been installed. U. Wherever possible and practical, testing shall initiate at the downstream lines and proceed towards the upstream lines. e.. No pipe shall exceed a deflection of 5 percent. ' I I I I I Li I I I I Where deflection is found to be in excess of 5 percent of the original pipe diameter, contractor shall excavate to the point of excess deflection and carefully compact around the point where excess deflection was found. The line shall then be retested for deflection. If the deflected pipe fails to return to the original size (inside diameter) the line shall be replaced. P U-.- -11-! -1!•M I11-! No contract prices are established for Sanitary Sewer Construction Testing. END OF SECTION D1-9 Li I I I I City of Fayetteville D1-9(6) Sewer System Improvements I E TABLE 1-9.2 (9 Arm Mandrel) "D" DIMENSIONS FOR ASTM D3034 SDR 35 For Deflection of 3% 5% NOM. DIA. L (In.) (In.) 8 8 7.71 7.56 10 10 9.63 9.45 12 10 11.46 11.26 15 12 14.03 13.78 (10 Arm Mandrels) "D" DIMENSIONS FOR ASTM D3034 SDR 35 For Deflection of 3% 5% NOM. DIA. L (In.) (In.) 8 8 7.72 7.58 10 10 9.65 9.48 12 10 11.48 11.29 15 12 14.06 13.82 Scallop. mn proud 3C IOon . oddlrioral cl.aranc. T .O'Fo 9 omm far small nor.. and �50" debris N paI I \ 1 r ♦ weld Da.� 4ET, swivel °"Cal aIn Ida to i` 1 1 /-` D.n or on o \ ndac. welam of - / ram rgr maldr,Y r'� 112 13/16" Dar nod> LDNGrru INAL SECTION CF MANDREL 'if rod rams TRANSVERSE SECTION Cf MANDREL Omar if'. V iCo an n prrntlad If il.p.Cran Sot .snt omrory. 10 102 2r•0.01 END VIEW OF PROVING RING EXAMPLE MANDREL AND PROVING RING • (for PVC pipe meeting ASTM D- 3034 only FIGURE 1-9.3 D1-10 TRENCH SAFETY SYSTEM A. General ' 1. Scope ' This section describes the trench safety requirements for construction of sanitary sewers and appurtenances in accordance with the Contract Documents. 2. Description The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, subpart P -Excavations shall be the minimum governing requirements for trench safety. 3. Trench Protection I I I I I I I 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. I. u. 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. I D1-10(1) City of Fayetteville Sewer System Improvements 0 1 D Payment for the trench safety system shall be at the Contract Lump Sum price for trench safety system installed in sewer line trenches exceeding five feet in depth. Trench depth is the vertical measurement from the top of the existing ground to the bottom of the pipe or structures. Payment will be made only when trench excavations exceed a depth of five (5) feet for any given location(s) in this contract 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 Dl -10 I I I I I Pl I I I I I I I I L City of Fayetteville D1-10(2) Sewer System Improvements L I I I H I 11 I I I I I I I I U H § 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 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) Coamino 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 At,ORrrv: 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. Cale -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 J 0 0 I r, I LJ 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 15 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 n H I I P L I I C I I H I I I n I LJ L L] ,I 1_J I I I I I I I I 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 —(1) Structural ramps. (i) Structural ramps that are used solely by employees as a means of access or egress from excavations shall be designed by a competent person. Structural ramps used for access or egress of equipment shall be designed by a competent person qualified in structural design. and shall be con- structed in accordance with the design. (ii) Ramps and runways constructed of two or more structural members shall have the structural members 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 S • 1 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 —(1) 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. (1) 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- vacions 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 m:,ans 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)(l) 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 375 I I ,1, is I I I I I LI Li 1 I I I I I H I L� I I I U I I 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. (j) 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. 154 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. (I) 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 • • t I 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)(l)(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- pendices 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; (ClExplanatory 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 (J) —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)(1); 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 Nfanufac- 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 specificationsrecommenda- 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 A I I F ,t. I I I I I I 1] I I LI I I I I I 1 I I I I I I I 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. (i) 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 1 0 1 I I Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. A 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- eralloads. (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- scalled. 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 51926.652(b)(2) as a method of protection for employees from cave-ins. This appendix also applies when timber shoring far exca- vations is designed as a method of protection train 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 - pies given below are based on. in whole or in part. the following: American Society for Testing Materials (ASTM) Standards D653-85 and D2488; The Unified Soils 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 wher. 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 [1 I I It ii I I I I I I [1 [1 1 I • 11 1 1 F I I U I I I I I I 11 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 (tsp (144 kPa) or greater. Ex- amples of cohesive salts 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:IV) 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 that. 0.5 tsf (48 kPa) but less than 1.5 tsf (144 kPa): or (ii) Granular coheslonless 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:I V). but only if the material would otherwise be classified as Type B. Type C means: (i) Cohesive soil with an unconfined com- pressive strength of 0.5 tsf (48 kPa) or less: or (ii) Granular soils including gravel, sand. and loamy sand: or (iii) Submerged soil or soil from which water is freely seeping: or (iv) Submerged rock that is not stable. or 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: IV) or steeper. Unconfined compressive strength means the load per unit area at which a soil will fail 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 analvaes. 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 laver 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. —(1) 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. (I) Observe samples of soil that are exca- vated and soil in the sides of the excavation. Estimate the range of particle sizes and the relative amounts of the particle sizes. Soil that is primarily composed of fine-grained 380 1 0 $ 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 sail 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 spans 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 waterwater 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- vation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. (2) Manual rests. 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 '/s -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 'A -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 (254 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 51926.652(6)(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 1 I I I. i I C1 I I I. I 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 spalling 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 —(1) Soil classification. Soil and rock deposits shall be classified in ac- cordance with appendix A to subpart P of part 1926. (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 ½ 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 51926.651 (i). (4) Configurations. Configurations of slop- ing and benching systems shall be in accord- ance with Figure B-1. SOIL OR ROCK TYPE HA(IMUM ALLOWABLE SLOPES(H:V)Cl) FOR EXCAVATIONS LESS THAN 20FEET F1FFP 13) STABLE ROCK VERTICAL ( TYPE A !-1 VE4 939 TYPE C 1:1 (459 TYPE C 1y: 1 (340) 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/2BaV (63') is allowed in excavations in Type A soil that are 12 feet (3.67 m) or less in depth. Short -tarn 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. 0 Occupational Safety and Health Admin., Labor Pt. 1926, Subpl. P, App. B Figure B -I Slope Configurations (All slopes stated below are in the horizontal to vertical ratio) B-1.1 Excavations made in Type A soil. 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of V.:l. 20'I Hax. A 1 3/4 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 'h:l. 12' Max. 1 1/2 SIMPLE SLOPE —SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of V. to land maximum bench dimensions as follows: 383 I I I i FI I I I I 1 I I I I I I I I . • I I I Pt. 1926, Subpt. P. App. B 29 CFR Ch. XVII (7-1-99 Edition) SIMPLE BENCH I .a 20' Max. 1 Max. 7 3/4 i 4' Max. j I, 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 344 feet. o Al 8' Max. 3/4 1 I 3½' Max. 1 UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 8 FEET IN DEPTH All excavations more than 8 feet but not more than 12 feet in depth which unsupported vertically sided lower portions shall have a maximum allowable slope of 1:1 and a maximum vertical side of 3'h feet. r al 2' Max. 3½' Max. 384 I • 0 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B UNSUPPORTED VERTICALLY SIDED LOWER PORTION-MAXIMUNI 12 FEET IN DEPTH Al] 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 IS inches above the top of the vertical side. u ort or shield 5 stem 20' Max. 3�4 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-1.2 Excavations Made in Type B Soil L 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 I I I a F I Pt. 1926, Subpt. P. App. B 29 CFR Ch. XVII (7-1-99 Edition) This bench allowed in cohesive soil.only. �— 20'I Max A 1 Max. SINGLE BENCH LThis bench allowed in cohesive soil only i 20' Max. 4' Max. / l 4' Max. MULTIPLE BENCH 3. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least IS inches above the top of the vertical side. Al! such excavations shall have a maximum allowable slope of 1:1. Support or shield system j 20' Max. I F� 1 8" Min. Total height of vertical side VERTICALLY SIDED LOWER PORTION 4. Al! other sloped excavations shall be in accordance with the other options permitted in S l926.652(b). • • i I occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B B-1.3 EXCAVATIONS MADE IN TYPE C SOIL 1. All simple slope excavations 20 feet or -less in depth shall -have a maximum allowable sla�� f 1'ha. yr I I 14 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 14x:1. Support or shield system I 20' Hax. 18" Min. Total height of vertical side VERTICAL SIDED LOWER PORTION 3. All other sloped excavations shall be in accordance with the other options permitted in § 1926.652(b). B-1.4 Excavations Made in Layered Soils I. 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. 1 I I 387 1 I I 1 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-99 Edition) I 8/it I A t 7/4 0 OVER A — c t A I 3/4 C OVER A I /^I e � t C OVER d I I I 1 388 I I, [1 Occupational Safety and Health Admin., Labor A OVER B A OVER C Pt. 1926, Subpt. P, App. C A 1 - C t e �l c K I 1§ B OVER C 2. All other sloped excavations shall be in accordance with the other options permitted in § 1926.652(6). APPENDIX C TO SUBPART P —TIMBER SHORING FOR TRENCHES (a) Scope. This appendix contains informa- tion that can be used timber shoring is pro- vided as a method of protection from cave- ins in trenches that do not exceed 20 feet (6.1 m) in depth. This appendix must be used when design of timber shoring protective systems is to be performed in accordance with §1926.652(c)(t). Other timber shoring configurations: other systems of support such as hydraulic and pneumatic systems: and other protective systems such as slop- ing. benchingshielding. and freezing sys- tems must be designed in accordance with the requirements set forth in § 1926.652(b) and S 1926.652(c). (b) Soil Classification. In order to use the data presented in this appendix. the soil type or types in which the excavation is made must first be determined using the soil clas- sification method set forth in appendix A of subpart P of this part. (c) Presentation of Information. Information is presented in several forms as follows: (1) Information is presented in tabular form in Tables C -I-1, C-1.2. and C-1.3, and Ta- bles C-2.1. C-2.2 and C-2.3 following para- graph (g) of the appendix. Each table pre- sents the minimum sizes of timber members to use in a shoring system. and each table contains data only for the particular soil type in which the excavation or portion of .1 I I I I I 11 I I 11 I I 1 Li I I I I I I I Ii I I I 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. —(1) Di- mensions of timber member. (i) The sizes of the timber members listed in Tables C-1.1 through C-1.3 are taken from the National Bureau of Standards (NBS) report. 'Rec- ommended Technical Provisions for Con- struction Practice in Shoriuc and Sloping of Trenches and Excavations." In addition. where 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-1.1 through C-1.3 refer to actual dimensions and not nominal di- mensions 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.G52(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). (ii) 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 lords Imposed by structures or by stored material adjacent to the trench weigh in excess of the load imposed by a two - foot 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 210 -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 ate 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 or Tables. The members of the shor- ing systrn chat 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. (f) Examples to Illustrate the Use of Tables C- 1.1 through C-1.3. (1) Example 1. A trench dug in Type A soil is 13 feet deep and five feet wide. Front Table C-1.1, for acceptable arrange- ments of timber can be used. Arrangement #Bl 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 1 I 1 I Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. C Space 2x6 uprights at four feet hori- zontally. , Arrangement #B3 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 I3 feet deep and five feet wide. From Table C -l.2 three acceptable arrangements of members are listed. Arrangement #B1 Space 64 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-1.3 two acceptable arrange- ments of members can be used. Arrangement #B1 Space 8x8 crossbraces at six feet hori- zontally and five feet vertically. Space loxl2 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 8x111 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 11 feet wide. The size and spacing of members for the section of trench that Is over 15 feet in depth is determined using Table C-1.3. Only one arrangement of mem- bers is provided. Space 8x10 crossbraces at six feet hori- zontally and five feet vertically. Space 12x12 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 1926.651(c). 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 rhall not exceed 36 inches. When mudsllls 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 jacks 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. 391 1 I I I I .1 I I I I I I [1 I I I I 11 I I] I I I I I Pt. 1926, Subpt. P. App. C 29 CFR Ch. XVII (7-1-99 Edition) y x LI N Q C. N J C IC Ifl IO 6 x K Z N N O pF 'D $ W x W N W 1` J o b J C K Q 0 Ia. •O V It IC •C N N ^ • x 4L G O r, n = P W W N W L V C Y L r-. w 1 • 1 FY on 6,JW 0 V NJ N N N 4C W � Q O O O O O O Wes. y_ 6 a O O x s x K K x x, a n - Z6• 4, C0 0C O b 0 O •- N N.r CL N C V Z" « I- W mE C O O O O v C O O O NL' WQIa. O O y S S 7 N v Nc O o O mL N 1-' 'D 'O Itb 'D '0 C0 0 0 ^' N K x a K K •C x x K X X K C N b b b V N 0 b N 0 C - • O Y u C O " u ~ 0 0 0 0 ^ C 9 W N J NIC U b N x 0 x K x x K K 6 x x K x •O •O 'D V C0 L, LL J U u •C J •O 'C M 2 Q u Q W Z S W y r 'D •O Vje�� •OK Xbul NLi x x'O V 'Ox x'C bO O H H NC. 6 N _ 7 Lao LL y f O O O O N O O >N CO2W N F ^ - N N O F - - O 6LL H- 392 Occupational Safety and Health Admin., Labor • Y tnt Y L z N 1 Cu W 5- C'. W N 2 V Z _ IN N H A N 0. V W Y P. W ti Zr r 1-• N Pt. 1926, Subpt. P, App. C a V N W N % 4 % a W N N N Ca,.. .W Y 0 o a N N N N N M a W O a p i O N N In ^ In V CL Z •^ X r41 6V W N N N N N N N N W 1 pL h N v W 6 W O O O N 7 N r 3 m N 0 O O O N y- 0 C m i F •- Ca N N N N N N V W N N N WCW L C O O 0 C-0 - N X X X % V X W 0 O 0..• •C b •C O tc O ~ N N N y % X % % X C W L O `O •V •O m Y J Cd 6CV N N ZZ P % X X % J % V S m 9 it 6 •O •O •O C O -^ N O O N % K X % X V a •a •O •O `O j C O 3 N •O % >1 N N N NIz 0 V J tO d `ON W 0 • V^ p G O O O O O .- HmV 0 `O CV W N J > > NZ Z^ y' w Vy- h 0 0 WO WO>IW N 0 O O Y 0 G X 1• f {ter 393 I 1 I I I I I 1 1 1 1 Pt. 1926, Subpt. P. App. C 29 CFR Ch. XVII (7-1-99 Edition) c. Id I La U CM 'La J 0,-I 6 Y N YY Z ` 2 Y N N N O W -. W Y. C m = O J J W N• m m m m u (c o e N N N N n Y V = V - 2^ F f' N N N N N W<W 7L"w NZ O N N N N N C O N O C. N V Z ` ��� N N N N N 7y W O O O O O O C YN m O O m 0 X O O O O a Y m m - r W 1 m m m m C C O { V F O O O 9 C C C C 6 N m 0 m C C N 0-. O O O O 6 0 m C m m V CC 0 m m Y = b O G 310 0 0 — 0 C C m m m W+ . V.-. _ H _ F r .. _ ,UW F F t' F. m m Y Y m C O u ' Y Y Y Y Y Y Y Ca a O< a tl S CO Y C Z. SIC CO CO Y C0. 0. • CO L J NZ NZ N NZ NZ C N J S NZ ^ i Z W O D W O Y N O O H N 7 N W O W W F 0. 0 F 394 Occupational Safety and Health Admin., Labor Ii Z ¢ u -I. o N W u 'a Z `+ F W N n n r V H m S H 1 X F VZ I , N 9 6 U • ncca 0. W , O - F U, Pt. 1926, Subpt. P. App. C U O ti 41 � O O � � a d v.¢ U 'r' N a V a. 6 O 6 3 n O V O V u V V V a ,C a a % U, n n O n n •• V +�E� V Z p O P u CP V 4 V Z� V V V V V V >L4 N V O O _ F4 M• % % SJ C % SY % % % % % 0 m 0 y' Y 0 0 x 'a 0 9 a .i f a C V C `L V V V V V d Y 6 W `T N •O a •O a •� •O N C b N m 0 a J d b � W .% •%O .%O •%D W a a W b a a a •O 'O 0 Y f u •o % �. : V v a .O •O V• .o .O a a b a :•. _ _ __ V N V __ V a __ b a a .O a a 6 F a V b b b V u V V V a a Y j N C V u a a V a a a a a a % a % V % % X % X % X % % X a a V V V V V V a a a a a O a a V a a a a a a a V V % X X % X x % X % x % a ,• x u u u u a a a a •fl a. a u V 7 �W O • V O O O O J O O O O O O O 4 r W 0 W O 6 W 0._ 20.1Y Nv 1 _ _ _ O 2 F WI ZV Ea N O O - f n >I WO 4. W F O p Y. 395 I 1 I I I I I 1 I 1 I I I I I Pt. 1926, Subpl. P. App. C t 1y y an V Y r J O N W -u W m WU IV V u 29 CFR Ch. XVII (7-1-99 Edition) _U ry V % -+ N 6 X Z `T N 0 W n ry m m W t V J O 0 O ry J J J X O c u n u V , H n • U Z N C V N „ N N N Si Si N •� U W < i 6 3 O O O ^I u -_ n Y Y r 0 m m % % N W t0 O O m O v •YO C C U F Si N N SiN SiN Si Si Si W W J W N < Si •O •O m m m m 0 C m C C C C 0 .0 •O •O N C -0 y W Y ry J b N C C C C C C W LL r C 0 0 •O •O •O •n C C O • ~0' Z 1 b N •O J C C C 0 % 0 % Y: a C u u m u u u •%Y LL O O r• O J b •C •O C m % % % % % % d '0 . •n m 0 u u u 0%p .O a .O K Y % % % .i 1 % % % % N •D C r � u u .� a u •Y W f Q � Z F Y F• � F 1- f r .Z..F O b m O tl N 0 uC W 6 V W •O m V y Y NZ N N J � NZ 7 p J Z Z Edo Si Si ry ry CAF Si O O O f O IWW Y 396 fl Occupational Safety and Health Admin., labor I. Ia en pa Pt. 1926, Subpt. P, App. D U rr U Y J N -0 W V W 4 6 " wv Y J '( 3 J S z b • .o '0 b J NIa % X n n n -r • U U MF Y V W N N N N N Ia <W 7 4__ N I. a O O O 0 ^ O '>F CZ L WW N N N N N N O Cr f"• Sn m 9 m m m 0 m m 0 0 m 0 O f p m m Co m C. 1 % m 6 Co m m O .C .o m Co m m 0 J 0 0 j 0 Y V 7 c O M 0 C .n m Co J m '0 b .0 Co C 3 O .C .0 a Co m Co m 0 b J V m F . U.-• p p F 0 NZF F• Y l0-. — F ti M W Y U W J Co O CO 0 u J Y 0 V W 0<". Yu UY On V0 Y 0 W o 4104101100 N to j j Oy NZ 7 O NZ NZ J NZ 1Z n m Z O O O O - - H H iN W O W W N Y O o K4 F" 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.Im) In depth. This ap- pendix must be used when design of the alu- minum hydraulic protective system cannot be performed in accordance with 51926.652( 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 397 I I I I I 1 i 1 1 0 • I Li I I I I I I I I I Li C1 I I 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: (I) Information is presented in tabular form in Tables D -1.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 Cr portion of the excavation is made. Tables D-1.1 and D- 1.2 are for vertical shores in Types A and B soil. Tables D-1.3 and D1.4 are for 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 (1) 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 -TG or material of equivalent strength and properties. (2) Hydraulic cylinders specifications. (i) 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. (I) It Is not intended that the aluminum hydraulic specification apply to every situa- tion that may be experienced in the field. These data were developed to apply to the situations that are most commonly 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 1926.652(c). (ii) 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 § 1926.652. (A) When vertical loads imposed on cross braces exceed a 100 Pound gravity load dis- tributed on a one foot section of the center of the hydraulic cylinder. (B) When surcharge loads are present from equipment weighing in excess of 20.000 pounds. (C) When only the lower portion or a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables D -L1. D-1.2. D-1.3 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 .vale 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 I: 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 c.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 M 0 r 1 11 I I 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 x52) spaced 5.5 feet o.c. horizontally and 4 feet o.c. vertically. plywood (per footnote (g)(1) to the D -I 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 18 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. 342 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 %vale with a section modulus of 7.0 and 2 inch diameter cylinders spaced at 6.5 feet o.c. horizontally. Or. find horizontal wale with a 14.0 section modulus and 3 inch diameter cylinder spaced at 10 feet o.c. hori- zontally. Both wales are spaced 4 feet o.c. vertically. 3x12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (g) Footnotes, and general notes. for Tables D-1.1. D-1.2. D-1.3, and D-1.4. (1) For applications other than those listed in the tables. refer to § 1926.652(c)(2) for use of manufacturer's tabulated data. For trench depths in excess of 20 feet, refer to § 1926.652(%) (2) and § 1926.652(%) (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 farm). 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 I I I I I I I I I I C] I I Pt. 1926, Subpt. P. App. D 29 CFR Ch. XVII (7-1-99 Edition) ALUMINUM HYDRAULIC SHORING ' FIGURE NO. 1 TYPICAL INSTALLATIONS FIGURE NO. 2 n•>uuC YOYq SI. TIL YWOI 1.•J} W4W •rrl•rrl.G •Tarr ' I•II. I•ACNI Y OAL$OY$AL XOXIIOYTAL SIAc1YG. SIACIXG ' V[Y$IGl TAIL ITOSAYLIC CLLIYO{5 w •� 1 M. VIRTICAL LSAIL Y to uuuc c5u AX. XGu la•X • P11000 5_ VIETICAL VACI196 n ; a VIAIICAL VI IM CIA: L y�jN• 4• MAY. • v Y AMAX. U MAX. $' MAX. I FIGURE NO. 3 FIGURE NO. 4 ' YIy CY YO.Iw YwIWwA4•.IAG •"ab YICIOYI •ro-.uCyoro •4 wnY• ALI ) SAINTING IlvP 61 0\ InrCY /' 4 ••' XOAIf OYfAI SPACING O •0 I. wW i YIOAAYLIC VCAING Y[SN UI SAIL $' MAX C1L NOlA Sl.c � [ nC XYOSAYLIC II p CVLINOu VIICI CAL SVACIYO • It •, MAX V •Y\ $! MAX. ' 400 1 Occupational Safety and Health Admin., Labor 0 z 0 Nt2a u0u paNF <zFN F ��O z > 0 Pt. 1926, Subpt. P, App. D eiv U O O FV V 6 W I-. O > 0 za0 O 3 � m O _ Ow Zi z z 0. o U U U M o �d C W - o s 0 z �U i0 4WD ro m N li. Z 0 L•1 > 0 OO a^ L•IoOvf O ^ a 41 0 v,Oo N 7 O Ui 0 401 wzz I 1 i I I I I I 1 I 1 I i I I ' Pt. 1926, Subpt. P. App. D 29 CFR Ch. XVII (7-1-99 Edition) ouJ cO WE - o ❑ E2 5 4 F ? p 0 O m F E 1 ❑ z 3 z o 0 u� Ui I- C g ry U C'i {si z = '❑ H T , C ❑<hE• u o m 5- U y J E-7� 0 �—c u�] .: S 6 W d v u ' 7 N O < z S z — N v v zu cEE N N < O N OVD ❑ ❑ m c c z <'<' O 5 u u O ' O V U OZ �y W NFO W OO_N > NON UI 0 :. .-. li 0 7 O O Ste u u gzz 1 402 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. D ^1 M L N `LF1 I m g ZO N F I M es - z z z z z z z z z H J M M M M M M M M M y a ❑ U0 - U O 00 O 00 Yf 00 m CU < m P N b W O N So P =i W O W ❑ µ y WF N N N N Z - O Z Z" _ Z Z z Z Z z z O Nz M NO M M NO M M < z z z z z z V a 7 u'o - m U dz ❑ C O O O O O O .. O O 0 j m P N `O w O vt `D P L r c_ xx z 3 z+ z z z z z_ z z z z m j N N M Cl M M N M M d U O O O, O 00 N O O {V O< d P N V m O N Yi P0 $6 z Z N CJ ^ y, O O N O O N O O 7 Z pj r M C., OF W 5 " 3 U? v a - 4 O o o F N �y z W" F O w O F N W _M ry W O O O O E. 403 I I I I I I I I I I I I i I I V Pt. 1926, Subpt. P. App. D z O S ,n un V v VFW m Y � Z -JJ 29 CFR Ch. XVII (7-1-99 Edition) I I U— n I I I Ov ttl Ni N.. K I. % m m m iZ z z z z z z z z J< m m m m m m m m m }G - Nz KO o r O o v o v. 0 UJ V b O O vl m n Vf V Cl, > x< I3 w ❑ CO NZ_" ^ Z- Z ZN Z Z ZN Z T �i O j<NCNQ r "O n m No m n U j u5 Z Z z .- ,c. m V C N o o • o h a o •<! O " z0 ' C c r m ri r �o > _ _c } 2 3 u n z z z z z Z_ Z m z= _- J N _ N m N n n —z N _Z n GG a n O O N O in O O �D 0< �O � C P in (O m N V b Z ZN 0 J ^ N O O in O O in O E0 Z m r- fl m N O m N y N� Q 3 J y 62 ^ F< c a a � y 4 W W OO C €'LL2 o0v W R' O W hO0 O N W L O- O O > ❑ f 0 APPENDIX ETC SUBPART P —ALTERNATIVES TO TIMBER SHORING 404 0 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. E Figure 1. Aluminum Hydraulic Shoring 18" M VERT SPAC 41 MA RTICAL RAIL YDRAULIC CYLINDER Figure 2. Pneumatic/hydraulic Shoring 0 O O O O 405 1 I I 1 I I I I I I Pt. 1926, Subpt. P. App. F 29 CFR Ch. XVII (7-1-99 Edition) Figure J. 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). 406 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. F Is the excavation more than 5 feet in depth? Is there potential for cave-in? I NO I yFg I Is the excavation entirely in stable rock? 1�7 Excavation may. be made with vertical sides. Excavation must be sloped, shored, or shielded. Sloping Shoring or shielding selected. selected. Co to Figure 2 Co to Figure 3 FIGURE 1 - PRELIMINARY DECISIONS 407 Pt. 1926, Subpt. P. App. F 29 CFR Ch. XVII (7-1-99 Edition) Sloping selected as the method of protection Will soil classificat be made in accordance with 1926.652 (b)? Excavation must comply with I Excavations must comply one of the following three wichJ1926.652 (b)(1) which options: requires a slope of 1½H:1V (340). Option 1: 1926.652 (b)(2) which requires Appendices A and B to be followed Option 2: ,1}1926.652 (b)(3) which requires other tabulated data (see definition) to be followed. FIGURE 2 - SLOPING OPTIONS Option 3: .51926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. F ' Shoring or shielding selected as the method of protection. Soil classification is required when shoring or shielding is used. The excavation must comply with one of the following four options: Option 1 51926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). Option 2 §1926.652 (c)(2) which requires manufacturers data to be followed (e.g. hydraulic shoring,trench jacks, air shores, shields). I. Option 3 $1926.652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). i Option 4 31926.652 (c)(4) which requires the excavation to be designed by a registered professional engineer (e.g. any designed system). FIGURE 3 - SHORING AND SHIELDING OPTIONS , • 1 409 ' • TABLE OF CONTENTS ' FOR PART D -SPECIAL CONDITIONS DIVISION 2 ' SITE WORK ' Section Subject D2-1 SITE PREPARATION ' D2-2 REPLACEMENT OF MANHOLE FRAMES AND COVERS* D2-3 REPLACEMENT OF MANHOLE FRAME AND GRADE ADJUSTMENTS* ' D2-4 SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS* D2-5 REMOVAL & REPLACEMENT AND NEW CONSTRUCTION OF ' MANHOLES D2 -5A MANHOLE FRAME & GRADE ADJUSTMENT AND SEALING ' PROCEDURE D2-6 REPLACEMENT OF MANHOLE BENCH AND TROUGH* D2-7 MANHOLE GROUTING* D2-8 INTERIOR MANHOLE COATING* ' D2-9 EXCAVATION D2-10 BACKFILL D2-11 SANITARY SEWER REPAIRS ' D2-12 CURED -IN -PLACE PIPE* D2-13 SANITARY SEWER CONSTRUCTION ' D2-14 CONCRETE STRUCTURES D2-15 CLEANING AND TELEVISION INSPECTION OF EXISTING SANITARY SEWERS D2-16 RESTORATION D2-17 SANITARY SEWER PIPE CONNECTIONS TO EXISTING MANHOLES ' D2-18 PIPE JOINT GROUTING AND TESTING* D2-19 PIPE ENLARGEMENT SYSTEM ' D2-20 PREPACKAGED CONCRETE RIP -RAP D2-21 TREE PROTECTION AND PRUNING ' D2-22 SLIPLINING * Not included in this contract. I • • D2-1 SITE PREPARATION ' A. General 1. Clear areas necessary for performance of the work and confine operations to that area provided through ' easements, licenses, agreements and rights -of -way. Entrance upon any lands outside of that area provided by easements, licenses, agreements or public, rights -of -way, ' shall be at the Contractor's sole liability. 2. Do not occupy any portion of the project site prior to the date established in the Notice to Proceed without ' prior approval of the Owner. 3. Contractor shall be aware of certain requirements by individual property owners as specified in Section I. B. Materials Not specified C. Execution ' 1. General ' Remove, relocate, reconstruct or work around natural obstructions, existing facilities and improvements encountered during site preparation as herein specified. ' Take care while performing site preparation work adjacent to facilities intended to remain in place. Promptly repair damage to existing facilities. Dispose of waste materials in a satisfactory manner off the work site. 2. Surface Obstructions a. Tunnel under sidewalks, curb and gutter, drainage structures and similar obstructions if tunneling is ' best suited, otherwise saw cut the obstruction in straight lines or remove it to the nearest construction joint if located within five feet of the centerline of the trench. In no case shall the I D2 -1(l) City of Fayetteville Sewer System Improvements 11 joint or line of cut be the edge of the trench. obstructions removed to specified and to the di original construction. required by the utility cost to the Owner. less than one foot outside Reconstruct surface permit construction as pensions, lines and grades of Restore damaged utilities as company at no additional b. Protect, move, or brace public and private utilities as specified in Section D1-5. C. Maintain mailboxes in the manner that the Postal Service requires to prevent interruption of mail delivery. d. Site preparation includes the removal of trees, shrubs, brush, crops, and other vegetation within the limits of the easements (right-of-way), or as may be provided for in licenses, permits and agreements. All efforts shall be made to retain existing landscaping. In the event that trees, shrubbery, and hedges cannot be saved, then prior approval of the Owner and the Owners 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 Owners 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 within public rights -of -way or as may be in permits or agreements, may be removed I I I I I I I I I I I I located allowed for only if the I City of Fayetteville D2-1(2) Sewer System Improvements a • opening is provided with a temporary gate which will be maintained in a closed position except to permit passage of equipment and vehicles, unless otherwise herein specified. Fences within temporary construction easements may be removed provided that temporary fencing is installed in such a manner as to serve the purpose of the fencing removed. Fencing removed shall be restored to the condition existing prior to construction unless otherwise specified. The Contractor is solely liable for the straying of any animals protected or corralled or other damage caused by any fence so removed. f. Private Sewer Facilities Make every reasonable effort to protect private sewer facilities. Private sewer facilities are not • shown on the Plans. When these facilities are disturbed or damaged by the work, make necessary • repairs to the facilities to maintain continuous service prior to the close of the work day at no additional cost to the Owner. g. Property Pins Preserve property corners, pins and markers. In the event any property corners, pins, or markers are removed by the Contractor, such property points 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 1 shall be referenced and filed with the appropriate authority. h. Sodded and Landscaped Areas Minimize disturbance to sodded and/or landscaped thoroughfares and areas on or adjacent to improved property. Do not use such areas as storage sites for construction supplies and insofar as practicable, keep free from stockpiles or excavated materials. 3. Subsurface Obstruction a. Where existing utilities and service lines are encountered, notify the Owner thereof at least 48 hours (not including weekends and/or holidays) in advance of performing any work in the vicinity. I I D2-1(3) City of Fayetteville Sewer System Improvements • 6 1 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 and arrange for the prompt repair and restoration of service. D. Measurement and Payment I No contract prices are established for Site Preparation. ' I I I END OF SECTION D2-1 , I I City of Fayetteville D2-1(4) Sewer System Improvements ' D2-5 REMOVAL & REPLACEMENT AND NEW CONSTRUCTION OF MANHOLES A. General 1. Description This section describes the removal & replacement and new construction of sanitary sewer manholes. B. Materials 1. Precast concrete manholes will be allowed for complete manhole replacements 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 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. a. Frames for standard manholes shall be Deeter 1266, or approved equal. b. Bearing surfaces between the ring and cover shall 1 be machine finished or ground to assure nonrocking fit in any position, and interchangeability. 3. 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. P L D2-5(1) City of Fayetteville Sewer System Improvements 4. 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 i" 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. 5. 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. 6. 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. 7. 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. City of Fayetteville D2-5(2) Sewer System Improvements �. 8. Backfill shall be in accordance with Section D2-10. 9. Non -Shear 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 1 ASTM D-3034 for pipes 6 inches through 15 inches in diameter, and ASTM F-679 for pipes 18 inches or larger in diameter. ' 10. Material for bench & trough to be Portland cement concrete in accordance with D2-17. C. Execution on 1. Removal & Replacement and New Construction of Manholes a. Manholes designated for removal & 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 immediately outside of the manhole, frame and grade adjustments, and surface restoration. f. Installation and sealing of manhole frame and grade adjustment, refer to Section D2 -5A. g. 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. .1 D2-5(3) City of Fayetteville Sewer System Improvements D2 -5A MANHOLE FRAME AND GRADE ADJUSTMENTS MATERIALS & SEALING PROCEDURE A. General ' 1. Scope This section governs the materials required and ' construction procedures for sealing manhole frames and grade adjustments. Manholes designated for removal and replacement or new construction manholes or manhole frame & grade adjustments which are damaged as a result of construction, must be resealed in accordance with this section. ' B. Materials 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. IC. Cracked or multiple piece precast concrete grade adjustment rings will not be accepted. 2. 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. I D2 -5A(1) City of Fayetteville Sewer System Improvements • • 1 3. Concrete Bonding Agent 1 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. 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. 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. b. Joint surfaces between the frame, adjustments, and cone section shall be free of dirt, stones, debris, and voids to ensure a watertight seal. Place a flexible gasket joint material, minimum 1/2 inch thick, in two concentric rings along the City of Fayetteville D2 -5A(2) Sewer System Improvements . • • inside and outside edge of each joint. Position the butt joint for each length of joint material on opposite sides of the manhole. No steel shims, ' wood, stones, or any material not specifically accepted by the Owner's Representative may be used to obtain final surface elevation of the manhole ' frame. c. When precast concrete grade adjustment rings are placed on the manhole structure to obtain proper grade, the chimney, including frame, cannot excee more than 24 vertical inches. Id. 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. e. Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the ' surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of ' all surfaces shall be checked for proper slope and grade by string lining the entire area regraded near the manhole. If. Manholes in open fields, unimproved land, or drainage courses shall be set as required by the Owner's Representative. g. 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. 1 I I D2 -5A(3) City of Fayetteville Sewer System Improvements • • s 1 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 I 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 5. Testing of Frame and Grade Adjustment Seals. Test frame and grade adjustment seals for 1 watertightness in accordance with Section D1-7. D. Measurement and Payment There will be no separate pay item for frame and grade adjustments. Frame and grade adjustments shall be paid for as a part of the removal and replacement and new construction of manholes pay items. Frame and grade adjustments damaged during construction shall be replaced at the contractor's expense. END OF SECTION D2 -5A I I City of Fayetteville D2 -5A(4) Sewer System Improvements ' D2-9 EXCAVATION A. General ' 1. Pipeline excavation work shall be accomplished under the supervision of a person experienced with the materials ' and procedures which will provide protection to existing improvements, including utilities and the proposed pipeline. ' 2. The alignment, depth, and pipe subgrades of all sewer trenches may be determined by overhead grade lines parallel to the sewer invert, or by the use of a laser. ' 3. Do not open more trench in advance of pipe laying than is necessary. One hundred (100) feet will be the maximum length of open trench allowed on any line under 'construction. Adequately protect open trenches. 4. In the event hazardous wastes as defined by the Resource ' Conservation and Recovery Act of 1976 (PL94-580) are encountered work shall be halted and the Owner shall be notified. Work shall be resumed only after the Owner ' notifies the Contractor. 5. If the specified maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer ' determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such ' remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights -of -way, permanent easements, and any ' temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. ' 6. Definitions a. Rock Excavation Rock excavation is the removal of rock ledges six (6) inches or more in thickness, and detached rock or boulders having a volume of more than 1-1/2 cubic ' yards and shale occurring in its natural state, hard and unweathered and which cannot be removed by normal hand digging or with a backhoe, in the opinion of the Engineer. D2-9(1) City of Fayetteville Sewer System Improvements A rock ledge is a continuous body of rock; which may ' include interbedded seams of soft materials. Such interbedded soft material less than 12 inches in thickness will be included in the measurement of rock excavation. Such seams 12 inches or greater in thickness will be considered as earth excavations. b. Earth Excavation Earth excavation is the removal of all material not defined as rock. Included in earth excavation is removal of existing paved surfaces including but not limited to concrete curb and gutter, PCC pavement, and bituminous pavement. O C c. Exploratory Excavation Excavation to determine exact location and elevation ' of underground utilities as directed by Engineer. Materials Not specified. Execution i. 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. ' LI City of Fayetteville D2-9(2) Sewer System Improvements , Trench Widths Id I 1) The bottom width of the trench at and below the top of the pipe and inside the sheeting and bracing, if used, shall not exceed the trench widths indicated on the Drawings. 2) If the allowable maximum widths are exceeded at manholes, bore pits, tees, and in unstable earth material, provide bedding adequate to develop the required lateral support for the pipe and/or provide a sufficient strength class of pipe to accommodate the loading conditions as approved by the Engineer. e. Trench Safety Trench safety shall be in accordance with Section D1-10. ' f. De -Watering 1) Should groundwater be encountered, Contractor shall be responsible for utilizing a dewatering ' system(s) to remove water from the excavations. Contractor shall install and operate dewatering system(s) to achieve the following: ' a) Keep excavations free from water. b) Maintain groundwater a minimum of 24 inches ' below excavations. c) Prevent displacement of surrounding soils. ' 2) Form dams, flumes or other works necessary to keep the trenches clear of water while the sewers ' and their foundations, and other foundation works, are being constructed. Remove water from such excavation in a manner that does not damage property. ' 3) Repair pit excavations shall be kept free of water and sewage during sewer pipe replacements ' through final inspection. Plug lines upstream and if necessary provide bypass pumps of sufficient capacity to reroute water and sewage Ito 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. The Contractor shall also monitor D2-9(3) City of Fayetteville ' Sewer System Improvements Revised 3/27/95 1 all homes located in the area that may be ' affected by the plugs to insure no backups occur in basements or floors. The plugs must be removable from the surface. g. Unsuitable Soil , When unsuitable soil conditions are encountered under sewers below the depth of standard bedding, replace the unsuitable material with granular material of gradation approved by the Engineer. h. Blasting Areas (1) Blasting of any kind for rock excavation or any other purpose will not be allowed unless approved by the Engineer. (2) When blasting is permitted by the Engineer the , Contractor shall use the utmost care to protect life and property. The Contractor shall comply with all laws, ordinances, and the applicable safety code requirements and regulations relative to the handling, storage and use of explosives and protection of life and property, and he shall be responsible for all damage thereto caused by his or his subcontractor's operations. (3) Contractor shall provide insurance as required by the Owner before performing any blasting. The governing agency shall be notified at least 24 hours before blasting operations begin. 1 2. Tunneling, Boring and Jacking (Augering) a. General ' Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. All tunnel excavation shall provide an excavation conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. b. Casing Pipe Casing pipe shall ASTM A 139 with a Drawings. be smooth steel pipe conforming to minimum diameter as shown on the I I I I City of Fayetteville D2-9(4) Sewer System Improvements CI 1) Minimum wall thickness shall be in accordance with the following table: Nominal Wall Thickness - Inches Diameter of Casing - Inches Under Railroads All Other Uses 14 - 0.188 ' 16 0.282 0.188 17 0.312 0.250 ' 20 0.344 0.250 22 0.375 0.250 24 0.406 0.281 26 0.438 0.281 ' 28 0.469 0.312 30 0.469 0.312 ' 32 0.500 0.312 34 0.531 0.312 ' 36 0.563 0.344 42 0.563 0.375 48 0.563 0.375 ' 60 0.563 0.375 I I c I I I I A [1 [1 2) Steel shall have a minimum yield strength of 35,000 psi. 3) Steel pipe shall have welded joints in accordance with AWWA C 206. End Seals Construct end seals after sewer pipe has been installed and approved. End seals shall be Advance Products and Systems Model AC Pull -On Flexible Rubber End Seals, or approved equal. Casing Spacers Casing spacers shall be placed at all joints, and at no more than ten (10) spacing along entire encasment length. Spacers shall be Uni-Flange casing spacer, UFCRS1300, or approved equal. Carrier Pipe Carrier pipe shall be Class 50 ductile iron pipe with mechanical joints as specified in Section D2-13. D2-9(5) City of Fayetteville Sewer System Improvements • 0 f. Initial Testing Air pressure, and/or exfiltration test shall be successfully performed on the carrier conduit prior to filling the void between casing and carrier conduits with grout or other material, or the sealing of the ends of the casing conduits. I I 3. Excavation Techniques Near Tree I a. When working close to trees which are not to be removed and replaced, open cut excavation shall not occur within the tree drip line. Install fence to ensure construction activities will not occur in this area. b. Pipelines which are required to be installed within this prescribed zone shall be installed using a "short tunnel" method. Pipe grades shall be maintained as indicated on the Drawings. c. Short Tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. D. Measurement and Payment I I I Only items listed below will be measured for payment. All ' other costs shall be included in the unit or lump sum prices for the item affected thereby. 1. If Contractor chooses to tunnel or bore in place of open cut, then no additional payment will be allowed for the tunnel or bore unless specifically called for in the drawings or noted otherwise in the specifications. 2. Exploratory excavations shall be paid at the Contract unit price per exploratory excavation and shall include backfilling, compaction, and surface restoration. 3. Rock excavation shall be measured and paid for at the contract unit price per cubic yard in place. The trench width for payment purposes shall be the actual trench width or the maximum allowable trench width, whichever is smaller. The maximum depth for payment purposes shall be one -quarter (1/4) of the outside pipe diameter below the bottom of the pipe or six inches whichever is greater. Payment shall be made only if standard excavation techniques cannot remove the rock. Pipe bedding required in rock excavation areas in excess of the normally , specified bedding is not an eligible pay item. I City of Fayetteville D2-9(6) Sewer System Improvements 4. Unsuitable soil removal and replacement shall be paid for at the contract unit price per cubic yard to include for all excavation, removal of the unsuitable soil, and replacement with approved trench foundation material. ' Quantities shall be based on the maximum allowable trench width. '• 5. Sewers in casing pipe, where the casing pipe is augured in place, shall be measured along the centerline of the casing. Payment shall be at the Contract Unit Price per foot of sewer include excavation, except rock excavation, ' and backfill on the auguring and receiving pits, trench backfill, compaction, carrier and casing pipe, restoration, and all labor and material. 6. Tree protection fencing will not be paid for separately, but will be included in the cost of work items being done ' in the area affected. Short tunneling will not be paid for separately, but will be included in the cost of work items in the area affected. It is the intent of the specifications that all major trees are to be saved ' (6" dia. and above). The Contractor is responsible for determining in his bid, what and how many trees may be affected by his work. END OF SECTION D2-9 I I I I L I I D2-9(7) City of Fayetteville Sewer System Improvements • D2-10 BACKFILL ' A. General ' 1. This section governs all labor, equipment, materials and testing required to properly backfill trenches and ' excavations around manholes and structures. 2. No granular embedment or other backfill material shall be used by the Contractor without approval by the Engineer. ' B. Materials ' 1. Trench Foundations Materials: Three-inch minus river - run or pit -run gravel, free from clay balls, roots, and organic matter; well crushed gravel or crushed rock graded with less than 8 percent by weight passing the ' 1/4 -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 classifications as follows: a. Street Backfill (Within R.O.W.): Street backfill material above pipe embedment material shall be ' Flowable Backfill as to meet the City of Fayetteville Engineering Department Specifications. b. Driveway Backfill (Outside Street R.O.W.): Driveway Backfill material above the pipe embedment material shall be crushed stone so proportioned as to meet � D2-10(1) City of Fayetteville Sewer System Improvements C D • 0 1 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. C. Trench Backfill: Backfill for trenches in unpaved areas shall meet the following requirements: (1) Excavated material free from roots, organic matter, trash, debris, rocks larger than 12 inches, and other deleterious materials. Suitable material may be obtained by the Contractor from the excavation for the proposed pipelines. Provide imported material of equivalent quality, if required to accomplish the work. 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. ' Execution i. General a. Remove trash and debris from the excavation prior to backfilling. City of Fayetteville D2-10(2) t\I Sewer System Improvements • • • 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, Driveway, and Pavement Areas ' a. Backfill trenches under and within 2 feet of all existing and proposed pavement, driveway pavement, sidewalk, and curb and gutter using granular trench ' backfill. b. Granular trench backfill shall consist of the following: Class 7 crushed limestone conforming to the reference standard. ' c. Compaction Method Granular trench backfill shall be mechanically ' compacted in layers of twelve inches loose measure. Each layer shall be firmly compacted to 95 percent of maximum density as determined by ASTM D 1557 ' (Modified Proctor Test). Material may be compacted by tamping or by using surface vibrators in such a manner as not to disturb or injure the pipe. At ' least 48 inches of cover over sewer pipe shall be provided before using mobile trench compactors of the hydrohammer or impactor type. d. Undermining of Paved Surfaces Where undermining of paved surfaces has occurred, Contractor shall remove the paved surface above the 'undermined area prior to placing backfill. I D2-10(3) City of Fayetteville Sewer System Improvements • • 1 e. Temporary Paved Surface Provide cold mix asphalt at a minimum depth of 2 inches for riding surface in all sewer trenches in paved areas. 3. Backfilling in Areas Other Than Street Right -of -Way and Pavement Areas a. Backfill trenches using acceptable job excavated materials or as directed by,the'Engineer. b. Backfill in layers of eighteen inches maximum and ' mechanically compact to 90 percent of maximum density as defined by ASTM D 1557 (Modified Proctor test). Place a minimum of 18 inches of granular backfill above the top of pipe in areas where the existing surface elevation is less than 24 inches above the proposed top of pipe. The granular backfill shall extend on foot from each side of the pipe and shall be placed at a 1:1 slope to bedding material or the existing ground surface. 4. Testing All density tests shall be performed by per A.S.T.M. standards by an independent testing laboratory whose qualifications have been reviewed by the Engineer. a. Tests shall be performed at two (2) feet vertical intervals beginning at a level two (2) feet above the top of all installed pipes and continuing to the top of the completed backfill, at intervals along the trench not to exceed 300 linear feet, to assure a minimum density of 95 percent Proctor. Test reports shall be furnished to the Engineer upon completion of testing, as part of the qualification for acceptance of the installed pipe. The Engineer expects to perform unannounced spot checks of the compaction tests for verification and control purposes. These spot checks will be performed by Engineer at Owner expense and will not be charged to the Contractor. However, the Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the Engineer. Any compaction tests performed by the Engineer as described above will be performed by the Engineer personnel at the Owner's expense and will not be charged to the Contractor. City of Fayetteville D2-10(4) Sewer System Improvements 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 will be included as part of the unit price and lump sum bid amounts stated in the Proposal. ' 2. Payment for trench foundation material will be based on the Contract unit price per cubic yard based on the quantity per linear foot for the respective size of ' conduit shown on the maximum trench width chart indicated on the drawings. Additional material necessary because the trench is wider than the maximum ' width indicated, shall be at the contractors expense and not measured. No measurement and payment shall be made for existing material which is reused. Payment for this item shall constitute full compensation for all materials, labor, equipment, and incidentals necessary to furnish material at trench side and for placing and compacting it in the trench and for the extra depth of trench excavation required below the pipe base grade to provide for a stable base for the pipe. This item is to provide for unstable base encountered in the progress of the work and shall be used only at the direction of the Engineer. 3. No separate payment will be made for protecting, 'repairing and/or replacing existing culverts. D2-10(5) City of Fayetteville Sewer System Improvements I 4. All costs involved in performing the trench compaction tests made by independent laboratories shall be included in the price bid for Trench Compaction Tests. 5. No separate payment will be made for the 2 inches of cold mix asphalt placed in trenches in the pavement areas. END OF SECTION D2-10 City of Fayetteville D2-10(6) Sewer System Improvements 1 I 1 1 1 1 1 i 1 1 1 1 1 1 1 I 1 IA 1 • • P IA General D2-11 SANITARY SEWER REPAIRS I. 1. Scope This section governs all work, materials and testing required for point repairs of defective sanitary sewer lines. Sanitary sewer lines requiring repairs are designated on the Drawings. Any additional pipe sections or service connections which are observed by the Contractor to be defective shall also be replaced as directed by the Engineer. 2. Description The Contractor shall be responsible for the furnishing of all labor, materials, supervision, equipment and final testing required for the completion of sanitary sewer line point repairs in accordance with the Contract Documents. The locations of the designated repairs are shown on the Drawings. a. Pipe point repairs to eliminate direct or indirect connections between the storm system and sanitary sewers are intended to eliminate inflow sources. The specified work is intended to eliminate the flow of stormwater from the storm sewer system to the sanitary sewer while minimizing work on the storm sewer system. The Contractor shall limit work on ' the storm sewer system to the sanitary sewer repair area where storm sewers cross the sanitary sewer. ' b. Other pipe point repairs are intended to eliminate defects allowing groundwater infiltration into the sanitary sewer system. •' c. Work associated with sanitary sewer line point repairs shall include replacement of defective building service lateral connections and building service lateral pipes as shown on the Drawings. 3. Drawings Rehabilitation notes are given on the Drawings specifying individual sewer line.point repairs at specific locations. Details are also shown on the Drawing which are applicable to individual repairs. I D2-11(1) City of Fayetteville IISewer System Improvements I B. Materials 1. Pipe and Fittings a. Pipe and fittings shall be as specified in Section D2-13. 2. Sewer Pipe Material Utilization 1 a. Ductile Iron Pipe shall be utilized to meet minimum vertical and horizontal separation with potable water mains. b. SDR-26 per ASTM D3034 PVC pipe may be utilized for sanitary sewer installations 15 inches in diameter and smaller and SDR-35 per ASTM F-679 for 18 inches to 27 inches in diameter. I c. Reinforced concrete pipe shall be utilized for storm sewers only. 3. Rubber Couplings and Stainless Steel Clamps Rubber couplings for replacement pipe connection to existing pipe shall be rigid rubber couplings as manufactured by Mission Rubber Co., Fern Co., or equal. Rubber couplings shall be fastened using two type C-305 stainless steel adjustable clamps to provide a leakproof seal. 4. Coupling Encasement Rigid (Non -Shear) rubber couplings for replacement pipe connection to existing pipe shall be encased in minimum 5 sack concrete to be placed a minimum 4 -inches around coupling and 4 -inches from both edges per plan details. Encasement technique to be used for sewer services and main line repairs. 5. Pipe Embedment Pipe embedment shall be as specified in Section D2-10 and Section D2-13. 6. Specifically designed adaptor couplings shall be used I for the connection if dissimilar pipe material must be connected. 7. Storm Sewer Inlets, Catch Basins, Manholes Storm Sewer Inlets, catch basins or manholes removed shall be replaced with precast units with dimensions to match existing structures. Frames and grates shall be reused. City of Fayetteville D2-11(2) Sewer System Improvements 1 C. Execution 1. Videotapes of Surface Conditions The existing surface area of each work location shall be ' videotaped, in accordance with Section D1-3, prior to any excavation. 2. Site Preparation Site preparation shall be as specified in Section D2-1, "Site Preparation". ' 3. Excavation of Repair Pits Excavation of repair pits shall be as specified in Section D2-9. 4. Procedures for Repair a. Replacement pipe shall be placed in the same line and grade of the existing pipe sections. The condition of the pipe sections upstream and downstream of the specified repair location shall be inspected and, if defective, the Engineer will determine if additional repairs are necessary. If additional pipe repairs of five feet or less are required, no additional compensation shall be made. b. When specified repairs cannot be made because of physical limitations at the site, the Engineer shall be promptly notified. Alternate repair techniques shall be evaluated in cases where conventional repairs are not practical. Change orders may be required for alternate repairs. Sewer line repair pits shall remain uncovered until an inspection by the Engineer has been made. c. Excavate repair pit and uncover the main line sewer ' a minimum of one foot clearance all around at the damaged section or as directed by the Engineer, and remove damaged pipe by powersaw cutting to a flat vertical surface. If pipe with bell end is removed, spigot end shall be saw cut and removed a minimum length of the pipe bell. New sanitary sewer pipe to be used in the replacement shall be powersaw cut to ' a flat vertical surface. d. Defective pipe sections and service connections shall be removed by cutting the pipe past the bell end, if necessary, to allow for the use of rubber coupling. Replacement pipe lengths shall be cut to within one-fourth inch of the required replacement pipe length and attached to the existing pipe with D2-11(3) City of Fayetteville Sewer System Improvements appropriate sized rubber couplings. Defective service connections shall be replaced with appropriate sized tee, and rubber couplings. All couplings shall be secured with stainless steel bands. Pipe bedding under the replacement pipe section shall be a minimum thickness equal to 1/4 the outside diameter of the sewer pipe but not less than six inches. e. The Contractor shall verify by testing all service connections in the repair area to determine if they are active or inactive. Only active services shall be reconnected to the sanitary sewer system. Inactive services shall be plugged with hydraulic cement. The Contractor shall be responsible for any liability associated with the accidental plugging of active services. f. Where a replacement of service laterals under storm sewers is specified, a minimum vertical separation of 18 inches shall be maintained. Where the minimum separation cannot be maintained because of grade restrictions, the service lateral shall be replaced with ductile iron pipe a distance of at least 5 linear feet on each side of the storm sewer. g. Replacement of sanitary service connections shall include the filling of any voids which may be found to exist around the lateral. The void space shall be filled with hydraulic cement or other approved material for a minimum distance of three feet. I. h. Where the existing service lateral pipe is found to be in such a deteriorated condition that the specified reconnection cannot be made, the Engineer and Owner shall both be notified. i. When more than one pipe section is to be replaced consecutively, the conventional bell and spigot joint with a compression joint will be utilized on the interior pipe sections. The entire replacement length will then be joined to the existing line by means of rubber couplings. j. Seal joints within the repair pit that appear to be I open or in poor condition but the barrel of the pipe is still good. Roots in open joints shall be removed before sealing. This situation may or may not exist. All determinations for sealing joints shall be made by the Engineer. Joints that are open or in poor condition shall be , cleaned and packed with a butyl rubber sealant and encased in quick setting, non -shrink concrete followed by encasement with concrete. The City of Fayetteville D2-11(4) Sewer System Improvements I- _ encasement shall be centered on the joint, have a minimum thickness of six inches, and have a minimum length equal to the pipe diameter and not less than twelve inches. Methods for sealing open joints other than that described above shall be submitted to the Engineer for approval. ' 5. Polyethylene Wrapping Polyethylene material for pipe encasement shall meet the requirements of ANSI/AWWA C -105/A21.5-82, or latest revision thereof. Wrapping shall be required for all ductile iron pipe. 6. Clay or Concrete Dam Bentonite clay dams or concrete dams shall be ' constructed at each connection location of replacement pipe with the existing pipe as shown on the plans or directed by the Engineer. Clay dams are to be constructed to control the migration of groundwater along and into the sanitary sewer beyond the limits of the repair. Hand excavate a minimum of six inches around the outside of the existing sanitary sewer or sanitary service lateral and a minimum of six inches into the trench wall along the existing pipe at each end of the repair trench. The hand excavated void around the existing pipe shall be filled with bentonite clay ' pellets and a form used to hold the clay pellets in place. The form may be left in place after backfilling and restoration. 7. Backfill and Surface Restoration a. Backfilling shall be as specified in Section D2-10. b. Surface restoration shall be as specified in Section D2-16. c. Contractor shall verify with the respective property owners the particulars of all easement conditions ' prior to any site preparation, work, or restoration. 8. Testing Repaired Sewer Lines ' Testing of sewer lines for watertightness and structural integrity following point repairs, and house service connection renewals shall be as specified in Section D1-8. D2-11(5) City of Fayetteville 1 Sewer System Improvements i • D. Measurement and Payment 1 This work shall be paid at the Contract price for each I individual job number. The price shall be payment in full for performing the work as specified herein. Costs for all materials and labor, clearing, grubbing, excavation, existing pipe removed and disposed, pipe bedding and backfill material, including service connection reinstatement, temporary surface restoration, final surface restoration, and internal television inspection before and after repair shall be included in the Contract price for each individual job number. Clay or concrete dams shall be paid for at the Contract unit price. The lump sum bid price shall be eligible for 60 percent ' of the bid price after the repair is made, an additional 10 percent is eligible after testing is completed, and an additional 30 percent is eligible after surface restoration is completed. If additional pipe required deviates by five feet or less from those lengths listed on the Plan Sheets, no additional compensation shall be made. Additional compensation may be approved by the Engineer for installation of pipe lengths in excess of five additional feet under pay item 1A1. END OF SECTION D2-11 1 I I I I I City of Fayetteville D2-11(6) Sewer System Improvements I/ G IA I I I EJ I I I Li D2-13 SANITARY SEWER CONSTRUCTION 1. Scope This Section governs all work, materials and testing required for installation of gravity pipelines of the respective types and sizes shown on the Drawings for the particular location and conforming to the requirements of these specifications. All pipelines shall be constructed to proper line and grade as shown on the Drawings and shall result in an unobstructed, smooth and uniform conduit. 2. Description Sanitary sewer construction shall consist of furnishing all labor, materials and equipment for the complete installation of sewers and appurtenances in accordance with the Contract Documents. 3. Revisions of Standards When reference is made to a Standard Specification i.e. ASTM, ANSI, AWWA, MCIB, the Specification referred to shall be understood to mean the latest revision of said specification as amended at the time of the Notice to Bidders, except as noted on the Drawings or in the Specifications. 1. General This section governs materials required for pipeline construction. a. Requirements Furnish pipe of materials, joint types, sizes, and strength classes indicated and specified. Higher strengths may be furnished at the Contractor's option, at no additional cost to the Owner. b. Manufacturer The manufacturer shall be experienced in the design, manufacture and commercial supplying of the specific material. D2-13(1) City of Fayetteville Sewer System Improvements c. Testing I Testing shall be performed by the manufacturer's quality control personnel in conformance with applicable standards. Testing may be witnessed by Owner, Engineer, or an independent testing laboratory. The Contractor shall provide three (3) copies of certified test reports indicating that material does conform to the specifications. d. Handling I The manufacturer and contractor shall use equipment and methods adequate to protect the pipe, joint elements and prevent shock contact of adjacent unit during moving or storage. Contractor shall provide protection for all material from exposure to ultraviolet light. Damaged sections that cause reasonable doubt as to their structural strength or watertightness will be rejected. 2. Pipe, Fittings, Joints, Coatings and Linings , a. General Furnish pipe and fittings of materials, joint types, sizes, strength classes, coatings and linings as indicated and specified. , Rubber couplings shall be Non -Shear as manufactured by Mission Rubber Co., Fernco., DFW, or equivalent. Rubber couplings shall be fastened using two type C-305 stainless steel adjustable clamps to provide a leakproof seal. b. Ductile -iron pipe and fittings shall be Class 50 conforming to ASNI A21.51, except as otherwise specified herein. I 1) General Furnish maximum pipe lengths normally produced I by the manufacturer, except for fittings, closures, and specials. 2) Joints Mechanical and push -on joints for pipe and fittings shall conform to the requirements of ANSI A21.11. Flanged joints for ductile iron pipe and fittings shall conform to the requirements of ANSI A21.10. Gaskets shall be neoprene or other synthetic rubber material. Natural rubber gaskets will not be allowed. I City of Fayetteville D2-13(2) Sewer System Improvements L 3) Fittings Fittings shall be in accordance with ANSI/AWWA C 110/A21.10 and shall have a pressure rating of 1 not less than that specified for the pipe. Fittings used with ductile iron pipe shall be ductile iron or cast iron. Fittings for pipe ' with mechanical joints shall have mechanical joints. Fittings for pipe with push -on joints shall have either mechanical joints or push -on joints. 4) Coatings I Where required pipe and fittings shall be furnished with exterior bituminous coating conforming to ANSI A21.51. 5) Linings Polyethylene Lining: Polyethylene complying with ANSI/ASTM D-1248 fusion bonded to the interior of pipe and fittings. The material shall be compounded to prevent ultraviolet degradation during storage above ground. The standard nominal thickness of the lining shall be 40 mils. After lining, the product shall be tested for voids and holidays in accordance with ASTM G-62, Method B, using a 7500 volt High Voltage Tester. C. SDR 26 Polyvinyl Chloride (PVC) Plastic Sewer Pipe and Fittings shall conform to ASTM D-3034 for pipes 6 inches through 15 inches in diameter. SDR 35 ' Polyvinyl Chloride (PVC) sewer pipe and fittings shall conform to ASTM F-679 for pipes 18 inches to 37 inches in diameter. Pipes 4 inches in diameter shall be Schedule 40 PVC to conform to ASTM D-3034. 1) Furnish maximum pipe lengths normally produced by the manufacturer except for fittings, ' closures and specials. 2) The pipe shall be made of PVC plastic having a cell classification of 12454 B as defined in ASTM D 1784. The resin portion of the copolymer compounds shall contain a minimum of 90 percent vinyl chloride and the compounding ingredients shall not exceed 10 percent by weight. The compounding ingredients may consist of lubricants, stabilizers, non poly (vinyl chloride) resin modifiers, and pigment essential for processing, property control, and coloring. Certification of resin compounding shall be provided by the pipe manufacturer prior to shipment to the job site. D2-13(3) City of Fayetteville -i Sewer System Improvements One test to verify resin compounding may be required by the Owner or Engineer. The test shall be performed by an independent testing laboratory to which the Owner has no objection and shall be performed on a sample of pipe obtained from the job site. The test shall be performed at no additional cost to the Owner and shall be performed in accordance with ASTM D 817 - Ash Determination for pipe manufactured with primarily noncombustible compounding ingredients. 3) Pipe shall have an integral wall bell and spigot joint and a minimum wall thickness conforming to SDR 26. 4) Joints shall conform to ASTM D 3212. Joints shall be push -on type only with the bell -end grooved to receive a gasket. Elastomeric seal (gasket) shall have a basic polymer of synthetic rubber conforming to ASTM F 477. Natural rubber gaskets will not be allowed. 5) Fittings defined as tee or wye connections suitable for assembly to four (4) inch or six (6) inch building service lines shall be bell - end with a minimum wall thickness conforming to SDR 26 and shall be furnished by the pipe manufacturer. d. Polyvinyl Chloride (PVC) Plastic Water Pipe The pipe material shall be Polyvinyl Chloride (PVC) meeting the requirements of ASTM D 1784, with a cell classification of 12454-B. The standard Dimensional Ratio for the pipe will be DR14 (Class 200) conforming to AWWA 900. e.. Non -Metallic Water and Sanitary Sewer Pipe Detection Tape 1. The detectable tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or approved • equal, and shall consist of a minimum thickness • 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils and the width shall not be less than 2 inches with a medium unit weight of 2 1/2 pounds/1" x 1000'. I I I I I PI U I I U I I I City of Fayetteville D2-13(4) Sewer System Improvements I [1 I I Li 2. The tape shall be color coded and imprinted with the message as follows: Water Safety Precaution Blue Caution Buried Water Line Below Sewer Safety Green Caution Buried Sewer Line Below f. Sewer Pipeline Markers The sewer pipeline markers shall be Carsonite International Dual -Sided Utility Marker (CIB-380), or approved equal. All markers shall be installed according to the manufacturer's recommendations. The uppermost portion of the marker shall be made of Visibility Enhancer (CVE-360), or approved equal and must be bolted to the utility marker. The utility I marker shall read as follows: "CAUTION, SEWER PIPELINE", "City of Fayetteville", and "Before Digging Call 1-800-482-8998". The label shall also include the official City Logo and be green in color with white lettering. (See Exhibit 13-1 at the end of this section). I L] IC I I I I I Sewer line pipeline markers shall be installed beside all manholes that are located in easements and backyards. Those manholes and lines located in front yards and in streets do not require markers. Concrete shall be placed 6 -inches around and 1 -foot deep around the base of each marker. 1. General a. Install pipelines in accordance with the applicable reference standard listed below and as specified herein. 1) ASTM D 2321 - PVC Solid Wall, PVC Composite Wall. 2) AWWA C 600 - Installation of Ductile Iron Water Mains and Appurtenances. 2. Site Preparation and Excavation a. Site preparation shall be as specified in Section D2-1. b. Excavation shall be as specified in Section D2-9. LI D2-13(5) City of Fayetteville Sewer System Improvements c. All existing lines which are to be abandoned shall be internally inspected to identify locations of all existing service connections. 3. Pipe Embedments I a. Install a minimum of 6 inches of Class 7 Base as per AHTD Standard Specifications or Grit (crushed limestone) for pipe bedding at all locations except where the pipe is encased in concrete. b. Place pipe bedding below and on the sides of the pipe as indicated in the typical trench details on the Drawings. c. Compact bedding and dig bell holes for bell and socket pipe so that the pipe is uniformly supported for its entire length and will be true to line and grade after installation. d. After each pipe has been brought to grade, aligned, and placed in final position, extend the crushed bedding material to the pipe spring line. Shovel slice sufficient bedding material under the pipe haunches and on each side of the pipe to hold the pipe in proper position during subsequent pipe jointing, bedding, and backfilling operations. Embedment material shall then be added to a compacted depth of twelve (1211) inches above the top of pipe. e. Place pipe that is to be concrete encased in proper position on temporary supports consisting of wood blocks or bricks with wood wedges. When necessary, anchor or weight the pipe to prevent flotation when the concrete is placed. f. Place concrete for embedment or encasement uniformly on each side of the pipe and deposit at approximately its final position. Do not move concrete more than five (5) feet from its point of placement. I. 4. Pipe Laying a. Pipe laying shall not proceed if the trench width as , measured at the top of pipe exceeds the maximum allowable trench width. If this occurs the Contractor shall provide, to the approval of the Engineer better bedding for the pipe or pipe of sufficient strength to provide safe supporting strength. , b. Store and handle pipe and fittings with care to prevent damage thereto. Do not use hooks to transport or handle pipe or fittings. Do not drop pipe or fittings. City of Fayetteville D2-13(6) Sewer System Improvements c. Rejected pipe and fittings shall be marked and removed from the Project Site at no cost to the Owner. Examine pipe and fittings for soundness and specification compliance prior to placement in the trench. d. Clean joint contact surfaces prior to jointing. Use lubricants, primers, or adhesives as recommended by the pipe or joint manufacturer. e. Pipe laying normally shall begin at the lowest point. f. Unless otherwise required, lay all pipe straight ' between manholes. Excavate bell holes for each pipe joint. When jointed, the pipe shall form a true and smooth pipeline. g. Plug pipelines at the end of each day's progress. Utilize plugs or other positive methods of sealing at all times to protect any existing system from ' entrance of stormwater or other foreign matter. Contractor shall reconnect the existing active ' service connections and activate the sewer line as directed by the Engineer. ' 5. Building Service Laterals I I Li C I L] a. Unless otherwise noted on the plans, all active service connections on sewer segments to be abandoned or removed and replaced shall be connected to the proposed sanitary sewer. Contractor shall be responsible for locating service connections prior to construction. b. Install tees at an angle of no more than forty-five (45) degrees or less with pipe springline, for pipe sizes 8 through 21 inch diameter. c. Reconnection of building service shall include replacement of service lateral and new service line as directed by Engineer. d. Install Building service lines with a straight alignment and at a uniform grade not less than two (2) percent unless otherwise specified. Embedment shall be same as main sewer. When a building service line grade exceeds twenty (20) percent, pipeline anchors shall be installed as required for anchors, with the first anchor not more than twelve (12) nor less than seven (7) feet upstream of the wye. e. Maintain an accurate record for submittal to the Engineer of location, size and direction of each D2-13(7) City of Fayetteville Sewer System Improvements tee, saddle and/or location, size and length of each building service line. Locations shall use the pipeline stationing as shown on the Plans, or the distance from the first downstream manhole. Contractor shall verify by testing all service connections to determine if they are active or inactive. Only active services shall be connected to the existing sanitary sewer system. Inactive services shall be plugged with hydraulic cement. addition, the Contractor shall be responsible for any liability associated with the accidental plugging of active services. I I In g. All service laterals shall be inspected by the Owner's Representative prior to reconnection to the replacement sewers. If the service laterals are found to be in a deteriorated condition in the opinion of the Owner's Representative, then the Contractor shall replace the service lateral to the property line as directed by the Owner's Representative. h. All service lateral tee connections shall be ductile iron Class 50. Service lateral wye connections shall be PVC SDR 26. No bends greater than 45 degrees shall be allowed in service laterals. Extension of Service Laterals Service laterals which require a connection to the relief/replacement sewer greater than four (4) feet in length, measured horizontally, shall be considered a service lateral extension. The service location for all abandoned, replacement, or relief sewer shall be determined prior to excavation. The extension pipe shall be laid to provide sufficient slope to the new sanitary sewer not less than two (2) percent unless otherwise specified. All building lateral extensions on private property shall be made by a licensed Master plumber. Anchors Anchor pipelines in accordance with the table below: Percent of Grade 0-20 20-35 35-50 > 50 Center to Center Max. Spacing (Feet) Not Required 36 24 16 I [1 [1 I J I L I I I I 11 I City of Fayetteville D2-13(8) Sewer System Improvements ' The anchor shall be made of concrete or other material approved by the Engineer. Concrete anchors shall have a minimum thickness of twelve (12) inches. The anchor shall extend not less than one (1) foot into undisturbed ' earth on the sides and bottom and one (1) foot above top of pipe. In incompressible material, the above dimensions may be six (6) inches each side and bottom. ' The anchor shall support a joint fitting. 8. Connection of Pipes of Dissimilar Materials Connect different pipe materials using proprietary transition couplings, that will provide permanent and watertight connections which will withstand the ' hydrostatic test pressure. 9. Sewer Pipe and Water Main Separation ' Sanitary sewers, house sewers or storm drains that are laid in the vicinity of pipe lines designated to carry potable water shall meet the following conditions. a. Parallel Installation - Sewers and Water Mains 1) Normal Conditions - Any sanitary sewer, storm ' sewer or sewer manhole shall be located at least ten (10) feet in all directions from water mains, whenever possible; the distance shall be measured from edge to edge. 2) Unusual Conditions - Where the ten (10) foot separation cannot be achieved, the vertical separation shall be a minimum of two (2) feet between outside diameters and the horizontal separation shall be a minimum of four (4) feet. The sewer shall be located below the water main. b. Crossings - Sewers and Water Mains Ii) Normal Conditions - A vertical separation of at least 18 inches shall be maintained between any potable water supply and sanitary sewers. ' 2) Unusual Conditions - When local conditions prevent a vertical separation as described above, the water main can be relocated. 10. Drainage Course Crossing ' Pipelines that cross well-defined drainage courses and have less than three (3) feet of cover shall be ductile iron or concrete encased. The length of ductile iron pipe or concrete encasement shall be as indicated, or if 'not indicated, as specified by the Engineer. I D2-13(9) City of Fayetteville Sewer System Improvements • f 12 13 14 15 16 Polyethylene Wrapping Polyethylene material for pipe encasement and all ductile iron pipe shall meet the requirements of ANSI/AWWA C -105/A21.5-82, or latest revision thereof Non -Metallic Water and Sanitary Sewer Pipe Detection Tape Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed above non-metallic pipe at all locations and above ductile iron pipe only where pipe crosses existing or other proposed utilities. Installation of detectable tapes shall be per manufacturer's recommendation and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the line. Backfill Backfill trenches as specified in Section D2-10. Clay dams or concrete dams (1500 psi minimum) shall be placed at locations as shown on the Contract Drawings, or as directed by the Engineer. Testing Test new sanitary sewers in accordance with Section D1-9. Test replacement sewers (where previous cross connections with storm sewers existed) in accordance with Section D1-8. Bypass Pumping Perform bypass pumping for flow control. No bypassed wastewater shall discharge to natural or manmade drainage structures. Abandonment of Existing Manholes a. Prior to the shall verify affected. I L I I I I J I I abandonment of a manhole, Contractor , that no existing services will be b. The top of the manhole shall be lowered to an elevation at least 24 inches below final grade. c. All pipes shall be plugged with hydraulic cement, to a minimum depth of 1 foot. After the cement has set, the manhole shall be filled with thoroughly tamped sand or Class 7 Base. Surface restoration shall be compatible with surrounding surface. d. Frames and covers shall be removed from the site I I C City of Fayetteville D2-13(10) Sewer System Improvements ED I I I D I 1 17. Pipe Plugging and Sanitary Sewers to be Abandoned a. Prior to the plugging of a sewer segment, Contractor shall verify that no existing services will be affected. b. Physically remove sanitary sewer pipe outside of the manhole for a minimum distance of one foot. c. Fill pipe for a minimum length of one foot with hydraulic cement. Fill void outside of manhole with hydraulic cement, and repair manhole wall. 18. Relocation of Water Mains Relocate water main and water services to meet the minimum requirements of Section D2-22. 19. Clay Dams Clay dams shall be in accordance with Section D2-11.6 Only items listed below will be measured for payment. All other costs shall be included in the unit or lump sum prices for the item affected thereby. 1. Sewer Pipe Sewer pipe of the respective type, size, and/or strength including specified pipe embedments (other than concrete), and testing will be paid for at the Contract Unit Price per linear foot of pipeline actually required and installed, measured along the centerline of the pipeline from center of manhole to center of manhole. This item includes costs for location of existing services, excavation, existing pipe removal and disposal (for open cut only), furnishing and placing pipe embedment materials, tees, furnishings and placing pipe, fittings and joint material, making connections to pipe of dissimilar materials, making connections to manholes, backfill, testing, and any resulting restoration and repairs and incidental and appurtenant work required to complete the item. Restoration in paved areas will be paid for in accordance with the Bid Schedule for the various applicable items affected by the sewer construction. 2. Trench Depth Depth categories for payment purposes shall be zero to six feet and four foot increments for pipe depths greater than six feet. Trench depth shall be measured from the surface of the ground to the flow line of the pipe. Exceptions to this section include boring and D2-13(11) City of Fayetteville Sewer System Improvements [1 jacking where no depth categories for payment purposes shall be applicable. Connect Service Laterals Payment for connection of service laterals to the proposed replacement/relief sewer shall be at the Contract Unit Price indicated. Payment shall include 4 linear feet of the service lateral which may be required to connect the service lateral to the proposed replacement/relief sewer. Payment shall also include trench backfill, restoration and testing. 4. Extension of Service Laterals Payment for extension of service laterals from the initial four (4) feet of lateral shall be at the Contract Unit Price per linear foot installed. Payment shall include the length of service lateral required to extend the service lateral to the property line or as indicated on the Plans and shall include all material, labor, excavation, backfill, restoration (except pavement), testing, and all other incidentals necessary to complete the work. Pavement repair shall be paid separately in accordance with Section D2-16. 5. Installation of Service Lateral Cleanout Payment for installation of service lateral cleanouts shall be at the Contract Unit Price indicated. Payment shall include furnishing and installation of the cleanouts at locations indicated on the drawings. 6. Internal Television Inspection Payment for internal television inspection and cleaning shall be considered a subsidiary obligation of the Contractor and shall be included in the bid price for the item affected thereby. 7. Concrete Encasement of Sewer Pipe Payment for installation of concrete encasement where indicated on the plans or as directed by the Engineer, shall be at the contract price per cubic yard. Payment shall include all labor, materials, and form work necessary to perform the work. 8. Sewer Main Pipe and Water Main Separation When a minimum vertical clearance of three (3) feet cannot be maintained between sanitary sewer main and water main, the sanitary sewer main shall be ductile iron pipe. Compensation for excavation, furnishing and placing pipe embedment material, tees, furnishing and placing pipe, fittings and joint material, making connections to pipe of dissimilar materials, backfill, I I [] I I I I I I I I I I City of Fayetteville D2-13(12) Sewer System Improvements I • polywrap, testing and any resulting repairs and incidental and appurtenant work shall be included in the Contract Unit Price for ductile iron pipe. 9. Sewer Main Pipe and Storm Sewer Conflict When conflicts occur between sanitary sewers and storm sewers, the sanitary sewer main shall be ductile iron pipe. Compensation for excavation, furnishing and placing pipe embedment material, tees, furnishing and ' placing pipe, fittings and joint material, making connections to pipe of dissimilar materials, backfill, polywrap, testing and any resulting repairs and incidental and appurtenant work shall be included in the 1 Contract Unit Price for ductile iron pipe. 10. Abandon Manhole ' Abandonment of manholes shall be paid at the Contract Unit Price per each manhole. Payment shall include pipe plugging, and all labor and materials necessary to ' complete this item. 11. Water Main Relocation ' Water main relocation shall be paid at the Contract Unit Price for each water main relocation as indicated on the ' plans. The price shall be payment in full for performing the work as specified. Cost for all material and labor, existing pipe removed and disposed, pipe bedding and backfill material including service ' connection reinstatement, temporary and final surface restoration shall be included in the Contract Unit Price. 12. Pipe Plugging and Sanitary Sewers to be Abandoned. Pipe plugging and abandoning of sanitary sewers shall be 'incidental to the Contract. 13. Installation of Concrete Piers ' Payment for installation of concrete piers where indicated on the plans shall be at the Contract Unit ' Price indicated. Paymentshall include all labor, material, and form work necessary to complete the work. 14. Clay Dams Payment for clay dams shall be at the Contract Unit Price indicated and shall include all labor and materials necessary to complete the work. I D2-13(13) City of Fayetteville Sewer System Improvements S S 15. The unit price for sanitary sewer pipe replacement shall be eligible for 60 percent after the replacement is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible , after restoration is complete. END OF SECTION D2-13 I I I I Li I I I I I I I City of Fayetteville D2-13(14) Sewer System Improvements Reflective Sewer Marker per D2-13, B.2.f. REFLECTIVE LETTERING GREEN BACKGROUND Exhibit 13-1 I IA I D2-14 CONCRETE STRUCTURES 1. Description This section describes the installation of new cast -in - place concrete manholes and other miscellaneous structures. ' 2. Furnish the labor, materials, equipment, tools, and services required for the installation of the concrete work required on this project. ' B. Materials 1. Coal -Tar Epoxy Paint ' Koppers "Bitumastic Super Service Black," Tnemec, "46-450 heavy Tnemecol", or equal. Dry film thickness shall be a minimum of 14.0 mils 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 be A-Lok, X-CEL, Presswedge, or equal. LI I,� D2-14(1) City of Fayetteville Sewer System Improvements 4. Frames and Covers , a. Frames (1) Frame material shall be cast iron conforming ' to ASTM A 48-83, Class 35 or better. The frame shall exhibit a tensile strength of not less than 35,000 psi. (2) Frames for standard manholes shall be Deeter 1266, or approved equal. (3) Bearing surfaces between the ring and cover shall be machine finished or ground to assure nonrocking fit in any position, and interchangeability. b. Covers ' (1) The replacement cover shall form a water resistant seal between the frame and manhole cover surface. The cover shall have pick bars or pick slots and a machined bearing surface on the bottom of the casting. The cover shall conform to ASTM A 48-83, Class 35 or better, for Gray Iron. The cover shall have a tensile strength of 35,000 psi. (2) A typical standard manhole cover design shall be Deeter 1266 or approved equal. (3) Covers shall set flush with the rim of the frame ' and shall have no larger than a 1/8 -inch gap between the frame and cover. (4) Bearing surfaces shall be machine finished. 5. Steps ' a. Manhole steps shall not be furnished. 6. 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. 7. Concrete Bonding Agent Bonding agent shall be Acyrl #60 as manufactured by the Thuro-Seal Company or equal. City of Fayetteville D2-14(2) Sewer System Improvements r` ' 8. Polyethylene Minimum thickness of 4 mils. 9. 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" per foot unless noted ' otherwise. The manhole invert shall extend from wall to wall. The minimum thickness for all bases shall be eight (8) inches. Reinforce bases with #4 ' bars at 12 -inch centers each way. Tie and place reinforcing steel above the midpoint. The minimum cover over the reinforcement shall be two (2) D2-14(3) City of Fayetteville Sewer System Improvements 0 , 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 or 4.0 feet, which ever is less, 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 (14") 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 (511) 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 (411) inches thick shall extend a minimum of eight (8") inches above and below the new joint around the outside of the manhole. If honeycombing of the barrel of the manhole is found to be present after removal of the forms, such honeycombing shall be repaired as directed by the Engineer. Any form marks on the inside wall shall be smoothed and grouted as directed. Curing compounds or covers may or may City of Fayetteville D2-14(4) Sewer System Improvements , ' not be used at the option of the Contractor to protect the concrete to prevent cracking during the curing process and to protect the manhole during freezing temperatures. The manhole shall not be backfilled for at least two (2) working days after forms have been removed or a minimum of three (3) working days after the concrete has been placed. ' f. Reinforcing steel used in design of reinforced manhole foundations shall conform to ASTM A 615, ' Grade 60, deformed bars. g. Welded steel wire fabrics for cast -in -place manholes shall conform to ASTM 185. ' h. Manhole bases shall be integral cast. The diameter of the integral base pad shall be eight (8) inches greater than outside diameter of the manhole. i. All pipe openings shall have integrally cast seals per Item B.3. of this section D2-14. 10. Shallow manholes shall be constructed at locations in the sanitary sewer system for depths less than four ' feet where specifically designated on the Project Plans, or as directed by the Engineer. Shallow manholes shall be constructed circular in shape from 4000 psi reinforced concrete formed in place as detailed in the Drawings. 11. Precast Concrete Manhole Sections Precast manhole sections will be allowed for complete manhole replacements. a. Manholes shall conform to ASTM C 478 as specified herein. b. Wall thickness shall be not less than one -twelfth (1/12) of inside diameter or five (5) inches, whichever is greater, to be used when the manhole depth is less than sixteen (16) feet; one -twelfth (1/12) of inside diameter plus one (1) inch or (5) inches, whichever is greater, to be used when manhole depth is sixteen (16) feet or greater. ' c. Concentric cones shall be utilized when manhole depth exceeds six feet. Id. Reinforced concrete flat -top sections shall have a 24 -inch diameter opening and be a minimum eight inches thick in non -traffic areas and a minimum ten ' inches thick in traffic areas. Reinforce flat -top sections with #4 bars at 12 -inch centers each way. Tie and place reinforcing steel below the mid point. The minimum cover over the reinforcement ' shall be two (2) inches. ' D2-14(5) City of Fayetteville Sewer System Improvements 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 923 and shall meet the performance and test requirements of ASTM C 425 for compression joints. Flexible gaskets shall be the Z-Lok connector as manufactured by A-Lok or approved equal. f. Preformed and trowelable bitumastic joint sealants shall be Kent -seal, Ram-Nek, E -Z Stick, or equal. The minimum dimension of preformed material shall be one-half (1/2) inch square. g. Do not deliver precast concrete sections to the job , until representative concrete cylinders have attained a strength of at least 80 percent of the specified minimum. Inspect precast concrete sections when delivered. Cracked or otherwise visibly defective units will be rejected. ' C. Execution 1. General Install manholes of designated locations on the Drawings. the respective types at the ' with flowlines at elevations shown Manhole diameters unless otherwise noted shall be 48 inches for pipe between 6 inches and 18 inches in diameter. Joint surfaces between the frame, adjustments, and cone section shall be free of dirt, stones, debris, to ensure a watertight seal. Place a flexible gasket joint material, minimum 1/2 -inch thick, in two concentric rings along the inside and outside edge of each joint, or use a trowelable material in lieu of preformed gasket material. Position the butt joint for each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Owner's Representative may be used to obtain final surface elevation of the manhole frame. 4. 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 I I I I I City of Fayetteville D2-14(6) Sewer System Improvements 5. Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) ' nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regraded near the manhole. 6. On non -paved manholes, exterior surface of all exposed grade adjustments and four inches below sound structure ' shall be cleaned with a wire brush and then waterproofed with trowelable bitumastic gasket material in accordance with the manufacturer's specifications. IA protective polyethylene cover shall be placed over the waterproofing material when backfilling, following sealing of the frame and grade adjustment. ' 7. Form inverts with mortar material and steel -trowel to produce a dense, smooth finish and shape to form a "U"- shaped channel approximating the lower one-half ' (1/2) cross section of the connecting pipelines and extending upward three -fourths (3/4) of the inside pipe diameter in a "U" -shape. Provide smooth transitions ' for pipes of different sizes, different elevations, and/or at different angles. Also form inverts to provide self-cleaning by sloping normally two (2) inches from manhole wall to edge of "U" channel with a smooth finish. 8. Pipe Stubs ' a. Install pipe stubs for future connections at locations, angles, elevations, and of materials as shown on the Drawings. b. Install each pipe stub with the bell of the pipe abutting the outside manhole wall, or the joint if other than a bell, as near the manhole wall as is practicable but not more than two (2) feet from outside manhole wall for later connection thereto. ' 9. 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 i D2-14(7) City of Fayetteville , Sewer System Improvements permanently watertight the void around the new pipe , with a grout conforming to the material specifications herein. 10. Manhole Adjustments ' Provide new manholes with a maximum of one (1) foot of adjustment ring(s) underneath the casting. 11. Apply two coats of coal -tar epoxy paint to the manhole exterior. Coating shall be in accordance with Manufacturer's recommendation. 12. Testing Test manholes in accordance with Section D1-7. 13. Formwork a. Vertical concrete surfaces shall be formed. The underside of slabs and beams shall be formed except where the concrete is placed against the ground. Sloping surfaces shall be formed unless otherwise authorized by Engineer. b. Construct and erect forms so that the concrete will have the shape, line, and grade indicated. Make forms mortar tight and sufficiently rigid to prevent deformation under load. Use an adequate number of walers, stiffeners, and braces to insure straight walls. c. Formwork, shoring, and bracing design shall meet the requirements of ACI 347. d. Except as noted, tolerances for formed surfaces shall meet the requirements of ACI 301. Edges of form panels in contact with concrete exposed to view in the finished work shall be flush within 1/32 -inch. Forms for plane surfaces shall be such that the concrete will be plane within 1/8 -inch in four ft. Leading edges of concrete shall lie within 1/4 -inch as measured from a 10 -ft template. e. Provide as -cast smooth form finish for formed concrete surfaces that are to be exposed to view, or that are to be covered with a coating material other than cement plaster applied directly to the concrete. f. Produce smooth form finish by selecting form material to impart a smooth, hard, uniform texture and arranging them orderly and symmetrically with a minimum of seams. City of Fayetteville D2-14(8) Sewer System Improvements g. Repair and patch defective areas with all fins and other projections completely removed and smoothed. 14. 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 U 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 ' 15. 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. I D2-14(9) City of Fayetteville 5 Sewer System Improvements • • • U It shall be of sufficient duration to accomplish compaction and embedment of reinforcement and fixtures. (2) Supplement vibration by forking and spading by ' hand in the corners and angles of forms and along form surfaces while the concrete is plastic under the vibratory action. 16. Curing ' a. Maintain concrete in a moist condition for seven days after placement. Curing may be by any of the following means: , (1) Curing with burlap, cotton, or mats kept continuously wet, or by keeping forms continuously wet. (2) Waterproof paper curing. Lay four inches at seams and seal with tape. ' (3) Membrane curing by power spraying with a fugitive dye included. Do not use this method on surfaces which will receive a finish treatment of any kind. Submit manufacturer's descriptive data of curing compounds for approval. 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, watertight insert, waterproofing, concrete masonry, reinforced concrete, backfilling, connection of any sewers, conduits, disposal of excess material and restoration. City of Fayetteville D2-14(10) Sewer System Improvements b. Payment for a standard manhole will be in accordance with the contract prices as follows: Ii) 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. 1 Such payment and price shall constitute full compensation for all labor, materials, equipment and for the performance of all work necessary to t complete the manholes, including removal of existing manhole, excavation, concrete base, manhole frame and cover, waterproofing, concrete masonry, reinforced concrete, backfilling, ' replacement of any sewers, conduits, disposal of excess material and restoration. 3. Payment Schedule The unit prices for complete manhole replacement shall be eligible for 60 percent of the unit price after replacement is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible after restoration is complete. END OF SECTION D2-14 I u L 11 ' D2-14(11) City of Fayetteville Sewer System Improvements • • I. D2-15 CLEANING AND TELEVISION INSPECTION OF EXISTING SANITARY SEWERS A. General 1. This section includes specifications for cleaning and closed circuit television inspection and all associated ' work for the pipe sizes and lengths of sewers encountered. P2. All sewers are to be inspected following cleaning. 3. It is not required that television inspection be provided by the Contractor during the cleaning operation. However, he may do so at his own expense. 4. Contractor's operations are limited to daylight hours on ' Monday through Friday except holidays unless previously approved by the Engineer. ' 5. contractor shall provide traffic control personnel during operations to maintain safety of all personnel and public traffic maintenance. ' B. Materials 1. General The Contractor shall allow Engineer to become familiar with Contractor's equipment before commencement of work. 2. cleaning Equipment a. The Contractor shall provide all equipment necessary for proper flushing of the sewers in the sizes ' indicated prior to television inspection. Hydraulic high pressure cleaning equipment shall be ' specifically designed and constructed for sewer cleaning. The sewer cleaner shall have a minimum usable water capacity of 600 gallons and a pump capable of delivering at least 30 gallons per minute ' (gpm) at 1,000 psi. Pressure to the nozzle shall be regulated by a relief valve adjustable from 0 to 1,500 psi minimum. The equipment will be subject to approval by the Engineer. I ' D2-15(1) City of Fayetteville Sewer System Improvements b. Satisfactory precautions shall be taken to protect the sewer lines from damage that may result from the improper use of cleaning equipment. Television Equipment a. The television camera used for the inspection shall be specifically designed and constructed for such inspection and shall provide a color picture. Lighting for the camera shall be suitable to allow a clear picture for the entire periphery of the pipe acceptable to the Engineer. The camera shall be operative in 100 percent humidity conditions and shall have a minimum of 600 line resolutions. b. Cassette recording equipment will be required for all videotaping. The video tapes that will be provided to the Engineer shall be VHS format and recorded on Standard Speed (SP). C. Execution ' Cleaning Operation ' a. Existing flows shall not be interrupted for periods longer than one hour. Sewage diverted during cleaning operations shall be returned to the sanitary system and not discharged into the streams or storm sewer system. Cleaning of these sewers may be by means of hydraulic high pressure jetting or other equipment as needed. b. Arrangements for construction water and meter must be made with the City of Fayetteville Meter Division, (501) 575-8384. c. Cleaning shall be performed immediately before closed circuit television inspection. d. Unless other methods are approved by the Engineer, hydraulic cleaning shall be performed for all sewers to be inspected. e. Remove all sludge, dirt, sand, grease, roots, rocks, gravel, and other material from the pipe during cleaning operations and collect and remove resulting debris from the downstream manhole of the sewer section being cleaned. Passing material from sewer to sewer section will not be permitted. An approved dam or weir shall be constructed in the downstream manhole in such manner that debris and solids will be trapped and retained. City of Fayetteville D2-15(2) Sewer System Improvements 1 2. Disposal of Debris a. Under no circumstances shall sewage or solids be dumped onto the ground surface, street or into ditches, catch basins or storm drains. b. All solids or semisolids resulting from the operations shall be removed from the site by the Contractor unless authorized or directed otherwise by the Engineer. Trucks hauling solids or semisolids ' from the site shall be watertight so that no leakage or spillage will occur. ' 3. Internal Television Inspection a. The inspection shall be done one sewer section at a time. The section being inspected shall be isolated ' from the remainder of the sewer in a manner approved by the Engineer. Such methods may include plugging or partial plugging of upstream flow, and/or by ' passing the flow from the section. The Contractor shall be responsible for monitoring the depth of surcharging upstream of any plugs. b. The camera shall be moved through the line at no more than 0.5 feet per second in either direction at a uniformly slow rate, stopping at all defects to ' allow adequate evaluation by Engineer. In addition, the camera shall be stopped at each service connection. ' c. If progress of the television camera is impeded or stopped by roots in the sewer reach being inspected, the camera shall be withdrawn, at the direction of I. the Engineer. The camera shall then be reinserted • at the other manhole of the sewer reach and the • television inspection resumed. d. Other obstructions may be encountered during the course of the internal inspection that prevent the ' travel of the camera. Should an obstruction not be passable, the Contractor shall withdraw the equipment and report the obstruction to the Engineer so that a repair can be made, and the remainder of the line may be inspected. Cost related to difficulties encountered during internal inspection will not be measured for payment nor constitute ' additional cost to the Contract Price, but will be considered as incidental to the contract. Cost for excavation to retrieve cleaning and internal inspection equipment shall be the responsibility of the Contractor. The Owner and Engineer shall not be liable for any costs relative to retrieving the Contractor's equipment from the sanitary sewer system. Exceptions to this section D2-15(3) City of Fayetteville Sewer System Improvements include obstruction excavations which shall be repaired in accordance with Section D2-ll and paid for at the Contract Unit Price per each as indicated in the Proposal. The cost to remove protruding tap that will be externally reconnected after installation of new sewer pipe or liner will be incidental to service reconnection and not paid as an obstruction removal. 4. Viewing Telephones, portable radio, CB, walkie talkies, or other electronic means of communication must be set up where voice or manual communication is not feasible. The Contractor shall provide facilities for the purpose of viewing the monitor while the inspection is in progress. 5. Record Logs I a. Measurement in the sewer main shall be at the ground level by means of a meter device. Marking on cable or the like which requires interpolation for depth of manhole will not be allowed. Measurement meters shall be accurate to 0.2 feet. A measurement target in front of the television camera shall be used as an exact measurement reference point, and the meter reading shall show this exact location of the measurement reference point. The first feature out of the manhole or cleanout will be measured and used as the initial reference point. b. The Contractor shall furnish all cassette video equipment, cassette video tape film for cassette video tape recording, and equipment. No reel to reel video recording or tapes will be permitted. In the course of inspection, all sewer sections will be videotaped in their entirety. c. Defects shall be described and quantified verbally on the video tapes by the Contractor. Where appropriate, existing landmarks shall be identified. d. The cassette video tapes will be reviewed by the Engineer for focus, lighting, clarity of view, and technical quality. The Contractor shall maintain sharp focus, proper lighting, and clear, distortion - free viewing during the camera operations. The Contractor shall maintain plugging and eliminate steam in the line for the duration of the inspection. Failure to maintain these conditions ' will result in rejection of the video tape by the Engineer. Any sewer line whose video tape is not acceptable to the Engineer will be retelevised at no expense to the Engineer or Owner. City of Fayetteville D2-15(4) Sewer System Improvements e. Each individual cassette video tape shall be properly labeled by the Contractor prior to submittal to the Engineer. The label shall list the ' Engineer's sewer line segment number, date, City/Owner, name of Contractor, and tape number. If. Each set-up shall be described visually (by superimposing a descriptive caption on the video tape recording which identifies critical information) and describe audibly on the video tape ' recording, both at the initiation and at the conclusion of the set-up. The line segment shall be described by the Engineer's segment number which ' included both basin and manhole numbers. The video counter number shall be voiced on the video tape recording and written on the record logs both at the initiation and conclusion of each set-up. D. Measurement and Payment 1 Only items listed below will be measured for payment. All ' other costs shall be included in the unit prices for the items affected thereby. 1. Cleaning/Internal Television Inspection Payment for cleaning/internal television inspection shall be considered incidental to the associated work ' task. 2. Root Cutting ' Payment for root cutting shall be paid for per linear foot of pipe where roots are determined by the Engineer to prevent TV inspection of pipe. END OF SECTION D2-15 I I J I D2-15(5) City of Fayetteville Sewer System Improvements I D2-16 RESTORATION ' A. General 1. Restore the project site to conditions not less than that existing prior to starting construction unless otherwise required by these specifications, Permits and/or Licenses, or shown on the Plans. a. Coordinate surface restoration work with the ' affected private property owners. b. Private property over which the Owner has prior ' rights (i.e. utility easement, sewer easement) and/or has obtained rights -of -way, agreements, licenses and/or agreements from the property owner to allow construction of a sanitary sewer pipeline and appurtenances, shall be restored in conformance with these Contract Documents. IC. Restore Public property with strict adherence to the requirements of the public body having jurisdiction therein. Id. No restoration shall occur until testing is complete and accepted by the Owner's Representative. ' e. Complete final surface restoration within 14 calendar days of the sewer installation or repair or as directed by the Owner's Representative. ' 2. Reference Standards Surface restoration including pavement, driveways, ' sidewalks, curb and gutters, and sodding shall be in accordance with the current edition of Arkansas Highway and Transportation Department Standard Specifications for Highway Construction. B. Materials 1. Topsoil a. Topsoil shall be free from large roots, sticks, weeds, brush, stones or other litter and waste ' products. A minimum of 4 inches compacted depth of topsoil shall be used. Li 1 D2-16(1) City of Fayetteville Sewer System Improvements b. The soil texture shall be classified as loam or ' sandy loam according to the following criteria: Loam Sandy Loam I Sand (2.0 to 0.05 mm diameter) 25-50% 45-85% (No. 10 sieve) I 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 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 I in the area of excavation. I City of Fayetteville D2-16(2) I` Sewer System Improvements ' 5. Portland Cement Concrete Portland Cement concrete shall have a minimum compression strength of 3000 psi at 28 days, no less than 534 sacks of cement per cubic yard, and shall conform to ASTM C 94, Alternate 3. Reinforcement shall be 6" x 6" No. 4 x No. 4 Woven Wire Fabric. No. 4 dowel ' bars shall be provided on 3 foot centers, each side. • Minimum length of extension into existing base shall be 12 inches. 6. Curing Compound ' Commercial grade conforming to ASTM C 309, Type I. 7. Reinforcing Steel ' Conform to ASTM A 615, Grade 40. 8. Base Course Gravel for the base course shall be clean, hard, durable pit -run crushed stone which is reasonably graded from ' coarse to fine. Base course shall conform to Section 303 for Class 7 Base of the Standard Specifications for Highway Construction and compacted as specified herein. ' 9. Gravel Surface Course Gravel for surface course shall be clean, hard, and ' durable, and shall be reasonably graded from coarse to fine. The surface course shall conform to Section 303 for Class 7 Base of the Standard Specifications for ' Highway Construction. 10. Asphalt Cement ' Asphalt cement for binder shall be AC 85-100 paving asphalt conforming to the Standard Specifications unless otherwise specified. 11. Prime Coat Asphalt to be used for a prime coat shall be asphalt emulsion Type RS -2, CRS -2, or liquid asphalt MC -70, MC -250, or RC -250 conforming to ASTM D 977, D 2397, D 2027, or D 2028. ' 12. Tack Coat Asphalt emulsion conforming to ASTM D 977 or D 2397, unless otherwise specified. Li D2-16(3) City of Fayetteville Sewer System Improvements • 13. Asphalt Concrete ' Asphalt concrete for paving the designated area shall be Type II hot -plant mix and all materials shall conform the requirements of Section 408 of the Standard Specifications for Highway Construction. Portions of the referenced specification that are obviously not applicable for the type of work to be done shall be disregarded. 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 1 including material which has washed into stream beds, storm water facilities, streets, culverts, , etc. c. Remove tools, equipment and construction materials except in designated storage areas along the , pipeline route. Maintain designated storage areas in a neat appearing manner. d. Restore surface and subsurface drainage and provide , drainage wash checks necessary to prevent soils from being washed downstream. e. Machine grade the area in preparation of final grading, seeding, sodding, pavement replacement, etc. , f. Restore all street signs and mail boxes. g. Maintain adequate safety signs, barricades and 1 lights until final restoration of work area is completed. 2. Finish Grading Finish grade the area to lines and grades which existed prior to the area being disturbed, with special attention directed to proper surface drainage, and the refilling of settled excavations with earth compacted to densities required. The area shall be smoothed by raking or dragging. Flower and vegetable gardens in existence prior to this project shall have the separately stored top soils restored unless otherwise City of Fayetteville D2-16(4) Sewer System Improvements ' 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 1 sod to match existing. Sod may be placed between the average date of the last freeze in the Spring and six weeks prior to the average date for the ' first freeze in the Fall according to the Arkansas Almanac or U.S. Weather Bureau for the area unless otherwise approved by the Owner's Representative in writing. Place sod at any time during this period ' except when the temperature is over 90 degrees Fahrenheit, drought conditions exist or the sod or ground surface is frozen. Cut sod as thick as ' possible to aid the sod in taking root at the earliest possible date. b. Spread fertilizer nutrients over the area at a rate ' of 160 pounds per acre (nutrient weight only) or as recommended by the manufacturer. ' c. Place sod on the prepared surface with the edges in close contact and the alternate courses staggered. Bury exposed edges of the sod flush with the adjacent soil. In ditches, place sod with the longer dimension perpendicular to the flow of the water in the ditch. On slopes, starting at the bottom of the slope, place sod with the longer ' dimension perpendicular to the slope of the ground and where the slope is 2:1 or greater, stake the sod. Sod shall be rolled after placement and joints • filled between sections with scarified soil. Within • eight hours after placing the sod, apply five gallons of water per square yard. Id. Provide sufficient water to prevent the sod from drying out. e. Existing sod which was salvaged during construction may be reused at the contractor's option. If. Sod shall have taken root before acceptance. Contractor shall guarantee sodding one year after acceptance by the Owner. ' 4. Seeding a. The areas to be restored by seeding shall be only as ' directed by Engineer or as specified in Section I. Seed bed preparation shall not be started until all stones, boulders, and debris larger than 3 inches in ' diameter have been removed. The area to be seeded shall be worked to a minimum depth of 3 inches with a disk or other method approved by the Engineer, D2-16(5) City of Fayetteville Sewer System Improvements 0 reducing all soil particles to a size not larger ' than 2 inches in diameter. The prepared surface shall be relatively free from all weeds, stones, roots, and sticks. No seeds shall be sown until the seed bed has been approved by the Engineer. b. Spread fertilizer nutrients over the area at a rate of 160 pounds per acre (nutrient weight only) or as recommended by the manufacturer. c. Mechanically apply grass seed. ' d. Do not seed during high winds or when the seed bed is too wet for working. Within 12 hours lightly rake seeded areas and roll with a 200 pound roller. After raking and rolling, water the seeded areas with a fine spray until a uniform moisture depth of one inch has been obtained. e. In lieu of mechanical application of seed, hydraulic application may be used. The seed slurry shall be constantly agitated until pumped from the tanks. The seed shall not be allowed to set in water more than four hours before application. f. Water seeded areas as required for the seed to maintain suitable growth for at least three mowings performed a minimum of one week apart. g. Reseed areas where the grass did not take. 5. Tree, Bush, and Hedge Transplanting and Replacement a. Existing trees, bushes, and hedges which cannot be tied back or trimmed to prevent damage and require removal because of the proposed construction shall be transplanted with a tree spade or replaced. Tree removal shall include removal of stump and roots four inches below grade. Transplanting shall be at the location directed by the Owner's Representative. After digging the plants, properly store them until they can be transplanted. Replacement plants shall not be delivered until they can be planted. b. Plant during the proper seasons. Do not plant in frozen soil or during unfavorable weather conditions.- Dig tree pits of such size as to provide ample space for the entire root system, as the tree comes from the nursery, without crowding or bending the roots. The pits shall be 12 inches wider than the ball diameter, have vertical sides, and be six inches deeper than the thickness of the ball. I I I I J J 11 I I [1 1, City of Fayetteville D2-16(6) Sewer System Improvements I. I I I I I J I I I 11 I I I I I I I I 5 Thoroughly loosen the soil in the bottom of the pit by spading to a depth of six inches. Dig holes immediately before planting. Dispose of soil earth dug from the tree pits. c. Set trees at a depth slightly below finished grade, half -fill the hole with planting soil and thoroughly water. Loosen and fold down the upper half of the burlap, fill the hole with planting soil and thoroughly water. Fill the top two inches with a well -rotted mulch. d. After planting, prune the branches in proportion to the amount of root system lost in the transplanting operations but in such a manner as to retain the form typical of the tree. In general, remove approximately one-third of the branch structure. Pruning shall be done by expert workmen in such a manner as to insure healthy and symmetrical growth of new wood. e. After planting, wrap trunks of trees planted after October 15 with special tree wrap from the crotch of the first major branches down to the ground. Tie wrapping with cotton twine to keep the wrapping in place. f. Plant trees vertically. Trees found leaning during the guarantee period shall immediately be staked with two 2 -inch by 3 -inch wood stakes, eight feet long, pointed on one end. The stake shall be long enough to properly support the tree. Drive the stakes to a depth of 18 inches below the bottom of the tree pit. Locate the stakes on the north side and 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. I D2-16(7) City of Fayetteville Sewer System Improvements • 0 1 2) Pour concrete only after inspection by the Engineer of the pouring site to verify proper forms and reinforcement. Reinforcement shall be equal in quantity and type of materials to reinforcement that existed prior to the work, or as indicated in the plans or specifications. 3) Saw cut existing paved surfaces to provide a straight joint between the existing and new surface. Saw cutting shall be full depth and square or rectangular in shape. 4) Cure and protect all exposed concrete installed under this contract in accordance with the reference standard. 5) Allow concrete to attain a minimum 7 day strength before allowing traffic or construction equipment on the concrete. b. Concrete Sidewalks 1) Concrete sidewalks shall consist of a minimum thickness of five inches of nonreinforced Portland cement concrete over six inches of compacted granular material and have a minimum width of 60 inches. 2) Sidewalk thickness of six inches required when crossing driveways. Steel #4 rebar 30 inches in length shall be doweled onto existing driveways at 18 inches on center. 3) Place one-half inch preformed bituminous expansion joints conforming to AASHTO-M-213 at junctions with existing work and at intervals not exceeding 50 feet, or as directed by the Engineer. 4) Sawcut existing sidewalks at construction joints. Patching existing sidewalk squares damaged during construction activities shall not be allowed. Have one -quarter depth (1.5 inch) weakened plan joint or sawcut at regular intervals not greater than 5 feet apart. 5) When removing portions of a concrete sidewalk, an entire "Square" shall be removed. Removal of a partial sidewalk "Square" shall not be allowed. 6) Sidewalk to have 1/2 -inch rolled edges. I I I I ri I I I I I I I I I I [1 I City of Fayetteville D2-16(8) Sewer System Improvements 1� • • c. 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. 4) Place doweled expansion joints at intervals not exceeding 50 feet, or as directed by the Owner's ' Representative. 5) Saw cut control joints at intervals not exceeding 10 feet and at junctions with existing ' traverse cracks in the pavement, or as directed by the Engineer. Id. Concrete Driveways Replace concrete driveways to the condition and thickness which existed prior to construction. '• Minimum thickness shall be 6 inches with six inches of compacted granular material (Class 7 aggregate). ' e. Bituminous Concrete Driveway Replace bituminous driveways to the condition and ' thickness which existed prior to construction. Minimum thickness shall be 2 inches. Construction shall be executed in accordance with Asphalt Concrete Pavement Replacement for Pipe Trenches. ' f. Tack Coat ' Apply a tack coat on existing asphalt concrete pavement and to each lift of new pavement that is to receive a succeeding lift in conformance with Section 403 of the Standard Specifications for Highway Construction. g. Prime Coat ' The prime coat shall be applied to the leveling course in accordance with Section 403 of the ' referenced specification at the rate of 0.20 to 0.30 -gallon per square yard of surface area. The exact amount is to be determined by the Engineer. D2-16(9) City of Fayetteville Sewer System Improvements 0 • 1 h. Construction Of Asphalt Concrete Pavement Lay asphalt concrete over the base course in a single lift and the compacted depth shall be 3 -inches. The method of proportioning, mixing, transporting, laying, processing, rolling the material, and the standards of workmanship shall conform to the applicable requirements of Section 408 of the Standard Specifications. The Engineer will examine the base before the paving is begun and bring any deficiencies to the Contractor's attention to be corrected before the paving is started. Roll each lift of the asphalt concrete and compact to the density specified in the referenced Standard Specification for Highway Construction. The grade, line, and cross section of the finished surface shall conform to the Drawings. Asphalt or asphalt stains which are noticeable upon surfaces of concrete or materials which will be exposed to view shall be promptly and completely removed. Asphalt Concrete Pavement Replacement For Pipe Trenches 1 Bring the trench to a smooth, even grade at the correct distance below the top of the existing pavement surface so as to provide adequate space for the base course and pavement. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All resident's driveways shall be accessible at night and over weekends. It has been determined by Engineer that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore, at the location in the project where the 1 trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the 1 gutter line. City of Fayetteville D2-16(10) Sewer System Improvements I ' Compact the subgrade with mechanical vibratory or impact tampers to a minimum of 95 percent of maximum as determined by ASTM D 1557. Any subsequent ' settlement of the finished surfacing during the warranty period shall be promptly repaired by the Contractor, at the Contractor's sole expense. ' Place sufficient base course on the subgrade to obtain a thickness of 6 inches after compaction. Place for the full width of the trench and process ' as required to provide a smooth surface without segregation. ' Compact the base course with mechanical vibratory or impact tampers to a minimum of 95 percent of maximum as determined by ASTM D 1557. Any subsequent settlement of the finished surfacing during the ' warranty period shall be promptly repaired by the Contractor, at the Contractor's sole expense. ' Place base course under all pavement to be replaced and, in addition, under gravel surfaced shoulders and other graveled areas. ' After the leveling course has been compacted, apply an asphalt prime coat, specified above, at 0.20 to 0.30 gallon per square yard to the surface of the ' leveling course and to the edges of the existing pavement. Place the asphalt concrete on the prepared subgrade ' over the trench to a compacted depth of not less than 3 -inches or the depth of the adjacent pavement, whichever is greater. Spread and level the asphalt ' concrete with hand tools or by use of a mechanical spreader, depending upon the area to be paved. Bring the asphalt concrete to the proper grade and compact by rolling or the use of hand tampers where rolling is impossible or impractical. Roll with power rollers capable of providing ' compression of 200 to 300 pounds per linear inch. Begin the rolling from the outside edge of the replacement progressing toward the existing surfacing, lapping the existing surface at least 1/2 ' the width of the roller. If existing surfacing bounds both edges of the replacement, begin rolling at the edges of the replacement, lapping the ' existing surface at least 1/2 the width of the roller, and progress toward the center of the replacement area. Overlap each preceding track by at least 1/2 the width of the roller and make ' sufficient passes over the entire area to remove all roller marks. ' The finished surface of the new compacted paving shall be flush with the existing surface and shall I) D2-16(11) City of Fayetteville Sewer System Improvements • • 1 conform to the grade and crown of the adjacent pavement. Immediately after the new paving is compacted, all joints between new and original asphalt pavement shall be painted with hot asphalt or asphalt emulsion and be covered with dry paving sand before the asphalt solidifies. The surface smoothness of the replacement pavement shall be such that when a straightedge is laid across the patch area between the edges of the old surfacing and the surface of the new pavement, the new pavement shall not deviate from the straightedge ' more than 1/4 inch. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. j. Asphalt Highway Repair Asphalt Highway Repair shall be in accordance with the Arkansas State Highway and Transportation Department Standard Specifications for Highway Construction. k. Concrete Highway Repair , Concrete Highway repair shall be in accordance with the Arkansas State Highway and Transportation Department Standard Specifications for Highway Construction. 1. Weather Conditions Asphalt shall not be applied to wet material. Asphalt shall not be applied during rainfall, sand or dust storm, or any imminent storms that might adversely affect the construction. The Engineer will determine when surfaces and material are dry enough to proceed with construction. Asphalt concrete shall not be placed (1) when the atmospheric temperature is lower than 40 degrees F, (2) during heavy rainfall, or (3) when the surface upon which it is to be placed is frozen or wet. Asphalt for prime coat shall not be applied when the surface temperature is less than 50 degrees F. Exceptions will be permitted only in special cases and only with prior written approval of the Engineer. City of Fayetteville D2-16(12) Sewer System Improvements I Pavement replacement shall be the same thickness as that removed, except that in no instance shall it b less than a minimum of 6 -inches. Protect the newly placed concrete from traffic for a period of 7 days and cure by covering with burlap, sand, earth, or sawdust, which is kept continuously wet. Handle and place concrete pavement in accordance with the Standard Specifications for Highway Construction of the Arkansas State Highway and Transportation Department. Where required by the Drawings, and where necessary to match existing surfaces, place crushed rock, gravel surfacing material, as specified herein, on streets, driveways, parking areas, street shoulders, and other gavelled areas disturbed by the construction. Spread the rock by tailgating and supplement by hand labor where necessary. Level and grade the rock to conform the existing grades and surfaces. Pavement, sidewalk, driveway and curb replacement shall be paid for at the Contract Unit Price for the applicable item as indicated in the Bid Schedule. Placement of temporary road surface shall be considered incidental to the cost of final restoration. Payment will only be made for areas along the centerline of the sewer line. The following items of work under this Section are specifically listed for separate measurement and payment. Pavement removal and replacement for the various types of pavement at the Contract Unit Price per linear foot, which includes removal of the existing pavement and sub -base and installation of the required type of pavement, prime coat for bituminous pavement, granular base, and full depth sawcutting. Combination concrete curb and gutter removal and replacement, at the Contract Unit Price per linear foot, which includes granular base and sawcutting contraction joints at a spacing not to exceed 10 linear feet. Fayetteville Improvements I c. Concrete sidewalk removal and replacement at the , Contract Unit Price per linear foot which includes granular base. d. Concrete or bituminous concrete driveway removal and replacement at the Contract Unit Price per linear foot which includes granular base. 2. Additional widths necessary at manholes and special structures shall not be measured. The cost of such additional removal and replacement shall be included in the unit price for manholes and special structures. The length of curb and gutter crossing the conduit shall be paid for at the maximum trench width as given in the trench width table plus one foot on each side of the trench. 3. The Contractor may elect to construct the conduit by , boring or jacking with the approval of the Engineer. In such event he shall be compensated by payment of units of driveways, sidewalks, or curbs and gutters which would have been measured for payment had open cut methods been employed. 4. Payment for all other surface restoration shall be ' considered a subsidiary obligation of the Contractor and shall be included in the bid price for the item affected , thereby. 5. If restoration work is not completed, 30 percent of the Contract Price of the bid items involved will not be eligible for payment. I END OF SECTION D2-16 I I I I I City of Fayetteville D2-16(14) Sewer System Improvements 9 ID2-17 SANITARY SEWER PIPE CONNECTIONS TO EXISTING MANHOLES 1 1. Description This Section describes the connection of new sanitary 'sewer main to existing manholes. 2. Furnish the labor, materials, equipment, tools, and ' services required for the installation and connection of the replacement sewer pipe to the existing manhole per detail shown on the detail sheets of the plans. ' B. Materials ' 1. Non -Shrink Grout Grout shall be non -shrink in the plastic state and show no expansion after set as tested in accordance with ASTM C 827 and shall develop compressive strength not less than 3,000 psi with a trowelable mix within 24 hours per ' ASTM C 109. The placement time shall be not less than 45 minutes based on initial set per ASTM C 191. Test results shall be furnished by the manufacturer and submitted to the Engineer. ' 2. Flexible Gaskets ' Openings for each connecting pipe shall be circular with a compression type flexible rubber gasket cast integrally into the manhole wall as shown on the drawings included in this document. Flexible gaskets shall be manufactured in accordance with rubber joint specification ASTM C 443 and shall meet the performance and test requirements of ASTM C 425 for compression joints. Flexible gaskets shall be A-Lok, X-CEL,or equal. C. Execution The Contractor shall break into the existing manhole with an opening sufficient to install seal. The flexible connection ' shall be installed and supported at the proper elevation and non -shrink grout shall be placed between the flexible connection and the existing walls of the manhole. Where the ' grout has achieved sufficient strength so that it will not be damaged, the pipe connection shall be made. After the connection is made the bench and trough shall be repaired using non -shrink hydraulic cement. D2-17(1) City of Fayetteville Sewer System Improvements D. Measurement and Payment Connections of new pipe to existing manholes will not be paid for separately and shall be included in the cost of the pipe being installed. END OF SECTION D2-17 City of Fayetteville D2-17(2) Sewer System Improvements I. D2-19 PIPE ENLARGEMENT SYSTEM (PIPE BURSTING) A. General ' 1. Description This specification includes requirements to rehabilitate t existing sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or Pipe Crushing (Pipe Bursting/Crushing). This system includes splitting or ' bursting the existing pipe to install a new polyethylene pipe and reconnect existing sewer service connections. 2. Methods This section specifies the approved system method or process to include all labor, materials, tools, equipment ' and incidentals necessary to provide for the complete rehabilitation of deteriorated gravity sewer lines by the Pipe Bursting/Crushing systems. Approved methods include ' hydraulic and pneumatic Pipe Bursting/Crushing operations. The approved Pipe Bursting/Crushing equipment manufacturers are Hydraulic Static Pull System by TTS Northwest Co., Inc. 4038 128`h Avenue S.E. #186, Bellevue, ' Washington 98006, for the hydraulic method and the Grundrocrack® Pipe Bursting System by TT Technologies, Inc. 202 E. New York Street, Aurora, Illinois 60501, for ' the pneumatic method. 3. Definition ' The Pipe Bursting/Crushing system is defined as the reconstruction of gravity sewer pipe by installing an approved pipe material, by means of one of the ' pre -approved methods set forth in Section A.2 of this specification. The process involves the use of a static, hydraulic or pneumatic hammer "moling" device, ' suitably sized to break out the old pipe or using modified boring "knife" with a flared plug that implodes and crushes the existing sewer pipe. Forward progress of the "mole" or the "knife" may be aided by the use of ' hydraulic equipment or other apparatus, as specified in the approved methods. The replacement pipe is either pulled or pushed into the bore. The method allows for ' replacement of pipe sizes from 8" through 36" and/or upsizing in varying increments up to 48". ' 4. Quality Assurance a. The Contractor shall be certified and have 15,000 linear feet experience within the last three ' consecutive years using the approved Pipe Bursting/Crushing manufacturer's systems, per these D2-19(1) City of Fayetteville Sewer System Improvements 0 specifications in Section A.2., and that such firm shall be a licensed installer of the approved systems. No other Pipe Bursting/Crushing system other than those listed in Section A.2. of these specifications is acceptable. b. Personnel directly involved in Pipe Joining shall receive training in the use of fusion joint equipment and recommended methods for new pipe connections. Personnel directly involved with installing the new pipe shall receive training in the proper methods for handling and installing the polyethylene pipe. Training shall be performed by a qualified representative. 5. Submittals Submit for review and acceptance, the following Contractor's Work Plan and Drawings to the Engineer. a. Shop drawings, catalog data, and manufacturer's technical data showing complete information on material composition, physical properties, and dimensions of new pipe and fittings. Include manufacturer's recommendation for handling, storage, and repair of pipe and fittings if damaged. b. Location and number of insertion or access pits shall be planned by Contractor and submitted in writing prior to excavation for approval by the Engineer. c. Method of construction and restoration of existing sewer service connections. This shall include: 1) Detail drawings and written description of the entire construction procedure to install pipe, bypass sewage flow and reconnection of sewer service connections. 2) Working drawings for information only showing sewage flow bypass, and maintenance of traffic. Contractor shall provide for continuous sewerage flow. Dewatering shall be the Contractor's responsibility. 3) Certification of workmen training for installing pipe. 4) Television inspection reports and video tapes made after new pipe installation. 6. Delivery, Storage, and Handling a. Transport, handle, and store pipe and fittings as recommended by manufacturer. City of Fayetteville D2-19(2) Sewer System Improvements I I I I I H I I I I LI H I I I I b. If new pipe and fittings become damaged before or during installation, it shall be repaired as recommended by the manufacturer or replaced as required by the Project Manager at the Contractor's expense, before proceeding further. Deliver, store and handle other materials as required to prevent damage. Contractor Requirements p mo c The successful bidder or subcontractor shall be licensed to use the approved pipe bursting/crushing methods approved by the Engineer. The successful bidder or subcontractor shall have completed a minimum of 15,000 linear feet of pipe bursting in the past three consecutive years. The successful bidder or subcontractor shall submit a reference list of experience meeting the requirements of A.7.b. Polyethylene Piping Material The pipe and fitting material shall be high density, extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM D1248, Type III, Class C, Category 5, Grade P34, and have a PPI (Plastic Pipe Institute) recommended designation of PE3408 and cell classification 345434C per ASTM D3350. The molecular weight category shall be extra high (250,000 to 1,500,000) as per the Gel Permeation Chromatography determination procedure with a typical value of 330,000. a)_ The interior of the pipe shall be a light reflective color to facilitate closed circuit television inspection. b) The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI TR-4. The pipe material shall have as hydrostatic design basis of 1600 psi at 73° F and 800 psi at 140° F. c) The manufacturer's certification shall state that the pipe was manufactured from one specific resin and shall state the resin used and its source. All pipe shall be made of virgin material. No rework, except that obtained from the manufacturer's own production of the same formulation, shall be used. d) Pipe supplied under this specification shall have a nominal IPS (Iron Pipe Size) outside diameter. The Standard Dimension Ratio (SDR) and minimum pressure D2-19(3) City of Fayetteville Sewer System Improvements I rating of the pipe shall be SDR 17 - 100 psi. Pipe with a lower SDR ratio and higher pressure rating may be used in lieu of the minimum specified. e) Pipe shall be sized by inside diameter. For example: an 8" designated pipe shall have at least an 8 -inch inside diameter, or next largest inside diameter. 2. Tests , a) The pipe manufacturer shall provide certification that samples of the production product meets these specifications. The certification will state that production product has been tested in accordance with ASTM D2837, and validated in accordance with the latest revision of PPI TR-3. b) The pipe manufacturer shall provide certification that stress regression testing has been performed on the specific product. Certification shall include a stress life curve per ASTM D2837 and testing shall have been performed in accordance with ASTM D2837. c) Rejection: Polyethylene plastic pipe and fittings may be rejected for failure to meet any of the requirements of this specification. C. Sewer Service Connections 1. Sewer Service Connections Sewer service connections shall be connected to the new pipe by mechanical methods. Once the saddle is secured, a hole shall be drilled in the pipe the full inside diameter of saddle outlet. 2. Mechanical Saddles Mechanical saddles shall be made of polyethylene pipe' compound that meets the requirements of ASTM D1248, Class C, have stainless steel straps and fasteners, neoprene gasket and backup plate. Mechanical saddles shall be Strap -on -Saddle Type as manufactured by Drisco pipe or Tapping Saddle manufactured by DuPont, Inserta- Tee as manufactured by Fowler Manufacturing Co., or approved equal. Once service connection has been made, replacement pipe saddle shall be completely encased in concrete. I I I J LI City of Fayetteville D2-19(4) Sewer System Improvements 3. Connection to Existing Service Connections to the existing sewer service connections ' pipe shall be made using non -shear couplings. All couplings shall be as manufactured by Fernco Joint Sealer Co., DFW Plastics, Inc. or approved equal. ' 4. Sewer Service Laterals Service laterals shall be SDR-35 Polyvinyl chloride (PVC) pipe and fittings conforming to ASTM D-3034 for service laterals 6 -inches and larger. Service laterals 4 -inches in diameter shall be Schedule 40 PVC to conform ' to ASTM D-3034. 5. Service Interruptions Service interruptions to homes shall not exceed 18 hours. D. Preparation ' 1. Bypassing Sewage a. The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other • method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. b. The Contractor shall be responsible for continuity ' of sanitary sewer service to each facility connected to the section of sewer during the execution of the work. If sewage bypass or backups occur, the Contractor shall be responsible for cleanup, repair, property damage costs, claims and fines. A bypass or backup ' shall be reported to City as soon as possible. 2. Line Obstructions ' If pre -installation (TV) inspection reveals an obstruction in the existing sewer (heavy solids, dropped joints, or collapsed pipe) which will prevent completion ' of the pipe bursting/crushing process, and cannot be removed by conventional sewer cleaning equipment, then an obstruction removal shall be made by the Contractor, with the approval of the Engineer. Protruding service tap removal is subsidiary to service reconnections. ` D2-19(5) City of Fayetteville , Sewer System Improvements I 3. Sags in Sewer Line I ALL SAGS AND GRADE PROBLEMS IN EXISTING SEWER LINES SHALL BE CORRECTED AS PART OF THIS CONTRACT. If the pre -construction television inspection reveals a sag in the sewer line, the Contractor shall be responsible for bringing the proposed sewer pipe to an acceptable grade without a sag. A sag is defined as any sewer line segment more than 3 feet in length which ponds water in the absence of sewage flow. The contractor shall take the necessary measures to eliminate the sag by the method of: pipe replacement, digging a sag elimination pit and bringing the bottom of the pipe trench to a uniform grade in line with the existing pipe invert or by other measures that shall be acceptable to the Engineer and the City. a. Identification of Sags: Sags shall be identified by television inspection in the absence of sewage flow. If available, the Contractor shall be furnished television tapes from the City identifying the sag location. Flow shall be blocked at an upstream manhole and diverted to another sewer line or downstream manhole below the segment of pipe to be inspected. TV inspection shall be performed in accordance with television inspection of sanitary sewer lines. Video tapes shall be submitted to the Engineer for review. , b. Correction of Sags: Sags shall be corrected by open cut replacement or by adding additional bedding material to bring the sag back to grade where access is available. For pipe enlargement methods, all sags identified on the pre -construction video tapes shall be corrected. With the approval of the Engineer, the Contractor may attempt to remove the sag during the pipe bursting process. If the sag is not removed during this process the Contractor shall at direction of Engineer excavate and install additional bedding under the pipe. The pipe shall then be backfilled to a point one foot above the exposed pipe with cement stabilized sand. In instances where sags are located under existing structures, the existing sewer line may be relocated using open cut or boring methods. The Engineer shall specifically review potential relocations and evaluate the constructability, economics, and engineering feasibility prior to construction work. 4. Television Inspection Inspection of the pipelines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit color television. Television inspection shall be in City of Fayetteville D2-19(6) ' Sewer System Improvements ' accordance with the specifications contained herewith for "Pre- and Post -Construction Television Inspection of Sanitary Sewer Lines". E. Pine Enlargement System and Pipe Installation ' 1. Site Organization a. Insertion or access pits shall be located such that ' their total number shall be minimized and the length of replacement pipe installed in a single pull shall be maximized. b. Existing manholes shall be utilized wherever practical. Manhole inverts and bottoms may be ' removed to permit access for installation equipment. c. Equipment used to perform the work shall be located away from buildings so as not to create a noise ' impact. Provide silencers or other devises to reduce machine noise as needed to meet requirements. ' 2. Finished Pipe The installed replacement pipe shall be continuous over the entire length of each pipe segment from manhole to ' manhole and shall be free from visual defects such as foreign inclusions, concentrated ridges, discoloration, pitting, varying wall thickness, pipe separation, other ' deformities. Replacement pipe with gashes, nicks, abrasions, or any such physical damage which may have occurred during storage and/or handling, which are ' larger/deeper than 10% of the wall thickness shall not be used and shall be removed from the construction site. The replacement pipe passing through or terminating in a manhole shall be carefully cut out in a shape and manner approved by the Engineer. The invert and benches shall be streamlined and improved for smooth flow. The installed pipe shall meet the requirements of the ' pressure test, internal inspection, and deflection tests specified in Sanitary Sewer Construction Testing. Deflection testing shall be limited to 20 percent deflection. ' 3. Pipe Jointing a. Sections of polyethylene replacement pipe shall be assembled and joined on the job site above the ground. Jointing shall be accomplished by the ' heating and butt -fusion system in strict conformance with the manufacturer's printed instructions. b. The butt -fusion system for pipe jointing shall be carried out in the field by operators with prior experience in fusing polyethylene pipe with similar D2-19(7) City of Fayetteville Sewer System Improvements 0 1 equipment using proper jigs and tools per standard procedures outlined by the pipe manufacturer. These joints shall have a smooth, uniform, double rolled back bead made while applying the proper melt, pressure, and alignment. It shall be the sole responsibility of the Contractor to provide an acceptable butt -fusion joint. All joints shall be made available for inspection by the Engineer before insertion. The replacement pipe shall be joined on the site in appropriate working lengths near the insertion pit. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any one time shall be 600 linear feet. 4. New Pipe Installation a. Thread winch cable or chain and associated lines 1 through sewer section to be rehabilitated. Keep lines away from pedestrian and vehicular traffic. b. Existing manholes may be used for launch and receiving access. Remove manhole invert and bottom as required. Pull winch chain through sewer section and attach to cutter and machine head. Lower into launching manhole, apply winch tension pulling the cutter and head into the sewer until the rear of the machine is flush with the manhole wall. Attach steel starter pipe and advance assembly until the rear of the steel starter pipe is flush with the manhole wall. Lower hydraulic jack into the manhole and align. Insert new pipe by simultaneous operation of the jack and winching the cutter and head forward. 5. Anchoring New Pipe and Sealing Manholes a. After the new pipe has been installed in the entire length of the sewer section, anchor the pipe at manholes. The new pipe shall protrude in the manholes for enough distance to allow sealing and trimming. b. Sealing the new pipe at manholes shall not begin for a minimum of twenty-four (24) hours after installation. Provide a flexible gasket connector in the manhole wall at the end of the new pipe, centered in the existing manhole wall. Grout flexible connector in the manhole, filling all voids the full thickness of the manhole wall. c. Restore manhole bottom and invert. 1 1 City of Fayetteville D2-19(8) Sewer System Improvements ,t . • ' F. Measurement and Payment ' 1. Pipe Installation Pipe installation will be measured for payment by the linear foot of pipe actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes. Payment will be made for the quantities measured at the ' unit price per linear foot for the various sewer diameters listed. 2. Service Reconnections Installation of sewer service connections will be measured for payment by each actually reconnected to the installed pipe. Payment will be made for the quantities measured at the unit price per each listed. Payment shall include required excavation and backfill, saddles, ' couples, and all other incidentals necessary to successfully reconnect sewer service lines to the rehabilitated sewer. Payment shall not include pavement replacement, which if required, shall be paid separately. 3. Access Pits Access pits including all excavation, backfill and surface restoration, shall be considered subsidiary to pipe installation and not paid for separately. Manholes removed and/or replaced for insertion or access shall only be paid at the unit price for manholes per Section D2-14, when the construction plans call for removal and/or construction of a manhole. Otherwise, such removal and/or construction shall be considered subsidiary to the pipe installation cost. 4. Bypass Pumping ' The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated for rehabilitation. The pumps and bypass lines shall be of adequate capacity and size to handle all flows. All costs for bypass pumping required during installation of the pipe shall be subsidiary to pipe enlargement. ' 5. Subsidiary Work Any damage to utilities and property, resulting repairs, temporary service costs, etc. shall be borne by Contractor. Repair and/or replacement of fences, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed. D2-19(9) City of Fayetteville Sewer System Improvements • 6. Testing ' All cost for testing the replacement pipe by a pressure method will be incidental to pipe installation. ' 7. Measurement and Payment: Measurement and payment to correct sags shall be per linear foot of construction necessary to correct the sag and shall include all labor, materials, and other incidentals necessary to complete the work. 8. Service Line Extensions Payment for extension of service laterals from the initial four (4) feet of lateral shall be at the Contract Unit Price per linear foot installed. Payment shall include the length of service lateral required to extend the service lateral to the property line or as indicated on the Plans and shall include all material, labor, excavation, backfill, restoration (except pavement), testing, and all other incidentals necessary to complete the work. Pavement repair shall be paid separately in accordance with Section D2-16. I END OF SECTION D2-19 I I I I I I I City of Fayetteville D2-19(10) Sewer System Improvements I D2 -2t PREPACKAGED CONCRETE RIP -RAP I L I 11 [1 1. Description Pre-packaged concrete rip -rap is a structure consisting of biodegradable bags filled with concrete, stacked and secured with rebar, used for slope or bank protection and erosion control on open channels. 1. Concrete bags shall be biodegradable, perforated, brown paper bags, reinforced with polyester scrim fiber. 2. Concrete mixture in the bags shall develop a strength of 3,500 psi compressive strength in 28 days, consisting of 171-16% cement and the remainder a coarse, kiln dried sand. 3. Bag size shall be approximately 21" long, 13" wide and 4 3/4" thick. Bags shall be R -rap as manufactured by Knight Erosion Control, Inc., 1222 W. Corporate Drive, Arlington, Texas 76006, or approved equal. 4. All reinforcing steel shall be deformed type bars and conform to ASTM-A 615, Grade 60, placed as shown. 5. Filter fabric shall be a woven, high UV, non -biodegradable polypropylene geotextile material, "300ST" as manufactured by Synthetic industries Inc., or approved equal. Filter fabric shall be laid continuous behind bags; fabric splices shall overlap a minimum of 12". IC. Executi 1 1. Contractor Requirements a. The successful bidder or sub -contractor installing the Pre-packaged Concrete Rip -Rap shall have operated under the same Company Name for at least the last five (5) consecutive years. b. The successful bidder or sub -contractor installing the Pre-packaged Concrete Rip -Rap shall have installed at least three (3) walls of similar size within the past twelve (12) months. c. The successful bidder or sub -contractor installing the Pre-packaged Concrete Rip -Rap must have ' installed at least five (5) walls of similar size D2-20(1) City of Fayetteville Sewer System Improvements tha , have been in place longer than five (5) years to demonstrate durability of the structure. d. The successful bidder or sub -contractor installing the Pre-packaged Concrete Rip -Rap shall supply a reference list of prior installations that includes the projects required under C.l.b and C.l.c. e. The successful bidder shall submit a structural , plan for the Pre-packaged Concrete Rip -Rap Wall designed by a professional engineer. The detail shall at a minimum show placement of all reinforcing steel, rebar hooks, end washer, and rebar size. The plan shall be submitted to the Owner prior to beginning construction of the wall. , 2. Installation a. Remove trees, stumps, brush and other debris from the project site as directed by the Engineer. b. Make all excavations for base bags to undisturbed soil All base soil shall be scarified of all vegetation, leveled and thoroughly compacted prior to placement of the base bags. c. Bags shall be placed in level courses in a staggered or running bond pattern as indicated on the plans and typical sections. Each course shall be sufficiently tamped to compact each bag to finished thickness of 4". d. Bags shall be secured with rebar, rebar hooks end I washers as shown on the plans and typical sections. e. A toewall to prevent undermining of the wall shall be constructed at the upstream end of the wall. The toewall shall consist of Pre-packaged Concrete bags, perpendicular to the direction of the wall, "keyed" into the slope at least 42 -inches. f. Backfill as required behind bags shall be tamped and compacted in 6" lifts to 90% Standard Proctor Density; soil shall be wetted to obtain proper densities. Backfill may be excavated material from the site, free of lumps, rock 4" or larger, and other foreign matter. , g. After a maximum of six rows have been laid and at the end of each work day, the concrete bags shall be thoroughly wetted to insure total saturation for proper set up, curing and bonding. 1 City of Fayetteville D2-20(2) Sewer System Improvements l i 3. Site Control I. a. The Contractor shell maintain adequate drainage at all times. The Contractor shall provide erosion control during construction to prevent excavated materials and debris from being washed into the stream or waterway. b. The Contractor shall not dispose waste or any ' other materials into streams or waterways. c. Existing piping, sprinkler or drainage systems ' exposed or disturbed during the work shall be repaired to their original condition. Any existing sub -surface drain pipe shall be extended through the new Pre-packaged Concrete Rip -Rap Wall system. d. The Contractor must have a set of plans "Approved" by the engineering department on this project at all times. 4. Restoration a. The Contractor shall grade the backfill at the top of the wall to match existing grades as shown on the construction drawings. 1 b. Remove all debris, excavated materials, brush, etc. from the site. C. The Contractor shall be responsible for the replacement or repair of any structures, fencing, existing utilities damaged during construction. D. Measurement and Payment Ii. Pre-packaged Concrete Rip -Rap Wall Payment shall be made at the contract unit price measured as "facing" square feet. The price shall be payment in full for all materials, labor and equipment, excavation, filter fabric, backfill, protection of existing utilities, accommodation of existing utility ' pipes and other structures that abut or penetrate the Rip -Rap Wall, flow diversion, erosion control, site cleanup and surface restoration and all other items for a complete wall system. No additional payment shall be made for repair of existing structures, fencing, piping, sprinkler or drainage systems exposed, damaged or disturbed during the wall construction; sole expense to be borne by the Contractor ' If restoration work is not completed, 20 percent of the Contract Price will not be eligible for payment. ' END OF SECTION D2-20 D2-20(3) City of Fayetteville Sewer System Improvements I D2-21 TREE PROTECTION AND PRUNING ' 1. Description This work shall consist of furnishing, installing, and maintaining tree protection for trees designated and 1 approved by the engineer to be protected from construction activities. 2. No trees or cultured plants shall be cut, trimmed or removed unless clearly shown on the plans or marked by ' the Engineer. All trees and other vegetation which are so marked and must be removed to perform the work, shall be removed and disposed of by the Contractor. No on -site burning shall be permitted. ' 3. All protection of trees, trimming, root cutting, and repair of trees and plants shall be performed by ' qualified nurserymen or horticulturist in accordance with the City of Fayetteville's ordinance Chapter 162 "TREE PROTECTION AND PRESERVATION". ' 4. All trees shown on these plans to be retained shall be protected during all phases of demolition/construction with temporary fencing. ' 5. Tree protection fences shall be installed prior to the commencement of any site preparation work. 6. The Contractor shall not be required to replace trees within existing easements except as noted on plans. All reasonable effort will be made to save existing trees in accordance with Section D2-21. ' B. Materials 1. Tree Protection Fencing Ia. Fencing Post: Fencing posts shall be standard 6'-0" metal T -Post. b. Fencing: Fencing shall be standard plastic safety fencing "orange" in color per Arkansas State Highway Department Standard Specifications. I D2-21(1) City of Fayetteville Sewer System Improvements • C. Execution ' 1. Assembly Fencing posts shall be installed at 6'-0" on center. 1 Safety fencing shall be installed and fastened securely to the T -Post with steel tie -wire and/or plastic tie -wraps. 2. Tree protection fencing shall be installed 5'-0" outside , the drip line of the tree. See details in plans. D. Measurement and Payment I 1. The quantity to be paid for tree protection and pruning shall be the lump sum price per the bid proposal. The lump sum price for tree protection & pruning shall include all labor, equipment, materials, and other appurtenances for the complete protection of all trees as designated by the Engineer as shown on both plans and/or as directed by the Engineer. 2. The unit price for the protection & pruning of trees , shall be eligible for 80 percent of the bid price after the construction of work in the area where protection was required and 20 percent is eligible after final acceptance of the work in the area where the protection was required. END OF SECTION D2-21 I I C1 I I I I City of Fayetteville D2-21(2) Sewer System Improvements I I LI L I I F1 I I SECTION D2-22 SLIPLINING A. General This section includes requirements to rehabilitate existing sanitary sewers by sliplining with polyethylene pipe. B. Materials 1. Polyethylene Slipline Pipe a. The properties of the material shall be determined in accordance with ASTM D638. ASTM D638 shall be used to determine that the thermal butt -fusion joints are stronger than the materials joined. Pipe and fittings shall conform to ASTM F714. b. The melt index of the polyethylene resin shall be determined in accordance with ASTM D1238, Condition E, and shall be equal to, or between 0.05 g/10 min. and 1.00 g/10 min. c. The density of the base polyethylene resin shall be determined in accordance with ASTM D1505 and be equal to, or between, 0.941 g/cc and 0.955 g/cc. d. The material shall be tested in accordance with ASTM D1693, Condition C. e. Polyethylene pipe and fittings may be rejected for failure to meet any of the requirements of this specification. The sewer liner pipe and fittings shall be made of a polyethylene pipe compound that meets the requirements for Type III, Class C, Grade P-34, Category 5, polyethylene material as defined in ASTM D1248 or ASTM D3350, and having a PPI rating of PE3408, and cell classification 345434D or E per ASTM D3350. A higher numbered cell classification limit which gives a desirable higher primary property, per ASTM 3350, may also be accepted by the Engineer at no additional cost to the City. The molecular weight category shall be extra high (250,000 to 1,500,000) as per the Gel Permeation Chromatography determination procedure with a typical value of 330,000. g. Before beginning work, the Contractor shall submit for approval, the vendor's specific technical data with the complete information on resin, physical properties of pipe and pipe dimensions pertinent • to this job. A certificate of "Compliance With • Specification" shall be furnished for all L City of Fayetteville D2-22(1) Sewer System Improvements I materials to be supplied. The manufacturer's certificate shall state the pipe was manufactured from one specific resin and shall state the resins used and its source. All pipe shall be made of virgin material. No rework except that obtained from the manufacturer's own production of the same formulation shall be used. The City will run tests on field samples per applicable ASTM specifications at an independent laboratory for verification of the required physical properties and characteristics. The number of samples taken shall be at the City's discretion. All samples shall be provided by the Contractor at no charge to the City. The City shall pay all charges for all testing of the liner material if they are found to meet specification. All retesting of materials not initially meeting these specifications shall be at the Contractor's expense. h. All sliplining pipe shall be polyethylene material and shall conform to the following Standard Dimension Ratio and size requirements: Maximum Existing Minimum Allowable Sewer PE Pipe Depth SDR Size OD 0'-8' 26 6" 5.563" Over 8'-14' 21 8" 7.125" Over 14'-19' 19 10" 8.625" Over 19'-26' 17 12" 10.750" Over 26'-33' 15.5 The SDR shall be selected for the deeper of the two manholes in a particular section or sewer. i. Lengths: Standard lengths shall be used whenever possible, (40 foot sections). Where construction difficulties prevent the use of standard pipe sizes, other pipe sizes may be specified. j. Pipes shall be joined to one another and to polyethylene fittings by thermal butt -fusion in accordance with ASTM D2657 and ASTM D3350. Butt - fusion joining and site location, joining shall be performed within or outside the excavation. Joints between pipe sections shall be smooth on the inside and internal projection beads shall not be greater than 3/16 inch. 17 I I I I [1 I I I I I I I Li I I City of Fayetteville Sewer System Improvements D2-22(2) I. II ' • • 1 k. The tensile strength at yield of the butt -fusion joints shall not be less that of the pipe. ' 2. Slipline Grout a. Cement grout for bulkhead at manhole shall be ' composed of one part Portland cement (Type I or II) and three parts fine aggregate. ' 3. Sewer Service Connections Mechanical and fusion -bonded saddles shall be made of PVC or polyethylene materials. Polyethylene pipe compound shall meet the requirements of ASTM D-2448, Type IV, Class C. Mechanical saddles shall have stainless steel straps and fasteners and neoprene gaskets. Mechanical saddles shall be Strap -on -Saddle Type as manufactured by Romac Industries, Inc., or approved equal. If PVC saddles are used, they shall be made of Type I, Grade I, PVC Resin per ASTM Spec. D-1784-81. The saddle shall be equipped with a stop ring to prevent the service line from protruding into the main. The wall thickness ' of the saddle at the line through the branch at the saddle's longest point shall be 0.250" and shall taper to 0.125" at its thinnest edge. A tolerance of ±0.010" ' shall be acceptable. The saddle shall have a minimum skirt length of 14 inches. The saddle shall be of one-piece design and shall fit the exact roundness of the pipe. It shall have a centering ring on the outlet side ' of the saddle at a thickness of 0.200". The surface shall be smooth without sharp edges. The socket depth shall conform to ASTM 3033-85 and ASTM 3034-85 ' specification with Schedule 40 dimensions O.D. The Schedule 40 outlet hub shall be equipped with an adapter to accept cast iron soil pipe. The saddles shall be GPK solvent skirt, or equal. The saddles shall be cemented Ito the liner, using an expanding polyurethane foam, 3M Scotch Seal #5600, or equal. The saddle shall be strapped to the liner, using stainless steel bands. C. Execution 1. Insertion or Access Pits The location and number of insertion or access pits shall be planned by the Contractor and submitted in writing for approval by the Owner's Representative prior to ' excavation. The pits shall be located such that their total number shall be minimized, and the footage of liner pipe installed in a single pull shall be maximized. Location of damaged pipe shall be used for insertion pits ' if directed by the Owner's Representative. City of Fayetteville D2-22(3) Sewer System Improvements Before excavation is begun, it will be the responsibility of the Contractor to check with the various utility companies and determine the location of the utilities in the vicinity of the work area. Temporary construction easements and/or right-of-way areas will be arranged by the Contractor at no cost to the City. Damage done to utilities and the resulting repair, temporary service cost, etc., shall be borne by the Contractor. Access pits shall be backfilled in accordance with Section D2-10. All excavations shall be properly sheeted/shored in accordance with OSHA specifications for trench safety systems. Any damage resulting from improperly shored excavations shall be corrected to the satisfaction of the Engineer with no compensation to the Contractor. All open excavations shall be kept secure at all times by the use of barricades with appropriate lights and signs, construction tape, covering with steel plates, etc., or as directed by the Engineer. The cost for diversion pumping if required around an insertion pit, from a manhole upstream to a manhole downstream, shall be included in the Unit Price Bid for sliplining. Excavation for insertion pits shall not be paid for separatly but shall be included in the Unit Price Bid for sliplining. 2. Insertion of Polyethylene Liner Pipe into Carrier Pipe a. Existing Pipe Preparation The existing sewer will remain in operation during the sliplining process. Obstructions such as roots, large joint offsets, rocks or other debris, etc., that would prevent passage or damage to the other pipe sections must be removed or repaired prior to installing the new pipe. After completing the insertion pit excavation, the top of the existing sanitary sewer line shall be removed, where required, down to the spring line. A power winch cable shall then be connected to the end of the liner by use of a suitable pulling head, equal to the outside diameter of the liner. The pulling head shall be adequately secured to the liner and then attached to the power winch cable so that the liner can be satisfactorily fed and pulled through the sanitary sewer main. Proper bumpers shall be provided in the insertion pit in order to prevent the ragged edges of the existing pipe from scarring the outside of the liner as it is pulled into the existing sewer. I I I I I I I [.] I C] l I I I City of Fayetteville Sewer System Improvements D2-22(4) J Precautions shall be taken not to damage the liner or break any of the butt -fused joints. Sufficient time (a minimum of 24 hours) shall be allowed for ' the liner to return to its normal length assuming the over -elongation is due to a higher temperature at the time of installation) based upon the average ' temperature in the sewer. The length of the liner pulled in any one segment shall be limited to prevent any backup of service lines which may result ' due to restricted flow through the annular space. Maximum Allowable Pulling Force. In order to ensure the integrity of the polyethylene liner, the pulling ' force exerted on the liner shall be limited to that indicated below for the appropriate outside diameter of the polyethylene liner: POLYETHYLENE LINE OUTSIDE MAXIMUM PULLING DIAMETER (INCHES) FORCE (TONS) 5.375 3.5 7.125 4.0 ' 8.625 7.5 10.750 10.5 ' 14.000 12.0 18.000 21.5 21.000 35.0 24.000 52.0 I. The Contractor shall use a suitable pulling head so that the pulling head and liner will separate from each other when the pulling force exerted on the I. liner reaches the amount indicated above. The pulling head design (including calculations) shall be approved by the Engineer prior to its use. ' As an alternative, the Contractor may be permitted to use a measuring device (spring, gauge, etc.) connected to the pulling cable which shall register the pulling force being exerted on the liner. The pulling force shall not exceed those values indicated above for the applicable outside diameter of the polyethylene liner. The measuring device shall be approved by the Engineer prior to its use. The Contractor may be allowed to push the liner ' subject to the Engineer's approval. Care shall be taken to avoid any buckling of the liner by limiting the stroke of the backhoe. Any portion of the liner damaged during this insertion process shall be cut out and the liner rejected. In certain cases, the Contractor may be permitted to use a combination of 1 City of Fayetteville D2-22(5) Sewer System Improvements pulling and pushing to enhance the insertion of the , liner. A liner that is permitted to be pushed shall not have an open end which can allow sand or other ' debris to be pushed into the liner. Use of Clamps and Encasement Where excavations for the insertion of the liner are made , between two manholes, the ends of the liner will be cut smooth, square to the axis of the liner, so that it can be joined in a workmanship like manner. The liner shall be joined with a JCM Industries Type 108 or equal, all stainless steel (including bolts and lugs), full circle, Universal Clamp Coupling with a 1/4 -inch minimum thickness grid type gasket. Clamps shall be selected to fit the outside diameter of the liner pipe. Minimum clamp widths shall be selected from the following table: OUTSIDE DIAMETER MINIMUM OF LINER PIPE WIDTH OF CLAMP (Inches) (Inches) 5.375 12 7.125 15 , 8.625 18 10.750 or Greater 30 ' In all excavations where the liner is not within the existing sanitary sewer line (carrier pipe) cement stabilized sand bedding shall be installed. Visual inspection is required for approval of bedding before backfill is completed. 4. Testing of the Liner Testing will be required after the liner has been installed in the existing sanitary sewer main. The first is a low pressure air test of the liner before it has been sealed in place at the manholes and before any service reconnections have been made to the liner. The purpose of this test is to check the integrity of the joints that have been made and to verify that the liner has not been damaged by inserting it into the sanitary sewer. a. Low Pressure Air Test Procedure: After a manhole - to -manhole section of sanitary sewer main has been slip lined and prior to any service lines being connected to the new liner, the liner shall be plugged at each manhole with pneumatic plugs. The design of the plugs shall be such that they will hold against the test pressure without requiring external blocking or bracing. One of the plugs shall have three (3) air hose connections; one for City of Fayetteville Sewer System Improvements D2-22(6) V F ' the inflation of the plug, one for reading the air -pressure in the sealed line, and one for introducing air into the sealed line. ' Low pressure air shall then be introduced into the sealed line until the internal air pressure reaches ' 4.0 psig greater than the average back pressure resulting from any groundwater that may be over the pipe. At least two (2) minutes shall elapse to ' allow the pressure to stabilize. The time required for the internal pressure to decrease from 3.5 to 2.5 psig greater than the ' average back pressure resulting form any ground water that may be over the pipe, shall not be less than the time shown for a given pipe diameter in the following table: CARRIER PIPE MINIMUM ' OUTSIDE DIAMETER ELAPSED TIME (Inches) (Minutes) 5.375 3 7.125 4 8.625 5 10.750 6 14.000 7 ' 18.000 8 Lines over 18 inches shall be approved for payment by • Visual and T.V. Inspection in accordance with Section D2-15. ' 5. Sealing Liner in Manholes After the pipe has reached equilibrium the annular space between the liner and the existing sanitary sewer ' main must be sealed at each manhole with a chemical seal and nonshrink grout. Oakum soaked in Scotchseal 5600 or equal shall be placed in a band to form an effective water -tight gasket in the annular space between the liner and the existing pipes in the manholes. The width of the band shall be a minimum of ' 12" or one-half the diameter of the pipe, whichever is greater. It shall be finished off with a non -shrink grout placed around the annular space from inside the manhole and shall not be less than 6" wide. The chosen ' method, including chemicals and materials, must be approved by the Engineer. The Contractor shall cut the liner so that it extends 4" into the manhole. The ' Contractor shall make a smooth, vertical cut and slope the area over the top of the exposed liner using ' City of Fayetteville D2-22(7) Sewer System Improvements I non -shrink grout. The Contractor shall also use cementitious grout to form a smooth transition with a reshaped invert and a raised manhole bench such that neither the shape edges of the liner pipe, nor the concrete bench, nor the channeled invert shall exist to catch debris and create a stoppage. The invert of the manhole shall also be reworked (smoothed and built-up) to match the flow line of the new liner. The liner pipe shall be allowed to normalize to ambient temperatures as well as recover from any imposed stretch, a minimum of 24 hours in the case of polyethylene, before being cut to fit between manholes and proceeding with reshaping and/or smoothing the manhole invert. b. Manhole Drop Connection The manhole drop connection shall be excavated at the tee connection. The existing sewer pipe shall be cut to within two feet of the tee. Remove a one foot section of the sewer pipe to allow room for sealing and grouting of the liner entering the drop connection. The liner shall be inserted into the existing sewer pipe a minimum of one and one-half feet. The outlet of the tee shall remain open. After the pipe has reached equilibrium the annular space between the liner and the existing sanitary sewer main must be sealed with a chemical seal and nonshrink grout. Oakum soaked in Scotchseal 5600 to form an effective watertight gasket in the annular space between the liner and the existing pipe. The chosen method, including chemicals and materials, must be approved by the Engineer. After the sealing is complete, the connection shall be encased in concrete. 6. Sewer Service Connections a. Sewer service connections shall be connected to the new pipe by mechanical methods in accordance with D2-13. Once the saddle is secured, a hole shall be drilled in the pipe, the full inside diameter of the saddle outlet. b. The Contractor shall fill the annular space between the sliplining pipe and the existing sewer pipe with Oakum soaked in 3M Scotch Seal #5600, or equal, for a distance of at least six inches either side of the service tap. The intent is to seal the sewer line so that nothing can enter or exit the sewer system at the service tap, nor can fluids flow between the existing sewer pipe and the liner past the service tap. I LI I I I I I [1 [1 11 I I I I I City of Fayetteville Sewer System Improvements D2-22(8) I I •: • c. Connections to the existing connection pipe shall be ma connectors, manufactured by ' Fernco, or approved equal. connections shall be cement shall be in accordance with sewer service de using flexible sewer Mission Rubber Co., Backfill at service stabilized sand and Specification. Id. The Contractor shall upon request, permit the Engineer to take elevations on both the existing and new portions of the service connections pipe Ito determine final grade and invert elevations. Elevation changes greater than 0.10 feet from the house lateral piping shall be reconnected as ' directed by the Engineer. e. Service interruptions to homes shall not exceed 18 hours. ' D. Measurement And Payment ' 1. Pipe Installation a. Pipe installation will be measured for payment by ' the linear foot of pipe actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline of ' manholes. Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed. ' 2. Service Reconnections a. Installation of sewer service connections will be ' measured for payment by each actually reconnected to the installed pipe. Payment will be made for the quantities measured at the unit price per each listed. b. Payment includes all required excavation and backfill, surface restoration, saddles, solid ' sleeve couplers, 4' of service line, and all incidentals. 3. Television Inspection and Cleaning Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video • image required for line analysis. This contract requires the Contractor to TV inspect the sewer lines twice, once before and once after construction. Pre - Cleaning and Television Inspection, and Post Television ' Inspection, shall be a subsidiary obligation of the Contractor. I City of Fayetteville D2-22(9) Sewer System Improvements 1 4. Obstructions Obstructions such as roots, large offset joints, rocks, or other debris, that would prevent passage or cause damage to pipe and must be removed or repaired before installing the pipe will be paid for at the Contract Unit Price per obstruction removal. Contractor will not be paid for obstruction removal located at insertion pits and/or service taps. 5. Payment for reconnection to manholes shall be included in the price installation cost. 6. Subsidiary Work Any damage resulting to utilities and property, resulting repairs, temporary service costs, etc. shall be borne by Contractor. Repair and/or replacement fences, sprinkler system piping, and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed. 7. Testing All cost for testing the replacement pipe by a pressure method will be incidental to the installation. Unit price for sliplining and service eligible for 60 percent payment after additional 10 percent is eligible for is complete. The final 30 percent is after all surface restoration coincid project is complete. reconnection shall be repair is made. An payment after testing eligible for payment ant to the sliplining END OF SECTION D2-22 1 I I I I I I C] C1 I I I I I 1 I I City of Fayetteville Sewer System Improvements D2-22(10) J I c }asrICATE of INSURANCE I TO: C1;I OF FAYErrEVILLE, ARF(,NSAS NAME OF PROJECT: PFCTT T2MSER: ITimaS IS TO CEMFY THAT (Name and Address of Insured) ' is, at the date of this certificate, insured by this Canpany with respect to the business operations hereinafter described, for the type of insurance and in accordance with the provisions of the standard policies used by this company, aid further hereinafter described. Exceptions to standard policy noted on reverse side hereof. I I I I I I I I TYPE OF INSURANCE Policy No. Effective ires Limits of Liability Worker's tion Carprehensive General Bodily Injury: Liability Insurance E. Occ rrence: $ (Public Liability) Property Damage: Ea. Oczrrence: $ Blast' Ea. Occurrence: $ Collapse of Buildings or structures adjacent E. Occurrence: $ to excavations Damage to Underground Utilities Ea. Occurrence: $ Builder's Risk Bodily Injury: Comprehensive Ea. Person $ Autarobile Ea. Occurrence $ Liability Property Damage: Ea. Occurrence: $ Bodily Injury: Contractual Liability Ea. occurrence $ Property Damage: Ea. occ rrence: S Other ITcrations mvererl: __ Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations rewire more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, ' either in the body thereof or by appropriate endorsement thereto attached. Aaencv ' Fa-:etteville Agent ' Address Title FAYETTEtILLE � THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fayetteville Mayor and City Council Thru: Don Bunn, Public Works From: David Jurgens, Water/Sev Date: 26 January, 2001 Subject: Agenda Request- February 20 City Council Meeting, Construction Contract, Illinois River Basins 6, 9,12 and 16 Sewer Rehabilitation, T- G Excavating, Inc. 1. Background. The sanitary 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 (I/I) in the sewer system and thus eliminate the overflow at the Old Wire Road lift station. This project is designed to reduce the extraneous I/I and upgrade the system's capacity so that it can carry the required volume of water. The area to be rehabilitated is all of those areas tributary by gravity to the Old Wire lift station, including the hill behind Root School (Illinois River Basin 16), areas around Gulley Park, and the Hyland Park area, all shown on the attached map. Under very heavy rains, we have experienced recurring overflows at five manholes and one pump station in this area. 2. Project Description. This is the third of three sewer rehabilitation construction projects in this area, and involves replacing lines using conventional (dig and replace) methods. The first project involved manhole rehabilitation, and is complete. The second consisted ofa specialized type of work which reduces the amount of digging required called pipe bursting. The pipe bursting contract has already been awarded; this work will begin in February, 2001. This third contract, involving conventional digging, consists of replacing 5,153' of main line pipe, replacing 39 manholes, and installing roughly 2,600' of service line. The pipe bursting and dig and replace projects both used the same set of plans and specifications, and were bid as unit one and unit two of this project. Thus, the bid, bid tab and contract refer to this project as unit two. 3. Contractor Qualifications. Performing sewer rehabilitation is significantly different from installing new sewer lines. It requires leaving the existing lines in service while the work is performed, as we cannot cut off service to the homes and businesses which use the lines. The risk of a sewer backup into homes is very high; the hardship on residents is also high. Thus, we require that contractors meet specific sewer related experience requirements in order to be considered responsive bidders for this type project. We have experienced great difficulty in the past with inexperienced contractors causing sewer backups into homes and creating other very difficult conditions for our residents. For several years, we required prequalification, restricting which contractors were allowed to bid. We then decided that having the experience requirement within the contract was a better and more secure method of quality control. 4. Bid. Bids were opened on November 17. Four bids were received. Contractor Bid Goodwin and Goodwin * $ 776,938.00 Mobley Contractors, Inc. * 907,780.07 Fayette Tree and Trench * 1,069,579.00 T -G Excavating, Inc. 1,100,000.00 Engineer's Estimate 1,102,231.00 * These contractors did not meet the experience requirements for this portion of the work, and are thus not considered responsive bidders. The contract cannot legally be awarded to them. T -G Excavating was the lowest responsive bidder at $1,100,000.00, very close to and below the engineer's estimate of $1,102,231. The engineer has recommended we award this contract to T -G in the attached letter. The City Attorney's office did a special review, and also recommends we award this contract to T -G. We could rebid the project, but this would probably increase the cost as the one contractor that meets the requirements would know some of his competition would not bid. Thus, both the engineer and I feel it would be not be to our advantage to rebid. 5. Budgeting. The sewer rehabilitation project is in the 2000 -2004 -Capital Improvements Plan (page 153, attached) and is funded by both sales tax and water/sewer revenue funds. This project is using funds from both 2000 and 2001. Budget details are identified on the attached agenda request. 6. Staff Recommendation. The Staff recommends award of the construction contract to T -G Excavating, Inc., in the amount of $1,100,000, and approve a 5% contingency of $55,000, for a total cost of $1,155,000. Enclosures: Agenda Request Project Area Map Engineer's Recommendation Letter with Bid Tab CIP Extract Pages Proposed Contract m gITTrze77 ! DJ\\REHAB-SW\Ba 16BwsnCCDcp. WPD C•<L al ittiCI O• 3p ,PV\Y I S ZI• •- i .000a a.anw u •••\t• 411 m dray r i• •. : a OLI \ e •• 1' ._'G•°• I D ° ) •• a•_•P ' - •e al _OYI _ Ir 1, • a•• •,.��Q : F Wr6•\ : p 1 \•' • 5 Li. ••w Yovt_.\ O.y e • D '. 0 0 �••.••1\4 �(' , _ 11n . ; i� YIYp. O °• - O S ♦ °•' Yl.yJpa r �` p •IrDNI• • •_• • ..I F -16 \ I•b Q I pp •-i�O •11, $ ' i 4 o u LeVo '0. ..pn"• •at. i .� °r ..I lcl Vfy o• - _ I _Y. _ _r.oe_ . ��.y +• _naO••u.r. •O• .1.�•b _ r I ( •r •u 1( IY e ti ••e • ,• • r• • i• ° • : :i • D•Y._r • i O� 1 . •PIII OIp ° • p , O It'*' $°ol ≥ L •m•ooD I ool uu ,111 Vii vrpl vu.0 • •wl el uc • uu Opp♦ •p•nP t' •o- • • •o b• o o.oP u °I. Ur.. YIV• )i) tuOr• 0_[0 ° u • r, GO (O —c. iI •rI ' 3 r VUYY MVI. �G0.bY0•q 0• 04111::::� >I l Si i p.uwtY On ra/u l• - 11 •up °I • ] • °r•r e • i •• 1O°Yy� ••4 0 ° ♦ ••ul i 1. • o I, Y.poo p e ] c0.1 -- I • O 0 a • Y i rr•*uCMP Vr vP a u.O_ - p•... p. p Il lra 1111 rl l r rll •'la : -'••YY • Ill,oeeY111111 • •r .Lf C• I 6u ( y ( O : 1•[r•ID •\v i JIW _Ouu 11111 • ° e •IYaq C • •O I I •r r • D •anar r11(IYIr111,11 • y V • : x p• • p i [ - �h In ull vin ....to IS $ Cif ; C^•• •11 bI u • 1 YIc, r > e C 1190* La O k ,; aJ tin..' na._w1 • • • • hr_o u_uOr p Yn*AO i.,a•• p* •tOI o- •.6O o •o•*I n �•�• 1 fY y I�Pp S. ( op ' • O u c O • a o • • .O,° u... .Ir.r.1.u9Y �9•DGI a L..a. • I u••YOI •bc '• Q I• o.•en e a e o J C ' p.Ino st• ♦c &s S,Y90r1 -Orr - I4 • D_ I IOnDOYD(••rD 1*•GMI I oey • : '.•w.n• I a o ES i v 0•4_000 4 .uo..1, f D* col u... r • _O.1_ ; O� 4• i� o , • 1_PO. • cI o `' , . i e Lorf q1..I 1 .n ° • • V I Y 1.1 u.l.g, O.ulpp. o• - •unPu °• O e_ o .Y°_ Ii °oa a • •1•a I°. "e• • i v [II• • DI IlIS000 OI • i •]• e : = rpy e• J •000 • You_ u u.. •e_ • •p I r , nu u pI_. C4 q acc• Y - 0 Q i c(• ar • •r 1 . • • i 0 • ,1• °I • • C, •In4 r°rlao- •Wu ( 1 ° • �•• °• O L0 1.000 o .I Yp•D _ . = p ..r 111 . IY..1. : ; 8 v, 1 '."I• • . .. C . DOC.I.,u•: : *9,10 • cera. : _ . E ,F __ •_hi T'4. ° I•00 ♦•it -1 • QJI.o, 4 M IRa 26 • Iv or Tti Ij• .wrru •• Iplrlu• c0-rlbun U•mI awl,.. 0 •a•111111111t1. ,-4.. ,. SCR LG I / .M. : 1 .ec. 111,,,1,, 1,r....I. •°OC(., / 'I IOU In• till. 0 rn� �N • 7a V. 0 ^ 1b •'1_ r.l. E 16 a •' - ,.r E III 1 ..... S - S O1rr... • 4 •_..P ' ylnn (O I Z I L • Ip• •VI_M• L • - a • 11• •.YDr D• yl•al rynr. -. 1I TI i . �•i u • a li\ I RJN GROUP, INC. Engineering and Information Technology Services YEARS I An Employee -Owned Firm 1111111 January 25, 2001 Mr. Dave Jurgens City of Fayetteville 1475 West Cato Springs Road Fayetteville, AR 72701 Subject: Illinois River Basin Sewer Improvements Unit 2, RJN #18155200 Dear Dave: Four contractors submitted bids for the above referenced project. We have evaluated each of the bidder's documents. The first three lowest bidders were found not to have completed a minimum of three sewer rehabilitation projects with a construction cost of $500,000 each during the last three years; therefore, their bids are considered non -responsive. This requirement is set forth in the Contract Documents, Invitation to Bidders, Paragraph G. T -G Excavating is the lowest qualified bidder for a total cost to construct Unit 2 of $1,100,000.00. We have checked their references, and have found that their past clients are extremely pleased with the company and their quality of work. We recommend the City enter into a contract with T -G Excavating to construct Unit 2 of the Illinois River Basin Sewer Improvements for a cost of $1,100,000.00. Enclosed are five (5) copies of the Contract Documents executed by the Contractor with bonds and insurance included. Should you have any questions, please call me at (972) 437-4300 x38. Very truly yours, TAH/kb/1552 xc: file Enclosures 12160 Abrams Road, Suite 206 • Dallas, Texas 75243 Phone 972/437-4300 • Fax 9721437-2707 • www.iin.com H mmmmmmmm (y W W W W N N N mmmmmmmmmmmmmmmmm N N N N N++++++++++ b m J mm�mmm O N • W N+ = o N+ O b d J b W Y W N+ CC p J b N 4 W N+ O b O 0+ ac O W W+ (f�� O b N o a 0 l L + oil f P+ N O f♦ + N 41 J WO J N J q+W O W • Q Z W+ O O W W 0 0 0 O O O b O J C N b U W N N N Y �l1 r N X11 r r r rTlflrrrrrr r r r r m G m G X11 r r r r r r r m mC mm X O D m -1 D yy m � Cl z Z Z m Z m m yy m y mm m yy yy 1 �y1 ~ O D y 0 0 m O OT 2 O 5 Xy T w Xy Z 0 0 m D N D 'T N m v G 0 0 8 y T 0 x m m p D T T< O OO T T n N N r m y< TS Oy m O D N nq T m A m N m C y O O O N O m N O m Z m mm O O mO m. Z D $ T T m m O A O fTl Cm C m O m m O O Dl>1 fll O m= I F A v m m gy m D O Z m m j V y m n m A O m m m x m Z O p m m T m m G y p Z m F m �n Niii v N D_ A z m '� > m m O a r 0? y? O m z C Z H> -Z1 O D m o D p A r 2 O A r Z O p y z O m v D 0 m z V O m Im11 9 C 'p z 0 m 0 m; � m n m z Oz m m 0 y Z y Z D T ti D z .yy m z O m z 0 m O C$ c S S $ mm p 0 O •V V 0 V 4l ♦ (a0 0+ 0 m 0 b to O N Y O O wo tl W tl N♦ m+ - W z b m_ 8 8 8 8J 8 8 8 8 8yy 8 8 8 8 8 8 8 8 8JJ 8 8 2 8 8 8�� 8CC 8 8 8 8 8 8 8 81I 8 Np O 8 O � Y$ 8 O N N W E ( O N p O m N q 0$ N 0 y 0 1p O$$ N H qO O O S F N$ 0 N$$ q O U 1 p Q 8 8 8 8 8 8 8 8 8 8$ 8$$$$$$$ 8 8 8 8 8 8 8$ 8 8 8 8$$$ _V♦1 •v( yry� QaQ apQ $ "QQ Qa mQ o QNQ app QrQ yffi -. : aaQQ app ts QaQ a ya N r as s�a aQQ m @s@ e 1 p 8 8 8 8 8 8 8 8 8 8 8 8$ 8 8$ 8 8 8 8 8 8 8$ 8 8 8$$$$$$$$ yp+1 O Pu Y O �.1 V m 1♦ V O 0 pp U 11nn > U ffpp ! N+ NNpp a 5 W N� 8 !T a O {uP a W N W a O G 0 0 Y y y o 1 i Y N N O V CM N N$ > 6$ N V S O -1 2LLbbt •$•$�� a $^$ f8f�� ERR a(� 11a��1�1 a JJ Y S �8 „ : �' r 5 m ap_ ugNy • • N z < r 8a8 N Ya�•k S V O Y 888 O V L S O N •40 YL` LI O 8 ROR S P 0 TYT I fafyy p V �N�.11 N 0 0 qGq O N 1w + O 8 8 8 0 !3 S 9 fNj S� y wt u1 ya PY W ypfQ. y� Oo a 0 8 8 x 8 8 8$$ 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8$$ m a$ �• •• J N 0 .1 YO O O M a -4 {! a • C) YP 1a1� pNO j�j1 8N S0 j�'! 8a 80 8N Oap IYJI p(a a8 8O 0 CC qa yNal Nv 8$$ 8$ $ 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8$ 8 8 8 Q$ y$ Q y -a -1> G „ S •• LBO „„ �8l ! a� 1Yp .• 0S� N {� u� iFOj� N� M a� „„ pp mm } �J[ tS �0L S S0T LS O 8a O 8r O byW V yp+� O O S+ O S�C S�SZ� TS � ZS U O IaJ O (O� O �J N u� O N qN O$ 8 O O 8 O 8 O 11Nnn O 8 O O fw O p O 8 O y� O 8 $ $ $ $ $ $ $ $ $ $ ,LS $ $ $ $ 8 8 8 8 $ 8 8 8 $ 8 8 8 8 $ 8 $ $ 8 8 $ 3 0 !.] I m O - + O O C O N g a a G Q m z z a a z m r '�1 r N r N r N r 41 r H r N r 41 r N r 41 r 41 r N A + Y y yO y O W COOOmOOQQQQO N 9 y v y 9 y c mZi 0 v 4 v il O y v y 9 y L y Ra {� Cc _= i y' � z A D O A m L m m m v D m m L m a O 'n A A m n D A m v D m m v m m v D m m v D m m L A m V + N A yA 0 r y m 3 r Ill m m 9 Z 2 yy N p v 0 3 (p y N> 0 0 N G) N~ G n N O O r a 4' N O N r r A G' m o O r A + m o O r a + m 9 m m NN m 0 O r a+ -' N 0 r -i z y 4 -tt m 0 a N ti S 8 8 8 8 8 o5 8 8 v 8 o 8 a 8 a 8 a 8 a 8 m 8 mCA 3 m �v O yy1�� 5O5�� QYQ QOQ uNu fuui 55a�� 5O5�� yNy�� pNp QoQ${ $ 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8$ 8 8 8 8 8 8 8 2 — O o pg f ,Lu �' u a gTy S QoQ E ymQ S E pSQ C @'u 25 qua pT i5 'po 25 Y tQQ'i tl z p 8 8 8 8 8 8 8 8 8 8 8 8 8 8 NNN�NJ yy-S �p�pJ11 OL'� N P a aL� O\ n y 41 J V V 0 1L V I O L I N ° o gg g a N 7 8 8$ m U G! w T 8 T ru7 P O < Y W + 8 8 8 8 8 8 8 8 8 8 8 8 m m Y a m l ° ° Y qOQ G 8QGO O YM1 8NoQ SJNQC QN lSpp SNP 8N 8y 1N1 O 8 8 pOp 8 pp 0 pOO 8 pp 8 pOp 0 pOC 8 pE 8 8 pEp 8 pOO 8 pOO 8 pOp 8 m N as \ \ N $1� zi 8 IJ 8 8 O 8 a 8 O 8 8 8 8 8U O 9 8N O 8 1 4J a o� p D j � o $yQ � QmQ srs tt ab QU ffi g� yip yip iyn� }Qn Qrn p 2 L1 88 8 8 8 8 8 8 8 8 8 8 8 8 8 3 CITY OF FAYETTEVILLE, ARKANSAS 2000 - 2004 CAPITAL IMPROVEMENTS PROGRAM PROJECT DETAIL I PROJECT TITLE: Sanitary Sewer Rehabilitation PROJECT COST 2000 $ 1,553,000 REQUESTING DIVISION: Water/Sewer & Engineering 275,000 2001 FUNDING SOURCE: Water & Sewer Fund 2002 2003 PROJECT CATEGORY: Water 8 Sewer Improvements 2004 INITIAL YEAR PRIORITY: 4 TOTAL PROJECT COST $ 1,828,000 PROJECT TYPE: REPLACEMENT Y EXPANSION PROJECT DESCRIPTION & JUSTIFICATION: Rehabilitate the City's existing sewer collection system. Improvements are necessary to reduce storm and ground water flows into the system which cause sewer overflows at several locations in the City. The project is required to meet state and federal laws. Until 1996, the project was mandated by an EPA Administrative Order which is no longer in force. The City has been told that they did not receive another order because of the progress made to date and the work planned for the future. Projects include replacing and lining existing sewer mains, rehabilitating manholes, upgrading lit stations, building relief sewers, and (possibly) constructing a sewage detention basin. This project is funded in both Sales Tax Capital Improvement and Water & Sewer Funds. PROJECT STATUS (IF IN PROGRESS) : Numerous sub -projects have been completed with excellent success. Annual funding is on a sub -project bases. In 1999. we shall complete the study of the next area to be scrutinized (Illinois basin), complete two current construction projects, and initiate construction in Illinois basins 1-5 and 19. EFFECT OF THE PROJECT ON ANNUAL OPERATIONS No significant impact except that the number of sewer overflows will be signifucantiy reduced. City Wide Project r. L. I C 1 1 -2 J J :a 153 • • _ CITY OF FAYETTEVILLE, ARKANSAS 2000 - 2004 CAPITAL IMPROVEMENTS PROGRAM PROJECT DETAIL PROJECT TITLE: Sanitary Sewer Rehabilitation REQUESTING DIVISION: Water/Sewer & Engineering FUNDING SOURCE: Sales Tax Capital Improvements Fund PROJECT CATEGORY: Water & Sewer Improvements INITIAL YEAR PRIORITY: 1 PROJECT TYPE: REPLACEMENT Y EXPANSION 1 PROJECT COST 2000 $ Ii 2001 1,094,000 2002 1.500,000 2003 1,500,000 2004 1,500,000 TOTAL PROJECT COST $ 5,594,000 I I 1, PROJECT DESCRIPTION & JUSTIFICATION: Rehabilitate the City's existing sewer collection system. Improvements are necessary to reduce storm and ground water flows into the system which cause sewer overflows at several locations in the City. The project is required to meet state and federal laws. Until 1996, the project was mandated by an EPA Administrative Order which is no longer in force. The City has been told that they did not receive another order because of the progress made to date and the work planned for the future. Projects include replacing and lining existing sewer mains, rehabilitating manholes, upgrading lift stations, building relief sewers, and (possibly) constructing a sewage detention basin. This project is funded in both Sales Tax Capital Improvement and Water & Sewer Funds. PROJECT STATUS (IF IN PROGRESS) : Numerous sub -projects have been completed with excellent success. Annual funding is on a sub -project basis. EFFECT OF THE PROJECT ON ANNUAL OPERATIONS No significant impact except that the number of sewer overflows will be significantly reduced. City Wide Project 109 ACORD_ CERTIFICA OF LIABILITY INSU DATE (MMIDDM') 01/24/0: Consolidated West Ins. Agency 2575 East Skelly Drive Tulsa OR 74105-6052 Phone:918-743-6693 T -G Excavating, Inc. Mr.Larry Haney 26016 East Admiral Catoosa OR 74015 ONLY ANDCONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURER A: CNA INSURER B: INSURER C: INSURER O: INSURERS AFFORDING COVERAGE THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INsAr POLICY EFFECTIVE PO TEfMPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE MMIDDIYY DATE (MMIDD(YYI LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY TPE2025144584 06/01/00 06/01/01 FIREDAMAGE(Any onefire) 5100,000 CLAIMS MADE OCCUR MED EXP (Anyone person) $5,000 PERSONALBADV INJURY $1,000,000 I GENERAL AGGREGATE $2,000,000 PRODUCTS-COMP/OP AGO $2,000,000 GEN'L l AGGREGATE POLICY n LRO APPLIES PER: JECT __ LOG I AUTOMOBILE LIABILITY A IX ANY AUTO BUA2025144536 06/01/00 06/01/01 COMBINED SINGLE LIMIT (Eaaaident) $ 1000 000 ALL OWNED AUTOS — SCHEDULED AUTOS BODILY INJURY (Per parson) $ fX HIRED AUTOS X NON -OWNED AUTOS BODILY INJURY (Per accident) -- LC PROPERTY DAMAGE (Per accident) GARAGE LIABILITY 1 AUTO ONLY- EA ACCIDENT $ OTHER THAN EA ACC S _ ANY AUTO yl Y AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ 5,000 ,000 A ]OCCUR CLAIMS MADE CUP2025144620 06/01/00 06/01/01 AGGREGATE $5,000,000 $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND X rTORY p EMPLOYERS' LIABILITY A LIMBS I WC2025225374 06/01/00 06/01/01 E.LEACHACCIDENT 5500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 OTHER E.L. DISEASE -POLICY LIMIT S 500,000 DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Project: Sanitary Sewer Main Replacement & Rehabilitation Illinois River Watershed Basins 6, 9, 12 & 16 Unit 2. City of Fayetteville & RJN Group, Inc. engineers, their consultants, agents and employees are named as additional insureds as their interest may appear. Waiver of subrogation also applies. rrpTmlfnTC ianl neo I.. I a. I ^—.-. vv.m- n. V V nCu mowncn LC 1 City of Fayetteville 113 W. Mountain Fayetteville AR 72701 CITYFAI YMIYMCLLN I IVIV SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATII DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Lj 15 25S NOTE PAD: INSURED'S NAMEW G Indemnity clause stated in Paragrap h CORD_ CERTIFICAT OF LIABILITY INSUR*NC DATE(MMNDIYY) SR PD I CA1 01/24/01 Consolidated West Ins. Agency 2575 East Skelly Drive Tulsa OR 74105-6052 Phone:918-743-6693 City of Fayetteville, RNGroupInc Engineers S McClelland Consulting Engineer 113 W. Mountain Fayetteville AR 72701 n^r¢ea w ea I Ills ctrl I IYICATE I5 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: CNA Insurance INSURER B: INSURER C: INSURER D: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFFECTIVE POLICY E%PIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE MMICECn DATE MXPI RA I LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR Owner/Contractor 2048179813 01/22/01 01/22/01 EACH OCCURRENCE $1,000,000. X FIRE DAMAGE (Any one tire) $ MED EXP (Anyone person) $ X PERSONALSADV INJURY 5 GENERAL AGGREGATE $2,000,000. GEN'L AGGREGATE LIMIT APPLIES PER: POLICY n JECTT n LOC PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident)S Bar person) (Per person) $ BODILY INJURY (PerBODILY INJURYaccident) $ PROPERTY DAMAGE (Per accident) AUTO ONLY. EA ACCIDENT $ GARAGE LIABILITY ANY AUTO OTHER THAN EA ACC AUTO ONLY: AGO $ $ EXCESS LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ EACH OCCURRENCE $ AGGREGATE E $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY TORY LIMITS ER EL EACH ACCIDENT I$ E.L. DISEASE. EA EMPLOYEE $ E.L.DISEASE- POLICY LIMB $ OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Project: Sanitary Sewer Main Replacement & Rehabilitation Illinois River Watershed Basins 6,9, 12,and 16 Unit 2 Contractor: T -G Excavating, Inc. rPPTIPIrATc Unt ncn I.1 I.__._._-.--.-._.._- __ ______- CITYFAI City of Fayetteville 113 W. Mountain Fayetteville AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIC DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR STAFF REVIEW FORM CJ Officer XXX AGENDA REQUEST XXX CONTRACT REVIEW GRANT REVIEW For the City Council meeting of February 20.2001 FROM: David Jurgens ns Water/Sewer Public Works Name Division Department ACTION REQUIRED: City Council approve the attached construction contract with T -G Excavating Contractors, Inc., for Sanitary Sewer Rehabilitation, Illinois Basins 6, 9, 12, and 16, in the amnnnt of 0.11100 OOO and rove a i6/„ rnntinggenry nf. i5Of1O COST TO CITY: / $1,155,000 Cost of this request 5400-5700-5815.00 4470-9470-5815.00 Account Number $2,567,214 Project Budget Sewer Rehabilitation Project Name Sewer Mains Const Sewer Mains Const Program Name 96012-8420 $ 1,856,932 Water and Sewer Project Number Remaining Balance Fund BUDGE1 EVIEW: XXX Budgeted Item _ Budget Adjustment Attached CONTRACT/GRANT/LEASE REVIEW: tVa of I a 3i Date r,-oae� Date Administrative Services Director GRANTING AGENCY: ADA Coordinator Date A.tl. ti� 1 O Internal Audi Date Approve construction contract as stated above. za o i Date Cross Reference: D e New Item: Yes No � b Director to Previous Ord/Res #:_ ' l Date Orig Contract Date: DJ\\REHAB-SW BAS 16L wAGRWPD • 9 Meeting Date: February 20. 2001 STAFF REVIEW FORM Page 2 Description: Construction contract, sewer rehabilitation, T -G Excavating, Inc. Comments: Budget Coordinator: Accounting Manager: City Attorney: Purchasing Officer: ADA Coordinator: Internal Auditor: Reference Comments: D11\REHHAB-SW\BASI6LmeAGA WPD