HomeMy WebLinkAbout36-01 RESOLUTION•
•
• •
RESOLUTION NO. 36-01
A RESOLUTION TO APPROVE A CONSTRUCTION
CONTRACT WITH J & L CONSTRUCTION COMPANY FOR
THE WHITE RIVER BRIDGE WATER MAIN RELOCATION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council hereby approves a construction contract with J
& L Construction Company in the amount of $274,873.00 plus a 15% contingency
amount of $41,230.00 to relocate the water mains from the two existing Highway 45
bndges over the White River to the new bndges. A copy of the contract is attached
hereto and made a part hereof and marked Exhibit "A".
PASSED AND APPROVED this-21—day of March, 2001.
-ft,/
• i .
a.�
By: d:%i/�A/ CI
4Ieather Woodruff, City erk
APPROVED:
By:
NAME OF FILE: Resolution No. 36-01
•
CROSS REFERENCE:
03/20/01
Resolution No. 36-01
02/22/01
Departmental Memo to Fayetteville City Council thru Dan Coody,
Mayor, Don Bunn and Jim Beavers from Sid Norbash regarding White
River Bridge -Highway 45 E. Water main Relocation Construction
Contract with J&L Construction Co.
02/15/01
Letter to Sid Norbash from Robert W. White, McClelland Consulting
Engineers, Inc. regarding Bid Tabulation/Highway 45 Water Main
Relocation
03/20/01
Staff Review Form
04/03/01
Departmental Memo from City Clerk
NOTES:
L
FAYETTEVIPLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
•
To: Fayetteville City Council
Thru: Dan
Don
Jim
coody, Mayor
Bunn, Assistant PWD
Beavers, City Engineer 304,j
From: Sid Norbash, Staff Engineer ...V /
Date: February 22, 2001
Re: White River Bridge - Highway 45 E. Water Main Relocation
Construction Contract with JSL Construction Co.
The above referenced project is a Highway Department Project under
construction. City of Fayetteville has a water main that is
attached to the two bridges at the present time. Since there will
be two new bridges constructed and the old bridges to be taken
down, the water main has to be relocated to the new bridges.
On February 14, 2001, bids were received for the construction of
the above referenced project, and the results were as follows:
Building & Utilities
Gray Construction, Inc.
Fayette Tree & Trench, Inc.
Red Deer, Inc.
Basic Construction Co., Inc.
Goodwin & Goodwin, Inc.
J&L Construction
$772,700.00
$592,710.25
$444,536.00
$297,361.00
$291,479.00
$288,486.00
$274,873.00
Attached please find the contract with the low bidder J&L
Construction Co., in the amount of $274,873.00, to perform the
construction for this project.
The Staff is requesting the Council to approve the following:
(1) Approval of the Construction Contract, in the amount of
$274,873.
(2) Approval of 15% Project Contingency in the amount of
$41,230, to cover unexpected expenses subject to the approval
of the Mayor.
SN/sn
attachments: vicinity map/Contract/Bid Tabulations
.Y
..
110,
•
PROJECT LOCATION
WASHINGT N COUNTY
1
• •
DOCUMENT 00500
CONTRACT
THIS AGREEMENT, made and entered into on the ,,?O day of March
2001, by and between J & L Construction, Huntsville, Arkansas
Contractor, and the City of Fayetteville, Arkansas hereinafter called the Owner:
WITNESSETH:
herein called the
That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as
follows:
1. That the Contractor shall furnish all the materials, and perform all of the work in manner and
form as provided by the following enumerated Drawings, Specifications, and Documents, which
are attached hereto and made a part hereof, as if fully contained herein and are entitled
Water Main Relocation, Highway 45 Bridge at White River, dated August, 2000.
Advertisement for Bids
Instructions to Bidders
Bid and acceptance thereof
Performance Bond
Payment Bond
General Conditions
Supplemental Conditions
Specifications
Drawings (See Sheet Index below)
SHEET INDEX
SHEET NO.
SHEET DESCRIPTION
1
COVER
2
WATER MAIN PLAN & PROFILE, STA. 0+00 TO STA. 3+50
3
WATER MAIN PLAN & PROFILE, STA. 3+50 TO STA. 7+00
4
WATER MAIN PLAN & PROFILE, STA. 7+00 TO STA. 10+11.5
5
WATER MAIN PLAN & PROFILE AT BRIDGE
6
WEST END CONNECTION
7
EAST END CONNECTION
8
EAST END CONNECTION DETAILS
9
WATER MAIN DETAILS & HANGER DETAILS
10
BORING LOGS AT BRIDGE & MISC. DETAILS
2. That the Owner hereby agrees to pay to the Contractor for the faithful performance of this
Agreement, subject to additions and deductions as provided in the Specifications or Bid, in
lawful money of the United States, the amount of:
Two hundred seventy four thousand eight hundred seventy three Dollars ($274,873.00 )
FY002255 Hwy. 45 Bridge
Section 00500 - 1
• •
3. The Work will be completed in two phases. The first phase will be the construction of the
parallel direct bury water main and the second phase will be the construction of the water main
segment attached to the bridge and approaching the bridge, as well as capping the existing 6 -inch
main crossing the existing bridge. The first phase will be complete and tested within 75 calendar
days after the date when the Contract Time commences to run, as provided in the Phase 1 Notice
to Proceed. Once the bridge is complete and ready for the water main installation, a second
Notice to Proceed will be issued for Phase 2, and the Phase 2 work will be completed with the
water main installed on the bridge, pressure tested and disinfected within 30 calendar days after
the Phase 2 Notice to Proceed, with the existing 6 -inch water main capped within 4 calendar days
after the new main has its disinfection samples approved by the Arkansas Department of Health,
and with all work complete and ready for final payment in accordance with the General
Conditions within 25 calendar days after the new main's disinfection samples are approved.
Liquidated Damages: Owner and Contractor recognize that time is of the essence of this
Agreement and the Owner will suffer financial loss if the Work is not completed within the times
specified in above, plus any extensions thereof allowed in accordance with the General
Conditions. They also recognize the delays, expense, and difficulties involved in proving the
actual Toss suffered by Owner if the Work is not completed on time. Accordingly, instead of
requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but
not as a penalty) Contractor shall pay Owner five hundred Dollars ($ 500.00 ) for each day
that expires after the time specified in Paragraph 3 for the Phase 1 Notice to Proceed for the first
75 calendar day construction period. The Owner and Contractor further agree that as liquidated
damages for delay (but not as a penalty) Contractor shall pay Owner Five Hundred Dollars
($500.00) for each calendar day that expires after the times specified in Paragraph 3 for the three
designated time limits during the Phase 2 work.
5. That within 30 days of receipt of an approved payment request, the Owner shall make partial
payments to the Contractor on the basis of a duly certified and approved estimate of work
performed during the preceding calendar month by the Contractor, LESS the retainage provided
in the General Conditions, which is to be withheld by the Owner until all work within a
particular part has been performed strictly in accordance with this Agreement and until such
work has been accepted by the Owner.
6. That upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls,
material bills, and other costs incurred by the Contractor in connection with the construction of
the work have been paid in full, final payment on account of this Agreement shall be made
within 60 days after the completion by the Contractor of all work covered by this Agreement and
the acceptance of such work by the Owner.
It is further mutually agreed between the parties hereto that if, at any time after the execution of
this Agreement and the Surety Bond hereto attached for its faithful performance and payment,
the Owner shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any
reason such bond ceases to be adequate to cover the performance of the work, the Contractor
shall, at his expense, within 5 days after the receipt of notice from the Owner, furnish an
additional bond or bonds in such form and amount and with such Surety or Sureties as shall be
satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to
FY002255 Hwy. 45 Bridge Section 00500 - 2
• •
be due under this Agreement until such new or additional security for the faithful performance of
the work shall be furnished in manner and form satisfactory to the Owner.
No additional work or extras shall be done unless the same shall be duly authorized by
appropriate action by the Owner in writing.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first
above written, in three (3) counterparts, each of which shall, without proof or accounting for the other
counterpart be deemed an original Contract.
SEAL:
WITNESSES:
uzta
Al 1EST:
Title
CITY OF FAYETTEVILLE, ARKANSAS
OWNE
ae ) A,Avertte.,By
City Clerk
Mayor
FY002255 Hwy. 45 Bridge Section 00500 - 3
MZEMCCLERAND
CONSUL TING
ENGINEERS, INC.
/ DESIGNED IO SERVE /
I.P.O. Box 1229
FEB 1 5 200, Fayetteville, Arkansas 72702-1229
.lcaf 614,
QUI CElVE®
501-443-2377
FAX 501-443-9241
February, 15 2001 FY002255
Mr. Sid Norbash
Staff Engineer
City of Fayetteville
113 W. Mountain
Fayetteville, AR 72701
RE: Highway 45 Water Main Relocation
Bid Tabulation
Dear Mr. Norbash:
Bids were received at 10:00 am, February 14, 2001 on the referenced project. Eight contractors
submitted bids. The apparent low bidder, Multi -Craft Contractors, Inc., is licensed for
mechanical, electrical, and building work, but is not licensed for utility construction.
Consequently, their bid cannot be accepted. The balance of the bidders are properly licensed and
submitted bid bonds. The bids have been checked with one bidder having discrepancies in the
bid form. Gray Construction, Inc. wrote in the total bid price in words, instead of the unit bid
price, on some of the unit price bid items. This would have been a significant concern, however
since they are next to the highest bidder, it does not matter. Other than this discrepancy, the bids
have been checked and are correct as listed in the bid tabulation.
The resulting low bidder is J & L Construction, of Huntsville, with a bid total of $274,873.00.
This firm completed a similar bridge crossing for the City of Springdale on the Highway 412
bridge across Beaver Lake. We were the engineers for this project and were happy with their
work. You have indicated that they have completed other projects of the City of Fayetteville with
satisfactory results. The bid total is less than our engineers estimate of $348,800.00. Three other
bidders submitted bids for less than $300,000.00 so the J & L Construction bid is not excessively
low. Consequently, we recommend that the contract be awarded to J & L Construction in the
amount of $274,873.00
We are returning the bid booklets to Mrs. Peggy Vice. Please let me know when we should
prepare contract documents for execution by J & L Construction.
Very truly yours,
McClelland Consulting Engineers
Robert W. White, P.E.
Vice -President
Encl: Bid Tabulation
Cc: Mrs. Peggy Vice w/encl. & bids.
FY002255 Correspondence Norbash 2-14-01
LE
•
CO CO
a 0 M
v'" ;
a
mom c
mco= C
c
2 m A
Q O O Z
N
N O_
N ut
O D
O F
O y
3
co
a
m
m
za
d
m
�E w
a n iu p
OmgD
$p 3c
m C .c
5 G on' Xi
C T N -1
Woo O
Q o d Z
NO
o • N 7
o
o x,
W
o N
W
D �^
3
CO
toa
0
m
W
z
Z.0
1
0
0
18
V
0
N
A
W
N-3
0
0
0.1
0
0
A
W
N+
a
TOTAL BASE BID (Items 1 - 21)
Sod and Irrigation System Protection and Restoration at Bordeaux Village Entrance
24 -Inch Bored Steel Casing
3o
m
o
3
�
=
=
Concrete Encasement and Concrete Anchors Including Concrete for Fixed End Connection
Granular Fill
a
n
N
o
E.
0a
6
6
y
m
Connect to Existing 12 -inch Water Main
Cap Existing 64nch Water Main
Pipe Hanger Assemblies, Fixed End Connection, Insulation Shields, Manual Vent and Vent
Box, Flanged Bends, Related Facilities Necessary for Complete Installation of Pipe on
Bridge
2" Blowoff Assembly
2" Gate Valve wlBoz_
Three Way Fire Hydrant - — -
6" Gate Valve w/Box
12" High Pressure (Class 250B) Butterfly Valve w/Box
[Ductile Iron or Cast Iron Fittings
PVC Jacketed Pipe Insulation
124nch Ball Joint Ductile Iron Pipe and Ball Joint Adapter Assembly, Including Steel
Casing
[ 12anch Class 53 Restrained Joint Ductile iron Water Main Attached to Bridge
[ 124nch Class 53 Restrained Joint Ductile iron Water Main in Hwy. Right of Way
[ 124nch PVC, C-900, Class 200 Water Main
[Act 291, 1993 Trench and Excavation Safety System
0
n
G
O
co
S
.�4
2
a
.�"
"11
a�.
2150
a�
Ol
C
rr
N
rO
T
rW
T
TON [
TON
y
��II
y
N
D
D
�1a
D
D
�0n11
D
rO
�I
D
T
rN
T
'rO
rr
N
iC
g
O
O
S
0
S
N
S
4. O
y
S
yp�
O
S
g+
lo
O
S
iv
O
S
E
O
0
O
S
co
O
S
+
Gs
O
S
co
O
S
u
co
O}
S
y�
00'L£S
0
e
O
S
to
y�
0
yy�
Ol
0
i
0
520,000.00
0
m
1 Red Deer, Inc.
Bidder 4
$297,361.00
58,000.00
$14,500.00
N
V
0
m al
O
0
SN
O
0
+
O
's
V
S
'ss
NN
O
yN
P
O
o
0
0
0
0
+'
0
0
y�
0
0
41
10
0
0
NNS
0
us
0
08
V
V
co
0
00.000.02s
Myo
O
0
0
co
0
0
yq
O
0
0
00'000'02$
F
J
a
Y
O
S
O
S
O
S
Iyy
N
S
N�.1
N
S
N
S
S
M
O
S
12
0
0
y
01
0
O
0
y
N
0
00'00$'9$
M
A
yy
W
0
PI
M40
O
S
bl
40
O
0
Vs
OI
0
M
iv
us
O
0
Unit Price Extended
[Fayette Tree & Trench, Inc.
Bidder 5
0
S
$444,536.00
et
...
S
O
O
+
O
O
O
V
O
O
O
+
N
O
S
pN�
Ol
O
O
+
y01
O
O
M
GGOII
0
O
4/1
a
_A
pO
O
O
40
y0�
O.
S
an
1
0
N
i
0
00724$
00'009725
M0
Ol
to
S+
0
in
W
to
0
515,750.00
Ny0
O
p
O
qy ah
O
S
41
+
to
143
S
• N
o
0
S
N
0
O
bbbb O
O±
U
u1
0
U
M
I15O0
O
V
V
N
is
1 500
O
1V1
at
00
N
vg
V
co
N
1p
O
U
N
V
N
O
LI 0
pr
001
0++
0
(MO
A
m
0
OW1
$237.57
144
y
pp
A
{011
'01's
�^
O
Unit Price Extended]
0
a
n
0
[ap
0
=
0
0
0
Bidder 6
4'
•
0
$592,710.25
10
O
10
0
W
OV1
O
M
0
V
A
N
O
0
O N1
O
y�
+
V-
0)
O
O
V
O
O
y�
A+
IO
V
0
O
y�
V
W
0 01
O
M
o
V
V
0
N
M
0
W
0
O
H
W
V
0
INTI
40 40
CO
01
V
a
$610.19
$22,534.50
Y
N
S
�yO
N
10
5
0
10
0
0•
OWI
41
141
IO
CD
N
y1
10
V+
CO
0
00
4s1
a
N
N
S
N
0
0
O
0
�E w
a n iu p
OmgD
$p 3c
m C .c
5 G on' Xi
C T N -1
Woo O
Q o d Z
NO
o • N 7
o
o x,
W
o N
W
D �^
3
CO
toa
0
m
W
z
Z.0
1
3
a:aw p
p d rC
m n
Q 0
.z $iiro
2Z
"N •
N
o
a
a
o w
w
co
de
NW
1W
"
O
u
m
4'0
0)
a
a
N+
O
:O
V
0
0
'
W
Item Description
1 Le, rot 1043 Trench and Excavation Safety System
•
TOTAL BASE BID (Items 1 - 21)
Sod and 24Irrigation System Protection and Restoration at Bordeaux Village Entrance 1 LS I $10,000.00 $10,000.00
Jnch gored Steel Casing 1 50 1LF $250.00 $12,500.00
n 1
!
T ,
T I
o
-
e
c..nerate Fneasament and Concrete Anchors Including Concrete for Fixed End Conneetlon 50 ICY $100.00 $5.000.00
n
B
a
: CO
T
'4 5
0
,r
;
C I
ci
C
0b
1
.ter rn Exiatlne 12Jnch Water Main 2 EA $2,000.00 $4.000.00
rimy.
Irep Exn
isting Rah Water r ,...
ter Main 2 IEA I $500.00 $1,000.00
Pipe Hanger Assemblies, Fixed End Connection, Insulation Shields, Manual Vent and Vent
Box, Flanged Bends, Related Facilities Necessary for Complete Installation of Pipe on 1 13 $250.000.00 5250,000.00
B '
i Ii
4.
et -5
WATER MAIN RELOCATION 32 -ol
ARKANSAS HIGHWAY 45 BRIDGE
AT WHITE RIVER
FAYETTEVILLE ENGINEERING DEPT.
CITY OF FAYETTEVILLE, ARKANSAS
F -AY ETTEV I LLE
AHTD Job 040230
Federal Aid Project BRN-0072(22)
MCE PROJECT NO. FY002255
August, 2000
Prepared By:
Oea/goad
McClelland Consulting Engineers, Inc.
1810 North College, P.O. Box 1229
Fayetteville, Arkansas 72702-1229
(501) 443-2377
::,011 n: lHjg, _
•r•t
ATE ..
�\4 s..
..
Ci.17i M¢CLEUAND '•.�%"s
CONSULTING
ENG;t1' EL'S, Inc.
0
:,• No. 24 •.f
REGISTEREj
$I'ROFESSION
ENGINEER
tvo !Vo 4695
stiff ipr W '4
PART/SECTION N2
PART I
00030
00100
00200
00300
00350
00360
TABLE OF CONTENTS
SUBJECT PAGE N2
BIDDING REQUIREMENTS
Advertisement for Bids 1-2
Instructions to Bidder 1-7
Information Available to Bidders 1
Bid Form Unit Price 1-8
Bid Bond 1-2
Notice of Award 1
PART II CONTRACT FORMS
00500 Contract 1-3
00600-1 Performance Bond 1-2
00600-2 Payment Bond 1-2
Maintenance Bond 1
Contractor's Affidavit 1
Notice to Proceed 1
PART III CONDITIONS OF THE CONTRACT
00700 General Conditions
00800 Supplementary Conditions
PART IV
DIVISION 1
01000
01009
01011
01014
01016
1-34
1-3
SPECIFICATIONS
GENERAL REQUIREMENTS
Abbreviations 1-2
Summary of Work 1-2
Site Conditions 1-4
Protection of the Environment 1-2
Safety Requirements and
Protection of Property 1-5
01027 Application for Payment 1-2
01028 Change Order Procedures 1-3
01070 Cutting and Patching 1-3
01210 Preconstruction Conferences 1-2
01300 Submittals During Construction 1-5
01311 Schedule & Sequence of Operations 1-3
01400 Quality Control 1-3
01500 Temporary Construction Facilities
and Utilities 1-3
01600 Material and Equipment Shipment,
Handling, Storage, and Protection 1-3
01700 Contract Closeout 1-2
01710 Clean -Up 1-2
01720 Project Record Documents 1-3
FY002255 Hwy. 45 Bridge
PART/SECTION N2
TABLE OF CONTENTS
SUBJECT PAGE N2
DIVISION 2 SITE WORK
02102 Clearing, Grubbing, and Stripping 1-3
02150 Storm Water Pollution Prevention 1-4
02200 Earthwork, Trench Excavation
and Backfill 1-9
02218 Landscape Grading 1-2
02444 Fencing 1-4
02485 Finish Grading and Grass 1-3
02601 Asphalt and Concrete Restoration 1-9
DIVISION 3 CONCRETE
03210 Reinforcing Steel 1-3
03300 Concrete 1-12
DIVISION 15 MECHANICAL
15001 Plant Piping - General 1-11
15001-2 Cement -Lined Ductile
Iron Pipe & Fittings 1-4
15001-14 Polyvinyl Chloride (PVC) Pipe and Fittings 1-3
15013 Miscellaneous Piping Specialities 1-5
15080 Manually Operated Valves 1-4
APPENDIX A
Occupational Safety Health Administration (OSHA)
Standard for Excavation and Trenches
Safety System, 29 CFR 1926, Subpart P
FY002255 Hwy. 45 Bridge
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DOCUMENT 00030
ADVERTISEMENT FOR BIDS
Bids: February 14. 2001. 10:00 AM
PROJECT: Water Main Relocation, Highway 45 Bridge at White River
MCE Project No.: FY002255
McClelland Consulting Engineers, Inc.
1810 North College
P.O. Box 1229
Fayetteville, Arkansas 72701
Phone: (501) 443-2377
The City of Fayetteville will receive sealed bids for the construction of a water main at and across
the new Highway 45 Bridge at White River, including approximately 2540 feet of buried 12 -inch
PVC water main, approximately 753 feet of 12 -inch restrained joint ductile iron water main attached
to and buried adjacent to the bridge, valves, fittings, casing pipe, and related facilities.
Bids shall be on a unit price basis.
The City of Fayetteville, Arkansas will receive Bids until 10:00 AM. Local Time on February 14
2001 at the Office of the Purchasing Officer located in Room 306, 113 W. Mountain, Fayetteville,
Arkansas. Bids received after this time will not be accepted. Bids will be opened and publicly read
aloud immediately after specified closing time. All interested parties are invited to attend.
Bidding Documents may be examined at the offices of the Engineer and at:
ABC Plans Room
%Southern Reprographics
2905 Point Circle
Fayetteville, AR 72704
F.W. Dodge Reports
5100 East Skelly
Suite 1010
Tulsa, OK 74135
Construction Market Data
P.O. Box 1109 (72203)
1501 N. Pierce, Suite 101
Little Rock, AR 72207
Copies of the Bidding documents may be obtained at the Engineer's office in accordance with the
Instructions to Bidders upon paying the sum of $100.00 for each set of documents. Return of
documents is not required, and amount paid for documents is not refundable. Partial sets are not
available.
Each Bid must be submitted on the prescribed form and accompanied by a certified check or bid
bond executed on the prescribed form, payable to the City of Fayetteville, Arkansas in an amount
not less than 5 percent of the amount bid.
FY002255 Hwy. 45 Bridge 00030 - I
For information concerning the proposed work, contact Robert W. White, P. E. at the Engineers
office.
The attention of the Bidder is directed to the applicable federal and state requirements and conditions
of employment to be observed and minimum wage rates to be paid under this contract.
"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."
The Owner reserves the right to waive irregularities and to reject bids and to postpone the award of
the Contract for a period of time which shall not exceed beyond 90 days from the bid opening date.
CITY OF FAYETTEVILLE, ARKANSAS
By:
Peggy Vice, Purchasing Officer
Publication: January 28, 2001
February 4, 2001
Bid #: 01-14
FY002255 Hwy. 45 Bridge 00030 - 2
DOCUMENT 00100
INSTRUCTIONS TO BIDDERS
PARAGRAPH NO./TITLE PAGE NO
1. FORMAT 1
2. SPECIFICATION LANGUAGE 1
3. GENERAL DESCRIPTION OF THE PROJECT 1
4. QUALIFICATION OF CONTRACTORS
5. DOCUMENT INTERPRETATION 1
6. BIDDER'S UNDERSTANDING 2
7. PROJECT MANUAL AND DRAWINGS 2
8. TYPE OF BID 2
9. TRENCH AND EXCAVATION SAFETY SYSTEM 2
10. ALTERNATES 3
11. PREPARATION OF BIDS 3
12. STATE AND LOCAL SALES AND USE TAXES 3
13. SUBMISSION OF BIDS 4
14. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID 4
15. WITHDRAWAL OF BID 4
16. BID SECURITY 4
17. RETURN OF BID SECURITY 5
18. AWARD OF CONTRACT 5
19. BASIS OF AWARD 5
20. EXECUTION OF CONTRACT 5
21. PERFORMANCE AND PAYMENT BONDS 5
22. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND 6
23. PERFORMANCE OF WORK BY CONTRACTOR 6
24. TIME OF COMPLETION 7
25. PROVIDING REQUIRED INSURANCE 7
DOCUMENT 00100
INSTRUCTIONS TO BIDDERS
1. FORMAT
The Contract Documents are divided into Parts, Divisions, and Sections in keeping with
accepted industry practice in order to separate categories of subject matter for convenient
reference thereto. Generally, there has been no attempt to divide the Specification Sections
into work performed by the various building trades, work by separate subcontractors, or work
required for separate facilities in the Project.
SPECIFICATION LANGUAGE
"Command" type sentences are used in Contract Documents. These refer to and are directed
to the Contractor.
3. GENERAL DESCRIPTION OF THE PROJECT
A general description of the Work to be done is contained in the ADVERTISEMENT FOR
BIDS The scope is indicated on the accompanying Drawings and specified in applicable parts
of these Contract Documents.
4. QUALIFICATION OF CONTRACTORS
The prospective bidders must meet the statutorily prescribed requirements before Award of
Contract by the Owner.
Before a Contract will be awarded for the work contemplated herein, the Owner will conduct
such investigation as is necessary to determine the performance record and ability of the
apparent low Bidder to perform the size and type of work specified under this Contract. Upon
request, the Bidder shall submit such information as deemed necessary by the Owner to
evaluate the Bidder's qualifications.
5. DOCUMENT INTERPRETATION
The Contract Documents governing the Work proposed herein consist of the Drawings and all
material bound herewith. These Contract Documents are intended to be mutually cooperative
and to provide all details reasonably required for the execution of the proposed Work. Any
person contemplating the submission of a Bid shall have thoroughly examined all of the
various parts of these Documents, and should there be any doubt as to the meaning or intent
of said Contract Documents, the Bidder should request of the Engineer, in writing (received
by the Engineer at least 5 working days prior to bid opening) an interpretation thereof.
FY002255 Hwy. 45 Bridge Section 00100 - 1
Any interpretation or change in said Contract Documents will be made only in writing, in the
form of Addenda to the Documents which will be furnished to all Bidders receiving a set of
the Documents. Bidders shall submit with their Bids, or indicate receipt, of all Addenda. The
Owner or Engineer will not be responsible for any other explanation or interpretations of said
Documents not issued in writing by Addendum.
6. BIDDER'S UNDERSTANDING
Each Bidder must inform himself of the conditions relating to the execution of the Work, and
it is assumed that he will inspect the site and make himself thoroughly familiar with all the
Contract Documents. Failure to do so will not relieve the successful Bidder of his obligation
to enter into a Contract and complete the contemplated Work in strict accordance with the
Contract Documents. It shall be the Bidder's obligation to verify for himself and to his
complete satisfaction all information concerning site and subsurface conditions.
Information derived from topographic maps, or from Drawings showing location of utilities
and structures will not in any way relieve the Contractor from any risk, or from properly
examining the site and making such additional investigations as he may elect, or from properly
fulfilling all the terms of the Contract Documents.
Each Bidder shall inform himself of, and the Bidder awarded a Contract shall comply with,
federal, state, and local laws, statutes, and ordinances relative to the execution of the Work.
This requirement includes, but is not limited to, applicable regulations concerning minimum
wage rates, nondiscrimination in the employment of labor, protection of public and employee
safety and health, environmental protection, the protection of natural resources, fire protection,
burning and nonburning requirements, permits, fees, contractor's license, nonresident
contractors' notice and bond requirements, and similar subjects.
PROJECT MANUAL AND DRAWINGS
No return of Drawings is required and no refund will be made.
The successful bidder will be furnished three sets of Documents without charge. Any
additional copies required will be furnished to the Contractor at $ 100.00 per set. Partial
sets will not be available.
TYPE OF BID
Unit prices shall be submitted in the appropriate places on the Bid form. The total amount to
be paid to the Contractor shall be the total amount of the unit price items as adjusted based on
quantities installed and/or any adjustment for additions or deletions resulting from additive or
deductive alternates or change orders during construction.
FY002255 Hwy. 45 Bridge Section 00100 - 2
TRENCH AND EXCAVATION SAFETY SYSTEM
IN ACCORDANCE WITH ACT 291 OF 1993, BIDDERS MUST PROVIDE A SEPARATE
PRICE FOR TRENCH AND EXCAVATION SAFETY PROGRAMS IN THE SPACE
PROVIDED ON THE BID FORM. FAILURE TO DO SO WILL SUBJECT THE BIDDER
TO DISQUALIFICATION.
10. ALTERNATES
Not used.
11. PREPARATION OF BIDS
All blank spaces on the Bid Form must be filled in, preferably in BLACK ink, in both words
and figures where required. No changes shall be made in the phraseology of the forms.
Written amounts shall govern in cases of discrepancy between the amounts stated in writing
and the amounts stated in figures. In case of discrepancy between unit prices and totals, unit
prices will prevail.
Any Bid shall be deemed informal which contains material omissions, or irregularities, or in
which any of the prices are obviously unbalanced, or which in any manner shall fail to
conform to the conditions of the published ADVERTISEMENT FOR BIDS
Only one bid from any individual, firm, partnership, or corporation, under the same or
different names, will be considered. Should it appear to the Owner that any Bidder is
interested in more than one bid for Work contemplated, all bids in which such Bidder is
interested will be rejected. The Bidder shall sign his Bid Form on the blank space provided
therefor. If Bidder is a corporation, the legal name of the corporation shall be set forth above,
together with the signature of the officer or officers authorized to sign Contracts on behalf of
the corporation. If Bidder is a partnership or sole proprietorship, the true name of the firm
shall be set forth above, together with the signature of the sole proprietor, partner or partners
authorized to sign Contracts in behalf of the firm. If signature is by an agent, other than an
officer of a corporation or a member of a partnership or sole proprietor, a notarized power-of-
attorney must be on file with the Owner prior to opening of bids or submitted with the Bid.
12. STATE AND LOCAL SALES AND USE TAXES
Unless the Supplementary Conditions contains a statement that the Owner is exempt from
state sales tax on materials incorporated into the Work due to the qualification of the Work
under this Contract, all state and local sales and use taxes, as required by the laws and statutes
of the state and its political subdivisions, shall be paid by the Contractor Prices quoted in the
Bid shall include all nonexempt sales and use taxes, unless provision is made in the Bid Form
to separately itemize the tax.
FY002255 Hwy. 45 Bridge Section 00100 - 3
I
13. SUBMISSION OF BIDS
All Bids must be submitted, not later than the time prescribed, at the place, and in the manner
set forth in the ADVERTISEMENT FOR BIDS. Bids must be made on the Bid Form
provided herein. Each Bid must be submitted in a sealed envelope, so marked as to indicate
its contents without being opened, and addressed in conformance with the instructions in the
ADVERTISEMENT FOR BIDS.
14. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID '
Any Bidder may modify his bid by telegraphic or written communication at any time prior to
the scheduled closing time for receipt of bids, provided such communication is received by
the Owner prior to the closing time. The telegraphic or written communication should not
reveal the bid price; it shall, however, state the addition or subtraction or other modification
so that the final prices or terms will not be known by the Owner until the sealed bid is opened.
15. WITHDRAWAL OF BID
Any Bid may be withdrawn prior to the scheduled time for the opening of bids either by
telegraphic or written request, or in person. No Bid may be withdrawn after the time
scheduled for opening of Bids, unless the time specified in Item, AWARD OF CONTRACT,
of these INSTRUCTIONS TO BIDDERS shall have elapsed.
16. BID SECURITY '
Bids must be accompanied by cash, a certified check, or cashier's check drawn on a bank in
good standing, or a bid bond issued by a Surety authorized to issue such bonds in the State
where the Work is located, in the amount of 5 percent of the total amount of the Bid
submitted. This bid security shall be given as a guarantee that the Bidder will not withdraw
his Bid for a period of 90 days after bid opening, and that if awarded the Contract, the
successful Bidder will execute the attached Contract and furnish properly executed
Performance and Payment Bonds, each in the full amount of the Contract price within the
time specified.
The Attorney -in -Fact (Resident Agent) who executes this bond in behalf of the Surety must
attach a notarized copy of his power -of -attorney as evidence of his authority to bind the Surety
on the date of execution of the bond.
All bid bonds and Contract bonds shall be executed by a LICENSED RESIDENT AGENT
of the surety having his place of business in the STATE OF ARKANSAS and in all ways
complying with the laws of the State of Arkansas.
The mere countersigning of a bond will not be sufficient. If the Bidder elects to furnish
a Bid Bond, he shall use the Bid Bond form bound herewith, or one conforming substantially
thereto in form and content.
FY002255 Hwy. 45 Bridge Section 00100-4 '
I
' 17. RETURN OF BID SECURITY
Within 15 days after the award of the Contract, the Owner will return the bid securities to all
' Bidders whose Bids are not to be further considered in awarding the Contract. Retained bid
securities will be held until the Contract has been finally executed, after which all bid
securities, other than Bidders' bonds and any guarantees which have been forfeited, will be
' returned to the respective Bidders whose Bids they accompanied.
18. AWARD OF CONTRACT
' Within 90 calendar days after the opening of Bids, unless otherwise stated in the
ADVERTISEMENT FOR BIDS or SUPPLEMENTARY CONDITIONS of these Documents,
the Owner will accept one of the Bids or will act in accordance with BASIS OF AWARD,
below. The acceptance of the Bid will be by written notice of award, mailed or delivered to
the office designated on the Bid Form. In the event of failure of the lowest responsible and
responsive qualified Bidder to sign and return the Contract with acceptable Performance and
Payment Bonds, as prescribed herein, the Owner may award the Contract to the next lowest
' responsible and responsive qualified Bidder. Such award, if made, will be made within 90
days after the opening of Bids.
' 19. BASIS OF AWARD
If, at the time this Contract is to be awarded, the Total Base Bid of the lowest acceptable Bid
' exceeds the funds then estimated by the Owner as available, the Owner may reject all bids or
take such other action as best serves the Owner's interests.
' 20. EXECUTION OF CONTRACT
The successful Bidder shall, within 15 consecutive days after receiving notice of award, sign
' and deliver to the Owner the Contract hereto attached together with the acceptable bonds as
required in these Documents. Within 15 consecutive days after receiving the signed Contract
with acceptable bonds from the successful Bidder, the Owner's authorized agent will sign the
' Contract. Signature by both parties constitutes execution of the Contract.
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.
' 21. PERFORMANCE AND PAYMENT BONDS
' The successful Bidder shall file with the Owner a Performance Bond and Payment Bond on
the form bound herewith, each in the full amount of the Contract Price in accordance with the
requirements of the State of Arkansas as applicable, as security for the faithful performance
of the Contract and the payment of all persons supplying labor and materials for the
construction of the Work, and to cover all guarantees against defective workmanship or
materials, or both, for a period of I year after the date of final acceptance of the Work by the
' Owner.
IFY002255 Hwy. 45 Bridge
Section 00100-S
I
I
The Surety furnishing this bond shall have a sound financial standing and a record of service
satisfactory to the Owner, shall be authorized to do business in the State of Arkansas, and
shall be listed on the current U. S. Department of Treasury Circular Number 570, or
amendments thereto in the Federal Register, of acceptable Sureties for Federal projects.
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 of the preceding paragraph, Contractor shall within five
days thereafter substitute another Bond and Surety, both of which must be acceptable to
Owner. '
The Attorney -in -Fact (Resident Agent) who executes this Performance Bond and Payment
Bond in behalf of the Surety must attach a notarized copy of his power -of -attorney as
evidence of his authority to bind the Surety on the date of execution of the bond. All
Contracts, Performance and Payment Bonds, and respective powers -of -attorney will have the
same date. I
22. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND
The Bidder who has a Contract awarded to him and who fails to properly execute the Contract
and furnish the Performance Bond and Payment Bond, within the time frame stipulated
elsewhere in these documents, shall forfeit the bid security that accompanied his bid, and the '
bid security shall be retained as liquidated damages by the Owner, and it is agreed that this
sum is a fair estimate of the amount of damages the Owner will sustain in case the Bidder fails '
to enter into a Contract and furnish the bond as hereinbefore provided. Bid security deposited
in the form of cash, a certified check, or cashier's check shall be subject to the same
requirements as a Bid Bond.
23. PERFORMANCE OF WORK BY CONTRACTOR
The Contractor shall perform on the site and with his own organization, work equivalent to '
at least forty percent of the total amount of the work to be performed under this Contract.
If, during the progress of the Work hereunder, the Contractor requests a reduction of such '
percentage, and the Engineer determines that it would be to the Owner's advantage, the
percentage of the work required to be performed by the Contractor's own organization may
be reduced, PROVIDED prior written approval of such reduction is obtained by the
Contractor from the Engineer.
Each bidder must furnish with his bid a list of the items that he will perform with his own '
forces and the estimated total cost of these items.
P
FY002255 Hwy. 45 Bridge Section 00100-6 ,
24. TIME OF COMPLETION
The time of completion of the Work to be performed under this Contract is of the essence of
the Contract. Delays and extensions of time may be allowed in accordance with the
provisions stated in Document 00700 - GENERAL CONDITIONS. The time allowed for the
completion of the Work is stated in Document 00500 - Contract.
25. PROVIDING REQUIRED INSURANCE
The Bidder's attention is directed to the insurance requirements set forth in the General
Conditions (amended in the Supplementary Conditions, if appropriate). Submittal of a bid
indicates full understanding and intent to comply with the insurance requirements which are
a condition of the contract.
FY002255 Hwy. 45 Bridge Section 00100-7
DOCUMENT 00200
INFORMATION AVAILABLE TO BIDDERS
PART 1. GENERAL
1.1 SECTION INCLUDES
A. Arkansas Prevailing Wage Determination Number Not Applicable.
PART 2. PRODUCTS
Not Used.
PART 3. EXECUTION
Not Used.
END OF SECTION
FY002255 Hwy. 45 Bridge Section 00200 - 1
I
' Mike Huckabee
Governor
I
I
I
J
I
I
I
Li
I
Li
I
or,14 q, f
V / O
I $
II( ff/(n a
Mr. Robert W. White
McClelland Consulting Engineers, Inc.
PO Box 1229
Fayetteville, AR 72702
Dear Mr. White:
STATE OF ARKANSAS
ARKANSAS DEPARTMENT OF LABOR
10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190
(501) 682-4500 • FAX: (501) 682-4535 • TDD: (800) 285-1131
January 19, 2001
Re: Water Main Relocation
at Hwy 45 Bridge
Goshen, Arkansas
Washington County
James L. Salkeld
Director
Please be advised that the Arkansas Prevailing Wage Law shall not be construed to apply to
or affect highway, road, street, or bridge construction and maintenance or related work contracted
for or performed by incorporated towns, cities, counties, or the Arkansas State Highway and
Transportation Department. Ark. Code Ann. §22-9-303(b)(1987).
The Prevailing Wage Law excludes the above -referenced project from coverage and you are
under no obligation to obtain a wage determination from this department.
If you have any questions, or if I can be of further assistance, please contact me at the above
address or call (501) 682-4599.
Sincerely,
ackie Malone
Prevailing Wage Division
PWL-12A
1
I
I
I
I
Li
I
I
I
I
I
I
I
I
I
I
I
I
DOCUMENT 00300
BID FORM
UNIT PRICE
NOTE TO BIDDER: Please use BLACK ink for completing this Bid form.
To: The City of Fayetteville. Arkansas
Address: 113 West Mountain
Fayetteville, AR 72701
Project Title: Water Main Relocation
Highway 45 at the White River Bridge
Engineer's
Project No.: FY002255
/y _ Z p0/ Arkansas Contractor's
Date: License No.: 00328/O'/d
Bidder: SST/N L3Ry,gN fl 4 (ovsreycrio,✓
Address: MT 2/ /?o..3OX 1g71
&/Unn-sU/ccE ,o. 727'/0
Contact Person for additional information / on this Bid:
Name: �U5T/nl ReYAN
Telephone: 5O/- 359-2/N/
The Bidder hereby acknowledges that he has received Addenda Numbers:
to these Specifications.
(Bidder insert No. of each Addendum received.)
I
FY002255 Hwy. 45 Bridge
Section 00300-1
n
BIDDER'S DECLARATION AND UNDERSTANDING
The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in
this Bid are those named herein, that this Bid is, in all respects, fair and without fraud, that it is made
without collusion with any official of the Owner, and that the Bid is made without any connection or
collusion with any person submitting another Bid on this Contract.
The Bidder further declares that he has carefully examined the Contract Documents for the
construction of the project, that he has personally inspected the site, that he has satisfied himself as to
the quantities involved, including materials and equipment, and conditions of work involved,
including the fact that the description of the quantities of work and materials, as included herein, is
brief and is intended only to indicate the general nature of the work and to identify the said quantities
with the detailed requirements of the Contract Documents, and that this Bid is made according to the
provisions and under the terms of the Contract Documents, which Documents are hereby made a part
of this Bid.
' The Bidder further agrees that he has exercised his own judgement and has utilized all data which he
believes pertinent from the Engineer, Owner, and other sources in arriving at his own conclusions.
' The Bidder states that he has experience in and is qualified to perform the work herein specified and,
if he does not have craftsmen experienced and qualified in any phase of the work for which this Bid
is offered, that he will subcontract the work under said phase to a contractor who does have the
necessary experience and qualifications.
CONTRACT EXECUTION AND BONDS
' The Bidder agrees that if this Bid is accepted, he will, within 15 days after notice of award, sign the
Contract in the form annexed hereto, and will at that time, deliver to the Owner the Performance
Bond and Payment Bond required herein, and will, to the extent of his Bid, furnish all machinery,
tools, apparatus, and other means of construction and do the work and furnish all the materials
' necessary to complete all work as specified or indicated in the Contract Documents.
CERTIFICATES OF INSURANCE. PAYMENT BOND. AND PERFORMANCE BOND
' The Bidder further agrees to furnish the Owner, before executing the Contract, the certificates of
insurance, Payment Bond, and Performance Bond as specified in these Documents.
' START OF CONSTRUCTION. CONTRACT COMPLETION TIME. AND LI.QUIDATED
DAMAGES
' Start of Construction, Contract Completion Time, and Liquidated Damages are stated in Document
00500 - Contract.
I
' FY002255 Hwy. 45 Bridge Section 00300-2
II
SALES AND USE TAXES
The Bidder agrees that all federal, state, and local sales and use taxes are included in the stated bid
prices for the work.
' UNIT PRICE BASE BID
' The bidder agrees to accept as full payment for the work proposed herein the amount computed
under the provisions of the Contract Documents and based on the following unit price amounts, it
being expressly understood that the unit prices are independent of the exact quantities involved. The
' bidder agrees that the unit prices represent a true measure of the labor and materials required to
perform the work, including all allowances for overhead and profit for each type and unit of work
called for in the Contract Documents. The amounts shall be shown in both words and figures. In
case of discrepancy, the amount shown in words shall govern.
BASE'BID SCHEDULE= 4
ITEM "KEST ' ,'F v ^:•, -.- �. r ur�4 >�
✓ �... yif ". ' 1 a�tx 'x h V e r
NUMBER" '" TY� =UNIT wDESCRIPNTION` PRICE>: �TOrTYAL
1. I LS Act 291, 1993 Trench and Excavation ($y0'0 ) ($ yOOO. 00
Safety System
' F&IR 1r�/OUSAN/� Dollars/LS
Words
op
' 2. 2540 LF PVC, C-900, Class 200 Water Main ($2L ($ di? 7�
A'TY— Fo!/K Dollars/LF
Words
'
3. 212 LF 12 -Inch Class 53 Restrained Joint Ductile ($ W O �) (5_/2720
Iron Water Main in Highway Right of Way
-%XTY Dollars/LF
Words //
' 4. 526 LF 12 -Inch Class 53 Restrained Joint Ductile ($ / 0 �/O 00
) ($7/C2,GqDp oo)
Iron Water Main Attached to Bridge
' C/fl)' Ei&NT Dollars/LF
Words
5. I EA 12 -Inch Ball Joint Ductile Iron Pipe and ($ ($ /s?o''
' Ball Joint Adaptor Assembly, Including
Steel Casing
F/.NTEE.V ✓s,wi>Dollars/EA
' Words
I
' FY002255 Hwy. 45 Bridge Section 00300-3
I
I
11
I
[1
I
11
[1
I
11
I
Ii
[1
11
11
I
I
BASE`BID SCHEDULE
ITEM _
NUMBER
EST:
TY.
UNIT
..
DESCRIPTION
: ' UNIT ` ,
PRICE •
:_cjtc
'' TOTAL'c
6. 540 LF PVC Jacketed Pipe Insulation (S_35 V ) (5_/8 9
N tTV Fitt E Dollars/LF
Words
7. 2150 LBS Ductile Iron or Cast Iron Fittings ($_S > ($ iq 710
f/!/.E Dollars/LB
Words uo
8. 5 EA 12" High Pressure (Class 250B) Butterfly ($3 ($ 22a0
Valve wBox
H EE IW0V5A/JD Dollats/EA
Words
Co
9. 1 EA 6" Gate Valve wBox ($ � ($ SOD )
2//E NdNPtflY Dollars/EA
Words
o0
10. I EA Three Way Fire Hydrant (5/180 DD , (5_/f00
QN� TNou5AN1i Gib /✓dr/eIParsBA
Words
vo
II. I EA 2" Gate Valve wBox ($350 ) (5_350 a )
Ne`E A/MA/p2U? FiF7t/ Dollars/LA
Words 00
12. 1 EA 2" Blowoff Assembly (S/ 1 ($
Git/E -Ti4Y)[LSA//D Dollars/EA
Words
13. 1 LS Pipe Hanger Assemblies, Fixed End ( f/OO ) ($5'4j'fod)
o0
Connection, Insulation Shields, Manual
Vent and Vent Box, Flanged Bends,
Related Facilities Necessary for Complete
Installation of Pipe on Bridge
F/F%%,'/ . 7VOa ,y✓b F? 'C N4i/fm
Dollars/LS
Words
14. 2 EA Cap Existing 6 -inch Water Main (S..........) ($_o4&' ✓o )
___________________Do I lars/E A
Words
IFY002255 Hwy. 45 Bridge
Section 00300-4
BASEl4.
...{ Y
ITEM EST. a '.'UNITN qua
NUMBER QJY. UNIT DESCRIPTION PRICE.t ' ^` - TOTAL
po
15. 2 EA Connect to Existing 12 -inch Water Main ($...S.........) ($_/000
F!/C NUNp2Ei7 Dollars/EA
Words
J6 p e p0
16. 40 TON Trench Stabilization Material ($.Z'Z 1 (S 6 00 1
_____ -TIUO Dollars/TON
Words
DO JO
17. 80 TON Granular Fill (S_/1 ) ($ "! O
g/10NTEEV Dollars/TON
Words
Jat'7
18. 50 CY Concrete Encasement and Concrete ($ ��) ($ / 5DO
Anchors including Concrete for Fixed End
Connection
Q.VE //GfA'l%2(7 tin)' Dollars/CY // Jo
19. 13 LF Flowable Fill Ditch Backfill ($ (5_2 o 'V5 )
c5/X77' ,C j/.C Dollars/LF
Words op
20. 50 LF 24 -inch Bored Steel Casing ($ ) ($/O00 )
roue //C/%/Q/l�cp I'IVE E Dollars/EF
Words
��JJ l0�,I� 00,�o
21. I LS Sod and Irrigation System Protection and (SF'% ) ($ j/
Restoration at Bordeaux Village Entrance
I/...tJ 7/od54/b r ldC Nc/A P/9 P 011ars/L5
Words
TOTAL BASE BID
00
DEDUCTIVE ALTERNATES
Unit Prices for Deductive Alternates shall be the same as Unit Prices listed in the Total Base Bid.
BASIS OF AWARD
The Bidder understands that the Contract will be awarded to the bidder with the lowest Base Bid.
FY002255 Hwy. 45 Bridge Section 00300-5
I
MAJOR EQUIPMENT SCHEDULE
Not used.
' PAYMENT SCHEDULE
A detailed payment schedule for each structure or unit shall be submitted by the successful low
Bidder. The successful low Bidder shall meet with the Engineer and Owner in Fayetteville,
Arkansas, to review the format and details of the payment schedule. This meeting shall be held
within 5 days of notification that the Contractor is the low Bidder.
The purpose of the meeting shall be to establish an acceptable format for the payment schedule. The
construction detailed payment schedule shall be completed by the Contractor 14 days after the
meeting and submitted to the Engineer and Owner for review and approval. Failure of the
Contractor to submit the payment schedule as required may result in the Owner's rejection of the Bid
or delay in processing the Contractor's request for a progress payment.
SUBCONTRACTORS
' The Bidder further certifies that proposals from the following subcontractors were used in the
preparation of this Bid; and if awarded a contract, Bidder agrees to not enter into contracts with
' others for these divisions of the Work without written approval from the Owner and Engineer.
IBORING SUBCONTRACTOR
' Arkansas Contractor License # (XJJj1/80 yO/
/IA/n/ rv,57Ztl0TJoA/
Name ,? �1
20 35 �/� v s,4 v l /�744EY ,CD U�y.V l O1 NR
Street Address, City, State, Zip Code 72 9S6
SUBCONTRACTOR
' Arkansas Contractor License #
1 Name
I
I
Street Address, City, State, Zip Code
IFY002255 Hwy. 45 Bridge Section 00300-6
I
PERFORMANCE OF WORK BY CONTRACTOR
IThe Bidder shall perform at least 70 percent of the work with his own forces (refer to Paragraph 23,
INSTRUCTIONS TO BIDDERS. Bids from so called "Brokerage Contractors" will not be
' considered.)
List below the items that the Bidder will perform with his own forces, if awarded this Contract, and
fill in the blank showing the estimated total cost of these items.
40% WORK TNC ,ed4D 002✓NLr
Estimated total cost of the above items the Bidder states that will be performed with his own forces,
if awarded Contract:
//J.✓P1e`n Six/ 72vo ?NOUSeyD ✓ u/yoADollars ($ 22 573
(Words) SEv≤viy TNrzsc
EXPERIENCE OF BIDDER
The Bidder states that he is an experienced Contractor and has completed similar projects within the
' last 5 years. (List similar projects, with types, names of clients, construction costs, and references
with telephone numbers. Use additional sheets if necessary.)
Se,p CFossi.✓— of J iv6ya &rfi/cd
A/wy yS Eosr wAiFe Gig/£ &LaC.o77c ✓ -CT/ OY`v�✓T VAZ E
If the Bidder is awarded a construction Contract on this Bid, the Surety who provides the
Performce and Payment Bond wi I be:
- �n�riNENT OAsu//A1�G77 Lonpo,v✓/
• �R,LA,yom4 Sa,e�Ti� Lori/ �,a ✓✓ / whose address is:
•
Box 72x/0/
Street, City, State, Zip, Code
I
IFY002255 Hwy. 45 Bridge
Section 00300-7
INSURANCE
The Bidder acknowledges that he is familiar with the insurance requirements on this Project and, if
awarded a construction contract, agrees to furnish the required insurance certificates within fifteen
(15) days of the date the award is made.
BIDDER
The name of the Bidder submitting this Bid is:
doing business at:
Street, City, State, Zip, Code pp, 3px /977
which is the address to which all communications concerned with this Bid and with the Contract
shall be sent.
The names
of the principal officers
of the corporation submitting
this Bid, or of the partnership, or of
all persons
interested in this Bid as
principals are as follows:
If Sole Proprietor or Partnership
IN WITNESS hereto the undersigned has set his (its)
i d this 7 day of E8 , 2001.
Title
of Bidder
FY002255 Hwy. 45 Bridge Section 00300-8
If Corporation
IN WITNESS WHEREOF the undersigned corporation has caused this instrument to be executed
and its seal affixed by its duly authorized officers this _day of , 2001.
' Name of Corporation
' (SEAL) By
Title
' Attest
Secretary
1
1
1
' FY002255 Hwy. 45 Bridge Section 00300-9
[1
I
I
I
H
I
I
I
I
I
I
I
I
I
I
I
I
I
DOCUMENT 00350
BID BOND
STATE OF ARKANSAS
KNOW ALL MEN BY THESE PRESENTS, that we:
Principal and Contractor, and
hereinafter
called
Surety,
are held and firmly bound
unto
the City of Fayetteville, Arkansas and
represented
by its
Mayor,
hereinafter called Owner,
in the
sum of
DOLLARS ($
lawful money of the United States of America, for the payment of which well and truly to be made,
we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
by these presents.
WHEREAS, the Principal contemplates submitting or has submitted a bid to the Owner for the
furnishing of all labor, materials (except those to be specifically furnished by the Owner), equipment,
machinery, tools, apparatus, means of transportation for, and the performance of the work covered
in the Bid and the detailed Drawings and Specifications, entitled:
Water Main Relocation
Highway 45 Bridge at White River
WHEREAS, it was a condition precedent to the submission of said bid that a cashier's check,
certified check, or bid bond in the amount of 5 percent of the base bid be submitted with said bid as
a guarantee that the Bidder would, if awarded the Contract, enter into a written Contract with the
Owner for the performance of said Contract within 15 consecutive calendar days after written notice
having been given of the award of the Contract.
NOW, THEREFORE, the conditions of this obligation are such that if the Principal within 15
consecutive calendar days after written notice of such acceptance enters into a written Contract with
the Owner and furnishes a Contract Surety Bond in an amount equal to 100 percent of the base bid,
satisfactory to the Owner, then this obligation shall be void; otherwise the sum herein stated shall
be due and payable to the Owner and the Surety herein agrees to pay said sum immediately upon
demand of the Owner in good and lawful money of the United States of America, as liquidated
damages for failure thereof of said Principal.
[]
FY002255 Hwy. 45 Bridge Section 00350-I
IN WITNESS WHEREOF, the said
caused these presents to be signed in its name by its
attested by its
these presents to be signed in its name by its
under its corporate seal, this
Signed, sealed and delivered
in the presence of:
Surety
As to Principal
0
as Principal herein, has
and
under its corporate seal, and the said
as Surety herein, has caused
day of A.D., 2001.
Principal -Contractor
Title
Attorney -in -Fact (Power -of -Attorney
to be Attached)
By
As to Surety Resident Agent
FY002255 Hwy. 45 Bridge Section 00350-2
-
OKLAHOMA SURETY COMPANY
Box 1409 • -
TULSA, OKLAHOMA 74101 '
1
_ , . :_-.1._ -:. 1
BID B0Im ; ,
JUSTIN BRYAN DBA J & L CONSTRUCTION
_ KNOW ALL MEN BY THESE PRESENTS: That We. „
u Princpal; and the OKLAHOMA SURETY COMPANY,\ a conized tporatlon orgaacrd w hag under the laws of the,Stm of OWahoma. and authorized
- t - ••_ .
to do business in.the State of ` ARKANSAS
. _ _ . as Surety, ae IoW a d hrmy bound, umo the '
r , THE CITY OF FAYETTEV'ILLE;.ARKANSAS'- =(."
in dhe win M '. 5%' OF BID, AMOUNT'' .... - a
DOtiARS.-
' lawful money of the united Staits of America, m the'psymam ot.which sum of money wolf ind.truy ta be made,, the aid Principal acrd Surety Died
themselves. their and each of their hers. newton. idminsDatdn;, successors and assigns.- jag and savarapy, by these presents. ; • THE CONDITION of THIS 0SLIGATION Is SUCH, thu N the ODhpes amp male uty awad m the Principal tar .
WATER MAIN RELOCATION, HWY 45 BRIDGE AT=WHITE RIVER, MCE PROJECT '' ,-,
NO: FY002255:
a
1
according lathe terms of the Drdpesal or bid made by the P incipal therefor, and the Princpal slug duly mule add emer, into a conhaa with the OD4pee in
' accordance with the terms of said proposal or bid and award and SIWI give bond for the faithful performance thaeof.,with the OKLAHOMA SURETY
COMPANY as Surety or with over Surety or Sureties approved by the Obligee: or it the Pu ... l anSi. in cue of failure so to at pay to the Obligee the
damages which the Obligee may suffer by mason of such failure not eacaMinp the penalty of this pond. pen this obligation sing be moil and void: otherwise
d snap be and remain th tun taro and .fla. _ -
1
1.
Ia -!:ms os $o-ee
12TH
day df FEBRUARY 2001
Pmtcpalts)
/ R'YAN
!
SURETY COMP r tt`';.,. t.,,,,
CH EID 1
.tp„,p��.
riat�
' 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 theflsaid 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, ResidentAssistant
' 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 Billy E. Bennett Jr, Kenneth L Galloway, Jacque
' L Lindsey, Adrian W. Luttrell, Mike A. Luttrell and Danny L Schneider, individually
of SPRINGDALE, AR
its true and lawful attomey(s)-m 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 -CON 11TE Tf 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.
AN WITNESS WHEREOF; MD -
CONTINENT COMPANY has executed and attested these
presents. this n"28 •. day of September 2000 '
ATTEST: `�.
';ijSARA AND SON n ASSISTANT SECRETARY TODD BAZATA - ' �_' ' . •'. VICE PRESIDENT
C J v. Lam.. [ •N M : a.
On tliis 28 ; day; of September 1 ,.2000 before' me, a Notary Public of the State of Oklahoma m 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 instrumentis the corporate of saidCompany,
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..: the preceding instrument, isnow_in.force.
tN C OF, I have hereunto set my hand and affixed my official seal at the City of Tulsa, the day and year first above wriaen
•tse OTA A'
FST My Commission expires 11-14-00
' 1 IN AND T �
Y "•_
t FAY SCOTT . Notary Public
.I, SARA AI(Th 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
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
�'i`NENr
......_..,C4 ., this _ day of
•4: .dam':
' SE
y �l SARA ANDERSON - Assistant. Secretary
SAL
P 6-S -MC '••, z� 4 .:' aNa360a598
I
NOTICE OF AWARD
J
n
I
I
I
I
I
I
TO: J&L Construction
P.O. Box 1479
Huntsville, AR 72740
PROJECT DESCRIPTION: Water Main Relocation
Highway 45 Bridge at White River
The OWNER has considered the BID submitted by you for the above described WORK in
response to its Advertisement for Bids dated Feb 14 , 2001 and Instructions to Bidders.
You are hereby notified that your BID has been accepted in the amount of:
Two Hundred Seventy Four Thousand, Eight Hundred & Seventy Three Dollars and No
Cents ($274,873)
You are required by the Instructions to Bidders to execute the Contract and furnish the
required CONTRACTOR'S Performance BOND, Payment BOND, and certificates of insurance
within fifteen (15) calendar days from the date of this Notice to you.
If you fail to execute said Contract and to furnish said BONDS withing fifteen (15) days from
the date of this Notice, said OWNER will be entitled to consider all your rights arising of your BID
BOND. The OWNER will be entitled to such other rights as may be granted by law.
You are required to return an acknowledged copy of this NOTICE OF AWARD to the
OWNER.
1
1
1
1
' by.
1
Dated this 28th day of March , 2001.
CITY OF FAYETTEVILLE, ARKANSAS
Owner
By
Title Engineer
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE OF AWARD is hereby acknowledged
day of t�2/L , 2001.
' II FY002255 Hwy. 45 Bridge Section 00360-I
i
I
I
I
I
LI
I
J
I
I
I
[]
I
I
I
DOCUMENT 00500
CONTRACT
THIS AGREEMENT, made and entered into on the day of March ,
2001, by and between J & L Construction, Huntsville, Arkansas herein called the
Contractor, and the City of Fayetteville, Arkansas, hereinafter called the Owner:
WITNESSETH:
That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as
follows:
That the Contractor shall furnish all the materials, and perform all of the work in manner and
form as provided by the following enumerated Drawings, Specifications, and Documents, which
are attached hereto and made a part hereof, as if fully contained herein and are entitled
Water Main Relocation, Highway 45 Bridge at White River, dated August, 2000.
Advertisement for Bids
Instructions to Bidders
Bid and acceptance thereof
Performance Bond
Payment Bond
General Conditions
Supplemental Conditions
Specifications
Drawings (See Sheet Index below)
SHEET INDEX
SHEET NO.
SHEET DESCRIPTION
1
COVER
2
WATER MAIN PLAN & PROFILE, STA. 0+00 TO STA. 3+50
3
WATER MAIN PLAN & PROFILE, STA. 3+50 TO STA. 7+00
4
WATER MAIN PLAN & PROFILE, STA. 7+00 TO STA. 10+11.5
5
WATER MAIN PLAN & PROFILE AT BRIDGE
6
WEST END CONNECTION
7
EAST END CONNECTION
8
EAST END CONNECTION DETAILS
9
WATER MAIN DETAILS & HANGER DETAILS
10
BORING LOGS AT BRIDGE & MISC. DETAILS
2. That the Owner hereby agrees to pay to the Contractor for the faithful performance of this
Agreement, subject to additions and deductions as provided in the Specifications or Bid, in
lawful money of the United States, the amount of:
Two hundred seventy four thousand eight hundred seventy three Dollars ($274,873.00)
IFY002255 Hwy. 45 Bridge
Section 00500 - I
3. The Work will be completed in two phases. The first phase will be the construction of the
parallel direct bury water main and the second phase will be the construction of the water main
' segment attached to the bridge and approaching the bridge, as well as capping the existing 6 -inch
main crossing the existing bridge. The first phase will be complete and tested within 75 calendar
days after the date when the Contract Time commences to run, as provided in the Phase 1 Notice
to Proceed. Once the bridge is complete and ready for the water main installation, a second
Notice to Proceed will be issued for Phase 2, and the Phase 2 work will be completed with the
' water main installed on the bridge, pressure tested and disinfected within 30 calendar days after
the Phase 2 Notice to Proceed, with the existing 6 -inch water main capped within 4 calendar days
after the new main has its disinfection samples approved by the Arkansas Department of Health,
and with all work complete and ready for final payment in accordance with the General
Conditions within 25 calendar days after the new main's disinfection samples are approved.
• 4. Liquidated Damages: Owner and Contractor recognize that time is of the essence of this
Agreement and the Owner will suffer financial loss if the Work is not completed within the times
specified in above, plus any extensions thereof allowed in accordance with the General
Conditions. They also recognize the delays, expense, and difficulties involved in proving the
actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of
requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but
' not as a penalty) Contractor shall pay Owner five hundred Dollars ($ 500.00 ) for each day
that expires after the time specified in Paragraph 3 for the Phase 1 Notice to Proceed for the first
75 calendar day construction period. The Owner and Contractor further agree that as liquidated
' damages for delay (but not as a penalty) Contractor shall pay Owner Five Hundred Dollars
($500.00 for each calendar day that expires after the times specified in Paragraph 3 for the three
designated time limits during the Phase 2 work.
5. That within 30 days of receipt of an approved payment request, the Owner shall make partial
payments to the Contractor on the basis of a duly certified and approved estimate of work
' performed during the preceding calendar month by the Contractor, LESS the retainage provided
in the General Conditions, which is to be withheld by the Owner until all work within a
' particular part has been performed strictly in accordance with this Agreement and until such
work has been accepted by the Owner.
' 6. That upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls,
material bills, and other costs incurred by the Contractor in connection with the construction of
the work have been paid in full, final payment on account of this Agreement shall be made
within 60 days after the completion by the Contractor of all work covered by this Agreement and
the acceptance of such work by the Owner.
' 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of
this Agreement and the Surety Bond hereto attached for its faithful performance and payment,
the Owner shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any
' reason such bond ceases to be adequate to cover the performance of the work, the Contractor
shall, at his expense, within 5 days after the receipt of notice from the Owner, furnish an
additional bond or bonds in such form and amount and with such Surety or Sureties as shall be
satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to
1
FY002255 Hwy. 45 Bridge Section 00500 -2
i
be due under this Agreement until such new or additional security for the faithful performance of
' the work shall be furnished in manner and form satisfactory to the Owner.
8. No additional work or extras shall be done unless the same shall be duly authorized by
appropriate action by the Owner in writing.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first
' above written, in three (3) counterparts, each of which shall, without proof or accounting for the other
counterpart be deemed an original Contract.
SEAL:
WITNESSES:
' ''tic
ATTEST:
tty Clete
J
I
I
I
I
CITY OF FAYETTEVILLE, ARKANSAS
OWNE
By
(4C
Mayor
IFY002255 Hwy. 45 Bridge Section 00500 - 3
I.
Document 00600-1
' Construction Performance Bond B0ND# ABD-OO2O754
Any singular reference to Contractor, Surety. Owner or other party shall be considered plural where applicable.
' CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business):
Justin Bryan D.B.A. MID-CONTINENT CASUALTY COMPANY
J&L Construction P. 0, BOX 1409
' P.O. Box 1479 TULSA, OK 74101
Huntsville, AR 72740
' OWNER (Name and Address):
City of Fayetteville o
I113 West Mountain *
Fayetteville, Arkansas 72701 N m
CONSTRUCTION CONTRACT Z lv ,I
Date: (/(e/c4 o, zoo1 -� s
Amount: $274,873.00 z
Description (Name and Location): 3 rn
(no 0
0 co 0
Water Main Relocation m a
Highway 45 Bridge at White River m o
BOND /14s/ck 2O 2pd /
Date (Not earlier than/Construction Contract Date):
Amount: $274,873.00
' Modifications to this Bond Form:
CONTRACT AS P NCIPAL SURETY
Company L Constr ction (Corp. Seal) Company (Corp Seai)
MID-CONTINENT CASUALTY COMPANY
1
Signature: Signature:
' Name a Title: Justi ryan, Owner Name and Title: DANNY SCHNEIDER
ATTORNEY -IN -FACT
CONTRACTOR AS PRINCIPAL SURETY
Company (Corp. Seal) Company (Corp Seal)
Signature: Signature:
Name and Title: Name and Title:
EJCDC No. 1910-28A(1984 Edition)
Prepared through the joint efforts of the Surety Association of America, Engineers' Joint Contract Documents Committee, The Associated General
Contractors of America, American Institute of Architects, American Subcontractors Association, and the Associated Specialty Contractors
FY002255 Hwy. 45 Bridge
24-.. 263
00600-1-1
..1
I
LJ
H
•n)
,p ,lllllll;l.
•
spa 1 ��i
�e.A.�
e Q e —
r.
- 7'
O Y 1
vID C
, 1, r\ '
1
I
I
I
L
I
It
HI
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I. The Contractor and the Surety, jointly and severally, hind themselves, their
heirs, executors, administrators. successors and assigns to the Owner for the
performance of the Construction Contract, which is incorporated herein by
reference.
2. If the Contractor performs the Construction Contract, the Surety and the
Contractor shall have no obligation under this Bond, except to participate in
conferences as provided in Subparagraph 3.1.
3. If there is no Owner Default, the Surety's obligation under this Bond shall
arise after:
3.1 The Owner has notified the Contractor and the Surety at its address
described in Paragraph 10 below, that the Owner is considering
declaring a Contractor Default and has requested and attempted to
arrange a conference with the Contractor and the Surety to be held
not later than fifteen days after receipt of such notice to discuss
methods ofperfomting the Construction Contract If the Owner, the
Contractor and the Surety agree, the Contractor shall be allowed a
reasonable time to perform the Construction Contract, but such
agreement shall not waive the Owner's right, if any, subsequently to
declare a Contractor Default; and
3.2 The Owner has declared a Contractor Default and formally
terminated the Contractor's right to complete the contract. Such
Contractor Default shall not be declared earlier than twenty days
after the Contractor and the Surety have received notice as provided
in Subparagraph 3.1; and
3.3 The Owner has agreed to pay the Balance of the Contract Price to
the Surety in accordance with the terms of the Construction Contract
or to a contractor selected to perform the Construction Contract in
accordance with the terms of the contract with the Owner.
4. When the Owner has satisfied the conditions of Paragraph 3, the Surety
shall promptly and at the Surety's expense take one of the following actions:
4.1 Arrange for the Contractor, with the consent of the Owner, to
perform and complete the Construction Contract; or
4.2 Undertake to perform and complete the Construction Contract itself,
through its agents or through independent contractors; or
4.3 Obtain bids or negotiated proposals from qualified contractors
acceptable to the Owner for a contract for performance and
completion of the Construction Contract, arrange for a contract to he
prepared for execution by the Owner and the contractor selected
with the Owner's concurrence, to be secured with performance and
payment bonds executed by a qualified surety equivalent to the
bonds issued on the Construction Contract, and pay to the Owner the
amount of damages as described in Paragraph 6 in excess of the
Balance ofthe Contract Price incurred by the Owner resulting from
the Contractor's default; or
4.4 Waive its right to perform and complete, arrange for completion, or
obtain a new contractor and with reasonable promptness under the
circumstances:
1. After investigation, determine the amount for which it may be
liable to the Owner and as soon a practicable after the amount is
determined, tender payment to the Owner; or
2. Deny liability in whole or in part and notify the Owner citing
reasons therefor.
5. If the Surety does not proceed as provided in Paragraph 4 with reasonable
promptness, the Surety shall be deemed to be in default on this Bond fifteen days
after receipt of an additional written notice from the Owner to the Surety
demanding that the Surety perform its obligations under this Bond, and the
Owner shall be entitled to enforce any remedy available to the Owner. If the
Surety proceeds as provided in Subparagraph 4.4 and the Owner refuses the
payment tendered or the Surety has denied liability, in whole or in part, without
further notice the Owner shall be entitled to enforce any remedy available to the
Owner.
6. After the Owner has terminated the Contractor's right to complete the
Construction Contract, and if the Surety elects to act under Subparagraph 4.1,
4.2 or 4.3 above, then the responsibilities of the Surety to the Owner shall not
be greater than those ofthe Contractor under the Construction Contract, and the
responsibilities of the Owner to the Surety shall not be greater than those of the
Owner under the Construction Contact. To the limit of the amount of
Bond, but subject to commitment by the Owner of the Balance of the Contract
Price to mitigation of costs and damages on the Construction Contract, the
Surety is obligated without duplication for:
6.1 The responsibilities ofthe Contractor for correction of defective
work and completion ofthe Construction Contract:
6.2 Additional legal, design professional and delay costs resulting Itom
the Contractor's Default, and resulting from the actions or Ihilure to
act of the Surety under Paragraph 4: and
6.3 Liquidated damages, or if no liquidated damages arc specified in the
Construction Contract, actual damages caused by delayed
performance or non-pedbrnance of the Contractor.
7. The Suretyshall not he liable to the Owner or others for obligations of the
Contractor that are unrelated to the Construction Contract, and the Balance of
the Contract Price shall not he reduced or set off on account of any such
unrelated obligations. No right of action shall accrue on this Bond to any person
or entity other than the Owner or its heirs, executors, administrators, or
successors.
8. The Surety hereby waives notice of any change, including changes of time,
to the Construction Contract or to related subcontracts, purchase orders and
other obligations.
9. Any proceeding, legal or equitable, under this Bond may be instituted in
any court of competent jurisdiction in the location in which the Work or part of
the Work is located and shall be instituted within two years after Contractor
Default or within two years alter the Contractor ceased working or within two
years alter the Surety refuses or fails to perform its obligations under this Bond,
whichever occurs first If the provisions ofthe Paragraph are void or prohibited
by law, the minimum period of limitation available to sureties as a defense in the
jurisdiction of the suit shall he applicable.
10. Notice to the Surety, the Owner or the Contractor shall be mailed or
delivered to the address shown on the signature page.
11. When this Bond has been furnished to comply with a statutory or other
legal requirement in the location where the construction was to be performed,
any provision in this Bond conflicting with said statutory or legal requirements
shall be deemed deleted herefrom and provisions conforming to such statutory
or other legal requirement shall be deemed incorporated herein. The intent is.
that this Bond shall be construed as a statutory bond and not as a common law
bond.
12. DEFINITIONS
12.1 Balance of the Contract Price: The total amount payable by the
Owner to the Contractor under the Construction Contract after all
proper adjustments have been made, including allowance to the
Contractor of any amounts received or to be received by the Owner
in settlement of insurance or other claims for damages to which the
Contractor is entitled, reduced by all valid and proper payments
made to or on behalf of the Contractor under the Construction
Contract.
12.2 Construction Contract: The agreement between the Owner and the
Contractor identified on the signature page, including all the
Contract Documents and changes thereto.
12.3 Contractor Default: Failure of the Contractor, which has neither
been remedied nor waived, to perform or otherwise to comply with
the terms of the Construction Contract
12.4 Owner Default: Failure of the Owner, which has neither been
remedied nor waived, to pay the Contractor as required by the
Construction Contract or to perform and complete or comply with
the other terms thereof.
FY002255 Hwy. 45 Bridge 00600-1-2
Document 00600-2
Construction Payment Bond B0ND# ABD-OO2O754
Any singular reference to Contractor. Surety. Owner or other party shall be considered plural where applicable.
' CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business):
MID-CONTINENT CASUALTY COMPANY
Justin Bryan D.B.A. P. O. BOX 1409
' J&L Construction TULSA, OK 74101
P.O. Box 1479
Huntsville, AR 72740
o
OWNER (Name and Address): � �" rn
a r`
City of Fayetteville = o
I113 West Mountain 2 IV -,
Fayetteville, Arkansas 72701 S O
CONSTRUCTION CONTRACT 3 rn
Date: Ma,cL Z.C zoo! (p o n
Amount: $274,873.0d' co 0
Description (Name and Location): 00
m
' Water Main Relocation
Highway 45 Bridge at White River
' BOND /yfa/�ZU� ZOo/
Date (Not earlier than Construction Contract Date):
Amount: $274,873.00
Modifications to this Bond Form: NONE
CONTRACTOR AS PRINCIPAL SURETY
Company J&L C u tion (Corp. Seal) Company (Corp Seal) •�
MID-CONTINENT CASUALTY COMPANY
' Signature. — Signature: �Cc..�.
N e: Jus in B Owner Name and Title: DAN SCHNEIDER
ATTORNEY -IN -FACT
' CONTRACTOR AS PRINCIPAL SURETY
Company (Corp. Seal) Company (Corp Seal)
' Signature: Signature:
Name and Title: Name and Title:
' EJCDC No. 1910-28B (1984 Edition)
Prepared through the joint efforts of the Surety Association of America, Engineers' Joint Contract Documents Committee, The Associated General
Contractors of America, American Institute of Architects, American Subcontractors Association, and the Associated Specialty Contractors
I
I
FY002255 Hwy. 45 Bridge
00600-2-1
'• .
yam,
;
-2 y T
,o.
i a�
'c_I
v
1 U •IA\\A
I
J
I
I
I
[J
[1
I
I
I
[1
[]
I
I
H
I
I. The Contactor and the Surety, jointly and severally, bind themselves, their
heirs. executors, administrators, successors and assigns to the Owner to pay for
labor, materials and equipment furnished for use in the performance of the
Construction Contract, which is incorporated herein by reference.
2. With respect to the Owner, this obligation shall he null and void if the
Contractor:
2.1 Promptly makes payment, directly or indirectly, for all sums due
Claimants, and
2.2 Defends, indemnities and holds harmless the Owner from all claims,
demands, liens or suits by any person or entity who furnished labor,
materials or equipment for use in the performance of the
Construction Contract, provided the Owner has promptly notified
the Contractor and the Surety (at the address described in paragraph
12) of any claims, demands, liens or suits and tendered defense of
such claims, demands, liens or suits to the Contractor and the
Surety, and provided there is no Owner Default.
3. With respect to Claimants, this obligation shall be null and void if the
Contractor promptly makes payment, directly or indirectly, for all sums due.
The Surety shall have no obligation to Claimants under this Bond until:
4.1 Claimants who are employed by or have a direct contract with
Contractor have given notice to the Surety (at the address described
in paragraph 12) and sent a copy, or notice thereof, to the Owner,
stating that a claim is being made under this Bond and , with
substantial accuracy, the amount of the claim
4.2 Claimants who do not have a direct contract with the Contractor:
I. Have furnished written notice to the Contractor and seat a copy,
or notice thereof, to the Owner, within 90 days after having last
performed labor or last furnished materials or equipment included
in the claim stating, with substantial accuracy, the amount of the
claim and the name of the party to whom the materials were
furnished or supplied or for whom the labor was done or performed;
and
2. Have either received a rejection in whole or in part from the
Contractor, or not received within 30 days of furnishing the above
notice any communication from the Contractor by which the
Contractor has indicated the claim will be paid directly or
indirectly.; and
3. Not having been paid within the above 30 days, have sent a
written notice to the Surety (at the address described in paragraph
12) and sent a copy, or notice thereof, to the Owner, stating that a
claim is being made under this Bond and enclosing a copy of the
previous written notice furnished to the Contractor.
5. If a notice required by paragraph 4 is given by the Owner to the Contractor
or to the Surety, that is sufficient compliance.
6. When the Claimant has satisfied the conditions of paragraph 4, the Surety
shall promptly and at the Surety's expense take the following actions:
6.1 Send an answer to the Claimant, with a copy to the Owner, within
45 days after receipt of the claim, stating the amounts that are
undisputed and the basis for challenging any amounts that are
disputed.
6.2 Pay or arrange for payment of any undisputed amounts.
7. The Surety's total obligation shall not exceed the amount of this Bond, and
the amount of this Bond shall be credited for any payments made in good faith
by the Surety.
S. Amounts owed by the Owner to the Contractor under the Construction
Contract shall be used for the performance of the Construction contract and to
satisfy claims, if any, under any Construction Performance Bond. By the
Contractor furnishing and the Owner accepting this Bond, they agree that funds
earned by the Contractor in the performance of the Construction Contract are
dedicated to satisfy obligations of the Contractor and the Surety under this Bond,
subject to the Owner's priority to use the funds for the completion of the Work.
9. The Surety shall not be liable to the Owner, Claimants or others for
obligations of the Contractor that are unrelated to the Construction Contract
The Owner shall not be liable for payment of any costs or expenses of any
Claimant under this Bond.
10 The Surety hereby waives notice of any change, including changes of time,
to the Construction Contract or to related subcontracts, purchase orders and
other obligations.
1 1. No suit or action shall be commenced by a Claimant under this Bond other
than in a court of competent jurisdiction in the location in which the Work or
part of the Work is located or after the expiration of one year from the date (1)
on which the Claimant gave the notice required by Subparagraph 4.1 or Clause
4.2.3, or (2) on which the last labor or service was performed by anyone or the
last materials or equipment were furnished by anyone under the Construction
Contract, whichever of(1) or (2) occurs first If the provisions of this paragraph
are void or prohibited by law, the minimum period of limitation available to
sureties as a defense in the jurisdiction of the suit shall be applicable.
12. Notice to the Surety, the Owner or the Contractor shall he mailed or
delivered to the address shown on the signature page. Actual receipt of notice
by the Surety, the Owner, or the Contractor, however accomplished, shall be
sufficient compliance as of the date received at the address shown on the
signature page.
13. When this Bond has been furnished to comply with a statutory or other
legal requirement in the location where the construction was to be performed,
any prevision in this Bond conflicting with said statutory or legal requirements
shall be deemed deleted herefrom and provisions conforming to such statutory
or other legal requirement shall be deemed incorporated herein. The intent is,
that this Bond shall be construed as a statutory bond and not as a common law
bond.
14. Upon request by any person or entity appearing to be a potential
beneficiary of this Bond, the Contractor shall promptly furnish a copy of this
Bond or shall permit a copy to he made.
15 DEFINITIONS
15.1 Claimant: An individual or entity having a direct contract with the
Contractor or with a subcontractor of the Contractor to furnish
labor, materials, or equipment for use in the performance of the
Contract The intent of this Bond shall be to include without
limitation in the terms "labor, materials or equipment" that part of
water, gas, power, light, heat, oil, gasoline, telephone service or
rental equipment used in the Construction Contract, architectural
and engineering services required for performance of the work of the
Contractor and Contractor's sub contractors, and all other items for
which a mechanic's lien may be asserted in the jurisdiction where
the labor, materials or equipment were furnished.
15.2 Construction Contract: The agreement between the Owner and the
Contractor identified on the signature page, including all the
Contract Documents and changes thereto.
15.3 Owner Default: Failure of the Owner, which has neither been
remedied nor waived, to pay the Contractor as required by the
Construction Contract or to perform and complete or comply with
the other terms thereof.
I
FY002255 Hwy. 45 Bridge
00600-2-2
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
Ion 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 authority given him. None of such appointees need be Directors of the Company."
The Company does hereby constitute and appoint Billy E. Bennett Jr, Kenneth L Galloway, Jacque
L Lindsey, Adrian W. Luttrell, Mike A. Luttrell and Danny L Schneider, individually
of SPRINGDALE, AR
its true and lawful attorney(s)-in-fact, to execute, seal and deliver for and an its behalf as Surety, and as its act and deed,
' Any and all bonds and undertakings of Suretyship
And the execution of such instnment(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 28 day of September 2000
ATTEST: /
SARA AND N ASSISTANT SECRETARY TODD BAZATA VICE PRESIDENT
' On this 28 day of September .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.
M
' �,gstlfltllat%
•X • A IOF. I have hereunto set my hand and affixed my official seal at the City of Tulsa, the day and year first above written.
d f T
_�v o,ArRJL
' fST S My Commission expires 11-14-00
in n►to soa rr `
i#4•.,ILA114O 0
' -4`(� A • C 4� L FAY SCOTT T� Notary Public
'rr•r•. , aaa
L SARK XWASON 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 my 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.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
N.u.y
' •'' r this day of
�`o0?0'FA s P i QN o_i 119- r�
' SARA ANDERSON Assistant Secretary
. x71:2
' err
VE 1•.,.._ &- MC ..'o.,•••w..- : BN03600598
ACORD CERTIFICATE OF LIABILITY INSURANCc CSR SW DATE,MMIDDIY�
&LCO-1 04/20/01
DDUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Llker Bros. Insurance, inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
O. Box 2045 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
>ringdale AR 72765-2045 INSURERS AFFORDING COVERAGE
hone:501-751-4677 Fax:501-751-5110
;URED' INSURER A: Cincinnati Insurance Co.
INSURER B:
City of Fa etteville INSURERC:
113 West Mountain INSURERD:
Fayetteville AR 72701
INSURER E
RJ V Cn[nV Ca
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.
LTR
TYPE OF INSURANCE
GENERALUL LBIUTY
COMMERCIAL GENERAL LIABILITY
POLICY NUMBER
DATE MM/DD E
GATE MMIDD/YY N
LIMITS
EACH OCCURRENCE
s2000000
FIRE DAMAGE (Any one lire)
s50000
A
CLAIMSMADE ❑ OCCUR
X Owners & Contract
TED
04/20/01
04/20/02
MEDEXP(Anyoneperaon)
f 5000
$2000000
PERSONAL&ADVINJURY
GENERAL AGGREGATE
s2000000
Protective Liab
PRODUCTS-COMP/OP AGG
f 2000000
GENL AGGREGATE LIMIT APPLIES PER:
PRO- LOC
POLICY CT
JE
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
(Ea accident)
$
ANY AUTO
ALL OWNED AUTOS
'
BODILY INJURY
(Per person)SCHEDULED
$
AUTOS
HIRED AUTOS
BODILY INJURY
(Per occident)
$
NON -OWNED AUTOS
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY -EA ACCIDENT
$
ANY AUTO
OTHER THAN EA ACC
AUTO ONLY: AGO
$
$
EXCESS W&LrTY
EACH OCCURRENCE
$
OCCUR CLAIMS MADE
AGGREGATE
$
f
E
DEDUCTIBLE
RETENTION $
f
WORKERS COMPENSATION AND
TORY LIMITS
ER
EMPLOYERS • LNBLJTY
E.L. EACH ACCIDENT
f
E.L. DISEASE - EA EMPLOYEE
$
E.L. DISEASE - POLICY LIMIT
$
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
ertificate Holder is named as Additional Insured/Engineer. Job: Water
in Relocation, Highway 45 Bridge at White River.
ZERTIFICATE HOLDER I N I ADDITIONAL INSURED; INSURER Ltl I tK
MCC1005
McClelland Consulting
Engineers, Inc.
ATTN: Robert White
' P.O. Box 1229
Fayetteville AR 72702-1229
..V,�
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 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
REPRESENTATIVES. A %
C11!
e)
CERTIFICATE OF LIABILITY INSURANC
CSR SW
DATE(MMIDD
04/20/C
lker Bros. Insurance, Inc.
O. Box 2045
ringdale AR 72765-2045
tone:501-751-4677 Fax:501-751-5110
J & L Construction
Justin Bryan dba
PO Box.1479
Huntsville AR 72740-1479
ONLY AND CONFERS NO RIGHTS UPON
HOLDER. THIS CERTIFICATE DOES NOT
ALTER THE COVERAGE AFFORDED BY
•
INSURER A:
INSURER B:
INSURER C:
INSURER D:
INSURER E:
EXTEND OR
INSURERS AFFORDING COVERAGE
�1VCKAV CJ
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. _
LTR
TYPE OF INSURANCE
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE ❑X OCCUR
POLICY NUMBER
CAP5456313
DATE MWDD
11/13/00
DATE MM/DD/YY
11/13/01
LIMITS
EACH OCCURRENCE
$ 1000000
FIREDAMAGE(Anyonefire)
$ 100000
MED EXP (My one penloll)
s5000
PERSONALSADV INJURY
$1000000
GENERA. AGGREGATE
s2000000
PRODUCTS-COMP/OP AGG
$2000000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY CT PRO- OC L
JE
AUTOMOBILEUABILITY
x ANY AUTO
CAP5456313
11/13/00
11/13/01
COMBINED SINGLE LIMIT
(Ea accident)
$ 1000000
ALLOWNED AUTOS
BODILY INJURY
(Per person)
$
SCHEDULED AUTOS
HIRED AUTOS
BODILY INJURY
(Per accident)
$
NON -OWNED AUTOS
PROPERTY DAMAGE
(Per accdent)
S
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
$
OTHER THAI EA ACC
AUTO ONLY: AGG
$
$
EXCESS LIABILITY
OCCUR CLAIMSMADE
CCC4482489
11/13/00
11/13/01
EACH OCCURRENCE
s2000000
AGGREGATE
s2000000
Retention
$None
$
DEDUCTIBLE
RETENTION f
$
WORKERS COMPENSATION AND
EMPLOYERS'UABILITY
WC8989660
11/13/00
11/13/01
X
I TORY LIMITS
I
ER
E.L. EACH ACCIDENT
$ 1000000 _
E.L. DISEASE -EA EMPLOYEE
$1000000
E.L. DISEASE- POLICY LIMIT
$ 1000000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
cClelland Consulting Engineers, Inc. and the City of Fayetteville are
fisted as Additional Insureds in regard to General Liability, Auto
iability, and Umbrella Liability.
C ERTIFICATE HOLDER 1N ADDITIONAL INSURED; INSUKLK LE I I an:
MCC1005
McClelland Consulting
Engineers, Inc.
ATTN: Robert White
P.O. Box 1229
Fayetteville AR 72702-1229
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIC
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAL 10 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
REPRESENTATIVES. _ A ` /1
MAINTENANCE BOND BOND NUMBER
KNOW ALL MEN BY THESE PRESENTS, That we,
,(hereinafter
called the Principal), and a corporation (hereinafter
call the Surety), are held and firmly bound unto the City of Fayetteville, Arkansas (hereinafter called the
Obligee), in the full and just sum of 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, successsors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, said Prinicipal has entered into a certain contract with the Obligee dated
which contract has been or is about to be accepted.
AND WHEREAS, specification and contract provided that
should guarantee the project free from defects caused by faulty workmanship and materials for a period
of two years after substantial completion, general wear and tear expected.
NOW, THEREFORE, if the said project shall be free from defects of workmanship and materials,
general wear and tear expected, for a period of tAg years after substanial completion, then this
obligation shall be null and void; otherwise to remain in full force and effect.
Signed, sealed and delivered
Witness as to (Seal)
1
1
1
1
Principal
(Seal)
(Seal)
Attorney -in-fact
Maintenance Bond
City of Fayetteville
II
I
CONTRACTOR'S AFFIDAVIT
I
I
I
I
I
I
Li
I
I
I
I
TI
[I
I
STATE OF Arkansas
COUNTY OF Washington
The undersigned, being duly sworn on oath, deposes and says that he is of
(Officer)
the Contractor for Water Main
(Company Name)
Relocation. Highway 45 Bridge at White River, designated as Project, situated at Goshen.
Arkansas. owned by the City of Fayetteville. Arkansas, and that all parties who have furnished labor,
material, or both or any other items to the undersigned for use on the said work and all parties having
contracts or sub -contracts with the undersigned for specific portion of said work have been paid in
full with the following exception:
The undersigned further states that there are no other contracts or obligations for labor or
materials outstanding which were used in completing this Project.
The undersigned makes this affidavit for the purpose of procuring from the Owner a final
payment upon this Contract for all work completed in accordance with the Drawings and
Specifications of the Owner.
Signed this day of
Subscribed and Sworn to before me
this day of , 2001.
Notary Public
My commission expires the day of
By
2001.
Contractor
2001.
I
FY002255 Hwy. 45 Bridge
PHASE 1
NOTICE TO PROCEED
Water Main Relocation
Highway 412 Bridge at Beaver Lake
You are hereby notified to commence WORK in accordance with the Contract dated
on or before , and you are to have the Phase 1 WORK consisting
of the parallel direct buried 12 -inch water main installed and pressure tested within 75 calendar days
of the Phase 1 Notice to Proceed date. You are to commence WORK on the installation of the pipe
to be attached to the bridge (once the bridge is complete and ready for the attachment) and to have
the water main attachment complete and pressure tested within 30 calendar days of the Phase 2
Notice to Proceed. You are to have the two existing 6 -inch water mains capped so that the existing
water main on the old bridge can be abandoned within 4 calendar days after receiving notice that the
disinfection samples for the 12 -inch main have been approved by the Arkansas Department of
Health. You are to have all WORK complete and ready for Final Payment within 25 calendar days
after receiving notice that the disinfection samples for the 12 -inch main have been approved.
CITY OF FAYETrEVILLE, ARKANSAS
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO PROCEED is hereby acknowledged by
FY002255 Hwy. 45 Bridge
I
I
I
C
I
I
I
I
[I
[1
I
I
H
H
[1
I
PART III
CONDITIONS OF THE CONTRACT
I
I
GENERAL CONDITIONS
TABLE OF CONTENT
ARTICLE NUMBER AND TITLE PAGE NUMBER
1. AS APPROVED........................................................................I
2. AS SHOWN, AND AS INDICATED........................................................
3. BIDDER...............................................................................I
4. CONTRACT ..
15. NOTICE TO PROCEED..................................................................3
16. SUBSTANTIAL COMPLETION...........................................................4
17. WORK................................................................................4
I8. INTENT OF CONTRACT DOCUMENTS....................................................4
19. DISCREPANCIES AND OMISSIONS......................................................4
20. ALTERATIONS - CHANGES IN WORK....................................................5
' 21. SUB -SURFACE CONDITIONS FOUND DIFFERENT.........................................5
' 22. VERIFICATION OF CONTRACT DOCUMENTS.............................................5
23. DOCUMENTS TO BE KEPT ON THE JOB SITE.............................................6
24. ADDITIONAL CONTRACT DOCUMENTS.................................................6
25. OWNERSHIP OF DRAWINGS............................................................6
[1
I
ARTICLE NUMBER AND TITLE PAGE NUMBER
26. AUTHORITY OF THE ENGINEER........................................................7
27. DUTIES AND RESPONSIBILITIES OF THE ENGINEER......................................7 '
28. REJECTED MATERIAL..................................................................8
29. UNNOTICED DEFECTS................................................................. 8
30. RIGHT TO RETAIN IMPERFECT WORK...................................................8
31. LINES AND GRADES...................................................................8
32. SHOP DRAWING SUBMITTAL PROCEDURE.............................................ID I
33. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS..................................11
34. INDEPENDENT CONTRACTOR......................................................... I I
35. SUBCONTRACTING................................................................... II
36. INSURANCE AND LIABILITY..........................................................12
37. INDEMNITY..........................................................................15 '
38. TAXES AND CHARGES................................................................15
39. ORDINANCES, PERMITS, AND LICENSES................................................15
40. SUPERINTENDENCE.................................................................. 16
41. RECEPTION OF ENGINEER'S DIRECTIONS...............................................16 '
42. SANITATION..........................................................................16
43. EMPLOYEES.........................................................................16
44. PROJECT MEETINGS..................................................................16
45. SAFETY..............................................................................17
46. CONTRACTOR'S TOOLS AND EQUIPMENT..............................................17
47. PROTECTION OF WORK AND PROPERTY...............................................18
48. RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY ............................. 18
49. MATERIALS AND APPLIANCES........................................................18
50. CONTRACTORS' AND MANUFACTURERSCOMPLIANCE WITH STATE SAFETY, OSHA, AND OTHER
CODEREQUIREMENTS................................................................ 19
51. SUBSTITUTION OF MATERIALS........................................................19
52. TESTS, SAMPLES, AND INSPECTIONS...................................................19
I
I
ARTICLE NUMBER AND TITLE PAGE NUMBER
53. ROYALTIES AND PATENTS............................................................ 20
1 54. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT ...................... 20
55. CORRECTION OF DEFECTIVE WORK FOUND DURING WARRANTY PERIOD ................ 20
56. BEGINNING OF THE WORK............................................................21
' 57. SCHEDULES AND PROGRESS REPORTS.................................................2!
58. PROSECUTION OF THE WORK.........................................................22
59. ASSIGNMENT........................................................................22
60. OWNER'S RIGHT TO DO WORK.........................................................22
' 61. OWNER'S RIGHT TO TRANSFER EMPLOYMENT.........................................23
62. OWNER'S RIGHT TO SUSPEND OR TERMINATE WORK...................................23
63. DELAYS AND EXTENSION OF TIME....................................................25
64. LIQUIDATED DAMAGES.............................................................. 26
65. OTHER CONTRACTS.................................................................. 26
' 66. USE OF PREMISES....................................................................26
67. SUBSTANTIAL COMPLETION DATE....................................................27
68. PERFORMANCE TESTING.............................................................27
69. OWNER'S USE OF PORTIONS OF THE WORK.............................................27
' 70. CUTTING AND PATCHING.............................................................27
71. CLEANING UP........................................................................28
72. PAYMENT FOR CHANGE ORDERS......................................................28
73. PARTIAL PAYMENTS................................................................. 31
74. CLAIMS..............................................................................33
75. NOTICE OF CLAIM FOR DELAY........................................................33
76. RELEASE OF LIENS OR CLAIMS........................................................34
77. FINAL PAYMENT..................................................................... 34
' 78. NO WAIVER OF RIGHTS...............................................................34
79. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE ............................. 34
I
ri
DOCUMENT 00700
I
I
L
I
I
I
I
I
GENERAL CONDITIONS
These General Conditions contain contractual -legal Articles that establish the requirements and
conditions governing responsibility, policy, and procedures that apply during the construction and
warranty period. This part of the Contract Documents is pre-printed. Any modifications to the
following Articles that are special to the Project under consideration will be made in the
Supplementary Conditions. Requirements and conditions that have special significance to the
Contract for the contemplated Work on this Project are as set forth in the remaining Sections of these
Contract Documents.
DEFINITIONS
Wherever in the Contract Documents the following terms are used, the intent and meaning shall be
interpreted as follows:
AS APPROVED
The words "as approved", unless otherwise qualified, shall be understood to be followed
by the words "by the Engineer".
2. AS SHOWN, AND AS INDICATED
The words "as shown" and "as indicated" shall be understood to be followed by the
words "on the Drawings".
3. BIDDER
The person or persons, partnership, firm, or corporation submitting a Bid for the Work
contemplated.
' 4. CONTRACT
I
I
I
I
I
The "Contract" is the written agreement covering the performance of the Work and the
furnishing of labor, materials, incidental services, tools, and equipment in the
construction of the Work. It includes supplemental agreements amending or extending
the Work contemplated and which may be required to complete the Work in a
substantial and acceptable manner. Supplemental agreements are written agreements
covering alterations, amendments, or extensions to the Contract and include Contract
Change Orders.
FY002255 Hwy. 45 Bridge 00700- 1
I
5. CONTRACT DOCUMENTS ,
The "Contract Documents" consist of the Bidding Requirements, Contract forms,
Conditions of the Contract, the Specifications, and the Drawings, including all
modifications thereof incorporated into the Documents before their execution, and
including all other requirements incorporated by specific reference thereto. These form I
the Contract.
6. CONTRACTOR
The person or persons, partnership, firm, or corporation who enters into the Contract
awarded him by the Owner.
7. DAYS
Unless otherwise specifically stated, the term "days" will be understood to mean
calendar days.
8. DRAWINGS
The term "Drawings" refers to the official Drawings, profiles, cross sections, elevations, i
details, and other working drawings and supplementary drawings, or reproductions
thereof, sealed by the Engineer, which show the location, character, dimensions, and
details of the Work to be performed. Drawings may either be bound in the same book
as the Project Manual or bound separately and are a part of the Contract Documents,
regardless of the method of binding.
9. ENGINEER
The person or organization identified as such in the Contract. The term "Engineer"
means the Engineer or his authorized representative.
10. NOTICE '
The term "notice" or the requirement to notify, as used in the Contract Documents or
applicable state or federal statutes, shall signify a written communication delivered in
person or by certified or registered mail to the individual, or to a member of the firm,
or to an officer of the corporation for whom it is intended. Certified or registered mail
shall be addressed to the last business address known to him who gives the notice.
I
I
I
FY002255 Hwy. 45 Bridge 00700 -2 1
I
' 11. OR EQUAL
The term "or equal" shall be understood to indicate that the "equal" product is the same
or better than the product named in function, performance, reliability, quality, and
general configuration. Determination of equality in reference to the Project design
' requirements will be made by the Engineer. Such "equal" products shall not be
purchased or installed by the Contractor without the Engineer's written approval.
' 12. OWNER
The person, organization, or public body identified as such in the Contract.
' 13. PLANS (See Drawings).
' 14. SPECIFICATIONS
Those portions of the Contract Documents consisting of written technical descriptions
tof materials, equipment, construction systems, standards, and workmanship as applied
to the Work and certain administrative details applicable thereto.
Where standard specifications, such as those of ASTM, AASHTO, etc., have been
referred to, the applicable portions of such standard specifications shall become a part
' of these Contract Documents.
Where portions of the Work traverse or cross federal, state, county, or local highways,
roads, streets, or railroads, and the agency in control of such property has established
standard specifications governing items of Work that differ from these Specifications,
the most stringent requirements shall apply.
The Contractor shall comply with all regulations and requirements of the State Highway
Department and the City and County Road Departments wherever the Work traverses
' or crosses state, city, or county roads.
15. NOTICE TO PROCEED
' A written notice given by the Owner to the Contractor (with a copy to the Engineer)
fixing the date on which the Contract time will commence to run and on which the
Contractor shall start to perform his obligation under the Contract. The Notice to
Proceed shall be given within 30 days following execution of the Contract by the
Owner.
1
I
I
' FY002255 Hwy. 45 Bridge 00700-3
I
16. SUBSTANTIAL COMPLETION '
"Substantial completion" shall be that degree of completion of the Project, or a defined
portion of the Project, sufficient to provide the Owner, at his discretion, the full-time '
use of the Project or defined portion of the Project for the purposes for which it was
intended.
Such substantial completion shall not relieve Contractor from liquidated damages
should the Owner have added costs after the completion date, i.e., if additional
construction observation, interest paid, loss of revenue, or other expenses continue to
be charged to the Owner.
17. WORK '
The word "Work" within these Contract Documents shall include all material, labor,
and tools; all appliances, machinery, transportation, and appurtenances necessary to
perform and complete the Contract; and such additional items not specifically indicated
or described which can be reasonably inferred as belonging to the item described or
indicated and as required by good practice to provide a complete and satisfactory system
or structure. As used herein, "provide" shall be understood to mean "provide complete
in place", that is, "furnish and install".
CONTRACT DOCUMENTS
18. INTENT OF CONTRACT DOCUMENTS I
The Contract Documents are complementary, and what is called for by one shall be as
binding as if called for by all. The intent of the Documents is to include all Work
(except specific items to be furnished by the Owner) necessary for completion of the
Contract. Materials or Work described in words which so applied have a well-known
technical and trade meaning shall be held to refer to such recognized standards.
19. DISCREPANCIES AND OMISSIONS '
Any discrepancies or omissions found in the Contract Documents shall be reported to
the Engineer immediately. The Engineer will clarify discrepancies or omissions, in
writing, within a reasonable time.
In resolving inconsistencies among two or more Sections of the Contract Documents,
precedence shall be given in the following order:
CONTRACT
SUPPLEMENTARY CONDITIONS
SPECIFICATIONS
INSTRUCTIONS TO BIDDERS ,
GENERAL CONDITIONS
DRAWINGS
FY002255 Hwy. 45 Bridge 00700-4 ,
I
Figure dimensions on Drawings shall take precedence over scale dimensions. Detailed
Drawings shall take precedence over general Drawings. It is understood and agreed that
the Work shall be performed and completed according to the true spirit, meaning, and
intent of these Documents.
20. ALTERATIONS - CHANGES IN WORK
The Owner, without notice to the Sureties and without invalidating the Contract, may
order changes in the Work within.the general scope of the Contract by altering, adding
to, or deducting from the Work, the Contract being adjusted accordingly. All such
Work shall be executed under the conditions of the original Contract, except as
specifically adjusted at the time of ordering such change.
C1
I
FT
I
1
I
I
I
I
In giving instructions, the Engineer may order minor changes in the Work not involving
extra cost and not inconsistent with the purposes of the Project, but otherwise, except
in an emergency endangering life or property, additions or deductions from the Work
shall be performed only in pursuance of an approved Change Order from the Owner,
signed or countersigned by the Engineer, or a Change Order from the Engineer stating
that the Owner has authorized the deduction, addition, or change, and no claim for
additional payment shall be valid unless so ordered.
If the Work is reduced by alterations, such action shall not constitute a claim for
damages based on loss of anticipated profits.
21. SUB -SURFACE CONDITIONS FOUND DIFFERENT
Should the Contractor encounter sub -surface and/or latent conditions at the site
materially differing from those shown on the Drawings or indicated in the
Specifications, the Contractor shall immediately give notice to the Engineer of such
conditions before they are disturbed. The Engineer will thereupon promptly investigate
the conditions, and if the Engineer finds that they materially differ from those shown
on the Drawings or indicated in the Specifications, the Engineer will at once make such
changes in the Drawings and/or the Specifications as he may find necessary, any
increase or decrease of cost resulting from such changes to be adjusted in the manner
provided in the Paragraph titled "Changes in Work."
22. VERIFICATION OF CONTRACT DOCUMENTS
The Contractor shall thoroughly examine and become familiar with all of the various
parts of these Contract Documents and determine the nature and location of the Work,
the general and local conditions and all other matters which can in any way affect the
Work under this Contract.
FY002255 Hwy. 45 Bridge
00700-5
I
Failure to make an examination necessary for this determination shall not release the
Contractor from the obligations of this Contract. The Contractor warrants that no '
verbal agreement or conversation with any officer, agent, or employee of the Owner or
with the Engineer either before or after the execution of this Contract, has affected or
modified any of the terms or obligations herein contained.
23. DOCUMENTS TO BE KEPT ON THE JOB SITE
The Contractor shall keep one copy of the Contract Documents on the job site, in good
order, available to the Engineer and to his representatives.
The Contractor shall maintain on a daily basis at the job site, and make available to the 1
Engineer on request, one current record set of the Drawings which have been accurately
marked up to indicate all modifications in the completed Work that differ from the
design information shown on the Drawings.
Upon substantial completion of the Work, the Contractor shall give the Engineer one
complete set of marked up record Drawings.
Failure of the Contractor to submit accurate Record Drawings to the Engineer will be
adequate justification for postponement of the Final Inspection and Final Payment.
24
25.
ADDITIONAL CONTRACT DOCUMENTS
The Engineer will furnish to the Contractor on request and free of charge, three copies
of the Project Manual and three sets of full-size Drawings. Additional copies of the
Project Manual and the Drawings may be obtained on request by paying the price as
shown in the Invitation to Bid for the Contract Documents.
OWNERSHIP OF DRAWINGS
All Drawings, Plans, Specifications, and copies thereof furnished by the Engineer and
the Owner are their property. They are not to be used on other work and, with the
exception of the signed Contract set, are to be returned to them on request at the
completion of the Work. Any reuse of these materials without specific written
verification or adaptation by the Engineer and the Owner will be at the risk of the user
and without liability or legal expense to the Engineer and the Owner.
Such user shall hold the Engineer and the Owner harmless from any and all damages,
including reasonable attorneys' fees, from any and all claims arising from any such
reuse. Any such verification and adaptation by the Engineer and the Owner will entitle
the Engineer to further compensation at rates to be agreed upon by the user and the
Engineer and the Owner. All models are the property of the Owner.
I
FY002255 Hwy. 45 Bridge 00700- 6 ,
I
THE ENGINEER
26. AUTHORITY OF THE ENGINEER
The Engineer shall be the Owner's representative during the construction period. His
' authority and responsibility shall be limited to the provisions set forth in these Contract
Documents. The Engineer shall have the authority to reject Work and material which
does not conform to the Contract Documents. However, neither the Engineer's
authority to act under this provision, nor any decision made by him in good faith either
to exercise or not to exercise such authority, shall give rise to any duty or responsibility
of the Engineer to the Contractor, any Subcontractor, their respective Sureties, any of
their agents or employees, or any other person performing any of the Work.
27. DUTIES AND RESPONSIBILITIES OF THE ENGINEER
The Engineer will make periodic visits to the site of the Project to observe the progress
' and quality of the Work and to determine, in general, if the Work is proceeding in
accordance with the intent of the Contract Documents. He shall not be required to make
comprehensive or continuous inspections to check quality or quantity of the Work, and
he shall not be responsible for construction means, methods, techniques, sequences, or
procedures, or for safety precautions and programs in connection with the Work. Visits
and observations made by the Engineer shall not relieve the Contractor of his obligation
Ito conduct comprehensive inspections of the Work and to furnish materials and perform
acceptable Work, and to provide adequate safety precautions, in conformance with the
intent of the Contract.
The Engineer will make decisions, in writing, on all claims of the Owner or the
Contractor arising from interpretation or execution of the Contract Documents. Such
decision shall be necessary before the Contractor can receive additional money under
the terms of the Contract. Changes in Work ordered by the Engineer will be made in
compliance with the Article titled, ALTERATIONS - CHANGES IN WORK.
I
Li
Li
H
I
One or more construction observers may be assigned to observe the Work for
compliance with the Contract Documents and to act in matters of construction under
this Contract. It is understood that such Construction observers shall have the power
to issue instructions and make decisions within the limitations of the authority of the
Engineer. The Contractor shall furnish all reasonable assistance required by the
Engineer or construction observer for proper review of the Work.
IFY002255 Hwy. 45 Bridge 00700-7
Construction observers shall not have the power or authority to delete, increase, modify
or otherwise change the requirements of the Contract Documents. The above -
mentioned
observation shall not relieve the Contractor of his obligations to conduct
comprehensive inspections of the Work and to furnish materials and perform acceptable
Work and to provide adequate safety precautions, in conformance with the intent of the '
Contract.
28. REJECTED MATERIAL
Any material condemned or rejected by the Engineer or his authorized construction
observer because of nonconformity with the Contract Documents shall be removed at
once from the vicinity of the Work by the Contractor at his own expense, and the same
shall not be used on the Work.
29. UNNOTICED DEFECTS
Any defective Work or material that may be discovered by the Engineer before the final
acceptance of Work, or before final payment has been made, or during the guarantee
period, shall be removed and replaced by Work and materials which shall conform to
the provisions of the Contract Documents. Failure on the part of the Engineer to
rights and remedies at law against the Contractor and its surety for correction of any and
all latent defects discovered after the guarantee period.
condemn or reject bad or
inferior Work
or materials shall not be
construed
to
imply
acceptance
of such Work
or materials.
The Owner shall reserve
and retain
all
of its
30. RIGHT TO RETAIN IMPERFECT WORK
If any part or portion of the Work done or material furnished under this Contract shall
prove defective and not in accordance with the Drawings and Specifications, and if the
imperfection in the same shall not be of sufficient magnitude or importance as to make
the Work dangerous or unsuitable, or if the removal of such Work will create conditions
which are dangerous or undesirable, the Owner shall have the right and authority to
retain such Work but shall make such deductions in the final payment therefore as may
be just and reasonable. The Owner shall also have the option to require, at no added
cost to the Owner, extended warranties, maintenance bonds, or other remedies to
provide for repair or reconstruction of imperfect Work.
31. LINES AND GRADES '
The Contractor shall stake -out Work for this Contract and set the lines and grades
necessary to complete the Work and shall keep the Engineer informed a reasonable time
in advance of the times and places at which he wishes to do Work in order that the
Engineer may review the lines and grades set by the Contractor and in order that the ,
Engineer may make the necessary measurements for payment to the Contractor.
FY002255 Hwy. 45 Bridge 00700 - 8 '
I
All stakes, marks, and other information shall be carefully preserved by the Contractor,
and in case of their careless or unnecessary destruction or removal by him or his
employees, such stakes, marks, and other information will be replaced at the
Contractor's expense.
' Figured dimensions, when given in the Drawings, shall be accurately followed, even
though they may differ from scaled measurements. No Work shown on the Drawings,
' the dimensions of which are not figured, shall be executed until instructions have been
obtained from the Engineers as to the dimensions to be used. Large-scale and full-size
drawings shall be followed in preference to small-scale drawings. The Engineer will
' provide the Contractor with bench marks to be used to establish grades and will also
provide a baseline to be used to establish the proper lines. All Work done under this
Contract shall be done to the lines and grades shown on the Drawings. The Contractor
' shall stake -out Work for this Contract and set the lines and grades necessary to
complete the Work and shall keep the Engineer informed a reasonable time in advance
of the times and places at which he wishes to do Work in order that the Engineer may
review the lines and grades set by
the
Contractor
and
in order that the Engineer may
'
make the necessary measurements
for
payment to
the
Contractor.
' The Contractor shall furnish without charge competent persons from his force and such
tools, stakes, surveying instruments, and other materials as the Engineer may require
for reviewing the Contractor's stake -out of the Work and in making measurements for
' payment estimates or for surveys to establish temporary or permanent reference marks
in connection with said Work.
I
I
I
I
I
I
I
Any Work done without lines, grades, and levels being reviewed by the Engineer, or
other representative of the Engineer, may be ordered removed and replaced at the
Contractor's cost and expense. The Contractor shall carefully preserve all monuments,
bench marks, reference points, and stakes, and in case of willful or careless destruction
of the same, he will be charged with the resulting expense of replacement and shall be
responsible for any mistakes or loss of time that may be caused by their unnecessary
loss or disturbance. In the event that the stakes and marks placed by the Engineer are
destroyed through carelessness on the part of the Contractor, and that the destruction
of these stakes and marks causes a delay in the Work, the Contractor shall have no
claim for damages or extensions of time. In the case of any permanent monuments or
bench marks which must of necessity be removed or disturbed in the construction of the
Work, the Contractor shall carefully protect and preserve the same until they can be
properly referenced and relocated. The Contractor shall also furnish at his own expense
such materials and assistance as are necessary for the proper replacement of monuments
or bench marks that have been moved or destroyed.
' FY002255 Hwy. 45 Bridge
00700 -9
32. SHOP DRAWING SUBMITTAL PROCEDURE '
The Contractor shall submit a sufficient number of copies to allow the Engineer to '
retain four copies (2 for himself; 2 for the Owner) for review, such shop drawings,
electrical diagrams, and catalog cuts for fabricated items and manufactured items
(including mechanical and electrical equipment) required for construction, except as
noted below.
Should the Contractor fail to submit acceptable shop drawings on the second submittal,
one copy will be returned to him and the cost of the Engineer's time to review
subsequent submittals on the unacceptable item will be deducted from the Contractor's
monthly payment invoice. Shop drawings shall be submitted in sufficient time to allow
the Engineer not less than 20 regular working days per submittal for examining the shop
drawings.
These shop drawings shall be accurate, distinct, and complete and shall contain all
required information, including satisfactory identification of items, units, and
assemblies in relation to the Contract Drawings and Specifications.
Unless otherwise approved by the Engineer, shop drawings shall be submitted only by
the Contractor, who shall indicate by a signed stamp on the shop drawings, or other
approved means, that he (the Contractor) has checked the shop drawings, and that the
Work shown is in accordance with Contract requirements and has been checked for
dimensions and relationship with Work of all other trades involved.
The practice of submitting incomplete or unchecked shop drawings for the Engineer to
correct or finish will not be acceptable, and shop drawings which, in the opinion of the
Engineer, clearly indicate that they have not been checked by the Contractor will be
considered as not complying with the intent of the Contract Documents and will be
returned to the Contractor for resubmission in the proper form.
When the shop drawings have been reviewed by the Engineer, two (2) sets of submittals ,
will be returned to the Contractor appropriately stamped. If major changes or
corrections are necessary, the shop drawing may be rejected and one (1) set will be
returned to the Contractor with such changes or corrections indicated, and the '
Contractor shall correct and resubmit the shop drawings in quadruplicate, unless
otherwise directed by the Engineer. No changes shall be made by the Contractor to ,
resubmitted shop drawings other than those changes indicated by the Engineer, unless
such changes are clearly described in a letter accompanying the resubmitted shop
drawings.
I
FY002255 Hwy. 45 Bridge 00700 - 10 ,
I
I
I
I
I
Li
[1
I
I
I
I
I
I
I
I
I
The review of such shop drawings and catalog cuts by the Engineer shall not relieve the
Contractor from responsibility for correctness of dimensions, fabrication details, and
space requirements or for deviations from the Contract Drawings or Specifications
unless the Contractor has called attention to such deviations in writing by a letter
accompanying the shop drawings and the Engineer approves the change or deviation in
writing at the time of submission; nor shall review by the Engineer relieve the
Contractor from the responsibility for errors in the shop drawings. When the Contractor
does call such deviations to the attention of the Engineer, the Contractor shall state in
his letter whether or not such deviations involve any deduction or extra cost adjustment.
33. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS
The Engineer will furnish, with reasonable promptness, additional instructions by
means of drawings or otherwise, if, in the Engineer's opinion, such are required for the
proper execution of the Work. All such drawings and instructions will be consistent
with the Contract Documents, true developments thereof, and reasonably inferable
therefrom.
THE CONTRA CTOR A ND HIS EMPLOYEES
34. INDEPENDENT CONTRACTOR
The Contractor shall perform all Work under this Contract as an Independent Contractor
and shall not be considered as an agent of the Owner or of the Engineer, nor shall the
Contractor's subcontractors or employees be subagents of the Owner or of the Engineer.
The Contractor shall employee only employees who are competent and skillful in their
respective line of work, and local labor shall be given preference. Whenever the
Engineer or the Owner notify the Contractor that any person on this work is, in their
opinion, incompetent, disorderly, or refuses to carry out the provisions of this Contract,
or uses threatening or abusive language to any person representing the Owner on the
work or is otherwise unsatisfactory, such person shall be immediately discharged from
the Project and shall not be re-employed thereon except with the consent of the
Engineer by the Owner.
35. SUBCONTRACTING
Within 30 days after the execution of the Contract, the Contractor shall submit to the
Engineer the names of all subcontractors proposed for the Work, including the names
of any subcontractors that were submitted with the Bid. The Contractor shall not
employ any subcontractors that the Engineer may object to as lacking capability to
properly perform Work of the type and scope anticipated. No changes will be allowed
from the approved subcontractor list without written approval of the Engineer.
IFY002255 Hwy. 45 Bridge
00700- 1 l
I
The Contractor agrees that he is as fully responsible to the Owner for the acts and
omissions of his subcontractors and of persons either directly or indirectly employed by
them as he is for the acts and omissions of persons directly employed by him.
Nothing contained in the Contract Documents shall create any contractual relation
between any subcontractor and the Owner.
36. INSURANCE AND LIABILITY
A. GENERAL '
The Contractor shall provide (from insurance companies acceptable to the Owner) the
insurance coverage designated hereinafter and pay all costs.
Before execution of the Contract, Contractor shall furnish the Owner with complete
copies of all certificates of insurance specified herein showing the type, amount, class
of operations covered, effective dates, and date of expiration of policies. Each
certificate shall contain a provision or endorsement that the coverage afforded will not
be canceled, materially changed, or renewal refused until at least thirty days prior
written notice has been given to the Owner.
In case of the breach of any provision of this Article, the Owner, at his option, may take
out and maintain, at the expense of the Contractor, such insurance as the Owner may
deem proper and may deduct the cost of such insurance from any monies which may be
due or become due the Contractor under this Contract.
All insurance contracts and certificates shall be executed by a licensed resident agent
of the insurance company, having his place of business in the State of Arkansas, and in
all ways complying with the insurance laws of the State of Arkansas. Further, the said
insurance company shall be duly licensed and qualified to do business in the State of
Arkansas.
B. CONTRACTOR AND SUBCONTRACTOR INSURANCE I
The Contractor shall not execute the Contract or commence Work under this Contract
until he has obtained all the insurance required hereunder and such insurance has been
reviewed and approved by the Owner, nor shall the Contractor allow any subcontractor
to commence Work on his subcontract until insurance specified below has been
obtained. Review of the insurance by the Owner shall not relieve or decrease the
liability of the Contractor hereunder.
C. COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE '
The Contractor shall maintain during the life of this Contract the statutory Workmen's
Compensation, in addition, Employer's Liability Insurance in an amount not less than
$100,000 for each occurrence, for all of his employees to be engaged in Work on the
Project under this Contract and, in case any such Work is sublet, the Contractor shall
require the subcontractor similarly to provide Workmen's Compensation and
FY002255 Hwy. 45 Bridge 00700- 12 1i
I
Employer's Liability Insurance for all of the latter's employees to be engaged in such
Work. Where Work under this Contract includes any water or navigational exposure,
coverage shall be included to cover the Federal Longshoremen's and Harborworker's
Act and the Federal Jones Act when applicable. Employer's Liability Insurance shall
be extended to include waiver of subrogation to the Owner.
' D. GENERAL LIABILITY INSURANCE
' The Contractor shall maintain during the life of this Contract such independent
contractor's general liability, completed operations and products liability, and
' automobile liability insurance as will provide coverage for claims for damages for
personal injury, including accidental death, as well as for claims for property damage,
which may arise directly or indirectly from performance of the Work under this
' Contract. The general liability policy should also specifically ensure the contractual
liability assumed by the Contractor under Article Indemnification.
' Coverage for property damage shall be on a "broad form" basis with no exclusions for
"X, C, and U." The certificate of insurance shall explicitly waive X, C, and U
exclusions. Amount of insurance to be provided shall be as shown below:
1) Contractor's Comprehensive General Liability Insurance
General Aggregate: Not less than $2,000,000
Completed Operations Aggregate: Not less than $2,000,000
Each Occurrence of Personal Injury or Property Damage: Not less than
$1,000,000 Combined Single Limit
2) Contractor's Comprehensive Automobile Liability nsurance
Shall include Personal Injury and Property Damage coverage for "Any Auto",
' "Hired Autos", and "Non -Owned Auto" at a Combined Single Limit of not less
than $1,000,000.
3) Contractor's Excess Umbrella Polio $1,000,000 limit of liability policy shall
be provided.
' In the event any Work under this Contract is performed by a subcontractor, the
Contractor shall be responsible for any liability directly or indirectly arising out of the
' Work performed under this Contract by a subcontractor, which liability is not covered
by the subcontractor's insurance.
' The Contractor's and any subcontractor's general liability and automobile liability
insurance policies shall include the Owner and Engineer, their officers, agents, and
employees as additional insureds for any claims arising out of Work performed under
' this Contract. Certificates of insurance shall explicitly name the Owner and Engineer
as additional insureds. Inclusion of either party as "certificate holder" does not meet
this requirement.
IFY002255 Hwy. 45 Bridge 00700 - 13
I
E. PROPERTYINSURANCE
Unless otherwise modified in the Supplementary Conditions, the Contractor shall ,
secure and maintain during the life of this Contract, property insurance upon the Work
at the site in the amount of the full replacement cost thereof. This insurance shall:
1) include the interests of the Contractor, subcontractors, and the Owner as such
interests may appear;
2) be written on a Builder's Risk "all risk" or open peril or special causes of loss
policy form that shall at least include insurance for physical loss or damage to the
Work, temporary facilities, falsework, and Work in transit. The policy shall insure
against at least the following perils: fire, lightning, theft, vandalism and malicious
mischief, earthquake, collapse, debris removal occasioned by enforcement of Laws and
Regulations, water damage, and other such perils as may be specifically required by the
Supplementary Conditions or Basic Requirements;
3) include expenses incurred in the repair, replacement, redesign, or reinspection of ,
any insured property; and
4) cover materials and equipment stored at the site, or at another location that was
agreed to in writing by the Owner, prior to being incorporated in the Work.
F. OWNER'S AND CONTRACTOR'S PROTECTIVE LIABILITY INSURANCE (OCP 1
INSURANCE)
The Contractor shall, at his expense, provide the Owner with a separate OCP Insurance '
Policy naming the Owner.as the Insured and the Engineer as Additional Insured under
that policy, said policy to protect said parties from claims which may arise from
operations under the Contract. It is understood that the coverage shall apply to all
authorized representatives of the said parties. The limits of policy coverage shall be:
General Aggregate: Not less than $2,000,000
Each Occurrence of Personal Injury or Property Damage: Not less than $1,000,000
Combined Single Limit
G. INSURANCE COVERAGE FOR SPECIAL CONDITIONS
When the construction is to be accomplished within a public or private right-of-way
requiring special insurance coverage, the Contractor shall conform to the particular
requirements and provide the required insurance. The Contractor shall include in his
liability policy all endorsements that the said authority may require for the protection
of the authority, its officers, agents, and employees. Insurance coverage for special
conditions, when required, shall be provided as set forth in the Supplementary
Conditions.
[I
FY002255 Hwy. 45 Bridge 00700 - 14 ,
In carrying out
any
of the
provisions hereof in exercising any authority granted by the
Contract, there
will
be no
personal liability upon any public official.
The Contractor shall indemnify and hold harmless the Owner, the Engineer, and their agents
and employees from and against damages, losses, and expenses including attorneys' fees, up to
the amount of the Contract price, arising out of or resulting from the performance of the Work,
provided that any such claim, damage, loss or expense (1) is attributable to bodily injury,
sickness, disease, or death, or to injury or to destruction of tangible property (other than the
Work itself), including the loss of use resulting therefrom, and (2) is caused in whole or in part
by any act or omission of the Contractor, any subcontractor, anyone directly or indirectly
employed by any of them or anyone for whose acts any of them may be liable, provided that
such claims, damages, losses, and expenses are not approximately caused by the negligence of
any indemnitee in the design, or by the sole negligence of any indemnitee in the inspection of
the Work that is the subject of this construction Contract.
In any and all claims against the Owner, the Engineer, or any of their agents or employees by
any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by
any of them or anyone for whose acts any of them may be liable, the indemnification obligation
under this Article shall not be limited in any way by any limitation on the amount or type of
damages, compensation, or benefits payable by or for the Contractor or any subcontractor under
Workmen's Compensation Acts, Disability Benefit Acts, or other Employee Benefit Acts.
The Contractor shall withhold and pay any and all sales and use taxes, including any and all
change of taxes thereof, and all withholding taxes, whether state or federal, and pay all Social
Security charges and also all State Unemployment Compensation charges, and pay or cause to
be withheld, as the case may be, any and all taxes, charges, or fees or sums whatsoever, which
are now or may hereafter be required to be paid or withheld under any laws.
ORDINANCES, PERMITS, AND LICENSES
The Contractor shall keep himself fully informed of all local ordinances, as well as state and
federal laws, which in any manner affect the Work herein specified. The Contractor shall at all
times comply with said ordinances, laws, and regulations, and protect and indemnify the
Owner,
the Engineer and
their
respective
employees, and
its
officers and agents against any
claim or liability arising
from
or based
on the violation
of
any such laws, ordinances, or
regulations up to the amount of the Contract Price.
for prosecution and completion of the
unless otherwise specified.
All
permits,
licenses,
and
inspection fees
'ork
shall be
secured
and
paid for by the
The Contractor shall
observe and comply with
all applicable local,
state, and federal
occupational safety and
health regulations during the
prosecution of Work
under this Contract.
I
In addition, full compliance by the Contractor with the U. S. Department of Labor's
Occupational Safety and Health Standards, as established in Public Law 91-596, will be
required under the terms of this Contract.
40.
SUPERINTENDENCE ,
The Contractor shall keep on the Work, during its progress, competent supervisory personnel.
The Contractor shall designate, in writing, before starting Work, one authorized representative
who shall have complete authority to represent and to act for the Contractor. The Contractor
shall give efficient supervision to the Work, using his best skill and attention. The Contractor
shall be solely responsible for all construction means, methods, techniques, and procedures, and
for providing adequate safety precautions and coordinating all portions of the Work under the
Contract. It is specifically understood and agreed that the Engineer, its employees and agents,
shall not have control or charge of and shall not be responsible for the construction means,
methods, techniques, procedures, or for providing adequate safety precautions in connection
with the Work under the Contract.
41. RECEPTION OF ENGINEER'S DIRECTIONS
The superintendent, or other duly authorized representative of the Contractor, shall represent
the Contractor in all directions given to him by the Engineer. Such directions of major
importance will be confirmed in writing. Any direction will be so confirmed, in each case, on
written request from the Contractor.
42. SANITATION
Sanitary conveniences conforming to state and local codes shall be erected and maintained by I
the Contractor at all times while workers are employed on the Work. The sanitary convenience
facilities shall be as approved by the Engineer.
43. EMPLOYEES
The Contractor shall employ only men or women who are competent and skillful in their ,
respective line of work. Whenever the Engineer or Owner shall notify the Contractor that any
person on the Work is, in their opinion, incompetent, unfaithful, or disorderly or refuses to carry
out the provisions of this Contract or uses threatening or abusive language to any person
representing the Owner on the Work, or is otherwise unsatisfactory, such person shall be
immediately discharged from the Project and shall not be re-employed thereon except with the
consent of the Engineer by the Owner.
44. PROJECT MEETINGS
The Engineer may conduct Project meetings, as he deems necessary, for the purposes of
discussing and resolving matters concerning the various elements of the Work. Time and place
for these meetings and the names of persons required to be present shall be as directed by the
Engineer. Contractor shall comply with these attendance requirements and shall also require
his subcontractors to comply.
FY002255 Hwy. 45 Bridge 00700- 16 1
[]
' 45. SAFETY
The Contractor shall be solely and completely responsible for conditions of the job site,
including safety of all persons (including employees) and property during performance of the
Work. This requirement shall apply continuously and not be limited to normal working hours.
Safety provisions shall conform to U. S. Department of Labor (OSHA); the State Labor
Department Laws; all other applicable federal, state, county, and local laws, ordinances, and
codes; the requirements set forth below; and any regulations that may be detailed in other parts
of these Documents. Where any of these are in conflict, the more stringent requirement shall
be followed. The Contractor's failure to thoroughly familiarize himself with the aforementioned
safety provisions shall not relieve him from compliance with the obligations and penalties set
forth herein.
' The Contractor shall develop and maintain for the duration of this Contract, a safety program
that will effectively incorporate and implement all required safety provisions. The Contractor
shall appoint an employee who is qualified and authorized to supervise and enforce compliance
' with the safety program.
The duty of the Engineer to conduct construction review of the Contractor's performance is not
' intended to include
a review or approval
of the adequacy
of the Contractor's safety supervisor,
the safety program,
or any safety measures
taken in, on,
or near the construction site.
' The Contractor, as a part of his safety program, shall maintain at his office or other well-known
place at the job site, safety equipment applicable to the Work as prescribed by the
aforementioned authorities, all articles necessary for giving first aid to the injured, and shall
' establish the procedure for the immediate removal to a hospital or a doctor's care of persons
(including employees) who may be injured on the job site.
' If death or serious injuries or serious damages are caused, the accident shall be reported
immediately by telephone or messenger to both the Engineer and the Owner. In addition, the
Contractor must promptly report in writing to the Engineer all accidents whatsoever arising out
of, or in connection with, the performance of the Work whether on, or adjacent to, the site,
giving full details and statements of witnesses.
' If a claim is made by anyone against the Contractor or any subcontractor on account of any
accident, the Contractor shall promptly report the facts in writing to the Engineer, giving full
details of the claim.
46. CONTRACTOR'S TOOLS AND EQUIPMENT
The Contractor's tools and equipment used on the Work shall be furnished in sufficient quantity
and of a capacity and type that will safely perform the Work specified, and shall be maintained
and used in a manner that will not create a hazard to persons or property, or cause a delay in the
progress of the Work.
1
IFY002255 Hwy. 45 Bridge 00700- 17
I
47. PROTECTION OF WORK AND PROPERTY '
The Contractor shall at all times safely guard the Owner's property from injury or loss in '
connection with this Contract. The Contractor shall at all times safely guard and protect from
damage his own Work, and that of adjacent property (as provided by law and the Contract
Documents). All passageways, guard fences, lights, and other facilities required for protection
by federal, state, or municipal laws and regulations and local conditions, must be provided and
maintained. '
The Contractor shall protect his Work and materials from damage due to the nature of the
Work, the elements, carelessness of other Contractors, or from any cause whatever until the
completion and acceptance of the Work. All loss or damages arising out of the nature of the
Work to be done under these Contract Documents, or from any unforeseen obstruction or
defects which may be encountered in the prosecution of the Work, or from the action of the
elements, shall be sustained by the Contractor.
In addition, the Contractor shall take special precautions to prevent the "flotation" of all tanks
and structures prior to their final acceptance and filling for beneficial use. The Contract price
shall include all costs associated with such special precautions.
Also, the Contractor shall not load or permit any part of any structure to be loaded with a
weight that will endanger its safety or its structural integrity.
48. RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY
In case of an emergency which threatens loss or injury of property, and/or safety of life, the I
Contractor shall act, without previous instructions from the Owner or Engineer, as the situation
may warrant. The Contractor shall notify the Engineer thereof immediately thereafter. Any
claim for compensation by the Contractor, together with substantiating documents in regard to
expense, shall be submitted to the Owner through the Engineer and the amount of compensation
shall be determined by agreement.
49. MATERIALS AND APPLIANCES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, '
tools, equipment, light, power, transportation, and other facilities necessary for the execution
and completion of the Work.
Unless otherwise specified, all materials shall be new, and both workmanship and materials
shall be of good quality. The Contractor shall, if required, furnish satisfactory evidence as to
the kind and quality of materials.
In selecting and/or approving equipment for installation in the Project, the Owner and Engineer
assume no responsibility for injury or claims resulting from failure of the equipment to comply
with applicable national, state, and local safety codes or requirements, or the safety
requirements of a recognized agency, or failure due to faulty design concepts, or defective
workmanship and materials.
FY002255 Hwy. 45 Bridge 00700- 18 ,
Li
50. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY,
OSHA, AND OTHER CODE REQUIREMENTS
The completed Work shall include all necessary permanent safety devices, such as machinery
guards and similar ordinary safety items required by the state and federal (OSHA) industrial
authorities and applicable local and national codes. Further, any features of the Work
(including Owner -selected equipment) subject to such safety regulations shall be fabricated,
furnished, and installed in compliance with these requirements. Contractors and manufacturers
' of equipment shall beheld responsible for compliance with the requirements included herein.
Contractors shall notify all equipment suppliers and subcontractors of the provisions of this
Article.
51. SUBSTITUTION OF MATERIALS
Except for Owner -selected equipment items and items where no substitution is clearly
specified, whenever any material, article, device, product, fixture, form, type of construction,
or process is indicated or specified by patent or proprietary name, by name of manufacturer, or
' by catalog number, such specifications shall be deemed to be used for the purpose of
establishing a standard of quality and facilitating the description of the material or process
desired. This procedure is not to be construed as eliminating from competition other products
' of equal or better quality by other manufacturers where fully suitable in design, and shall be
deemed to be followed by the words "or equal". The Bidder may, in such cases, submit
complete data to the Engineer (with his Bid, as stipulated hereinbefore) for consideration of
'
another material, type, or process which shall be substantially equal in every respect to that so
indicated or specified. Substitute materials shall not be used unless approved in writing. The
' Owner or his authorized agent will be the sole judge of the substituted article or material.
52. TESTS, SAMPLES, AND INSPECTIONS
The Contractor shall furnish, without extra charge, the necessary test pieces and samples,
including facilities and labor for obtaining the same, as requested by the Engineer. When
' required, the Contractor shall furnish certificates of tests of materials and equipment made at
the point of manufacture by a recognized testing laboratory.
' The Owner, Engineer, authorized government agents, and their representatives shall at all times
be provided safe access to the Work wherever it is in preparation or progress, and the
Contractor shall provide facilities for such access and for inspection, including maintenance of
temporary and permanent access.
If the Specifications, the Engineer's instructions, laws, ordinances, or any public authority
' require any Work to be specially tested or approved, the Contractor shall give timely notice of
its readiness for inspection. Inspections to be conducted by the Engineer will be promptly
made, and where practicable, at the source of supply. If any Work should be covered up
' without approval or consent of the Engineer, it shall be uncovered for examination at the
Contractor's expense.
I
IFY002255 Hwy. 45 Bridge 00700- 19
I
I
53. ROYALTIES AND PATENTS
The Contractor shall pay all royalty and license fees, unless otherwise specified. The
Contractor shall defend all suits or claims for infringement of any patent rights and shall save
the Owner and the Engineer harmless from any and all loss, including reasonable attorneys'
fees, on account thereof, up to the amount of the Contract Price.
54. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT ,
If the Work should be stopped under an order of any court or other public authority for a period
of more than 3 months, through no act or fault of the Contractor, its Subcontractors, or
respective employees or agents, then the Contractor may, upon 15 days' written notice to the
Owner and the Engineer, if said default has not been cured, stop Work or terminate this '
Contract and recover from the Owner payment for the reasonable value of Work performed.
55. CORRECTION OF DEFECTIVE WORK FOUND DURING WARRANTY PERIOD
The Contractor hereby agrees to make, at his own expense, all repairs or replacements
necessitated by defects in materials or workmanship, supplied under terms of this Contract, and
pay for any damage to other works resulting from such defects, which become evident within
1 year after the date of final acceptance of the Work or within 1 year after the date of substantial
completion established by the Engineer for specified items of equipment, or within such longer
period of time as may be prescribed by law or by the terms of any applicable special guarantee
required by the Contract Documents. The Contractor further assumes responsibility for a
similar guarantee for all Work and materials provided by subcontractors or manufacturers of
packaged equipment components. -
The effective date for the start of the guarantee or warranty period for equipment qualifying as
substantially complete is defined in Article 16, SUBSTANTIAL COMPLETION, and Article
67, SUBSTANTIAL COMPLETION DATE, in these General Conditions. The Contractor also
agrees to hold the Owner and the Engineer harmless from liability of any kind arising from
damage due to said defects. The Contractor shall make all repairs and replacements promptly
upon receipt of written order for same from the Owner.
If the Contractor fails to make the repairs and replacements promptly, the Owner may do the
Work, and the Contractor and his Surety shall be liable for the cost thereof. Any additional
requirements for the Project relative to correction of defective Work after final acceptance are
set forth in the Supplementary Conditions.
PROGRESS OF THE WORK ,
56. BEGINNING OF THE WORK '
Before Work shall be started and materials ordered, the Contractor shall meet and consult with
the Owner and/or Engineer relative to materials, equipment, and all arrangements for
prosecuting the Work.
FY002255 Hwy. 45 Bridge 00700-20 1
I
57. SCHEDULES AND PROGRESS REPORTS
' The Contractor shall submit to the Owner such schedule of quantities and costs, progress
schedules, payrolls, reports, records, and other data as the Owner may request concerning Work
performed or to be performed under this Contract.
Construction Schedule Requirements: The Contractor shall comply with the following
requirements concerning construction scheduling and payments:
' The Contractor shall submit a construction schedule of the bar graph type (or other
approved type) prior to the preconstruction conference showing the following
information as a minimum:
' a. Date of Notice to Proceed with Contract Work.
b. Actual date construction is scheduled to start if different from the date of Notice
Ito Proceed.
c. Contract completion date.
' d. Beginning and completion dates for each phase of Work.
' e. The dates at which special detail drawings are required.
f. Respective dates for submission of shop drawings and the beginning of
' manufacture, the testing of, and the installation of materials, supplies, and
equipment.
g. All construction milestone dates.
h. A separate graph showing Work placement in dollars versus Contract time.
' The schedule shall incorporate approved Contract changes. The schedule shall be maintained
in an up-to-date condition monthly and shall be available for inspection at the construction site
at all times.
' The construction schedule shall be submitted in conjunction with and/or in addition to any other
requirements concerning schedules within these Specifications.
' The construction schedule shall be updated and submitted with each monthly request for
payment. Should the Contractor fall -behind said schedule, he shall present in writing to the
owner a revised plan of action to complete the project on time. Methods may include, but are
' not limited to additional manpower, equipment, working overtime, etc.. As may be required.
Also, the construction schedule shall be revised accordingly. Failure to submit such revised
construction schedule and written explanation shall be reason to withhold payment entirely or
reduce payment substantially.
IFY002255 Hwy. 45 Bridge 00700-21
I
58.
PROSECUTION OF THE WORK ,
It is expressly understood and agreed that the time of beginning, rate of progress, and time of '
completion of the Work are the essence of this Contract. The Work shall be_prosecuted at such
time, and in or on such part or parts of the Project as may be required, to complete the Project
as contemplated in the Contract Documents and the approved construction schedule.
Regular Work hours shall be from 7:00 a.m. to 6:00 p.m. Monday through Friday. No Work
requiring the presence of the Engineer's representative will be performed outside of regular
Work hours.
The cost of additional engineering services will be based upon actual hours worked (labor cost 1
x 3) plus out-of-pocket expenses such as lodging, mileage, materials, etc. Otherwise, the
Contractor may perform clean-up work only outside of regular hours (including Saturdays and
Sundays). No Work will be accomplished on holidays.
59. ASSIGNMENT I
Neither party to the Contract shall assign the Contract or sublet it as a whole, without the
written consent of the other, nor shall the Contractor assign any monies due or to become due
to him hereunder without the previous written consent of the Owner.
60. OWNER'S RIGHT TO DO WORK '
If the Contractor should, in the opinion of the Engineer, neglect to prosecute the Work properly
or should neglect or refuse at his own cost to take up and replace Work as shall have been
rejected by the Engineer, then the Owner shall notify the Surety of the condition, and after 10
days' written notice to the Contractor and the Surety, or without notice if an emergency or
danger to the Work or public exists, and without prejudice to any other right which the Owner
may have under the Contract, take over that portion of the work which has been improperly
executed or uncompleted, and make good the deficiencies and deduct the cost thereof from the
payments then or thereafter due the Contractor, and if such payments are not sufficient thereof, ,
charge the cost to the Contractor and its surety.
61. OWNER'S RIGHT TO TRANSFER EMPLOYMENT '
If the Contractor should abandon the Work or should be adjudged bankrupt, or if he should
make a general assignment for the benefit of his creditors, or if a receiver should be appointed
on account of his insolvency, or if he should persistently or repeatedly refuse or should fail,
except in cases for which extension of time is provided, to supply enough properly skilled
workers or proper materials, or if he should fail to make prompt payment to subcontractors for
material or labor, or persistently disregard laws, ordinances, or the instructions of the Engineer,
or otherwise be guilty of a substantial violation of any provision of the Contract or any laws or
ordinance. The Owner may, without prejudice to any other right or remedy, and after giving
the Contractor and Surety 7 days' written notice, transfer the employment for said Work from
the Contractor to the Surety. Upon receipt of such notice, such Surety shall enter upon the
premises and take possession of all materials, tools, and appliances thereon for the purpose of
FY002255 Hwy. 45 Bridge 00700-22 '
I
' completing the Work included under this Contract and employ, by Contract or otherwise, any
qualified person or persons to finish the Work and provide the materials therefore, in
accordance with the Contract Documents, without termination of the continuing full force and
' effect of this Contract.
In case of such transfer of employment to such Surety, the Surety shall be paid in its own name
Ion estimates according to the terms hereof without any right of the Contractor to make any
claim for the same or any part thereof
If after the furnishing of said written notice to the Surety, the Contractor and the Surety still fail
to make reasonable progress on the performance of the Work, the Owner may terminate the
employment of the Contractor and take possession of the premises and of all materials, tools,
and appliances thereon and finish the Work by whatever method he may deem expedient and
charge the cost thereof to the Contractor and Surety. In such case, the Contractor shall not be
entitled to receive any further payment until the Work is finished. If the expense of completing
the Contract, including compensation for additional managerial and administrative services,
shall exceed such unpaid balance, the Contractor and the Surety shall pay the difference to the
Owner.
62. OWNER'S RIGHT TO SUSPEND OR TERMINATE WORK
Owner may suspend work under the following conditions:
' At any time and without cause, Owner may suspend the Work or any portion thereof for a
period of not more than ninety days by notice in writing to Contractor and Engineer which will
fix the date on which Work will be resumed. Contractor shall resume the Work on the date so
fixed. Contractor shall be allowed an adjustment in the Contract Price or an extension of the
Contract Times, or both, directly attributable to any such suspension if Contract makes an
approved claim therefor as provided in per the General Conditions.
Owner may terminate:
' Upon the occurrence of any one or more of the following events:
1. 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
in the Contract Documents.
2. If Contractor disregards Laws or Regulations of any public body having jurisdiction.
3. If Contractor disregards the authority of the Engineers.
' 4. If Contractor otherwise violates in any substantial way any provisions of the Contract
Documents.
' Owner may, after giving Contractor (and the surety, if any) seven 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
IFY002255 Hwy. 45 Bridge
00700-23
C1
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 all claims, costs, losses and
damages sustained by Owner arising out of or resulting from completing the Work such excess
will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid
balance, Contractor shall pay the difference to Owner. Such claims, costs, losses and damages
incurred by Owner will be reviewed by Engineer as to their reasonableness and when so
approved by Engineer incorporated in a Change Order, provided that when exercising any
rights or remedies under the paragraph Owner shall not be required to obtain the lowest price
for the Work performed.
Where Contractor's services have been so terminated by Owner, the termination will 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.
Upon seven days' written notice to Contractor and Engineer, Owner may, without cause and
without prejudice to any other right or remedy of Owner, elect to terminate the Contract. In
such case, Contractor shall be paid (without duplication of any items):
1. For completed and acceptable Work executed in accordance with the Contract
Documents prior to the effective date of termination, including fair and reasonable sums
for overhead and profit on such Work.
2. For expenses sustained prior to the effective date of termination in performing services ,
and furnishing labor, materials or equipment as required by the Contract Documents in
connection with uncompleted Work, plus fair and reasonable sums for overhead and
profit on such expenses. '
3. For all claims, costs, losses and damages incurred in settlement of terminated contracts
with Subcontractors, Suppliers and others.
4. For reasonable expenses directly attributable to termination.
Contractor shall not be paid on account of loss of anticipated profits or revenue or other
economic loss arising out of or resulting from such termination.
63.
DELAYS AND EXTENSION OF TIME '
If the Contractor is delayed in the progress of the Work by any separate Contractor employed
by the Owner, or by strikes, lockouts, fire, excessive adverse weather conditions not reasonably
anticipated (on the, basis of official weather records from the past ten years, minimum, from the
locality involved), or acts of God, the Contractor shall, within 48 hours of the start of the
occurrence, give written notice to the Owner of the cause of the potential delay and estimate
the possible time extension involved, and
within
7
days after
the cause of
delay
has been
remedied, the Contractor shall given written
notice
to
the Owner
of any actual
time
extension
requested as a result of the aforementioned occurrence; then the Contract time may be extended '
by Change Order for such reasonable time as the Engineer determines.
FY002255 Hwy. 45 Bridge 00700 - 24 1
I
' It is agreed that no claim shall be made or allowed for any damages which may arise out of any
delay caused by the above referenced acts or occurrences, other than claims for the appropriate
extension of time.
' No extension of time will be granted to the Contractor for delays occurring to parts of the Work
that have no measurable impact on the completion of the total Work under this Contract; nor
will extension of time be granted for delays to parts of Work that are not located on the critical
path if the Critical Path Method (CPM) is used for scheduling the Work.
' No extension of time will be considered for weather conditions normal to the area in which the
Work is being performed. Unusual weather conditions, if determined by the Engineer to be of
' a severity that would stop all progress of the Work, may be considered as cause for an extension
of Contract completion time. The Contractor shall provide official documentation of weather
conditions experienced versus those anticipated as described above.
' Delays in delivery of equipment or material purchased by the Contractor or his subcontractors
(including Owner -selected equipment) shall not be considered as a just cause for delay. The
Contractor shall be fully responsible for the timely ordering, scheduling, expediting, delivery,
and installation of all equipment and materials.
Within a reasonable period after the Contractor submits to the Owner a written request for an
extension of time, the Engineer will present his written opinion to the Owner as to whether an
extension of time is justified, and, if so, his recommendation as to the number of days for time
extension. The Owner will make the final decision on all requests for extension of time.
In no event shall the Contractor be entitled under this Contract to collect or recover any
' damages, loss, or expense incurred by any delay other than as caused by the Owner, as
stipulated in the Article titled, NOTICE OF CLAIM FOR DELAY.
1 64. LIQUIDATED DAMAGES
The Work shall begin at the time stated in the Notice to Proceed issued by the Owner to the
' Contractor and shall be completed within the number of consecutive calendar days, or by the
calendar date, stated in the accepted Bid and Contract. The time shall be computed from and
including the date stated in the Notice to Proceed. It is agreed that time is of the essence of this
' Contract.
' The Contractor agrees that said Work shall be prosecuted regularly, diligently, and
uninterruptedly at such rate or progress as will insure full completion thereof within the time
specified. It is expressly understood and agreed, by and between the Contractor and the Owner,
that the time for the completion of the Work described herein is a reasonable time for the
completion of the same, taking into consideration the average climatic range and usual
construction conditions prevailing in this locality.
' If the Contractor shall neglect, fail, or refuse to complete the Work within the time herein
specified, or any proper extension thereof granted by the Owner, then the Contractor does
' hereby agree, as a part consideration for the awarding of this Contract, a penalty put as
liquidated damages for such breach of Contract, as hereinafter set forth, for each and every
IFY002255 Hwy. 45 Bridge
00700 -25
I
calendar day that the Contractor shall be in default after the time stipulated in the Contract for
completing the Work.
The said amount is fixed and agreed upon by and between the Contractor and the Owner
because of the impracticability and extreme difficulty of fixing and ascertaining the actual
damages which the Owner would in such event sustain, and said amount shall be retained from
time to time by the Owner from current periodic pay estimates.
65. OTHER CONTRACTS '
The Owner reserves the right to award other Contracts in connection with the Work. The
Contractor shall afford other Contractors reasonable opportunity for the introduction and
storage of their materials and the execution of their Work and shall properly connect and
coordinate his Work with theirs.
If any part of the Work under this Contract depends on the prior acceptable completion of Work
by others under separate Contract(s), the Contractor shall inspect and promptly report to the
Engineer any defects in such Work that would adversely affect the satisfactory completion of
the Work under this Contract. The Contractor's failure to so inspect and report shall constitute
acceptance of the Work by others as being suitable for the proper reception and completion of
the Work under this Contract, excluding, however, those defects in the Work by others that
occur after the satisfactory completion of the Work specified hereunder
66. USE OF PREMISES '
The Contractor shall confine his equipment, the storage of materials, and the operation of his
workers to limits shown on the Drawings or indicated by law, ordinances, permits, or directions
of the Engineer, and shall not unreasonably encumber the premises with his materials. The
Contractor shall provide, at his own expense, the necessary rights -of -way and access to the
Work which may be required outside the limits of the Owner's property.
67. SUBSTANTIAL COMPLETION DATE I
The Engineer may, at his sole discretion, issue a written notice of substantial completion for the
purpose of establishing the starting date for specific equipment guarantees, and to establish the
date that the Owner will assume the responsibility for the cost of operating such equipment.
Said notice shall not be considered as final acceptance of any portion of the Work or relieve the
Contractor from completing the remaining Work within the specified time and in full
compliance with the Contract Documents.
Such substantial completion shall not relieve Contractor from liquidated damages should the '
Owner have added costs after the completion date, i.e., if additional construction observation,
interest paid, loss of revenue, or other expenses continue to be charged to the Owner.
Substantial completion of an operating facility shall be that degree of completion that will
provide a minimum of 7 continuous work days of successful operation in which all performance '
and acceptance testing has been successfully demonstrated to the Engineer. All equipment
FY002255 Hwy. 45 Bridge 00706-26 '
I
contained in the Work, plus all other components necessary to enable the Owner to operate the
facility in the manner that was intended, shall be complete on the substantial completion date.
See "SUBSTANTIAL COMPLETION" under Article DEFINITIONS, of these General
Conditions.
' 68. PERFORMANCE TESTING
Operating equipment and systems shall be performance tested in the presence of the Engineer
to demonstrate compliance with the specified requirements. Performance testing shall be
conducted under the specified design operating conditions or under such simulated operating
' conditions as recommended or approved by the Engineer. Schedule such testing with the
Engineer at least 1 week in advance of the planned date for testing.
LI
II
P1
I
I
69. OWNER'S USE OF PORTIONS OF THE WORK
The Owner shall have the right to take possession of and use any completed or partially
completed portions of the Work. Such use shall not be considered as final acceptance of any
portion of the Work, nor shall such use be considered as cause for an extension of the Contract
completion time, unless authorized by a Change Order issued by the Owner.
70. CUTTING AND PATCHING
The Contractor shall do all cutting, fitting, or patching of his Work that may be required to
make its several parts come together properly and fit it to receive or be received by Work of
other Contractors shown upon or reasonably implied by the Drawings. Any defective Work or
material, performed or furnished by the Contractor, that may be discovered by the Engineer
before the final acceptance of the Work or before final payment has been made, shall be
removed and replaced or patched, in a manner as approved by the Engineer at the expense of
the Contractor.
71. CLEANING UP
The Contractor shall, at all times, at his own expense, keep property on which Work is in
progress and the adjacent property free from accumulations of waste material or rubbish caused
' by employees or by the Work. Upon completion of the construction, the Contractor shall, at
his own expense, remove all temporary structures, rubbish, and waste materials resulting from
his operations.
PAYMENT
I
72. PAYMENT FOR CHANGE ORDERS
Payment or credit for any alterations covered by a Change Order shall be determined by one or
' a combination of the methods set forth in A, B, or C below as applicable:
I
IFY002255 Hwy. 45 Bridge 00700-27
I
A. UNIT PRICES. If applicable, those unit prices stipulated in the Bid, shall be utilized.
If such Unit Prices are not applicable, the Contractor and Owner may utilize Unit Prices '
as mutually agreed upon.
B. LUMP SUM. A total lump sum for the Work may be negotiated as mutually agreed
upon by the Contractor and Owner.
In "A" and "B" above, Contractor's quotations for Change Orders shall be in writing and firm
for a period of 90 days. Any compensation paid in conjunction with the terms of a Change
Order shall comprise total compensation due the Contractor for the Work or alteration defined
in the Change Order. '
By signing the Change Order, the Contractor acknowledges that the stipulated compensation
includes payment for the Work or alteration plus all payment for the interruption of schedules,
extended overhead, delay or any other impact claim or ripple effect, and by such signing
specifically waives any reservation or claim for additional compensation in respect to the
subject of the Change Order.
The Owner's request for quotations on alterations to the Work shall not be considered
authorization to proceed with the Work prior to the issuance of a formal Change Order, nor '
shall such request justify any delay in existing Work. Lump sum quotations for alterations to
the Work shall include substantiating documentation with an itemized breakdown of Contractor
and subcontractor costs, including labor, material, rentals, approved services, overhead, and
profit calculated as specified under "C" below.
C. FORCE ACCOUNT WORK. If the method of payment cannot be agreed upon prior to
the beginning of the Work, and the Owner or the Engineer directs that the Work be done
by written Change Order or on a force account basis, then the Contractor shall furnish
labor, equipment, and materials necessary to complete the Work in a satisfactory manner '
and within a reasonable period of time. For the Work performed, payment will be made
for the documented actual cost of the following:
1) Labor, including foremen, who are directly assigned to the force account Work:
(actual payroll cost, including wages, fringe benefits as established by negotiated
labor agreements, labor insurance, and labor taxes as established by law). No
other fixed labor burdens will be considered, unless approved in writing by the
Owner.
2) Material delivered and used on the designated Work, including sales tax, if paid
for by the Contractor or his subcontractor.
3) Rental, or equivalent rental cost of equipment, including necessary transportation
for items having a value in excess of $100.
4) Additional bond, as required and approved by the Owner.
1
FY002255 Hwy. 45 Bridge 00700-28 I
Li
5) Additional insurance (other than labor insurance) as required and approved by the
Owner.
To costs under 72C, FORCE ACCOUNT WORK, there shall be added the following
fixed fees for the Contractor or subcontractor actually performing the Work:
' A fixed fee not to exceed 15 percent of the cost of all items above.
' The added fixed fees shall be considered to be full compensation, covering the cost of
general supervision, overhead, profit, and any other general expense.
The Owner reserves the right to furnish such materials and equipment as he deems
expedient, and the Contractor shall have no claim for profit or added fees on the cost of
' such materials and equipment.
For equipment under Item 3 above, rental or equivalent rental cost will be allowed for
only those days or hours during which the equipment is in actual use. Rental and
transportation allowances shall not exceed the current rental rates prevailing in the
locality. The rentals allowed for equipment will, in all cases, be understood to cover all
fuel, supplies, repairs, and renewals, and no further allowances will be made for those
' items, unless specific agreement to that effect is made.
The Contractor shall maintain his records in such a manner as to provide a clear
' distinction between the direct costs of Work paid for on a force account basis and the
costs of other operations. The Contractor shall furnish the Engineer report sheets in
duplicate of each day's force account Work no later than the working day following the
' performance of said Work. The daily report sheets shall itemize the materials used, and
shall cover the direct cost of labor and the charges for equipment rental, whether
furnished by the Contractor, subcontractor, or other forces.
The daily report sheets shall provide names or identifications and classifications of
workers, the hourly rate of pay and hours worked, and also the size, type, and
identification number of equipment and hours operated.
Material charges shall be substantiated by valid copies of vendors' invoices. Such
' invoices shall be submitted with the daily report sheets, or, if not available, they shall be
submitted with subsequent daily report sheets. Said daily report sheets shall be signed
by the Contractor or his authorized agent.
To receive partial payments and final payment for force account Work, the Contractor
' shall submit in a manner approved by the Engineer, detailed and complete documented
verification of the Contractor's and any of his subcontractors' actual current costs
involved in the force account Work pursuant to the issuance of an approved Change
Order. Such costs shall be submitted within 30 days after said Work has been performed.
No payment will be made for Work billed and submitted to the Engineer after the 30 -day
period has expired. No extra or additional Work shall be performed by the Contractor,
IFY002255 Hwy. 45 Bridge 00700 - 29
I
except in an emergency endangering life or property, unless in pursuance of a written
Change Order, as provided in ALTERATIONS -CHANCES IN WORK.
73. PARTIAL PAYMENTS
A. GENERAL I
Nothing contained in this Article shall be construed to affect the right, hereby reserved, '
to reject the whole or any part of the aforesaid Work, should such Work be later found
not to comply with the provisions of the Contract Documents. All estimated quantities
of Work for which partial payments have been made are subject to review and correction
on the final estimate. Payment by the Owner and acceptance by the Contractor of partial
payments based on periodic estimates of quantities of Work performed shall not, in any
way, constitute acceptance of the estimated quantities used as the basis for computing the
amounts of the partial payments. For public works projects, each partial payment request
and final payment request shall contain an affidavit by the Contractor that all provisions
of the applicable federal and state requirements regarding apprentices and payment of
prevailing wages have been complied with by him and by his Subcontractors.
B. ESTIMATE AND PAYMENT
Before the first working day of each calendar month, the Contractor shall submit to the
Engineer a detailed estimate of the amount earned for the separate portions of the Work,
and request payment. As used in this Article, the words "amount earned" means the
value, on the date of the estimate for partial payment, of the Work completed in
accordance with the Contract Documents, and the value of approved materials delivered
to the Project site suitably stored and protected prior to incorporation into the Work. If
the Contractor's estimate of amount earned conforms with the Engineer's evaluation, the
Engineer will calculate the amount due the Contractor and make recommendation to the
Owner for payment.
An estimate of monthly progress payments shall be provided for the entire job prior to
the first payment request. An update of the estimate of progress payments shall be
updated if the actual progress differs by more than 20 percent in any given month. Each
monthly payment request shall include the required updated Schedule. '
If the updated Schedule is not submitted, the Owner may withhold payment until this '
item is completed. The Contractor shall be paid within 30 days of approval of the
payment request.
C. DEDUCTION FROM ESTIMATE ,
Unless modified in the Supplementary Conditions, deductions from the estimate will be ,
as described below. The Owner will deduct from the estimate, and retain as part security,
10 percent of the amount earned for Work satisfactorily completed. However, no
deduction or retainage will be made on the approved items of material delivered to and '
properly stored at the job site but not incorporated into the Work. When the Work is 50
FY002255 Hwy. 45 Bridge 00700-30 1
I
I
I
I
percent complete, the Owner may "freeze" the retainage at 5 percent of the dollar value
of the total contract provided that the Contractor is making satisfactory progress and
there is no specific cause for a greater retainage. The Owner may reinstate the retainage
up to 10 percent of the dollar value of "Work complete to date" if the Owner determines,
at his discretion, that the Contractor is not making satisfactory progress or where there
is other specific cause for such withholding.
NOTE: Exception --If the Work includes water or sewer pipelines, the Contractor shall
maintain the Work for a period of ninety (90) days following its acceptance by the
OWNER.
Up to five percent (5%) of the Contract amount shall be retained during this maintenance
period. All prior payments shall be subject to correction in the final payment.
This 90 -day period does not relieve the Contractor of the Performance and Payment Bond
requirements regarding warranty of the Project. In such cases, the semi-final payment
' estimate shall indicate the initial acceptance of the Work, and the warranty shall begin
on such date.
ID. QUALIFICATION FOR PARTIAL PAYMENT FOR MATERIALS DELIVERED
Unless modified in the Supplementary Conditions, qualification for partial payment for
' materials delivered but not yet incorporated in to the Work shall be as described below.
Materials, as used herein, shall be considered to be those items which are fabricated or
manufactured material and equipment. To receive partial payment for materials
delivered to the site, but not incorporated in the Work, it shall be necessary for the
Contractor to include invoices of such materials and documentation warranting that the
' materials and equipment are covered by appropriate property insurance and other
arrangements to protect Owner's interest therein; all of which must be satisfactory to
Owner.
At the time of the next partial payment request, the Contractor must submit the following
documentation relative to materials paid on the previous partial payment: paid invoices
of such materials or other documentation warranting that the Owner has received the
materials and equipment free and clear of all liens, charges, security interests, and
encumbrances (i.e., all materials have been paid for by Contractor). Failure to submit
this documentation will result in an appropriate reduction on the current partial payment
estimate for such materials.
At his sole discretion, the Engineer may approve items for which partial payment is to
be made. Proper storage and protection shall be provided by the Contractor, and as
approved by the Engineer. Final payment shall be made only for materials actually
agreed, and partial payments made for these items shall be deducted from the final
payment for the Work.
incorporated in
the Work
and,
upon acceptance of the Work, all materials remaining for
which advance
payments
had
been made shall revert to the Contractor, unless otherwise
' FY002255 Hwy. 45 Bridge
00700-31
I
E. PAYMENT '
After deducting the retainages and the amount of all previous partial payments made to '
the Contractor, the amount earned as of the current month will be made payable to the
Contractor within 30 days of the Owner's receipt of an approved request, except where '
the Owner is a municipality or other agency whose laws require the approval of each
payment by a council or similar body, in which case, the payment shall become due and
payable 10 days after the first regularly -scheduled meeting in the month following the
submittal of such payment request.
74. CLAIMS
In any case where the Contractor deems additional compensation is due him for Work or
materials not clearly covered in the Contract or not ordered by the Engineer according to
provisions of Article 20 ALTERATIONS - CHANGES IN WORK, the Contractor shall notify
the Engineer, in writing, of his intention to make claim for such compensation before he begins
the Work on which he bases the claim, in order that such matters may be settled, if possible,
or other appropriate action promptly taken. If such notification is not given or the Engineer is
not afforded proper facilities by the Contractor for keeping strict account of actual cost, then
the Contractor hereby agrees to waive the claim for such additional compensation. Such notice
by the Contractor, and the fact that the Engineer has kept account of the cost as aforesaid, shall
not in any way be construed as proving the validity of the claim.
Claims for additional compensation shall be made in itemized detail and submitted, in writing, ,
to the Owner and Engineer within 10 days following completion of that portion of the Work
for which the Contractor bases his claim. In case the claim is found to be just, it shall be
allowed and paid for as provided in the Article titled, PAYMENT FOR CHANGE ORDERS.
75. NOTICE OF CLAIM FOR DELAY
If the Contractor intends to file a claim for additional compensation for delay caused by the
Owner at a particular time, he shall file a notice of claim with the Owner within 7 days of the
beginning of the occurrence. The notice of claim shall be in duplicate, in writing, and need not
state the amount. No claim for additional compensation will be considered unless the
provisions of Article 61, DELAYS AND EXTENSION OF TIME, are complied with, and a
notice of claim has been filed with the Owner in writing, as stated above.
Should the Owner be prevented or enjoined from proceeding with Work, either before or after '
its prosecution, or from authorizing its prosecution by reason of any litigation, the Contractor
shall not be entitled to make or assert claim for damage by reason of said delay; but time for
completion of the Work will be extended to such reasonable time as the Owner may determine '
will compensate for time lost by such delay, with such determination to be set forth in writing.
I
FY002255 Hwy. 45 Bridge 00700 - 32 ,
I
1 76. RELEASE OF LIENS OR CLAIMS
' The Contractor shall indemnify and save harmless the Owner from all claims for labor and
materials furnished under this Contract. Prior to the final payment, the Contractor shall furnish
to the Owner, as part of his final payment request, an affidavit that all of the Contractor's
' obligations on the Project have been satisfied and that there are no unpaid taxes, liens, vendors'
liens, rights to lien or any other type of claim against the Project, and that the hourly wages paid
to all persons on the Project were in accordance with the applicable wage scale determinations.
77. FINAL PAYMENT
' Upon completion of all of the Work under this Contract, the Contractor shall notify the
Engineer, in writing, that he has completed his part of the Contract and shall request final
inspection.
Upon receipt of the Contractor's written notice that the Work is ready for final inspection, the
' Engineer shall make such inspection and shall submit to the Owner his recommendation as to
acceptance of the completed Work and as to the final estimate of the amount due the Contractor
under this Contract.
' Upon approval of this final estimate by the Owner and compliance with provisions in Article
titled, RELEASE OF LIENS OR CLAIMS, and other provisions as may be applicable, the
Owner shall pay to the Contractor all monies due him under the provisions of these Contract
' Documents. On contracts for public works, final payment of the retained percentage will not
be made until the Contractor has also furnished the applicable apprenticeship wage certification.
78. NO WAIVER OF RIGHTS
Neither the inspection of the Owner, through the Engineer or any of his employees, nor any
' order by the Owner for payment of money, nor any payment for, or acceptance of, the whole
or any part of the Work by the Owner or Engineer, nor any extension of time, nor any
possession taken by the Owner or its employees shall operate as a waiver of any provision of
this Contract, or any power herein reserved to the Owner, or any right to damages herein
provided nor shall any waiver of any breach in this Contract be held to be a waiver of any other
or subsequent breach.
1
I
I
I
I]
IFY002255 Hwy. 45 Bridge 00700 -33
79. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE
The acceptance by the Contractor of the final payment shall release the Owner and the
Engineer, as agent of the Owner, from all claims and all liability to the Contractor for all things
done or furnished in connection with the Work, and every act of the Owner and others relating
to or arising out of the Work. No payment, however, final or otherwise, shall operate to release
the Contractor or his Sureties from obligations under this Contract and the Performance and ,
Payment Bonds, and other bonds and warranties, as herein provided.
END OF GENERAL CONDITIONS
DOCUMENT 00700
1
I
I
I
11
I
LI
I
I
I
11
FY002255 Hwy. 45 Bridge
00700-34 '
[1
' DOCUMENT 00800
SUPPLEMENTARY CONDITIONS
The GENERAL CONDITIONS are hereby revised as follows:
ARTICLE 7.5 "DEFECTIVE WORK"
Add the new article as follows:
Work that is unsatisfactory, faulty, or deficient in that such Work does not conform to the
' Contract Documents, or does not meet the requirements of any inspection, reference standard,
test, or approval referred to in the Contract Documents, or has been damaged prior to the
Engineer's recommendation for final payment (unless the Owner has assumed responsibility for
protection thereof at Substantial Completion).
ARTICLE 9. "ENGINEER"
' Delete the first sentence.
ARTICLE 16. "SUBSTANTIAL COMPLETION"
Replace the word "Project" wherever it occurs with the word "Work".
Delete the second paragraph and add the following:
' Substantial Completion shall be evidenced by a definitive Certificate of Substantial Completion
or by the Engineer's written recommendation that the Work is complete and ready for final
payment. The date of Substantial Completion shall be the effective date on the certificate or the
date the Engineer recommends for final payment, whichever occurs first.
ARTICLE 28. "REJECTED MATERIAL"
Delete entirely and replace with the following:
ARTICLE 28. "REJECTED WORK"
Any Work condemned or rejected as defective by the Engineer shall be removed at once from
' the vicinity of the Work by the Contractor at his own expense (unless such Work is Owner -
provided material equipment) and shall not be used on the remainder of the Work.
I
I
I
ARTICLE 36. "INSURANCE AND LIABILITY", SUBARTICLE E "PROPERTY
INSURANCE"
Delete the requirement for Property Insurance.
IFY002255 Hwy. 45 Bridge 00800- 1
ARTICLE 52. "TESTS, SAMPLES, AND INSPECTIONS"
Add the following: '
COMPACTION AND CONCRETE TESTING
Owner's materials testing agency shall conduct field soil density/moisture content and concrete
testing as required by Owner, Engineer, and the Contract documents. The Owner shall pay for
all such initial testing. Contractor shall provide the testing agency 24 hours prior notice for any
testing. The Contractor shall pay: for all retesting necessitated by unsatisfactory results of initial
testing, for all testing not specifically required by Owner, Engineer, or Contract Document; and
for any stand-by time charged by the testing agency for Contractor delay. Contractor shall also
be responsible for the safe storage of molded concrete cylinders and delivery of same to the
testing agency's laboratory.
ARTICLE 55. "CORRECTION OF DEFECTIVE WORK FOUND DURING WARRANTY
PERIOD"
Delete entirely and replace with the following:
ARTICLE 55. "CONTRACTOR'S GENERAL WARRANTY & GUARANTEE &
CORRECTION PERIOD"
The Contractor warrants and guarantees to the Owner that all Work will be in accordance with
the Contract Documents and will not be Defective Work. The Contractor's warranty and
guarantee excludes defective Owner -provided material and equipment; however, it does not
exclude the Contractor's workmanship in incorporating such material and equipment in the
remainder of the Work.
If, within one year after the date of Substantial Completion or longer period of time as prescribed
by Laws, Regulation, or specific provisions of the Contract Documents, any Work is found to
be Defective Work, the Contractor shall promptly, without cost to the Owner and in accordance
with the Owner's written instruction.
1) Correct the Defective Work or remove and replace it with Work that is not
defective, and
2) satisfactorily correct or remove and replace any damage to other Work resulting
therefrom.
Where Defective Work (and damage to other Work resulting therefrom) has been corrected,
removed or replaced under this Article, the warranty and guarantee period shall be extended for
an additional year after the date the Owner accepts such correction or removal and replacement.
If the Contractor fails to promptly make such correction or removals and replacements, or in an
emergency where delay would cause serious risk loss or damage, the Owner may have the
Defective Work corrected or removed and replaced. In such instance the Contractor shall pay
all resulting claims, costs, losses and damages.
FY002255 Hwy. 45 Bridge 00800-2 ,
I
' ARTICLE 58 "PROSECUTION OF THE WORK" Delete and replace with
I
I
I
I
I
I
I
I
I
I
I
I
I
I
58. "PROSECUTION OF THE WORK; WORKING HOURS; OBSERVATION HOURS"
Owner and Contractor expressly understand and agree that the time of beginning, rate of
progress, and time of completion of the Work are of the essence in this Contract.
Contractor shall prosecute the Work at such time and in such parts of the Work as may be
required to complete the Work within the Contract Times or on or before the dates
established for completion, except as limited below.
Contractor's Working Hours: Except as otherwise required for the safety or protection of
persons, the Work, or property at or adjacent to the site, and except as otherwise stated in
the Contract Documents, Contractor shall limit work at the site to period between 7:00
A.M. and 6:00 P.M., Monday through Friday. Contractor will not permit work outside
these hours or on Saturday, Sunday or legal holiday without Owner's consent (which will
not be reasonably withheld) and prior notice to Engineer. The intent of this limitation is
to minimize the impact of construction work on those living or conducting business near
or adjacent to the site.
Engineer's Observation Hours: Contractor is expected to schedule and prosecute the
Work in a manner that will not require observation for more than 40 hours per week, on
Sundays, or on legal holidays. Contractor shall reimburse Owner for all observation in
excess of 40 hours per week or on Sundays or holidays (such holidays being New Years
Day, Memorial Day, 4th of July, Labor Day, Thanksgiving Day, and Christmas Day). The
method of reimbursement shall be a deduction from monies due Contractor on pay
requests and shall be calculated as follows:
$55/hour times the sum of all observers' hours, as recorded on certified time
sheets as devoted to this project, less 40 hours -or- $55 x (SUM,,, 40).
ARTICLE 67 "SUBSTANTIAL COMPLETION DATE"
Delete entirely.
END OF SUPPLEMENTARY CONDITIONS
IFY002255 Hwy. 45 Bridge 00800-3
SECTION 01000
ABBREVIATIONS
PARTI GENERAL
A. Whenever in these Contract Documents the following abbreviations are used, the
intent and meaning shall be interpreted as follows:
AA Aluminum Association
' AAMA Architectural Aluminum Manufacturers' Association
AASHTO American Association of State Highway and Transportation Officials
ACE American Concrete Institute
' AFBMA Anti -Friction Bearing Manufacturers' Association
AGA American Gas Association
AGMA American Gear Manufacturers' Association
AISC American Institute of Steel Construction
AISI American Institute of Steel Institute
AITC American Institute of Timber Construction
AMCA Air Moving and Conditioning Association
' ANSI American National Standards Institute
APA American Plywood Association
API American Petroleum Institute
AREA American Railway Engineering Association
' ASAE American Society of Agricultural Engineers
ASCE American Society of Civil Engineers
ASHRAE American Society of Heating, Refrigerating and Air -Conditioning
' Engineers, Inc.
ASME American Society of Mechanical Engineers
ASTM American Society for Testing and Materials
AWI Architectural Woodwork Institute
'
AWS American Welding Society
AWPA American Wood Preservers' Association
AWPB American Wood Preservers Bureau
' AWWA American Water Works Association
BHMA Builders Hardware Manufacturers' Association
I
CI
I
I
CBMA Certified Ballast Manufacturers' Association
CDA Copper Development Association
CISPI Cast Iron Soil Pipe Institute
CMAA Crane Manufacturers' Association of America
CRSI Concrete Reinforcing Steel Institute
EPA Environmental Protection Agency
Fed. Spec. Federal Specifications
HI Hydraulic Institute
HMI Hoist Manufacturers' Institute
ICBO International Conference of Building Officials
IEEE Institute of Electrical and Electronics Engineers, Inc.
ICEA Insulated Cable Engineers' Association
ISA Instrument Society of America
FY002255 Hwy. 45 Bridge Section 01000 - I
JIG Joint Industry Conferences of Hydraulic Manufacturers
MMA Monorail Manufacturers' Association '
NBHA National Builders' Hardware Association
NEC National Electrical Code
NEMA National Electrical ManufacturersAssociation
NESC National Electric Safety Code
NFPA National Fire Protection Association
NLMA National Lumber Manufacturers' Association
NWMA National Woodwork Manufacturers' Association
OECI Overhead Electrical Crane Institute
OSHA Occupational Safety and Health Act (both Federal and State)
PS Product Standards Section - U.S. Department of Commerce ,
RLM RLM Standards Institute, Inc.
RMA Rubber Manufacturers' Association
SAE Society of Automotive Engineers
SDI Steel Door Institute
SSPC Steel Structures Painting Council ,
TEMA Tubular Exchanger Manufacturers' Association
TCA Tile Council of America
UBC Uniform Building Code
UL Underwriters' Laboratories, Inc.
WWPA Western Wood Products Association
B. Unless a particular issue is designated, all references to the above specifications,
standards, or methods shall, in each instance, be understood to refer to the issue in
effect (including all amendments) on the first published date of the Invitation to Bid.
END OF SECTION
I
ri
I
I
I
FY002255 Hwy. 45 Bridge Section 01000 -2
I
I
I]
I
I
Li
1]
LI
H
I •I
[1
I
I
Li
SECTION 01009
PARTI GENERAL
1.01 REQUIREMENTS INCLUDED
A. This Section describes the project in general, and provides overview of the extent of
the work to be performed. Detailed requirements and extent of work is stated in the
applicable Specification Sections and is shown on the Drawings. The Contractor
shall, except as otherwise specifically stated herein or in any applicable parts of the
Contract Documents, provide and pay for all labor, materials, equipment, tools,
construction equipment, and other facilities and services necessary for proper
execution, and completion of his work.
1.02 REASONABLY IMPLIED PARTS OF THE WORK SHALL BE DONE THOUGH
ABSENT FROM SPECIFICATIONS
A. Any part of the work which is not mentioned in the Specifications but is shown on
the Drawings, or any part not shown on the Drawings but described in the
Specifications, or any part not shown on the Drawings nor described in the
Specifications, but which is necessary or normally required as a part of such work,
or is necessary or required to make each installation satisfactorily and legally
operable, shall be performed by the Contractor as incidental work without extra cost
to the Owner, as if fully described in the Specifications and shown on the Drawings,
and the expense thereof shall be included in the applicable unit prices or lump sum
bid for the work.
1.03 DESCRIPTION OF THE PROJECT
A. Work covered by these Contract Documents in general covers the construction of the
following facilities:
I. Construction of approximately 2540 feet of buried 12" PVC water main, and
approximately 753 feet of 12" DIP water main attached to the Highway 45
bridge, or installed in the bridge approaches.
2. Installation of a fire hydrant, valves, a blowoff valve and related facilities.
3 Capping an existing 6 -inch main in two locations so the existing 6 -inch main
on the old bridge can be abandoned.
4. Completion of related work items as indicated on the Drawings and/or
required by the Detailed Specifications.
' PART 2 PRODUCTS
I
Not Used.
IFY002255 Hwy. 45 Bridge Section 01009-1
u
C
PART 3 CONTRACTOR'S RESPONSIBILITIES '
3.01 GENERAL CONSTRUCTION WORK
A. The Contractor shall execute all work, including site, structural, piping, equipment,
and finishes.
B. The Contractor shall also: '
I. Provide temporary sanitary toilet facilities.
2. Pay for all electrical energy consumed for construction purposes.
3. Provide and pay for temporary service for lighting of temporary office and
work areas.
4. Provide replacement lamps for temporary lighting.
5. Provide temporary heat; make all arrangements and pay all fuel cost;
supervise and maintain all heating units.
6. Provide telephone service for his own use and for the Engineer's use.
7. Provide an adequate supply of potable drinking water for use by his ,
employees and by the Engineer.
8. Provide and maintain fire protection in working order during the entire
construction period.
9. Coordinate with the Engineer and Owner all re-routing of existing streets and
interruptions of the existing water and sewer operations.
3.02 DRAWINGS
A. Drawings are bound separately and consist of 10 sheets.
END OF SECTION
I
I
II
FY002255 Hwy. 45 Bridge Section 01009-2 , I
I
SECTION 01011
SITE CONDITIONS
PARTI GENERAL
1.01 SITE INVESTIGATION AND REPRESENTATION
IA. The Contractor acknowledges by submission of his Bid that he has satisfied himself
as to the nature and location of the work, the general and local conditions,
particularly those bearing upon availability of transportation, disposal, handling and
t storage of materials, availability of labor, water, electric power, roads, and
uncertainties of weather, river stages, or similar physical conditions at the site, the
conformation and conditions of the ground, the character of equipment and facilities
needed preliminary to and during the prosecution of the work and all other matters
which can in any way affect the work or the cost thereof under this Contract.
B. The Contractor further acknowledges by submission of his Bid that he has satisfied
' himself as to the character, quality, and quantity of surface and subsurface materials
to be encountered from inspecting the site. Any failure by the Contractor to acquaint
himself with all the available information will not relieve him from responsibility for
properly estimating the difficulty or cost of successfully performing the work.
C. Subsurface investigations, including test borings, have been made to indicate
' subsurface conditions at particular locations. A log of test borings showing a record
of the data obtained on subsurface conditions is included in the Drawings, for
reference only. Said log is only the opinion of the Engineer as to the character of the
' materials and is not to be considered as a part of the Contract Documents.
D. Prospective Bidders are invited, at their own expense, to make additional subsurface
' investigations, by boring or test hole excavation, as may be desirable, provided,
however, that such work be scheduled by appointment with the Engineer. Bidders
are not authorized to enter private property during these investigations.
' E. In the event subsurface or latent physical conditions are found materially different
from those indicated in these Documents, and differing materially from those
ordinarily encountered in the project area and generally recognized as inhering in the
character of work covered in these Contract Documents, the Contractor shall
promptly, and before such conditions are disturbed, notify the Engineer in writing of
such changed conditions.
1
IFY002255 Hwy. 45 Bridge
Section 01011 - I
I
1.02
1.03
F. The Engineer will investigate such conditions promptly and following this
investigation, the Contractor shall proceed with the work, unless otherwise instructed
by the Engineer. If the Engineer finds that such conditions do so materially differ
and cause an increase or decrease in the cost of, or in the time required for
performing the work, the Engineer will recommend to the Owner the amount of
adjustment in cost and time he considers reasonable. The Owner will make the final
decision on all Change Orders to the Contract regarding any adjustment in cost or
time for completion.
EXISTING UTILITIES
A. Existing utilities in the vicinity of the project lines and structures include water lines
belonging to the City of Fayetteville, gas mains, and overhead (and underground)
electric, television, and telephone lines. Additional utilities include individual
property owner's gas lines, water lines, sprinkler system water lines, underground
electrical service lines, and wastewater lines. No attempt has been made to locate all
these utilities and private services. Information is shown on the Drawings relative
to the general location of some utilities, as taken from maps supplied by the utilities.
Private lines are not shown. Since specific utility locations are not shown on the
Drawings, the Contractor shall carefully coordinate the location of utilities with their
respective owners. No compensation will be paid to the Contractor, due to costs
associated with damages to utilities or to costs associated with locating/avoiding
same. The Engineer and Owner will cooperate with the Contractor and utility firms
in rerouting new water mains, where possible, to reasonably avoid existing utilities.
CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND
SERVICE
A. Notify all utility offices that are affected by the construction operation at least 48
hours in advance. Under no circumstances expose any utility without first obtairting
permission from the appropriate agency. Once permission has been granted, locate,
expose, and provide temporary support for all existing underground utilities.
B. The Contractor shall be solely and directly responsible to the Owner and operators
of such properties for any damage, injury; expense, loss, inconvenience, delay, suits,
actions, or claims of any character brought because of any injuries or damage which
may result from the construction operations under this Contract.
C. Neither the Owner nor its officers or agents shall be responsible to the Contractor for
damages as a result of the Contractor's failure to protect utilities encountered in the
work.
D. In the event of interruption to domestic water, sewer, storm drain, or other utility
services as a result of accidental breakage due to construction operations, promptly
notify the proper authority. Cooperate with said authority in restoration of service
as promptly as possible and bear all costs of repair. In no event shall interruption of
any utility service be allowed outside working hours unless granted by the owner of
the utility.
FY002255 Hwy. 45 Bridge
Section 01011 - 2 1
I
E. Drainage culverts that are removed or damaged by the Contractor shall be replaced
in kind at the expense of the Contractor.
F. The Contractor shall replace, at his own expense, any and all existing utilities or
structures damaged during construction.
G. Utilities shown on the Drawings are generally existing lines, some of which will be
replaced by the utility companies the same time that these water mains are being
installed. The new location of these utilities is unknown. The Contractor shall
cooperate with other utilities and acknowledges that they will be working in the same
vicinity.
1.04 NAMES OF KNOWN UTILITIES SERVING THE AREA
A. The following is a list of the major public utilities serving the work area indicating
the name and telephone number of the responsible authority of the various utilities
which should be notified if conflicts or emergencies arise during the progress of the
work:
Name Authority Telephone
Water Fayetteville Water Dept. 501-575-8386
Storm Sewers Arkansas Highway & 501-751-0451
Transportation Dept.
' Telephone Cable Southwestern Bell 1-800-482-8998
Fiber Optic
Cable
Gas Arkansas Western Gas 501-521-5330
Electricity Ozarks Electric 501-751-2342
Television TCA Cable 501-751-2000
1.05 FIELD RELOCATION
A. During the progress of construction, minor relocations of the work may become
necessary. Such relocations shall be made only by direction of the Engineer. If
existing structures are encountered that will prevent construction as shown, notify the
Engineer before continuing with the work in order that the Engineer may make such
field revisions as necessary to avoid conflict with the existing structures. If the
Contractor shall fail to notify the Engineer when an existing structure is encountered,
and shall proceed with the work despite this interference, he shall do so at his own
risk and expense.
I
1 FY002255 Hwy. 45 Bridge
Section 01011 - 3
I
fl
1.06 CONSTRUCTION ON PRIVATE PROPERTIES
A. The Owner has obtained easements for the pipeline routes on private property. The
Contractor shall protect and/or restore improvements on these properties, including
structures, rock walls, fences, drives, culverts, fruit and ornamental trees and shrubs,
and grass in yards and pasture lands. Existing sod shall be protected and restored, or
replaced with the same kind of new sod. Failure to do so will result in retainage of
funds otherwise due the Contractor, as necessary to compensate property owners for
damages and/or to pay restoration costs.
B. Easement widths for permanent and temporary construction easements are as
indicated on the Drawings.
C. As part of the easement acquisition process, the Owner agreed to certain easement
considerations that are itemized in the attached "Side Letters". The requirements in
these letters are requirements of the Contractor under this Contract, and these
requirements shall govern construction on these properties.
D. The Contractor is not authorized to enter into "side -agreements" with the property
owners, concerning the degree of cleanup, excess soil disposal, timber and brush
disposal, etc., without the prior written approval of each "side -agreement" by the
Owner. The Contractor is not authorized to enter private property outside the
prescribed limits of the permanent and temporary construction easements.
1.07 PAYMENT
A. No separate payment will be made for work under this Section.
PART2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
(EASEMENTS AND EASEMENT "SIDE LETTERS" APPENDED HERETO)
I
Li
I
I
I
I
I
I
r
I
I
I
FY002255 Hwy. 45 Bridge Section 01011 -4
C
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
' December 5, 2000
' Mr. Robert White, Vice President
McClelland Consulting Engineers, Inc.
P. O. Box 1229
Fayetteville, AR 72702
' Re: White River Bridge 45 East —Water Line Replacement
Your Job No. FY002255
MALPASO Properties
1
LL
I_]
H
I
Li
H
H
H
I
Dear Mr. White:
aEcEJvEL DEC O,6. Z00➢
- . . ' - -
Andy Bethell of MALPASO has signed their easements for the new 12" water line installation across
Lot 21 of Bordeaux Village subdivision and the commercial property to the East. Included are copies of
those documents, although not recorded at this time. Mr. Bethell also had a few comments which are listed
hereafter for your information.
The irrigation system at the entry to Bordeaux Village was installed by S & S Landscaping of
Bentonville. If possible, he would like to see them specified for the repair work on his system
after the new water line is installed. He further indicated that the system could be turned on to
identify all of the appropriate sprinkler heads where the lines can be marked.
2. The new water line, at the triple 12", 14", 20" Elm tree at approximately Sta 2 + 60, should be
directed to the south edge of the 20 ft. easement in an effort to maximize the distance between
line and trunk(s). This is a request of the buyers of the property.
We still hope to have the easements from Mr. Bowman this week if his lawyers will ever get through.
If you have any comments or questions, please do not hesitate to give me a call at 444-3415.
cc: Sid Norbash
Sincerely,
�awar�
City Land Agent
I
113 WEST MOUNTAIN 72704 501 521.7700
FAX 501 575-8257
FAYETTEVILLE
1
THE CITY OF FAYETTEVILLE, ARKANSAS
November 28, 2000
1 Malpaso Limited liability Company
1 c/o George Bethell
144 N. Wyman Road
Fayetteville, AR 72703
Re: White River Bridge Water Line Replacement
CityJob No. 00038
Tracts I & 2; Side Letter
Dear Mr. Bethell:
1 Based upon a telephone discussion with Mr. Andy Bethell this date, this side letter is submitted to set
forth an understanding of the parties relating to the installation of a 12" waterline from the entry of Bordeaux
Village to the new bridge across White River:
1. The landscaped and irrigated area east of the subdivision, entrance will be restored to equal or
1 better condition than originally found, including restoration of all disturbed irrigation lines and
the replacement of like sod. No excess dirt or fill will remain in this area. Contractor will use
plywood when vehicles or backholes are required on sodded surface so as to minimize damage
1 to irrigation equipment. This applies to both permanent and temporary easement areas.
2. City or city's contractor shall be responsible for maintaining a ditch level equal to the
1 surrounding ground level for a period of one year from the date of installation.
3. Owner is concerned about trees within the permanent easement area in the wooded area on the
1
east end of this project. Contractor is to work with owner and remove any permanent
easement area trees which could be damaged as a result of the water line installation. Any tree,
1 where damage is questionable, should be removed. Preserve as many trees as possible and
minimize the removal of trees in the TCE area.
1 4. Water line routing should maximize clearance for the 24" Ash tree at the Old Gravel Drive.
If you have any comments or questions, please do not hesitate to contact me at 444-3415.
1 Sincerely,
1 dward D. Conne
City Land Agent
1 cc: Robert White, McClelland Engineers
Sid Norbash, City Engineering
113 WEST MOUNTAIN 72701 501 521.7700
FAX 501 575-8257
['I
I
C
I
I
I
I
I
II
I
I
H
I
I
I
I
H
I
I
November 28, 2000
Malpaso Limited Liability Company
c/o George Bethell
144 N. Wyman Rd.
Fayetteville, AR 72703
Re: White River Bridge Water Line Replacement
City Job No. 00038
Tracts I & 2
Water Line Routing
Dear Mr. Bethell:
Based on discussions with Andy Bethell on November 21, 2000, there appeared to be some concern
relative to the routing of the proposed water line close to some trees that border the new road right of way.
Of significant interest is the 24" Ash tree on the West side of the Old Gravel Drive.
The City of Fayetteville much prefers our water line and easements be adjacent to the road right of
way. The reason for this is that meters can be read from areas where easements are in existence and if the
need presents itself, water line maintenance and entry can utilize the road right of way for such purpose.
The included diagram shows the trees that are close to the proposed water line. Beginning on the
West side of the Old Gravel Dr., the consultants propose to move the actual water line route North of the 24"
Ash tree such that the line itself will be about 18"-24" from the right of way line. This will locate the line
approx. 18 feet from the trunk of the Ash tree and pretty close to the drip line. The five 2" Mimosa trees will
not survive the water line installation. The 18" Walnut tree will not be affected by this installation. The 12"
Cherry tree will have to go as the alignment is only a few feet away from the trunk. The triple Elm tree on
West end, which is located on the right of way line, can be avoided or removed depending upon the desire of
your prospective buyer. We do need to know as soon as possible so that our plans and design can be
finalized. All of this maneuvering of the line itself can be done within the easement area described in the
documents presented to you on November 15, 2000.
The city would appreciate your execution of the documents so that we can advertize this job as soon
as possible. If you want payment in the year 2000, we must submit a check request before December 7, 2000.
We can also request the payment to be made in 2001. Such payment will be received the third week in
January. Please advise us of your choice. We appreciate the cooperation of Andy Bethell and trust that our
recent offers are acceptable.
Sincerely,
Edward D. Connell
City Land Agent
I
FILED FOR RECORD
Project No. 00038
Project: White River Bridge Water Line Replacement OO L1EC ,
Parcel No. 770-17659-000 g Ali 9
Tract No. 1 29
WATERJSEWER EASEMENT WAS,HINCTON CO Aq
BE IT KNOWN BY THESE PRESENTS:
THAT MALPASO, a Limited Liability Company, hereinafter called GRANTOR, for and in consideration
of the sum of One Dollar ($1.00) and other good and valuable consideration, the receipt of which is hereby
acknowledged, does hereby GRANT, SELL and CONVEY unto the City of Fayetteville, Arkansas, a municipal
corporation, hereinafter called GRANTEE, and unto Grantee's successors and assigns, a permanent easement
and a temporary construction easement to construct, lay, remove, relay. inspect, enlarge and/or operate a water
and/or sanitary sewer pipe line of lines, manholes, and appurtenances thereto, on, over, across, and under the
following described land situated in the County of Washington, State of Arkansas, to -wit:
PROPERTY DESCRIPTION:
'
A part of the Northeast Quarter (NE %) of the Southeast Quarter (SE V.), a part of the Southeast
Quarter (SE %) of the Northeast Quarter (NE V.), and a part of the Northeast Quarter (NE %) of
the Northeast Quarter (NE %) of Section 36, Township 17 North, Range 29 West, in Washington
' County. Arkansas, being more particularly described as follows: Commencing at the Southeast
corner of the SE % of the NE '/. of Section 36, at Corps Monument 2303-1-6: thence North 89"
22 46" West 1190.81 feet to the Corps of Engineers Take Line; thence along the Take Line
South 47• 10' 07" West 179.17 feet to Corps of Engineers (COE) Monument 2309-3=2310-1-1
for a Point of Beginning; thence along the COE take line North 47. 10' 07" East 232.84 feet to
' COE Monument 2309-2; thence along the COE take tine North 01" 58' 32" East 91.95 feet to
COE Monument 2303.14=2309-1; thence along the COE take line North 40' 08' 29" East
1324.53 feet to COE Monument 2303-13; thence along the COE take line North 46° 56' 01" East
244.57 feet to a point on the COE take line being also a corner of a survey by Alan Reid: thence
' leaving the COE take line along the South line of said Reid Survey North 73' 08' 03" West
290.95 feet to the Southwest comer of said survey: thence along the West line of said Survey
North 02" 21' 57" East 874.93 feet to a rebar pin on the South right of way of Arkansas Highway
#45; thence along the South right of way line South 50' 33' 16" West 1199.67 feet to a point
which is North 50' 33' 16" East 2.55 feet from a metal fence post: thence leaving the right of way
' South 01" 59' 55" West 1653.01 feet to the COE take line; thence along the COE take line North
37. 34' 05" East 32.64 feet to the point of beginning, containing 30.87 acres, more or less. The
above described lands are alsoknown as Bordeaux Village, a subdivision to the City of Goshen,
Arkansas, as shown on Plat Book 15 at page 128 of the records of the Circuit Clerk and Ex-
Offtcio Recorder of Washington County, Arkansas.
' PERMANENT EASEMENT DESCRIPTION:
A permanent easement across Lot 21 (including Lot 22 of the original plat - Book 15/Page 4)
' Bordeaux Village Subdivision, as shown on Plat 15-128 of the records of the Circuit Clerk and Ex -
Officio Recorder of Washington County. Arkansas; said permanent easement shall be twenty (20)
feet in equal and uniform width, being ten (10) feet on each side of the following described
centerline: Beginning at a Point on the East line of said Lot 21. said point being South 39' 26' 44"
East 34.11 feet from the Northeast comer of said Lot 21: thence South 500 33' 16" West running
' parallel with the North line of Lot 21 a distance of 294.08 feet to a point on the West line of said
Lot 21, said centerline easement there terminating. This permanent easement contains 5,881
sq. ft. (0.135 acre), more or less.
HI
I
I
I
I
TEMPORARY CONSTRUCTION EASEMENT DESCRIPTION:
A Temporary Construction Easement of twenty (20) feet of equal and uniform width; the northerly
line of said temporary easement shall be the southerly line of the above described permanent
easement: said temporary easement shall commence at the west line of the grantor's above
described property and run thence easterly with the above described permanent easement. This
temporary easement contains 5,881 square feet (0.135 acres), more or less,
together with the rights, easements, and privileges in or to said lands which may be required for the full
enjoyment of the rights herein granted.
This temporary construction easement as conditioned above, shall terminate when the hereinabove
referenced project has been completed by the contractor and accepted by the City of Fayetteville, Arkansas.
It is expressly understood that the above temporary construction easement shall exclude any permanent
structure presently located within said temporary construction easement area.
TO HAVE AND TO HOLD unto said Grantee, its successors and assigns, so long as such pipe line
or lines, manholes and/or appurtenances thereto shall be maintained, together with free ingress to and egress
from the real estate first hereinabove described for the uses and purposes hereinabove set forth.
I
2000104'163
I
' WATER/SEWER EASEMENT
MALPASO
Page 2 of 2
' The said Grantor is to fully use and enjoy the said premises except for the purposes hereinbefore granted
to the said Grantee, which hereby agrees to bury all pipes, where feasible, to a sufficient depth so as not to
interfere with cultivation of soil, and that manholes will be constructed flush with the surface of the ground except
' in bottom lands where they shall be at a height above high water, and to pay any damages which may arise to
growing crops or fences from the construction, maintenance and operation as determined by three disinterested
persons. One thereof to be appointed by the said Grantor, one by the said Grantee: and the third by the two so
appointed as aforesaid, and the written award of such three persons shall be final and conclusive.
' The Grantor agrees not to erect any buildings or structures in said permanent easement other than
fences and said fences shall not exceed six (6) feet in height.
The Grantee shall have the right to construct additional pipe lines upon the above described easement
at any time in the future and agrees to pay any damages as a result of such future construction as set out in this
easement.
The consideration first above recited as being paid to Grantor by Grantee is in full satisfaction of every
right hereby granted. All covenants and agreements herein contained shall extend to and be binding upon the
' respective heirs, legal representatives, successors and assigns of the parties hereto.
II is hereby understood and agreed that the party securing this document in behalf of the Grantee is
without authority to make any covenant or agreement not herein expressed.
WITNESS the execution hereof on this the L day oflaai L_ 2000.
MALPASO, a Limited Liability Company
' Georoe A. all, President
Marsha Dunbar. Secretary/Treasurer
' CORPORATE SEAL
ACKNOWLEDGMENT
' STATE OF ARKANSAS
ss.
COUNTY OF WASHINGTON
' BE IT REMEMBERED, that on this date, before the undersigned, a duly commissioned and acting
Notary Public within and for said County and State, personally appeared George A. Bothell and Marsha Dunbar
to me well known as the persons who executed the foregoing document, and who stated and acknowledged
that they are the President and SecretarylTreasurer of MALPASO, a Limited Liability Company, and are duly
authorized in their respective capacities to execute the foregoing Instrument for and in the name and behalf of
' said corporation, and further stated and acknowledged that they had so signed, executed and delivered said
instrument for the consideration, uses and purposes therein men)Ined and set forth.
WITNESS my hand and seal on this day of 2000.
eowti°oo. CCNNELL Notary Public
MY COMMISSION EXPIRES: ""' yrest lcc Cwn0'
r l.. Fhr Cmmieiu, Gfvra
�` — O/ —�O/O l.10
I
2000104164
7I
I
H
IJ
I
I
I
H
I
I
I
I
H
I
I
I
I
I
Project: WhIProject No. ite0River Bridge Water Line Replacement FILED FOR RECORD
Parcel No. 770-17659-000
Parcel No. 770-17448-000 P00 DEC 18 All 9 29
Tract No. 2
WATER/SEWER EASEMENT 7ASH)NCTON DD AR
I.,. 1:.!.i'.!IESS
BE IT KNOWN BY THESE PRESENTS:
THAT MALPASO, a Limited Liability Company, hereinafter called GRANTOR, for and in consideration
of the sum of One Dollar ($1.00) and other good and valuable consideration, the receipt of which is hereby
acknowledged, does hereby GRANT. SELL and CONVEY unto the City of Fayetteville, Arkansas, a municipal
corporation, hereinafter called GRANTEE, and unto Grantee's successors and assigns, a permanent easement
and a temporary construction easement to construct, lay, remove, relay, inspect, enlarge and/or operate a water
and/or sanitary sewer pipe line or tines, manholes, and appurtenances thereto, on, over, across, and under the
following described land situated in the County of Washington, State of Arkansas, to -wit:
PROPERTY DESCRIPTION:
A part of
the Northeast Quarter (NE %)
of the Northeast Quarter (NE Y.) of
Section 36. Township
17 North,
Range 29 West and a part of
the Northwest Quarter (NW'!.) of
the Northwest Quarter
(NW'/4 of
Section 31, Township 31 North, Range 28 West as described, in
part, in Deed Records
94054786
and 99005394 of the records
of the Circuit Clerk, Washington
County, Arkansas. A
portion of
said lands is also known as
Bordeaux Village Subdivision to
the City of Goshen,
Arkansas
as shown in Plat Book 15 at
Page 128 of the records of office
of said Circuit Clerk,
Washington County. Arkansas.
PERMANENT EASEMENT DESCRIPTION:
A permanent water/sewer easement 20 feet in equal and uniform width lying 10 feet each side
of the following described centerline: Beginning at a Point on the East line of Lot 21 of the
Bordeaux Village Subdivision to the City of Goshen, Arkansas, said point being South 39" 26' 44"
East along the East line 34.11 feet from the Northeast comer of said Lot 21, said point being 20.4
feet Southeasterly of the proposed new South right of way line of Arkansas Hwy. 45 (AHTD Job
No. 040230); thence North 50 07' 42" East running parallel with the proposed South right of way
line of said Hwy 45, a distance of 242.28 feet; thence South 82" 09' 55" East - 53.89 feet to a
point being 10 feet Southeasterly of the old South right of way line of Arkansas Hwy. 45: thence
running parallel with said old South right of way line North 50. 43' 23" East - 105.58 feet: thence
Northeasterly along a curve to the right, whose radius is 848,30 feet and having a delta angle of
36" 45' 18" a distance of 544.18 feet to a point being 10 feet South of the intersection of said old
South right of way line and the said proposed South right of way line of Arkansas Hwy. 45; thence
running parallel with said proposed South right of way line South 77. 12' 23" East - 240.53 feet:
thence South 65' 58' 49" East - 249.82 feet; thence South 59. 23' 53" East - 133.94 feet to a
point 10 feet Southwesterly of said proposed South right of way line and said centerline easement
there terminating, containing 31,402 (0.72 acre), more or less..
TEMPORARY CONSTRUCTION EASEMENT DESCRIPTION:
A Temporary Construction Easement of twenty (20) feet of equal and uniform width: the Northerly
line of said temporary easement shall be the Southerly line of the above described permanent
easement: said temporary easement shall commence at the East line of Lot 21 of the Bordeaux
Village subdivision and run thence Easterly approximately 1610 equivalent linear feet, along the
South and East sides of the above described permanent easement. This temporary easement
contains 32,200 square feet (0.74 acres), more or less,
together with the rights, easements, and privileges in or to said lands which may be required for the full
enjoyment of the rights herein granted.
This temporary construction easement as conditioned above, shall terminate when the hereinabove
referenced project has been completed by the contractor and accepted by the City of Fayetteville, Arkansas.
It is expressly understood that the above temporary construction easement shall exclude any permanent
structure presently located within said temporary construction easement area.
TO HAVE AND TO HOLD unto said Grantee, its successors and assigns, so long as such pipe line
or lines, manholes and/or appurtenances thereto shall be maintained, together with free ingress to and egress
from the real estate first hereinabove described for the uses and purposes hereinabove set forth.
I
20001 0416
Li
WATERISEWER EASEMENT
MALPASO
Page 2 of 2
The said Grantor is to fully use and enjoy the said premises except for the purposes hereinbefore granted
to the said Grantee, which hereby agrees to bury all pipes, where feasible, to a sufficient depth so as not to
interfere with cultivation of soil, and that manholes will be constructed flush with the surface of the ground except
in bottom lands where they shall be at a height above high water, and to pay any damages which may arise to
growing crops or fences from the construction, maintenance and operation as determined by three disinterested
persons. One thereof to be appointed by the said Grantor; one by the said Grantee; and the third by the two so
appointed as aforesaid, and the written award of such three persons shall be final and conclusive.
'The Grantor agrees not to erect any buildings or structures in said permanent easement other than
fences and said fences shall not exceed six (6) feet in height.
The Grantee shall have the right to construct additional pipe lines upon the above described easement
' at any time in the future and agrees to pay any damages as a result of such future construction as set out in this
easement.
The consideration first above recited as being paid to Grantor by Grantee is in full satisfaction of every
right hereby granted. All covenants and agreements herein contained shall extend to and be binding upon the
'
respective heirs, legal representatives, successors and assigns of the parties hereto.
It is hereby understood and agreed that the party securing this document In behalf of the Grantee is
without authority to make any covenant or agreement not herein expressed.
WITNESS the execution hereof on this the day of L, 2000.
MALPASO, a Limited Liability Company
1
' Georce A, 44'l. r iden
Marsha Dunbar, Secretary/Treasurer
CORPORATE SEAL
ACKNOWLEDGMENT
' STATE OF ARKANSAS
ss.
COUNTY OF WASHINGTON
BE IT REMEMBERED, that on this date, before the undersigned, a duly commissioned and acting
Notary Public within and for said County and State, personally appeared Georue A. Bethel) and Marsha Dunbar.
to me well known as the persons who executed the foregoing document, and who stated and acknowledged
that they are the President and SecretarvrTreasurer of MALPASO, a Limited Liability Company, and are duly
authorized in their respective capacities to execute the foregoing instrument for and in the name and behalf of
' said corporation, and further stated and acknowledged that they had so signed, executed and delivered said
instrument for the consideration, uses and purposes therein mien ed and set forth.
WITNESS my hand and seal on this day of . 2000.
1
mwiRD ogNNE Notary Public
' MY COMMISSION EXPIRES: L '
[1
I
2000104166
FAYETTEVILLE
1
1 THE CITY OF FAYETTEVILLE. ARKANSAS
1 December 8, 2000
Gerald Bowman and Debra Bowman
1 196 N. Wyman road
Fayetteville, AR 72703
1 Re: New 12" Water Line
Lots 5 & 6, River Cliff Acres S/D
Side Letter
I
I
I
I
I
I
I
I
I
I
I
I
Dear Mr. and Mrs. Bowman:
Based upon your telephone call of yesterday, the following addresses some of the concerns you raised
at that time:
It is part of the City's agreement with the contractor for the installation of the water line, that
all areas are to be restored, including fertilization, seeding, and strawed to prevent erosion.
This applies to the permanent and temporary easement areas if the ground is disturbed.
2. The city's contractor will dismantle a portion of the horse coral fencing in order to make the
water line installation. This fencing will be restored in equal or better condition than originally
found. If horses or cattle are present when it is time for the line installation, a temporary
fencing will be installed to maintain separation.
3. The installed line will avoid the old well house by 10-12 feet on the South. The contractor
should be able to avoid any disturbance to the well house itself. At this point, the permanent
easement is 25 feet wide for this purpose alone.
4. It is anticipated that the installed line will always be at least 10 feet away from any permanent
structure; i.e., corner of the barn. Storm water drainage will normally go toward the buried
pipeline ditch itself as the system will\ act like a french drain. There shouldn't be a problem
with any weakness to a foundation as a result of a water line installation that is at least 10 feet
away. The engineers are aware of these situations and take special precautions to avoid areas
of possible problems.
The above items are intended to address the concerns you expressed, hopefully to your satisfaction. If
you have other concerns or if further explanation is necessary, please do not hesitate to contact the
undersigned at 444-3415.
Sincere!
Edward D. Connell
Land Agent
I
cc: Robert White, McClelland Consulting Engineers
113 WEST MOUNTAIN 72701 501 521.7700
FAX 501 5758257
I
I
HP
J
I
I
I
I
I
I
I
I
I
Project No. 00038
Project: W lute mar eridge W earaw
Paced No. 770.17588-000 6 770-17619.000
Tract No. 4
FILED FOR RECORD
WATERISEWER EASEMENT 00 DEC 18 fif9 9 29
BE IT KNOWN BY THESE PRESENTS: VIASHIACTON CO AR
THAT WE , Gerald Bowman and Delon Bowman, husband and wife, hereinafter cal)eiG ANTORS, for
and in consideration of the sum of One Dollar ($1.00) and other good and valuable consideration, the receipt of
which is hereby acknowledged, does hereby GRANT, SELL and CONVEY unto the City of Fayetteville,
Arkansas, a municipal corporation, hereinafter called GRANTEE, and unto Grantee's successors and assigns,
a permanent easement and a temporary construction and grading easement to construct, lay, remove, relay.
inspect, enlarge and/or operate a water and/or sanitary sewer pipe line or lines, manholes, and appurtenances
thereto, on, over, across, and under the following described land situated in the County of Washington, State
of Arkansas. to -wit:
PROPERTY DESCRIPTION:
Lots No. 5 & 6 of River Cliff Acres subdivision to the City of Goshen as per final plat, as shown
in Plat Book 11 at Page 97and described in Deed Record 1389-824 of the records of the Circuit
Clerk, Washington County, Arkansas
PERMANENT EASEMENT DESCRIPTION:
A permanent water/sewer easement of variable width lying on each side of a line described as
follows: From the Northwest comer of the original final plat of Lot No. 6 of said River cliff Acres
subdivision South 23" 04' 16" West along the West line of said Lot No. 6 a distance of 127.69 feet
to a point on the proposed South right of way line of Arkansas Highway 45 (AHTD Job No.
040230) ; thence South 58' 23' 02" East along said South right of way line a distance of 24.76
feet; thence leaving said South right of way line South 31" 38 58" West — 10.00 feet to the Point
of Beginning of said line, said easement being 10 feet to the left and 10 feet to the right of the
following described line; thence running parallel with said South right of way line, South 58" 23'
02" East - 43.68 feet: thence South 57" 44' 54" East - 196.03 feet to a point where said easement
is 10 feet on the left and 15 feet on the right of the following described line; thence running
parallel with said South right of way line South 57" 44' 54" East - 156.70 feet to a point where said
easement is 10 feet to the left and 10 feet to the right of the following described line: thence
running parallel with said South right of way line South 57" 44' 54" East - 10.19 feet; thence South
80" 05' 56" East - 34.51 feet; thence South 57. 44' 54" East to a point where said easement is
10 feet to the left and 15 feet to the right of the following described line: thence running parallel
with said South right of way line South 57" 44' 54" East - 41.57 feet thence South 53' 10' 24"
East - 8.49 feet to a point on the West right of way line of Wyman Road, said line there
terminating. containingl5,520 sq. ft. (0.356 acre), more or less.
TEMPORARY CONSTRUCTION AND GRADING EASEMENT DESCRIPTION:
A temporary construction and grading easement 20 feet in width, being parallel with and adjacent
to the West and South sides of the permanent easement described hereinabove and containing
15,960 sq. ft.. more or less,
together with the rights, easements, and privileges in or to said lands which may be required for the full
enjoyment of the rights herein granted.
This
temporary construction and
grading easement as conditioned above,
shall terminate when the
hereinabove
referenced project has been
completed by the contractor and accepted
by the City of Fayetteville,
Arkansas.
It is expressly understood that the above temporary construction and grading easement shall exclude
any permanent structure presently located within said temporary construction and grading easement area.
TO HAVE AND TO HOLD unto said
Grantee,
its successors and assigns, so long as
such pipe line
or lines, manholes and/or appurtenances thereto
I
shall be
maintained, together with free ingress
to and egress
from the real estate first hereinabove described for
the uses and purposes hereinabove set forth.
I
H
I
The said Grantor is to fully use and enjoy the said premises except for the purposes hereinbefore granted
to the said Grantee, which hereby agrees to bury all pipes, where feasible, to a sufficient depth so as not to
interfere with cultivation of soil, and that manholes will be constructed flush with the surface of the ground except
in bottom lands where they shall be at a height above high water, and to pay any damages which may arise to
growing crops or fences from the construction, maintenance and operation as determined by three disinterested
persons; one thereof to be appointed by the said Grantor, one by the said Grantee; and the third by the two so
appointed as aforesaid, and the written award of such three persons shall be final and conclusive.
The Grantor agrees not to erect any buildings or structures in said permanent easement other than
fences and said fences shall not exceed six (6) feet in height.
The Grantee shall have the right to construct additional pipe lines upon the above described easement
at any time in the future and agrees to pay any damages as a result of such future construction as set out in this
easement.
J
2000104167
C1
I
I
I
L
WATERISEWER EASEMENT
Page 2 of 2
The consideration first above recited as being paid to Grantor by Grantee is in full satisfaction of every
right hereby granted. All covenants and agreements herein contained shall extend to and be binding upon the
respective heirs, legal representatives, successors and assigns of the parties hereto.
It is hereby understood and agreed that the party securing this document in behalf of the Grantee is
without authority to make any covenant or agreement not herein expressed.
WITNESS the execution hereof on this the /?i/ day of C276ce'/OEx' . 2000.
= yK WjIrr -
ACKNOWLEDGMENT
STATE OF ARKANSAS
'COUNTY OF WASHINGTON
BE IT REMEMBERED, that on this date, before the undersigned, a duty commissioned and acting
Notary Public within and for said County and State, personally appeared Gerald Bowman and Delon Bowman,
Ito me well known as the persons who executed the foregoing document, and who stated and acknowledged that
they had so signed, executed and delivered said instrument for the consideration, uses and purposes therein
mentioned and set forth.
I
I
I
I
C
I
I
I
WITNESS my hand and seal on this 2l! day of .2 .flgn.&r. .2000.
EDWARD o. araELL Notary Public
MY COMMISSION EXPIRES: ... yG... E
AwtM MyG....
-O/-2o/d
J
2000104168
Li
ISECTION 01014
PROTECTION OF THE ENVIRONMENT
PARTI GENERAL
1.01 WORK AREAS
A. The Contractor shall maintain all work areas within and outside the project
boundaries free from environmental pollution which would be in violation to any
federal, state, or local regulations.
I
1.02 PROTECTION OF TREES
A. The numerous large trees and ornamental trees along the pipeline route shall be
' protected to the maximum extent possible. If it becomes apparent that the planned
pipe route will result in damage to specific trees, and alternate routes may be possible
that would minimize damages, advise the Engineer to determine if route adjustments
can be made.
1.03 PROTECTION OF SEWERS
' A. Not Applicable.
1.04 PROTECTION OF WATERWAYS
' A. The Contractor shall observe the rules and regulations of the State of Arkansas and
agencies of the United States Government prohibiting the pollution of stream or river
' waters by dumping of any refuse, rubbish, or debris therein.
B. The Contractor shall be responsible for providing an approved method which will
handle, carry through, or divert around his work all flows, including storm flows so
as to prevent flooding damage to the property.
1.05 MAINTENANCE OF SEWAGE FLOW IN EXISTING LINES
' A. Not Applicable.
1.06 DEWATERING
A. The Contractor shall construct, maintain, and operate all channels, flume drain,
' sumps, pumps, and/or other temporary diversion and protection works, shall furnish
all materials required therefore, and shall furnish, install, maintain, and operate all
necessary pumping and other equipment for the environmentally -safe removal and
' disposal of water from the various parts of the work.
1.07 PROTECTION OF AIR QUALITY
A. Trash burning will not be permitted on the construction site.
B. If temporary heating devices are necessary for protection of the work, such devices
' shall be of an approved type that will not cause pollution of the air.
FY002255 Hwy. 45 Bridge Section 01014 - I
I
1.08
1.09
1.10
CONSTRUCTION NOISE CONTROL
A. The Contractor shall conduct all his work, use appropriate construction methods and
equipment, and furnish and install acoustical barriers, all as necessary so that no
noise emanating from the process or any related tool or equipment will exceed legal
noise levels.
NIGHTTIME WORK
A. If the Contractor desires to perform any work between the hours of 6 P.M. and 7
A.M., he shall obtain approval of the Engineer and all necessary permits from the
appropriate agencies and make all necessary arrangements prior to commencing.
EROSION CONTROL
A. The Contractor shall take steps to insure that excess erosion does not occur during
the construction process or during the period between the rough cleanup and the time
when a grass stand is established. Areas subject to erosion shall be protected with
hay bales, by spreading hay over the area, by temporary seeding, or by utilizing other
methods deemed appropriate by the Contractor. At points where lines cross creeks,
the potential for erosion of the backfilled creek bank shall be reduced by spreading
rip -rap over the affected area. Steps taken to prevent erosion shall not be a pay item.
Erosion control is a subsidiary of Earthwork, Trench Excavation, and Backfill
(Section 02200). Inadequate erosion control efforts will result in increased retainage
on this pay item.
I:'
PART 2
PART 3
PAYMENT
Payment for the work in this section will be included as part of the applicable unit
price bid amounts stated in the Proposal.
PRODUCTS
Not Used.
EXECUTION
Not Used.
END OF SECTION
I
[1
I
[]
I
I
[1
I
I
I
I
I
I
FY002255 Hwy. 45 Bridge Section 01014-2 ,
I
SECTION 01016
SAFETY REQUIREMENTS AND PROTECTION OF PROPERTY
PARTI GENERAL
' 1.01 CONTRACTOR'S RESPONSIBILITY FOR SAFETY
A. The Contractor shall do whatever work is necessary for safety and be solely and
completely responsible for conditions of the jobsite, including safety of all persons
(including employees) and property during the Contract period. This requirement
' shall apply continuously and not be limited to normal working hours.
1.02 FEDERAL, STATE, AND LOCAL SAFETY REQUIREMENTS
A. Safety provisions shall conform to the Federal and State Department of Labor
Occupational Safety Health Act (OSHA), and all other applicable federal, state,
county, and local laws, ordinances, codes, the requirements set forth herein, and any
regulations that may be specified in other parts of these Contract Documents. Where
any of these are in conflict, the more stringent requirements shall be followed. The
Contractor's failure to thoroughly familiarize himself with the aforementioned safety
' provisions shall not relieve him from compliance with the obligations and penalties
set forth therein.
B. The Contractor shall comply with trench safety regulations appended hereto.
1.03 SAFE ACCESS BY FEDERAL, STATE, AND LOCAL GOVERNMENT
' OFFICIALS
A. The Contractor shall at all times provide proper facilities for safe access to the work
by authorized government officials.
1.04 CONSTRUCTION SAFETY PROGRAM
IA. The Contractor shall develop and maintain for the duration of this Contract, a safety
program that will effectively incorporate and implement all required safety
provisions. The Contractor shall appoint an employee who is qualified and
authorized to supervise and enforce compliance with the safety program.
B. The duty of the Engineer to conduct construction review of the Contractor's
' performance is not intended to include a review or approval of the adequacy of the
Contractor's safety supervisors, the safety program, or any safety measures taken in,
on, or near the construction site.
I
I
FY002255 Hwy. 45 Bridge
Section 01016- 1
I
1.05 SAFETY EQUIPMENT '
A. The Contractor, as part of his safety program, shall maintain at his office or other '
well-known place at the jobsite, safety equipment applicable to the work as
prescribed by the governing safety authorities, all articles necessary for giving
first -aid to the injured, and shall establish the procedure for the immediate removal
to a hospital or a doctor's care of any person who may be injured on the jobsite.
B. The performance of all work and all completed construction, particularly with respect
to ladders, platforms, structure openings, scaffolding, shoring, lagging, machinery
guards and the like, shall be in accordance with the applicable governing safety
authorities.
C. . During construction, the Contractor shall construct and at all times maintain
satisfactory and substantial temporary chain link fencing, solid fencing, railing, '
barricades or steel plates, as applicable, at all openings, obstructions, or other hazards
in sidewalks, floors, roofs, walkways, parking areas and driveways. All such barriers
shall have adequate warning lights as necessary, or required, for safety.
1.06 ACCIDENT REPORTS
A. If death or serious injuries or serious damages are caused, the accident shall be
reported immediately by telephone or messenger to the Engineer. In addition, the
Contractor must promptly report in writing to the Engineer all accidents whatsoever
arising out of, or in connection with, the performance of the work whether on, or
adjacent to, the site, giving full details and statements of witnesses.
B. If a claim is made by anyone against the Contractor or any subcontractor on account
of any accident, the Contractor shall promptly report the facts in writing to the
Engineer, giving full details of the claim.
1.07 TRAFFIC SAFETY AND ACCESS TO PROPERTY '
A: Comply with all rules and regulations of the city, state, and county authorities
regarding closing or restricting the use of public streets or highways. No public or
private road shall be closed, except by express permission of the Owner. Conduct
the work so as to assure the least possible obstruction to traffic and normal
commercial pursuits. Protect all obstructions within traveled roadways by installing
approved signs, barricades, and lights where necessary for the safety of the public.
The convenience of the general public and residents adjacent to the project, and the
protection of persons and property are of prime importance and shall be provided for
in an adequate and satisfactory manner.
B. When flagmen and guards are required by regulation or when deemed necessary for
safety, they shall be furnished with approved orange wearing apparel and other
regulation traffic control devices.
L
FY002255 Hwy. 45 Bridge Section 01016-2 I
I
1.08 TRAFFIC CONTROL
A. Traffic control procedures and devices used on all local, county, and state
' rights -of -way shall meet the requirements of the applicable current laws and
regulations for traffic control.
' 1.09 ACCESS FOR POLICE
A. The Contractor shall leave his night emergency telephone number or numbers with
' the Sheriffs Department, so that contact may be made easily at all times.
1.10 FIRE PREVENTION AND PROTECTION
A. The Contractor shall perform all work in a fire -safe manner and shall supply and
maintain on the site adequate fire -fighting equipment capable of extinguishing
incipient fires. The Contractor shall comply with applicable federal, local, and state
' fire -prevention regulations. Where these regulations do not apply, applicable parts
of the National Fire Prevention Standards for Safeguarding Building Construction
Operations, (NFPA No. 241) shall be followed.
1.11 USE OF EXPLOSIVES
IA. When explosives are used, the Contractor shall comply with all Federal, State and
Local Regulations. The Contractor shall take all precautions necessary to protect
lives, property, and utilities.
' B. The Contractor shall obtain the services of a qualified seismic consultant to do a
preblast survey on all structures and utilities closer than 300 feet to determine the
condition of each before blasting. The seismic consultant shall install and operate
seismic monitoring equipment at structures closer than 300 feet.
A postblast survey will be made if complaints are received about damage due to
blasting.
C. The Contractor shall obtain a Certificate of Insurance covering such blasting
' operations. The amount of such coverage shall be the same as the requirements for
public liability insurance in the General Conditions (Article 35).
D. The Contractor shall work out a mutual agreeable blasting procedure with the utility
companies before blasting adjacent to utilities. Certain utilities, including gas
pipelines and fiber optics, will not permit blasting within a minimum distance.
1.12 JOINT SURVEY TO ESTABLISH AUTHENTICITY OF POSSIBLE DAMAGE
CLAIMS
A. The Contractor shall establish vertical and horizontal survey control points on all
structures, and improvements, located in the vicinity of the blasting work prior to
' beginning work, and shall periodically check the points for movements when directed
by the Engineer. The Contractor shall furnish the Engineer with copies of the survey
notes for each survey and a copy of the layout of the survey control points.
FY00?255 Hwy. 45 Bridge Section 01016-3
1.13
1.14
B After the Contract is awarded and before the commencement of work, the Contractor ,
shall make a thorough examination of all existing buildings, structures, and other
improvements in the vicinity of the work, as applicable, which might be damaged
by his operation.
C. Examination of existing buildings, structures, and other improvement in the vicinity
of the work shall be made jointly by authorized representatives of the Contractor, the
Owner, and the Engineer. The scope of the examination shall include cracks in
structures, settlement, leakage, and similar conditions.
D. Records of all observations shall be prepared by the Contractor and every copy of '
every document shall be signed by the authorized representative of the Owner and of
the Contractor. One signed copy of every document and photograph will be kept in
file in the office of the Engineer.
E. The above records and photographs are intended to use as indisputable evidence in
ascertaining the extent of any damage which may occur as a result of the Contractor's
operations and are for the protection of the Contractor, and the Owner, and will be
a means of determining whether and to what extent damage, resulting from the
Contractor's operations, occurred during the Contract work.
CONTRACTOR TO SAFEGUARD EXISTING UTILITIES
A. The Contractor shall perform all work, including excavation, dewatering, and
demolition operations, in such a manner as to avoid damage to existing water mains,
fire hydrants, sewer lines, gas mains, telephone and TV cables, power poles, lighting
standards, and all other existing utilities, public or private. See Section 01011, SITE
CONDITIONS.
PROTECTION OF PUBLIC/PRIVATE PROPERTY
A. The Contractor shall employ such means and methods as necessary to adequately '
protect public and private property against damage. In the event of damage to such
property, the Contractor shall, at his own expense, immediately restore the property
to a condition equal to its original condition and to the satisfaction of the Engineer
and the owner of said property. ,
B. The Contractor shall exercise due care to avoid damage to existing pipe and coatings,
wrappings, sewers, conduit, or other existing utilities. Should the Contractor damage
or displace any of the above, the Contractor shall repair same to the satisfaction of
the Engineer and all expenses in connection therewith shall be borne solely by the
Contractor. '
C Most of the work to be done under this contract will be performed on private
property. A permanent and a temporary easement has been obtained from the
property owner for construction purposes. The easement does not permit the wanton
destruction of trees, shrubs, walls, water and sewer services, or other improvements.
The Contractor shall safeguard and restore the properties to a condition as near equal
as possible to that found prior to entering them. In some cases, particular instruction
will be given the Contractor relative to the protection of certain improvements, and
in all cases, lawns will be hand -raked (after all settlement of the trench backfill has
occurred) and seeded and fertilized. Since this work is being performed on behalf of
FY002255 Hwy. 45 Bridge Section 01016 -4 '
I
1
1
1
1
1
1
1
the City of Fayetteville. good public relations and cooperation with the property
owners shall be exercised by the Contractor.
D. The Contractor shall construct all necessary temporary fencing for the containment
of all livestock in pastured areas. Upon completion of the project all fencing will be
repaired to a permanent nature.
1.15 PAYMENT
A. Payment for the work in this Section will be included as part of the unit price bid
amounts stated in the Proposal.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
FY002255 Hwy. 45 Bridge
END OF SECTION
Section 01016-5
I
SECTION 01027
APPLICATIONS FOR PAYMENT
' PART1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Procedures for preparation and submittal of Applications for Payment.
1.02 RELATED REQUIREMENTS
1 A. Document 00500 - Owner -Contractor Agreement: Contract Sum, Amounts of
Progress Payments, and Retainages, and times for submittals.
' B. Section 01300- Submittals: Submittal procedures; Schedule of Values.
C. Section 01700- Contract Closeout: Final Payment.
1.03 FORMAT
A. For each item, provide a column for listing: Item Number; Description of Work;
Scheduled Value, Previous Applications; Work in Place; Stored Materials;
Authorized Change Orders; Total Completed and Stored to Date of Application;
' Percentage of Completion; Balance to Finish; and Retainage.
1.04 PREPARATION OF APPLICATION
A. Type required information or use media -driven printout.
B. Execute certification by signature of authorized officer.
C.. Provide dollar value in each column for each line item for portion of Work performed
and for stored products.
D. List each authorized Change Order as an extension on continuation sheet, listing
' Change Order number and dollar amount as for an original item of Work.
E. Prepare Application for Final Payment as specified in Section 01700.
1.05 SUBMITTAL PROCEDURES
A. Submit five copies of each Application for Payment at times stipulated in Agreement.
B. Submit under transmittal letter specified in Section 01300.
' 1.06 SUBSTANTIATING DATA
A. Provide an invoice from the Material Supplier for every item of stored material for
which payment is requested.
1
FY002255 Hwy. 45 Bridge Section 01027- 1
B. When Engineer requires substantiating information, submit data justifying line item
amounts in question.
C Provide one copy of data with cover letter for each copy of submittal. Show
Application number and date, and line item by number and description.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
FY002255 Hwy. 45 Bridge Section 01027-2
I
' SECTION 01028
' CHANGE ORDER PROCEDURES
' PARTI GENERAL
1.01 REQUIREMENTS INCLUDED
' A. Procedures for processing Change Orders.
I1.02 RELATED REQUIREMENTS
A. Section 01700- Contract Closeout: Project record documents.
1.03 SUBMITTALS
A. Submit name of the individual authorized to accept changes, and to be responsible
' for informing others in Contractor's employ of changes in the Work.
B. Change Order Form: As approved by the Engineer.
' 1.04 DOCUMENTATION OF CHANGE IN CONTRACT SUM AND CONTRACT
TIME
A. Document each quotation for a change in cost or time with sufficient data to allow
evaluation of the quotation.
B. Provide data to support computations:
I. Quantities of products, labor, and equipment.
2. Taxes, insurance and bonds.
3. Overhead and profit.
4. Justification for any change in Contract Time.
5. Credit for deletions from Contract, similarly documented.
C. Support each claim for additional costs, and for work done, with additional
'
information:
Ii. Origin and date of claim.
2. Dates and times work was performed, and by whom.
3. Time records and wage rates paid.
I
' FY002255 Hwy. 45 Bridge
Section 01028-I
I
I
4. Invoices and receipts for products, equipment, and subcontracts, similarly
documented.
1.05 PRELIMINARY PROCEDURES
A. Engineer may submit a Proposal Request which includes: Detailed description of
change with supplementary or revised Drawings and Specifications, the projected
time for executing the change and the period of time during which the requested price
will be considered valid.
B. Contractor may initiate a change by submittal of a request to Engineer describing the '
proposed change with a statement of the reason for the change, and the effect on
Contract Sum and Contract Time with full documentation.
1.06 CONSTRUCTION CHANGE AUTHORIZATION - WORK DIRECTIVE CHANGE
A. Engineer may issue a directive, signed by Owner, instructing Contractor to proceed
with a change in the Work, for subsequent inclusion in a Change Order.
B. Directive will describe changes in the Work, and will designate method of
determining any change in Contract Sum or Contract Time.
C. Promptly execute the change in Work.
1.07 TIME AND MATERIAL - FORCE ACCOUNT CHANGE ORDER
A. Submit itemized account and supporting data after completion of change, within time '
limits in Conditions of the Contract.
B. Engineer will determine the change allowable in Contract Sum and Contract Time
as provided in Conditions of the Contract.
1.08 EXECUTION OF CHANGE ORDERS ,
A. Engineer will issue Change Orders for signatures of parties as provided in Conditions
of the Contract.
1.09 CORRELATION OF CONTRACTOR SUBMITTALS
A. Promptly revise Schedule of Values and Application for Payment forms to record
each authorized Change Order as a separate line item and adjust the Contract Sum
as shown on Change Order.
B. Promptly enter changes in Project Record Documents.
C
FY002255 Hwy. 45 Bridge Section 01028-2 1
PART 2
PART 3
PRODUCTS
Not Used.
EXECUTION
Not Used.
END OF SECTION
FY002255 Hwy. 45 Bridge Section 01028 -3
[1
II
SECTION 01070
CUTTING AND PATCHING
' PARTI GENERAL
1.01 SCOPE
A. This Section includes the work required to provide complete, in place, cutting, fitting,
and patching of new and existing work.
1.02 GENERAL
A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
' REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and are mandatory for this project.
I1.03 DESCRIPTION
A. Execute cutting (including excavating), fitting, or patching of work, required to:
1. Make the several parts fit properly.
2. Uncover work to provide for installation of ill-timed work.
' 3. Remove and replace work not conforming to requirements of Contract
Documents.
4. Remove and replace defective work.
' 5. Install specified work in existing construction.
B.. In addition to Contract requirements, upon written instructions of Engineer:
' 1. Uncover work to provide for Engineer's observation of covered work.
' 2. Remove samples of installed materials for testing.
3. Remove work to provide for alteration of existing work.
' 4. Do not endanger any work by cutting or altering work or any part of it.
5. Do not cut or alter work of another contractor without written consent of
Engineer
6. Do not cut structural or reinforcing steel without written consent of the
Engineer.
I
' FY002255 Hwy. 45 Bridge
01070-1
1.04 SUBMITTALS DURING CONSTRUCTION
A. Submittals during construction shall be made in accordance with Section 01300,
SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL
REQUIREMENTS.
1.05 SUBMITTALS
A. Prior to cutting which affects structural safety of project, submit written notice to the
Engineer and other Prime Contractors, requesting consent to proceed with cutting.
B. Prior to "extra" cutting and patching done on instruction of Engineer, submit cost
estimate.
C. Should conditions of work, or schedule, indicate change of materials or methods,
submit written recommendation to Engineer, including:
1. Conditions indicating change.
2. Recommendations for alternative materials or methods.
3. Submittals as required for substitutions.
4. Submit written notice to Engineer, designating time work will be uncovered,
to provide for observation.
PART 2 MATERIALS
2.01 GENERAL
A. Materials for replacement of work removed shall comply with applicable sections of
these Specifications for type of work to be done.
B. Provide all tools and equipment required to accomplish cutting and patching.
PART 3 EXECUTION
3.01 INSPECTION
A. Inspect existing conditions of work, including elements subject to movement or
damage during cutting, patching, excavation, and backfilling.
B. After uncovering work, inspect conditions affecting installation of new products.
3.02 PREPARATION
A. Prior to cutting, provide shoring and protection.
FY002255 Hwy. 45 Bridge 01070-2
I
1 3.03 PERFORMANCE
IA. Execute fitting and adjustment of products to provide finished installation to comply
with specified tolerance and finishes.
' B. Restore work which has been cut or removed; install new products to provide
completed work in accordance with requirements of Contract Documents.
C. Refinish surfaces as practical to provide a finish which blends acceptably with the
existing finish.
3.04 RESTORATION
' A. Restore structures and surfaces damaged during the course of this Contract that are
to remain in the completed work.
' B. Restorations shall be done with new materials and appropriate methods as specified
elsewhere in these Specifications from new work of similar nature; or, if not
specified, best recommended practice of manufacturer, or appropriate trade
association.
C. Restore damaged work in such a way that there is a secure and intimate bond or
fastening between new and old work. Restored surfaces shall be finished to such
planes, shapes, and textures that no obvious transition between new and old work is
unduly noticeable in finished surfaces.
3.05 CLEANING
A. Remove from site all debris, rubbish, and extra material caused by cutting and
patching.
3.06 PAYMENT
A. Payment for the work in this Section will be included as part of the unit price bid
amounts stated in the Proposal.
IEND OF SECTION
I
J
I
I
' FY002255 Hwy. 45 Bridge 01070-3
I
LI
SECTION 01210
PRECONSTRUCTION CONFERENCES
' PARTI GENERAL
1.01 SUMMARY
IA. Contractor participation in preconstruction conferences.
1.02 RELATED SECTIONS
A. Section 01009 - Summary of Work.
1.03 PRECONSTRUCTION CONFERENCE
A. Engineer will schedule conference as soon as practicable after receipt of approved bonds
and proof of insurance.
B. Attendance:
II. Owner
2. Engineer
3. Contractor
4. Representative of AHTD
1 5. Major Subcontractors
C. Agenda:
I1. Distribution of Contract Documents.
2. Submittal of list of subcontractors, list of products, schedule of values, and
progress schedule.
S3. Designation of responsible personnel.
4. Procedures and processing of field decisions, submittals, substitutions,
applications for payments, bid requests, change orders, and Contract closeout
procedures.
5. Scheduling.
6. Responsibilities of Engineer.
' 7. Responsibilities of Owner.
8. Responsibilities of Contractor.
9. General Discussion of Contract.
10. Staking of Work.
1 11. Construction Observation.
12. Labor Requirements.
13. Rights -of -Way and Easements.
' 14. Other items as required by funding agencies.
15. Use of premises by Owner and Contractor.
16. Owner's requirements.
' 17. Construction facilities and controls provided by Owner.
18. Temporary utilities provided by Owner.
19. Security and housekeeping procedures.
20. Schedules.
21. Procedures for testing.
' FY002255 Hwy. 45 Bridge
Section 01210 - I
I
22. Procedures for maintaining record documents.
23. Requirements for startup of equipment. '
24. Inspection and acceptance of equipment put into service during construction
period.
PART 2 PRODUCTS I
Not Used. I
PART 3 EXECUTION
Not Used.
I
END OF SECTION I
I
I
I
I
I
I
I
•r
FY002255 Hwy. 45 Bridge Section 01210-2 I
I
ISECTION 01300
SUBMITTALS DURING CONSTRUCTION
PARTI GENERAL
1.01 SUBMITTALS
IA. This Section outlines in general the items that the Contractor must prepare or
assemble for submittal during the progress of the work. Costs for the work under this
Section shall be included in the appropriate items of the Contractor's bid prices.
' There is no attempt herein to state in detail all of the procedures and requirements for
each submittal. The Contractor's attention is directed to the individual Specification
sections in these Contract Documents which may contain additional and special
' submittal requirements. The Owner reserves the right to direct and modify the
procedures and requirements for submittals as necessary to accomplish the specific
purpose of each submittal. Should the Contractor be in doubt as to the procedure,
purpose, or extent of any submittal, he should direct his inquiry to the Engineer.
1.02 ADMINISTRATIVE SUBMITTALS
' A. The Contractor shall provide all of the submittals required by the General Conditions,
Supplementary Conditions, and as may be specifically required in other parts of these
Documents.
B. The Contractor is reminded of his obligation as required by law to make required
submittals promptly to the applicable Federal, state, or local agency. Failure to
' comply with this requirement may result in the withholding or progress payments and
make the Contractor liable for other prescribed action and sanctions.
PART 2 TECHNICAL SUBMITTALS
' 2.01 GENERAL
A. Requirements in this Section are in addition to any specific requirements for
submittals specified in other Divisions and Sections of these Contract Documents.
B. Submittals to the Engineer shall be addressed to: McClelland Consulting Engineers,
Inc.; Attn: Mr. Robert White, P.O. Box 1229, Fayetteville, Arkansas 72702.
IC. Submitted data shall be fully sufficient in detail for determination of compliance with
the Contract Documents.
D. Review, acceptance, or approval of substitutions, schedules, shop drawings, lists of
materials, and procedures submitted or requested by the Contractor shall not add to
the Contract amount, and all additional costs which may result therefrom shall be
solely the obligation of the Contractor.
I
IFY002255 Hwy. 45 Bridge Section 01300 -1
I
E. The Owner is not precluded, by virtue of review, acceptance, or approval, from
obtaining a credit for construction savings resulting from allowed concessions in the
work or materials therefore.
F. It shall not be the responsibility of the Owner to provide engineering or other services
to protect the Contractor from additional costs accruing from such approvals. I
G. No equipment or material for which listings, drawings, or descriptive material is
required shall be fabricated, purchased, or installed until the Engineer has on hand
copies of such approved lists and the appropriately stamped final shop drawings.
H. Submittals will be acted upon by the Engineer as promptly as possible, and returned
to the Contractor not later than the time allowed for review in SHOP DRAWING
SUBMITTAL PROCEDURE. Delays caused by the need for resubmittals shall not
constitute reason for an extension of Contract time.
2.02 SHOP DRAWING SUBMITTAL PROCEDURE
A. See General and Supplemental Conditions.
2.03 TRANSMITTAL OF CONTRACTOR'S SUBMITTAL FORM
A. Each shop drawing submittal shall be accomplished by a Transmittal of Contractor's '
Submittal form. The form shall be completely filled in with all applicable
information; failure to do so shall result in immediate rejection of the submitted
items.
2.04 SHOP DRAWING REQUIREMENTS
A. Shop drawings referred to herein shall include shop drawings and other submittals
for both shop and field -fabricated items. The Contractor shall submit, as applicable, ,
the following for all prefabricated or manufactured structural, mechanical, electrical,
plumbing, process systems, and equipment:
I. GENERAL '
a. Shop drawings or equipment drawings, including dimensions, size
and location of connections to other work, and weight of equipment.
b. Catalog information and cuts.
c. Installation or placing drawings for equipment, drives, and bases. '
d. Supporting calculations for equipment and associated supports, or
hangers required or specified to be designed by equipment
manufacturers.
e. Complete manufacturer's specifications, including materials
description and paint system.
f. Performance data.
FY002255 Hwy. 45 Bridge Section 01300 -2 ,
g. Suggested spare parts list with current price information.
' h. List of special tools required for checking, testing, parts replacement,
and maintenance. (Special tools are those which have been specially
designed or adapted for use on parts of the equipment, and which are
not customarily and routinely carried by maintenance mechanics.)
i. List of special tools furnished with the equipment.
' j. List of materials and supplies required for the equipment prior to, and
during start-up.
k. List of materials and supplied furnished with the equipment.
1. Samples of finish colors for selection.
' m. Special handling instructions.
In. Requirements for storage and protection prior to installation.
o. Requirements for routine maintenance required prior to start-up.
' 2.05 SUBMITTALS REQUIRED FOR FOREIGN -MANUFACTURED ITEMS
A. In addition to the submittal requirements stated above, suppliers of
' foreign -manufactured items shall submit the names and addresses of companies
within the United States that maintain technical service representatives and complete
inventory of spare parts and accessories for each foreign -made item proposed for
' incorporation into the work. Failure to prove the foregoing capabilities shall be just
cause for rejection of the foreign -manufactured items.
' 2.06 RECORD DRAWINGS
A. The Engineer will prepare a set of Record Drawings for the project which will
t include the changes made in materials, equipment, locations, and dimensions of the
work. Two weeks prior to Final Inspection, the Contractor shall submit to the
Engineer a current listing and description including marked -up prints of each change
' incorporated into the work since the preceding submittal.
2.07 SUBMITTAL OF INTERFACE INFORMATION (CONNECTION AND
CORRELATION WITH OTHER WORK)
A. Where called for on the Specifications, and as determined necessary by the Engineer
to provide proper correlation with other equipment, complete interface information
shall be submitted. This interface information shall be accurate, and contain all
information necessary to allow the completion of detail design and construction of
the interfacing or connecting work. The Contractor shall include in his negotiation
'for subcontract work, such agreements as may be necessary to ensure the accuracy
of subcontractor's interface submittal information. In the event additional costs are
incurred due to subsequent changes to information given in said interface
information, such additional costs shall be borne by the Contractor.
FY002255 Hwy. 45 Bridge
Section 01300-3
I
2.08 SAMPLES AND TEST SPECIMENS
A. Where required in the Specifications, test specimens or samples of materials, ,
appliances, and fittings to be used or offered for use in connection with the Work
shall be submitted to the Engineer at the Contractor's expense, with information as
to their sources, with all cartage charges prepaid, and in such quantities and sizes as
may be required for proper examination and tests to establish the quality or equality
thereof, as applicable.
B. All samples and test specimens shall be submitted in ample time to enable the
Engineer to make any tests or examinations necessary without delay to the work. The
Contractor will be held responsible for any loss of time due to his neglect or failure
to deliver the required samples to the Engineer, as specified.
C. The Contractor shall submit additional samples as required by the Engineer to ensure
equality with the original approved sample and/or for determination of Specification
compliance.
D. Laboratory tests and examinations that the Owner elects to make at its own '
laboratory will be made at no cost to the Contractor, except that, if a sample of any
material or equipment proposed for use by the Contractor fails to meet the
Specifications, the cost of testing subsequent samples shall be borne by the
Contractor.
E. All tests required by the Specifications to be performed by an independent laboratory '
shall be made by an approved laboratory. Certified test results of all specified tests
shall be submitted in duplicate to the Engineer. The samples furnished and the cost
for the laboratory services shall be at the expense of the Contractor and included in
the prices bid for the associated work.
2.09 CERTIFICATES OF COMPLIANCE
A. A Certificate of Compliance shall be furnished for materials specified to a recognized
standard or code prior to the use of any such materials in the work. The Engineer
may permit the use of certain materials or assemblies prior to sampling and testing
if accompanied by a Certificate of Compliance. The certificate shall be signed by the
manufacturer of the material or the manufacturer of assembled materials and shall
state that the materials involved comply in all respects with the requirements of the
Specifications. A Certificate of Compliance shall be furnished with each lot of
material delivered to the work and the lot so certified shall be clearly identified in '
the certificate.
B. All materials used on the basis of a Certificate of Compliance may be sampled and
tested at any time. The fact that material is used on the basis of a Certificate of
Compliance shall not relieve the Contractor of responsibility for incorporating
material in the work which conforms to the requirements of the Contract Documents
and any such material not conforming to such requirements will be subject to
rejection whether in place or not.
C. The Engineer reserves the right to refuse permission for use as material on the basis I
of a Certificate of Compliance.
FY002255 Hwy. 45 Bridge Section 01300 -4 1
2.10
Ii;
E
A.
PART 3
The form of the Certificate of Compliance and its disposition shall be as directed by
the Engineer.
Where Certification of Compliance is required in the Technical Specifications, the
Contractor shall obtain from the supplier/manufacturer a certification stating that the
particular piece of equipment or system will satisfy all requirements stated in the
related Specification Section(s).
PAYMENT
Payment for the work in this Section will be included as part of the unit price bid
amounts stated in the proposal.
EXECUTION
Not Used.
END OF SECTION
FY002255 Hwy. 45 Bridge Section 01300-S
I
' SECTION 01311
SCHEDULE AND SEQUENCE OF OPERATIONS
' PARTI GENERAL
' 1.01 CONSTRUCTION SCHEDULE GENERAL PROVISIONS
A. No work shall be done between 6:00 P.M. and 7:00 A.M. nor on Saturdays, Sundays
' or legal holidays without the written permission of the Engineer. However,
emergency work during these hours may be done without prior permission.
' 1.02 SEQUENCE OF CONSTRUCTION
A. The Contractor shall submit a diagram or chart indicating the construction
' sequencing and duration of each construction activity.
1.03 OVERALL SCHEDULE
IA. Immediately after opening bids, the low bidder will prepare a detailed schedule
showing the sequence of work items to be accomplished.
' B. Schedule to be comprised of construction operations covering Work in connection
with this Contract and shown in sufficient detail and with a minimum of work activi-
ties.
1. Final total number of activities is subject to approval of Engineer.
2. Work Activity: Activity for which manpower is required and must be
performed before the Project is considered complete.
' PART 2 PROGRESS OF THE WORK
2.01 GENERAL
A. The work shall be started within 10 days of the Notice to Proceed from the Owner,
and the work shall be executed with such progress as may be required to prevent any
' delay to other contractors who may be working on other utilities in this vicinity or on
the bridge itself, or to the general completion of the project.
' B. The work shall be executed at such times and in or on such parts of the project, and
with such forces, materials, and equipment to assure completion of the work in the
time established by the Contract.
' 2.02 OVERTIME NOTICE
[1
C]
LI
A. See GENERAL CONDITIONS and SUPPLEMENTAL CONDITIONS.
FY002255 Hwy. 45 Bridge Section 01311-I
[I
2.03
2.04
PRECONSTRUCTION AND PROJECT COORDINATION MEETINGS
A. A Preconstruction Conference and Project Coordination Meetings shall be held per
the requirements of Section 01210 of these Specifications.
OVERALL SCHEDULE
A. The Contractor will be required to prepare and submit to the Engineer within 30 days
after the award of Contract, an Overall Schedule. The Overall Schedule shall be
comprised of construction operations covering all work to be done in connection with
the Contract. ,
B. The Overall Schedule covering work to be executed under the Contract shall be of
sufficient detail and shall have a minimum of work activities. The final total number
of activities shall be subject to the approval of the Engineer. A work activity is
defined as an activity for which manpower is required and must be performed before
the project is considered complete.
C. The Overall Schedule shall indicate the sequence of work and the time of starting and
completion of each part. It shall include, but not be limited to, the following items,
as they pertain to the respective contractors:
1. Shop drawing receipt from Contractor, submitted to the Engineer,
review, and return to Contractor. '
2. Material and equipment order, manufacture, delivery, installation, and
check-out. The Contractor is cautioned that the PVC jacketed
insulated pipe is a long delivery item.
3. Performance tests and supervisory service activities.
4. Phase I piping installation, including all direct bury pipe and the
bored piping under Wyman Road, as necessary to reach the '
approaches to the pipe to be connected to the bridge.
5. Pressure testing and disinfection of the Phase 1 piping.
6. Phase 2 piping including the 12 -inch pipe attached to the bridge and
the pipe approaches between the bridge and the Phase 1 piping.
7. Pressure testing and disinfection of the Phase 2 piping.
8. Capping the existing 6 -inch main at two locations on the north side
of the existing bridge, so that the existing main across this old bridge
can be abandoned.
9. Final cleaning.
10. Allowance for inclement weather.
I
FY002255 Hwy. 45 Bridge Section 01311-2 ,
D. Since the exact date that the bridge will be completed to the point that the Phase 2
work can be started is unknown, the Contractor shall rely on the estimated
completion schedule as provided by the Arkansas Highway and Transportation
Department, and he shall adjust the actual construction dates to conform to the date
that AHTD makes the bridge available for the Phase 2 work to start.
' 2.05 PAYMENT
A. No separate payment shall be made for work under this Section.
PART 3 EXECUTION
Not Used.
END OF SECTION
1,
1
1
FY002255 Hwy. 45 Bridge Section 01311-3
SECTION 01400
DUALITY CONTROL
PART1
GENERAL
1.01
REQUIREMENTS INCLUDED
A.
General Quality Control.
B.
Workmanship.
C.
Manufacturer's Instructions.
D.
Manufacturer's Certificates.
E.
Mockups.
F.
Manufacturers' Field Services.
G.
Testing Laboratory Services.
1.02
RELATED REQUIREMENTS
A.
Section 01300 - Submittals: Submittal of Manufacturer's Instructions.
B.
Section 02200: Tests required for earthwork.
C.
Section 03300: Tests required for concrete.
1.03
QUALITY CONTROL, GENERAL
A.,
Maintain quality control over suppliers, manufacturers, products, services, site
conditions, and workmanship, to produce work of specified quality.
1.04
WORKMANSHIP
A.
Comply with industry standards except when more restrictive tolerances or specified
requirements indicate more rigid standards or more precise workmanship.
B.
Perform work by persons qualified to produce workmanship of specified quality.
C.
Secure products in place with positive anchorage devices designed and sized to
withstand stresses, vibration, and racking.
FY002205 Hwy. 45 Bridge
Section 01400-1
I
C
1.05 MANUFACTURERS' INSTRUCTIONS
A. Comply with instructions in full detail, including each step in sequence. Should
instructions conflict with Contract Documents, request clarification from Engineer
before proceeding.
1.06 MANUFACTURERS' CERTIFICATES '
A. When required by individual Specifications Section, submit manufacturer's '
certificate, in duplicate, that products meet or exceed specified requirements.
1.07 MOCKUPS
Not used.
1.08 MANUFACTURERSFIELD SERVICES '
A. When specified in respective Specification Sections, require supplier or manufacturer
to provide qualified personnel to observe field conditions, conditions of surfaces and
installation, quality of workmanship, start-up of equipment, test, adjust and balance
of equipment as applicable, and to make appropriate recommendations.
B. Representative shall submit written report to Engineer listing observations and '
recommendations.
1.09 TESTING LABORATORY SERVICES ,
A. Owner will employ a Testing Laboratory to perform inspections, tests, and other
services required by individual Specification Sections. '
B., Owner shall pay for initial laboratory testing of earthwork, base, asphalt, and
concrete. If, however, initial test fails, retesting must be paid for by the Contractor. '
C. Services will be performed in accordance with requirements of governing authorities
and with specified standards.
D. Reports will be submitted to Engineer, Owner and Contractor giving observations
and results of tests, indicating compliance or non-compliance with specified
standards and with Contract Documents.
E. Contractor shall cooperate with Testing Laboratory personnel; furnish tools, samples
of materials, design mix, equipment, storage and assistance as requested.
1. Notify Engineer/Testing Laboratory 24 hours prior to expected time for
operations requiring testing services.
2. Make arrangements with Testing Laboratory and pay for additional samples
and tests for Contractor's convenience.
FY002205 Hwy. 45 Bridge Section 01400-2
PART 2
PART 3
PRODUCTS
Not Used.
EXECUTION
Not Used.
END OF SECTION
FY002265 Hwy. 45 Bridge Section 01400-3
I
I
11
I
I
C1
C1
I
[1
I
I
I
I
I
I
I
I
SECTION 01500
TEMPORARY CONSTRUCTION FACILITIES AND UTILITIES
PARTI GENERAL
1.01 LAYOUT OF TEMPORARY FACILITIES
A. The Contractor shall make his own arrangements for storage of materials and
equipment in locations on and off the construction site. Security of the construction
work, materials, and equipment is the sole responsibility of the Contractor.
1.02 STORAGE BUILDINGS
A. The Contractor shall erect or provide as approved, temporary storage buildings of the
various sizes as required for the protection of mechanical and electrical equipment
and materials as recommended by manufacturers of such equipment and materials.
The buildings shall be provided with such environmental control systems that meet
recommendations of manufacturers of all equipment and materials stored in the
buildings. The buildings shall be of sufficient size and so arranged or partitioned to
provide security for their contents and provide ready access for inspection and
inventory. At or near the completion of the work, and as directed by the Engineer,
the temporary storage buildings shall be dismantled, removed from the site, and
remain the property of the Contractor.
B. Combustible materials
(paints,
solvents,
fuels, etc.) shall be stored in a
well -ventilated building
removed
from other
buildings.
1.03 STORAGE YARDS
A. The Contractor shall construct temporary storage yards for the storage of materials
that are not subject to damage by weather conditions. Materials such as pipe,
reinforcing and structural steel, shall be stored on pallets or racks, off the ground, and
stored in a manner to allow ready access for inspection and inventory. Temporary
gravel surfacing of the storage yards shall meet with the approval of the Engineer
and Owner. Storage areas shall be restored to their initial condition once they are no
longer needed.
1.04 CONTRACTOR'S WORK AREA
A. The Contractor shall limit his operations and storage of equipment materials to the
areas authorized by individual property owners and approved by the Engineer and
Owner.
B. The Contractor shall maintain the area during construction in a manner that will not
obstruct operations of any existing roads. He shall proceed with his work in an
orderly manner, maintaining the construction site free of debris and unnecessary
equipment or materials.
' FY002255 Hwy. 45 Bridge Section 01500-
1
I
I
1.05 TEMPORARY ACCESS ROADS AND PARKING
A. The Contractor shall construct temporary construction access roads, parking areas,
and detours as are required to execute the work. The roads shall meet with the
approval of the Engineer, and be maintained in good condition until no longer
needed; at which time the temporary roads shall be removed and the area left in a
condition satisfactory to the property owner and Engineer. ,
1.06 TEMPORARY WATER CONTROL
A. Rough grade site to prevent standing water and to direct surface drainage away from '
excavations, trenches, adjoining properties, and public rights -of -way.
B. Maintain excavations and trenches free of water. Provide and operate pumping
equipment of a capacity to control water flow.
C. Provide piping to handle pumping outflow to discharge in a manner to avoid erosion
or deposit of silt.
D. Remove equipment and installation when no longer needed.
PART 2 UTILITIES
2.01 CODES AND SAFETY
A. The Contractor shall be responsible for obtaining inspections and paying for permits
required for the installation of all temporary utilities. Also, the Contractor shall be
solely responsible for the safe use/operation of all temporary utilities.
2.02 SANITARY FACILITIES
A. The Contractor shall provide and maintain sanitary facilities for his employees and
his subcontractors' employees that will comply with the regulations of the local and
State health departments and as directed by the Engineer.
2.03 TEMPORARY WATER '
A. The Owner will provide a place of temporary connection for water near the site if the '
Contractor desires and if it can be determined that the Contractor's usage will not
interfere with Springdale's normal requirements. The Contractor shall provide all
temporary piping required to bring the water to the point of use and remove it when
no longer needed. The Contractor shall make a conscientious effort to conserve
water in his uses.
B. The Contractor will provide required pumps, pressure tanks, etc. if necessary to boost
pressure at his points of usage.
1
FY002255 Hwy. 45 Bridge Section 01500-2
I
I
I
I
I
LI
1,,
I
I
I
I
I
I
2.04 WATER FOR TESTING
A. The Owner shall provide the necessary water required for testing equipment and
water lines prior to acceptance of the work, unless otherwise specifically stated in the
Specifications for the equipment, system, or facility.
B. In the event that the water lines leak, requiring refilling and retesting, the Contractor
shall pay for the water required for second and subsequent filling and testing.
Payment will be made in accordance with the City's water rates.
2.05 PROTECTION OF THE FINISHED CONSTRUCTION
A. The Contractor shall assume the responsibility for the protection of all finished
construction and shall repair and restore any and all damage to finished work to its
original or better state.
2.06 REMOVAL OF TEMPORARY FACILITIES AND UTILITIES
A. At such time or times any temporary construction facilities and utilities are no longer
required for the work, the Contractor shall notify the Engineer of his intent and
schedule for removal of the temporary facilities and utilities, and obtain the
Engineer's approval before removing the same. As approved, the Contractor shall
remove the temporary facilities and utilities from the site as his property and leave
the site in such condition as specified, as directed by the Engineer, and/or as shown
on the Drawings.
B. In unfinished areas, the condition of the site shall be left in a condition that will
restore original drainage, evenly graded, seeded as necessary, and left with an
appearance equal to, or better than, original.
2.07 PAYMENT
A.. Payment for the work under this Section will be included as part of the unit price bid
amounts stated in the Proposal.
PART 3 EXECUTION
Not Used.
END OF SECTION
IFY002255 Hwy. 45 Bridge Section 01500-3
SECTION 01600
MATERIAL AND E UIPMENT SHIPMENT.
HANDLING. STORAGE. AND PROTECTION
PARTI
GENERAL
1.01
REQUIREMENTS INCLUDED
A.
Products.
B.
Transportation and Handling.
C.
Storage and Protection.
D.
Product Options.
E.
Products List.
F.
Substitutions.
G.
Systems Demonstration.
1.02
RELATED REQUIREMENTS
A.
Section 01009 - Administrative Provisions: Summary of Work
B.
Section 01400 - Quality Control: Submittal of manufacturers' certificates.
1.03
PRODUCTS
A.
Products include material, equipment, and systems.
B.
Comply with Specifications and referenced standards as minimum requirements.
C.
Components required to be supplied in quantity within a Specification Section shall
be the same, and shall be interchangeable.
D.
Do not use materials and equipment removed from existing structure.
1.04
TRANSPORTATION AND HANDLING
A.
Transport products by methods to avoid product damage; deliver in undamaged
condition in manufacturer's unopened containers or packaging, dry.
B.
Provide equipment and personnel to handle products by methods to prevent soiling
or damage.
C.
Promptly inspect shipments to assure that products comply with requirements,
quantities are correct, and products are undamaged.
FY002255 Hwy. 45 Bridge Section 01600-I
11
1.05 STORAGE AND PROTECTION
A. Store products in accordance with manufacturer's instructions, with seals and labels
intact and legible. Store sensitive products in weather -tight enclosures; maintain
within temperature and humidity ranges required by manufacturer's instructions.
B. For exterior storage of fabricated products, place on sloped supports above ground. '
Cover products subject to deterioration with impervious sheet covering; provide
ventilation to avoid condensation. '
C. Store loose granular materials on solid surfaces in a well -drained area; prevent
mixing with foreign matter.
D. Arrange storage to provide access for inspection. Periodically inspect to assure
products are undamaged, and are maintained under required conditions.
1.06 PRODUCT OPTIONS
A. Not Used.
1.07 PRODUCTS LIST
A. Not Used.
1.08 SUBSTITUTIONS
A. Document each request for substitution with complete data substantiating
compliance of proposed substitution with Contract Documents.
B. Request constitutes a representation that Contractor:
1. Has investigated proposed product and determined that it meets or exceeds,
in all respects, specified product.
2. Will provide the same warranty for substitution as for specified product. ,
3. Will coordinate installation and make other changes which may be required
for Work to be complete in all respects.
4. Waives claims for additional costs which may subsequently become apparent.
C. Substitutions will not be considered when they are indicated or implied on shop
drawing or product data submittals without separate written request, or when
acceptance will require substantial revision of Contract Documents, or when said
substitution will not result in significant cost savings to the Owner, or result in some ,
material advantage being gained by the Owner.
D. Engineer will determine acceptability of proposed substitution, and will notify
Contractor of acceptance or rejection in writing within a reasonable time following
the opening of Bids.
FY002255 Hwy. 45 Bridge Section 01600-2
E.
1.09
A.
PART 2
PART 3
Only one request for substitution will be considered for each product. When
substitution is not accepted, provide specified product.
SYSTEMS DEMONSTRATION
Prior to final inspection, demonstrate operation of each system to Engineer and
Owner.
PRODUCTS
Not Used.
EXECUTION
Not Used.
END OF SECTION
FY002255 Hwy. 45 Bridge Section 01600-3
I
SECTION 01700
ICONTRACT CLOSEOUT
' PARTI GENERAL
1.01 SCOPE
' A. This Section outlines the procedure to be followed in closing out all contracts.
' 1.02 SUBSTANTIAL COMPLETION
A. The substantial completion date for the Contract shall be established as stated in the
General Conditions.
1.03 FINAL INSPECTION
IA. After final cleaning and upon written notice from the Contractor that the work is
completed, the Engineer will make a preliminary inspection with the Owner and
Contractor present. Upon completion of this preliminary inspection, the Engineer
will notify the Contractor, in writing, of any particulars in which this inspection
reveals that the work is defective or incomplete.
' B. Upon receiving written notice from the Engineer, the Contractor shall immediately
undertake the work required to remedy defects and complete the work to the
satisfaction of the Owner.
IC. When the Contractor has corrected or completed the items as listed in the Engineer's
written notice, he shall inform the Engineer, in writing, that the required work has
been completed. Upon receipt of this notice, the Engineer, in the presence of the
Owner and Contractor, shall make his final inspection of the project.
D: Should the Engineer find all work satisfactory at the time of his inspection, the
Contractor will be allowed to make application for final payment in accordance with
the provisions of the General Conditions. Should the Engineer still find deficiencies
in the work, the Engineer will inform the Contractor of the deficiencies and will
' deny the Contractor's request for final payment until such time as the Contractor has
satisfactorily completed the required work.
' E. All water courses, gutters, and ditches shall be opened and left in a condition
satisfactory to the Engineer.
1.04 FINAL SUBMITTALS
A. No contract will be finalized until all of the following have been submitted as
required in Section 01300, SUBMITTALS DURING CONSTRUCTION.
' 1. Final shop drawings
2. Record drawings
3. Interface information
' FY002255 Hwy. 45 Bridge Section 01700-
I
I
1.05
1.06
1.07
B. No contract will be finalized until all submittals required in Section 01720,
PROJECT RECORD DOCUMENTS, have been submitted.
GUARANTEES, BONDS, AND AFFIDAVITS
A. No contract will be finalized until all guarantees, performance tests, bonds,
certificates, licenses, and affidavits required for work or equipment as specified are
satisfactorily filed with the Owner.
ACCESSORY ITEMS
A. All Contractors furnishing and/or installing equipment on this project shall provide
to the Owner, upon acceptance of the equipment, all special accessories required to
place each item of equipment in full operation. These special accessory items
include, but are not limited to, adequate oil and grease as required for the first
lubrication of the equipment, light bulbs, fuses, valve keys, handwheels, and other
expendable items as required for initial startup and operation of all equipment.
RELEASE OF LIENS OR CLAIMS
A. No contract will be finalized until satisfactory evidence of release of liens has been
submitted to the Owner as required by the General Conditions.
1.08 FINAL PAYMENT
A. Final payment will be made to the Contractor in accordance with the General
Conditions.
I
I
I
I
I
I
I
[]
PART 2 PRODUCTS '
Not Used.
I
PART 3 EXECUTION ,
Not Used.
END OF SECTION
I
I
I
I
FY002255 Hwy. 45 Bridge Section 01700-2 '
I
I
I
I
[]
I
[1
PARTI GENERAL
1.01 SCOPE
' 1.02
SECTION 01710
CLEAN-UP
A. This Section covers the work necessary for cleaning during construction and final
cleaning on completion of the work.
B. At all times maintain areas covered by the Contract and public and private properties
free from accumulations of waste, debris, and rubbish caused by construction
operations.
C. Conduct cleaning and disposal operations to comply with local ordinances and
anti -pollution laws. Do not burn or bury rubbish and waste materials on project site.
Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm
or sanitary drains. Do no dispose of wastes into streams or waterways.
D. Use only cleaning materials recommended by manufacturer of surface to be cleaned.
E. Use cleaning materials only on surfaces recommended by cleaning material
manufacturers.
CLEANING DURING CONSTRUCTION
IA. During execution of work, clean site and all properties (public and private) and
dispose of waste materials, debris, and rubbish to assure that buildings, grounds, and
properties are maintained free from accumulations of waste materials and rubbish.
I
I
I
I
B. Wet down dry materials and rubbish to lay dust and prevent blowing dust.
C. Provide approved containers for collection and disposal of waste materials, debris,
and rubbish.
D. Remove grease, dust, dirt, stains, labels, and other foreign materials from exposed
and semi -exposed surfaces.
E. Repair, patch, and touch up marred surfaces to specified finish to match adjacent
surfaces.
F. Broom clean paved surfaces, rake clean other surfaces or grounds.
G. Handle materials in a controlled manner with as few handlings as possible; do not
drop or throw materials from heights.
H. Schedule cleaning operations so that dust and other contaminants resulting from
cleaning process will not fall on wet, newly painted surfaces.
IFY002255 Hwy. 45 Bridge Section 01710-I
1.03 FINAL CLEANING
A. At the completion of work on all contracts and immediately prior to final inspection,
cleaning of the entire project will be accomplished.
B. Employ experienced workers, or professional cleaners, for final cleaning.
C. Repair, patch, and touch up marred surfaces to specified finish, to match adjacent
surfaces.
D. Remove from the Owner's property all temporary structures and all materials,
equipment, and appurtenances not required as a part of, or appurtenant to, the
completed work. See Section 01500, TEMPORARY CONSTRUCTION
FACILITIES AND UTILITIES.
1.04 PAYMENT
A. Payment for the work in this Section will be included as part of the unit price bid
amounts stated in the Proposal.
PART2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
FY002255 Hwy. 45 Bridge Section 01710 -2
SECTION 01720
PROJECT RECORD DOCUMENTS
PART1
GENERAL
1.01
REQUIREMENTS INCLUDED
A.
Maintenance of Record Documents and Samples.
B.
Submittal of Record Documents and Samples.
1.02
RELATED REQUIREMENTS
A.
Document 00700 - General Conditions: Documents at the site.
B.
Section 01300 - Submittals: Shop drawings, product data, and samples.
C.
Section 01700 - Contract Closeout: Closeout procedures.
D.
Section 01700 - Contract Closeout: Operation and maintenance data.
E.
Individual Specifications Sections: Manufacturer's certificates and certificates of
inspection.
1.03
MAINTENANCE OF DOCUMENTS AND SAMPLES
A.
In addition to requirements in General Conditions, maintain at the site one record
copy of:
1. Contract Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other modifications to the Contract.
5. Reviewed shop drawings, product data, and samples.
6. Field test records.
7. Inspection certificates.
8. Manufacturer's certificates.
B.
Store Record Documents in Field Office apart from documents used for construction.
Provide files, racks, and secure storage for Record Documents.
FY002255 Hwy. 45 Bridge
Section 01720-I
I
C. Label and file Record Documents in accordance with Section number listing in Table
of Contents of this Project Manual. Label each document "PROJECT RECORD" in
neat, large, printed letters. '
D. Maintain Record Documents in a clean, dry and legible condition. Do not use
Record Documents for construction purposes.
E. Keep Record Documents and samples available for inspection by Engineer.
1.04 RECORDING ,
A. Record information on a set of blue line opaque drawings, and in a copy of a Project ,
Manual.
B. Provide felt tip marking pens, maintaining separate colors for each major system, for
recording information.
C. Record information concurrently with construction progress. Do not conceal any
work until required information is recorded. '
D. Contract Drawings and Shop Drawings: Legibly mark each item to record actual
construction, including:
1. Measured horizontal and vertical locations of underground utilities and
appurtenances, referenced to permanent surface improvements.
2. Field changes of dimension and detail.
3. Changes made by Modifications.
4. Details not on original Contract Drawings.
E. Specifications: Legibly mark each item to record actual construction, including:
1. Manufacturer, trade name, and catalog number of each product actually
installed, particularly optional items and substitute items.
2. Changes made by Addenda and Modifications.
F. Other Documents: Maintain manufacturer's certifications, inspection certifications,
field test records, etc., required by individual Specifications sections.
1.05 SUBMITTALS
A. At Contract closeout, deliver Record Documents and samples under provisions of
Section 01700.
Li
I
FY002255 Hwy. 45 Bridge Section 01720-2 '
B. Transmit with cover letter in duplicate, listing:
I. Date.
2. Project title and number.
3. Contractor's name, address, and telephone number.
4. Number and title of each Record Document.
5. Signature of Contractor or authorized representative.
PART2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
FY002255 Hwy. 45 Bridge Section 01720-3
I
I
SECTION 02102
CLEARING. GRUBBING AND STRIPPING
PARTI GENERAL
' 1.01 SCOPE
I
[1
C1
[I
[1
A. This Section covers the work necessary to remove all interfering or objectionable
material from the designated areas of work.
B. This work shall also include the preservation from injury or defacement of all
vegetation and existing objects designated to remain.
C. Review with the Engineer's Representative the location, limits, and methods to be
used prior to commencing the work under this Section.
PART 2 MATERIALS AND PROCEDURES
2.01 GENERAL
A. Provide all materials, suitable and in adequate quantity, required to accomplish the
work as specified herein.
' 2.02 CLEARING - DEFINITION
I
I
A. Clearing shall consist of cutting, removing, and disposing of trees, snags, stumps,
shrubs, brush, limbs, and other vegetative growth, and shall be performed in such a
manner as to remove all evidence of their presence from the surface and shall be
inclusive of sticks and branches greater than 2 inches in diameter or thickness.
Clearing shall also include the removal and disposal of trash piles, rubbish, and
fencing; and the preservation of trees, shrubs, and vegetative growth which are not
designated for removal.
' 2.03 CUTTING TIMBER
I
I
I
I
A. In the cutting of timber growth, cuts shall be made such that all trees are felled into
the area to be cleared. Exercise care when clearing near the clearing limits so as not
to damage existing trees, vegetation structures, or utilities which are outside of the
clearing limits. Flush cut all stumps not designated for grubbing by cutting to within
2 inches of the ground surface.
2.04 PRESERVATION OF TREES, SHRUBS AND OTHER VEGETATION
A. Protect trees, shrubbery and other vegetation not designated for removal from
damage resulting from the Work. Cut and remove tree branches only where, in the
opinion of the Engineer, such cutting is necessary to effect construction operation.
Remove branches other than those required to effect the work to provide a balanced
appearance of any tree, as approved prior to removal. Scars resulting from the
removal of branches shall be treated with an approved tree sealant.
I
FY002255 Hwy. 45 Bridge Section 02102 - 1
C
B. Trees and shrubbery adjacent to the water line easements shall be protected and
preserved to the maximum extent possible. Damage to vegetation outside the limits
of the permanent and construction easements may result in damage claims against the
Contractor.
C. Ornamental trees, shrubs, fruit trees, etc., shall be protected from damage even if they
are located within the limits of the pipeline easement. Obtain Engineer's approval to
modify the pipe route, it alternative routes will minimize impact on these plantings.
If such plantings must be removed, protect and replant the plantings. If plantings are
damaged during the process or if they die during the one year warranty period,
replace the planting in kind.
2.05 GRUBBING - DEFINITION
A. Grubbing shall consist of the removal and disposal of wood or root matter below the
ground surface remaining after clearing and shall include stumps, trunks, roots, or
root systems greater than 2 inches in diameter or thickness to a depth of 18 inches
below the ground surface.
2.06 CLEARING AND GRUBBING LIMITS
A. All areas within the limits of construction upon which fill is to be placed, structures
or reservoirs built, excavations made, or, access roads constructed, shall be cleared
and grubbed. These areas shall be cleared and grubbed in stages as the construction
area is increased, to ensure that no more clearing and grubbing is done than
necessary.
B. Grubbing may be restricted to those areas defined in Paragraph A, at the Contractor's
discretion. Grubbing along water or sewer lines is required only within the limits of
the trench width.
2.07 DISPOSAL OF CLEARING AND GRUBBING DEBRIS
A. When burning is not prohibited, pile and burn all combustible material from the
clearing and grubbing work. Burning shall be executed in strict accordance with
federal, state, and local laws relating to the prevention, air pollution control, and
other restrictions in regard to burning materials.
B. Unburned material and noncombustible material shall be promptly removed from the
site and disposed of in accordance with all local laws, codes, and ordinances. The
Contractor shall bear full responsibility for lawful and safe disposal of all cleared and
grubbed material. Excess earth and rock shall be disposed of off -site.
C. During periods when burning is prohibited by state, federal, or local authorities, haul
the material from the work site and dispose of in accordance with state, federal, and
local laws. Such off -site disposal shall be at the Contractor's sole expense.
I
[J
C
C
I
I
I
I
I
I
I
L
I
1,
I
C
FY002255 Hwy. 45 Bridge Section 02102-2 '
C
1
2.08 STRIPPING - DEFINITION
A. Stripping shall include the removal and disposal of all organic sod, topsoil, grass and
grass roots, and other objectionable material remaining after clearing and grubbing
1 from the areas designated to be stripped. The exact depth of stripping will be
determined by the Engineer. Topsoil requirements are specified in Section 02200,
EARTHWORK.
2.09 DISPOSAL OF STRIPPINGS
A. Topsoil from the strippings shall be stockpiled and used for the finished site grading.
1 Excess topsoil may be graded evenly over the Owner's property, or disposed of
off -site at the Contractor's option.
1 2.10 PAYMENT
A. Payment for the work in this Section will be included as part of the applicable unit
1 price or lump sum amounts stated in the Proposal. No separate payment will be
made.
1 PART 3 EXECUTION
Not Used.
END OF SECTION
1
I
I
I
I
I
I
1 FY002255 Hwy. 45 Bridge
Section 02102-3
U
SECTION 02150
STORM WATER POLLUTION PREVENTION
PARTI GENERAL
1.01 RELATED DOCUMENTS
'
A. Drawings and general provisions of the Contract including GENERAL and
SUPPLEMENTARY CONDITIONS, and other Division 1 Specifications Sections
apply to the Work specified in this Section.
1.02 SCOPE
' A. This work shall consist of temporary erosion control measures needed to control
erosion and water pollution, through the use of berms, sediment basins, sediment
' dams, fiber glass roving, silt fences, brush barriers, baled straw erosion checks,
temporary flexible pipe slope drains and temporary seeding.
B. Temporary erosion control measures shall be performed promptly when problem
conditions exist or when potential problems are anticipated in certain areas in order
to minimize soil erosion and siltation. The temporary erosion control measures shall
be properly maintained until permanent erosion control features are functioning
properly.
C. The Contractor shall comply with all Federal, State and local laws and regulations
controlling pollution of the environment. He shall take necessary precautions to
prevent pollution of streams, lakes, ponds and reservoirs with fuel, oils, bitumens,
chemicals, soil sedimentation or other harmful materials and to prevent pollution of
the atmosphere from particulate gaseous matter.
1.03 RELATED WORK SPECIFIED IN OTHER SECTIONS
' A. Section 02102 - Clearing, Grubbing and Stripping
I. B. Section 02200 - Earthwork, Trench Excavation and Backfill.
1.04 QUALITY CONTROL
A. At the Preconstruction Conference or prior to the start of the applicable construction,
the Contractor shall submit, to the Owner and Engineer, his schedule for the
accomplishment of temporary and permanent erosion control work as is applicable
for clearing, grubbing, trenching, and backfill. The location of the project, nature of
the soil, topographic features and proximity to water courses shall be considered
when imposing such limitations.
I
IFY002255 Hwy. 45 Bridge Section 02150 - I
Li
I
PART 2 MATERIALS I
2.01 SEED AND FERTILIZER
A. See Section 02485.
2.02 STRAW BALES
A. Straw shall be the threshed plant residue of oats, wheat, barley, rye or rice from
which the grain has been removed.
2.03 FENCE OR WIRE FABRIC
A. The fence fabric shall be a commercial grade of woven wire fence fabric. The wire
fabric shall be a welded wire fabric.
2.04 FILTER FABRIC ,
A. Install filter fabric where necessary to control erosion.
1
PART 3 EXECUTION
3.01 PERMITTING
A. A permit and Storm Water Pollution Prevention Plan is not required since the area
to be disturbed is less than five acres.
3.02 EROSION CONTROL
A. The Contractor shall schedule and conduct his operations in such a manner as to I
insure good erosion control practices so as to minimize soil erosion and prevent the
contamination of and depositing of sediment in adjacent streams or other water
courses, lakes, ponds, and other areas of water impoundment. Temporary erosion
control measures which will contribute to the control of erosion and sedimentation
shall be carried out in conjunction with clearing and grubbing and trenching
operations.
B. Permanent erosion control devices or measures shall consist of culvert pipe, terraces,
gutters, bituminous curb, sectional drains, permanent slope drains, and the
establishment of permanent vegetation (seeding), and when included in the contract
they shall be incorporated in the construction with the least delay. Trenched area
shall be seeded as the excavation proceeds to the extend considered by the Engineer
as desirable or practicable.
.1
I
FY002255 Hwy. 45 Bridge Section 02150-2 ,
IP
C. The Contractor shall also conform to the following practices and controls:
1. When the material is trenched erosion of the slopes shall be
so controlled both during and after completion of the work
' that erosion will be minimized and sediment will not enter
streams, wetlands or other bodies of water. Haul roads shall
be located and constructed in a manner that will keep
sediment from entering streams.
2. Pollutants such as fuels, lubricants, bitumens, raw sewage and
other harmful materials shall not be discharged into or near
rivers, streams or impoundments or into natural or man made
channels leading thereto. Wash water or waste from concrete
mixing operations shall not be allowed to enter live streams.
3. All applicable regulations of agencies and statues relating to
the prevention and abatement of pollution shall be complied
' within the performance of the contract.
E. All temporary erosion and sediment control structures shall be constructed as
required to control erosion. All temporary structures shall be maintained in proper
operating condition during the construction period until the seeding and fertilizing
operation has been completed and the grass has been established in accordance with
Section 02485 of the Specifications.
F. Temporary erosion and sediment control, structures shall be maintained throughout
the Contractors contract period. The temporary structures shall be removed and the
site cleaned up only after the end of construction activity and the seeding and
fertilizing operations are complete and the grass has been established.
3.03 INSPECTION
A. The Contractor shall appoint as necessary, a qualified person(s) to conduct regularly
scheduled inspections during his contract. Inspections shall be conducted, with a
minimum frequency of every seven (7) calendar days or within 24 hours following
the end of at least a 0.5 inch ('/2 inch) rainfall event, whichever is earliest. During the
inspection, the following areas (as a minimum) will be inspected:
I. Disturbed Areas - All areas of disturbed soil i.e. bare soil
with no ground cover shall be inspected for signs of washing
and erosion.
2. Material Storage Area - All central storage areas where
' materials/chemicals are stored for signs of spills, leaks and
possible contamination.
3. Erosion and Sediment Control Measures - Inspect all erosion
and sediment control measures for signs of wear, damage,
remaining capacity level, usefulness, etc.
I
IFY002255 Hwy. 45 Bridge Section 02150-3
I
Discharge Locations - Immediately following, and possibly
during, a significant rainfall event, inspect all discharge
locations to ascertain the effectiveness of the control
measures.
5. Entrance/Exit Locations - Inspect all exit points from the site
for evidence of vehicle tracking.
The inspector shall complete an inspection form for each inspection
performed. As a minimum, the inspection form shall contain the following
information:
o Name and location of project.
o Name and title of the inspector.
o Date and time of the inspection.
o Scope of the inspection.
o Major observations made during the inspection.
o Actions taken as a result of the inspection.
3.04 MAINTENANCE OF ROADWAYS ,
A. The existing paved roadways at and adjacent to the construction locations shall be
maintained in a clean and passable condition by the Contractor. When required or
as requested by the Owner, AHTD, City of Goshen or the Engineer, the Contractor
shall broom or wash the existing paved roadways to remove excess mud or dirt at the
construction area and for a reasonable length of the existing roadway beyond the
construction area. The work shall not be paid for directly, but shall be considered
incidental to the other items of work and the cost included as a part of the work.
3.05 PAYMENT
A. Payment for the work in this Section will be included as part of the applicable unit
price or lump sum amount stated in the Proposal. No separate payment will be made.
END OF SECTION I
I
1
1
1
I
FY002255 Hwy. 45 Bridge Section 02150-4 1
I
SECTION 02200
EARTHWORK. TRENCH EXCAVATION AND BACKFILL
' PARTI GENERAL
1.01 SCOPE
A. This Section covers the work necessary for the earthwork, trenching and backfilling
complete.
' 1.02 DEFINITIONS - RELATIVE COMPACTION
A. "Relative compaction" is defined as the ratio, in percent, of the as -compacted field
' dry density to the laboratory maximum dry density as determined by the Standard
Proctor Test, ASTM D698. Corrections for oversize material shall be applied as
required by the most current version of ASTM D-698 and in accordance with ASTM
D-4718.
1.03 DEFINITIONS - OPTIMUM MOISTURE CONTENT
A. "Optimum moisture content" is defined as the moisture content of the material for
which the maximum dry density is obtained as determined by ASTM D698.
Corrections for oversized material shall be applied as required by the most current
version of ASTM D-698 and in accordance with ASTM D-4718.
1.04 SUBMITTALS
A. Submittals shall be made in accordance with the GENERAL CONDITIONS,
SECTION 01300, SUBMITTALS DURING CONSTRUCTION, and the
requirements of this section.
B., Provide the following submittals:
' I. Samples for all imported material.
1 PART 2 MATERIALS
2.01 GENERAL
A. Provide all labor, materials, and equipment necessary to accomplish the work
specified in this Section.
' 2.02 COMMON EXCAVATION
A. Complete all common excavation regardless of the type, nature, or condition of the
materials encountered. The Contractor shall make his own estimate of the kind and
extent of the various materials to be excavated in order to accomplish the work.
f'
L
FY002255 Hwy. 45 Bridge Section 02200-I
I
2.03 EARTH FILL 1
A. Excavated material free from roots, organic matter, trash, debris, rocks larger than
3 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. Imported material
shall be provided at the Contractor's sole expense.
2.04 GRANULAR FILL
A. Imported GRANULAR FILL 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 GRANULAR FILL
material.
2.05 SAND
A. Imported natural sand or sand produced from crushed gravel or crushed rock, ,
maximum size 5/16 inch, 80 percent shall pass a No. 4 sieve, free from clay and
organic material, with a maximum of 8 percent passing the No. 200 sieve. i
2.06 GRIT
A. Imported crushed limestone screenings from concrete coarse aggregate, maximum r
size '/2 inch. Waste material from mining operations shall not be used.
2.07 TRENCH STABILIZATION MATERIAL 1
A. 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.
2.08 GRANULAR PIPE BASE AND PIPE ZONE MATERIAL '
A. Granular pipe base and pipe zone material for PVC pipe, as required by the typical
trench details appended hereto, shall be SAND, GRIT, or materials meeting the
requirements of ASTM D448, Size #67 (1" maximum size, 90% passing a 3/4 -inch
sieve). Additionally, Class 7 Base may be used as granular pipe base and pipe zone
material with ductile iron pipe. Waste material from mining operations shall not be
used.
I
I
FY002255 Hwy. 45 Bridge Section 02200-2
I
1
2.09 NATIVE PIPE BASE AND PIPE ZONE MATERIAL
IA. Not used.
I
I
Li
I
I
[iii
2.10 BACKFILL ABOVE THE PIPE ZONE
A. Materials from the excavation containing no particles larger than 6 -inch diameter,
free from roots, debris, and organic material, when not otherwise specified on
Drawings or Details.
2.11 FLOWABLE SELECT MATERIALS
A. The flowable select materials (flowable fill) shall be a plant mixed slurry of sand,
cement, flyash and water in a ratio of 280016: 751b: 2751b: 4501b (max). This mixture
shall be required to meet the minimum criteria of a compressive strength of 200 psi
at 28 days. The specifications for the sand, cement, and flyash are found in Section
03300 of these specifications. This material shall be used to backfill the pipe trench
in the highway ditch line, and embankment, as necessary to prevent future ditch
erosion.
2.12 TOPSOIL
A. Selected topsoil at the site, properly stored and protected, free from roots, sticks, hard
clay, and stones which will not pass through a 3 -inch square opening. Remove
existing grass and overburden before topsoil is excavated. Provide imported topsoil
of equal quality if required to accomplish the work.
B. Where the trench is located in an existing alley, drive, or street, the trench shall be
backfilled with Class -7 Base to the elevation and density indicated on the Drawing
details.
1 2.13 WATER FOR COMPACTION
I
I
I
I
Li
I
A. Furnish as required.
2.14 COMPACTION EQUIPMENT
A. Compaction equipment shall be of suitable type and adequate to obtain the densities
specified.
B. Compaction equipment shall be operated in strict accordance with the manufacturer's
instructions and recommendations. Equipment shall be maintained in such condition
that it will deliver the manufacturer's rated compactive effort. Hand -operated
equipment shall be capable of achieving the specified densities.
2.15 MOISTURE CONTROL EQUIPMENT
A. Equipment for applying water shall be of a type and quality adequate for the work,
shall not leak, and shall be equipped with a distributor bar or other approved device
to assure uniform application. Equipment for mixing and drying out material shall
consist of blades, discs, or other approved equipment.
I
FY002255 Hwy. 45 Bridge
Section 02200-3
I
2.16 ROCK EXCAVATION
A. Rock excavation is not a separate pay item and rock quantities will not be measured.
Complete all excavation required for the construction of the water system
components without regard to the type of materials to be encountered. The
Contractor shall make soil investigations as he considers necessary for his own
determination of the types of materials existing at the site. Soil boring logs
completed for the Highway Department for highway design purposes are included in
the Drawings. The Owner and Engineer assume no responsibility for interpretations
made from said boring logs.
B. Rock excavation required to construct the thrust anchor under the east end of the
bridge shall be completed with hand tools, as necessary to prevent damage to the
bridge structure. No blasting will be allowed on the highway right of way. Rock
excavation required to install the water main under the highway ditch bottom may be
completed with heavy equipment, once the pipe trench is away from the immediate
vicinity of the bridge structure.
C. Remove excavated rock from the highway right of way. Do not push it or allow it to
fall off the bluff into White River.
PART 3 EXECUTION
3.01 CLEARING, GRUBBING, AND STRIPPING
A. Complete clearing and grubbing work as specified in Section 02102, CLEARING,
GRUBBING, AND STRIPPING, prior to beginning work in this Section.
3.02 STRIPPING TOPSOIL
A. Prior to beginning any excavation or fill, strip the topsoil to a depth of at least 6 I
inches or to a depth sufficient to remove all organic material and stockpile for future
use. In general, topsoil shall be removed where structures are to be built,
embankments or levees constructed, trenches dug, and roads, parking lots, walks, and
similar improvements constructed within the areas presently covered with topsoil.
Topsoil shall be stored clear of the construction area. Take reasonable care to
prevent the topsoil from becoming mixed with subsoil or eroding.
3.03 COMMON EXCAVATION
A. Perform all common excavation of every description, regardless of the type, nature, '
or condition of material encountered, as specified, shown, or required to accomplish
the construction.
3.04 TRENCH AND EXCAVATION SAFETY SYSTEM
A. The Contractor shall be solely responsible for making the excavation in a safe
manner. Provide appropriate measures to retain excavation side slopes to ensure that
men working in or near the excavation are protected.
FY002255 Hwy. 45 Bridge Section 02200-4
I
B. The current edition of the Occupational Safety and Health Administration (OSHA)
Standard for Excavation and Trench Safety Systems, 29 CFR 1926, Subpart P, is
hereby incorporated into these Specifications by reference and shall be deemed to be
included in the Contract the same as though herein written out in full.
IC. The work included in the Bid Proposal for "Excavation and Trench Safety Systems"
shall include the lump sum amount for providing the safety systems required to
comply with the OSHA Safety Standard set forth above, in accordance with Act 291
of 1993 of the State of Arkansas. The Contractor shall comply with the provisions
of said document for all excavations which equal or exceed 5 feet in depth.
1 3.05 LIMITS OF EXCAVATION
A. Excavate to the depths and widths required. Allow for forms, working space,
' granular base, and finish topsoil where shown or required. Excavation carried below
the grade lines shown or established by the Engineer shall be replaced with the same
fill material as specified for the overlying fill or backfill, compacted as required for
such overlying fill or backfill. Where the overlying area is not to receive fill or
' backfill, replace the over excavated material and compact to a density not less than
that of the underlying ground. The Contractor shall correct all over excavated areas
at the Contractor's sole expense.
3.06 REMOVAL OF WATER
IA. Provide and operate equipment adequate to keep all excavations and trenches free of
water. Remove all water during period when concrete is being deposited, when pipe
is being laid, during the placing of backfill unless water settling is required, and at
such other times as required for efficient and safe execution of the work. Removal
of groundwater shall be accomplished in a manner that will preserve the strength of
the foundation soils, will not cause instability of the excavation slopes, and will not
' result in damage to existing structures.
3.07 PREPARATIONS FOR PLACING BACKFILLS
A. Backfill around concrete structures only after the concrete has attained the specified
compressive strength indicated in Section 03300, CONCRETE. Remove all form
materials and trash from the excavation before placing any backfill. Obtain the
Engineer's acceptance of concrete work and attained strength prior to backfilling.
B. Do not operate earth -moving equipment within 5 feet of walls of concrete structures
' for the purpose of depositing or compacting backfill material. Compact backfill
adjacent to concrete walls with hand -operated tampers or similar equipment that will
not damage the structure.
' 3.08 TRENCH EXCAVATION AND BACKFILL
A. Excavate for the installation of piping, utilities, and appurtenances. All obstructions,
such as tree roots, stumps, abandoned concrete structures, and other material of any
type shall be removed.
I
1 FY002255 Hwy. 45 Bridge Section 02200-5
In
3.09 TRENCH WIDTH
A. Minimum width of unsheeted trenches or the minimum clear width of sheeted
trenches in soil trenches in which pipe is to be laid shall be 8 inches greater than the
inside diameter of the pipe. Sheeting requirements shall be independent of trench
width. The maximum clear width at the top of the pipe or above the pipe will not be
limited, except in cases where excess width of excavation would cause damage to
adjacent structures.
B. Minimum trench width in rock excavation areas shall be 12 -inches greater than the
inside diameter of the pipe.
C. The maximum width for payment purposes, of Granular Trench Backfill and Rock 1
Excavation shall be the pipe O.D. plus 24 -inches.
3.10 GRADE ,
A. Carry the bottom of the trench to the depths shown, or as established by the Engineer.
Allow for pipe thickness and for pipe base or special bedding when specified.
Backfill any part of the trench excavated below grade with granular pipe base
material or native pipe base material, as required by the details on the Drawings, and
compact to a density equal to the undisturbed trench bottom.
3.11 SHORING, SHEETING, AND BRACING OF TRENCHES
A. Erect, maintain, and remove shoring, sheeting, and bracing as required by all federal, I
state and local laws, codes and ordinances.
3.12 REMOVAL OF WATER 1
A. Removal of water shall be accomplished as specified hereinbefore.
3.13 TRENCH STABILIZATION
A. If the material in the bottom of the trench is unsuitable for supporting the pipe, 1
excavate below the flow line to remove the unsuitable material, and backfill to the
required grade with TRENCH STABILIZATION MATERIAL as specified
hereinbefore. Unsuitable material is material which is not capable of supporting the '
pipe base material, pipe and/or backfill (i.e., organics, mud, large rocks, trash, etc.). -
3.14 BASE FOR PVC AND DUCTILE IRON IN ROCK TRENCH '
A. Place a minimum 6 -inch thickness of GRANULAR PIPE BASE of the type
hereinbefore specified. Place for the full width of the trench with the top of the
granular base at flow line grade. Bed the pipe in the granular base so that the flow
line is at the required grade and elevation. Place and finish the gravel base to grade
ahead of the pipe laying operation. Place GRANULAR PIPE ZONE MATERIAL
to a level 6 -inches above the top of the pipe.
C1
FY002255 Hwy. 45 Bridge Section 02200-6 1
I 3.15
' 3.16
I
I
BASE FOR PVC AND DUCTILE IRON WATER PIPE IN SOIL TRENCH
A. Install 6 -inches minimum GRANULAR PIPE BASE AND PIPE ZONE MATERIAL
below, around and above the water main.
TRENCH BACKFILL ABOVE THE PIPE ZONE
A. In trenches under all structures, sidewalks, roads, piping, and similar facilities, except
where specifically shown, deposit GRANULAR FILL (Class 7 Base), as specified
hereinbefore, in horizontal lifts not exceeding 8 inches in uncompacted thickness.
Compact to not less than 95 percent relative compaction. Repair any subsequent
damage caused by settlement of trenches at the Contractor's sole expense.
B. Compaction within the limits of the highway right of way shall conform to the
requirements of AHTD Standard Specifications, Section 306, 95% Compaction
Standard.
C. In trenches under non -paved alleys, driveways, parking areas and similar areas
designated by the Engineer, backfill with "lightly consolidated" GRANULAR FILL
(Class 7 Base) in horizontal lifts not exceeding 8 inches in uncompacted thickness.
"Lightly consolidated" shall be interpreted as making a minimum of three (3) passes
with a hand operated compactor.
D. In other areas the excavated trench material may be used for backfill. Push by
mechanical means, first onto the slope of the backfill previously placed and allow to
roll down into the trench. Do not allow free fall of the material into the open trench.
Under no circumstances allow sharp, heavy pieces of material to drop directly onto
the pipe or the material in the pipe zone. Backfill material shall not exceed 1/4 cubic
foot in size and shall be intermixed with finer material to produce completed fill that
is free from detrimental voids and segregation. Neatly windrow the material over the
trench to provide for future settlement. Any excess or deficiency of backfill material
after settlement within the guarantee period shall be corrected by regrading and
adding or removing material.
SITE GRADING
A. Perform all earthwork to the lines and grades as shown and/or established by the
Engineer, with proper allowance for topsoil where specified or shown. Shape, trim,
and finish slopes of channels to conform with the lines, grades, and cross sections
shown. Make slopes free of all exposed roots and stones exceeding 3 -inch diameter
which are loose and liable to fall. Round tops of banks to circular curbs, in general,
not less than a 6 -foot radius. Rounded surfaces shall be neatly and smoothly
trimmed. Over excavating and backfilling to the proper grade will not be acceptable.
Finished site grading will be reviewed by the Engineer.
DISPOSAL OF EXCESS EXCAVATION
A. Dispose of all excess excavated materials, not required or suitable for use as backfill
or fill, outside of the area of work. Contractor shall make his own arrangements for
the disposal of the excavated material and bear all costs or retain any profit incidental
to such disposal.
IFY002255 Hwy. 45 Bridge Section 02200-7
I
B. Remove excavated rock from the highway right of way. Do not push it or allow it to
fall off the bluff into White River.
3.19 SETTLEMENT ,
A. Any settlement in backfill, fill, or in structures built over the backfill or fill, which
may occur within the 1 -year guarantee period in the General Conditions will be
considered to be caused by improper compaction methods and shall be corrected at
the Contractor's sole expense. Any structures damaged by settlement shall be
restored to their original condition by the Contractor at the Contractor's sole expense.
3.20 DRAINAGE CULVERTS
A. Replace in kind drainage culverts which are destroyed. If the culvert cannot be
reused, dispose of it and furnish and install new pipe. All culverts shall be protected '
from damage or restored to equivalent condition, if damaged, at no cost to the Owner.
B. Replace culverts to the existing lines and grades. Do not replace culverts until the
proposed pipeline is installed and the backfill of the trench has been completed to the
subgrade of the culvert.
3.21 CONTAINMENT STRUCTURES I
A. Replace in kind, any containment structures such as cattle guard, fences, etc., which
are destroyed. If the structures cannot be reused, dispose of it and furnish and install
as new at no cost to the Owner.
3.22 PAYMENT
A. 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.
B. Payment for trench excavation, GRANULAR PIPE BASE, GRANULAR or
NATIVE PIPE ZONE MATERIAL and trench backfill for PVC or ductile iron pipe ,
shall be included in the unit price of the pipe pay item.
C. Payment for trench stabilization material will be based on the unit price per ton stated
in the Proposal. Measurement will be based upon individual trip tickets of actual
truck measure furnished the Engineer for tons used under this item. Trip tickets shall
be presented to the Engineer for his signature on the day the material is delivered.
No payment will be allowed on trip tickets not so validated by the Engineer.
Payment for this item shall constitute full compensation for all materials, labor,
equipment, and incidentals necessary to furnish materials 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 under the direction of the Engineer.
I
FY002255 Hwy. 45 Bridge Section 02200-8 1
[1
IS
[]
I
I
I
I
[1
I
I
I
I
I
I
I
I
I
D. Payment for GRANULAR FILL (Class 7 Base) used for road crossings, driveways
and other authorized areas will be based on the unit price per ton stated in the
Proposal, and the number of tons placed within the authorized limits. This payment
shall constitute full compensation for the work as specified herein. Quantities for
payment purposes shall be the actual number of tons used, based on truck weights
and trip tickets signed by the Engineer. Trip tickets shall be presented to the
Engineer for his signature on the day that the material is delivered. This pay item
does not include payment for GRANULAR PIPE BASE and GRANULAR PIPE
ZONE MATERIAL, as required by the Details. Include the cost of this material in
the bid price for ductile iron water lines.
E. No separate payment will be made for rock excavation. Include the cost of any
anticipated rock excavation in the unit price bid per foot of pipe, or the cost bid for
concrete thrust anchors.
No separate payment will be made for providing and installing GRANULAR PIPE
BASE AND PIPE ZONE MATERIAL where it is required to bed the pipe in rock
excavation areas. Include the cost of this material in the unit price bid per foot of
pipe.
G. No separate payment will be made for protecting, repairing and/or replacing existing
culverts.
H. Payment for flowable fill shall be made at the unit price bid in the Proposal for each
linear foot of flowable fill authorized, installed and accepted. No consideration will
be made for variations in the trench width or trench depth. The Contractor shall
consider these expected variations in determining his unit price bid.
END OF SECTION
IFY002255 Hwy. 45 Bridge
Section 02200-9
SECTION 02218
LANDSCAPE GRADING
PARTI GENERAL
1.01 WORK INCLUDED
A. Finish grade subsoil.
B. Place, level, and compact topsoil.
1.02 RELATED WORK
A. Section 01400 - Quality Control: Compaction requirements of backfill.
B. Section 02200 - Rough Grading: Subsoil contouring.
C. Section 02200 - Backfilling: Backfilling and compacting fill.
D. Section 02200 - Trenching: Excavation, backfill, and compacting fill in trenches.
E. Section 02485 - Finish ground cover.
1.03 PROTECTION
A. Protect landscaping and other features remaining as final work.
B. Protect existing structures, fences, roads, sidewalks, paving, and curbs.
PART2 PRODUCTS
2.01 MATERIALS
A. Topsoil: Reused or imported, friable loam; free of subsoil, roots, grass, excessive
amount of weeds, stone, and foreign matter; acidity range (pH) of 5.5 to 7.5;
containing a minimum of 4 percent and a maximum of 25 percent organic matter.
PART 3 EXECUTION
3.01 INSPECTION
A. Verify site conditions and note irregularities affecting work of this Section.
B. Beginning work of this Section means acceptance of existing conditions.
FY002255 Hwy. 45 Bridge
Section 02218-I
I
I
3.02 SUBSOIL PREPARATION ,
A. Eliminate uneven areas and low spots. Remove debris, roots, branches, stones in
excess of 2 inches in size. Remove subsoil contaminated with petroleum products.
B. Scarify subgrade to depth of 3 inches where topsoil is scheduled. Scarify in areas
where equipment used for hauling and spreading topsoil has compacted subsoil.
3.03 PLACING TOPSOIL
A. Place topsoil in areas where seeding is scheduled. '
B. Use topsoil in relatively dry state. Place during dry weather.
C. Fine grade topsoil eliminating rough or low areas. Maintain levels, profiles, and
contours of subgrade.
D. Remove stone, roots, grass, weeds, debris, and foreign material while spreading. ,
E. Manually spread topsoil around plants and structures to prevent damage.
F. Lightly compact placed topsoil.
G. Remove surplus subsoil and topsoil from site. P
H. Leave stockpile area and site clean and raked, ready to receive grass seeding.
3.04 TOLERANCES
A. Top of Topsoil: Plus or minus 1 inch. ,
3.05 SCHEDULE OF LOCATIONS
A. The following paragraphs identify compacted topsoil thicknesses for various '
locations.
B. Seeded Grass: 6 inches. I
C. Garden Areas: 18 inches.
3.06 PAYMENT
A. Payment
for
the work in this Section
will be included as part of the unit price bid
amounts
for
pipe, for work completed
along pipelines.
F
END OF SECTION
FY002255FY002255 Hwy. 45 Bridge Section 02218-2 ,
I
' SECTION 02444
FENCING
PART1 GENERAL
' 1.01 SCOPE
A. Any damage to any existing chain link fencing shall be repaired in accordance with
' this Section.
B . Any damage to any existing farm fencing shall be made with materials specified in
this Section.
1.02 GENERAL
A. Like items of materials provided hereunder shall be the end products of one
manufacturer in order to achieve standardization for appearance, maintenance, and
' replacement.
B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements that apply to the
' work specified herein and are mandatory for this project.
1.03 SUBMITTALS DURING CONSTRUCTION
A. Submittals during construction shall be made in accordance with Section 01300,
SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL
REQUIREMENTS.
1.04 REFERENCE STANDARDS
' A. Specification of Metallic -Coated Steel Chain Link Fence Fabric, published by Chain
Link Fence Manufacturers Institute, Washington, DC 20036.
PART 2 MATERIALS
' 2.01 GENERAL
A. The use of a manufacturer's name and model or catalog number is for the purpose of
establishing the standard of quality and general configuration desired only. Products
of other manufacturers will be considered in accordance with the General Conditions.
B. New materials and products of recognized, reputable manufacturers shall be used.
Rerolled, or regalvanized materials are not acceptable.
C. All materials shall be hot -dip galvanized after fabrication. Posts and other
appurtenances shall have a minimum zinc coating of 1.2 ounces per square foot of
surface.
1
FY002255 Hwy. 45 Bridge Section 02444 - I
El
D. Aluminum -coated fabric and wire may be substituted for the galvanized fabric and
wire. Aluminum coating shall be not less than 0.40 ounce per square foot, complying
with ASTM A 491, Class II.
2.02 FABRIC 1
A. Chain link fence fabric, six foot in height, woven of No. 9 gauge wire in 2 -inch
diamond -mesh pattern, salvages twisted and barbed, galvanized after weaving with
1.2 ounce zinc coating conforming to ASTM A 392.
B. Replacement fabric shall match the height of the original fence fabric. '
2.03 POSTS
A. Federal Specification RR -F-191, fence, posts, gates, and accessories, except as ,
hereinafter modified. Standard lengths for setting in ground or in concrete as
required for conditions shown. '
2.04 LINE POSTS
A. Use galvanized 2% -inch outside diameter, Schedule 40 steel pipe, weight 3.65 '
pounds per linear foot.
2.05 END, CORNER, ANGLE, AND PULL POSTS ,
A. For end, corner, angle, and pull posts, use 2.875 -inch outside diameter standard
weight steel pipe, weight 5.79 pounds per linear foot.
2.06 POST TOPS
A. Post tops shall be pressed steel, or malleable iron, designed as a weathertight closure '
cap for tubular posts. Provide one cap for each post, unless equal protection is
afforded by combination post top cap and barbed wire supporting arm where barbed
wire is required. Where top rail is used, provide tops to permit passage of top rail.
2.07
2.08
2.09
TENSION WIRE
A. Tension wire shall be zinc- or aluminum -coated coil spring steel wire not less than
No. 7 -gauge (0.177 inch in diameter). Provide tie clips of manufacturer's standard
as approved for attaching the wire to the fabric, at intervals not exceeding 24 inches.
A. Stretcher bars shall be one-piece lengths equal to full height of fabric with a
minimum cross-section of 3/16 inch by'/a inch. Provide one stretcher bar for each
gate and end post and two for each comer and pull post.
STRETCHER BAR BANDS
A. Bar bands shall be heavy -pressed steel, spaced not over 15 inches on center to secure
stretcher bars to tubular end, corner, pull, and gate posts.
FY002255 Hwy. 45 Bridge Section 02444 - 2
I
I
I
C1
I
I
' 2.10 TOP RAIL
A. Not less than 18 -foot long tubular steel, 15/s -inch outside diameter, weight 2.27
' pounds per linear foot. Couplings to be outside -sleeve type and at least 6 inches
long. Provide springs at one coupling in five to permit expansion in rail as
recommended by the manufacturer. Top rail to extend through line post tops to form
' continuous brace from end -to -end of each stretch of fence.
2.11 BRACES
IA. Brace pipe shall be of the same material as the top rail and shall be installed midway
between the top rail and extend from the terminal post to the first adjacent line post.
Braces shall be securely fastened to the posts by heavy -pressed steel and malleable
fittings, then securely trussed from line post to base of terminal post with a 3/e -inch
truss rod and tightener.
2.12 FITTINGS
A. Malleable steel, cast iron, or pressed steel, as required. Fittings to include extension
arms for barbed wire, stretcher bars and clamps, clips, tension rods, brace rods,
hardware, fabric bands and fastenings, and all accessories. Provide 45 -degree bracket
type supports to accommodate three strands of barbed wire.
' 2.13 BARBED WIRE
A. Four -point pattern with two strands of No. 12V2 gauge wire, and 1 -inch barbs 5 inches
' apart. Zinc -coated barbed wire shall conform to ASTM A 121; aluminum -coated
barbed wire to ASTM A 585.
2.14 CONCRETE
A. Materials as specified in Section 03300, CONCRETE. Proportions shall be 1:2:4.
Compressive strength shall not be less than 2,000 psi at 28 days.
2.15 FARM FENCE POSTS
' A. Repair farm fences utilizing "T" type steel posts with equivalent steel posts.
B. Utilize 4 -inch minimum diameter pressure treated posts to repair existing fences
' utilizing wood posts. If existing posts are larger diameter, replace with equally sized
new pressure treated posts.
' PART 3 EXECUTION
' 3.01 INSTALLATION
A. Installation of fencing shall meet the requirements of ASTM F 567.
' B. Erect fencing in straight lines between angle points by skilled mechanics experienced
in this type of construction. Erect in accordance with the manufacturer's
recommendations as approved and with these Specifications. Post holes shall be a
minimum depth of 3 feet below finished grade. Holes for line posts shall be 9 inches
' FY002255 Hwy. 45 Bridge Section 02444-3
3.02
3.03
in diameter. Holes for gate, corner, and pull posts shall be 16 inches in diameter.
Space posts not more than 10 feet on centers and in true lines. Set posts plumb and
to a depth of 2 feet 10 inches. Fill remainder of hole with concrete to extend around
the posts to a point 2 inches above finished grade. The top surface shall have a
crown watershed finish. After concrete has set, install accessories. Fasten chain link
fabric to end posts with stretcher bars and clamps and to line posts and top rail with
wire or bands at approximately 14 -inch centers and 24 -inch centers, respectively.
The top rail of the fence shall be at the top of the fabric. Install three strands of
barbed wire on the brackets, tighten, and secure at each bracket. Brace gate posts
diagonally to adjacent line posts to ensure stability. Hang gates and adjust all
hardware so that gates operate satisfactorily from open or closed position.
!J
I
I
I
C. Repair/replace farm fencing with new posts as specified
spaced
on 10 -ft. maximum
centers. Use the specified barbed
wire for barbed wire
fences.
Repair woven wire I
fences with equivalent galvanized
woven wire.
A. Upon completion of the fence installation, clean up all waste material resulting from
the operation.
PAYMENT
A. No separate payment will be made for any fence replacement and/or repairs that may
be required to existing fence.
END OF SECTION
I
[1
I
I
I
I
I
I
I
I
I
I
FY002255 Hwy. 45 Bridge Section 02444-4 ,
L
I
SECTION 02485
FINISH GRADING AND GRASS
' PARTI GENERAL
1.01 SCOPE
IA. This Section covers the work necessary for the finish grading and grass
establishment, complete, including furnishing and delivery of material and seeding
and maintenance of grass. The intention of this Specification is that the Contractor
' returns areas of damaged turf to the condition in which he found them at the start of
the job and that a grass stand be established on all cleared areas. The only areas not
to be seeded are areas receiving gravel or paved surfaces and areas used for vegetable
' gardens.
I1.02 GENERAL
A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
' REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and are mandatory for this project.
PART 2 MATERIALS
2.01 TOPSOIL
' A. Existing topsoil shall be reused where practical. See Section 02218, LANDSCAPE
GRADING.
IB. Place existing or imported topsoil in areas where topsoil was previously stripped for
pipeline work.
' C. Areas that are cleared, but not stripped of topsoil, shall have the existing topsoil
graded and scarified. Imported topsoil shall not be required.
2.02 SEED
A. Certified, blue tag, clean, delivered in original, unopened packages and bearing an
' analysis of the contents, guaranteed 95 percent pure and to have a minimum
germination rate of 85 percent, within 1 year of test.
2.03 SEED MIX
A. Mix for all areas shall follow the recommendations of the local Agricultural
' Extension Agent, depending on the season.
B. Separate lawn and field grass mixes shall be utilized, as appropriate for the
application area.
FY002255 Hwy. 45 Bridge Section 02485 - I
I
I
C. Where specific lawns have sod, such as the entrance area to the Bordeaux Village
Subdivision, protect and restore the existing sod or replace damaged areas with the
same variety of sod. Where specific lawns have special varieties of seeded grass,
reseed with the same grass variety.
PART 3 EXECUTION ,
3.01 PROJECT SCHEDULE I
A. The overall Project Schedule shall show an anticipated time for grading and seeding
to take place, so that seasonal consideration can be given attention.
3.02 CONSTRUCTION METHODS - GRADING OF TOPSOIL
A. Shape the topsoil over the area to the desired shape and contour
B. Apply commercial fertilizer at the manufacturer's recommended rate, distributing it
uniformly with a mechanical spreader. The minimum application rate shall be 500
lbs per acre. Fertilizer blend shall be as recommended by the local Agricultural
Extension Agent.
3.03 FINISH GRADING
I
E
I.i
11
A. Thoroughly mix the topsoil and fertilizer. '
B. Rake the area to a uniform grade so that all areas drain in the same manner as at the
start of the project.
C. Lightly compact before planting grass.
D. For lawn and garden areas, remove all trash and stones exceeding 2 -inches in
diameter from area to a depth of 3 -inches prior to preparation and planting grass. For
field and timber areas, remove excavated stone and trash to an equivalent condition
to the adjoining undisturbed area.
3.04 TIME OF SEEDING
A. Conduct seeding under favorable weather conditions during seasons which are
normal for such work as determined by accepted practice in locality of project.
3.05 MECHANICAL SEEDING
A. Sow grassed areas evenly with a mechanical spreader at rate of 100 pounds per acre,
roll with cultipacker to cover seed, and water with fine spray. Method of seeding
may be varied at the discretion of Contractor as it is his own responsibility to
establish a smooth, uniformly grassed area.
I
I
[1
I
I
I
I
FY002255 Hwy. 45 Bridge Section 02485 -2
I
1 3.06 HYDROSEEDING
I
[1
I
I
A. At the Contractor's option, seed may be applied by hydroseeding method. Seeding
shall be done within 10 days following soil preparation. Hydroseed all areas at rate
of 100 pounds seed and 500 pounds ammonium phosphate per acre.
B. Proceed with seeding operation on moist soil, but only after free surface water has
drained away.
C. Exercise due care to prevent drift and displacement of mixture into other areas.
3.07 WINTER PROTECTIVE SEEDING
A. Winter barley or annual rye grass applied at a rate of 120 pounds/acre shall be used
after September 15.
1 3.08 MAINTENANCE
11
C1
I
I
1
1
I
A. Begin maintenance immediately after each portion of grass is planted and continue
until a reasonable stand of grass has been obtained. Water to keep surface soil moist.
Repair washed out areas by filling with topsoil, fertilizing, and seeding.
B. Apply straw mulch after seeding to assist in grass establishment and to reduce topsoil
erosion.
3.09 GUARANTEE
A. If, at the end of a 180 -day period, a satisfactory stand of grass has not been produced,
the Contractor shall renovate and reseed the grass or unsatisfactory portions thereof
immediately, or, if after the usual planting season, during the next planting season.
If a satisfactory stand of grass develops by July 1 of the following year, it will be
accepted. If it is not accepted, a complete replanting will be required during the
planting season meeting all of the requirements specified under CONSTRUCTION
METHODS.
B. A satisfactory stand is defined as grass or section of grass that has:
No bare spots larger than 4 square feet.
Not more than 10 percent of total area with bare spots larger than I square
foot.
3.10 PAYMENT
A. Payment for the work in this Section will be included as part of the unit price bid per
foot of pipe, for pipeline work.
END OF SECTION
' FY002255 Hwy. 45 Bridge
Section 02485 -3
I
I
I
I
I
I
I
H
I.,
I
SECTION 02601
ASPHALT AND CONCRETE RESTORATION
PARTI GENERAL
1.01 SCOPE
A. This Section covers the work necessary for the restoration of asphalt pavement,
replacement of sidewalks, curb and gutter, drainage facilities, and incidental work,
complete.
B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and are mandatory for this project.
1.02 STANDARD SPECIFICATIONS
A. Where the term "Standard Specifications for Highway Construction" is used, such
reference shall mean the current edition of Arkansas Highway and Transportation
Department Standard Specifications. Where reference is made to a specific part of
the Standard Specifications, such applicable part shall be considered as part of this
section of the Specifications. In case of a conflict in the requirements of the Standard
Specifications and the requirements stated herein, the requirements herein shall
prevail.
1.03 RELATED WORK SPECIFIED IN OTHER SECTIONS
A. Section 02200 - Earthwork, Trench Excavation and Backfill
1.04 SUBMITTALS DURING CONSTRUCTION
A. Prior to the delivery of specified aggregate to the site, the Contractor shall submit
samples of the material for the Engineer's approval. Samples shall be typical of
materials to be furnished from the proposed source and in conformance with the
specified requirements.
B. Prior
to the delivery of asphalt materials
and paving mixes to the site,
the Contractor
shall
submit certificates of compliance
of such materials with these
Specifications.
IC. Where laboratory testing is specified herein, the Contractor shall employ an
independent testing laboratory to conduct such tests and submit certificates of the test
results to ensure Specification conformance.
D. The costs for submittals shall be included in the price(s) quoted for the work under
this Section.
I
I
IFY002255 Hwy. 45 Bridge Section 02601 - I
I
PART 2 MATERIALS
2.01 CONCRETE
A. Concrete for sidewalks, pavement, and miscellaneous construction shall conform to
ASTM C 94, Alternate 3; and shall have a design mix proportioned for 3,000 pounds
per square inch compressive strength at 28 days. Concrete mix shall contain no less
than 5-1/2 sacks of cement per cubic yard.
2.02 CONCRETE FORMS '
A. All forms for pavement and sidewalks shall be either 2 -inch dimensioned lumber,
plywood, or metal forms.
2.03 CURING COMPOUND
A. Commercial grade conforming to ASTM C 309, Type I. ,
2.04 REINFORCING STEEL
A. Conform to ASTM A 615, Grade 60.
2.05 BASE COURSE '
A. 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.
2.06 GRAVEL SURFACE COURSE
A. Gravel for the 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.
2.07 ASPHALT CEMENT ,
A. Asphalt cement for binder shall be AC 85-100 paving asphalt conforming to the '
Standard Specifications unless otherwise specified.
2.08 PRIME COAT
A. 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. 1
2.09 TACK COAT
A. Asphalt emulsion conforming to ASTM D 977 or D 2397, unless otherwise specified. '
1
FY002255 Hwy. 45 Bridge Section 02601 -2 '
I
' 2.10 ASPHALT CONCRETE, HOT - PLANT MIX
I
I
I
L]
A. Hot mix asphalt concrete for paving the designated area shall be Type II hot -plant
mix and all materials shall conform to the requirements of Section 407 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.
2.11 CULVERT
A. Culvert pipe shall be galvanized corrugated metal pipe not less than 14 -gauge and
shall conform to AASHTO M 36 with the added requirement that the pipe and
coupling bands shall be completely coated with bituminous material conforming to
ASTM D 449. Provide manufacturer's standard coupling bands, complete. Bolts
shall be galvanized.
' PART 3 EXECUTION
' 3.01 CONSTRUCTION PROCEDURE
I
I
I
I
I
I
I
F
Li
A. Trench backfill shall be as specified in Section 02200, EARTHWORK, TRENCH
EXCAVATION AND BACKFILL.
B. Replace all bituminous pavement damaged under this Contract with like materials.
C. Replace concrete pavement damaged under this Contract with minimum of 6 -inch
thickness or to conform with existing, whichever is greater.
D. In addition to the requirements set forth herein, the work shall conform to the
applicable workmanship requirements of the AHTD Standard Specifications
referenced heretofore.
3.02 REMOVAL OF PAVEMENT, SIDEWALK, CURBS, AND GUTTERS
A. Removal of all pavement, sidewalks, curbs, and gutters shall conform to Section
02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL, and payment
for removal shall be included in that section.
3.03 STREET MAINTENANCE
A. Maintain all trenches as specified under Section 02200, EARTHWORK, TRENCH
EXCAVATION AND BACKFILL.
3.04 EXCAVATION AND BACKFILL
A. Excavation and backfill are specified in Section 02200, EARTHWORK, TRENCH
EXCAVATION AND BACKFILL. Special backfill around culvert pipe is specified
with the culvert installation.
I
FY002255 Hwy. 45 Bridge Section 02601 -3
[1
3.05 INSTALLATION OF CULVERT '
A. Install culvert where shown on the Drawings or where existing culverts are destroyed.
Pipe shall be carefully bedded to provide uniform bearing. Coupling bands shall be
installed in conformance with the manufacturer's recommendations. Use gravel base
course to a point 6 inches above pipe. Backfill remainder with base course material.
Place backfill in 6 -inch lifts uniformly on both sides of the pipe simultaneously, and
thoroughly compact each lift with mechanical tampers before placing the next lift.
3.06 PREPARATION OF SUBGRADE
A. Bring subgrade to proper grade and cross section shown by means of a blade grader
or other suitable equipment. Compact subgrade with bulldozer, roller, loaded trucks,
or other suitable equipment moving uniformly over the surface. As the compaction
of the subgrade proceeds, dig out all soft or spongy areas and fill the resulting holes
with locally available red chert, clay gravel, or other material satisfactory to the
Engineer. Dispose of excess materials resulting from grading. Do not permit heavy
machinery to operate adjacent to structures where such operations may cause damage.
The finished subgrade shall provide a satisfactory base for the road and be acceptable
to the Engineer.
3.07 BASE COURSE
A. Spread gravel base course on prepared subgrade in a uniform layer, without '
segregation of size, to such loose depth that, when compacted, the course shall have
a thickness of 6 -inches. Compact the base course to a minimum of 95 percent of the
maximum density as determined by ASTM D 1557. Sprinkle base material as
necessary to aid compaction. Blade ruts and irregularities smooth during the
compaction process until a smooth surface, conforming to the grade shown, is
obtained. '
3.08 SURFACE COURSE TOP COURSE
A. The cross section of the finished surface shall be subject to reasonable variation by 1
the Engineer to meet the varying conditions encountered. Spread the 1 -1/2 -inch
minus rock to such a loose depth that, when compacted, it will be a minimum depth
of 2 -inches. Compact the surface material to the same as that specified for the base
course and blade until the top surface is smooth and conforms to the grade and crown
requirements shown.
3.09 TACK COAT
A. 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.
3.10 PRIME COAT '
A. 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.
FY002255 Hwy. 45 Bridge Section 02601 -4
I
3.11 CONSTRUCTION OF ASPHALT CONCRETE PAVEMENT
A. 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 for hot mix
asphalt and Section 410 of the Standard Specifications for cold mix asphalt.
B. 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.
3.12 SURFACE RESTORATION
A. Maintain all trenches as specified under Section 02200, EARTHWORK,
EXCAVATION AND BACKFILL, until surface restoration is completed.
3.13 ASPHALT CONCRETE PAVEMENT REPLACEMENT FOR PIPE TRENCHES
A. 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. Trim existing pavement to a straight line to remove any pavement which
has been damaged or which is broken and unsound to provide a smooth, sound edge
for joining the new pavement.
' B. 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.
C.. 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.
D. Compact the base course with mechanical vibratory or impact tampers to a minimum
of 95 percent of maximum density 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.
E. Place base course under all pavement to be replaced and, in addition, under gravel
surfaced shoulders and other graveled areas.
F. 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.
G. 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
FY002255 Hwy. 45 Bridge Section 02601 - 5
I
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.
H. Roll with power rollers capable of providing compression of 200 to 300 pounds per
linear hick. 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.
I. The finished surface of the new compacted paving shall be flush with the existing
surface and shall conform to the grade and crown of the adjacent pavement.
J. 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.
K. The surface smoothness of the replaced 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.
3.14
3.15
WEATHER CONDITIONS
A. Asphalt shall not be applied to wet material. Asphalt shall not be applied during
rainfall, sand or dust storms, 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.
PROTECTION OF STRUCTURES
A. Provide whatever protective covering may be necessary to protect the exposed
portions of bridges, culverts, curbs, gutters, posts, guard fences, road signs, and any
other structures from splashing oil and asphalt from the paving operations. Remove
any oil, asphalt, dirt, or any other undesirable matter that may come upon these
structures by reason of the paving operations.
B. Where water valve boxes, manholes, catch basins, or other underground utility
appurtenances are within the area to be surfaced, the resurfacing shall be level with
the top of the existing finished elevation of these facilities. If it is evident that these
facilities are not in accordance with the proposed finished surface, notify the
Engineer to have the proper authority contacted in order to have the facility altered
before proceeding with the resurfacing around the obstruction. Consider any delays
experienced from such obstructions as incidental to the paving operation. No
additional payment will be made. Protect all covers during asphalt application.
FY002255 Hwy. 45 Bridge Section 02601 -6 1
I
3.16 EXCESS MATERIALS
A. Dispose of all excess materials. Make arrangements for the disposal and bear all
' costs or retain any profit incidental to such disposal.
3.17 CONTRACTOR'S RESPONSIBILITY
A. Settlement of replaced pavement over trenches within the warranty period shall be
considered the result of improper or inadequate compaction of the subbase or base
materials. The Contractor shall promptly repair all pavement deficiencies noted
during the warranty period at the Contractor's sole expense.
3.18 CONCRETE PAVEMENT
A. Pavement replaced shall be the same thickness as that removed, except that in no
instance shall it be less than a minimum of 8 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.
B. Handle and place concrete pavement in accordance with the Standard Specifications
for Highway Construction of the Arkansas State Highway and Transportation
Department.
3.19 GRAVEL SURFACING
A. Where required by the Drawings, and where necessary to match existing surfaces,
'
place crushed rock, gravel surfacing material, as specified herein, on streets,
driveways, parking areas, street shoulders, and other graveled areas disturbed by the
construction. Spread the rock by tailgating and supplement by hand labor where
' necessary. Level and grade the rock to conform to existing grades and surfaces.
3.20 SIDEWALKS AND CURBS
' A. Replace concrete sidewalks and curbs to the same section width, depth, line and
grade as that removed or damaged. Cut ends of existing concrete to a vertical plane.
' Prior to replacing the sections, properly backfill and compact the trench to prevent
subsequent settlement.
' B. Cut ends of existing curbs to a vertical plane. Construct forms to match existing.
Place concrete and finish exposed surfaces similar to adjacent curb.
C. Replace concrete sidewalks between scored joints and make replacement in a
manner that will avoid a patched appearance. Provide a minimum 2 -inch thick
compacted gravel base course of quality hereinbefore specified. Finish concrete
surface similar to the adjacent sidewalks. Score joints and finish edges with a steel
edging tool.
D. Tunneling under curbs and sidewalks is optional. However, should any subsequent
' cracking, subsidence, or any other indication of failure occur within the warranty
period, the damaged section shall promptly be replaced at the Contractor's sole
expense.
IFY002255 Hwy. 45 Bridge Section 02601 -7
3.21 ASPHALT DRIVEWAYS AND WALKS
A. Replace asphalt driveways and walks in accordance with ASPHALT CONCRETE
PAVEMENT REPLACEMENT.
3.22 CLEANUP
A. Clean up all debris and unused materials from the paving operation. Clean all
surfaces that have been spattered or defaced as a result of the paving operation.
3.23 PAVEMENT REPLACEMENT FOR STATE HIGHWAY CROSSINGS
A. This Section covers repair to any highway surfaces that must be cut.
B. All work in connection with the pavement replacement shall be done in strict
accordance with the Permitter's standard specification, and the completed work must
be acceptable to the agency having jurisdiction (State Highway Department).
C. Following placing the backfill and before placing base and pavement, remove
additional existing leveling course and pavement to a depth of 1 foot 9 inches below
finished grade so as to obtain a minimum of 18 -inches bearing on each side of the
trench on undisturbed ground for the new base course. Saw existing pavement to
remove any pavement which has been cracked, torn, or otherwise damaged during
excavation and backfilling. Sawing shall be a straight line and continuous across the
highway surface on both sides so that the replaced section is of a constant and
uniform width. Compact granular backfill to 95 percent maximum density as
determined by ASTM D 698 to a uniform level 12 inches below finished grade.
D. Conform to the requirements of this Section of the Specifications concerning base
and leveling courses and to the requirements of the Permitter.
E. The concrete pavement shall be a 9 -inch thick concrete slab reinforced with 6 -gauge
6 by 6 welded wire fabric. Construction shall be in accordance with the applicable
sections of the Permitter's standard specifications. Protect the pavement from the
traffic for a period of 7 days, during which time cure by covering with burlap, sand,
earth, or sawdust and keep continuously wet or by use of an approved curing
compound.
F. For asphalt concrete pavement, prime prepared surfaces to be bonded. Following 1
placing of the prime coat, lay one 3 -inch hot -plant -mix bituminous surface course in
compliance with the applicable sections of the Permitter's standard specifications.
Installation shall conform to the detail on the Drawings.
G. Gravel for shoulders shall be 3/4 -inch -minus crushed rock conforming to ROCK
FOR SURFACING AND BASE of this Specification. Resurface all disturbed gravel
shoulders with 2 -inches of crushed rock.
3.24 CONTRACTOR'S RESPONSIBILITY
A. The Contractor shall be fully responsible for settlement or deterioration of the
finished street crossing pavement during the warranty period.
FY002255 Hwy. 45 Bridge Section 02601 -8
LJ
B. The Owner will withhold final payment for this project until the Contractor furnishes
a satisfactory release from the Highway Department stating that all claims for labor
and materials have been satisfied and that the Contractor's work across the right -of-
way has been completed to the satisfaction of the Highway Department.
3.25 PAYMENT
A. Payment for the work under this section shall be based on the appropriate unit prices
stated in the Contractor's Proposal. Payment shall be considered full compensation
for furnishing all labor, materials, and equipment to complete the work as specified
under this section.
B. Payment for replacement of gravel surface and base course shall be made as specified
in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL.
3.26 ASPHALT CONCRETE AND PORTLAND CEMENT CONCRETE PAVEMENT
' REPLACEMENT
A. Payment for asphalt concrete and Portland cement concrete pavement will be based
on the unit price per square yard stated in the Contractor's Proposal for the actual area
replaced. Payment will be limited to a maximum width of 8 feet. All pavement
damaged outside this 8 -foot limit shall be replaced at the Contractor's sole expense.
The number of square yards will be measured by the Engineer.
B. The unit prices shall include payment for excavation required to provide space for the
surfacing, preparation of the trench, tack coat, prime coat, surfacing, disposal of all
excess excavated materials, and all other work required to complete the resurfacing.
Asphalt Highway repair shall include a 9 -inch reinforced concrete, base course as
shown on the Drawings.
I3.27 SIDEWALK REPLACEMENT
A. Payment for replacing the damaged sidewalks shall be based on the unit price per
square yard as stated in the Contractor's Proposal. Payment will, however, be limited
to sidewalks replaced within 4 feet of the pipe centerline. All sidewalks damaged
' outside this limit shall be replaced at the Contractor's sole expense.
3.28 CURB AND GUTTER REPLACEMENT
A. Payment for replacing damaged curb (and gutter where applicable) shall be based on
the unit price per linear foot as stated in the Contractor's Proposal. Payment will,
however, be limited to curbs and gutters replaced within 4 feet of the pipe centerline.
All curbs and gutters damaged outside of this limit shall be replaced at the
Contractor's sole expense.
END OF SECTION
II
IFY002255 Hwy. 45 Bridge Section 02601 -9
ISECTION 03210
REINFORCING STEEL
PART1 GENERAL
1.01 SCOPE
A. This Section covers the work necessary to furnish and install, complete, the
reinforcing steel and welded wire fabric.
1.02 GENERAL
A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and are mandatory for this project.
1.03 SUBMITTALS DURING CONSTRUCTION
A. Submittals during construction shall be made in accordance with Section 01300,
SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL
REQUIREMENTS. In addition, the following specific information shall be
provided:
' 1. Bending Lists
2. Placing Drawings
PART 2 MATERIALS
' 2.01 DEFORMED REINFORCING BARS
A.. Deformed billet -steel bars conforming to ASTM A615, Grade 60.
2.02 WELDED WIRE FABRIC
A. Conform to ASTM A 185 or A 497.
2.03 ACCESSORIES
A. Tie wire shall be 16 -gauge, black, soft -annealed wire. Bar supports shall be of proper
type for intended use. Bar supports in beams, columns, walls, and slabs exposed to
view after stripping shall be small rectangular concrete blocks made up of the same
' color and same strength concrete being placed around them. Use concrete supports
for reinforcing in concrete placed on grade. Conform to requirements of "Placing
Reinforcing Bars" published by CRSI.
I
I
I
FY002255 Hwy. 45 Bridge
Section 03210- 1
PART 3
3.01
A.
B.
3.02
3.03
3.04
EXECUTION
GENERAL
Conform to "Placing Reinforcing Bars", Recommended Practices, Joint Effort of
CRSI-WCRSI, prepared under the direction of the CRSI Committee on Engineering
Practice.
Notify the Engineer when reinforcing is ready for inspection and allow sufficient
time for this inspection prior to casting concrete.
DELIVERY AND STORAGE.
A. Deliver steel with suitable hauling and handling equipment. Tag steel for easy
identification. Store to prevent contact with the ground. The unloading, storing, and
handling bars on the job shall conform to CRSI publication "Placing Reinforcing
Bars".
PLACING REINFORCING STEEL - CLEANING
A. Clean metal reinforcement of any loose mill scale, oil, earth and other contaminants.
STRAIGHTENING AND REBENDING REINFORCING STEEL
A. Do not straighten or rebend metal reinforcement. Where construction access through
reinforcing is a problem, bundling or spacing of bars instead of bending shall be
used. Submit details and obtain Engineer's review prior to placing.
3.05
A.
3.06
A.
3.07
A.
3.08
A.
PROTECTION, SPACING, AND POSITIONING OF REINFORCING STEEL
Conform to the current edition of the ACI Standard Building Code Requirements for
Reinforced Concrete (ACI 318), reviewed placing drawings and design drawings.
REINFORCING STEEL - LOCATION TOLERANCE
Conform to the current edition of "Placing Reinforcing Bars" published by Concrete
Reinforcing Steel Institute and to the Details and Notes on the Drawings.
SPLICING
Conform to Drawings and current edition of ACI Code 318. Splices in adjacent bars
shall be staggered.
TYING DEFORMED REINFORCING BARS
Conform to the current edition of "Placing Reinforcing Bars" published by Concrete
Reinforcing Steel Institute and to the Details and Notes on the Drawings.
I
I
I
I
I
I
I
I
I
1
I
1
I
FY002255 Hwy. 45 Bridge Section 03210-2 ,
3.09 REINFORCEMENT AROUND OPENINGS
A. Place an equivalent area of steel around the pipe or opening and extend on each side
sufficiently to develop bond in each bar. See the Details on Drawings for bar
extension length each side of opening. Where welded wire fabric is used, provide
extra reinforcing using fabric of deformed bars.
3.10 WELDING REINFORCEMENT
A. Welding shall not be permitted unless the Contractor submits detailed shop drawings,
qualifications, and radiographic nondestructive testing procedures for review by the
Engineer. The Contractor shall obtain the results of this review prior to proceeding.
The basis for the Contractor submittals shall be The Structural Welding Code,
Reinforcing Steel, AWS D1.4-79, published by the American Welding Society and
the applicable portions of ACI 318, current edition. The Contractor shall test 10
percent of all welds using radiographic, nondestructive testing procedures referenced
in this code.
3.11 PLACING WELDED WIRE FABRIC
A. Extend fabric to within 2 inches of the edges of the slab, and lap splices at least 1-1/2
courses of the fabric and a minimum of 6 inches. Tie laps and splices securely at
ends and at least every 24 inches with 16 -gauge black annealed steel wire. Ensure
that the welded wire fabric is placed at the proper distance above the bottom of the
slab. Conform also to ACI 318-77 and to the current Manual of Standard Practice,
Welded Wire Fabric, by the Wire Reinforcement Institute regarding placement,
bends, laps, and other requirements.
3.12 FIELD BENDING
A. Field bending of reinforcing steel bars is not permitted when rebending will later be
required to straighten bars. Rebending of bars at the same place where strain
hardening has taken place due to the original bend will damage the bar. Consult with
the Engineer prior to any pour if the contractor foresees a need to work out a solution
to prevent field bending.
3.13 PAYMENT
A. Payment for the work
in this Section will be
included
as part of the applicable unit
price or lump sum bid
amounts stated in the
Proposal.
END OF SECTION
IFY002255 Hwy. 45 Bridge Section 03210-3
II
I
SECTION 03300
ICONCRETE
PART 1 GENERAL
1.01 SCOPE
A. This Section covers the work necessary to furnish and install, complete, the
cast -in -place concrete, including formwork.
B. See Part 3, CONDITIONS OF THE CONTRACT, and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and are mandatory for this project.
1.02 SUBMITTALS DURING CONSTRUCTION
A. Submittals during construction shall be made in accordance with Section 01300,
SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL
REQUIREMENTS. In addition, the following specific information shall be
provided:
1. Concrete Mix Design
2. Certification for Aggregate Quality
' 1.03 PLANT INSPECTION
A. The Engineer shall have access to and have the right to inspect all batch plants,
cement mills, and supply facilities of suppliers, manufacturers, subcontractors, and
contractors providing products included in these Specifications. Batch plants shall
have current certification that all weighing scales have been tested and are within the
' tolerances as set forth in the National Bureau of Standards Handbook No. 44.
B., Batch plant equipment shall be either semiautomatic or fully automatic.
I1.04 RELATED WORK SPECIFIED IN OTHER SECTIONS
Section No. Item
02601 Asphalt and Concrete Restoration
' 03210 Reinforcement Steel
PART2 PRODUCTS
I2.01 CEMENT
A. Cement type will be submitted by the Contractor for the Engineer's approval.
2.02 WATER
IA. Clean and free from oil, acid, alkali, organic matter, or other deleterious substances.
FY002255 Hwy. 45 Bridge Section 03300 - I
H
I
2.03 CONCRETE AGGREGATES - GENERAL
A. Natural aggregates, free from deleterious coatings, conforming to ASTM C33, I
together with all referenced ASTM Standard Specifications, except as modified
herein. Aggregates shall not be potentially reactive as defined in Appendix XI of
ASTM C33. The Contractor's attention is directed also to Paragraph 51.1 of
Appendix XI of ASTM C 33 since evidence of reactive problems on existing
structures shall be used also to prove that sources of aggregates are reactive and
cannot be used. The Contractor shall be responsible for meeting these Specifications
and shall import nonreactive aggregates if local aggregates are reactive. Aggregates
shall be thoroughly and uniformly washed before use.
2.04 FINE AGGREGATES
A. Conform to ASTM C33. Materials finer than the 200 sieve shall not exceed 4
percent. Use only clean, sharp, natural sand.
2.05 COARSE AGGREGATE
A. Use only crushed gravels, crushed stone, or a combination of these materials
containing no more than 15 percent float or elongated particles (long dimension more
than five times the short dimension). Materials finer than the 200 sieve shall not
exceed 0.5 percent.
2.06 GROUTS - NONSHRINK
A. Nonshrink grout for general use where required, shall conform to the Corps of
Engineers' Specification for Nonshrink Grout, CRD-C621-81, and to these
Specifications. The grout shall be subject to prequalification tests performed by the
grout manufacturer. The results of the tests shall be submitted to and evaluated by
the Engineer and included in this Specification prior to bidding to be acceptable. The
tests shall be performed in an independent test laboratory or other prearranged
location approved by the Engineer to verify fluidity, placement, shrinkage, and
strength. Actual placement tests using steel baseplates will be used. The
manufacturer shall furnish all baseplates and material, and shall perform the testing
at his expense.
B. Grout shall be a fluid grout capable of satisfactorily meeting the Engineer's baseplate
test and shall be nonmetallic, unless specified for special use hereinafter. The grout
shall be a nongas-liberating type, cement base product; premixed product requiring
only the addition of water for the required consistency. All components shall be
inorganic. No material, except water, shall be added at the project site.
C. The grout product shall satisfy all of the above requirements even though the project
use calls for a dry pack consistency and use.
D. The following listed grouts are the only materials that have been tested, reviewed,
and prequalified by the Engineer, that meet these requirements, and are acceptable
for general use such as grouting of equipment supports.
1. SET nonshrinking grout, Master Builders Co., Cleveland, Ohio
FY002255 Hwy. 45 Bridge Section 03300 -2
I
2. Crystex, L & M Construction Chemicals, Inc., Omaha, Nebraska
E. For grouting baseplates for machinery, see Category I and Category II grouts
hereinafter specified.
F. The grout used shall be cured as recommended by the grout manufacturer.
2.07 FORM MATERIAL - GENERAL
A. Form surfaces shall be in "new and undamaged" condition and may be plywood, hard
plastic finished plywood, overlaid waterproof particle board, and steel of sufficient
strength and surface smoothness to produce the specified finish.
B . All joints in forms shall be taped, gasketed, plugged, and/or caulked with an
approved material so that the joint will remain watertight and withstand placing
pressures without bulging outward or creating surface patterns. Formwork with gaps
and apertures in the form surfaces shall not be used. Form surfaces that have been
damaged and are no longer in a smooth "new and undamaged" condition shall not be
reused except in areas where finish is of no real concern and then only after written
approval is obtained from the Engineer.
IC. The Contractor shall comply with all form tie requirements included in the various
sections of this Specification, and shall submit shop drawing information for review
by Engineer and obtain approval prior to purchase of forms.
' 2.08 FORM TIES
A. Form ties on exposed surfaces shall be located in a uniform pattern or as indicated
Ion the Drawings. Form ties shall be constructed so that the tie remains embedded in
the wall, except for a removable portion at each end. Form ties shall have conical or
spherical type inserts, inserts shall be fixed so that they remain in contact with
forming material, and shall be constructed so that no metal is within 1 inch of the
concrete surface when the forms, inserts, and tie ends are removed. Wire ties will not
be permitted. Ties shall withstand all pressures and limit deflection of forms to
acceptable limits.
B . Flat bar ties for panel forms shall have plastic or rubber inserts having a minimum
' depth of 1 inch and sufficient dimensions to permit proper patching of the tie hole.
2.09 BOND BREAKER
IA. Bond breaker shall be a nonstaining type, which will provide a positive bond
prevention such as Williams Tilt -Up Compound, as manufactured by Williams
Distributors, Inc., Seattle, WA; Silcoseal 77, as manufactured by SCA Construction
' Supply Division, Superior Concrete Accessories, Franklin Park, IL; or equal. Submit
review copies of manufacturer's data, recommendations, and instructions for specific
use on this project.
' 2.10 CURING COMPOUND
A. Curing compound to conform to the requirements of ASTM C309, with the
additional requirement that permeability not exceed 0.039 gm/square cm/72 hours.
FY002255 Hwy. 45 Bridge Section 03300 - 3
I
Masterseal, manufactured by Master Builders, Cleveland, Ohio; Euco Floor Coat,
manufactured by Euclid Chemical Co., Cleveland, Ohio; or equal. Curing
compounds shall be compatible with required finishes and/or coatings. Tests for
compliance shall be made by manufacturer with certification furnished by the
Contractor. Manufacturer's certification shall state quantity or coverage required to
meet or exceed tests and method of application. The manufacturer shall submit
certification that the product meets ASTM C309 and the additional permeability
requirement, and shall specifically state the coverage required to meet these
requirements. The Contractor shall not use the curing compound where additional
finishes such as hardeners, paintings, staining, and other special coatings are
required. Use water curing as hereinafter specified instead.
PART 3 EXECUTION
3.01 DESIGN OF CONCRETE MIX - PROPORTIONS (GENERAL) 1
A. Before beginning any concrete work, the Contractor shall have the concrete mix
designed and the ingredients selected and proportioned by an approved independent
testing laboratory meeting the requirements of ASTM E 329. Certified copies of all
laboratory trial mix reports shall be sent to the Engineer from the testing laboratory.
Do not place concrete prior to the Engineer's review and acceptance in writing of the
concrete mixes and the cylinder test results from these laboratory mixes.
B. The concrete mix shall be designed so that the proportions will produce results that
will meet the requirements of the project.
C. The concrete shall be proportioned in accordance with ACI 211 subject to the
following specifications.
D. Design the mix and perform tests to meet the following requirements: ,
1. Design strength of structural concrete shall be a minimum of 3,000 psi at 28
days. The combined aggregate grading shall be for the 1 inch grading
combination hereinafter specified, unless otherwise shown on the Drawings
or specified herein.
2. The water -cement ratio or water -cement plus pozzolan ratio, if applicable,
shall not exceed 0.49 by weight, unless otherwise approved in writing by the
Engineer.
3. Minimum cement content or combined cement plus fly ash content when fly
ash is used for performance and longevity, regardless of design strength, shall
be 423 pounds per cubic yard for concrete with 1 -1/2 -inch maximum size
aggregate, 470 pounds per cubic yard for 1 -inch maximum size aggregate,
and 517 pounds per cubic yard for 3/4 -inch maximum size aggregate. The
Contractor shall increase cement content or the combined cement plus fly
ash content, when fly ash is used, as required to meet strength requirements.
The amount of fly ash used shall not exceed 25 percent or be less than 15
percent of the total weight of fly ash plus cement. Verify that design mix test
results reflect the slump to be used.
FY002255 Hwy. 45 Bridge Section 03300 -4 t
E
4. Concrete used for thrust blocks and encasement of pipelines shall have a
design strength of 2,500 psi at 28 days.
3.02 MEASUREMENT OF MATERIALS AND MIXING
A. Conform to ACI 304 current edition and to other requirements hereinbefore specified
for mix design, testing, and quality control and to these Specifications.
I3.03 RETEMPERING
A. The retempering of concrete or mortar in which the cement has partially hydrated will
not be permitted.
3.04 REUSE OF FORMS
A. Reuse of forms will be permitted only if a "like new" condition, unless otherwise
approved in writing, is maintained. The Engineer shall be notified one full working
day prior to concrete placement so that the forms can be inspected. The Contractor
shall correct any defective work, found in the Engineer's inspection, prior to delivery
of concrete to the project. Formwork surfaces that were in good condition and
accepted for use, but were damaged during removal and handling shall not be reused
on additional pours. The Contractor is expected to take care in the handling of forms
and to obtain approval of form surfaces prior to each reuse.
' B. All forms, falsework, shoring, and other structural formwork required shall be
structurally designed by the Contractor and the design shall comply with all
applicable safety regulations, current OSHA regulations, and other codes. Comply
' with applicable portions of ACI 347, ACI 318 current edition, and these
Specifications. All design, supervision, and construction for safety of property and
personnel shall be the Contractor's full responsibility.
I3.05 FORM TOLERANCES
A. Forms shall be surfaced, designed, and constructed to meet ACI 318 and the
following minimum requirements for the specified finishes. Failure of the forms to
produce the specified requirements will be grounds for rejection of the concrete
' work. Rejected work shall be repaired or replaced by the Contractor at no additional
cost to the Owner. All repair or replacement shall be subject to these Specifications
and the approval of the Engineer. Where the Contractor's work does not meet the
tolerance specifications he shall submit his proposed method to upgrade the specified
finish to compensate for the inferior appearance or to repair or provide an acceptable
alternate solution. Obtain in writing the approval of this repair or alternate solution
before proceeding. All repair work or work on an alternate solution required shall
be at no additional cost to the Owner.
3.06 FORM SURFACE PREPARATION - GENERAL
A. All form surfaces in contact with the concrete shall be thoroughly cleaned of all
previous concrete, dirt, and other surface contaminants prior to preparing by the
applicable method below. Do not reuse damaged form surfaces.
FY002255 Hwy. 45 Bridge Section 03300 - 5
I
3.07 EXPOSED WOOD FORMS
A. All wood surfaces in contact with the concrete shall be coated with an effective
release agent prior to form installation. The release agent shall be nonstaining and
nontoxic after 30 days.
3.08 STEEL FORMS I
A. Mill scale and other ferrous deposits shall be sandblasted or otherwise removed from
the contact surface of forms. All forms shall have the contact surfaces coated with
a release agent. The release agent shall be effective in preventing discoloration of the
concrete from rust, and shall be nontoxic after 30 days.
3.09 BEVELED EDGES (CHAMFER)
Not used. I
3.10 REMOVAL OF FORMS
A. The Contractor shall be responsible for all damage resulting from improper and 1
premature removal of forms. Satisfy all applicable OSHA requirements with regard
to safety of personnel and property.
3.11 BACKFILL AGAINST WALLS
Not used.
3.12 PLACING CONCRETE - GENERAL
A. Upon completion of forms and placing of reinforcing steel, and before concrete is ,
placed, notify other trades whose work is in any way connected to, combined with,
or influenced by the concrete work. Allow them reasonable time to complete their
portion of work which must be completed before concrete is placed.
B. Notify Owner or his authorized representative at least I full working day in advance
before starting to place concrete to permit inspection of forms, reinforcing, sleeves,
conduits, boxes, inserts, or other work required to be installed in concrete.
C. Placement shall conform to the requirements and recommendations of ACI 304,
except as modified herein.
D. Place concrete as soon as possible after leaving mixer, without segregation or loss of
ingredients.
E. When placing concrete, use of aluminum pipe or other aluminum conveying devices
will not be permitted.
F. Before depositing concrete, remove debris from the space to be occupied by the
concrete. Prior to placement of concrete, dampen gravel fill under slabs on ground,
dampen sand where vapor barrier is specified, and dampen all wood forms.
Reinforcement shall be secured in position and acceptable to the Engineer before
concrete is placed. Conform to ACI 304 and to other requirements needed to obtain
FY002255 Hwy. 45 Bridge Section 03300-6 '
I
Ithe finishes specified
3.13 CONVEYOR BELTS AND CHUTES
A. All ends of chutes, hopper gates, and all other points of concrete discharge
throughout the Contractor's conveying, hoisting, and placing system shall be so
designed and arranged that concrete passing from them will not fall separated into
whatever receptacle immediately receives it. Conveyor belts, if used, shall be of a
type approved by the Engineer. Chutes longer than 50 feet will not be permitted.
Minimum slopes of chutes shall be such that concrete of the specified consistency
will readily flow in them. If a conveyor belt is used, it shall be wiped clean by a
device operated in such a manner that none of the mortar adhering to the belt will be
wasted. All conveyor belts and chutes shall be covered. Sufficient illumination shall
be provided in the interior of all forms so that the concrete at the places of deposit
is visible from the deck or runway.
3.14 PUMPING OF CONCRETE - GENERAL
A. Pumping of concrete will be permitted only with the Engineer's approval. If the
pumped concrete does not produce satisfactory end results, the Contractor shall
discontinue the pumping operation and proceed with the placing of concrete using
conventional methods.
3.15 REMOVAL OF WATER
A. Unless the tremie method of placing concrete is specified, remove all water from the
space to be occupied by the concrete.
3.16 CONSOLIDATION AND VISUAL OBSERVATION
A. Concrete shall be consolidated with internal vibrators having a frequency of at least
' 8000 vpm, with amplitude required to consolidate the concrete in the section being
placed. At least one standby vibrator in operable condition shall be at the placement
site prior to placing the concrete. Consolidation equipment and methods shall
' conform to ACI 309. The forms shall contain sufficient windows or be limited in
height to allow visual observation of the concrete and the vibrator operator shall be
required to see the concrete being consolidated to ensure good quality workmanship,
or the Contractor shall have a person who is actually observing the vibration of the
concrete at all times and advising the vibrator operator of any changes needed to
assure complete consolidation.
3.17 PLACING CONCRETE IN HOT WEATHER
A. Prepare concrete aggregates, mixing water, and other ingredients; place concrete;
' cure; and protect in accordance with the requirements of ACI 305. Provide special
admixtures and special curing methods required by other paragraphs in this Section
even though not required by ACI 305 and ACI 318. Water -reducing and/or
set -retarding admixtures shall be used in such quantities as especially recommended
by the manufacturer to assure that the concrete is workable, and lift lines will not be
visible in architectural concrete finishes.
I
FY002255 Hwy. 45 Bridge Section 03300 - 7
I
B. Every effort shall be made to maintain a concrete temperature below 90 degrees F at
time of placement. Ingredients shall be cooled before mixing to prevent excessive
concrete temperature.
C. Provisions shall be made for windbreaks, shading, fog spraying, sprinkling, or wet
cover, when necessary.
3.18 PLACING CONCRETE IN COLD WEATHER
A. Do not place concrete when the ambient temperature is below 40 degrees F, or
approaching 40 degrees F and falling, without special protection as hereinafter
specified. No concrete shall be placed against frozen earth or ice, or against forms
and reinforcement with frost or ice present.
B. Temperatures of the concrete mix shall be as shown below for various stages of
mixing, placing of the concrete mix. I
CONCRETE TEMPERATURES
Section size, minimum dimension, inch
Air Temp. 12 in. 12-36 inches 36-72 inches 72 inches
Minimum concrete temperature as mixed for indicated weather:
Above30F 60F 55F 50F 45F
Oto30F 65F 60F 55F 50F
Below0F F 70 F 65 F 60 F 55 F ,
Maximum allowable gradual temperature drop in first 24 hours after
end of protection:
50 F 40 F 30 F 20 F
C. Concrete placed shall be cured and protected as hereinafter specified for a minimum
of 7 days except that the strength requirements may require additional protection and
curing during cold weather due to delayed field strength gain.
D. During cold weather concreting the Contractor shall cast six extra test cylinders, for
field curing, from the last 100 cubic yards of concrete but not fewer than three
specimens shall be cast for each 2 hours of placing time or for each 100 yards,
whichever produces greater number of specimens. These specimens shall be in
addition to those cast by the Engineer for lab testing as specified hereinafter in
Paragraph EVALUATION AND ACCEPTANCE OF CONCRETE.
E. Test cylinders shall be protected from the weather until they can be placed under
same protection provided for the parts of the structure which they represent. Test
cylinders shall be tested in accordance with applicable sections of ASTM C 31 and
C 39. Evaluation and acceptance as per ACT 318-77, Paragraph 4.8.3.
FY002255 Hwy. 45 Bridge Section 03300 - 8 '
I
F. The actual temperature of the concrete surface determines the effectiveness of
protection, regardless of air temperatures or whether the objective is durability or
strength. Because comers and edges of concrete are most vulnerable to freezing and
usually are more difficult to maintain at the required temperature, their temperatures
should be monitored to evaluate and verify the protection provided. The Contractor
shall provide a sufficient number of thermometers to be placed on the concrete
surfaces spaced throughout the work to allow inspection and monitoring of concrete
surface temperatures representative of all the work.
G. Heating units should be vented and not be permitted to heat or dry the concrete
locally. Fresh concrete exposed to carbon dioxide (CO2) gas from polluted
atmospheres or resulting from the use of salamanders or other heating devices which
exhaust flue gases directly into an enclosed area may result in concrete carbonation,
causing soft surfaces of varying depths depending on the concentration of carbon
dioxide, the temperature at which the concrete was cured, and the relative humidity.
Carbon monoxide, which can occur with partial combustion, and high levels of
carbon dioxide are potential hazards to workmen. Moreover, strict fire prevention
measures should be enforced. Concrete at any age can be damaged by fire, but at a
very early age it may be additionally damaged by freezing until new protection can
be provided.
H. Maintain curing conditions which will foster normal strength development without
excessive heat, and without critical saturation of the concrete at the close of the
protection period.
I. Limit rapid temperature changes, particularly before strength has developed
sufficiently to withstand temperature stresses. Sudden chilling of concrete surfaces
or exterior members in relation to interior structure can promote cracking to the
' detriment of strength and durability. At the end of the required period, protection
should be discontinued in such a manner that the drop in temperature of any portion
of the concrete will be gradual and will not exceed, in 24 hours, the amount shown
' in the table hereinbefore specified.
Maintain the temperature of the concrete above 50 degrees for a minimum of 7 days.
The Contractor shall submit his detailed plan for cold weather curing and protection
of all concrete that is to be placed and/or cured in weather below 40 degrees F.
Reference may be made to the recommendations of ACI 306 and ACI 318 for
' additional information. Conform to these Specifications and to any additional
information in ACI 306 which will provide the temperature protection and curing for
the 7 -day period.
' K. Additives for the sole purpose of providing "freeze protection" shall not be used.
Additives to shorten the cure time may be used if approved; however, the concrete
shall be placed and cured at all times at temperatures above freezing as hereinbefore
specified.
3.19 BONDING TO NEW CONCRETE HORIZONTAL CONSTRUCTION JOINTS
A. Roughen the surface of the hardened concrete. Thoroughly clean and saturate with
water, cover the horizontal surfaces only with at least 2 inches of grout, as
' hereinbefore specified, and immediately place concrete. New concrete is defined as
less than 60 days old. Limit the concrete lift placed immediately on top of the grout
- FY002255 Hwy. 45 Bridge Section 03300-9
I
to 12 inches thick and thoroughly vibrate to mix and consolidate the grout and
concrete together. Provide inspection windows to allow close visual inspection of
this work.
3.20 BONDING TO OLD CONCRETE
A. Coat the contact surfaces with bonding agent specified hereinbefore. The method of I
preparation and application of both the bonding agent and the grout shall conform to
the manufacturer's printed instructions and recommendations for specific application
for this project. Obtain this recommendation in writing from the manufacturer's
representative.
3.21 EVALUATION AND ACCEPTANCE OF CONCRETE
A. Conform to ACI Standard Building Code requirements for reinforced concrete (ACI
318-83), Section 4.7, "Evaluation and Acceptance of Concrete", and to the following
specifications:
1. The Contractor will have tests made by an independent testing laboratory,
approved by the Owner, to determine compliance with the Specifications.
The Contractor shall furnish necessary labor to assist testing agencies in
obtaining, handling, and protecting and/or curing samples at the jobsite. The
Contractor shall provide adequate facilities for safe storage and proper curing
of concrete test cylinders on the project site for the first 24 hours, and for
additional time as may be required before transporting to the test lab.
Specimens will be made, cured, and tested in accordance with ASTM C 31
and ASTM C 39.
One set of test cylinders for each class of concrete placed each day shall be
taken not less than once a day, nor less than once for each 100 cubic yards of
concrete, nor less than once for each 3,000 square feet of wall or slab surface
area. Each set of test cylinders shall consist of one cylinder to be tested at 7
days, and two (2) cylinders to be tested at 28 days, and one spare cylinder for
28 day test if necessary. The Contractor may take any additional cylinders
he feels necessary.
The frequency of testing may be increased if necessary. Additional testing,
if required, will be paid by the Owner.
Where the term "building official" is used in Section 4.7 of ACI 318-83, the
term shall be redefined to "the Owner's representative".
3.22 DEFECTIVE AREAS
A. Remove all defective concrete such as honey -combed areas and rock pockets out to
sound concrete. Small shallow holes caused by air entrapment at the surface of the
forms shall not be considered defects unless the amount is so great as to be
considered not the standard of the industry and due primarily to poor workmanship.
If chipping is required, the edges shall be perpendicular to the surface. Feather edges
shall not be permitted. The defective area shall be filled with a nonshrink,
nonmetallic grout. Use an approved bonding agent on horizontal patches prior to
placing nonmetallic, nonshrink grout. Since some bonding agents may not be
compatible for some vertical surface patching techniques, submit all proposed
FY002255 Hwy. 45 Bridge Section 03300 - 10 '
M
methods for repair of vertical surfaces prior to ordering materials. The Contractor
shall consult with representatives of the bonding agent manufacturer and the
M nonshrink grout manufacturer, and obtain a written recommendation for the patching
of defective areas. Submit this information for review prior to performing the work.
M 3.23 CONCRETE SLAB FINISHES
A. The excessive use of "jitterbugs" or other special tools designed for the purpose of
M forcing the coarse aggregate away from the surface and allowing a layer of mortar to
accumulate will not be permitted on any slab finish. The dusting of surfaces with dry
materials will not be permitted. Slabs and floors shall be thoroughly compacted by
vibration. All edges of slabs and tops of walls shall be rounded off with a steel
M edging tool, except where a cove finish is indicated on the Drawings. Steel edging
tool radius shall be 1/4 inch for all slabs subject to wheeled traffic.
M3.24 CURING OF CONCRETE
A. Cure concrete by keeping the surface continuously wet for 7 days where normal
M portland cement is used, or 3 days where high -early strength Type III cement is used.
Subject to approval by the Engineer, one of the following methods shall be followed:
1. Concrete forms shall be left in place and kept sufficiently damp at all times
to prevent opening of the joints and drying of the concrete; or
2. A curing compound as hereinbefore specified, where allowed, shall be
applied immediately after removal of forms.
3. Exposed surfaces shall be continuously sprinkled.
B. Slabs:
1. Protect surface by ponding; or
2. Cover with burlap or cotton mats kept continuously wet; or
3. Cover with 1 -inch layer of wet sand, earth, or sawdust, and keep continuously
wet; or
4. Continuously sprinkle the exposed surface; or
5. Other agreed upon method that will provide that moisture is present and
uniform at all times on the entire surface of the slab; the Contractor shall
determine the best method of his operation to ensure a good water cure and
submit this for review.
3.25 CURING AND PROTECTION IN COLD WEATHER
A. Conform to cold weather concreting hereinbefore specified and to ACI 306. Where
water curing, as specified hereinbefore for slabs, is not possible, use a double
coverage of an approved curing compound and protect the slabs during the cold
weather from traffic by the use of Visqueen or other material inside the required
heated enclosure if foot traffic is permitted on the slabs. Repair or replace concrete
FY002255 Hwy. 45 Bridge Section 03300- 11
damaged by cold weather.
3.26 PAYMENT
A. Payment for the work in this Section will be included as part of the applicable lump
sum or unit price bid amounts stated in the Proposal.
B. No separate payment shall be made for concrete used as pipe fitting thrust blocks.
The cost of thrust blocks shall be included in the payment for the cast iron fittings.
C. No separate payment will be made for concrete used around valve boxes or at the
ends of casing pipe.
D. No separate payment will be made for concrete used in the pressure reducer and
master meter vaults.
E. Separate payment will be made for concrete used for pipe encasement, and for pipe
caps, however, concrete placed outside detailed and authorized limits will not be
considered for payment purposes.
END OF SECTION
FY002255 Hwy. 45 Bridge Section 03300 - 12
I
U
I
H
I
I
SECTION 15001
PLANT PIPING - GENERAL
PARTI GENERAL
1.01 SCOPE
A. This Section covers the work necessary to furnish and install, complete, the plant
piping specified herein, and as further specified in the Detail Piping Specifications
hereinafter.
1.02 GENERAL
Like items of material provided hereunder shall be the end products of one
manufacturer.
' B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and are mandatory for this project.
1.03 PIPE FITTINGS AND COUPLING COMPATIBILITY
IA. To assure uniformity and compatibility of piping components in piping systems,
fittings and couplings shall be furnished by the same manufacturer.
I1.04 SUBMITTALS DURING CONSTRUCTION
A. In addition to the requirements of Section 01300, SUBMITTALS DURING
CONSTRUCTION, Division 1, GENERAL REQUIREMENTS, the following
information shall be provided:
I. Shop Drawings: A specific selection of pipe material and joint type
' for each pipeline.
2. Drawings of each piping system to the scale shown on the Drawings,
t locating each support and hanger, identifying the type by catalog
number or shop drawing detail number, and showing anchor locations
and identifying them by shop drawing detail number.
' 3. Detail installation drawings, catalog information, and complete
component selection list for metal framing pipe support systems in
the pipe galleries, trenches, and other locations employing metal
framing pipe support systems.
4. Thrust blocking or pipe restraints shall be provided for all mechanical
t joint or "push -on joint" piping, unless otherwise approved by the
Engineer. All thrust blocking shall meet or exceed the requirements
shown on the Drawings. For locations where thrust ties are required,
' the Contractor shall submit calculations of the pipe lengths to be
restrained for the Engineer's review. Restrained joints shall comply
' FY002255 Hwy, 45 Bridge
Section 15001-I
71
with ANSI/AWWA A21.51/C151. '
5. Thrust blocking shall also be provided on all buried restrained joint
bends and fittings, sized in accordance with the details on the
Drawings for unrestrained pipe.
6. Submit manufacturer's written certification that the factory -applied
coating system(s) is identical to the requirements specified herein.
Where, in the manufacturer's opinion, the coating system(s) exceeds
the requirements specified herein, submit complete technical
literature of the proposed system(s) to the Engineer for review.
1.05 STANDARDS, SPECIFICATIONS, AND CODES '
A. Piping systems shall conform to the Standards issued by the Fayetteville Water
Department.
PART 2 PRODUCTS '
2.01 GENERAL
A. The materials to be used for the piping systems are shown on the Drawings. ,
2.02 PIPE JOINTS FOR EXPOSED PIPING
A. Flanged, weld, soldered, or screwed end pipe joints shall be used on exposed piping.
Changes in pipe joints shall be submitted with the shop drawings, as specified
hereinbefore, for the Engineer's approval.
B. Pipe on the bridge shall be restrained slip joint, where shown, American Flex -Ring
or equal, and restrained ball joint where shown.
2.03 PIPE ENDS FOR BURIED PIPING
A. Mechanical joint or push -on joint pipe ends shall be used for all buried ductile iron
pipe and fittings. PVC pipe shall be push-onjoint. Anchoring of retainer glands with
setscrews is not acceptable.
B. Utilize restrained slip joint pipe and fittings, American Flex -Ring or equal, within the
limits established or the Drawings.
C. Within the limitations noted above, all pipe materials and joints do not necessarily
have to be the same for all lines in a specific service, except that the materials and
joints for any particular building, or between any two buildings, or for any particular
buried line, shall be the same.
2.04 PIPE MATERIALS I
A. Black steel shall comply with Standard API -5L, Schedule 40 (standard weight) ASA
B36.10. Pipe threads shall comply with standard for pipe threads, API Standard 5B.
Pipe joints may be screwed, flanged, or welded. Fitting shall be malleable iron or
FY002255 Hwy. 45 Bridge Section 15001-2 ,
I
steel and shall be copper or brass when used with copper or brass pipe or tubing.
2.05 GALLERY AND TRENCH PIPING EXPANSION PROVISIONS
A. All piping in galleries and trenches must be installed to allow for thermal expansion
' due to the differences between installation and operating temperatures.
2.06 BUILDING PIPING EXPANSION PROVISIONS
' A. The Contractor may install additional flexible couplings to facilitate piping
installation, provided that he submits complete details describing location, pipe
supports, and hydraulic thrust protection. Acceptable types of flexible couplings and
expansion joints shall be as follows:
2.07 METALLIC PIPING SYSTEMS
' A. Flexible Couplings: Except as noted, flexible couplings for use with steel pipe shall
be Dresser, Style 38; Rockwell, Style 411; or equal. Flexible couplings for use with
' ductile iron pipe shall be Dresser, Style 53 or 153; Rockwell, Style 431; or equal,
with zinc -plated bolts and nuts. Thrust ties shall be provided as required and shown
to sustain the force developed by 1-1/2 times the operating pressure specified.
IB. Transition Couplings: Transition couplings used to connect pipes with small
differences in outside diameter shall be Dresser, Style 162; Rockwell, 413; or equal.
' C. Flanged Coupling Adapters: Flanged coupling adapters shall be Series 912 for
ductile iron piping and Series 913 for steel piping, as manufactured by Rockwell
International; or Style 127 for ductile iron piping and Style 128 for steel piping, as
' manufactured by Dresser Industries, Inc.; or equal. Couplings shall be provided with
thrust ties attached to the pipe with welding lugs, cast -in -place lugs, or friction
collars. Anchor studs placed perpendicular to the longitudinal axis of the pipe are
' unacceptable. Thrust protection shall be adequate to sustain the force developed by
1-1/2 times the operating pressures specified.
' 2.08 STEEL CASING PIPE
A. Provide casing of size to permit proper construction to the required lines and grades.
' Casing shall be type shown below, fabricated in sections for welded field joints.
B. The minimum wall thickness shall correspond to the following tables:
' For Highway and Road Undercrossings
Casing Smooth Steel Pipe
I
Diameter Minimum Wall Thickness
In Inches In Inches
2-14 3/16 ASTM A 53
15-24 1/4 ASTM A 53
30-36 5/16 AWWA C201
' FY002255 Hwy. 45 Bridge
Section 15001-3
I
C. Casing length shall be as necessary to conform to the criteria shown on the details on
the Drawings. The Field Engineer will determine the specific casing length for each
location.
2.09 STAINLESS STEEL BANDS
A. One -half -inch wide by 0.020 -inch thick, T-304 stainless steel bands, or equal.
2.10 SEALS AND SUPPORTS '
A. Casing spacers will be used for the support of the carrier pipe.
1. Carrier pipe shall be inserted within casing by use of model CCS stainless '
steel casing spacers as manufactured by Cascade Waterworks Mfg. Co. of
Yorkville, IL or prior approved equal.
2. Carrier pipe shall be centered within casing by use of model CCS stainless
steel casing spacers as manufactured by Cascade Waterworks Mfg. Co. of
Yorkville, IL or prior approved equal.
Casing spacers shall be bolt on style with a two piece shell made from T-304
stainless steel of a minimum 14 gauge thickness. Each shell section shall
have bolt flanges formed with ribs for added strength. Each connecting
flange shall have a minimum of three 5/16" T-304 bolts. The shell shall be
lined with a ribbed PVC extrusion with a retaining section that overlaps the
edge of the shell and prevents slippage. Bearing surfaces (runners) made
from UHMW polymer with a static coefficient of friction of.! 1 - .13 shall be
attached to support structures (risers) at appropriate positions to properly
support the carrier within the casing and to ease installation. The runners
shall be attached mechanically by T-304 threaded fasteners that are inserted
through the punched riser section and TIG welded for strength. Risers shall
be made of T-304 stainless steel of a minimum 14 gauge. All risers over 2"
in height shall be reinforced. Risers shall be MIG welded to the shell. All
metal surfaces shall be fully passivated. Casing spacers shall be model CCS
as manufactured by Cascade Waterworks Mfg. Co. or prior approved equal. ,
4. All spacers shall be 8" or greater in width and spaced at a minimum of 6'
intervals in the carrier pipe. The end spacers of each pipe joint shall be no
further than 2 feet from the end of the pipe.
B. Casing ends shall be sealed to the carrier pipe with an overlapping rubber seal using
1/8" minimum thickness oil and water resistant synthetic rubber. Seals shall be sized
for the casing and pipe sizes used and shall be provided by the casing spacer
manufacturer. Stainless steel clamp bands as previously specified shall be used for
installation of the end seals. Prior to installing the rubber seal, construct a watertight
masonry bulkhead at the west (upper) end of the casing.
I
FY002255 Hwy. 45 Bridge Section 15001-4 t
I
PART 3 EXECUTION
' 3.01 GENERAL
A. Prior to the start of the work, submit satisfactory evidence to the Engineer that all
' insurance coverage requirements have been complied with. All proposed
construction methods and materials for the undercrossing shall be approved by the
Engineer prior to the crossing operation, and no construction shall be started until
' written approval to proceed has been issued.
3.02 PIPE PREPARATION AND HANDLING
A. Each pipe and fitting shall be carefully inspected before the exposed pipe or fitting
is installed or the buried pipe or fitting is lowered into the trench. The interior and
exterior protective coating shall be inspected. Clean ends of pipe thoroughly.
' Remove foreign matter and dirt from inside of pipe and keep clean during and after
laying.
' B. Use proper implements, tools, and facilities for the safe and proper protection of the
pipe. Carefully handle pipe in such a manner as to avoid any physical damage to the
pipe. Do not drop or dump pipe into trenches under any circumstances.
' 3.03 PREPARATION OF TRENCH - LINE AND GRADE
' A. Grade the bottom of the trench by hand to the line and grade to which the pipe is to
be laid, with proper allowance for pipe thickness and for pipe base when specified
or indicated. Remove hard spots that would prevent a uniform thickness of bedding.
Before laying each section of the pipe, check the grade with a straightedge and
correct any irregularities found. The trench bottom shall form a continuous and
uniform bearing and support for the pipe at every point between bell holes, except
that the grade may be disturbed for the removal of lifting tackle.
3.04 BELL (JOINT) HOLES
IA: At the location of each joint, dig bell (joint) holes of ample dimensions in the bottom
of the trench and at the sides where necessary to permit easy visual inspection of the
entire joint.
3.05 REMOVAL OF WATER
IA. Provide and maintain ample means and devices at all times to remove and dispose
of all water entering the trench during the process of pipe laying. The trench shall
be kept dry until the pipe laying and jointing are completed. Removal of water shall
be in conformance with specifications in Section 02200, EARTHWORK, TRENCH
EXCAVATION AND BACKFILL.
3.06 PREVENT TRENCH WATER AND ANIMALS FROM ENTERING PIPE
A. When the pipe laying is not in progress, including the noon hours, the open ends of
pipe shall be closed, and no trench water, animals, or foreign material shall be
permitted to enter the pipe.
I
FY002255 Hwy. 45 Bridge Section 15001-5
C
I
3.07 PIPE COVER '
A. Minimum water main cover shall be 3 feet below natural grade. Minimum service
pipe cover shall be 2.5 feet.
3.08 LAYING BURIED PIPE
A. All buried pipe shall be prepared as hereinbefore specified and shall be laid on the
prepared base and bedded to ensure uniform bearing. No pipe shall be laid in water
or when, the in the opinion of the Engineer, trench conditions are unsuitable. Joints
shall be made as herein specified for the respective types. Take all precautions
necessary to prevent uplift and floating of the pipe prior to backfilling.
B. Where the pipe is connected to concrete structures, the connection shall be made as
shown. Make connection such that a standard pipe joint is located no more than 36
inches from the structure.
3.09 WALL PIPES AND PIPE SLEEVES
A. Wall pipes and pipe sleeves embedded in concrete walls, floors, and slabs shall be
embedded as specified in Section 03300, CONCRETE and as shown. Support all
pipes embedded in concrete walls, floors, and slabs with formwork to prevent contact
with the reinforcing steel.
3.10 INSTALLATION OF FLEXIBLE COUPLINGS, FLANGED COUPLING
ADAPTERS, AND SERVICE SADDLES
A. Prior to installation, thoroughly clean oil, scale, rust, and dirt from the pipe to provide
a clean seat on the gasket. Care shall be taken that the gaskets are wiped clean before
they are installed. If necessary, flexible couplings and flanged coupling adapter
gaskets may be lubricated with soapy water or manufacturer's standard lubricant
before installation on the pipe ends. Install in accordance with the manufacturer's
recommendations. Bolts shall be tightened progressively, drawing up bolts on
opposite sides a little at a time until all bolts have a uniform tightness. Workmen
tightening bolts shall use torque -limiting wrenches.
3.11 INSTALLATION OF INSULATING FLANGES, COUPLINGS, AND UNIONS
A. Install insulating flanges, couplings, or unions wherever copper and ferrous metal
piping are connected, wherever cathodically protected steel lines enter buildings,
wherever submerged metallic piping is connected to unsubmerged piping, and where
shown on the Drawings. All submerged metallic piping shall be isolated from the
concrete reinforcement.
3.12 TESTING - GENERAL
A. Representatives of the Fayetteville Water Department shall be present when water I
mains are tested.
1
FY002255 Hwy. 45 Bridge Section 15001-6 '
I
C
B. Conduct pressure and leakage tests on all newly installed pipelines. Furnish all
necessary equipment and material and make all taps in the pipe, as required. The
Engineer will monitor the tests. Test pressures shall be 150% of normal operating
pressures except where governing codes or regulations specify higher test pressures,
or as otherwise specified.
IC. The minimum test pressure at any point in the water system shall be 250 psi.
I
I
I
I
iH
I
3.13 TESTING NEW PIPE WHICH CONNECTS TO EXISTING PIPE
A. New pipelines which are to be connected to existing pipelines shall be tested by
isolating the new pipe with the required valves or with grooved end pipe caps,
spectacle blinds, or blind flanges.
3.14 PREPARATION AND EXECUTION - BURIED PIPING
A. Conduct final acceptance tests on buried piping that is to be hydrostatically tested
after the trench has been completely backfilled. The Contractor may, if field
conditions permit, as determined by the Engineer, partially backfill the trench and
leave the joints open for inspection and conduct an initial service leak test. The
acceptance test shall not, however, be conducted until all backfilling has been
completed.
3.15 EXPOSED PIPING
A. Conduct the tests on exposed piping after the piping has been completely installed,
including all supports, hangers, and anchors.
3.16 HYDROSTATIC LEAK TESTS - EQUIPMENT
A. Furnish the following equipment for the hydrostatic tests:
I
I
I
I
I
I
Amount
3.17 PROCEDURE
Description
Graduated containers
Pressure gauges
Hydraulic force pump
Suitable hose and suction pipe as required.
A. Water shall be used as the hydrostatic test fluid unless otherwise specified. Test
water shall be clean and shall be of such quality as to minimize corrosion of the
materials in the piping system. Vents at all high points of the piping system shall be
opened to purge air pockets while the piping system is filling. Venting during the
filling of the system also may be provided by the loosening of flanges having a
minimum of four bolts or by the use of equipment vents. All parts of the piping
system shall be subjected to the test pressure specified. The hydrostatic test pressure
shall be continuously maintained for a minimum time of 30 minutes and for such
additional time as may be necessary to conduct examinations for leakage.
Examination for leakage shall be made at all joints and connections. The piping
system, exclusive of possible localized instances at pump or valve packing, shall
IFY002255 Hwy. 45 Bridge Section 15001-7
I
show no
visual
evidence of weeping or
leaking.
Any visible leakage shall be
corrected
at the
Contractor's sole expense.
3.18 BURIED WATER AND WASTEWATER PRESSURE LINES
A. Some leakage is permissible from buried water and wastewater pressure lines.
Consequently, the hydrostatic testing of these pipelines must be conducted in a
different manner, as follows:
Where any section of pipe is provided with concrete thrust blocking,
do not make the pressure test until at least 5 days have elapsed after
the thrust blocking is installed. If high -early cement is used for thrust
blocking, the time may be reduced to 2 days. When testing
cement -mortar lined piping, slowly fill the section of pipe to be tested
with water and allow to stand for 24 hours under slight pressure to
allow the cement -mortar lining to absorb water.
Expel all air from the piping system prior to testing and apply and
maintain the specified test pressure by means of the hydraulic force
pump. Valve off the piping system when the test pressure is reached
and conduct the pressure test for 2 hours, reopening the isolation
valve only as necessary to restore the test pressure. The pump suction
shall be in a barrel or similar device, or metered so that the amount of
water required to maintain the test pressure may be measured
accurately. This measurement represents the leakage, which is
defined as the quantity of water necessary to maintain the specified
test pressure for the duration of the test period. No pipe installation
will be accepted if the leakage is greater than the number of gallons
per hour as determined by the following formula:
ND(PL
L= 7400
In the above formula:
L = Allowable leakage, in gallons per hour
N = Number of joints in the length of pipe tested
D = Nominal diameter of pipe, in inches
P = Average test pressure during the leakage test, in pounds per
square inch
I
I1
I
I
I
H
I
I
I
I
I
The Contractor shall correct any leakage greater than the allowance I
determined under this formula at the Contractor's sole expense.
3.19 INITIAL SERVICE LEAK TESTS - EQUIPMENT
I
A. Equipment used for initial service leak testing may be the same as that specified
under HYDROSTATIC LEAK TESTS hereinbefore, or the pump or compressor
connected to the piping system.
1]
FY002255 Hwy. 45 Bridge Section 15001-8 ,
I
1 3.20 SERVICE LEAK TESTS - PROCEDURE
IA. The initial service leak test shall be performed by gradually bringing the piping
system up to normal operating pressure and holding it there continuously for a
minimum time of 10 minutes. Examination for leakage shall be made at all joints
' and connections. The piping system, exclusive of possible localized instances at
pump or valve packing, shall show no visual evidence of weeping or leaking. Any
visible leakage shall be corrected at the Contractor's sole expense.
3.21 TEST RECORDS
A. Records shall be made of each piping system installation during the test. These
' records shall include:
I . Date of test
I2. Description and identification of piping tested
3. Test fluid
4. Test pressure
I. 5. Remarks, to include such items as:
a. Leaks (type, location)
b. Repairs made on leaks
6. Certification by Contractor and written approval by Engineer
3.22 INTERIM CLEANING
IA. Care shall be exercised during fabrication to prevent the accumulation of weld rod,
weld spatter, pipe cuttings and filings, gravel, cleaning rags, etc. within piping
sections. All piping shall be examined to assure removal of these and other foreign
' objects prior to assembly. Shop cleaning may employ any conventional commercial
cleaning method if it does not corrode, deform, swell, or otherwise alter the physical
properties of the material being cleaned.
' 3.23 FINAL CLEANING
IA: Following assembly and testing and prior to final acceptance, all pipelines installed
under this section shall be flushed with water and all accumulated construction debris
and other foreign matter removed. Flushing velocities shall be a minimum of 2.5 feet
per second. Cone strainers shall be inserted in the connections to attached
'
equipment and left there until cleaning has been accomplished to the satisfaction of
the Engineer. Accumulated debris shall be removed through drains 2 -inch and larger
or by dropping spools and valves.
3.24 CORROSION PROTECTION FOR DUCTILE IRON PIPES - INTERIOR LININGS
IA. Cement Linings: All piping that is to be cement -lined shall be lined and seal coated
with Type II or Type III cement in accordance with ANSI A21.4. All ductile iron
pipe shall be cement -lined and seal coated, except where noted otherwise on the
Detailed Pipe Specifications.
I
I
FY002255 Hwy. 45 Bridge Section 15001-9
3.25 DISINFECTION
A. Pipelines intended to carry potable water shall be disinfected before placing in
service. Disinfecting procedures shall conform to AWWA C-601, as hereinafter
modified or expanded.
B. Flushing: Before disinfecting, flush all foreign matter from the pipeline. Provide
hoses, temporary pipes, ditches, etc. as required to dispose of flushing water without
damage to adjacent properties. Flushing velocities shall be at least 2.5 fps. For large
diameter pipe where it is impractical or impossible to flush the pipe at 2.5 fps
velocity, clean the pipeline in place from the inside by brushing and sweeping, then
flush the line at a lower velocity.
C Disinfecting Mixture: Disinfecting mixture shall be a chlorine -water solution having
a free chlorine residual of 40 to 50 ppm. The disinfecting mixture shall be prepared
by injecting: (1) A liquid chlorine gas -water mixture; (2) dry chlorine gas; or (3) a
calcium or sodium hypochlorite and water mixture into the pipeline at a measured
rate while fresh water is allowed to flow through the pipeline at a measured rate so
that the combined mixture of fresh water and chlorine solution or gas is of the
specified strength.
D. The liquid chlorine gas -water mixture shall be applied by means of a standard
commercial solution feed chlorinating device. Dry chlorine gas shall be fed through
proper devices for regulating the rate of flow and providing effective diffusion of the
gas into the water within the pipe being treated. Chlorinating devices for feeding
solutions of the chlorine gas or the gas itself must provide means for preventing the
backflow of water into the chlorine cylinder.
E. If the calcium hypochlorite procedure is used, first mix the dry powder with water to
make a thick paste, then thin to approximately a 1 percent solution (10,000 ppm
chlorine). If the sodium hypochlorite procedure is used, dilute the liquid with water ,
to obtain a 1 percent solution. The following proportions of hypochlorite to water
will be required:
Product Ouantity Water ,
Calcium Hypochlorite (1) 1 lb 7.5 gal.
(65 to 70 percent Cl)
Sodium Hypochlorite (2) 1 gal 4.25 gal.
(5.25 percent Cl)
(1) Comparable to commercial products known as HTH, Perchloron, and
Pittchlor
(2) Known as liquid laundry bleach, Clorox, Purex, etc.
3.26 POINT OF APPLICATION '
A. Inject the chlorine mixture into the pipeline to be treated at the beginning of the line
through a corporation stop or suitable tap in the top of the pipeline. Clean water from
the existing system or another source shall be controlled so as to flow slowly into the
FY002255 Hwy. 45 Bridge Section 15001-10
newly installed piping during the application of chlorine. The rate of chlorine
mixture flow shall be in such proportion to the rate of water entering the pipe that the
' combined mixture shall contain 40 to 50 ppm of free available chlorine. Valves shall
be manipulated so that the strong chlorine solution in the line being treated will not
flow back into the line supplying the water. Use check valves if necessary.
' 3.27 RETENTION PERIOD
A. Treated water shall be retained in the pipeline long enough to destroy all
nonspore-forming bacteria. With proper flushing and the specified solution strength,
24 hours is adequate. At the end of the retention period, the disinfecting mixture
shall have a strength of at least 10 ppm of chlorine.
B. Operate all valves, hydrants, and other appurtenances during disinfection to assure
that the disinfecting mixture is dispersed into all parts of the line, including dead
' ends, new services, and similar areas that otherwise may not receive the disinfection
solution.
IC. Do not place concentrated quantities of commercial disinfectants in the line before
it is filled with water.
ID. After chlorination, flush the water from the permanent source of supply until the
water through the line is equal chemically and bacteriologically to the permanent
source of supply.
3.28 DISPOSAL OF DISINFECTING WATER
A. Dispose of disinfecting water in an acceptable manner that will protect the public and
' publicly used receiving waters from harmful or toxic concentrations of chlorine. Do
not allow disinfecting water to flow into a waterway without adequate dilution or
other satisfactory method of reducing chlorine concentrations to a safe level.
' B. The Contractor shall meet all requirements of the Arkansas State Plumbing Code.
' 3.29 SAMPLING DISINFECTED MAINS
A. After disinfecting and flushing water mains, collect two samples (one each on
successive days) from each segment of the water main. Submit samples to the
Arkansas Department of Health for testing. If samples fail, resample the main on two
successive days, and continue resampling until two samples taken on successive days
are approved by the Health Department. When approval of these samples is
obtained, the water main segment can then be put in service.
3.30 PAYMENT
A. Payment for the work in this Section will be included as part of the payment for the
piping covered by the applicable Detail Piping Specifications of this Section.
IEND OF SECTION
IFY002255 Hwy. 45 Bridge Section 15001 -It
El
SECTION 15001-2
' CEMENT -LINED DUCTILE IRON PIPE AND FITTINGS
' PART I GENERAL
1.01 SCOPE
A. This Section covers the work necessary to furnish and install, complete, the
cement -lined ductile iron pipe and ductile iron fittings specified herein, and as
specified further in Section 15001, PLANT PIPING - GENERAL.
' B. Service shall include ductile iron pipe and fittings used for water mains.
C
1.02 GENERAL
A. See Section 15001, PLANT PIPING - GENERAL, for additional requirements.
' PART2 PRODUCTS
LI
H
I
J
I
I
2.01. PIPE
A. Centrifugally cast, Grade 60-42-10 iron, ANSI A21.51, AWWA C-151, cement -lined
and seal -coated in accordance with ANSI A21.4, 350 psi minimum working pressure,
except as follows:
1. Ductile iron restrained joint pipe attached to the bridge and buried in the
highway ditch and right of way shall be Thickness Class 53, minimum.
2. Ductile iron ball joint pipe at the west bridge end shall be Thickness Class 56.
2.02 JOINTS
A. Flanged, mechanical joint, push -on restrained joint (American Flex -Ring joint or
equal), or push -on as specified in Section 15001, PIPING - GENERAL and as shown
on the Drawings.
2.03 FITTINGS
A. Gray or ductile iron, 250 psi minimum working pressure, cement -lined and
seal -coated. Where taps are shown on fittings, tapping bosses shall be provided.
Flanged: ANSI/AWWA C-110 & ANSI B16.1, faced and drilled 125 -pound ANSI
standard.
All buried pipe fittings 4" and larger in size shall be castor ductile iron. Mechanical
joint, conforming to ANSI/AWWA C-110 and ANSI/AWWA C-111, or AWWA C-
153, to be used in all unrestrained locations. Restrained slip joint, conforming to
ANSI/AWWA C-1 10 and ANSI/AWWA C-1 11, or AWWA C-153 to be used in all
restrained locations
IFY002255 Hwy. 45 Bridge
Section 15001-2 - 1
I
2.04 FLANGES
A. ANSI A21.15/AWWA C-115, threaded, 250 psi working pressure, ANSI 125 -pound '
drilling.
2.05 BOLTS ,
A. Nuts, bolts and other hardware for flanged fittings shall be stainless steel.
B. For mechanical joint use manufacturer's standard.
2.06 GASKETS ,
A. Gaskets for mechanical or Flex -Ring joints shall be rubber, conforming to ANSI '
A21.11, AWWA C-111.
B. Gaskets for flanged joint shall be 1/8 -inch thick, cloth -inserted rubber conforming to
applicable parts of ANSI B16:21 and AWWA C-207. Gasket material shall be free
from corrosive alkali or acid ingredients and suitable for use in sewage or potable
waterlines. Gaskets shall be full -face type for 250 -pound FF flanges.
2.07 LUBRICANT
A. Lubricant for mechanical joint end piping shall be manufacturer's standard. '
2.08 TRACE WIRE
A. Trace wire shall be 14 gauge insulated copper wire. '
2.09 POLYETHYLENE ENCASEMENT
A. Polyethylene materials for pipe encasement shall meet the requirements of
ANSI/AWWA C -105/A21.5-82, or latest revision thereof..
2.10 DETECTABLE TAPE
A. Detectable tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or '
approved equal, and shall consist of a minimum thickness of 0.35 mils solid
aluminum foil encased in a protective inert jacket that is impervious to all known
alkalis, acids, chemical reagents and solvents found in the soil. The minimum '
overall thickness of the tape shall be 5.5 mils and the width shall not be less than 2
inches with a medium unit weight of 2 '/2 pounds / 1 inch x 1000 feet.
The tape shall be color coded and imprinted with message as follows:
Type of Utility Color Code Legend
Water Safety Precaution Blue Caution, Buried Water Line Below
JI
FY002255 Hwy. 45 Bridge Section 15001-2-2 '
I
PART 3 EXECUTION
3.01 HANDLING PIPE
A. Care shall be taken not to damage the cement lining when handling the pipe.
' 3.02 CUTTING PIPE
A. Cut pipe with milling type cutter or abrasive saw cutter. Do not flame cut.
3.03 DRESSING CUT ENDS
A. Dress cut ends of pipe in accordance with the type ofjoint to be made.
B. Dress cut ends of mechanical joint pipe to remove sharp edges or projections which
may damage the rubber gasket.
C. Dress cut ends of push -on joint pipe by beveling, as recommended by the pipe
manufacturer.
D. Dress cut ends of pipe for flexible couplings and flanged coupling adapters as
' recommended by the coupling or adapter manufacturer.
3.04 MECHANICAL AND PUSH ON JOINT
' A. Join pipe with mechanical or push -on type joints in accordance with the
manufacturer's recommendations. Provide all special tools and devices, such as
' special jacks, chokers, and similar items required for proper installation. Lubricant
for the pipe gaskets shall be furnished by the pipe manufacturer, and no substitutes
will be permitted under any circumstances.
' 3.05 POLYETHYLENE ENCASEMENT
A. Procedures set forth in ANSI/AWWA C -105/A21.5-82, or latest revision, shall be
followed during construction. Polyethylene encasement will be installed on all
buried uncased ductile or cast iron pipe and fittings used on this project.
3.06 TRACE WIRE
A. Run trace wire continuous from valve box to valve box, meter box and other access
points. Bring wire up inside boxes in an accessible fashion. Wrap wire around, or
tape wire to each pipe section. Join wire segments by soldering or by using approved
wire nuts. Pipe testing shall include following trace wire. Any wire breaks or
' incomplete splices shall be repaired by the Contractor at no additional expense.
Include trace wire in the price for pipe.
' 3.07 DETECTABLE TAPE
A. Install detectable tape over the center of the pipe, approximately 18 -inches above the
top of the pipe.
FY002255 Hwy. 45 Bridge Section 15001-2-3
I
I
3.08 TESTING I
A. All pressure lines shall be hydrostatically tested. Test procedures shall be as specified
in Section 15001, PIPING - GENERAL.
I
3.09 PAYMENT
A. Payment for the work described in this Section will be included as part of the unit
price or lump sum bid amounts stated in the Proposal. Unit prices bid for pipe shall
include trenching, trace wire, detectable tape, polyethylene encasement, pipe base
and pipe zone material, backfilling above the pipe zone, topsoil replacement, finish
grading, seeding and fertilizing and final clean-up.
B. Payment for pipe shall be made at 80% of the unit bid price upon pipe installation,
backfilling, and rough grading. Payment shall be increased to 85% upon completion
of testing. Payment will be increased to 98% of the unit price bid upon seeding,
fertilizing and final cleanup. The remaining 2% will be released upon satisfactory
establishment of a grass stand.
C. Payment for mechanical joint and restrained slipjoint cast or ductile iron fittings shall
be made at the unit price bid in the Proposal per pound, based on the weight of the
fittings installed. Weight values will be taken from the current Ductile Iron Pipe
Research Association handbook for mechanical joint fittings for AWWA C-1 10
fittings. If compact fittings are used, fitting weights shall be taken from the
applicable tables in AWWA C-153. Glands, bolts, and gaskets shall be included in
the unit price payments, however, the weight of these items will not be added to the
handbook's fitting weight. All buried pipe fittings 4" and larger in size shall be cast or
ductile iron. No separate payment will be made for flanged fittings installed on the
bridge.
END OF SECTION
I
1]
I
I
I
I
I
I
I
I
J
I
FY002255 Hwy. 45 Bridge Section 15001-2-4 '
I,
SECTION 15001-14
POLYVINYL CHLORIDE (PVC) PIPE AND FITTINGS
PARTI GENERAL
1.01 SCOPE
A. This Section covers the work necessary to furnish and install, complete, the polyvinyl
chloride pipe and fittings specified herein, and as specified further in Section 15001,
PLANT PIPING - GENERAL.
B. Service shall include water lines ranging from 4 inch to 12 inch, used at the locations
designated on the Drawings.
1.02 GENERAL
A. See Section 15001, PLANT PIPING - GENERAL, for additional requirements. All
piping system components shall be the products of one manufacturer.
PART2 PRODUCTS
2.01 AWWA PVC PIPE
A. PVC, AWWA C-900 pipe, with outside diameters equivalent to cast iron pipe. Sizes
4 -inch through 12 -inch, with pressure rating of 200 psi (DR- 14), or 150 psi (DR -18)
as indicated on the Drawings.
2.03 JOINTS
A. For buried pipe, gasketed slip joint.
2.04 FITTINGS
A. Fittings shall be ductile iron, mechanical joint, and as otherwise specified in Section
15001-2, CEMENT -LINED DUCTILE IRON PIPE AND FITTINGS.
B. Forjunctions between PVC and brass pipe, flexible transition couplings of stainless
steel material, as specified in Section 15001.
2.05 GASKETS
A. As recommended by the pipe manufacturer to conform to the pipe OD, and as further
specified in Section 15001-2.
FY002255 Hwy. 45 Bridge Section 15001-14 - 1
I
2.06 DETECTABLE TAPE ,
A. Detectable tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or
approved equal, and shall consist of a minimum thickness of 0.35 mils solid
aluminum foil encased in a protective inert jacket that is impervious to all known
alkalis, acids, chemical reagents and solvents found in the soil. The minimum
overall thickness of the tape shall be 5.5 mils and the width shall not be less than 2
inches with a medium unit weight of 2 '/ pounds / 1 inch x 1000 feet.
The tape shall be color coded and imprinted with message as follows: '
Type of Utility Color Code Legend
Water Safety Precaution Blue Caution, Buried Water Line Below
PART 3 EXECUTION
3.01 GENERAL '
A. All rigid PVC pipe shall be cut, made up, and installed in accordance with the pipe
manufacturer's recommendations.
3.02 TRACE WIRE
A. Furnish and install a 14 gauge insulated copper trace wire with all PVC pipe. Run
wire continuous from valve box to valve box, meter box or other access points.
Bring wire up inside boxes in an accessible fashion. Wrap wire around, or tape wire
to each pipe section. Join wire segments by soldering or by using approved wire
nuts. Pipe testing shall include following trace wire. Any wire breaks or incomplete
splices shall be repaired by the Contractor at no additional expense. Include trace
wire in the unit price bid for pipe.
3.03 DETECTABLE TAPE
A. Install detectable tape over the center of the pipe, approximately 18 -inches above the '
top of the pipe.
3.04 TESTING '
A. All lines shall be hydrostatically tested at the pressures listed in Section 15001,
PLANT PIPING - GENERAL.
B. Use pipe locating equipment to test continuity of trace wire. The Engineer shall
observe and document trace wire test.
FY002255 Hwy. 45 Bridge Section 15001-14-2
1
H
CI
I
3.05 PAYMENT
I
L
I
I
I
I
17
I
I
I
H
I
A. Payment for the work in this Section will be included as part of the unit price bid
amounts stated in the Proposal. Unit prices bid for pipe shall include trenching, trace
wire, detectable tape, pipe base, and pipe zone material, backfilling above the pipe
zone, topsoil replacement, finish grading, seeding and fertilizing, and final clean-up.
B. Payment for pipe shall be made at 80% of the unit bid price upon pipe installation,
backfilling,-and rough grading. Payment will be increased to 85% upon completion
of testing and making the line available to the Owner for utilization. Payment will be
increased to 98% of the unit price bid upon seeding, fertilizing and final cleanup.
The remaining 2% will be released upon satisfactory establishment of a grass stand.
C. Payment will be made for cast or ductile iron, mechanical joint fittings as listed in
Section 15001-2, CEMENT -LINED DUCTILE IRON PIPE AND FITTINGS.
FY002255 Hwy. 45 Bridge
END OF SECTION
Section 15001-14-3
I
SECTION 15013
MISCELLANEOUS PIPING SPECIALTIES
PARTI GENERAL
1.01 SCOPE
IA. This Section covers the work necessary for furnishing and installing the
miscellaneous piping specialties, complete.
B. Materials and installation shall conform to the Standards issued by the Fayetteville
Water Department.
1.02 GENERAL
' A. Like items of equipment specified herein shall be the end products of one
manufacturer in order to achieve standardization for operation, maintenance, spare
parts, and manufacturer's service.
B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and are mandatory for this project.
I1.03 SUBMITTALS DURING CONSTRUCTION
A. Submittals during construction shall be made in accordance with Section 01300,
SUBMITTALS DURING CONSTRUCTION, Division 1, GENERAL
'
REQUIREMENTS. In addition, the following specific information shall be
provided:
I1. Shop Drawings: Provide drawings and manufacturer's literature,
clearly identified, showing layouts, item specifications, and mounting
details.
PART2 PRODUCTS
2.01 GENERAL
' A. All items shall be complete with all necessary end connections, fittings, and
couplings required for the proper completion of the work included under this Section.
2.02 FIRE HYDRANTS
A. Three-way fire hydrants shall be 5% inch Mueller Centurion A-423, traffic model,
with 1'/4 inch pentagonal operating nut, 2-2'/2 inch hose nozzles, 1-4'/2 inch pumper
nozzle, and 6 -inch mechanical joint inlet.
I
I
FY002255 Hwy. 45 Bridge Section 15013 -
I
2.03 CORPORATION STOPS
A. Corporation stops shall conform to AWWA C800-84 without a positive stop. The
inlet shall be AWWA CC tapered threads and the outlet with a compression
coupling. The compression outlet shall utilize a Buna-N beveled gasket to provide a
water -tight connection and with a split clamp locking device. The split clamp shall
be grooved and provided with a stainless steel screw to draw down the clamp for the
prevention of mechanical pullout. The corporations shall be AWWA red brass with
precision machined castings and compatible with conventional tapping machines.
2.04 YOKE PIPE HANGER ASSEMBLIES
A. Adjustable yoke pipe hangers with rollers shall be fabricated of 304 stainless steel, ,
sized for 16 -inch OD pipe and designed for a maximum load of 1200 lbs with a
minimum safety factor of 5. Hangers shall be by Gulf State Hangers, Figure 79XH,
or equal.
B. Yoke support rods shall be 7/8 -inch by 5 -inches long, provided with double nuts and
lock washers, all of 304 stainless steel. Rods shall be designed for a minimum load
of 3200 lbs with a minimum factor of safety of 5.
C. Insulation protection shields shall be 14 gauge 304 stainless steel, 8 -inch minimum
radius, 24 -inch long, 1800 wrap. Shields shall be clamped to the insulated pipe with
adjustable stainless steel band clamps. Shields shall be by Gulf State Hangers, Figure
100, or equal.
2.05 MISCELLANEOUS HANGER COMPONENTS
A. The socket clamps with socket clamp washers shall be fabricated of 304 stainless ,
steel. They shall be designed to fit the 13.2 -inch outside diameter of ductile iron
pipe and shall be designed to resist the thrust due to a pressure of 250 psi on the pipe.
Clamps shall be by Gulf State Hangers, Figure 273 with Figure 274A washers, or
equal.
B. Provide and install MEGALUG thrust restraints, as manufactured by EBAA Iron,
Inc., or equal, on each side of each socket clamp and bolt across socket clamps
between thrust restrains. A total of four thrust restraints are required of the two socket
clamps.
C. The fabricated assembly for the fixed end mount shall be constructed of 304 stainless
steel angles, channels, tubing, bolts and washers, in accordance with the details on
the Drawings. Final dimensions shall be field determined to match the slope on the
underside of the bridge deck.
2.06 ANCHOR BOLTS
A. Anchor bolts shall be 304 stainless steel sized as indicated on the Drawings. ,
FY002255 Hwy. 45 Bridge Section 15013-2
' 2.07 PIPE INSULATION
IA. Pipe insulation shall be PVC jacketed polyurethane foam insulation system as
manufactured by Thermacor Process Inc., Ferro -Therm D.I. System. PVC jacketing is
extruded white PVC, consisting of NSF approved Class 12454-B PVC compound,
' conforming to ASTM D 1784, Type 1, Grade 1. Wall thickness of 0.16 inches. The
PVC jacket shall be provided with UV resisting compounds. The polyurethane foam
insulation shall completely fill the annular space between the PVC jacket and the
ductile iron.pipe and fittings. Insulation shall be rigid, 90% closed cell polyurethane
with a core density of not less than 2.5 lbs/CF, a "K" factor of 0.14 at 60°F and shall
conform to ASTM C-59 1. The outside diameter of the 12 -inch jacketed ductile iron
' pipe shall be 16 inches, providing an insulation thickness of 1.24 inches.
B. Flexible foam insulation and a PVC sleeve shall be used at each pipe joint and fitting
to insulate and seal the gap between the factory -applied insulation at the joint. Secure
sleeves with adjustable stainless steel band clamps, two per sleeve, and with
manufacturer provided tape. Completed installation shall be water -tight, weather and
UV resistant.
2.08 BLOWOFF ASSEMBLIES
IA. Blowoff assemblies to consist of a 2 -inch post flushing hydrant with 2 1/2 -inch brass
NSFT discharge with cap and chain, an upper barrel with traffic breakaway union, a
lower barrel with bronze shoe, automatic weep hole and 2 -inch bronze body ball
valve, as manufactured by Gil Industries, Inc.
' PART 3 EXECUTION
3.01 GENERAL
IA. All miscellaneous piping specialties shall be installed in accordance with and in
conformance to the applicable requirements of Section 15001, PLANT PIPING -
GENERAL, and with the Fayetteville Water Standards.
3.02 FIRE HYDRANTS
A. Install fire hydrants with the pumper nozzle facing the street. Adjust height to finish
grade using standard hydrant risers. Paint exposed hydrant barrel, top, and nozzle
caps with white exterior metal paint containing reflectorized beads. Conform with
' installation details on the Drawings relative to drain gravel, thrust blocking and other
details.
' 3.03 CORPORATION STOPS
A. Provide and install stops with matching threads, and outlet fittings for the applicable
service line. Install as recommended by the manufacturers to ensure that excessive
'
tightening does not damage the main. Complete main leakage and pressure testing
with all taps, service lines and meter settings in place.
IFY002255 Hwy. 45 Bridge Section 15013-3
3.04 PIPE HANGER ASSEMBLES '
A. Install pipe hanger assemblies and the required anchor bolts in accordance with the
details on the Drawings and the manufacturer=s recommendations. Verify as -built
dimensions on the bridge prior to fabrication of assemblies and ordering of
components.
3.05 PIPE INSULATION
A. Install PVC jacketed insulated ductile iron pipe and fittings in accordance with the
details on the Drawings, including properly sized insulation shields for the 16 -inch
OD PVC jacketing, and with the manufacturer=s recommendations. Insulate and seal
pipe joints as required by the manufacturer=s recommendations to result in a
completely insulated pipeline with long term weather and UV resistance.
I
[1
I
I
3.06 BLOWOFF ASSEMBLIES '
A. Install blowoffs as indicated by the details on the Drawings and in accordance with
the manufacturer=s recommendations.
3.07 TESTING
A. Prior to plant startup, all MISCELLANEOUS PIPING SPECIALTIES shall be
inspected for proper connection and satisfactory performance. Each item shall be
tested at the same time that the adjacent pipeline is tested. Joints shall show no
visible leakage under test. Repair joints that show signs of leakage prior to final
acceptance. The Contractor will be held responsible for any damage caused by the
testing.
3.08 PAYMENT
I
I
I
I
A. Payment for the work in this Section will be included as part of the applicable unit I
price bid amounts stated in the Proposal.
B. Payment for fire hydrants shall include gravel drain pit and thrust blocking. Separate
payment will be made for the gate valve with box, the 6" stub pipe, and the main tee.
Separate payment will also be made for any required pavement surface restoration or
base backfill.
C. Payment for providing and installing all pipe hanger and support components shall be
made at the lump sum price bid in the Proposal for the complete assembly upon
installation and pressure testing.
D. Payment for providing and installing pipe insulation with PVC jacketed shall be
made at the unit price bid per foot in the Proposal, upon completion and acceptance
of the insulation system.
END OF SECTION
I
I
I
H
I
I
FY002255 Hwy. 45 Bridge Section 15013-4 ,
I
I
SECTION 15080
Li
MANUALLY OPERATED VALVES
IPART I GENERAL REQUIREMENTS
Li
C1
C
I
I
1.01 SCOPE
A. This Section covers the work necessary for furnishing and installing the various
manually operated valves in the piping systems, complete.
B. Materials and installation shall conform to the Standards issued by the Fayetteville
Water Department.
1.02 GENERAL
A. Like items of equipment specified herein shall be the end products of one
manufacturer in order to achieve standardization for operation, maintenance, spare
parts, and manufacturer's services.
B . See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and are mandatory for this project.
PART2 PRODUCTS
' 2.01 GENERAL
I
H
I
I
I
A. All valves shall be complete with all necessary operators, extension stems, floor
stands, worm and gear operators, operating nuts, etc. which are required for the
proper completion of the work included under this section.
B. Renewable parts including discs, packing, and seats shall be of types recommended
by valve manufacturer for intended service.
C. All units shall have the name of the manufacturer and the size of the valve cast on the
body or bonnet or shown on a permanently attached plate in raised letters.
D. For the purpose of designating the type and grade of valve desired, a manufacturer's
name is given in the following specifications. Valves of equal quality by other
manufacturers will be considered in accordance with the General Conditions.
2.02 DESIGN FEATURES - BRASS AND BRONZE COMPONENTS
A. Brass and bronze components of valves and appurtenances which have surfaces in
contact with the water shall be alloys containing less than 16 percent zinc and 2
percent aluminum.
FY002255 Hwy. 45 Bridge Section 15080 - 1
I
I
2.03
2.04
2.05
B. Approved alloys are of the following ASTM designations:
1. B 61, B 62, B 98 (Alloy A, B, or D), B 139 (Alloy A), B 143 (Alloy
1-B), B 164, B 194, B 292 (Alloy A), and B 127.
2. Stainless steel Alloy 18-8 may be substituted for bronze at the option
of the manufacturer and with the approval of the Engineer.
C. All gland bolts on iron body valves shall be bronze and shall be fitted with brass nuts.
VALVE OPERATORS
A. All valve operators shall open by turning counterclockwise. Operators shall be
galvanized and painted the same color as the valve and associated pipeline.
VALVE BOXES
A. Valve boxes shall be two-piece, screw -type, 5 1/4" shaft, 27-37" extension, with drop
cover marked "WATER", and shall have a combined weight of at least 80 lbs., No.
562-S manufactured by Tyler Pipe, or approved equal.
B. Extra depth valve boxes shall be two-piece, screw -type, 5 1/4" shaft, with extension
length appropriate for depth of bury, drop cover marked "WATER", and shall be
6850 Series, manufactured by Tyler Pipe, or approved equal.
EXTENSION STEMS FOR VALVE OPERATORS
A. Where the depth of the valve is such that its centerline is more than 4 feet below
grade, operating extension stems shall be provided to bring the operating nut to a
point 6 inches below the surface of the ground and/or box cover. Extension stems
shall be constructed of steel and shall be complete with 2 -inch square operating nut.
GATE VALVES
A. Type 100: Gate valves smaller than 2 -inch for exposed water service shall be all -
bronze with screwed bonnet and ends, single solid wedge gate, and nonrising stem.
Valves shall be rated for 250 psi, and shall be by Crane, Stockham, or equal.
B. Type 110: Gate valves 2 -inch and 3 -inch in size for exposed water service shall be
iron body, bronze mounted valves with flanged ends, double disc gate, nonrising
stem O-ring seal, hand wheel operator, conforming to AWWA C-500. Valves shall
be rated for 200 psi minimum, and shall be Mueller No. A-2380-6; or equal.
C. Type 112: Gate valves 4 -inches and larger for exposed water service shall be iron
body, resilient seat, epoxy lined with flanged ends, nonrising stem, O-ring seal, hand
wheel operator. Valves shall conform to AWWA C-509, rated for 200 psi, and shall
be Mueller A-2370-6, or equal.
[I
I
I
I
I
I
I
I
I
C
I
I
I
I
FY002255 Hwy. 45 Bridge Section 15080-2 ,
I
I
D. Type 115: Gate valves 2 -inch and 3 -inch in size for buried water service shall be
iron body, bronze mounted valves with mechanical joint ends, double -disc gate,
nonrising stem, O-ring seals, and 2 -inch square wrench nut conforming to AWWA
' C-500. Valves shall be rated for 200 psi minimum, and shall be Mueller A-2380-20;
or equal.
' E. Type 116:. Gate valves 4 -inches and larger for buried water service shall be iron
body, resilient seat, epoxy lined with mechanical joint ends, nonrising stem, O-ring
seal and 2 inch square wrench nut conforming to AWWA C-509. Valves shall be
' rated for 200 psi and shall be Mueller A-2360-20 or equal.
2.07 BUTTERFLY VALVES
' A. Butterfly valves furnished and installed shall be Class 250B in conformance with the
requirements of AWWA C504, latest revision, for "Rubber Seated Butterfly Valves".
All butterfly valves shall be furnished by Henry Pratt Company, Triton HP -250 or
approved equal.
' PART 3 EXECUTION
3.01 GENERAL
A. Bolt holes of flanged valves shall straddle the vertical centerline of the pipe run.
Prior to installing flanged valves, the flange faces shall be thoroughly cleaned. After
' cleaning, insert gasket and bolts, and tighten the nuts progressively and uniformly.
If flanges leak under pressure, loosen or remove the nuts and bolts, reseat or replace
the gasket, retighten and/or reinstall the nuts and bolts, and retest the joints. Joints
shall be watertight at test pressures before acceptance.
B. Thoroughly clean threads of screwed joints by wire brushing, swabbing, or other
approved methods. Apply approved joint compound to threads prior to making
' joints. Joints shall be watertight at test pressures before acceptance.
3.02 PLACING
' A. Generally, unless otherwise indicated on the Drawings, all valves installed in
horizontal runs of pipe having centerline elevations 4 feet 6 inches or less above the
' finish floor shall be installed with their operating stems vertical. Valves installed in
horizontal runs of pipe having centerline elevations between 4 feet 6 inches and 6
feet 9 inches above the finish floor shall be installed with their operating stems
horizontal. If adjacent piping prohibits this, the stems and operating handwheel shall
be installed above the valve horizontal centerline as close to horizontal as possible.
Valves installed in vertical runs of pipe shall have their operating stems orientated
to facilitate the most practicable operation, as approved by the Engineer. All buried
' valves shall be installed with valve boxes in accordance with the details shown on
the Drawings.
' B. Install 18 -inch by 18 -inch by 6 -inches thick concrete pad around the top of all valve
boxes.
' FY002255 Hwy. 45 Bridge Section 15080-3
P
L
303 .
3.04
3.05
3.06
ACCESS
A. Location of valves shall be as required to provide accessibility for control and
maintenance.
ANCHOR BOLTS
A. Anchor bolts for floor stands, stem guides, etc. shall be cast -in -place during concrete
placement. Threads shall be protected and shall be cleaned before the nuts are
attached and tightened.
TESTING
A. Valves shall be tested at the same time that the adjacent pipeline is tested. Joints
shall show no visible leakage under test. Repair joints that show signs of leakage
prior to final acceptance. If there are any special parts of control systems or operators
that might be damaged by the pipeline test, they shall be properly protected. The
Contractor will be held responsible for any damage caused by the testing.
B. If requested by the Engineer, the valve manufacturer shall furnish an affidavit stating
the materials options furnished and/or that he has complied with these and other
referenced specifications.
A. Payment for the work in this section will be included as part of the unit price bid
amounts stated in the Proposal.
B. Payment for buried valves shall include payment for the valve boxes, lids and
concrete collar.
END OF SECTION
I
I
I
I
I
EI
I
I
I
I
[I
[1
C
C'
FY002255 Hwy. 45 Bridge Section 15080-4 '
r I
C
C
El
I
I
I
APPENDIX A
i
1 Occupational Safety Health Administration (OSHA)
Standard for Excavation and Trenches Safety System
1 29 CFR 1926, Subpart P
I
I
I
H
J
ii
I
I
I
I.
I
I
I
I
7
I:1
I
H
I
H
rH
I
I State of Arkansas
2 19th General Assembly
3 Regular Scssion, 1993
4 By. Senator Kett
6
7
8
9
10
11
12
13
14
15
16
17
18
• 19
20
21
22
23
24
25
26
27
23
29
30
31
32
33
35
36
As Engrossed: 2/10193
ACT 93
A Bill
SENATE BILL 320
For An Act To Be Entitled
"AN ACT TO REQUIRE THE INCLUSION IN ALL BIDS FOR PUBLIC
WORKS PROJECTS A SEPARATE PRICE PAY ITEM FOR TRENCH OR
EXCAVATION SAFETY SYSTEMS; TO INVALIDATE BIDS WHICH DO NOT
CONTAIN SUCH PROVISIONS; TO DECLARE AN EMERGENCY; AND FOR
OTHER PURPOSES."
Subtitle
"AN ACT TO REQUIRE THE INCLUSION IN ALL BIDS FOR PUBLIC
WORKS PROJECTS A SEPARATE PRICE PAY ITEM FOR TRENCH OR
EXCAVATION SAFETY SYSTEMS."
BE IT ENACTED BY THE CENERAL ASSEMBLY OF .m STATE. OF ARKANSAS:
SECTION 1. Whenever ahy agency of this state or of any county,
municipality, or school district, or other local taxing unit or improvement
district enters into a contract covered by the provisions of Arkansas Code Si
22-9-202 - 22-9-204 for the making of repairs or. alterations or the erection
of buildings or for the making of any other improvements, or for the
construction or improvement of highways, roads, streets, sidewalks, curbs,
gutters, drainage or sever projects, or for any other construction project in
which the public work or public improvement construction project involves any
trench or excavation which equals or exceeds five (5) feet in depth, the
agency, county, municipality, school district, local taxing unit or
improvement district shall require:
(1) the current edition of Occupational Safety and Health
Administration Standard for Excavation and Trenches Safety System, 29 CER
1926, Subpart F, be specifically incorporated into the specifications for the
project; and
(2) the contract bid form to include a separate pay item for
vj Q76
C
1
As £agrassrd: 2110/93 SB 320
1 trench or excavation safety systems and be included in the base bid. 1
2
3 SECTION 2. In the event a contractor fails to cocplece a separate pay -
4 item in accordance with the applicable provisions of Section 1 of this act,
5 the agency, county, municipality, school district, local taxing unit or
6 improvement district shall declare that the bid fails to comply fully with the
7 provisions of the specifications and bid documents and will be considered
8 invalid as a non -responsive bid. The owners of the above stated project sba11 1
9 nocify the State Department of Labor (Safety Division) of the award of ,a
10 contract covered by this act. 1
11
12 SECTION 3. All provisions of this act of general and permanent nature
13 are amendatory to the Arkansas Code' of 1987 Annotated and the Arkansas Code
14 Revision Commission shall incorporate the name -in the Code.
15•
16 SECTION 4. If any provisions of this act or the application thereof to
... .. 17 any person or circumstance is held invalid, the invalidity shall not affect 1
'•'• 18 other provisions or applications of the act which can be given effect without
19 the invalid provisions or application, and to this end the provisions of this
20 act are declared to be severable.
21
22 SECTION 5. All laws and parts of laws in conflict with this act are
23 hereby repealed. -
• 24
25 SECTION 6. Emergency. It is hereby found and determined by the
26 Seventy -Ninth General Assembly of the State of Arkansas chat the well-being of
27 Arkansas' craft workers are unnecessarily exposed to the hazards of trench
23 excavation and the immediate passage of this act is necessary in order to
29 protect the health and safety of the Arkansas worker. Therefore, an emergency
30 is hereby declared to exist, and this act being necessary for the immediate
• 31 preservation of the public peace, health, and safety, shall be in full force
32 and effect from and after its passage and approval.
33 /s/ Senator Keec
34
35
36 �P
3—�—q QOVER vi276
I
I
' OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P
RECUT
TIONS AND PROCEDURES
' Overview Subpart?'
Excavations
' P-1. What are the most frequently cited serious • 29 CFR 1926.6510)(2) was deleted by 59 FR 40730,
Excavation violations? (January 1 1990 to dated August 9, 1994 (publication of final rule Subpart
April 1, 1996) M of Part 1926 (Fall Protection)).
[1
11
[1
LI
I
I
I
I
I
I
I
H
29 CFR 1926.652(aXI) (Protection in Excavations)
.651(k)(1) (Inspections)
.65IQX2) (Loose Rock/Soil)
.651(c)Q) (Means of Egress)
.651(d) (VehicularTrail c)
.651(k)(2) (Inspections)
.651(h)(1) (Water Accumulation)
.651Q(1) (Loose Rock/Soil)
.651(IX2)' (Walkways/Guardrails)
.651(e) (Falling Loads)
.651(IX3) (Adjacent Structures)
.651(IX 1)' (Walkways/Guardrai ls)
.652(b) (SlopingBatcbing Systems)
.651((I)(1)(Adjacent Structures)
.652(c) (Design/Protective Systems)
.652(gX2) (Shield Systems Requirements)
.652(g)(1) (Shield Systems/General)
.651(b)(4) (Underground Installations)
.651(gXl) (Hazardous Atmospheres)
.651(a) (SurfaceEncumbraaces)
.652(a)(2) (Protective Systems)
P-2. What are some effective control measures that
can used for the serious hazards discussed in P -
17
A. The competent person should develop
a check list enumerating the items
listed in P -I and use the list to
identify and correct unsafe or
unhealthy conditions that exist on a
particular worksite.
B. All excavations including trenches
must be shored or sloped that are 5
feet (1.52 m) in depth, or greater
' (1926.652). For excavations less than
5 feet (1.52 m) in depth, the
competent person examines the
excavation for potential cave-in
hazards and makes a detcrminadoa if
protection is needed
(1926.652(a)(1)).
H
P -I
I
OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P
REGULATIONS AND PROCEDURES
1926 Subpart P - Excavations
AUTHORITY: Sec. 107, Contract Worker
Hours and Safety Standards Act (Construction Safety
Act) (40 U.S.C. 333); Secs. 4, 6, 8, Occupational
Safety and Health Act of 1970 (29 U.S.C. 653, 655,
657); Secretary of Labor's Order No. 12-71 (36 FR
8754), 8-76 (41 FR 25059), 9-83 (48 FR 35736), or
1-90 (55 FR 9O33), as applicable. Section 1926.651
also issued under 29 CFR Part 1911.
SOURCE: 54 FR 45959, Oct. 31, 1989, unless
otherwise noted
(59 FR 40730, Aug. 9, 1994]
1926.650 - Scope, Application, an d
Definitions Applicable to this Subpart.
(a) Scope and application. This subpart applies to
all open excavations made in the earth's surface.
Excavations are defined to include trenches.
(b) Definitions applicable to this subpart
Accepted engineering practices means those
requirements which are compatible with standards of
practice required by a registered professional
engineer.
Aluminum Hydraulic Shoring means a
pre-engineered shoring system comprised of
aluminum hydraulic cylinders (crossbraces) used in
conjunction with vertical rails (uprights) or horizontal
rails (wales). 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 between levels.
Cave-in means the separation of a mass of soil
or rock material from the side of an excavation, or the
loss of soil from under a trench shield'ar support
system, and its sudden movement into the excavation,
either by falling or sliding, in sufficient quantity so that
it could entrap, bury, or other wise injure and
immobilize a person.
Conrpetartperson means one who is capable of
identifying existing and predictable hazards in the
surroundings, or working conditions which are
unsanitary, hazardous, or dangerous to employees, and
who has authorization to take prompt corrective
measures to eliminate them.
Goss bracer mean the horizontal members of a
shoring system installed perpendicular to the sides of
the excavation, the ends of which bear against either
uprights or wales.
Excavation means any man-made cut, cavity,
trench, or depression in an earth surface, formed by
earth removal
Faces or sides means the vertical or inclined
earth surfaces formed as a result of excavation work.
Failure means the breakage, displacement, or
permanent deformation of a structural member or
connection so as to reduce its structural integrity and
its supportive capabilities.
Hazardous atmosphere means an atmosphere
which by reason of being explosive, flammable,
poisonous, corrosive, oxidizing. irritating. oxygen
deficient, toxic, or otherwise harmful, may cause death,
illness, or injury.
Kkkout means the accidental release or failure
of a cross brace.
I]
I
I
I
H
L
U
I
C
I
P-2
1
IOCCUPATIONAL SAFETY AND HEALTH .:`-1926.650(b)
REGULATIONS AND PROCEDURES
I
I
1
1
1
1
Protective system means a method of protecting
employes from cave-ins; from material that could fall
or roll from an excavation face or into an excavation,
or from the collapse of adjacent structures. Protective
systems include support systems, sloping and benching
systems, shield systems, and other systems that
provide the necessary protection.
Ramp means an inclined walking or working
surface that is used to gain .access to one point from
another, and is constructed from earth or from
structural materials such as steel or wood.
Registered Professional Engineer means a
person who is registered as a professional engineer in
the state where the work is to be performed. However,
a professional engineer, registered in any state is
deemed to be a "registered professional engineer^
within the meaning of this standard what approving
designs 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 systenn) means a structure that is
able to withstand the forces imposed on it by a cave-in
and thereby protect employees within the structure.
Shields can be permanent structures or can be
designed to be portable and moved along as work
progresses. Additionally, shields can be either
premanufactured or job -built in accordance with
1926.652(cX3) or (cX4). Shields used in trenches are
usually referred to as 'trench boxes' or 'trench
shields.'
Shoring (Shoring system) means a structure
such as a metal hydraulic. mechanical or timber
shoring system that supports the sides of an excavation
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
differences in such factors as the soil type,
environmental conditions of exposure, and application
of surcharge loads.
Stable rock means natural solid mineral material
that can be excavated with vertical sides and wilt
remain intact while exposed. Unstable rock is
considered to be stable when the rock material on the
side or sides of the excavation is secured against
caving -in or movement by rock bolts or by another
protective system that has been designed by a
registered professional engineer.
Structural ranrp 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 shoring; which provides
support to an, adjacent structure, underground
installation, or the sides of an excavation.
Tabulated data means tables and charts
approved by a registered professional engineer and
used to design and construct a protective system.
Trench (french.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 otherstructures are installed or constructed in
anexcavation so as to reduce the dimension measured
from the forms or structure to the side of the
excavation to 15 feet (4.6 m) or less (measured at the
bottom of the excavation), the excavation is also
considered to be a trench.
Trench boc See "Shield."
Trench slrield See "Shield."
Uprights means the vertical members of a
trench shoring system placed in contact with the earth
and usually positioned so that individual members do
not contact each other. Uprights placed so that
individual members are closely spaced, in contact with
or interconnected to each other, are often called
'sheeting.'
Ivales means horizontal members of a shoring
P-3
11
1
I
system placed parallel to the excavation face whose (1)
sides bear against the vertical members of the shoring
system or earth.
1926.651- General Requirements.
(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 insta77ations.
(1) The estimated location of utility
installations, such as sewer, telephone, fuel,
electric, water lines, or any other underground
installations that reasonably may be expected to
be encountered during excavation work, shall be
determined prior to opening an excavation.
(2) Utility companies or owners shall be
contacted within established or customary local
response times, advised of the proposed work,
and asked to establish the location of the utility
undergmund'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 mstallations,thc employer may proceed,
provided the employer does so with caution, and
provided detection equipment or other
acceptable means to locate utility installations
are used
(3) When excavation operations approach the
estimated location of underground installations,
the exact location of the installations shall be
determined by safe and acceptable means.
(4) While the excavation is open,
underground installations shall be protected,
supported or removed as necessary to safeguard
employees.
(c) Access and egress -
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 constructed in
accordance with the design.
Cu) Ramps and Sways constructed of
two or more structural members shall
have the structural members connected
together to prevent displacement.
(tui) Structural members used for ramps
and runways shalt be of uniform
thickness.
(iv) Cleats or other appropriate means
used to connect runway structural
members shall be attached to the bottom
of the nmway or shall be attached in a
mannertopreventtipping. '
(v) Structural ramps used in lieu of
steps shall be provided with cleats or
other surface treatments o the top surface
to prevent slipping..
(2) Means of egress from trench
excavations. A stairway, ladder, ramp or other
safe means of egress shall be located 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 rraf tic. Employees
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 material.
(c) Exposure to falling loads No employee shall
be permitted underneath loads handled by lifting or
digging equipment. Employees shall be required to
stand away from any vehicle being loaded or unloaded
to avoid being struck by any spillage or failing
I
I
1
I
I
I
I
Lii
I
C
I
I
P-4
I
n
U
OCCUPATIONAL SAFETY AND HEALTH 1926.651(e)
REGULATIONS AND PROCEDURES
I
J
I
I
I
I
I
h1
I
I
I
I
I
I
I
materials: Operatorsmay remain in the cabs of
vehicles being loaded or unloaded when the vehicles
arc equipped, in accordance with 1926.601(b)(6). to
provide adequate protection for the operator during
loading and unloading operations.
Co Wamingsystem for mobile equipment When
mobile equipment is operated adjacent to an
excavation, or when such equipment is required to
approach the edge of an excavation, and the operator
does nothave a clear and direct view of the edge of the
excavation, a warning system shall be utilized such as
baanades, hand or mechanical signals, or stop logs. If
possible, the grade should be away from the
excavation
(g) Hazardousatmospheres-
(1) Testing and controls. In addition to the
requirements set forth in subparts D and E of
this part (29 CFR 1926.50 - 1926.107) to
prevent exposure to harmful levels of
atmospheric contaminants and to assure
acceptable atmospheric conditions, the
following requirements shall apply:
(i) Where oxygen deficiency
(atmospheres containing less than 195
percent oxygen) or ' a hazardous
atmosphere a fists or could reasonably be
expected to exist, such as in excavations
in landfill areas or excavations in areas
where hazardous substances are stored
nearby, the atmosphees in the excavation
shall be tested before employees enter
excavations greater than 4 feet (1.22 m)
in depth.
�) Adequate precautions shall be
taken to prevent employee exposure to
atmospheres containing less than 19.5
percent oxygen and other hazardous
atmospheres. These precautions include
providing proper respiratory protection
or vaithtion in accordance with subparts
D and E of this part respectively.
(ii) Adequate precaution shall be taken
such as providing ventilation, to prevent
employee exposure to an atmosphere
• containing a concentration of a
flammable gas in excess of 20 perncat of
the lower flammable limit of the gas.
(iv) When controls are used that are
intended to reduce the level of
atmospheric contaminants to accccc able
levels, testing shall be conducted as often
as necessary to ensure that the
atmosphere remains safe.
(2) Emergency rescue equipment
(i) Emergency rescue equipment, such
as breathing apparatus, a safety harness
and line, or a basket stretcher, shall be
readily available where hazardous
atmospheric conditions exist or may
reasonably be expected to develop during
work in an excavation. This equipment
"shall be attended when in use.
(u) Employees entering bell-bottom
pier holes, or other similar deep and
confined footing excavations, shall wear
• a harness with a lifeline securely attached
to it. The lifeline shall be separzte front
any line used to handle materials, and
shall be individually attended at all tunes
while the employee wearing the lifeline is
in the excavation.
(h) Protexion from hazards associated ivith water
accumulation.
(1) Employees shall not wort in excavations
in which there is accumulated water, or in
excavations in which water is accumulating,
unless adequate precautions have been taken to
protect employees against the hazards posed by
water accumulation. The precautions necessary
to protect employees adequately vary with each
situation, but could include special suece t 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
•P•5
1
I
n
H
OCCUPATIONAL SAFETY AND HEALTH 1926.651(h)(2) '
REGULATIONS AND PROCEDURES
operations shall be monitored by a competent is provided to. protect employees from the
person to ensure proper operation. possible collapse of such structures
(3) If excavation work interrupts the natural (j) Protection of employees front loose rock or
drainage of surface water (such as streams), soiL
diversion ditches, dikes, or other suitable means
shall be used to prevent surface water from (1) Adequate protection shall be provided to
entering the excavation and to provide adequate protect employees from loose rock or soil that
drainage of the area adjacent to the excavation, could pose a hazard by falling or rolling from an
Excavations subject to runoff from heavy rains excavation face. Such protection shall consist of
will require an inspection by a competent scaling to remove loose material; installation of
person and compliance with paragraphs (h)(1) protective barricades at intervals as necessary
and (h)(2) of this section. on the face to stop and contain falling material;
or other means that provide equivalent
(i) Stability of adjacent structures. protection.
(1) Where the stability of adjoining buildings, (2) Employees shall be protected from
walls, or other structures is endangered by excavated or other materials or equipment that
excavation operations, support systems such as could pose a hazard. by falling or rolling into
shoring, bracing, orunderpinning shall be excavations Protection shall be provided by
provided' to ensure . the stability of such placing and keeping such materials or
structures for the protection of employees. . equipment at least 2 feet (.61 m) from the edge•
of excavations, or by the use of retaining devices
(2) ' Excavation below the level of the base or that are sufficient to prevent materials or
footing of any foundation or retaining wall that equipment from falling . or , rolling into
could be reasonably expected to pose a hazard excavations, or by a combination of both if
to employees shall not be permitted except necessary.
when:
(k) Inspections.
(i) A support system, such as
underpinning, is provided to ensure the (1). Daily inspections of excavations, . the
safety of employees and the stability of adjacent areas, and protective systems shall be
• the structure; or made by a competent person for evidence of a
situation that could result in possible cave-ins,
(u) The excavation is in stable rock; or indications of failure of protective systems, _
hazardous atmospheres, or other hazardous
(ii) A registered professional engineer conditions. An inspection shall be conducted by
has approved the determination that the the competent person prior to the start of work
structure is sufficiently removed from the and as needed throughout the shift Inspections
excavation so as to be unaffected by the shall also be made after every rainstorm or other
excavation activity; or hazard increasing oocunence. These inspections
are only required when employee exposure can
(iv) A registered professional engineer be reasonably anticipated.
has approved the determination that such
excavation work will not pose a hazard to (2) Where the competent person- finds
employers, evidence of a situation that could result in a
possible cave-in, indications of failure of
(3) Sidewalks, pavements and appurtenant protective systems, hazardous atmospheres, or
structure shall not be undermined unless a other hazardous conditions, exposed employees
support system or another method of protection shall be removed from the hazardous area until p
P-6
i
I
I
I
OCCUPATIONAL SAFETY AND HEALTH 192G.651(k)(2)
REGULATIONS AND PROCEDURES
' the necessary precautions have been taken to
ensurt their safety..-
' p) Fall protection.
(1) Walkways shall be provided where
employees or equipment are required or
permitted to cross over excavations. Gurardrails
which comply with 1926.S02(b) shall be
provided where walkways are 6 feet (1.8 in) or
more above lower levels.
(2) Adequate barrier physical protection shall
be provided at all remotely located excavations.
' All wells, pits, shafts, etc., shall be barricaded
or covatd Upoa completion of exploration and
other similar operations, temporary wells, pits,
shafts, etc., shall be backf lied.
(54 FR 45959, Oct. 31, 1989, as amended by 59 FR
40730. Aug 9, 1994]
1
'• 1926.652 - Requirements for Protectiv e
Systems.
(a) Protection of employees in excavations.
(1) Each employee in an excavation shall be
' protected from cave-ins by an adequate
protective system designed in accordance with
paragraph @) or (c) of this section except when:
' (i) Excavations are made entirely in
stable rock, or
' (ii) Excavations are less than 5 feet
(1.52 m) 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 reasonably be expected to be
applied or transmitted to the system.
I(b) Design ofslopiirg and benching systems. The
P-7
slopes and configurations of sloping and benching
systems shall be selected and constructed by the
employer 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 (1) -Allowable configurations
and slopes.
(I) Excavations shall be sloped at an
angle not steeper than one and one-half
horizontal to one vertical (34 degrees
measured from the horizontal), unless the
employer uses one of the other options
listed below.
(ii) Slopes specified in paragraph
(b)(1)(i) of this section, shall be
excavated 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 determined in accordance with
the conditions and requirements set forth in
appendices A and B to this subpart.
(3) Option (3) - Designs using other
tabulated data.
(i) Designs of sloping or benching
systems shall be selected from and in
accordance with tabulated data, such as
tables and charts.
(ii) The tabulated data stall 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;
rI
E
I
OCCUPATIONAL SAFETY AND HEALTH 1921 652(b)(3) a (B) '
REGULATIONS AND PROCEDURES
'� " (B) Identification of the limits of
(c) Design ofsupport systems, shield systems, and
use of :the data, to include the
odterproeective systems. Designs of support systems
magnitude and configuration of
, shield systems, and other protective systems shall be
slopes determined to be safe;
selected and constructed by the employer or his
designee and shall be in accordance with the
(C) Explanatory information as
requirements of paragraph (c)(l); or, in the alternative,
may be necessary to aid the user in
paragraph (c)(2); or, in the alternative, paragraph
making a correct selection of a
(c)(3); or, i the alternative, paragraph (c)(4) as follows:
protective system from the data.
(1) Option (1) - Designs using appendices
(iii) At least one copy of the tabulated
A, C and D. Designs for timber shoring in
data which identifies the registered
trenches shall be determined in accordance with
professional engineer who approved the
the conditions and requirements set forth in
data, shall be maintained at the jobsite
appendices A and C to this subpart Designs for
during construction of the protective
aluminum hydraulic shoring shall be in
system. After that time the data may be
accordance with paragraph (cX2) of this
stored off the jobsite, but a copy of the
section, but if manufacturer's tabulated data
data shall be made available to the
cannot be utilized, designs shall be in
Secretary upon request
accordance with appendix D.
(4) Option (4) - Design by a registered
professional engineer.
(i) Sloping and benching systems not
utilizing Option (I) or Option (2) or
Option (3) under paragraph @) 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 particular project;
(B) The configurations that
were determined to be safe for the
particular project;
(C) The identity of the
registered professional engineer
approving the design.
(iii) At least one copy of the design
shall be maintained at the jobsite while
the slope is being constructed. After that
time the design need not be at the jobsite,
but a copy shall be made available to the
Secretary upon request.
(2) Option (2) - Designs ' Using
Manufacturer's Tabulated Date
n Design of support systems, shield
.systems, or other protective systems that
are drawn from manufacturer's tabulated
data shall be in accordance with all
specifications, recommendations, and
limitations issued or made by the
manufacturer. -
(ii) Deviation from the specifications,
recommendations, and limitations issued
or made by the manufacturer shall only
be allowed after the manufacturer issues
specific written approval.
(ii) Manufacturer's specifications,
recommendations, and limitations, and
manufacturer's approval to deviate from
the specifications, recommendations, and
limitations shall be in written form at the
jobsite during construction of the
protective system. After that time this
data may be stored off the jobsite, but a
copy shall be made available to the
Secretary upon request.
(3) Option (3) - Designs using other
tabulated data.
1
I
' OCCUPATIONALSAFETYANDHEALTH 1926.652(c)(3)(i)
REGULATIONS AND PROCEDURES
' (B) . The idrntify of the
() Designs of support systems, shield registered professional cigmeer
systems, or other protective systems shall approving the design.
' be selected from and be in accordance
with tabulated data, such as tables and plr) At least one copy of the design
charts shall be maintained at the jobsite during
construction of the protective system.
(u) The tabulated data shall be in After that time, the design may be stored
written form and include all of the off the jobsite, but a copy of the design
following: shall be made available to the Sectary
' upon request -
(A) Identification of the
parameters that affect the selection (d) Materials and equipment.
I. of a protective system drawn from
such data; (1) . Materials and equipment used for
protective systems shall be free from damage or
• (B) Identification of the limits of defects that might impair their proper function.
I. use of the data;
(2) - Manufactured materials and equipment
(C) Explanatory information as used for protective systems shall be used and
' may be necessary to aid the user in maintained in a manner that is consistent with malting a correct selection of a the recommendations of the manufacturer, and
protective system from the data - is a manner that will prevent employee
exposure to hazards. , -
. (sir) . At least one copy of the tabulated
data, : which identifies the registered (3) When material or equipment that is used
professional engineer who approved the for protective systems is damaged, a competent
data, shall be maintained at the jobsite person shall examine the material or equipment.
during construction of the protective and evaluate its suitability for continued use. If
system. After that time the data may be • the competent person cannot assure the material
stored off the jobsite; but a copy of the or equipment is able to support the intended
data shall be made available to the loads or is otherwise suitable for safe use, then
Secretary upon request such material or equipment shall be removed
from service, and shall be evaluated and
' (4) Option (4) - Design by a registered approved by a registered professional engineer
professional engineer, before being returned to service.
(i) Support systems, shield systems, (e) Installationandren:ovalofsupport-
' and other protective systems not utilizing
Option 1, Option 2 or Option 3, above, (1) General
shall be approved by a registered
professional engineer. (1) Mambas of support systems shall
be securely connected together to prevent
u • Designs shall be in written form sliding, falling, kickouts, or other
and shall include the following: predictable failure.
' (A) A plan indicating the sizes, (ii) Support systems shall be installed
types, and configurations of the and removed in a manner that protects
' materials to be used in the employees from cave-ins, structural
protective system; and collapses, or from being struck by
P-9
I
L
OCCUPATIONALSAFETYANDHEALTH 1926.652(c)(1)(w)
...^: .,;. , 1 REGULATIONS AND PROCEDURES ..
members of the support system.
(w) 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
individual members begins, additional
precautions shall be taken to ensure the
safety of employees, such as installing
other structural members to carry the
loads imposed oa the support system.
(v) Removal shall begin at, and
progress from, . the bottom of the
excavation. Members shall be released
slowly so as to note any indication of
possible failure of the ga ning
members of the structure or possible
cave-in of the sides of the excavation.
(vr) Baclwlling shall progress together
with the [oval of support systems from
excavations.
(2) Additional requirements for support
systems for trench excavations.
(i) Excavation of material to a level
no greaterthan 2 feed (.61 m) below the
bottom of the members of a support
system shall be permitted, but only if the
system is designed to resist the forces
calculated for the full depth of the trench,
and there are no indications while the
trench is open of a possible loss of soil
from behind or below the bottom of the
support system.
(i) Installation of a support system
shall be closely coordinated with the
excavation of trenches.
(!) Sloping and benching systenss. Employees
shall not be permitted to work on the faces of sloped or
benched excavations at levels above other employees
except when employees at the lower levels are
adequately protected from the hazard of falling, rolling.
or sliding material or equipment
(g) Shield systems -
(1) General
(i) Shield . systems shall not be
subjected to loads exceeding those which
the system was designed to withstand.
(d) Shields shall be installed in a
manner to restrict lateral or other
hazardous movement of the shield in the
event of the application of sudden lateral
loads. .
(w') Employers shall be protected from
the hazard of cave-ins when catering or
exiting the areas protected by shields.
(iv) Employees shall not be allowed in
shields when shields are being installed,
. • removed, or moved vertically.
(2) Additional requirement for shield
systems used in " trench excavalons.
Excavations of earth material to a level not
greater than 2 feet (.61 m) below the bottom of
a shield shall be permitted, but only if the shield
is designed to resist the forces calculated for the
full depth of the trench, and there are no
indications while the ttmrh is open of.a possible
loss of soil from behind or below the bottom of
the shield
I
L]
I
I
I
I
I
I
I
I
I
I
I
I
P-10
1
I
I
' OCCUPATIONAL SAFETYAND HEALTH 1926 Subpart P App A
e• ... REGULATIONS AND PROCEDURES
1926 Subpart PApp A - Soil Classification
(a) Scope and application -
' (I) Scope. This appendix describes a method
of classifying soil and rock deposits based on
site and environmental conditions, and on the
' suuenut and composition of the earth deposits.
The appendix contains definitions, sets forth
requirements, and describes acceptable visual
and manual tests for use in classifying soils.
I
I
I
I
[1
I
I
I
I
• (2) Application. This appendix applies when
a sloping or benching system is designed
in accordance with the requirements set forth in
1926.652(b)(2) as a method of protection for
employees from cave-ins. _This appendix also applies
when timber shoring for excavations is designed as a
method of protection from cave-ins in accordance with
appendix C to subpart P of part 1926, and when
aluminum hydraulic shoring is designed in accordance
with appendix D. This Appendix also applies if other
protective systems are designed and selected for use
from data prepared 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
classification system set forth in this appendix.
(b) Definitions The definitions and examples 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
particles are held together by a chemical agent, such as
calcium carbonate, such that a hand -size sample cannot
be crushed into powder or individual soil particles by
finger pressure.
Cohesive soil means clay ((Inc grained soil), or
soil with a high clay content, which has cohesive
strength. Cohesive soil does not crumble, can be
excavated with vertical sideslopcs, and is plastic when
moist Cohesive soil is hard to break up when dry, and
exhibits significant
cohesion when submerged. Cohesive soils include
clayey silt, sandy clay, silty clay, clay and organic clay.
Drysoilmeans 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 exposd 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 distinctly
different soil or rock . types arranged in layers.
Micaccouts seams or weakened planes in rock or shale
are considered layered.
Moist soil means a condition in which a soil
looks and feels damn. Moist cohesive soil can easily
be shaped into a ball and rotted into mall diameter
threads before crumbling. Moist granular soil that
contains some cohesive material will exhibit signs of
cohesion between particles.
Plastic means a property of a soil which allows
the soil to be deformed or molded without cracking, or
appreciable volume change.
Saturated soil means a soil in which the voids
are filled with water.
Saturatiordoes not require flow. Saturation, or
near saturation, is necessary for the proper use of
instruments such as a pocket peneuometenn or sheer
vane.
Soil classfcation system means, for the
purpose of this subpart, a method of categorizing soil
and rock deposits in a hierarchy of Stable Rock. Type
A. Type B, and Type C, in decreasing order of
stability. The categories are determined based on an
analysis of the properties and performance
characteristics of the deposits and the characteristics of
I
P-11
L
OCCUPATIONAL SAFETY AND HEALTH H -. `1926 Subpart P App A
• REGULATIONS AND PROCEDURES
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 roil which is underwater
or is free seeping.
Type A means cohesive soils with an
unconfined, compressive strength of 1.5 ton per square
foot (tsf) (144 kPa) or greater. Examples of cohesive
soils are: clay, silty day, sandy clay, clay loam and, in
some cases, silty clay loam and sandy clay loam.
Cemented soils such as caliche and hardpan are also
considered Type A. However, no soil is Type A if:
(i) The soil is fissured; or
(u) The soil is subject to vibration from
heavy traffic, pile driving, or similar effects; or
(cis) The soil has been previously disturbed;
(iv) The soil is part of a sloped, layered
system where the layers dip into the excavation
on a slope of four horizontal to one vertical
(4H:1 V) or greater, or
(v) The material is subject to other factors
that would require it to be classified as a less
stable material.
Type B means:
(1) Cohesive soil with an unconfined
compressive strength greater than 0.5 tsf (43
kPa) but less than 1.5 tsf (144 kPa); or
u Granular cohesionless soils including:
angular gravel (similar to crushed rock), silt, silt
loam, sandy loam and, in some cases, silty clay
loam and sandy clay loam.
(sir) Previously disturbed soils except those
which would otherwise be classed as Type C
soil.
(v) Soil that meets the unconfined
compressive strength or cementation
requirements 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, layered
system where the layers dip into the excavation
on a slope less steep than four horizontal to one
vertical (4H:I V), but only if the material would
otherwise be classified as Type B.
TypeCmeans:
n Cohesive soil with an unconfined
compressive strength of 0.5 td (48 kPa) or less
or
(u) Granularsoiils including gravel, sand, and
loamy sand; or
. (iii) Submerged soil or soil from which water
is freely moping-, or
(iv) Submerged rock that is not stable, or
(v) Material in a sloped, layered system
where the layers dip into the excavation or a
slope of four horizontal to one vertical (4H:1 V)
or steeper.
Unconfined compressive srrengrh means the
load per unit area at which a soil will fail in
compression. It can be determined by laboratory
testing, or estimated in the field using a pocket
penetrometer, by thumb penetration tests, and other
methods.
Wet soil means soil that contains significantly
more moisture than moist soil, but in such a range of
values that cohesive material will slump or begin to
flow when vbrated. Granular material that would
exhibit cohesive properties when moist will lose those
cohesive properties when wet.
(c) Requirements -
(1) Cassfrcadon of soil and rock deposits.
I
fl
Li
P
Li
I
I
LII
II
I
I
I
I
L
I
I
I
11
P.12
[I
I
I
' OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App A
REGULATIONS AND PROCEDURES
' Each sod and Lock deposit shall be classified by
a competent personas Stable Rock, .Type A.
Type B, or Type C in accordance with the
definitions set forth in paragraph (b) of this
appendix -
(2) Basis ofc&nr tiicadon. The classification
' of the deposits shall be made based on the
results of at least one visual and at least one
manual analysis. Such analyses shall be
conducted by a competent person using tests
'
described in paragraph (d) below, or in other
recognized methods of soil classification and
testing such as those adopted by the American
Society for Testing Materials, or the U.S.
Department of Agriculture textural classification
system.
' (3) Ksualandinanuatanalyser. The visual
and manual analyses, such as those noted as
being acceptable in paragraph (d) of this
I. appendix, shall be designed and conducted to
• provide sufficient gtyntitative and qualitative
• information as may be necessary to identify
properly the properties, factors, and conditions
'affecting the classification of the deposits.
(4) Layeredsystenet In a layered system, the
system shall be classified in accordance with its
weakest layer. However, each layer may be
classified individually where a more stable layer
• ' lies under a less stable layer.
(5) Reclassfcadon. If, after classifying a
deposit, the properties, (actors, or conditions
' affecting its classification change in any way, the
changes shall be evaluated by a competent
person. The deposit shall be reclassified as
' necessary to reflect the changed circumstances.
(d) Acceptable visual and manual tests. -
' (1) Vuualtrsss. Visual analysis is conducted
to determine qualitative information regarding
the excavation site in general, the soil adjacent
Ito the excavation, the soil forming the sides of
the open excavation, and the soil taken as
samples from excavated material.
(1) Observe samples of soil that are
P-13
excavated and soil in the sides of the
excavation. Estimate the range of particle
sizes and the relative' amounts of the
particle sizes. Soil that is primarily
composed of fine-grained material
material is cohesive material. Soil
composed primarily of coarse grained
sand or gravel is granular material.
(U) Observe soil as it is excavated
Soil that remains in clumps when
excavated is cohesive. Soil that breaks up
easily and does not stay in clumps is
granular.
(iii) Observe the side of the opened
excavation and the surface area adjacent
to the excavation. Crack -like openings
such as tension cracks could indicate
fissured material If chunks of soil spall
off a vertical side, the soil could be
fissured Small spalls are evidence of
moving ground and are indications of
potentially hazardous situations.
(iv) Observe the area adjacent to the
excavation and the excavation itself for
evidence of existing utility and other
underground structures, and to identify
previously disturbed soil.
(v) Observed the opened side of the
excavation to identify layered systems.
Examine layered systems to identify if the
layers slope toward the excavation_
Estimate the deg= of slope of the layers.
(v) Observe the area adjacent to the
excavation and the sides of the opened
excavation for evidence of surface water,
water seeping from the sides of the
excavation, or the location of the level of
the water table.
(vii) Observe the area adjacent to the
excavation and the area within the
excavation for sources of vibration that
may affect the stability of the excavation
face.
I
I
OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App A
REGULATIONS AND PROCEDURES
(2) Manual testa. Manual analysis of soil ' "pressure. This test should be conducted '
samples is conducted to determine quantitative on an undisturbed soil sample, such as a
as well as qualitative properties of soil and to large clump of spoil, as soon as
provide more information in order to classify practicable after excavation to keep to a
soil properly. minimum the effects of exposure to
drying influences. If the excavation is
(i) Plasticity. Mold a moist or wet later exposed to wetting influences (rain,
sample of soil into a ball and attempt to flooding), the classification of the soil
roll it into threads as thin as 1/8 -inch in must be changed accordingly.
diameter. Cohesive material can be
successfully rolled into threads without (iv) Other strength tests. Estimates of
crumbling. For example, if at least a two unconfined compressive strength of soils
inch (50 mm) length of 1/8 -inch thread can also be obtained by use of a pocket
can be held on one end without tearing, penettometerorby using a hand -operated
the soil is cohesive. shearvane.
(u) Drystrength. If the soil is dry and (v) Drying test The basic purpose of
crumbles on its own or with moderate the drying test is to differentiate between
pressure into individual grains or fine cohesive material with fissures,
powder, it is granular (any combination unfissured cohesive material, and
of gravel, sand, or silt). If the soil is dry granular material The procedure for the
and falls into clumps which break up into drying test involves drying a sample of
smaller clumps, but the smaller clumps soil that is approximately one inch thick
• can only be brokenup with difficulty, it (2.54 cm) and six inches (1524 cm) in
may be clay in any combination with diameter until it is thoroughly dry:
gravel, sand or silt If the drysoil breaks
into clumps which do not break up into (A) If the sample develops
small clumps and which can only be H . cracks as it dries, significant
broken with difficulty, and there is no fissures are indicated
visual indication the soil is fissured, the
soil may be considered unfissured. (B) Samples that dry without
cracking are to be broken by hand.
(iii) Thumb penetration. The thumb If considerable force is necessary
penetration test can be used to estimate to break a sample, the soil has
the unconfined compressive strength of significant cohesive material
cohesive soils. (This test is based on the content The soil can be classified
thumb penetration test described in as an unfissured cohesive material
American Society for Testing and and the unconfined compressive
Materials (ASTM) Standard designation strength should be determined.
D2438 - "Standard . Recommended
Practice for Description of Soils (Visual (C) If a sample breaks easily by
-Manual Procedure).") Type A soils with hand, it is either a fissured
an unconfined compressive strength of cohesive material or a granular
1.5 tsf can be readily indented by the material. To distinguish between
thumb; however, they can be penetrated the two, pulverize the dried
by the thumb only with very great effort, clumps of the sample by hand or
Type C soils with an unconfined by stepping on them. If the clumps
compressive strength of 0.5 tsf can be do not pulverize easily, the
easily penetrated several inches by the material is cohesive with fissures.
thumb, and can be molded by light finger If they pulverize easily into very ,
P-14
1
L]
I
OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App B
REGULATIONS AND PROCEDURES
' small fragments, the material is
granular.
1926 Subpart P App B - Sloping an d
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
' beaching protective systems is to be performed in
accordance with the requirements set forth in
1926.652(b)(2).
' (b) Definition$-
Actual slope means the slope to which an
'excavation face is excavated.
Distress means that the soil is in a condition
' where a cave-in is imminent or is likely to occur.
Distress is evidenced by such phenomena 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 material from the face of
Ian excavation; and ravelling, i.e., small amounts of
material such as pebbles or little clumps of material
suddenly separating from the face of an excavation and
' trickling or rolling down into the excavation.
Maximum allowable slope means the steepest
incline of an excavation face that is acceptable for the
' most favorable site conditions as protection against
cave-ins, and is expressed as the ratio of horizontal
distance to vertical rise (H: V).
' Short term exposure means a period of time
less than or equal to 24 hours that an excavation is
open -
(c) Requirentents -
' (1) Soil class! icaeon. Soil and rock deposits
shall be classified in accordance 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.
(x) The actual slope shall not be
steeper than the ma.'dmum allowable
slope.
(U) The actual slope shall be less steep
than the maximum allowable slope, when
them are signs of distress. If that situation
occurs, the slope shall be cut back to an
actual slope which is at least 1/2
horizontal to one vertical (I2H:I V) less
steep than the maximum allowable slope.
(iii) When surcharge loads from stored
material 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 accordance with
1926.651(i).
(4) Configurations. Configurations of
sloping and benching systems shall be in
accordance with Figure B -I.
P-15
1
I
OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart PApp B
' --'-- - REGULATIONS AND PROCEDURES
TABLE B-1
• MAXIMDH ALLOWABLE SLOPES
SOIL. OR ROCK TYPE I MAXIMUM ALLOWABLE SLOPES (H:V) (1) FOR
EXCAVATIONS LESS THAN 20 FEET DEEP(3)
STABLE ROCK I VERTICAL (90 Deg.)
TYPE A (2) 13/4:1 (53 Deg.)
TYPE B . 1:1 (45 Deg.)
TYPE C 1 1/2:1 (34 Deg.)
NOTE: '
1. Numbers shown in parentheses next to.maxi.eu allowable elopes are angres
expressed in degrees from the horizontal. Angles have been rounded off.
2. A short-term maximum allowable slope of 1/2H:1V (63 degrees) is allowed
in excavations in Type A soil that are 12 feed (3.67 m) or less in depth.
Short-term maximum allowable slopes for excavations greater than 12 feet
(3.67 m) -in depth.shall be 314H:1V (53 degrees).
3. Sloping or benching for excavations greater than. 20 feet deep shall be
designed by a registered professional engineer.
Figure B -1
Slope Configurations ..
(All Slopes stated below are in'the horizontal to vertical ratio)
B -l.1 Excavations made in Type A soil
1. AU simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of 3/4:1.
I
I
LT
I
I
I
[]
I
I
I
1
I
[1
I
[1
P-16
I
OCCUPATIONAL SAFETY AND HEALTH - 1926 SubpartPAppB
REGULATIONS AND PROCEDURES
2O' Max.
1
3/4
SIMPLE SLOPE - GENERAL
Exception Simple slope excavations which are open 24 hours or less (short tcrm) and which arc 12 feet or less
in depth shall have a maximum allowable slope of 12:1.
12' Max.
SIMPLE SLOPE - SHORT TERM
2. All benched excavation 20 feet or less in depth shall have a maximum allowable slope of 3/4 to I and
maximum bench dimensions as follows:
2QMax.
i
P-17
OCCUPATIONAL SAFETY AND HEALTH • 1926 Subpart P App B
REGULATIONS AND PROCEDURES
SIMPLE BENCH
2DM ax.
--I
MULTIPLE BENCH
3. All excavations 8 fed or less in depth which have unsupported vertically sided lower portions shall have
a maximum vertical side of 3 12 feet.
I -`c
8' Max.
3 1!2' Lit ax.
UNSUPPORTED VERTICALLY SIDED LOWER PORTION - MAXIMUM 8 FEET IN DEPTH
All excavations more than 8 feet but mot more than 12 feet in depth which unsupported vertically sided lower
portions shall have a maximum allowable slope of 1:1 and maximum vertical side of 3 1/2 feet.
12' Max
3 1!Y M as.
K 1
I
P-18
I
I
OCCUPATIONAL SAFETY AND HEALTH 1926 SubpartPAppB
REGULATIONS AND PROCEDURES
UNSUPPORTED VERTICALLY SIDED LOWER PORTION - MAXIIv1UM 12 FEET IN DEPTH
All excavation 20 fact or less in depth which have vertically sided lower portions that are supported or shielded
shall have a maximum allowable slope of 3/4:1. The support or shield sustem must extend at least 18 inches above the
top of the vertical side.
el 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 tinder sec. 1926.652(b). .
B-1.2 Excavations Made in Type B Soil
1. All simple slope excavations 20 feet or less in depth shall have a miximurn allable slope of 1:1.
S[MPLE SLOPE
2. All benched excavations 20 feet or less in depth shall have a miximurn allable slope of!: 1 &'td
maximum bench dimensions as follows:
P-19
OCCUPATIONAL SAFETY AND HEALTH -- 1926 Subpart P App B
REGULATIONS AND PROCEDURES
This bench slowed in cohesive soil only.
rM-
4 �
Mm
SINGLE BENCH
This bench allowed is cohesive sail only
2o'Mm
4
Mm
4 Mm
I
MULTIPLE BENCH
3. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or
supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a
maldmum allowable slope of 1:1. -
Support or shield system
sa Max_
ls• Muz
Total height of vartic al side
P-20
I
I
' OCCUPATIONAL SAFETY AND HEALTH 2926 Subpart P App B
AECUCATIONS AND PROCEDURES
I
I
[1
11
I
I
I
I
I
I
I
I
I
VERTICALLY SIDED LOWER PORTION
4. Al! other sloped excavations shall be in accordance with the other options permitted in 1926.652(b).
B-13 Excavations Made in Type C Soil
I. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1 1/2:1.
217 Max
SIMPLE 1 irz
SLOPE
2. All excavation 20 feet or less in depth which have vertically sided lower portions shall be shielded or
supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a
maximum allowable slope of 1 12:1.
l
2D' M ax
Support or shield system
4,-
__ Il /2
1S
Total height of vertical side
AL SIDED LOWER PORTION
VERTIC
3. All other sloped excavations shall be in accordance with the other options permitted in 1926.652(b).
B-1.4 Excavation Made in Layered Soils
1. All excavations 20 feet or less in depth made in layered soils shall have a maximum allowable slope
for each layer as set forth below.
P•21
[1
OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App B
RECUTATIONS AND PROCEDURES,
it
P-22
OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App B
REGULATIONS AND PROCEDURES .
i
A1
AOVtRC
f�1---
1112
B OVER C
2. All other sloped excavations shall be in accordance with the other options permitted in 1926.652(b).
P-23
I
I
I
OCCUPATIONAL SAFETY AND HEALTH 1926SubpartPApp C
REGULATIONS AND PROCEDURES
' 1926 Subpart P.App' C - Tit7lbe r
Shoring for Trenches.
(a) . Scope. This appendix contains information that
I. can be used when timber shoring is provided as a
method of protection from cave-ins in trenches that do
not exceed 20 feet (6.1 m) in depth.' This appendix
' must be used when design of timber shoring protective
systems is to be performed in accordance with
1926.652(x)(1). Other timber shoring configurations:
other systems of support such as hydraulic and
pneumatic systems, and other protective systems such
as sloping, benching, shielding, and freezing systems
must be designed in accordance with the requirements
set forth in 1926.652(b) and 1926.652(c).
(b) Soil Ctrs s (cation. In order to use the data
presented in this appendix, the soil type or types in
which the excavation is made must first be determined
using the soil classification method set forth in
appendix A of subpart P of this part.
' (c) Pre.s ntadon of Information. Information is
presented in several forms as follows:
' (1) Information is presented in tabular form
in Tables C-1.1, C-1.2 and C-1.3, and Tables
C-2.1, C-22 and C-2.3 following paragraph (g)
of the appendix. Each table prcscnts the
minimum sizes of umber 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 the excavation is made.
The data are arranged to allow the user the
flexibility to select from among several
acceptable configurations 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 appendix, and
on the tables themselves.
(3) Information explaining the use of the
tabular data is presented in paragraph (e) of this
appendix
(4) Information illustrating the use of the
tabular data is presented in paragraph (f) of this
appendix.
(5) Miscellaneous notations regarding Tables
C-1.1 through C-1.3 and Tables C-2.1 through
C-2.3 arc presented in paragraph (g) of this
Appendix.
(d) Basis and (imitations of the data. -
(1) Dimensions of timber menthers.
(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) r ;tort, -Recommended
Technical Provisions for Construction
Practice in Shoring 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 existing codes and on
empirical practice.
(ii) The required dimensions of the
members listed in Tables C-1.1 through
C-1.3 refer to actual dimensions and not
nominal dimensions of the timber.
Employers wanting to use nominal size
shoring are directed to Tables C-2.1
through C-2.3, or have this choice under
1926.652(c)(3), and are referred to The
Corps of engineers, The Bureau of
Reclamation or data from other
acceptable sources.
(2) Limitation of application.
(i) It is not intended that the timber
shoring specification apply to every
situation that may be experienced in the
field. These data were developed to apply
to the situations that arc most commonly
eaperienccd in current trenching practice.
Shoring systems for use in situations that
P-24
1
b
I
OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart PApp C
REGULATIONS ANDPROCEDURES.
are not covered by the data in this
appendix must be designed as specified
in 1926.652(c).
(1) When any . of the following
conditions are present, the members
specified in the tables are not considered
adequate. Either an alternate timber
shoring system must be designed or
another type of protective system
designed in accordance with 1926.652.
(A) When loads imposed by structures or by
stored 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
trencb.
(B) When vertical loads imposed on cross
braces exceed a 240 -pound gravity load
distributed on a one -foot section of the center of
the c ossbrace.
(C) When surcharge loads are present from
equipment weighing in excess of 20,000
pounds. ..
(D) When only the lower portion of a trench
is shored and the remaining portion of the trench
is sloped or benched unless: The sloped portion
is sloped at an angle less steep than three
horizontal to one vertical; or the members are
selected from the tables for use at a depth which
is determined from the top of the overall trench,
and not from the toe of the sloped portion.
(c) Use of Tables. The members of the shoring
system that are to be selected using this information arc
the cross braces, the uprights, and the wales, where
wales are required. Minimum sizes of members are
specified for use in different types of soil. There are six
tables of information, two for each soil type. The soil
type must first be determined in accordance with the
soil classification system described in appendix A to
subpart 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 spacing of
crossbracing is available, the horizontal 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 knows, the size and
vertical spacing of the crossbraces are known, the size
and vertical spacing of the crossbraccs, the size and
vertical spacing of the wales, and the size and
horizontal spacing of the uprights can be read from the
appropriate table. - . .
(I) - Examplesto Illustrate t he Use of Tables C-LI
through C-13.
(1) Example 1.
A trench dug in Type A soil is 13 feet I
deep and five feet wide. From Table
C-1.1, for acceptable arrangements of
timber can be cued. ,
Arrangement #1
Space 4X4 crossbraces at six feet horizontally ,
and four feet vertically.
Wales are not required
Space 3X8 uprights at six feet horizontally. This
arrangement is commonly called "skip shoring.'
Arrangement #2
Space 4X6 crossbraces at eight feet horizontally
and four feet vertically.
Space 8X8 wales at four feet vertically.
Space 2X6 uprights at four feet horizontally.
Arrangement #3
Space 6X6 crossbraces at 10 feet horizontally
and four feet vertically.
Space 8X 10 wales at four feet vertically.
Space 2X6 uprights at five feet horizontally. ,
P-25
1
I
' OCCUPATIONAL SAFETY AND HEALTH 1926SuboartPApp C
- REGULATIONS AND PROCEDURES
I
I
I
fl
[I
I
[1
I
I
I
[I
I
I
Arrangement #4
Space 6X6 crossbraces at 12 feet horizontally
and four feet vertically.
Space IOXIO wales at four feet vertically.
Space 3X8 uprights at six feet horizontally.
(2) Example 2.
A trench dug in Type B soil is 13 feet deep and
five feet wide. From Table C-12 three acceptable
arrangements of members are listed.
Arrangement #1
Space 6X6 crossbraces at six feet horizontally
and five feet vertically.
Space 8X8 wales at five feet vertically.
Space 2X6 uprights at two feet horizontally.
Arrangement #2
Space 6X8 aossbraas at eight feet horizontally
and five feet vertically.
Space IOXIO wales at five feet vertically.
Space 2X6 uprights at two feet horizontally.
Arrangement #3
Space 8X8 crossbraces at 10 feet horizontally
and five feet vertically.
Space 10X12 wales at five feet vertically.
Space 2X6 uprights at two feet vertically.
(3) Example3.
A trench dug in Type C soil is 13 feet deep and
five feet wide.
From Table C -l.3 two acceptable arrangements
of members can be used.
P-26
Arrangement #1
Space 8X8 crossbraces at six feet horizontally
and five feet vertically.
Space 10X12 wales at five feet vertically.
Position 2X6 uprights as closely together as
possible.
If water must be retained use special tongue and
groove uprights to form tight sheeting.
Arrangement /2
Space .8X10 crossbraces at eight feet
horizontally 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 [reach 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 I5 feet in depth is
determined usingTable C-1 3. Only one arrangement
of members is provided. Space 8X10 crossbraces at
six feet horizontally and five feet vertically.
Space 12X12 wales at five feet vertically.
Use 3X6 right sheeting.
Use of Tables C-2.1 through C-2.3 would
follow the same procedures.
(g) Notes for all Tables.
1. Member sizes at spacings other than indicated
are to be determined as specified in 1926.652(c),
"Design of Protective Systems."
2. When conditions are saturated or submerged
use Tight Sheeting. Tight Sheeting refers to the use of
specially -edged timber planks (e.g.. tongue and
I
I
OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App C:
REGULATIONS AND PROCEDURES
groove) at least three inches thick, steel sheet piling, are embedded, the vertical distance from the center of
or similar construction that when driven or placed in the lowest crossbrace to the bottom of the trench shall
position provide a tight wall to resist the lateral not exceed 36 inches. When mudsills are used, the
pressure of water and to prevent the loss of backfill vertical distance shall not exceed 42 inches. Mudsills
material. Close Sheeting refers to the placement of are wales that are installed at the tow of the trench
planks side-byside allowing as little space as possible side.
between them.
6. Trench jacks may be used in lieu of or in
3. All spacing indicated is measured center to combination with timber crossbraces.
center.
7. Placement of crossbraces. When the vertical
4. Wales to be installed with greater dimension - . . spacing of crossbraces is four feet, place the top.
horizontal. aossbrace no more than two feet below the top of the
trench. When the vertical spacing of czossbraces is
S. If the vertical distance from the center of the five feet, place the top crossbrace no more than 2.5
lowestcrossbcace to the bottom of the trench exceeds feet below the top of the trench.
two and one-half feet, uprights shall be firmly
embedded or a mudsill shall be used. Where uprights
P-27
[I
I
I
I
I
I
I
OCCUPAITONALSAFETYANDHEALTH 1926SubpartPApp C
• REGULATIONS AND PROCEDURES
TABLEC-l.l
TIMBERTRENCH SHORING --MINIMUM TUBERREQUIREMENTS
SOILTYPEA P =25xH+72psfQftSureharge)
DEPTH
CROSS BRACES
UP?IGni5
OF
HORHZ
WQ)TI{OFTRDTCH{ETrII
VERT.
VTAT-
MAXIMUM ALLOWABLEHGRIZOMTAI->7ACNG
UPIO
UPIO
UPTO
UPTO
upto
SPACING
3PACfl1C
SIZE
PACIH
(FFL71
Fjj
4
6
9
12
U
(:�
(IN)
(F�
_
4
5
6
8
UP To
Not
6
414
414
416
6R6
616
4
d
—'—
2x6
UP I0
Not
..
....
8
414
4%4
416
616
616
4
2x8
IO
UP TO
10
416
416
416
616
616
4
8%8
4
2x6
10
UP TO
H
416
416
616
6
616
4
8R8
4
2x6
UP TO
Hat
10
6
4%4
414
416
6
4
Rta'd
---
3x8
UPTO
-
8
1
416
616
6%6
6%6
4
818
4
2x6
TO
UPIO
— -
10
616
615
616
618
618
4
8110
t
2x6
U
UP TO
12
6Th
676
676
618
618
t.•
10%10
4
3x8
UP TO
6
6
6 6
6
6 A
6 A
l
618
4
3x6
USIO
6X6
6%6
616
618
618
t
818
t
3x6
TO
tJP IO
10
818
818
818
818
8X10
4
8110
4
3x6
20
UP TO
12
878
-8-1
SXS
.10
-T04c1
OVEt
20
St HOT£ 1
' nedau' ¢eumicfl .ttae^dat; ste, iwtlif Ut lU3U pit
411L-isMandmmb�ae ie2 �m myhenbst d�rwood
P -2S
OCCUPATIONAL SAFETY AND HEALTH 1926SubpartPApp C
RECULITIONS AND PROCEDURES
TABLEC-_I2
TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIRMENTS
SOIL TYPES P — 45 X H + 72 psf (2 ft. Surcharge)
DEPTH
SIZE A
v"
OF
TRENCH
(FEET)
CROSS BRACE
WALES
RIGHTS MAX
CLO(i�D
HORIZ
WIDTH OF TRENCH (FEET)
VERT.
(_
VERT.
PACING�LOWABLEHOR
(FEET)
PACINGUP
(FEED
T
4
UP T
6
UP T
9
UP T
12
UP.TOSPACIN
15
G
(FEET)
SE
2
5
UPTO64x6
4x6
6x6
6x6
6x6
5
6x8
5
UP TO 8
6x6
6x6
6x6
6x8
6x8
5
8x10
5
TO
UPTO10
6x6
6x6
6x6
6x8
6x8
5
10x10
5
10
See
10
UP TO 6
6x6
6x6
6x6
6x8
6x8
5
8x8
5
UP TO 8
6x8
6x8
6x8
8x8
8x8
5
10x10
5
TO
UP TO 10
8x8•
8x8
8x8
8x8
8x10
5
10x12
5
15
See
Note!
15
TO 6
6x8
6x8
6x8
8x8
8x8
5
8x10
5
3x6
UP TO 8
8x8
8x8
8xS
8x8
8x10
5 '
10x12
5
3x6
TO
UP TO10
8x10.
8x10
8x10
8x10
8x10:5..:.
12x12
5
3x6
20
See
No... to
OR 20
SEE NOTE I
Mind oak or equivalent with a bending strength not less than 8)11 psL
•' Manufactured members of equivalent strength may by substituted for wood.
P-29
I
I
I
I
C1
I
I
I
I
LI
[1
I
I
I
[1
I
I
OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart PApp C
. - • -•. REGULATIONS AND PROCEDURES
TABLE C - 13
TIMBER TRENCH SHORING -- MINIMUM TLER REOULRPEWINTS *
SOILTYPEC P =80XH+ 12psf(2fLSic^rge)
a
DEPTH
.. SIZE (ACTUAL) AND SPACING OF NBIBERS**
OF
fftT)
CROSS BRACE
WALES
RIGHTS MAX
ALLOW. HOR. SPAC.
'PEJ')
HORIZ.
WIDTH OF TRENCH <FEET)
VERT.
STZF
(_
VEIRT.
PACING
CF FT)
SPACING
(FEET)
UP TOUP
4
TOUP
6 _
TOUP
9_
IC
12
UP TO
15
SPACING
(FEET)
S'
1 1
TO 6
6x8
6x8
6x8
8x8
8x8
5
8x10
S
2x6
UPTO 8
.8x8
M.
8x8
8x8
8x10
5
L0x12
5
2x6
TO
UP TO 10
8x10
8x10
8x10
8x10
10x10
5
I2I&
S
2x6
10
oeI
L..
10
UPTO6
8x8
8x8
8x8
8x8
8x10
•S
tOxfl
5
2x6
UPTOS
gxl0
8x10
8x10
8x10
10x10
5
I12I
S
12x6
TO
ee
Note!
15
See
ote I
1S
UPTO6
8x10
18x10
8x10
8x10
10x10
Sr12
S
13x6
See
TO
ee
Note! l
20
See
Nate!
ov
SEE NOTE l
* Mixed oak or equiralent with a bending strength not less t 850 psi.
** Manufactured members of equiv2 ent strzrgth may by subSd for wood.
P-30
OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App C : .
REGULATIONS AND PROCEDURES
TABLEC-2.1
TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS*
SOIL TYPE A P(a) = 25 X H 41-72 psf (2 ft. Sutthstge)
sin (545) AND SPACING OF MEMBERS **
DEPTH
OF
CROSS BRACES . ` WALES -UPRIGHTS
I2DWH
HORIL
WIDTHOFTREHCH(F..1"
VERY.
PM.
NA. TWIWALLQRABCLMatUZGNTALZZACEIC
SPACUTG
SPACING
STg
(IN'1
PACING
' tree
uric
uric
urTa
uric
uric
(YL IJ
4
6
9
n
Is
r
(L•')
CLOSE
4
S
6
8
UPTO
6
4X4
4X4
4X4
4X4
476
4
Hot
&q'd
Not
&q'd
476 _.
UP TO
47.4
47.4
4X4
4x6
4x6
4
&q'd
Hot
418
TO
Dl8
4X6
426
475
6X6
6X6
4
829
4:
476
10
TpTO
4s
426
47.6
67.6
6X6
4
878
4.
474
I1P6 0
4X4
4X4
4X4
674
6x6
4
Hot d
& d
4X10
1()
UP TO
426
4X6
4x6
6x3
67.6
4
6X9 -
4.-
- . -
4X6
. .
8
TO
UP TO
676
676
614
676
675
4
SYS
4
438
10
15
Di2 TO
6
67.6
6766766x6
4
8x10
4
4x6
47.10
UP TO
6
676
676
676
6X6
4
638
4
375
15
IIP8 O
67.6676
6x3
676
67.6
4
938
4
3x6
4x17
TO
UP6 0
6X6
6X6
6X6
6X6 .
6x9
4
8X10
4
3X6
UP TO
12
674
67.6
676
679
6x9
4
8x17
4
375
4712
O2 0
SEE NOTE I
* Dous fir or equivalent with ablerding strength not less than 1500 psi
** t41anufacturd members of equivunt strength maybe substituted for wood.
P-31
OCCUPATIONAL SAFETY AND HEALTH - 1926 Subpart P App C
REGULATIONS AND PROCEDURES
TABLEC-2.2
TIMBER TRENCH SHORING •- MM&M TIMBER REQUIREIMENTS
SOIL TYPE B P(a) = 4S X H+72 psi (2 ft. Surcharge)
DEPTH
SIZE (S4S) AND SPACING OF RS**
OF
CROSS BRACES
WALES
UPRIGHTS
H0R1L
WIDTH 0FTL'L={CH(FizT)
SIB
VET.
MASIML'MALLQ'XA2L!H(IRILC{T;LS7ACIfIG
TRENCH
SPACING
SPACOIG
1�•)
SPACING
I
(sz
UP TO
UP TO
UP TO
UP TO
UP IO
(rEET)
(FAT)
4
6
9
11
15
CLOSE
2
I 3
I 4'
6
UPTO
4Yb
476
436
676
676
5
619
5
41(12
5
-
UP TO
476 '
476
676
676 "
676
S
819
.5
313
4M
TO
UP TO
'
10
476
476
676
676
678
S
8310
S
4TB
•10
Ste
Note 1
UP TO
676
676
676
:0#652
5
M
S
3X5
14710
6
10
UPtO
619
673
619
8
S
10310
S
336
4110
TO
II10
63's
619
83
878
81®
.5
1071?
75.....,
376
4110
15
•
Note l
UP IO
613
610)
618
61
801
S
8710
S
475
6
15
UPTO
'673
619
M
8:9
850
5
1071]
S
476
TO
UpT O
8Tt3
819
819
819
819
51212
S
4%
20
Notil
OTTER
SEE NOTE 1
20
* Dcz!as fu or equir aLnt with a bkrbng strength not Rss than 1500 psi
** Mararfactupd membta of egrirakat strength ruybe substituted forwood
P-32
OCCUPATIONAL SAFETYAND HEALTH 1926 Subpart PApp C
REGULATIONS AND PROCEDURES
TABLEC-2.3
TIMBER TRENCH SHORING -- MINIMUM TI1bIDER.REQUIRENFNTS*
SOIL TYPE C P(a) = 80 X H+ 72 psf (2 ft. Surcharge)
DEPTH
SIZE (S4S) AND SPACING OF MEMBERS
OF
CROSS BRACES WALES UPRIGHTS
TRENCH
HOp.
WIDTH OF TRENCH(FiET)
v'BT•
SIz
MASIMUN Alia4'ARee KCRIICMAL RACKC
UP IO
UP TO
UP ro
UP IO
UP TO
SPACING
SPACING
SPACING
(teat)
(TEET)
(FEIN
.4
6
9
1215
f
�)
CLOSE
UPIO
68b
6X6
8M
5
$725
386
UPTO
s
6Y.6
6X6
6X6
888
8 B
S
10810
5
386
TO
UPTU
6:16
686
SX3
838
8X3
5
lox12
5
3X6
10
l0
See
Hots 1
UPI
603
63B
6k8
8x8
898
HS
IOX10
5
4x6
IO
6
UPIO
e
8x8
823
888
8X8
863
3
!0810
5
4X6
TO
See
15
Haul
Sc'
Haul
UP TO
8X3
853
82
8110
8X10
S
10112
5
4X6
15
6
See
To
Haul
Sec
20
Note l
Set
Haul
OVER
SEE NOTE 1 ----
20
* Douglas fir or equinknt with abending strength rot less_ than 1500 psi
"" Manufactured member of equinaei nt strength maybe substituted for wood.
U
I
OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App D
REGULATIONS AND PROCEDURES
presented in paragraph (g) of this appendix.
1926 Subpart P App D Aluminu m
Hydraulic Shoring for Trenches
1
(a) Scope. This appendix contains information that
can be used when aluminum hydraulic shoring is
provided as a method of protection against cave-ins in
trenches that do not exceed 20 feet (6.1m) in depth.
' This appendix must be used when design of the
aluminum hydraulic protective system cannot be
performed in accordance with 1926.652(c)(2).
I
I
Ii
Li
I
I
Li
[1
I
I
I
(b) Soil C/asrifrcation. In order to use data
presented in this appendix, the soil type or types in
which the excavation is made must first be determined
using the soil.. classification method set forth in
appendix A of subpart P of part 1926.
(c) Presentation of Information. Information is
presented in several forms as follows:
(1) Information is presented in tabular form
in TablesD-1.I, D-1.2, D-1.3 and D-1.4. Each
table presents the maximum vertical and
horizontal spacings that may be used with
various aluminum member sizes and various
hydraulic cylinder sizes. Each table contains
data only for the particular soil type in which the
excavation or portion of the excavation is made.
Tables D-1.1 and D-1.2 are for vertical shores
in Types A and B soil. TablesD-1.3 and D-1.4
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 appendix.
(3) Information explaining the use of the
tabular data is presented in paragraph (e) of this
appendix.
(4) Information illustrating the use of the
tabulardata is presented in paragraph (I) of this
appendix. .
(5) Miscellaneous notations (Footnotes)
regarding Table D-l.l through D-1.4 arc
(6) Figures, illustrating typical installations 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) Vortical shore rails and horizontal wales
are those that meet the Section Modulus
requirements in the D-i Tables. Aluminum
material is 6061-T6 or material of equivalent
strength and properties.
(2) Hydraulic cylinders specifications.
(1) 2 -inch cylinders shall be a
minimum 2 -inch inside diameter with a
minimum safe 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 manufacturer.
(i) 3 -inch cylinders shallbe a
minimum 3 -inch inside diameter with a
safe working capacity of not less than
30,000 pounds axial compressive load at
extensions as recommended by product
manufacturer.
(3) Limitation of application.
(i) It is not intended that the aluminum
hydraulic specification apply to every
situation that may be experienced in the
field. These data were developed to apply
to the situations that are most commonly
experienced in current trenching practice.
Shoring systems for use in situations that
are not covered by the data in this
appendix must be otherwise designed as
specified in 1926.652(c).
(i) When any of the following
conditions arc present, the members
specified in the Tables are not considered
P-34
I
I
OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App D
• - . . REGULATIONS AND PROCEDURES
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
distributed 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
loaner
(C) When only the lower portion of a trench
is shored and the remaining portion of the trench
is sloped or benched unless: The sloped portion
is sloped at an angle less steep than three
horizontal to one vertical; or the members are
selected ham the tables for use at a depth which
is determined from the top of the overall trench,
and not from the toe of the sloped portion.
(e) Use of Tables D-l.l, 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 thevertical shores or the
horizontal wales. When a water system is used the
vetical timber sheeting to be used is also selected from
these tables. The Tables D -l.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 farad in the horizontal wale Tables D-1.3
and D-1.4. The soil type must first be determined in
accordance with the soil classification system
described in appendix A to subpart P of part 1926.
Using the appropriate table, the selection of the size
and spacing of the members is made. The selection is
based on the depth and width of the trench where the
members are to be installed. In these tables the
vertical spacing is held constant at four feet on center.
The tables show the maximum horizontal spacing of
cylinders allowed for each size of wale in the water
system tables, and in the vertical shore tables, the
hydraulic cylinder horizontal spacing is the same as the
vertical shore spacing.
(1) Example to Illustrate the Use of the Tables:
(1) Example 1:
A trench dug in Type A soil is 6 feet deep and 3
feet wide. From Table D-1.1: Find 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 1 & 3 for typical installations)
(2) Example 2:
A trench is dug in Type B soil that does not
require sheeting, 13 feet deep and 5 feet wide. From
Table D-1.2: Find vertical shores and 2 inch diameter
cylinders spaced 6.5 feet o.c. horizontally and 4 feet
o.c. vertically. (See Figures I & 3 for typical
installations.) .
(3) A trench is dug in Type B sod that does
not require sheeting, but does experience some
minor raveling of the trmch face. the trench is
.16 feet deep and 9 feet wide. From Table
D-12: Find vortical shares and 2 inch diameter
cylinder (with special ova -sleeves as designated
by Footnote #2) spaced 5.5 feet o.c. horizontally
and4 feet o.c. vertically. Plywood (per Footnote
(g)Q) to the D-1 Table) should be used behind
the shores. (See Figures 2 & 3 for typical
installations) .
(4) Example 4: A trench is dug in previously
• disturbed Type B soil, with characteristics 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 section modulus of 14.0
spaced at 4 feet o.c. vertically and 3 inch
diameter cylinder spaced at 9 feet maximum o.c.
horizontally, 3 x 12 timber sheeting is
required at close spacing vertically. (See Figure
4 for typical installation)
(5) Example 5: A trmch is dug in Type C
soil, 9 feet deep and 4 feet wide. Horizontal
cylinder spacing in excess of 6 feet is desired for
working space. From Table D-1.4: Find
horizontal wale with a section modulus of 7.0
and 2 inch diameter cylinders spaced at 6.5 feet
o.c. horizontally. Or, find horizontal wale with
a 14.0 section modulus and 3 inch diameter
I
I
I]
I
I
I
I
I
I
I
I
11
[1
P-35
1
I
I
' OCCUPATIONALSAFETYAND HEALTH 1926 Subpart P App D ..
REGULATIONS AND PROCED(JRES'
I
I
I
I
I
I
I
I
[]
II
I
I
H
H
[1
cylinder spaced at 10 feet o.c. horizontally.
Both wales are spaced 4 feet o.c. vertically, 3 x
12 timber sheeting is required at close spacing
vertically. (See Figure 4 for typical installation.)
(s) 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
manufactutds tabulated data For trench depths
in excess of 20 feet, refer to 1926.652(c)(2) and
1926.652(c)(3).
(2) 2 inch diameter cylinders, at this width,
shall have structural steel tube (3.5 x 3.5 x
0.1875) oversleeves, or structural oversleeves
of manufacturer's specification; extending the
full, collapsed length.
(3) Hydraulic cylinders capacities.
(i) 2 -inch cylinders shall be a minimum 2 -inch
inside diameter with a safe working capacity of not less
than 18,000 pounds axial compressive load at
madmum ete lion. Maximum extension is to include
full range of cylinder extensions as recommended by
product manufacturer. (ii) 3=inch cylinders shall be a
minimum 3 -inch inside diameter with a safe work
capacity of not less than 30,000 pounds axial
compressive load at maximum extension. Maximum
extension is to include full range of cylinder extensions
as recommended by product manufacturer.
P-36
"(4) ' All spacing indicated is measured center
to center.
(5) Vertical shoring rails shall have
minimum 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 inch thick
softwood or0.75 inch thick, 14 ply, arctic white
birch (Finland form). Please note that plywood
is not intended as a structural member, but only
for prevention of local raveling (sioughing of the
trench face) between shores
(8) See appendix C for timber specifications.
(9) Wales are calculated for simple span
conditions.
(10) See appendix D. item (d), for basis and
limitations of the data.
OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App D
REGULATIONS AND PROCEDURES
i ALUMINUM HYDRAULIC SHORING
TYPICAL INSTALLATIONS
I-.-. flaunt,
vnncv.unm U
Mf0R.WS4[R0G IntULLjc LCMc
rCfllF�RIL4AL0t0 ' wMi
I
n=.101
MrICALxL)W4
HYDRA MIC
(AD)
Cncm
c
nmara�
AD.maNrnauLUcaaaaC
VMfl SSaui
(mom
Cn_ftz�a
P•37
OCCIIPATIONALSAFETYANDHEALTH . 1926SubpartPAppD
REGULATIONS AND PROCEDURES
i
TABLE D-1.1
ALUMINUM HYDRAULIC SHORING
VERTICAL SHORES
FOR SOIL TYPE A
HYDRAULIC CYLINDERS
DEPTH
OF
MAIM
MAXIMUM
WIDTH OF TRENCH (FEE
T)• T)
TRENCH
HORIZONTAL
VERTICAL
SPACING
SPACING
Up TO 8
OVER @ up
OVER 12 UP
(FEED
TO 12
TO15
(FEET)
(FEET)
OVER
5
8
UP TO
10
OVER
10
8
4
2 INCH
LANCI-{
3 INCH
UP TO
DIAMETER
D2
DIAMETER
15
NOTE (2)
OVER
15
7
UP TO
20
OVER 20
NOTE (1)
Footnotes to tables, and geneStnoles on hjd?auhc shoring, are found in KppSix D, Item (g)
Nate (1): See Appendix D, Item (g)(1)
Note (2): See Appendix D, Item (g)(2)
P-38
OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App D
• REGULATIONS AND PROCEDURES
TABLED D - L2
ALUMINUM HYDRAULIC SHORING
VERTICAL SHORES
FOR SOIL TYPE B
HYDRAULIC CYLINDERS
DEPTH
MAXIMUM
MAXIMUM
WIDTH OF TRENCH.(FEET)
OF
HORIZONTAL
VERTICAL
TRENCH
SPACING
SPACING
Up TO 8•
OVERSUP UP
OVER.I2.UP -
1012
TO 15 .
(FEET)
(FEET)
(FEET)
OVER
5
UP TO
8
10
OVER
10
6.5
4
2 INCH
21NCH
3 INCH H'
UP TO
DIAMETER
DIAMETER
DIAMETER
15
NOTE (2)
OVER
1S
5.5
UP TO
20
OVER20
NOTE(l)
Footnotes to tables, arhgenrralnotes-onhydradcshod garnJoundin.A.ppendix D, item (g)
Note (1): See Appendix D, Item (g(1)
Note (2): See Appendix D, Item (g)(2)
P-39
OCCUPATIONAL SAFETY AND HEALTH 1926 SubpartP App D
REGULATIONS AND PROCEDURES"
• TABLED - 1.3
ALUMINUM HYDRAULIC SHORING
WALER SYSTEMS
FOR SOILTYPEB
WALES
HYDRAULIC CYLINDERS
TIMBER UPRIGHTS
DEPTH
OF
WIDTH OF TRENCH (FEET)
MAX.HC&IX SIACIfIC
tan eenTeA,
TRENCH
(FEET)
u,�y"e
(left,
ao (
p�
. UPma .
OVF38UPrO12
,
09EtLUPTOI5
SOLm
SF =i
n -r.
3 ir. .
HO BlL
s;icnic
CYLw0e2
owMereR
HORIL
SPACING
rnwoeR
ouMeTe
HOP.IL
SPACING
runner
MtMeTe
OIL
3.5
8.0
2 IN
8.0
x
8.0
3IN
5.
UP TO
4
—
—
3X12
.7.0
9.0
2111
9.0
ow
H
9.0
SIN
14.0
12.0
3114
12.0
3111
12.0 13[N
10
OVER
3.5
6.0
2 IN
6.0
HOTMtI2t
6.0
13 FN
.10
UPTO
4
-
3x12
-
7.0
8.0
3IN
8.0
3IN
8.0
I3IN
15
14.0
10.0
SIN
10.0
3114
10.0
3IN
OVER
15
UP TO
4
3.5
5.5
2114
5.5
55
ISIN
3x12
-
7.0
6.0
SIN
6.0
3IN
6.0
SIN
14.0
9.0
3 IN
9.0
3IN
9.0
1 3 IN
20
OVER 20
NOTE (1)
Footnotes to tables, and ;ege altlotes-ailyd is shs ng e €oundrin appendix D, Item (g)
Notes (1): See Appendix D, Item (g)(1)
Notes (2): See Appendix D, Item (g)(2)
Consult product manufacturer and/or quadned ev. lneer for Section Modulus of aviiable wales.
•.r
OCCUPATIONAL SAFETY AND HEALTH 1926 SubpartP App D
• REGULATIONS AND PROCEDURES
TABLE D - 1.4
ALUMINUM HYDRAULIC SHORING
WALER SYSTEMS
FOR SOIL TYPE C
WALES
HYDRAULIC CYLINDERS
TIMBER UPRIGHTS
DEPTH
WIDTH' OF TRENCH (FEET)
MA:CHORILSPACING
OF
vEtrrcAL
sscnox
(0NC1N )
TRENCH
S?ACING
MODULUS
UP TO 8
0VER8 UP To 11
OVER 12 UP TO IS
SOLID
(FEET)
(FEET)
�: T
( ))
Sfi_h I
2Fr.
3Fr.
IICRIZ.
eic
CYLI!!O!R
MQRIL
CYLYIOIR
HOtLE.
CTLNOIR
•,
xmc
ONA CTLR
PACNC
OIAM [T!R
STRUNG
Ou4CTCR
OVER-
3.5
6.0
2IN
6.0
HOZ(2)
6.0
3IN
5
4
3X12
—
7.0
6.5
2N
6.5
xaTEp)
6.5
3IH
UP TO .
10
14.0
10.0
3IN
10.0
31W
10.0
31W
OVER
3.5
4.0
2IN .
4.0
No1E()
4.0
31W
7.0
5.5
3IN
5.5
3IN
5.5
3IN
10
4
3X12
-
UP TO
15
14.0
8.0
3IN
8.0
31H
8.0
31N
OVER
3.5
3.5
2IN
3.5
3IN
ROTE(2)3.5
-[5
4
3X12
__
—
7.0
5.0
31W5.0
•311(5.0
3IN
UPTO
14.0
6.0
3IN
6.0
3m; .
6.0
3IN
20
OVER20
---NOTEj17 — -
Footnotes to tables, end general notes on hydraulic slwmb, an found in Appends D, Item (g)
Notes (1): See Appends D, Item (Al) .
Notes (2): See Appendix D, Item (g)(2)
'Consult product manufacturer endfor qualified engineer for Section Modulus of availabL- wales.
F41
OCCUPATIONAL SAFETY AND HEALTH 1926SubpartPApp E
REGULATIONS AND PROCEDURES
1926 SubpartP App E -
Alternatives to Timber Shoring
lE' MAX.
Y 5( IP HYDRAULIC CYLINDER
VEMCAL
SPACING
4'
Z' MAX
Figsc t. AhZX ZUIn Hydraulic Sharing ..
a
4 O 0 O
Figure 2. PneurnaCdhydralic Snoring
P-2
OCCUPATIONAL SAFETY AND HEALTH . 1926 SubpartP:App E
REGULATIONS AND PROCEDURES
Figure 3. Trench Jacks (Screw Jacks)
Figure 4. Trench Shields
P-43
I
1
1
1
1
1
1
1
1
1
1
OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App F
__.._. .._,:. .. .. RL•CUlAT1ONSANDPROCEDURES .
The following figures are a graphic summary of
the requirements contained in subpart P for
1926 Subpart P App F -
excavations 20 feet or less in depth. Protective systems
Selection of Protective Systems for uscin excavations more than 20 feet in depth must
be designed by a registered professional engineer in
accordance with sec. 1926.652(b) and (c).
I Is the excavation mare
than S feet in depth?
Is there potential NO YES Is the excavation
entirely in stable rock
for cave-in?
Excavation may be
made with
vertical sides.
Exxca.vation must be NO
sloped, shored, or
shielded.
or shielding
Go to Figure 2 Go to Figure 3
FIGURE I - FFEI.1hiINARY DECISIONS
P-44
[THIS PAGE INTENTIONALLY LEFT BLANK]
P -4S
r
X AGENDA REQUEST
_$_ CONTRACT REVIEW
GRANT REVIEW
For the F
FROM:
STAFF REVIEW FORM
City Council meetinq of
,ttJIEJJ!
ACTION REQUIRED: Approval of: (A) Construction contract with J&L Construction
Company, for the White River Bridge -Highway 45 E. Water Main Relocation
Project. (B) 15% Project Contingency in the amount of $41,230.
COST TO CITY:
$316,103
$274,873 +41.230 Contingency White River Bridge -Water Line Relo.
Cost of this Request Category/Project Budget Category/Project Name
5400-5600-5808-00
Account Number
00038-20
Project Number
a —0 —
Funds Used To Date
Remaining Balance
mp • 'Sal.
BUDGET REVIEW: X Budgeted Item Budget Adjustment Attached
Coordinator
/LEASE REVIEW:
Administrative Services Director
Account' g Ma ger Te
/ ADA Coordinator Date
Cit Attorney / (•Internal Auditor Date
al
3fa o
Purchasing Officer Date
STAFF RECOMMENDATION: Approval of the Construction Contract.
26 O/
Da e
Da e
•for Da e
So/
Date
New Item: Yeses( No_
Prey Ord/Res #:
Orig Contract Date:
Orig Contract
S •
Staff Review Form
Description/ White River Bridge Hwy 45 E. Meeting Date 2-20-2001
Project Name Water Line Relocation
Comments: Reference Comments:
Budget Director
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
p.
DEPARTMENTAL CORRESPONDENCE
To: David Jurgens, Water and Sewer Superintendent
From: Heather Woodruff, City Clerk
Date: April 3, 2001
Attached is a copy of the resolution approving a construction contract with J&L Construction
Company. I am also returning four originals to you. The original will be microfilmed and filed
with the City Clerk.
cc: Nancy Smith, literal Audit
l)ISI� `1d� iT� L►'