Loading...
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►'